request for proposal gravity thickening improvements (sfp … sfp … ·  · 2011-05-19request for...

37
Page 1 of 37 REQUEST FOR PROPOSAL GRAVITY THICKENING IMPROVEMENTS (SFP-36-1) WBS NO. CIP.TP.S.1231 May 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 Gravity Thickening Improvements, Contract SFP-36-1. Proposals for providing these services will be received until the close of business (4:30 P.M.) on Friday, June 17, 2011. 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. A mandatory (for consultants that will submit as a prime) pre-proposal meeting will be held at 1P.M. on June 1, 2011 on the third floor of the Northeast Ohio Regional Sewer District’s Southerly Wastewater Treatment Center (SWWTC) Administration Building located at 6000 Canal Road, Cuyahoga Heights, Ohio 44125. 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 INTRODUCTION SECTION 2.0 SCOPE OF SERVICES SECTION 3.0 PROPOSAL CONTENT AND FORMAT SECTION 4.0 PROJECT SCHEDULE SECTION 5.0 EVALUATION AND SELECTION PROCESS SECTION 6.0 SUBMISSION OF PROPOSALS

Upload: vuongthuan

Post on 11-Apr-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

Page 1 of 37

REQUEST FOR PROPOSAL

GRAVITY THICKENING IMPROVEMENTS

(SFP-36-1)

WBS NO. CIP.TP.S.1231

May 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 Gravity Thickening Improvements, Contract SFP-36-1. Proposals for providing these services will be received until the close of business (4:30 P.M.) on Friday, June 17, 2011. 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. A mandatory (for consultants that will submit as a prime) pre-proposal meeting will be held at 1P.M. on June 1, 2011 on the third floor of the Northeast Ohio Regional Sewer District’s Southerly Wastewater Treatment Center (SWWTC) Administration Building located at 6000 Canal Road, Cuyahoga Heights, Ohio 44125. 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 INTRODUCTION SECTION 2.0 SCOPE OF SERVICES SECTION 3.0 PROPOSAL CONTENT AND FORMAT SECTION 4.0 PROJECT SCHEDULE SECTION 5.0 EVALUATION AND SELECTION PROCESS SECTION 6.0 SUBMISSION OF PROPOSALS

Page 2 of 37

RFP list of Attachments The following attachments are included in this RFP. Attachment A Project Invoice Standards Attachment B Project Data Standards & Requirements Attachment C MBE/WBE Policy Attachment D Equal Employment Opportunity Form Attachment E Task and Hour Summary Form Attachment F NEORSD Cost Summary Form Attachment G NEORSD Non-Disclosure Agreement Attachment H Owner/Consultant Professional Services Agreement Attachment I NEORSD Anti-Terrorist Affidavit RFP list of Exhibits The following exhibits are provided for informational purposes in DVD format at the pre-proposal meeting following the Consultant signing the Non-Disclosure Agreement: Exhibit A Gravity Thickeners Thickened Sludge Pumps Schematic Exhibit B Gravity Thickeners Skimmings System Schematic Exhibit C Gravity Thickeners Existing Drawings Exhibit D Southerly WWTC Comprehensive Facilities Plan

Page 3 of 37

1.0 INTRODUCTION 1.1 PROJECT BACKGROUND

1.1.1 Description of the Gravity Thickening Improvements The Northeast Ohio Regional Sewer District is a political subdivision of the State of Ohio and organized under Chapter 6119 of the Ohio Revised Code. Originally named the Cleveland Regional Sewer District, it was created in 1972 to assume the ownership, operation and maintenance of wastewater collection, treatment and disposal facilities servicing the member communities in the Cleveland metropolitan area. The District owns and operates three treatment facilities: Easterly, Southerly and Westerly. The Southerly Wastewater Treatment Center (SWWTC) is located at 6000 Canal Road, Cuyahoga Hts., Ohio. In 2005, the District commenced with the Comprehensive Southerly Facilities Plan (SFP) project for its Southerly Wastewater Treatment Center. The SWWTC currently serves approximately 530,000 residents from forty-five (45) tributary communities. The 273-acre site is the largest of the District’s three wastewater treatment plants. The original plant began operation in 1927 and the last major improvement program for the upgrading and expansion of the facility commenced in 1972. The SWWTC is an advanced treatment facility that provides treatment by using a two-stage biological process. The first stage treatment includes bar screens, aerated grit tanks, primary settling tanks, aeration tanks and settling tanks. The second stage consists of aeration tanks and settling tanks. The third (tertiary) stage comprises of effluent filtration and chlorination/dechlorination. The primary goal of the SFP was prioritizing capital improvements and financial needs for the next thirty (30) years for purposes of ensuring consistent adherence to future regulatory requirements, maximizing treatment effectiveness, and optimizing operating efficiency. Completed in April 2009; the final SFP report includes a recommended list of projects with associated project costs, recommended schedules, and preliminary design layouts. The Gravity Thickening Improvement Project was included in the recommended Capital Improvement Program (CIP). The SFP is included as Exhibit D.

