SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast...

72
REQUEST FOR PROPOSAL DUGWAY WEST INTERCEPTOR RELIEF SEWER (DWIRS) WBS NO. CIP.CS.E.03.9077 March 2011 This Request for Proposal (RFP) is being sent to interested engineering firms for pre-design, design, bidding, construction and closeout engineering services for the Dugway West Interceptor Relief Sewer. Proposals for providing these services will be received until the close of business (4:30 P.M.) on April 15, 2011. All material submitted shall have a font size equivalent to Times New Roman 12 pt or larger. Proposals shall be no more than 100 printed pages and be printed on double-sided recycled paper. All pages will be counted unless indicated otherwise in Section 3.0, Proposal Content and Format. Pages that are 11”x17” shall be counted as two pages. Proposals are to be delivered to the following name and address: Julius Ciaccia, Executive Director Northeast Ohio Regional Sewer District 3900 Euclid Avenue Cleveland, OH 44115-2504 Attn: Kellie Rotunno, Director of Engineering and Construction Late submittals will not be considered. Page 1 of 72

Transcript of SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast...

Page 1: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

REQUEST FOR PROPOSAL

DUGWAY WEST INTERCEPTOR RELIEF SEWER

(DWIRS)WBS NO. CIP.CS.E.03.9077

March 2011

This Request for Proposal (RFP) is being sent to interested engineering firms for pre-design, design, bidding, construction and closeout engineering services for the Dugway West Interceptor Relief Sewer. Proposals for providing these services will be received until the close of business (4:30 P.M.) on April 15, 2011. All material submitted shall have a font size equivalent to Times New Roman 12 pt or larger. Proposals shall be no more than 100 printed pages and be printed on double-sided recycled paper. All pages will be counted unless indicated otherwise in Section 3.0, Proposal Content and Format. Pages that are 11”x17” shall be counted as two pages. Proposals are to be delivered to the following name and address:

Julius Ciaccia, Executive DirectorNortheast Ohio Regional Sewer District3900 Euclid AvenueCleveland, OH 44115-2504

Attn: Kellie Rotunno, Director of Engineering and Construction

Late submittals will not be considered.

A mandatory (for consultants that will submit as a prime) pre-proposal meeting will be held at 1 P.M. on March 18, 2011 in Conference Room B of the Northeast Ohio Regional Sewer District’s Environmental Maintenance and Service Center (EMSC) located at 4747 East 49th Street, Cuyahoga Heights, Ohio. Questions regarding this RFP shall be directed to Mr. Brian Page at the pre-proposal meeting or at other times by calling (216) 881-6600, ext. 6431 or e-mailing to [email protected].

The RFP is organized as follows:

SECTION 1.0 INTRODUCTIONSECTION 2.0 SCOPE OF SERVICESSECTION 3.0 PROPOSAL CONTENT AND FORMATSECTION 4.0 PROJECT SCHEDULESECTION 5.0 EVALUATION AND SELECTION PROCESS

Page 1 of 48

Page 2: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

SECTION 6.0 SUBMISSION OF PROPOSALS

RFP list of Attachments

The following attachments are included in this RFP.

Attachment A Project Invoice StandardsAttachment B Project Data Standards & RequirementsAttachment C NEORSD SBE PolicyAttachment D District Equal Employment Opportunity FormAttachment E Task and Hour Summary FormAttachment F NEORSD Cost Summary FormAttachment G NEORSD Non-Disclosure AgreementAttachment H Standard Professional AgreementAttachment I NEORSD SWP3 Format Template

RFP list of Exhibits

The following exhibits are provided for informational purposes:

Exhibit A Dugway Interceptor DrawingsExhibit B Dugway West - Existing Regulator InformationExhibit C Dugway East Interceptor Relief Sewer – Posted Contract DocumentsExhibit D Dugway West Interceptor Relief Sewer Advanced Facility Plan

ReportExhibit E Dugway West Interceptor Relief Sewer Advanced Facility Plan

DrawingsExhibit F Dugway Storage Tunnel Advanced Facility Plan ReportExhibit G Dugway Storage Tunnel Advanced Facility Plan DrawingsExhibit H Doan Valley Storage Tunnel Advanced Facility Plan ReportExhibit I Doan Valley Storage Tunnel Advanced Facility Plan Drawings

Page 2 of 48

Page 3: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

1.0 INTRODUCTION

1.1 PROJECT BACKGROUND

1.1.1 Description of the Existing Dugway Interceptor System

The Dugway Interceptor system consists of two main service areas, the Dugway East and the Dugway West. The Dugway East includes the Main Branch, Eddy Branch, and Locke Branch. The Dugway West is comprised of Main Branch D and Main Branch E. Please see Figure 1-1 for the alignment of the sewers. Existing drawings and regulator information of these facilities are provided in Exhibits A and B.

The existing Dugway Interceptor connects at the Easterly Interceptor near East 109th Street. The interceptor (24”-30”) extends south paralleling the concrete culvert near Glenview Avenue. The sewers (18” on each side of the culvert) cross Dupont Avenue near East 107th Street and proceed south crossing Elk Avenue near East 107th Street, then crossing Glenville Avenue to East 106th Street and then south on East 106th Street and crossing St. Clair Avenue. The sewers parallel East 106th Street, continue south, crossing Helena Avenue. At East 107th Street, the sewers parallel Parkwood Drive southeast to Linn Drive near Kimberly Avenue. The sewers (15” on each side of the culvert) run down Linn Drive to Primrose Avenue. The interceptor sewers (12” on each side of the culvert) continue just south of Primrose Avenue and head southeast, crossing East 112th, East 113th, and East 114th Streets. The sewer (12”) then continues south between Carolina Road and Lakeview Roads to Superior Avenue.

Page 3 of 48

Page 4: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

1.1.2 General Description of the Easterly CSO Phase II Facilities Plan

In 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities Plan (ECSO or ECSO Plan) to identify causes and develop solutions for the activation of combined sewer overflows (CSOs) in the Easterly service district. A system of conveyance and storage facilities were identified to capture combined sewage for treatment in accordance with the United States Environmental Protection Agency (EPA) CSO Policy and the Ohio EPA CSO Control Strategy. The first step taken by the District to implement the Easterly CSO plan was to advance the major CSO control systems to preliminary design. This effort, called the Easterly Advanced Facilities Plan (AFP), has the following components.

Page 4 of 48

Figure 1-1. Existing Dugway Interceptor

Page 5: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Connector Sewers and Interceptor Relief

Storage Tunnels, including associated drop structures

Easterly Tunnel Dewatering Pump Station

Euclid Creek Pump Station Upgrade

The Easterly storage tunnel system will consist of three tunnels – Euclid Creek/Dugway (ECT/DST), Doan Valley (DVT) and Shoreline (SST). The Dugway Storage Tunnel (DST) segment of the ECT/DST is a 24-ft diameter rock tunnel that will capture and store CSO from the Dugway Brook areas, as well as a portion of the CSO originating from the Collinwood Interceptor service area. The Doan Valley Tunnel (DVT) is a 17-ft diameter dry-weather conveyance rock tunnel that will also have the capability to store CSO flows during storm events. After storms subside, the captured flows are released by gravity to the proposed Dugway West Interceptor Relief Sewer (DWIRS) system. The DWIRS will connect to the Dugway East Interceptor Relief Sewer (DEIRS) system and convey flow to the Easterly Interceptor for treatment at the Easterly Wastewater Treatment Plant (EWWTP). The DEIRS Posted Contract Documents are provided in Exhibit C. The shallower Shoreline Storage Tunnel (SST) is a 21-ft diameter soft ground tunnel that will capture CSO from the outfalls along the Lake Erie shoreline from downtown to the downstream shaft near Dugway Brook.

The Euclid Creek Tunnel (ECT) is a 24-ft rock tunnel that will capture CSO from the balance of the Collinwood Interceptor. The DST and ECT are connected at their downstream shafts and their storage capacities are shared to control CSO outfalls from outer service areas. The downstream ends of DST and ECT are connected to the Easterly Tunnel Dewatering Pump Station (ETDPS) located at the Nine Mile Creek Site. After each storm event, when treatment capacity becomes available at the EWWTP, the pump station begins dewatering operations into the Easterly Interceptor for ultimate wastewater treatment at the plant. These tunnel projects, in conjunction with numerous diversion structures, conveyance conduits, drop shafts, and regulator modifications, all act in unison to provide the necessary CSO level of control for the Easterly drainage basin as established in the consent decree. The DWIRS is related to the ECT/DST in that flow diversion structures from these interceptor relief systems will divert flows to the tunnel system as depicted in the attached exhibits.

1.1.3 General Description of the Dugway West Interceptor Relief Sewer

The DWIRS Advanced Facility Plan (Exhibits D & E) provides preliminary design information for the DWIRS system. The relief sewer addresses many wet weather conveyance needs. The DWIRS consolidates regulator structures. The

Page 5 of 48

Page 6: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

DWIRS also provides conveyance for the 5-year, 6-hour storm in the Dugway West service area as well as conveyance to the DST of combined sewage exceeding the capacity of the interceptor. The DWIRS also enables the DVT to empty dynamically during and after storm events by gravity optimizing the sizing of the DVT and eliminating the need to pump captured CSO.

