REQUEST FOR QUALIFICATIONS Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018

Similar documents
SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA

MECKLENBURG COUNTY Land Use & Environmental Services Agency Solid Waste

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

Request For Qualifications Construction Management at Risk

REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES FOR BRADFORD PARK SOFTBALL COMPLEX PARKING LOT EXPANSION

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call )

REQUEST FOR PROPOSALS

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

REQUEST FOR QUALIFICATIONS

Notice of Request for Proposals

Notice of Request for Proposals

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

AGREEMENT FOR SERVICES

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

Request for Proposals Electrical Engineer Services. Marin County Office of Education. December 12th, 2018

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

REQUEST FOR PROPOSAL Compensation Consulting

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

Proposal No:

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

MIDDLESEX COUNTY UTILITIES AUTHORITY

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

REQUEST FOR QUALIFICATIONS For Architectural Services Office Tenant Improvements

GREENVILLE UTILITIES COMMISSION

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR PROPOSAL

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864)

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No.

COBB COUNTY DEPARTMENT OF TRANSPORTATION

Telemetry Upgrade Project: Phase-3

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

REQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM

City of Albany, New York Traffic Engineering

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS

REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES

Black Hawk County Engineer

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

Electronic copies: Michael Francis Desiree Young Dyan Merced File

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services

SUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

OREGON STATE UNIVERSITY

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

RFP # Request for Proposal Moving Services Contract

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call ) MnDOT PARKLET 2.

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

LEGAL NOTICE REQUEST FOR PROPOSALS FOR CONSULTANT ENGINEERING SERVICES FOR DOWNTOWN HYDROLOGIC & HYDRAULIC STUDY

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

BUSINESS ASSOCIATE AGREEMENT

CONTRACT FOR SERVICES RECITALS

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

City of Loveland, Ohio

REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

KITSAP COUNTY REQUEST FOR QUALIFICATIONS (RFQ) NOTICE TO CONSULTANTS FOR KITSAP COUNTY FAIR AND FIARGROUNDS

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

REQUEST FOR PROPOSALS

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

Request for Proposal Public Warning Siren System April 8, 2014

BHP Project IFB #

UCR Campus Planning. Capital Asset Strategies REQUEST FOR QUALIFICATIONS ON-CALL NON-PROJECT SPECIFIC ENVIRONMENTAL CONSULTING SERVICES APRIL 2018

CASITAS MUNICIPAL WATER DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) ON-CALL TREE INSPECTION SERVICES FOR 2019

Notice of Request for Proposals For Ephesus Church Road/Fordham Boulevard Small Area Planning/Traffic Analysis

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

WEST VALLEY SANITATION DISTRICT

All equipment will be assembled and installed by the Supplier and or Contractor.

Town of Manchester, Connecticut General Services Department

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

City of Merriam, Kansas

RFP Request for Proposal Emergency Underground Utility Repair Services

Request for Proposal (RFP) For Plat book Printing

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Request for Proposal

REQUEST FOR PROPOSALS. For PRELIMINARY DESIGN SERVICES

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

Transcription:

Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018 I. PURPOSE/BACKGROUND The South Granville Water and Sewer Authority () is a water and sewer authority serving the southern portion of Granville County, North Carolina, including the Town of Butner, the City of Creedmoor, the Town of Stem and part of the unincorporated areas of southern Granville County. s service area is in the Falls Lake Watershed (Neuse River Basin). is seeking a qualified consulting firm to provide comprehensive engineering services for the purpose of developing, designing, bidding, and overseeing construction of an aerial sewer pipe line restoration project from start to finish. II. PROJECT DESCRIPTION The objective of this construction project is to repair/replace a damaged 10 aerial sewer pipe line that spanned Knapp of Reeds Creek at a bridge on Veazey Road in southern Granville County, NC. The damage occurred from extensive flooding as a result of excessive rainfall during Hurricane Florence. It is anticipated that the project, including engineering services, will be funded by the Federal Emergency Management Agency (FEMA) and from other State sources. Hazard mitigation will be an essential part of this project. Due to the fact that a temporary pump around solution is in place currently to continue sewer service, it is essential that this project be moved forward in an expeditious and responsible manner. III. GOALS AND OBJECTIVES The selected consultant will work closely with as well as Federal, State and local government agencies, contractors, etc. throughout the project. The purpose of this project is to design appropriate and comprehensive construction plans, specifications, and related documents sufficient for a timely competitive bidding process, and to provide construction administration and management through successful completion. At a minimum, the selected consultant is expected to be thoroughly familiar with the following: 1. Wastewater collection systems; 2. Appropriate construction techniques and methods for sewer pipe line installation, including, but not limited to, aerial configuration and design; 3. State and Federal wastewater rules and regulations; 4. State and Federal environmental regulations pertaining to utility crossings; and Page 1 of 7

