SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA

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

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

REQUEST FOR PROPOSAL Compensation Consulting

Notice of Request for Proposals

Notice of Request for Proposals

GREENVILLE UTILITIES COMMISSION

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

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

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

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

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

Proposal No:

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

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

Request for Proposal For Scrap Metal Removal

REQUEST FOR QUALIFICATIONS

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

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

Telemetry Upgrade Project: Phase-3

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

Management of Jobing.com Arena

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

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

REQUEST FOR QUALIFICATIONS For Architectural Services Office Tenant Improvements

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No.

City of Albany, New York Traffic Engineering

Request for Proposal (RFP) For Plat book Printing

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services

CONTRACT FOR SERVICES RECITALS

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM

REQUEST FOR PROPOSAL

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

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

REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES

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

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

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

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

BUSINESS ASSOCIATE AGREEMENT

Request For Proposal (RFP) for

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

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

Request for Proposal # Postage Meter Lease & Maintenance Service

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

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

ANNOUNCEMENT. This request for qualifications seeks the following type of service providers:

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

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

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

W I T N E S S E T H:

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

EXHIBIT B. Insurance Requirements for Construction Contracts

RFP Request for Proposal Emergency Underground Utility Repair Services

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

Union County. Request for Proposals # Employee Survey Services

City of Loveland, Ohio

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

WEST VALLEY SANITATION DISTRICT

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

REFUSE AND RECYCLING CONTAINER AND BILLING AUDIT SERVICES RFP #1603 October 2016

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

BUSINESS ASSOCIATE AGREEMENT

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

Request for Proposal General Ledger Software

Request for Proposal # Executive Recruitment Services

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

Litchfield Planning and Zoning Commission RFP/RFQ Request for Proposal/Qualifications Aquifer, Subdivision, & Zoning Revision

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET)

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL. PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

Black Hawk County Engineer

RFP # Request for Proposal Moving Services Contract

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

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

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

City of Merriam, Kansas

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

RFP Request for Proposals As-Needed Moving Services

Request for Qualifications

Insurance Requirements

Transcription:

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR Disinfection By-Products Reduction and SCADA evaluation For SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA 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. is seeking a qualified consultant to assist in reviewing s Disinfection By-Products(DBPs) Reduction Plan and SCADA needs at the WTP. has been issued an Administrative Penalty from DEQ-PWSS and is currently out of compliance with disinfection by-products removal. has had an engineering report submitted detailing a plan to migrate to Enhanced Coagulation. The plan has not generated the results anticipated. Also test and studies have shown that the disinfection-by products are generated within the treatment process with very little increase within the distribution system. II. PROJECT DESCRIPTION The objective of this project is to review s plan to reduce disinfection by-production within the water treatment process and make recommendations to the plan, to the treatment process, and other modifications that would assist in reducing the amount of DBPs produced. The consultant will also review the current SCADA system and make recommendations concerning the automation of the Water Treatment Plant for efficiency and consistency in operations. The consultant will also be asked to review the possibilities of grant funding to achieve some of these recommendations III. GOALS AND OBJECTIVES The selected consultant will work closely with as well as State and local government agencies, customers, contractors, etc. throughout the Project. The purpose of this Project is to develop a revised plan of action to permanently achieve compliance with the DBP rule, develop an information and automation system to improve operations within the plant and to investigate what grant funds may be available to achieve these goals. At a minimum, the selected consultant is expected to be thoroughly familiar with the following: 1. Water treatment operations to reduce the formation of DBPs. 2. DBP reduction methods utilized in other older conventional water treatment plants; 3. State and Federal DBP rules and regulations.; 4. State and Federal Bidding Laws; and Page 1 of 6