The main facilities included in the DWIRS system are illustrated in Figure 1-2, and consist of:

A relief sewer with diameters of 66-inches to 108-inches

Modifications to 44 existing regulators, and associated connector sewers to convey flow to the DWIRS system.

Three diversion structures which redirect existing combined sewer overflows via new CSO conveyance conduits to the storage tunnel drop structures

Three new regulating structures to provide wet weather relief overflows to the Dugway Brook West Branch Culvert

One flow divider which splits flow between the DWIRS and a new Diversion Structure

Page 6 of 48

Page 7: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Page 7 of 48

Page 8: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Table 1-1. Diversion, Regulator and Flow Divider Structure FunctionsECSO Name

AFP Name Location Function

DW-1 DWD-1 East 110th Street north of Glenview Avenue

Diversion Structure

DW-2 DWF-1 East 109th Street and St. Clair Avenue

Flow Divider

DWD-2 St. Clair Avenue and Lakeview Road

Diversion Structure

DWR-1 Helena Avenue and East 107th Street

Regulator Structure

DWR-2 Linn Drive north of Willowmere Avenue

Regulator Structure

DW-3 DWD-3 Primrose Avenue and Linn Drive Diversion StructureDWR-3 Superior Avenue and East 120th

StreetRegulator Structure

The upstream section of the DWIRS will commence at Tunnel Shaft DVT-1 where flows from Regulator Structure DWR-3 and the DVT will be diverted into a proposed 108-inch sewer. The DVT will release flows by gravity from its downstream shaft during and after a storm into the DWIRS. This configuration is beneficial because there is available capacity in the Easterly Main Interceptor at the downstream of the Dugway Interceptor system and the storage volume of the DVT can therefore be optimized to its current 17-foot diameter size.

From Tunnel Shaft DVT-1, it will be necessary to tunnel the 108-inch sewer along Lakeview Road for a distance of 2,198 feet in rock to Manhole MH 37 located at the intersection of Lakeview Avenue and Primrose Avenue. A mining shaft will be located in an open lot at the northwest corner of this intersection, 67 feet beyond Manhole MH 37. The interim tunneled segment between MH 37 and the tunneling shaft will be abandoned after the construction of Manhole MH 37 is complete.

Regulator Structure DWR-3 will be constructed on the existing 84-inch brick storm water outlet (SWO) from Regulator D-58 located at the intersection of Superior Avenue and East 120th Street.

The DWIRS runs in a northwesterly direction to Primrose, turning west on Primrose, Avenue, north on Linn Drive, continuing on East 109th Street, continuing on Glenview Place, and alongside East 110th Street to Junction Chamber No. 1 on the Dugway East Interceptor Relief Sewer.

Page 8 of 48

Page 9: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

The DWIRS will include the construction of seven new structures; three diversion structures, three regulator structures and one flow divider. Structure DWR-3 is the most upstream of the structures and DWD-1 is the furthest downstream.

Diversion structure DWD-1 DWD-1, a proposed two-stage diversion structure, will be constructed on the

DWIRS, with a 66-inch diameter dry weather outlet (DWO) and connections to the DST and the Dugway West Culvert. This structure will also receive flow from the 78-inch DWO of regulator D-61. The new 66-inch relief sewer will continue northeast to make a connection into the 5-foot diameter DEIRS.

Flow divider DWF-1 A new flow divider will be constructed on the proposed DWIRS at the intersection

of St. Clair Avenue and East 109th Street. DWF-1 will receive flows from the upsized DWO from regulator D-14 and the existing branches of the DWI. Flows up to CSO control will proceed north via the 66-inch DWO. Flows greater than this control level will be diverted east along St. Clair Avenue to DWD-2 through a 60-inch pipe.

Diversion structure DWD-2 A diversion structure will be located on St. Clair Avenue, approximately 213 east

of East 109th Street and designed to accept flow from DWF-1. This structure will have a 48-inch connection to the DST for flows up to CSO control, and a 60-inch connection to the Dugway East Culvert for flows greater than CSO control.

Regulator structure DWR-1 This regulating structure will be constructed near the intersection of Helena

Avenue and East 107th Street, at the existing location of regulator D-19. The current SWO of regulator D-16 and an upsized DWO from regulator D-17 will be utilized to deliver flows into this structure. Flows from the existing branches of the DWI as well as the flows from D-19 will be diverted into DWR-1. This structure will then convey flows up to CSO control to the DWIRS and have an overflow connection to the Dugway West Culvert.

Page 9 of 48

Page 10: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Regulator structure DWR-2 DWR-2 will be constructed on the DWIRS on Linn Drive north of Willowmere

Avenue and will receive flow from the existing branches of the DWI. Flows up to CSO control will proceed north through the 66-inch DWO. Flows higher than the level needed for CSO control will be diverted to the Dugway West Culvert.

Diversion structure DWD-3 This diversion structure will be constructed on the DWIRS at the intersection of

Primrose Avenue and Linn Road. Flows from the new Doan Relief Sewer as well as flows from regulators D-37, D-38, and D-39 will be diverted in to the new relief. Underflows will continue north on Linn Road through the 66-inch DWO. Higher flows, up to the CSO control level, will be diverted to a drop shaft on the DST system, located near the intersection of Primrose Avenue and Lakeview Road. Flows greater than the level required for CSO control will be diverted to the Dugway West Culvert.

Regulator Structure DWR-3 Regulator structure DWR-3 will be constructed on the 84-inch brick SWO from

Regulator D-58. This structure is located at the intersection of Superior Avenue and East 123rd Street. The DWO from Regulator D-58 will be bulkheaded, thus diverting all interceptor flow into the new sewer.

The Dugway West Interceptor Relief Sewer Advanced Facility Plan Report (Exhibits D & E) is divided into nine additional technical sections, which includes the following: Section 2.0 provides a summary of the existing geological conditions, as identified

in the Geologic Data Report (GDR) and evaluated in the Geotechnical Design Memorandum (GDM).

Section 3.0 provides the hydraulics and operational issues of the DWIRS, including tributary area, capacity, sewer design data, and odor control.

Section 4.0 provides the design issues for the diversion, regulator and flow divider structures, including hydraulic controls and design criteria.

Section 5.0 presents a summary of required regulator modifications to divert flow to the DWIRS.

Section 6.0 provides the design issues for the connecting conduits and relief sewers. A narrative description of each facility is also provided.

Section 7.0 presents construction recommendations regarding work area requirements, impacts to existing utilities, traffic and the environment. The required property easements and acquisitions are also identified.

Section 8.0 presents a summary of the Engineer's estimate of probable cost. This section also identifies the assumptions made, the basis of cost, and specifically excluded items.

Page 10 of 48

Page 11: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Section 9.0 presents an outline of the specifications that may be required during final design.

Section 10.0 provides requirements for final design and identifies various issues that need to be included in the final design of this project.

The Dugway Storage Tunnel Advanced Facility Plan Report/Drawings (Exhibits F & G) and the Doan Valley Storage Tunnel Advanced Facility Plan Report/Drawings (Exhibits H & I) are all included with this RFP.

The West Branch of the Dugway Interceptor sewershed consists of approximately 770 acres of tributary combined sewer system. The recommended DWIRS alternative consists of approximately 10,600 feet of relief conveyance sewer. Through modifications at 44 regulators, the construction of diversion structures and various new connector sewers, dry and wet weather flow will be introduced to the DWIRS. Table 1-2 lists the locations where flows are introduced to the DWIRS.

Table 1-2. Flow Inputs to the DWIRS

Connection Station

OriginConnection Size

(in.)

16 + 57 Regulator D-61 7830 + 85 Elk Avenue Connector (Regulators

D-04, D-05, D-06, D-08, D-09)24

42 + 05 Regulator D-14, St. Clair Ave at DWF-1

48

49 + 49 Helena Avenue Connector (Regulators D-16, D-17, D-19) at DWR-1

66

56 + 18 Regulator D-22 1862 + 27 Interceptor Flow at DWR-2 3064 + 70 Regulator D-26 3067 + 61 Regulator D-25 1269 + 93 Regulator D-28 2472 + 28 Regulator D-29 1274 + 99 Regulator D-32 1277 + 97 Regulator D-35 2177 + 97 Interceptor flow at MH 30 1885 + 15 Regulator D-36 1587 + 92 Regulator D-37 at DWD-3 2487 + 92 Regulators D-38 and D-39

Connector at DWD-327

Page 11 of 48

Page 12: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

87 + 92 Doan Relief Sewer at DWD-3 6689 + 99 East 112th Connector (Regulator D-

40)18

92 + 57 East 113th Connector (Regulator D-41)

15

94 + 00 Regulator D-44 4295 + 69 East 114th Connector (Regulators D-

42 and D-43)24

106 + 00 Regulator D-54 48117 +13 Regulator Structure DWR-3 54

Sanitary flows to the proposed DWIRS system were developed during the Easterly CSO Phase II Facilities Planning, and are based on collection system flow data used to calibrate the hydraulic model (Metcalf & Eddy, 1998). The calibrated flows were checked for reasonableness against the maximum population projections for the service area during the 20-year planning period. These wastewater flows generated by the hydraulic model were varied based on an hourly diurnal pattern typical of residential/light commercial areas. The final design shall evaluate dry weather flows to the DWIRS more extensively. The final design must provide adequate capacity to deliver wet weather flows to the Easterly Main Interceptor and the ECT/DST and also maintain minimum required flow velocities, as described later in this section.