The Gravity Thickening Improvements Contract consists of both defined and undefined aspects of various gravity thickening improvements. Consultants shall submit hours for

Page 4 of 37

design services for the following scope of work.

Replacement of air compressor

Replacement of thirteen (13) slide gates in the GT distribution chamber

Installation of two (2) new hot flush pump systems

Replacement of the drives for GT Nos. 1-5

Replacement of the motor for GT No. 6

Replacement of six (6) sludge blanket level sensors

Lighting upgrades for the main floor/basement.

The following is a list of items to be evaluated in the base scope. A specific allowance will be determined during negotiations should subsequent design services be required.

Structural and architectural evaluation for the gravity thickener (GT) building and tanks

Evaluation of deteriorated metals underneath the containment dome due to highly acidic environment

Investigation and recommendation to protect the programmable logic controller (PLC) panel from groundwater infiltration

Evaluation of twelve (12) Thickened Primary Sludge (TPS) pumps

Recommendation for improvements to the distribution well and gates for improved distribution of flow

Evaluation of the GT bar rake mechanisms

Evaluation of all GT sludge line valves

Evaluation of the skimmings system, including but not limited to the mixers on the holding tanks, holding tanks, grinders, valves, pumps, and a recommendation for a system to break up the skimmings buildups under the walkways. Installation of isolation valves on the skimmings lines that ultimately discharge to the Skimmings Handling Facility.

Evaluation of the HVAC both under the domed portion the GT tanks and in main floor/basement including a potential for odor control with increased air displacements

Evaluation of the air release lines need including increased access and venting to the atmosphere

Evaluation of the TPS pump discharge piping size, especially when pumping to the Sludge Storage Tanks (SSTs) and to the GT distribution box. Plant staff

Page 5 of 37

have experienced high pressure in the discharge side when discharging from two pipes to one pipe (discharge to SST) when the valve is manifolded to drain a GT tank.

Evaluation of potable water and non-potable water systems including but not limited to new piping, valves, connections, and backflow preventers.

1.1.2 Description of the Gravity Thickening Processes

The sludge thickening process used at the SWWTC is gravity thickening. Degritted primary sludges, secondary sludges (EAS), and the Easterly Wastewater Treatment Plant’s (EWWTP) sludge are thickened in the gravity thickeners. The thickened sludges are then pumped to the Sludge Storage Tanks prior to thermal conditioning. The equipment involved in the gravity thickening process is as follows:

Sludge distribution chamber

Six (6) circular thickener tanks with sludge raking mechanism under a containment dome

Twelve (12) thickened sludge pumps

Skimmings system

Refer to Exhibits A and B for the Thickened Sludge Pumps and the Skimmings Systems Schematics. Exhibit C contains the existing drawings for the Gravity Thickeners.

1.1.3 Description of the existing Gravity Thickening Facilities

Sludge Distribution Chamber

The sludge distribution chamber is located centrally within the ring of the six (6) gravity thickeners. The purpose of the sludge distribution chamber is to distribute and regulate the sludges to each thickener in service. This chamber receives degritted primary sludge (DPS) and excess activated sludge (EAS) through the floor chamber into a common distribution box in the center of the chamber. The common distribution box is subdivided into two (2) sections by a 78-inch by 72-inch slide gate with each section serving three (3) gravity thickeners each. Two 24-inch diameter DPS lines enter the distribution box, one into each section. Influent flows are manually controlled via hand wheel by six (6) V-notch slide gates and six (6) isolation slide gates.