5. Other related regulations such as, but not limited to, those associated with FEMA, transportation and/or highways, and Federal, State, and Local funding and procurement protocols. The Consultant is expected to provide finished work products in several formats, including but not limited to: 1. Paper documents; 2. Digital Documents (Word, Excel, ACAD, etc.); 3. Any other format customary to construction design, bidding, and administration that will allow, encourage, and support thorough and competitive bidding by interested construction contractors. IV. SCOPE OF SERVICES The selected consultant will work with, other local government staff, State staff, and others as needed. Engineering services include any or all of the following tasks: 1. Design, bidding, and construction administration/management 2. Meeting(s) with required regulatory and/or funding parties as needed 3. Close consultation and coordination with Board and staff 4. All other customary aspects of similar construction projects V. SUBMITTAL REQUIREMENTS The following submittal requirements are essential: All materials submitted electronically must be in Adobe Acrobat 5.0 (or later) PDF format (preferably in one file) by the date indicated in the schedule below. Submittals may be color or black/white and all portions must be 8½ x 11. 1. For those interested consultants without email capability, sealed submittals may be mailed or hand delivered so that physical delivery to will be made by the deadline time and date. Five (5) copies are required. 2. Submittals may include spreadsheets, graphics, logos and any other "objects" embedded in the file. 3. A cover letter may be inserted after page one and WILL be counted as part of the total page limitation. 4. Links or references to websites are not acceptable and will not be allowed. 5. Submittal (all pages and sheets) must be limited to a maximum of twenty (20) pages in total. PAGE 2 of 7

If applicable, clearly disclose all potential conflicts or appearances of conflicts of interest with third parties. Include (1) present or prior relationships, (2) work in same or different discipline, (3) work in local area or elsewhere, and (4) work as prime or sub consultant, etc. The submittal shall address each of the following: A. PROJECT APPROACH A brief description of the consultant's understanding of and approach to the tasks is required. Include a proposed scope of services listing specific anticipated work tasks. B. SIMILAR EXPERIENCE In detail, describe past experience of your firm with similar projects. Include specific projects, names and description of the work completed, client names and individuals with telephone numbers of one (1) individual to contact for reference for each project listed. Photographs, maps, layouts or other supporting material from similar projects are encouraged. C. PROJECT TEAM Multi firm teaming is acceptable to provide the best qualified professionals for this contract. Provide a graphical representation of your team organizational chart, including the firm s name, individuals involved, and the role they will perform (principal in charge, project manager, engineer, planner, economist, etc.). Provide a description of the qualifications and experience of the specific individuals that will be involved in this project, including the staff of other professional firms to be used (provide registration numbers and expiration dates of architects, planners, engineers, etc. for verification). Identify their experience with similar type projects. D. COST CONTROL & SCHEDULING Describe your firm s method of keeping a project on schedule and within budget. Creative techniques that minimize research and work redundancy while providing a comprehensive effort should be described. The consultant shall assure that sufficient staff is available at all times and assigned to the project. VI. SCHEDULE Submittals deadline: 10:00 a.m., Wednesday, November 14, 2018 All submittals received by the deadline will be evaluated. IMPORTANT: Submittals received after the deadline of 10:00 a.m. on November 14, 2018 will not be considered for evaluation. Selection Committee review of submittals: November 14 16, 2018 Meeting to finalize Scope and request Fee Proposal: November 19 20, 2018 Scope and Fee Proposal submittal deadline: 12:00 Noon, Thursday, November 29, 2018 Board approval: no later than December 11, 2018 meeting Contract signed by Authority and Consultant: December 17, 2018 PAGE 3 of 7

Submittals may be e mailed to rbalmer@sgwasa.org to the attention of Jerry L. Ayscue, Interim Executive Director,. Consultants without e mail availability may mail or hand deliver a sealed submittal (5 copies) with Veazey Road Project on the cover to the mailing address below: 415 Central Avenue, Suite B BUTNER, NC 27509 Attention: Jerry L. Ayscue Questions regarding this project should be directed to Jerry L. Ayscue, Interim Executive Director,, voice (919) 575 3367 Ext. 312; fax (919) 575 4547, or via e mail to: jayscue@sgwasa.org. The preferred method is e mail. Consultants are strongly encouraged to test submit proposals in order to review format and integrity of the submittal. Submittals that cannot be opened or are otherwise corrupt will not be evaluated. Consultants are strongly encouraged not to wait until the deadline. Submittals that are received after the deadline due to Internet delays, firewalls, large file delivery times, post office delays, traffic congestion, etc. will not be considered. The deadline is absolute. Consultants will receive an e mail confirmation upon receipt and successful opening of their submittal, including whether or not their submittal was received before the deadline. For those consultants without e mail availability, a written confirmation will be mailed. After a review of the submittals, one firm will be selected for the project. Interviews are not anticipated for consultant selection for this project. The selection decision will likely be made solely upon the merits of the submittal. However, if interviews are deemed necessary, they will be conducted per Section VI, Schedule. The final selection will be determined by a committee comprised of the following: Executive Director Finance Director Utilities Director Contract Engineer Any additional personnel and/or consultants deemed appropriate by The firm selected for this project should anticipate beginning work per Section VI, Schedule. PAGE 4 of 7