After the completion of the AFP, the NEORSD engaged in negotiations with the US Department of Justice, the Ohio EPA and the US EPA to finalize the long term CSO control plan through a consent decree. As part of these negotiations the control of the tunnels were modified to include delivery of the largest peak storm in a typical year, TY Storm 60, to the storage tunnels. This allowed the systems to control an additional overflow in a typical year, but also requires that the consolidation and drop systems have adequate capacity to deliver these flows. Therefore, the flows identified in Table 3.4 of the Dugway West Interceptor Relief Advanced Facilities Plan Report need to include Storm 60. This will be provided to the consultant when the models are updated and run to include this flow regime. This is expected to occur prior to the notice to proceed.

The District is evaluating the use of green infrastructure as an alternative CSO control method in the Doan Valley sewershed, as well as the sewersheds in the Dugway and Euclid Creek storage tunnel systems. The evaluation will identify opportunities for reduction of stormwater entering the combined sewer system and subsequent reduction in the size and/or elimination of gray infrastructure. The tentative findings of this evaluation and potential impacts to flow and infrastructure in the Doan Valley and Dugway Brook systems will be supplied to the selected consultant by July 15, 2011.

Page 12 of 48

Page 13: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Infiltration was also quantified for each metering basin during the Easterly CSO Phase II Facilities Planning Project (Metcalf & Eddy, 2002). The quantity of infiltration was estimated based on the flow monitoring data, and defined as being equivalent to approximately 90 percent of the minimum daily dry weather flow observed. An independent estimation of infiltration was performed by determining the total length of sewers, grouped by diameter, in the metering basin and applying an infiltration factor based on the type of pipe joints and age of the system. This independent analysis served as a check to determine, and confirm that the results obtained from the flow monitoring analysis were reasonable. Since the proposed DWIRS diverts flow from the existing interceptor system, this infiltration flow from the existing collection system was included in the basis of design of the proposed system. However, infiltration directly into the proposed sewer was not included in the basis of design. Since few pipe joints will be present in the new sewer, infiltration into the proposed system will likely be minimal and negligible in comparison to the wet weather flows present in the combined system.

Total dry weather flow consists of both sanitary flow and dry weather infiltration. Table 1-3 presents a summary of average dry weather flows introduced to the DWIRS.

Table 1-3. Average Dry Weather Flows

Connection Station

OriginAverage Dry

Weather Flow (cfs)

16 + 57 Regulator D-61 at DWD-1 1.230 + 85 Elk Avenue Connector

(Regulators D-04, D-05, D-08, D-09)

0.3

42 + 05 Regulator D-14, St. Clair at DWF-1

0.4

49 + 49 Helena Avenue Connector (Regulators D-16, D-17, D-19) at DWR-1

10

56 + 18 Regulator D-22 0.0362 + 27 Interceptor Flow at DWR-2 0.1564 + 70 Regulator D-26 0.7567 + 61 Regulator D-25 0.0269 + 93 Regulator D-28 0.0372 + 28 Regulator D-29 0.0174 + 99 Regulator D-32 0.0377 + 97 Regulator D-35 0.177 + 97 Interceptor Flow at MH 30 0.185 + 15 Regulator D-36 0.0387 + 92 Regulator D-37 at DWD-3 0.01 (est)

Page 13 of 48

Page 14: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

87 + 92 Regulators D-38 and D-39 Connector at DWD-3

0.2

87 + 92 Doan Relief Sewer at DWD-3 6.889 + 99 East 112th Connector

(Regulator D-40)0.4

92 + 57 East 113th Connector (Regulator D-41)

0.1

94 + 00 Regulator D-44 0.395 + 69 East 114th Connector

(Regulators D-42 and D-43)0.1

106 + 00 Regulator D-54 0.6117 +13 Regulator Structure DWR-3

(Regulator D-58)1.3

1.2 AVAILABLE INFORMATION

If the Consultants request to examine relevant documents not already provided as an exhibit to this RFP, they will be made available at the District’s Administrative Office for examination upon request. To schedule an appointment to examine relevant District documents, contact Mr. Brian Page by calling 216-881-6600 Ext. 6431 or e-mailing at [email protected].

Page 14 of 48

Page 15: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

2.0 SCOPE OF SERVICES

The scope of work for the DWIRS project shall consist of, but not be limited to, the tasks as outlined below. Upon completion of the design, the project will be advertised for construction as per Ohio Revised Code (ORC) requirements. The District will not entertain design-build for the completion of this work. The tasks as described are the preferred project organization of the District. The Consultant should base its proposal on the described tasks.

The selected consultant shall provide all engineering services necessary to develop and produce a complete detailed design package that will culminate in a bidding package for the DWIRS. The Consultant shall work with Engineering & Construction Department and Operation & Maintenance Department personnel who will indicate system needs and assist in achieving the District’s desired scope of work. The Consultant shall carefully consider the input by the District’s staff, but based on the Consultant’s own experience and ability, shall be solely responsible to provide a complete and workable design package in accordance with the requirements of the scope of work.

The Consultant should be familiar with the exhibits discussed in Section 1.0 and included in this RFP.

For the evaluation of options (Task 1 Pre-Design) for the DWIRS project, the Project Scope will include development of various alternatives as presented in the DWIRS AFP Report. Under the Project Scope, the Consultant shall include all considerations necessary for development.

Considerations of alternatives that the Consultant would like to present in the proposal are to be presented as requested in Section 2.2 of this RFP, ALTERNATES TO THE PROJECT.

2.1 SCOPE OF SERVICES FOR PROJECTThe scope of work for the DWIRS Project includes the following tasks.

2.1.1 Task 1: Pre-Design

All Task 1 deliverables shall be submitted in the following formats and quantities:

5 hard copies bound and indexed appropriately 1 indexed PDF electronic copy 1 original electronic application format copy

Page 15 of 48

Page 16: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

2.1.1.1 Task 1A: Project Management Plan

Within 30 days of the Notice-to-Proceed the Consultant shall provide a detailed Project Management Plan that includes critical processes and management activities that ensure compliance with the project design, schedule, and risk and budget requirements. Included in the management plan will be the following items:

Team integration – discuss the project management team responsibilities, assigning of activities, and integration of the design team to meet project objectives and program standards.

Budget and schedule management – include description of task tracking activities and critical path earned value scheduling format and systems. Submit monthly cash flow projections, including utilization and cash flow for sub-consultants and SBEs, in Primavera P6 cost loaded schedule, as required in Section 2.1.7.1 of this RFP.

Progress reporting – include project management instructions for measuring performance and reporting completion status including a look back, look forward and critical issue resolutions.

QA/QC – description of the project quality assurance and quality control systems recommended to manage quality related problems and/or owner reviews of design deliverables and bid documents.

Technical review board (TRB) – include a description of need and cost/benefit for a TRB for a project of this complexity and magnitude and relative design discipline support to manage critical design decisions.

SBE subcontracting plan – include the process description for analyzing subcontracting work opportunities for small businesses once the design elements are defined to a point where these work activities can be defined.

Cost estimates – include confirmation that Consultant understands the cost estimating guidelines and identification of software systems and process to develop the estimates.

Risk management - include a description of the consultant’s risk management plan considering all project related risks and mitigation measures to alleviate those risks. This should include confirmation that Consultant understands program management risk register requirements

Page 16 of 48

Page 17: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

and method for developing and maintaining this register as a main design support tool.

2.1.1.2 Task 1B: Basis of Design Report

The Consultant shall prepare a Basis of Design Report for the DWIRS that summarizes the Pre-Design work activities and critical design decisions to support advancement of the project into detailed design. The design parameters for the selected option shall be described in the Basis of Design Report. This document will also support the independent Value Engineering session to be held at the conclusion of the 30% Design subtask.

2.1.1.3 Task 1C: Route Identification

Identify various routes for the DWIRS. For each route, identify the pick-up points, and the horizontal alignment of the DWIRS. For each potential route, identify and describe the surface features, underground utilities, underground structures, and topographic features through or around which the relocated interceptor will be constructed.

2.1.1.4 Task 1D: Construction Methods

Identify the construction method(s) that will be suitable along the route associated with that alternative. If more than one construction method can be used for an alternative, break the alternative into multiple sub-alternatives.

2.1.1.5 Task 1E: Surveying

For the Options Evaluation, perform surveying as necessary to determine the horizontal and vertical constraints of the selected alignment. Identify all existing utilities both vertically and horizontally. Obtain sufficient surface elevation data along the alignment to ascertain the required depths of excavation and available ground cover. Identify public and private property, bridges, buildings, other structures, and water bodies that will impact or be impacted by each alternative.

For the Basis of Design Report, the Consultant shall survey to the extent described below:

Locate critical elevations and establish a reference benchmark circuit for all construction.

Page 17 of 48

Page 18: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Perform all research and procure all information necessary to establish existing right-of-way, property, and existing easement lines.

Perform spot survey checks to verify the accuracy of the topographic mapping.

Utility Tracking Form: In areas of expected excavation, the Consultant shall conduct an Ohio Utility Protection Service (OUPS) search and identify existing utility locations. The Consultant will be required to maintain a detailed utility tracking form to record and document all data collected with respect to line and grade conflicts. All locations/elevations are to be referenced to the State Plane Coordinate System.