Page 6 of 37

Sludge Thickening Tanks

Six (6) gravity thickening tanks concentrate the degritted primary sludge and EAS. The thickening tanks are arranged hexagonally around the sludge distribution chamber. Each thickener consists of a cylindrical tank with a conical bottom, with a sludge inlet, an overflow weir, and a heavy duty raking mechanism. The raking mechanism contains arms and blades to direct sludge into a trough on the tank bottom drawn by positive displacement sludge pumps. Each gravity thickener is fed by a 16-inch gravity line from the sludge distribution chamber. The overflow passes over an influent weir into an effluent channel and then conveyed back to the primary settling tanks or to the lift station. Each thickener is covered by an aluminum containment dome supported by a triangular space truss structure. Thickened Sludge Pumps Sludge is pumped via two (2) triplex positive displacement plunger pumps at each gravity thickener. The pumps are located directly beneath each gravity thickener to assure positive head on the suction side of the pumps. One of the gravity thickener tanks includes a triplex pump and a pilot double disc pump installed by plant staff. Skimmings system The skimmings system for the gravity thickeners consists of two (2) skimmings tanks with mixers, four (4) grinders, four (4) pumps, skimmer mechanisms attached to the thickener rake arms, scum troughs, piping, and valves. The skimmer mechanism pushes the scum on the thickener water surface to the skimmings trough. It then flows through a drain to one of the skimmings tanks. The skimmings are held in storage tanks and then pumped to the Skimmings Handling Building. Miscellaneous Seven (7) centrifugal sump pumps are located beneath the gravity thickening tanks to assist in pumping down the tanks. An air compressor is provided to supply air for recharging the thickened primary sludge pump air chambers and pump motor cleaning. The compressor is a single acting, two stage air cooled, reciprocating type, complete with motor, drive, and controls. A hot water flushing system is provided in the Gravity Thickener Building which is used for flushing the sludge pumps and sludge lines. Hot flushing water is stored in two hot water storage tanks with non potable water. Hot water boilers provide heat through a closed loop heating system consisting of booster pumps and heat exchangers. A

Page 7 of 37

recirculation pump circulates flushing water between the storage tanks and the heat exchangers to maintain the storage tank pressure at 160 degrees. Two (2) seal water systems are provided to supply seal water to the skimmings grinders and pumps. The seal water system includes one 45 gallon receiving tank, two (2) centrifugal pumps, one copper float and tank mounted float switch, one-inch air break nozzle, one inlet solenoid valve and associated controls. 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 8 of 37

2.0 SCOPE OF SERVICES

The scope of work for the Gravity Thickening Improvements, Contract SFP-36-1, 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 Consultant should be familiar with the exhibits discussed in Section 1.0 and included in this RFP. 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. CONSULTANT’S RESPONSIBILITIES: 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 Gravity Thickening Improvements, Contract SFP-36-1. The Consultant shall work with Engineering & Construction Department and Operation & Maintenance Department personnel who will help define 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 shall incorporate the use of the District’s SharePoint site electronic submissions and workflow processes for all Tasks of Work as directed by the District. The Consultant shall use the SharePoint site for, but not limited to; electronic upload of documents for reference and/or file, invoicing, design schedules, budget transfers, construction submittals, Request for Information (RFIs), Contractor pay requests, construction changes, schedule reviews, etc. During the duration of the Contract the District may modify and/or add workflow processes and SharePoint usage, the Consultant shall incorporate the modifications and additions into their work. Access to the SharePoint site and workflow processes and training will be provided by the District. The Consultant should be familiar with the project background discussed in Section 1.0 and included in this RFP as Exhibits A, B, C, and D.

Page 9 of 37

DISTRICT’S RESPONSIBILITIES: The District will, at the selected firm’s request, provide information and material on file that is pertinent to the preparation of the plans and specifications. This may include plan and profile sheets of existing services, standard drawings, specifications, etc. The District will provide information on the requirements and standards for the project including the following:

1. Standard format and drafting procedures for construction drawings. 2. Standard forms for bid documents: Legal Notice, Instructions to Bidders,

General Terms and Conditions, Bid Forms, Agreement Forms, Division 1 Specification Templates and bond requirements.