VII. SELECTION CRITERIA The selection of the consultant shall be based on proposal information exhibited in written and graphic form, and in personal interviews (if conducted). Criteria for selection will include, but not necessarily be limited to the following: A. Relevant experience of the same or similar projects in content and scope B. Consultant understanding of the purpose of the project C. The qualifications and experience of the consultant's key project team members who will be actively involved in the project. (Note: both firm AND team members must have relevant experience with similar projects) D. Approach to cost control and scheduling E. Reference checks F. The submittal itself will be evaluated as an example of the firm s work quality VIII. OTHER PROJECT REQUIREMENTS A. MINORITY/WOMEN BUSINESS ENTERPRISE It is the policy of to provide minorities and women equal opportunity for participating in all aspects of the Authority's contracting and procurement programs, including but not limited to employment, construction development projects, and materials/services, consistent with the laws of the State of North Carolina. The policy of prohibits discrimination against any person or business in pursuit of these opportunities on the basis of race, color, national origin, religion, sex, age, disability, or veteran's status. It is further the policy of to conduct its contracting and procurement programs so as to prevent such discrimination and to resolve any and all claims of such discrimination. B. ADA COMPLIANCE will comply with the Americans with Disabilities Act (ADA) which prohibits discrimination on the basis of a disability. will make reasonable accommodations in all programs to enable participation by individuals with disabilities who meet essential eligibility requirements. programs will be available in the most integrated setting for each individual. If any accommodations are necessary for participation in any program or services, participants are encouraged to notify Staff accordingly. C. INDEMNITY AND INSURANCE REQUIREMENTS To the extent permitted by law, the Consultant shall indemnify and save harmless, its officers, agents, employees and assigns from and against all loss, costs, damages, expenses and liability caused by an accident or other occurrence resulting in bodily injury, including death, sickness and disease to any person; or damage or destruction to property, real or personal; arising directly or indirectly from operations, products or services rendered or purchased under PAGE 5 of 7

the contract by and between the selected consultant and. The selected consultant further agrees to purchase and maintain during the life of the contract for the Project, with an insurance company acceptable to, authorized to do business in the State of North Carolina the following insurance coverage: AUTOMOBILE LIABILITY Bodily injury and property damage liability insurance covering all owned, non owned, and hired automobiles for limits for bodily injury of not less than $1,000,000 per person/$2,000,000 per accident, and property damage limits of not less than $1,000,000 per accident. The automobile liability insurance coverage amounts may be satisfied with a combination of primary and excess/umbrella coverage. COMMERCIAL GENERAL LIABILITY Bodily injury and property damage liability shall protect the contractor, and any subcontractor performing work under the contract, from claims of bodily injury or property damage which arise from operation of this Agreement, whether such operations are performed by contractor, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $2,000,000 bodily injury each occurrence/$4,000,000 aggregate and $2,000,000 property damage each occurrence/$4,000,000 aggregate. This insurance shall include coverage for products, completed operations, personal and advertising injury liability, and contractual liability in an amount not less than $2,000,000 each occurrence/$4,000,000 aggregate. The liability insurance coverage amounts may be satisfied with a combination of primary and excess/umbrella coverage. WORKERS' COMPENSATION Meeting the statutory requirements of the State of North Carolina, even if not required by law to maintain such insurance is essential. Workers Compensation insurance coverage shall have at least the following limits: Employers Liability $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit. PROFESSIONAL LIABILITY Insuring against professional negligence, errors, and omissions on an occurrence or claims made basis with policy limits of $2,000,000 per claim/$4,000,000 annual aggregate. If insurance is provided on a claims made basis, tail coverage will be required at the completion of this Agreement for duration of thirty six months, or the maximum time period reasonably available in the marketplace. Contractor shall furnish certification of tail coverage as described or continuous claims made liability coverage for thirty six months following completion of its services under this Agreement. Continuous claims made coverage will be acceptable in lieu of tail coverage provided its retroactive date is on or before the effective date of this Agreement. If Continuous claims made coverage is used, Contractor shall be required to keep the coverage in effect for duration of not less than thirty six months from the end of this Agreement. This will be a condition of the final acceptance of work or services. PAGE 6 of 7

Certificates of such insurance must be furnished and shall contain the provision that will be given thirty (30) days written notice of any intent to amend or terminate by either the consultant or the insuring company. In addition, shall be named an additional insured under such automobile and commercial general liability policies. D. OTHER CONTRACT REQUIREMENTS. The final contract between the parties will be drafted by s attorney and may contain standard terms and conditions applicable to contracts which are or may be funded by federal and state/or funding sources. Key contract provisions are available upon request. END OF PAGE 7 of 7