2.1.1.6 Task 1F: Permits and Easements

Identify permits and approvals required by public and private entities, including but not limited to the City of Cleveland, Army Corps of Engineers, Ohio EPA (Permit to Install, storm water construction, etc.), ODOT, and railroads.

Also identify easements, rights of entry, license agreements and any other types of access agreements that will be required through public or private property. When developing schedules, take into account the time required to obtain such permits and property access rights.

2.1.1.7 Task 1G: Geotechnical Investigation

Soil borings and rock cores shall be obtained along the proposed route as necessary to assess the suitability and cost of the construction methods associated with each alternative. The number of borings and cores is expected to be less than that required for final design. The Consultant may also utilize existing geotechnical data as appropriate.

Consultant shall select and coordinate the services of a subcontractor to perform all soil borings, rock corings, and pavement corings; take all soil and rock samples; install any necessary instrumentation; and provide all testing services required for the development of geotechnical reports. It will be the responsibility of the Consultant to ensure that the boring subcontractor properly notifies all affected parties and secures any needed permits prior to commencing work, fills all bore holes with grout upon completion of boring work, and restores each site to a condition equal to or better than that which was originally encountered. All boring locations must be photographed prior to commencing

Page 18 of 48

Page 19: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

boring activities. Each photograph must be properly labeled with a minimum of the date, boring identification number, street address and city.

Photographs shall be bound and presented to the District. Filled or final core boxes shall be photographed prior to removal from the boring site. Soil samples taken from the borings shall be properly stored and preserved to prevent or minimize moisture change and shall be delivered to the District for storage upon completion of all analysis.

Consultant shall also select and coordinate the services of a sub-consultant who specializes in geotechnical consulting to prepare preliminary and final geotechnical reports. Should the lead consultant firm be able to perform these geotechnical duties in-house, a detailed resume of the individual(s) who will be involved will be required in the proposal, and the proposed individual(s) will need to be able to demonstrate sufficient expertise to be considered qualified. The geotechnical professionals and the lead firm shall mutually determine the parameters of a soil boring program for the project areas, including prescribing the necessary tests and evaluating the resulting data. The geotechnical professionals on the team shall designate the location for each boring, be present when it is being drilled and classify all samples. The geotechnical team members shall prepare interpretive geotechnical reports as necessary to address the criteria for the alternatives analysis and as necessary to support the design. Such reports may include, but are not necessarily limited to, evaluation of the subsurface materials discovered and the conditions which a construction contractor could expect to encounter; appropriate construction techniques; support requirements; slope stability analysis; and impact of surface and subsurface conditions on cost and risk. It will be the geotechnical professional’s responsibility to assure the accuracy of the reports.

2.1.1.8 Task 1H: Hydraulic Analysis

It is anticipated that hydraulic modifications may be needed due to DEIRS as-built conditions and potential consent decree changes. A hydraulic modeling specific allowance will be established during negotiations.

2.1.1.9 Task 1I: Green Opportunities

Evaluation of the use of green infrastructure as a supplemental CSO control method for the DWIRS and the identification of opportunities for reduction of stormwater entering the combined sewer shall be considered throughout the design contract. Findings from the ongoing Green Infrastructure Study will be provided relative to any potential alternatives that may impact the hydraulics of the DWIRS system prior to July 15, 2011.

Page 19 of 48

Page 20: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

2.1.1.10 Task 1J: Schedule

For the Options Evaluation, determine the duration of construction for each alternative. To the extent possible, outline the critical path for major design and construction tasks.

For the Options Evaluation and the Basis of Design Report, identify the dependency on other factors for each alternative.

Throughout the project, the Consultant must provide a critical path, cost-loaded project schedule that meets the milestone requirements described in Section 4.0 of this RFP.

2.1.1.11 Task 1K: Construction Cost Estimates

In the Basis of Design Report, the Consultant shall include a Class 5 estimate in accordance with the Association for the Advancement of Cost Engineering (AACE) International Recommended Practice 18R-97 for each option.

2.1.1.12 Task 1L: Coordination with Other Entities

Take into consideration all past, present and future work of other public and private entities. Some of the entities and projects for which coordination will be necessary are identified in Section 1.0 of this RFP; however, the Consultant shall assume that coordination will not be limited to those entities and projects.

2.1.1.13 Task 1M: Risk Analysis

Perform a risk analysis for each alternative. Identify environmental risks, safety risks and economic risks. Identify short-term and long-term risks, including those risks associated with the period proceeding implementation of the alternatives, construction risks, and risks following implementation of the alternatives. Describe the consequences and likelihood of occurrence of each identified risk. Identify the means of mitigating the risks as well as the cost of mitigation. The risks and associated likelihood of occurrence as well as impact of occurrence will be summarized in a risk register. The risk register template will be provided by the District.

Page 20 of 48

Page 21: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

2.1.1.14 Task 1N: Community Impact Assessment

The Consultant shall prepare a Community Impact Assessment, with the intent of identifying potential short-term impacts to the community during construction, and long-term impacts that arise as a result of the installed asset. Impacts are considered to be both positive and negative in nature. This project will require all components of the Level 1 and Level 2 Assessments as well as applicable components of the Level 3 Assessment.

Level 1 Assessments: Typically underground repairs and improvements to existing assets, in existing easements and right-of-ways, does not expand the footprint of the existing asset to a significant extent and construction is short-term (less than 6 months) in duration.

Level 1 Assessments will typically focus on impacts to local residents (noise, dust, odors, loss of parking, access, inconvenience, etc.); impacts to businesses; places of worship; public agency (i.e. fire, police, schools, Rapid Transit Authority, refuse collection) services; vegetation, pedestrian and vehicular traffic patterns, etc. during construction.

Level 2 Assessments: Repairs and improvements that significantly expand beyond the footprint of the original asset, or expand the easement or right-of-way to include community areas not previously impacted by the installation of the original asset. Will also include new aboveground structures and projects of longer term duration (greater than 6 months).

Level 2 Assessments will typically include all Level 1 Assessment requirements; however, may also include aesthetic impacts from aboveground structures; potential economic impacts to local businesses; long-term changes to traffic patterns, road degradation, changes in land use, emergency response and other impacts due to long-term construction, and changes or additions to permanent aboveground structures.

Level 3 Assessments: Typically new aboveground structures on “green field” sites where impacts to the community will be permanent from significantly altering the physical condition of the site.

Level 3 Assessments may include requirements of Levels 1 and 2 Assessments as applicable; however, typically will include impacts to community socio-economic conditions; alter future land use plans, land valuations, require future security plans, and other more permanent changes to the community.

Page 21 of 48

Page 22: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Deliverables: The Consultant will provide a level of specificity in the Assessment (specific names of business impacted, type of impact, term of impact, residential addresses, agencies, community profiles and other community entities impacted), so that the Assessment can be developed into an actionable Community Relations and Communication Plan by the Owner in support of the project. The Assessment will provide a general description of the impacted area, specific areas of impact and evaluate the level of impact to each entity impacted. The assessment will also include maps, drawings, study information, supporting documentation and references in support of the Public Impact Assessment.

The Consultant’s Assessment will be provided to the Owner as a section within the 30%, 60% and 90% design phase submittals, as the Assessment evolves with additional site and public impact information. Elements of the Assessment may be included in the bid documents, at the Owner’s discretion.

Meetings: The consultant will be expected to attend both internal and external meetings in support of the project. These meetings may include; internal design reviews, contract reviews, Board meetings, internal informational meetings and public meetings.

2.1.2 Task 2: Design

The Consultant shall develop drawings and specifications and integrate the District’s Division 1 and Bid Booklet (including Instructions to Bidders, General Terms and Conditions, Special Conditions, Agreement) for the DWIRS project to produce a construction bid document suitable for competitive bidding purposes. The contract drawings will indicate the layout, plans, sections, and details of the DWIRS.

All specifications shall be prepared with the CSI 2004 format. All drawings shall be prepared using AutoCAD 2006. All construction cost estimates shall be prepared according to the guidelines contained in the AACE International Recommended Practice No. 18R-97.

Throughout the progress of the design, the geotechnical professionals on the project team shall continue to provide all geotechnical data and interpretation necessary to design the project.

All Task 2 deliverables shall be submitted in the following formats and quantities:

10 hard copies bound and indexed appropriately 1 indexed PDF electronic copy 1 original electronic application format copy

Page 22 of 48

Page 23: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

2.1.2.1 Task 2A: 30% Design

The 30% percent design submittal will serve as the initial layout for review of the DWIRS to be advanced into further design levels. At this stage, the design shall incorporate major design concepts and shall be reflective of decisions made to date.

The 30% submittal shall include, at a minimum, the following:

Drawings including title sheet, drawing index, plan and section/profile drawings, flow diagrams, site plans, and other conceptual information using the District’s sheet format and numbering system.

Preliminary technical specifications of major equipment Revised basis of design Revised risk register Quality assurance report Construction cost estimate SBE analysis Value engineering services and report, including technical response by the

Consulting recommending acceptance or rejection Design review meeting

2.1.2.1.1 Quality Assurance/Quality Control Report

The Consultant shall issue a QA/QC Report that includes the following:

Summary of Consultant’s internal design review comments, proposed responses and review staff documented on a review template provided by the District.