3. Formats for specifications and other documents.

4. Standard construction drawings.

5. Project Management Templates.

6. NEORSD automation standards.

2.1 SCOPE OF SERVICES FOR PROJECT

The scope of work for the Contract SFP-36-1 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

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:

Page 10 of 37

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 MBE/WBEs, 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.

MBE/WBE subcontracting plan – include the process description for

analyzing subcontracting work opportunities for minority/women 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 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 SFP-36-1 that summarizes the Pre-Design work activities and critical design decisions to

Page 11 of 37

support advancement of the project into detailed design. The design parameters for the selected option shall be described in the Basis of Design Report.

Pre-design sub-tasks 1C through 1E shall be developed by the Consultant to the appropriate level of detail for the Basis of Design Report.

2.1.1.3 Task 1C: Schedule

Determine the duration of construction for each GT equipment being evaluated. To the extent possible, outline the critical path for major design and construction tasks.

For the Basis of Design Report, identify the dependency on other factors for GT equipment being considered.

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

2.1.1.4 Task 1D: Construction Cost Estimates

Consultant shall create and submit at the major milestones of (30%, 60%, 90% and Final), an estimate in accordance with the Association for the Advancement of Cost Engineering (AACE) International Recommended Practice 18R-97.

2.1.1.5 Task 1E: Risk Analysis

Evaluate risks for GT equipment being considered. 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.

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 SFP-36-1 to produce a construction bid document suitable for competitive bidding purposes. The contract drawings will indicate the layout, plans, sections, and details of the SFP-36-1.

Page 12 of 37

All specifications shall be prepared with the CSI 2004 format. Page layout, type fonts etc shall mimic the District provide Division 1 specifications. Final editing shall be by the consultant. All drawings shall be prepared using AutoCAD 2006 or newer. All construction cost estimates shall be prepared according to the guidelines contained in the AACE International Recommended Practice No. 18R-97.

Equipment to be incorporated in the design shall be identified, and data entered in the asset management sheets as provided by the District.

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

2.1.2.1 Task 2A: 30% Design

The 30% percent design submittal will serve as the initial layout for review of the SFP-36-1 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 using the District Sheet Format and numbering, plan and section/profile drawings, flow diagrams, Hydraulic Profiles, Civil/Site, Architectural, structural, HVAC/Plumbing, etc. plans and other conceptual information shall be developed to show the purposed general layout of the entire project.

General arrangement of equipment and piping layout drawings shall be complete to show proposed locations of all major items. Drawings shall also include equipment dimensions, clearances and working space around equipment and demolition plans.

Instrumentation Philosophy Process and Instrumentation Diagrams (P&IDs), including mechanical

equipment, major piping, and instrumentation should be near completion Electrical one-line power drawings shall be near completion. A complete list of major equipment proposed with catalog cut sheet data Preliminary technical specifications of major equipment also provide

complete list of proposed technical specifications for the Project.

Page 13 of 37

Preliminary construction schedule showing major construction phases and estimated durations.

Revised basis of design Revised risk register Quality assurance report Construction cost estimate MBE/WBE analysis 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 MBE/WBE Analysis

In concert with the development of the construction cost estimate, Consultant shall analyze areas where Minority and Women Business Enterprise (MBE/WBE) contractors certified with the District can be utilized and recommend a MBE/WBE percentage goal for the construction project. A suggested template will be provided by the District to the Consultant.

2.1.2.1.4 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.

Page 14 of 37

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 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.

2.1.2.2 Task 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:

Updated drawings illustrating the project facilities (both new and rehabilitated) including title sheet, drawing index, plan and section/profile, flow diagrams, etc. with dimensions, abbreviations, legends, general notes advanced past the 30% submittal.

Completed P&IDs showing all mechanical equipment, all process piping and all instrumentation.

All equipment schedules, although they may not be fully completed. Proposed Panel layout and wiring drawings. Design Calculations Technical specifications for all major and minor equipment and material

for the Project. A complete list of technical specifications for the project. Front end documents and specifications shall also be included.

Updated Preliminary Construction Schedule and updated preliminary sequence of construction for maintenance of facility operations during construction.

A complete list of major equipment proposed with catalog cut sheet data. Add new data to documents submitted with 60% Design Documents.