5. Current SCADA utilized within water treatment processes and their integration into older conventional water treatment plants 6. Knowledge of the NC State and Federal Grant Structure 7. Water Treatment System design, bidding, and construction oversite in connection with remodeling and improving an older existing currently operational plant. 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. Modeling/projection Tools, if appropriate (software, manuals, training); and 4. Technical presentations (power point, etc); IV. SCOPE OF SERVICES The Selected consultant will work with and other local government staff. Unspecified services may or may not include any or all of the following tasks: 1. Literature review of water demand used by the system; 2. Data Gathering and Assessment; 3. Modeling/projections of water treatment and conditions; 4. Engineering recommendations with consultation with Staff; 5. Design, bid, and construction oversight of recommended improvements. V. SUBMITTAL REQUIREMENTS Please take note of the following very important requirements: 1. All materials shall be submitted electronically in Adobe Acrobat 5.0 (or later) PDF format (preferably in one file) by the date indicated in the schedule below. No printing, binding or other paper handling is required of the consultant. Paper submittals will be accepted, but will not be accepted in lieu of the electronic copy. 2. Submittals may be color or black/white and all portions must be 8½ x 11. 3. Submittals may include spreadsheets, graphics, logos and any other "objects" embedded in the file. 4. A cover letter may be inserted after page one and WILL be counted as part of the total page limitation 5. Links or references to websites will not be allowed. A submittal must be received. Passive activities are not permitted. 6. Submittal (all pages and sheets) is limited to a maximum of 20 pages. 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. PAGE 2 OF 6

The submission shall address each of the following: A. PROJECT APPROACH A brief description of the firm's understanding of and approach to the tasks. Include a proposed scope of services listing specific anticipated work tasks. B. SIMILAR EXPERIENCE In detail, describe the 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 (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 at all times, sufficient staff is available and assigned to the project. VI. ANTICIPATED SCHEDULE All submittals received by the deadline will be evaluated. Submittals received after the deadline will not be evaluated. Proposal submittal deadline : July 14,2017 Selection Committee reviews submittals July 17-21, 2017. Meeting to finalize scope and request Fee Proposal Week of July 24-28, 2017 Scope and Fee Proposal submittal deadline BY August 2, 2017 Contract submitted to the Board for acceptance August 8, 2017 meeting. Contract signed by Consultant Week of August 18, 2017 Qualification submittals are to be received by by the date shown above. The Selection Committee will review all submittals received by the deadline. Submittals received after the deadline will not be reviewed. Submittals must be e-mailed to Lindsay L. Mize at: lmize@sgwasa.org. Consultants without e-mail availability may send a disk (CD-ROM, DVD, or USB Thumb Drive) to: PAGE 3 OF 6

415 Central Avenue, Suite B BUTNER, NC 27509 Attention: Lindsay L. Mize Questions regarding this project should be directed to Lindsay L. Mize, Executive Director,, voice (919) 575-3367 Ext. 312; fax (919) 575-4547 or via e-mail to: lmize@sgwasa.org. Consultants are strongly encouraged to test-submit proposals to themselves 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, etc. will not be considered. Consultants will receive an e-mail confirmation upon receipt and successful opening of their submittal including that submittal was received before the deadline. After a review of the submittals, one firm will be selected for the project. Note: interviews are not anticipated for consultant selection for this project. The selection will likely be made based solely upon the merits of the submittal. 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 The Utilities Director Any additional personnel and/or consultants deemed appropriate by The firm selected for this project should anticipate beginning work per Section VI, Schedule. VII. SELECTION CRITERIA The selection of the consultant shall be based on proposal information exhibited in both written and graphic form and 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 actually be actively involved in the project. (Note: both firm AND team members must have relevant experience with similar studies.) D. Approach to cost control and scheduling. E. Reference checks. F. The submittal itself as an example of the quality of the firm's work. PAGE 4 OF 6

VIII. MISCELLANEOUS 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 County'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 an individual with a disability who meets 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. 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 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: 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 PAGE 5 OF 6

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. Said Workers Compensation insurance 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. Certificates of such insurance will be furnished and shall contain the provision that will be given 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. END OF REQUEST FOR STATEMENT OF QUALIFICATIONS PAGE 6 OF 6