Explanation of significant differences that may exist between the pre-design basis of design report and the 30% basis of design report.

2.1.2.1.2 Construction Cost Estimate

The Consultant shall issue along with the 30% design submittal an AACE Class 3 construction cost estimate. Three copies and one PDF electronic copy shall be submitted to the District’s Project Manager.

2.1.2.1.3 SBE Analysis

Page 23 of 48

Page 24: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

In concert with the development of the construction cost estimate, Consultant shall analyze areas where Small Business Enterprise contractors certified with the District can be utilized and recommend a SBE percentage goal for the construction project. A suggested template will be provided by the District for the Consultant’s use.

2.1.2.1.4 Value Engineering Services

The VE Study will be conducted when the design of the DWIRS is approximately 30% complete but prior to the 30% Design Review Meeting. A summary of the information discussed in the VE meeting shall be presented in the 30% Design Review Meeting.

A firm that specializes in VE studies will conduct the VE Study. It is the responsibility of the Consultant to submit appropriate VE team members to the District for review and to schedule the VE meeting. The VE firm and team members will then be jointly selected by the Consultant and the District.

A specific allowance in the amount of $100,000.00 will be included in Task 2A for the VE Consultant services, the Consultant’s response services, and the Consultant’s drawing revision services suggested by the VE Study and authorized by the District. The allowance funds contained in Task 2A will only be used with the written authorization of the Director of Engineering and Construction. The District will negotiate the actual scope of work and cost requirements for these services, on an as required basis.

2.1.2.1.5 Design Review Meeting

The Consultant shall organize and lead a District attended 30% Design Review Meeting to explain their design as necessary and to receive and discuss comments regarding the design. The Consultant’s Project Manager and key lead staff representing the various disciplines shall be in attendance for the review.

All documents that comprise the 30% submittal shall be delivered to the District 10 working days in advance of the meeting. The Consultant shall submit an agenda containing critical issues for discussion three days prior to the meeting and shall prepare and submit meeting minutes to the District’s Project Manager within four days after the meeting. The District shall provide written review comments on a District template. The Consultant shall record District comments made at the meeting and enter them into the review template provided by the District. Within 10 working

Page 24 of 48

Page 25: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

days of the review meeting the Consultant shall respond to the District comments contained on the review template, and the review template shall be submitted to the District Project Manager.

The Consultant’s QA/QC review staff shall be available by phone to answer any questions regarding their review.

2.1.2.2Task 2B: 60% Design

The 60% design submittal will serve as a detailed presentation of the design configurations and parameters established in the Pre-Design and 30% Design Tasks.

The 60% submittal shall include, at a minimum, the following:

Drawings including title sheet, drawing index, plan and section/profile drawings, flow diagrams, site plans, and other conceptual information using the District’s sheet format and numbering system.

Draft specifications for all equipment and major work items Revised basis of design Geotechnical Data Report Revised risk register Quality assurance report Construction cost estimate Revised SBE analysis Summary of VE recommendations incorporated by the Consultant into

the contract documents Design review meeting

2.1.2.2.1 Quality Assurance/Quality Control Report

The Consultant shall issue a revised QA/QC Report that includes:

Summary of Consultant’s internal design review comments, proposed responses and review staff documented on a review template provided by the District.

Summary of the Consultant’s constructability review including inter and intra discipline coordination review

Explanation of significant differences that may exist between the 30% basis of design report and the 60% basis of design report.

2.1.2.2.2 Construction Cost Estimate

Page 25 of 48

Page 26: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

The Consultant shall issue along with the 60% design submittal an AACE Class 2 construction cost estimate. 2.1.2.2.3 Geotechnical Services

The geotechnical program begun during the pre-design task shall be advanced during the design task, including all necessary borings, rock cores, testing, and analysis. The final boring logs shall be the result of the data gathered in the field and lab during the pre-design and design tasks. The logs shall be incorporated into a geotechnical data report.

2.1.2.2.4 Surveying

The Consultant shall establish the baseline survey to which the DWIRS location and all geometrics will be referenced. This includes the following work:

Locate critical existing utilities and pertinent property corners from the baseline survey.

Field locate and identify topographic details within an agreed upon boundary for the project site.

Provide services needed to fully describe and detail the planimetric drawings.

Utility tracking form: Update the utility tracking form with any new or revised information obtained since the Basis of Design report was developed.

2.1.2.2.5 Permits and Easement Documents

The consultant shall assist in preparation of permits required by public and private entities and coordination with those entities.

If elements of work require temporary or permanent easements, the Consultant will be required to identify and coordinate these easements with the District. If required, the Consultant shall prepare legal descriptions, calculations and plats for all necessary permanent and temporary easements, which may be needed during construction. Preparation of these easement documents shall be included in the total negotiated price. This includes surveying services in the event that it becomes necessary to field

Page 26 of 48

Page 27: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

locate the proposed re-rerouted interceptor, appurtenances, easement limits, etc., and the time spent in meetings with property owners.

2.1.2.2.6 Maintenance of Traffic Plans

Prepare maintenance of traffic plans to provide a safe work space for the contractor to perform the construction of the proposed project. The design shall meet the requirements of the local municipality and the “Ohio Manual of Traffic Control Devices for Streets and Highways .”

2.1.2.2.7 SWPPP

Prepare a Storm Water Pollution Prevention Plan (SWPPP) using the District standard template form if more than one (1) acre is planned to be disturbed. The consultant shall prepare the Stormwater Pollution Prevention Plan and supporting documents as may be required to obtain a Notice of Intent permit from the Ohio EPA and local stormwater permitting regulations. The consultant shall provide all documentation pursuant to the standards as provided in the Ohio Department of Natural Resources –“Rainwater and Land Development Code”; latest edition. Please see Attachment I.

2.1.2.3 Task 2C: 90% Design

The 90% percent design submittal will serve as the pre-final design submittal that details all aspects of the project decided during the previous submittal reviews and monthly meetings.

The 90% submittal shall include, at a minimum, the following:

All drawings checked for interdisciplinary coordination. Cross checked bid sheets, Division 1 and other Bid Booklet documents

(provided by the District) coordinated with the bid package All technical specifications Revised basis of design Revised risk register Quality assurance report Construction cost estimate Revised SBE analysis Draft geotechnical baseline report Design review meeting

Page 27 of 48

Page 28: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

2.1.2.3.1 Quality Assurance/Quality Control Report

The Consultant shall issue a revised QA/QC Report that includes:

Summary of Consultant’s internal design review comments, proposed responses and review staff documented on a review template provided by the District.

Summary of the Consultant’s final constructability review including inter and intra discipline coordination review

Summary of Front end, Division 1 and technical specification coordination review.

Explanation of significant differences that may exist between the 60% design basis of design report and the 90% basis of design report.

2.1.2.3.2 Construction Cost Estimate

The Consultant shall issue along with the 90% design submittal an AACE class 2 construction cost estimate.

2.1.2.3.3 Geotechnical Baseline Report

A draft geotechnical baseline report shall be prepared and included in the 90% design submittal. The draft report shall be a near final version of the report. Revisions to the report after the 90% submittal should consist only of changes necessary to correlate with revisions to the final design or changes due to reassessment of risk assignment.

The final geotechnical baseline report shall contain the evaluation of the subsurface materials discovered and the conditions which the construction contractor can expect to encounter. In addition, the geotechnical baseline report shall include discussion of dewatering, appropriate construction techniques and support requirements necessary to properly construct this project. It will be the geotechnical professional’s responsibility to assure the accuracy of the reports. Should the Consultant be able to perform these geotechnical duties in-house, a detailed resume of the individual(s) who will be involved are required in the Consultant’s proposal. The proposed staff member(s) shall have a minimum five (5) years of recent geotechnical experience to be considered qualified.

2.1.2.4 Task 2D: Final Design

The final design will be represented in the documents to be used for bidding purposes. This includes final drawings, specifications, cost estimates, and

Page 28 of 48

Page 29: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

project schedules. The following provides more details relative to the final design submission requirements.

The Final design submittal will incorporate all corrections and shall be complete and suitable for bid purposes. It is not expected that a final design review meeting will be held. If a final design review meeting is required due to significant 90% detailed design delivery issues caused by Consultant, a final design review meeting will be held. Consultant shall prepare agenda, meeting minutes and attend the meeting and revise the drawings and specifications as necessary based on the outcome of the final review meeting as part of the base scope of services.

It is the Consultant’s responsibility to document that all previous comments have been addressed and that the Consultant provided and documented that suitable inter and intra discipline reviews were completed.

The Final design submittal shall include, at a minimum, the following:

All drawings checked for interdisciplinary coordination. All technical specifications Final basis of design Revised risk register Final design quality assurance report Final construction cost estimate Final SBE analysis and recommendation for SBE participation Final geotechnical baseline report Design review meeting (if necessary) Bidding documents

2.1.2.4.1 Quality Assurance/Quality Control Report

The Consultant shall issue the final design QA/QC Report that includes the following:

Summary of Consultant’s internal design review comments, proposed responses and review staff documented on a review template provided by the District.

Summary of the Consultant’s final constructability review including inter discipline coordination review

Summary of Bid Booklet, Division 1 and technical specification coordination review.

Page 29 of 48

Page 30: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Explanation of significant differences that may exist between the 90% design basis of design report and the final basis of design report.