Page 15 of 37

Description of operation sufficient for contractor to perform PLC and MMI programming consistent with automation standards.

Revised basis of design Quality assurance report Construction cost estimate Revised MBE/WBE analysis 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

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

The Consultant shall establish a survey as appropriate.

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:

Complete set of Contract Documents with the pre-final design complete. 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.

Page 16 of 37

All technical specifications Final Construction Schedule that clearly indicates critical path activities. Final sequence of construction for maintenance of facility operations

during construction. Complete design calculations. Submit all final calculations that will

replace any previous calculation submittals. Catalog data on all proposed equipment. Submit new data that will

replace any previous catalog data submittals. Final description of operation sufficient for contractor to perform PLC

and MMI programming consistent with automation standards Revised basis of design Quality assurance report Construction cost estimate Revised MBE/WBE analysis Design review meeting

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.

2.1.2.4 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 17 of 37

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:

Complete set of Contract Bid Documents. All drawings checked for interdisciplinary coordination. All technical specifications Final basis of design Final design quality assurance report Final construction cost estimate Final MBE/WBE analysis and recommendation for participation levels Design review meeting (if necessary)

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.

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

Page 18 of 37

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 50 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 SFP-36-1 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

Page 19 of 37

construction of SFP-36-1. The scope of services shall include but is not limited to the following:

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 100 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 40 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 work authorizations and claims. Assume ten (10) work authorizations and one claim.

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

Page 20 of 37

SFP-36-1. The level of service will be 40 hrs 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.

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 shall 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.

Page 21 of 37

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.

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.

Use of District’s SharePoint Website:

During construction, the Consultant shall utilize the District’s SharePoint website as the medium through which construction-related documents including, but not limited to, submittals, RFIs and project schedules shall be processed. The SharePoint website shall also serve as a final repository for other construction-related documents such as site visit reports, progress meeting agenda and minutes, requests for proposals, work orders, etc. The District will provide training for the Consultant in the use of SharePoint website and its workflow processes.

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; loading operations; odor control provisions; and solids

Page 22 of 37

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

Project management is a critical activity to be included within the execution of all tasks identified above. The effort associated with project management shall be included in Tasks 1 thru 5 of the hours table. Utilize procedures related to cost estimating, scheduling, project documentation, risk management, QA/QC, and others as necessary to enhance budget, scope and time management.

To help 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 and include the document with their monthly invoice. The summary report shall include the following items:

A narrative that lists work performed during the month and a listing of anticipated work during the next two months. Information shall be broken down by Tasks. The narrative shall also include a discussion related to the

Page 23 of 37

schedule submitted and documents key activities, potential delays, and differences from previous schedule submittals.

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

Sub-consultant (including both non-MBE/WBE and MBE/WBE) 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)

An updated, cost-loaded CPM schedule in Primavera P6 format via the District’s SharePoint Website, using the specified workflow process.

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 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 expected 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.

In support of the Project Management Plan, the consultant should anticipate the need for ongoing coordination meetings with the District. 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.

Page 24 of 37

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 on or before the 20th of the month to allow for the program wide NEORSD end of month reporting, unless agreed upon otherwise by the NEORSD. 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. The Consultant shall be required to submit their invoices in the District’s specified format and via the District’s SharePoint Website, using the specified workflow process.

If work is not progressing in a manner which is satisfactory to the District, monthly progress payments may be reduced by the disputed amount.

2.2 ALTERNATES TO THE PROJECT The Consultant is encouraged to consider alternative approaches to the Project that provide benefit to the District. The Project described in Section 2.0 should be evaluated for project enhancements such as, but not limited to, the following:

2.2.1 Enhancements to Existing or Future District Facilities

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

2.3 TRANSFER OF RECORDS It 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 would 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

Page 25 of 37

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 26 of 37

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 75 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

3.2 QUALIFICATIONS

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

Page 27 of 37

to approve the proposed Project Manager, and if that individual leaves the firm during the project, to subsequently approve his or her replacement.