2.1.2.4.2 Construction Cost Estimate

The Consultant shall issue along with the final design submittal an updated AACE Class 2 construction cost estimate.

2.1.3 Task 3: Bidding

The Consultant shall provide Contract Documents for bidding purposes and for distribution by the District to interested parties including the District’s staff. The Consultant shall provide up to 100 bid sets (front end documents, specifications, bid booklet, full size drawings, half size drawings, and any other supplemental documents).

2.1.3.1 Task 3A: Pre-Bid Meeting

The Consultant shall assist the District’s Project Manager in developing an agenda and presentation for the Pre-Bid Meeting.

The Consultant shall attend and participate in the Pre-Bid Meeting.

The Consultant shall assist in preparing minutes of the Pre-Bid Meeting, which will be included in the first addendum.

2.1.3.2 Task 3B: Addenda

The Consultant shall assist the District’s Project Manager in the preparation and issuance of addenda during the DWIRS bid phase.

2.1.3.3 Task 3C: Bid Evaluation & Recommendation

The Consultant shall assist the District’s Project Manager in analyzing bids and provide a letter of recommendation for award of the construction contract.

2.1.4 Task 4: Construction

2.1.4.1 Task 4A: Contract Administration Services

The Consultant shall provide Contract Administration Services to the District’s Project Manager and Construction Supervisor during the duration of the construction of DWIRS. The scope of services shall include but is not limited to the following:

Page 30 of 48

Page 31: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Prepare conformed set of contract documents (addenda posted). Provide 10 sets each to the District and Contractor (5 full size and 5 half size sets).

Participate in a Pre-Construction Meeting.

Maintain project files of approved submittals.

As requested by the District, review detailed construction shop drawings and other information submitted by the Contractor for compliance with the design concept and the requirements of the Contract Documents. Such data shall be recommended for approval, returned for revision, rejected, or distributed for information. Assume 150 shop drawings.

As requested by the District, assist in liaison with Contractor when construction work affects plant operations or other on-site work.

As requested by the District, attend monthly formal progress meetings, weekly project status meetings, and other on-site coordination conferences.

As requested by the District, assist with monthly reports, if any, as to project status or progress.

Provide interpretation of Contract Documents when requested by the District.

As requested by the District, prepare responses to Requests for Information (RFIs). Assume 60 RFIs.

As requested by the District, consider and evaluate the Contractor’s suggestions for modifications to the Contract Documents and report recommendations to the Construction Supervisor. Assume 10 suggestions for modifications.

As requested by the District, review Contractor’s as-built red line drawings for accuracy and completeness. Compile record drawings from reviewed set in hard copy/electronic format.

As requested by the District, assist in the preparation of and administration of change orders and claims. Assume 25 change orders and 5 claims.

2.1.4.2 Task 4B: Resident Project Representative Support Services

The Consultant shall provide Resident Project Representative Assistance to the District’s Construction Supervisor during the duration of the construction of DWIRS. The level of service will be 100 hours per month. The scope of services shall include, but is not limited to, the following:

Advise the Construction Supervisor immediately if it is determined that any work requiring shop drawing or sample submission is commenced and the shop drawing has not been approved.

Page 31 of 48

Page 32: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

During intermittent on-site visits, review the progress and the quality of the construction work for general conformance to the Contract Documents, and consult with the Construction Supervision regarding such observations.

Prepare written site visit reports and provide a copy to the Construction Supervisor.

Report to the Construction Supervisor whenever the consultant believes that any work may be unsatisfactory, faulty, defective, does not conform to the Contract Documents, has been damaged, or does not meet the requirements of any inspections, tests or approvals required to be made.

Advise the Construction Supervisor when the consultant believes work should be corrected or rejected or uncovered for special testing, inspection or approval.

Advise the Construction Supervisor in determining that tests, equipment and startups are conducted as required.

Assist the Construction Supervisor in determining field obstructions and expedite modifications to Contract Documents to reflect field conditions.

Assist with the final inspection by design staff and Construction supervisor.

Maintain a redline set of drawings to be used in preparation of the record drawings.

Protocol:

One point of contact from the Consultant should be designated for the Resident Project Representative Support Services. A secondary point of contact can be designated in the event that the first point of contact cannot be reached with a critical field question. All communications should be routed to the designated Consultant contact.

No more than two members of the Consultant design team are typically needed for progress meetings unless there is a specific need as determined by the District.

Generally, Consultant’s communication with the Contractor shall be through the District. The construction contract does not recognize the Consultant as having any authority to approve, reject or direct any of the Work.

The Consultant’s representatives shall not answer any questions or provide direction to the Contractor while on site. The Contractor should be directed to forward those questions to the District’s Construction Supervisor.

Page 32 of 48

Page 33: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

The Consultant is not authorized to direct the Contractor or District’s Construction Inspection Staff, unless in the event of an emergency and the District’s Construction Supervisor cannot be reached.

If a decision must be made on a less critical issue, the order of contact is the District’s Construction Supervisor and then the District’s Project Manager.

It is imperative that the District’s Construction Supervisor be kept informed of all observations made on site, and be the first one that is informed.

2.1.5 Task 5: Closeout

Review Contractor’s as-built red line drawings for accuracy and completeness. Compile record drawings from reviewed set in hard copy and electronic format. See Attachment B: Project Data Standards & Requirements for specific requirements.

Review Contractors’/Vendors’ O&M training outlines and materials and recommend changes as needed.

Provide System Operations & Maintenance Manuals and associated training for the District staff. The O&M Manual shall address, but not be limited to, safety aspects during operation, maintenance, and cleaning; suggested sequence of operation; operational strategies of sewers, regulators, manholes, and connection structures; truck placement; loading operations; odor control provisions; and solids management. Ten hard copies and one electronic copy (PDF Format) shall be provided in accordance with Attachment B.

Assist with the final inspection by design staff and Construction Supervisor.

Conduct a final performance certification including preparing a video inspection one year after project completion.

2.1.6 Task 6: Additional Services (Allowances)

The District may require additional services from the Consultant for items not specifically included in the aforementioned Tasks. These services may consist of, but not be limited to, additional investigative and/or design services. It is the District’s intent to determine the appropriate amount for Task 6, Additional Services, during negotiations with the selected consultant.

The funds contained within this task will only be used with the written authorization of the Director of Engineering and Construction. The District will negotiate the actual scope of work and cost requirements for the additional work with the Consultants, on an as required basis.

2.1.7 Project Management

Page 33 of 48

Page 34: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Project management is a critical activity to be included within the execution of all tasks identified above. Utilize procedures related to cost estimating, scheduling, project documentation, risk management, QA/QC, and others as necessary to enhance budget, scope and time management.

In order to ensure that this improvement project is successfully completed in a timely manner and to the satisfaction of the District, the following project management items are being included in the scope of work for this project:

2.1.7.1 Monthly Project Summary Report

The Consultant’s project manager shall prepare a monthly project summary report within 7 working days of the close of the billing month. The monthly report shall include the following items (items that are required as part of the standard invoice need not be duplicated for the monthly reports):

A listing of work performed during the month and a listing of anticipated work during the next two months. Information shall be broken down by Tasks.

Consultant person-hours utilized to date, along with total person-hours allocated. This shall be done for each Task.

Sub-consultants, including SBE, person-hours utilized to date, along with total person-hours allocated for each Task and Subtask. (The person-hours shall be broken out separately for each of the Sub-consultants)

Consultant’s Direct Labor, Indirect Costs, Other Direct Costs and Profit expended to date, along with the negotiated Direct Labor, Indirect Costs, Other Direct Costs and Profit for each Task and Subtask, along with current balances.

The percentage of Direct Labor on which local taxes have been paid to member communities.

Sub-consultants’, including SBE, costs expended to date, along with the negotiated amounts for each of the subs, and current balances, by Task.

An updated, cost-loaded CPM schedule in Primavera P6 compatible format.

Invoices for the period covered in the report, will not be paid until the monthly report is delivered to and approved by the District.

2.1.7.2 Project Meetings

The Consultant’s Project Manager shall meet, in person, with select District personnel monthly to review the progress of this project and to discuss any outstanding issues and potential problems. These meetings should include

Page 34 of 48

Page 35: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

identification of work performed last period, work to be completed next period, critical action item status, and responsible parties to complete actions. Budget or schedule problems shall be identified and corrective actions noted.

The Consultant shall prepare and deliver an agenda, revised action items table and revised risk register 3 working days in advance of the meeting and shall prepare and deliver meeting minutes for review within 3 working days of the meeting. All draft submittals shall be in Word or Excel, and all final submittals shall be in PDF and delivered to the project manager.

It is also recommended that the Consultant’s and the District’s Project Manager hold telephone discussions as frequently as needed.

The Consultant shall also make personnel available for meetings with the regulators to answer questions pertaining to design elements of the project. The District will take the lead in organizing, planning and conducting any meetings with the regulators.

As part of the District’s Project Management Guidelines there will be several phase teams and overall project teams. The Project Manager and other staff will be required to attend these meetings. The meetings will be conducted to distribute information and/or to get input from other staff members at the District. The meetings will be limited to a total of one per month.

2.1.7.3 Monthly Invoices

The Consultant shall submit to the District monthly invoices detailing costs incurred in conjunction with this project. Each invoice shall cover a period of one calendar month (or a four-week time period) and shall be submitted to the District within 21 days of the close of the monthly billing cycle. Invoices submitted after this date shall be processed on the next monthly invoice review period.

Prior to the start of this project, the Consultant’s Project Manager shall meet with District personnel to review the District’s invoicing requirements and format.

In the event that work is not progressing in a manner which is satisfactory to the District, monthly progress payments may be reduced.

The recommended Project Management hours should be included in each of the specific tasks previously mentioned.

2.2 ALTERNATES TO THE PROJECT

Page 35 of 48

Page 36: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

The Consultant is encouraged to consider alternative approaches to the Project that provide benefit to the District. The consultant may propose concepts that enhance the operation, maintenance, functionality and/or life cycle of other related components of the District’s existing or future sewer network in addition to fulfilling the Project Scope.

2.3 TRANSFER OF RECORDSIt is the intent of the District that the work effort be conducted in a manner that maximizes the District’s flexibility regarding follow-up studies or design related efforts and other District projects. Software and software programs that will be necessary to achieve this shall be made available to the District. Utilization of proprietary software which cannot be made available to the District at the end of this project will not be allowed.

All records (project reports, meeting notes, data files, project data, original tracings, maps, field sketches, lab reports, flow data, design calculations, graphic originals, electronic files, etc.) generated shall be the property of the District and shall be turned over to the District upon completion or as directed.

All deliverables shall be required to be delivered to the District in hardcopy and electronic (original software and PDF) format. Depending on the size of the electronic deliverables, the consultant may be required to provide and utilize portable hard drive(s) for delivery.

Page 36 of 48

Page 37: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

3.0 PROPOSAL CONTENT AND FORMAT

Each Consultant shall submit one original and seven (7) copies of the qualifications and technical proposal. All material submitted shall have a font size equivalent to Times New Roman 12 pt or larger. Proposals shall be no more than 100 printed pages and be printed on double-sided recycled paper. The page count includes all submitted information except as indicated otherwise in this section. The page count includes project team résumés. Pages that are 11”x17” shall be counted as two pages. The following information shall be included in the technical proposal:

3.1 EXECUTIVE SUMMARY (Up to 10 pages)

3.2 QUALIFICATIONS (Up to 15 pages)

Because of the critical nature of the work described within this Request for Proposals, the District intends to obtain services from highly experienced and qualified firms. The firms must be able to staff this project with qualified individuals who shall remain committed to this work from inception through completion.

The Consultant shall describe the availability and the commitment of resources for this project. A discussion of the commitment and availability of key project personnel (Project Manager and designated task leaders) shall also be included.

It is expected that the Consultant will honor their proposed project staffing in that all proposed individuals shall be assigned to the project. Substitutions will not be made or allowed for the convenience of the Consultant. In the event a proposed individual becomes unavailable the firm must propose in writing a substitution. The District reserves the right to accept or reject any and all proposed substitutions.

The Consultant must demonstrate within their statement of qualifications that they have staff available to assume the responsibilities of the proposed project manager, proposed key design engineers, proposed construction administrator, and proposed resident representative in the event that the proposed individuals become unavailable.

3.2.1 Individual Team Member Qualifications

Submit the following information for key team members:

The résumé and office location of the proposed Project Manager and his or her proposed time commitment to the project. The District reserves the right to approve the proposed Project Manager, and if that individual leaves the firm during the project, to subsequently approve his or her replacement.

Page 37 of 48

Page 38: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Résumés of key staff members and/or sub-consultants proposed to work on the project as well as the guaranteed back-up personnel. The roles proposed for each sub-consultant as well as their qualifications in that area shall also be identified in the proposal.

The District fully expects that personnel included in the proposal will be assigned to the project. Any personnel added to the project team or changes of personnel in significant roles shall be subject to advance approval by the District.

The individuals proposed by the Consultant for the management, options evaluation, design, contract administration, and resident representative services must meet all the requirements as outlined within this RFP or their submission shall be eliminated from consideration without any further consideration. The Consultant shall provide a list of projects where key staff members have functioned in their proposed roles. The information for these projects shall include, at a minimum, the following: project description, key staff member’s role, client, client contact, construction cost, and year completed. This information shall be provided for the following key positions:

3.2.1.1 Proposed Project Manager

The Consultant’s proposed project manager must be experienced in multi-disciplined projects of the magnitude and complexity of the DWIRS. The Consultant’s proposed project manager must have within the last five years managed a project that included hydraulics, structural, geotechnical, site/civil, and instrumentation and controls It is expected that the Consultant’s proposed project manager will manage the team within its local Cleveland office and be available for frequent personal interaction with the District project management team. The project manager must meet the following requirements:

Must be a registered professional engineer in the State of Ohio at the time or within 12 months of contract award and throughout the contract duration

Must have had a key role in a minimum of five (5) engineering projects in the last eight (8) years

Must have managed a minimum of two (2) sewer/CSO system projects in the last 5 years

o At least one (1) of the two projects must have included sewer designo At least one (1) of the two projects must have included an

alternatives analysiso At least one of the projects must have involved subcontracts.

3.2.1.2 Proposed Key Discipline Leads

Page 38 of 48

Page 39: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

The Consultant’s proposed key design discipline leads must be experienced in multi-disciplined projects of the magnitude and complexity of the DWIRS. The Consultant’s proposed discipline leads must also have, within the last five years, led tasks within their area of expertise.

The following design lead capabilities must be demonstrated in the Consultant’s response to the RFP:

Hydraulics Structural Geotechnical Site/Civil

The Consultant’s proposed key design task leads must be also be Registered Professional Engineers in the State of Ohio at the time or within 12 months of the Award of Contract and must maintain said registration throughout the duration of the contract period.

The Consultant’s proposed key design engineers must demonstrate having performed a key role within the last five years on a minimum of two projects with similar scope and nature to the DWIRS for their areas of expertise.

3.2.1.3 Proposed Construction Administrator

The Consultant’s proposed construction administrator must be experienced in providing the type of services listed for Task 4A on projects similar to the DWIRS. The Consultant’s proposed construction administrator must have within the last five years administered a project of this size and complexity. The Consultant shall provide a description of the recent (within last five years) projects completed by the construction administrator.

The Consultant’s proposed construction administrator must be a Registered Professional Engineer in the State of Ohio at the time or within 12 months of the Award of Contract and must maintain said registration throughout the duration of the contract period.

3.2.1.4 Proposed Resident Project Representative

The Consultant’s proposed resident project representative must be experienced in providing the type of services listed for Task 4B for projects similar to DWIRS. The Consultant shall provide a description of the recent (within last five years) projects completed by the resident project representative

Page 39 of 48

Page 40: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

The Consultant’s proposed resident project representative must be a Registered Professional Engineer in the State of Ohio at the time or within 12 months of the Award of Contract and must maintain said registration throughout the duration of the contract period.

3.2.2 Consultant Team Qualifications

The Consultant Team proposing on this work must meet all the requirements as outlined within this request for proposal or its submission shall be eliminated from consideration.

The Prime Consultant must be experienced in municipal sewer interceptors/tunnels of similar magnitude to DWIRS. The Consultant Team must demonstrate experience in the following disciplines:

Hydraulic design and analysis, including modeling; experience with large sewer networks, preferably systems with combined sewers

Geotechnical engineering, including slope stability, in an area with very similar surface and subsurface conditions to those in the vicinity of the DWIRS.

Experience with design and construction of sewers via tunneling, microtunneling, and open cut trenching

Alternatives development for sewer system projects Surveying and mapping Scheduling Cost estimating

Provide a statement of the Consultant Team’s qualifications, including a description of three (3) of the most recent projects/programs/efforts that included similar scope of work for the Prime Consultant and relevant sub-consultants. The following information shall be included for each project:

Firm name Role of firm Proposed team members involved Project description Client name Client contact (address, phone, e-mail) Year completed Total design fee($) Construction management fee ($) Change Orders ($) Engineers estimate at bid ($) Bid award ($)

Page 40 of 48

Page 41: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

Construction cost at time of completion ($)

The Prime Consultant shall provide a description of three (3) design projects completed in the last ten years.

The Prime Consultant must have managed the design and construction within the last ten years a minimum of three projects of a similar complexity and magnitude.

In addition to the three projects identified, the Prime Consultant shall submit a bid history for all projects designed by consultant and bid in Northeast Ohio in the last 24 months. This list shall be submitted in tabular form showing the project description, client contact information, engineer’s estimate, bid award amount, percent difference, and whether there was a re-bid required. Please provide an explanation for any projects that were re-bid or had bid awards that varied from the engineers estimate by more than 10%.

3.3 TECHNICAL APPROACH (Up to 60 pages).

The Consultant shall include in the proposal a technical approach section that covers the task descriptions for the Project discussed in Section 2.0 of this RFP. The Consultant shall also include discussion of potential alternate approaches to the Project within a separate sub-section of the technical approach section. This will facilitate the review of the Consultant’s ability to deliver the Project for comparative purposes as well as provide a means for the Consultant to identify alternatives to the Project for the District to consider in the evaluation of the proposals. The following is an outline to present the technical approach consistent with the detailed descriptions of the project scope presented in Section 2.0 of this RFP.

3.3.1 Technical Approach for Project

a. Pre-designb. Designc. Biddingd. Constructione. Closeoutf. Additional Services

3.3.2 Alternative Approaches to the Project

Include the following alternative approaches if applicable:a. Additional options or sub-options

Page 41 of 48

Page 42: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

b. Other Creative Ideas

3.4 LOCAL PARTICIPATION (Up to 5 pages)

A summary of the proposed percentage of the work to be performed by personnel and/or firms located within the District service area shall be presented by the Consultant. The proposal shall outline the portions of the project that will be performed by personnel and/or firms within a District service area community. The District’s goal for local participation for this project is 80%. Specify the locations of the office(s) where the various project services are to be performed. The level of staffing dedicated to a local office shall be clearly stated.

3.5 SBE PARTICIPATION (Up to 5 pages)

The Consultant shall provide a summary of the proposed percentage of Small Business Enterprises (SBE) participation in the project. The District’s goal for SBE participation is 20% for the DWIRS consultant services. The scope of SBE participation shall be based upon Tasks 1 through 5, while the percentage shall be calculated upon the entire project (Tasks 1 through 6). The proposal shall include a statement indicating the following:

Portions of the project to be assigned to SBE businesses in a responsible role;

Other portions of the project that will involve contribution by SBE firms;

Statement of the overall percentage of SBE involvement; and

Principal contact information for each SBE firm.

The SBE firms proposed as part of this project team shall be certified with the District at the time of proposal. Questions regarding the District’s SBE program shall be addressed to Ms. Tiffany Jordan, the District’s Contract Compliance Manager, at (216) 881-6600, Ext. 6640. A copy of the District’s SBE policy is included as Attachment C.

3.6 SCHEDULE (Up to 5 pages).

The Consultant shall include a description of its critical path logic in delivering this project on time and within the budget identified in the proposal. The Consultant shall include a critical path schedule in this section and include the methodology for maintaining and updating the schedule as this DWIRS project progresses. This schedule shall form the basis of the cost-loaded baseline project schedule to be delivered by the successful Consultant. The schedule provided must comply with the schedule requirements described in Section 4.0 of this RFP.

Page 42 of 48

Page 43: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

3.7 TASK & HOURS (Not included in the Page Count)

Task and Hour Summary Forms (Attachment E) shall be completed for each Task outlined in Section 2.0 of this RFP. An electronic file spreadsheet in Excel format of the Task and Hour Summary Forms accompanies the RFP for the Consultants to use in their proposals. An electronic file in Excel format of the Task and Hour Summary Forms completed by the Candidates shall be submitted with the proposal. Candidates shall break the project down by the top-level tasks (e.g., Pre-design, Design, Bidding, Construction, Closeout, and Additional Services) identified in the Scope of Work. The Task and Hour Summary Form for Task 4 shall indicate the breakdown of hours between Subtasks 4A and 4B. The Consultant shall be required to develop a preliminary index of required drawings and submit this index with the proposal. In addition, the Consultant shall convert non-hourly expenses such as drilling services to equivalent hours by dividing the cost for such services by an equivalent hourly cost of $65.00/hr. The total of the hours for all tasks shall reflect the total estimated effort needed to perform the entire project as outlined in the RFP. Hours in all tasks shall be identified by labor category for each activity.

As described above, the Consultant will need to propose hours for the Project scope identified in Section 2 for the purposes of comparing all proposals in a consistent manner. The Consultant shall also identify relative impacts to effort for any alternatives identified in the proposal as described in Section 2.0.

All proposed sub-consultants shall also have Task and Hour Summary Forms in the proposal. The District will use these forms to assist in evaluation of the proposals. The District reserves the right to request additional Task and Hour Information. A prompt response of one (1) working day shall be adhered to in these requests. Consultants may prepare their own task and hour forms as long as all information requested by the Attachment E form is included.

3.8 STATEMENTS

The Consultant shall include a statement indicating that the Consultant has examined background reports and data and agrees to acquire the additional information needed to perform all aspects of the work as outlined in this Request for Proposal.

The Consultant shall include a statement confirming that no personal or organizational conflicts of interest are known to exist.

3.9 CERTIFICATION FORMS (Not Included in the Page Count)

Page 43 of 48

Page 44: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

The Consultant shall provide in this section of the proposal a notarized copy of the District’s Bidder’s Equal Opportunity Report.

The Consultant shall provide in this section a completed and signed copy of the District’s Non-Disclosure Agreement, included as Attachment H.

Page 44 of 48

Page 45: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

4.0 PROJECT SCHEDULE

The selected consultant shall adhere to the following schedule:

Begin work immediately upon authorization to proceed.

As required in the Project Management Plan, within three (3) weeks of receiving authorization to proceed, submit to the District a cost loaded P6 schedule showing critical milestones, intermediate tasks, and the completion dates for the final designs. A preliminary schedule showing general tasks and anticipated dates shall be submitted with the technical proposal.

The milestone dates associated with the evaluation, design and construction of the DWIRS project are as follows:

Task/Sub-task Months after Consultant NTPBasis of Design Report 12Design Complete 16Advertisement for Bids 16Construction NTP 19Construction Complete 49

The Consultant’s DWIRS project schedule must comply with these milestone dates for the Project Scope. Revisions to the milestone dates will be considered with respect to alternatives proposed by the Consultant and accepted by the District.

In the event that final plans and specifications are not completed and submitted in accordance with the previously mentioned schedule, the District may withhold payment until such plans and specifications are completed.

In submitting a proposal, the candidate thereby acknowledges and accepts that delays resulting from the District’s review and approval process will not be grounds for an increase in compensation or an overrun in costs. Also, in submitting a proposal, the candidate acknowledges that the District shall not be held responsible for delays caused by errors, omissions or ambiguities on the part of the consultant in any submission.

Damages due to failure of the District to maintain a reasonable review schedule will not be assessed against the consultant. However, the consultant is responsible for delays due to errors, omissions and ambiguities in materials submitted.

Page 45 of 48

Page 46: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

5.0 EVALUATION AND SELECTION PROCESS

Once all Qualifications and Technical proposals have been received, the following steps will be followed to select the Consultant:

1. The written Qualifications and Technical Proposals will be evaluated and scored by a District Selection Committee utilizing the following criteria:

Written Qualifications (40% of Total Score) Project Team – 10 points Proposed Project Manager – 5 points Experience and previous performance of proposed team and staff on similar

projects – 10 points Clarity and organization of proposal – 10 points Local Participation and SBE Participation – 5 points

Written Technical Approach (40% of Total Score) Project Understanding – 10 points Proposed methods to accomplish scope of work, alternative approaches (see

Part 2.0.B of this RFP), and risk management – 25 points Ability to meet proposed schedule – 5 points

2. Upon completion of the scoring and ranking of the written submittals, the District may select up to three (3) of the top ranked firms to deliver a presentation and provide further clarification of their approach. The District will prepare and submit a list of questions to each of the short-listed firms to address during their interview.

The District may allot up to 90-minutes for the presentation and interview, including a 30-minute question and answer period. Key project personnel will be expected to take the lead in presenting and answering questions regarding the technical proposal. Upon completion of the presentations, the District selection committee will score each firm according to the following criteria:

Presentation and Interview (20% of Total Score) Quality and clarity of presentation – 5 points Project Manager’s ability to communicate project understanding – 10 points Adequacy of Response to District Questions – 5 points

3. The scores for the Presentation and Interview will be combined with the scores from the evaluation of the written submittals to determine the overall ranking of the short-listed firms.

Page 46 of 48

Page 47: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

4. The District will enter into negotiations with the highest ranked firm to develop a final and mutually agreed-upon scope and price. The District will require that the fee (profit) include a base fee of 10% and a fee at risk of 5% based on successfully meeting key performance indicators (KPIs). These KPIs will be mutually agreed upon as part of the negotiations and may include, but not be limited to, meeting schedule requirements, designing to budget, preparing final engineer’s estimates within 10% of the bid award amount, achieving acceptable response times, etc. If agreement cannot be reached with the highest ranked firm, the District may initiate negotiations with the next highest ranked firm.

5. Upon reaching agreement on the scope and total not-to-exceed price for the project, the Selection Committee will make a recommendation to award to the District’s Consultant Review Committee (CRC) for review.

6. Upon approval by CRC, District Staff will report to the Board of Trustees and make a recommendation to enter into a contract based on the outcome of the negotiations.

7. The selected consultant cannot commence work on any aspects of the project prior to the Board approval and subsequent execution of the District’s standard contract.

Page 47 of 48

Page 48: SECTION 1.0INTRODUCTION - Northeast Ohio Regional … DWIR…  · Web viewIn 1998, the Northeast Ohio Regional Sewer District (NEORSD) undertook the Easterly CSO Phase II Facilities

6.0 SUBMISSION OF PROPOSALS

One original and seven (7) copies of the technical proposals are to be delivered to the following names and address:

Julius Ciaccia, Executive DirectorNortheast Ohio Regional Sewer District3900 Euclid AvenueCleveland, Ohio 44115-2504Attn.: Kellie Rotunno, Director of Engineering & Construction

Deadline for submission of proposals is 4:30 P.M., April 15, 2011.

Late submittals will not be considered.

All questions regarding this RFP shall be directed to Mr. Brian Page.

END OF RFP

ATTACHMENTS TO FOLLOW

EXHIBITS TO FOLLOW

Page 48 of 48