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 may be eliminated from 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 SFP-36-1. The Consultant’s proposed project manager must have within the last five years managed a project that included hydraulics, structural, 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) wastewater treatment plant projects in the last 5 years

o At least one (1) of the projects must have included plant design o At least one (1) of the projects must have included an alternatives

analysis

Page 28 of 37

3.2.1.2 Proposed Key Discipline Leads

The Consultant’s proposed key design discipline leads must be experienced in multi-disciplined projects of the magnitude and complexity of the SFP-36-1. 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:

Structural Site/Civil Mechanical Electrical Instrumentation and control Process SCADA Pipework Architectural

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 SFP-36-1 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 SFP-36-1. 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.

At a minimum, the Consultant’s proposed construction administrator shall have a Construction Management 2 Year Degree.

Page 29 of 37

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 SFP-36-1. The Consultant shall provide a description of the recent (within last five years) projects completed by the resident project representative

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 wastewater treatment plant design of similar magnitude to SFP-36-1. The Consultant Team must demonstrate experience in the following disciplines:

Mechanical process design Alternatives development for plant projects 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:

Project title Firm name Role of firm Proposed team members involved Project description Client name Client contact (address, phone, e-mail) Year completed Total design fee($) Construction management fee ($)

Page 30 of 37

Change Orders ($) Engineers estimate at bid ($) Bid award ($) Construction cost at time of completion ($)

The Prime Consultant shall provide a description of three (3) similar 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 the 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%.

The Prime consultant shall also develop a table of project experience specific to the NEORSD for projects within the previous 5 years including current projects. This table shall include columns that present the details of each project including, Project Title, Project Summary, Prime/Sub consultant, Consultant PM, NEORSD PM, Contract Award date, Construction Completion date, Contract Budget, Contract Effort incurred, etc.

3.3 TECHNICAL APPROACH

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 the various options for the GT equipment being considered 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.

Page 31 of 37

3.3.1 Technical Approach for Project

a. Pre-design b. Design c. Bidding d. Construction e. Closeout f. Additional Services

3.3.2 Alternative Approaches to the Project

Include the following alternative approaches if applicable: a. Additional options or sub-options b. Other Creative Ideas

3.4 LOCAL PARTICIPATION

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 MBE/WBE PARTICIPATION

The Consultant shall provide a summary of the proposed percentage of Minority and Women Business Enterprises (MBE/WBE) participation in the project. The District’s goal for MBE/WBE participation is 15% for the SFP-36-1 consultant services. The scope of MBE/WBE 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 MBE/WBE businesses in a responsible role;

Other portions of the project that will involve contribution by MBE/WBE firms;

Statement of the overall percentage of MBE/WBE involvement; and

Page 32 of 37

Principal contact information for each MBE/WBE firm.

The MBE/WBE firms proposed as part of this project team shall be certified with the District at the time of proposal. Questions regarding the District’s MBE/WBE 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 MBE/WBE policy is included as Attachment C.

3.6 SCHEDULE

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 SFP-36-1 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.

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

Task and Hour Summary Forms (Attachment E) shall be completed for Tasks 1 thru 5 as outlined in 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. Consultants may prepare their own task and hour forms as long as all information requested by the Attachment E form is included in substantially similar format. 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. All proposed sub-consultants shall also provide Task and Hour Summary Forms in the proposal. 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.

Page 33 of 37

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.

Consultant shall disclose in the proposal, potential conflicts of interest. If no conflicts exist, 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)

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 G. The Consultant shall provide in this section a completed and signed copy of the District’s Declaration Regarding Material Assistance/No Assistance to a Terrorist Organization, included as Attachment I.

Page 34 of 37

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 SFP-36-1 project are as follows:

Task/Sub-task Months after Consultant NTP Initial Basis of Design Report 4 Design Complete 10 Advertisement for Bids 10 Construction NTP 12 Construction Complete 24

The Consultant’s SFP-36-1 project schedule shall comply with these milestone dates for the Project Scope. Revisions to the milestone dates may be considered upon appropriate reasoning by the Consultant or due to alternatives proposed by the Consultant and accepted by the District. 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 35 of 37

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 (30% of Total Score) Project Team – 5 points Proposed Project Manager – 10 points Experience and previous performance of proposed team and staff on similar

projects – 5 points Clarity and organization of proposal – 5 points Local Participation and MBE/WBE Participation – 5 points

Written Technical Approach (35% of Total Score) Project Understanding – 10 points Proposed methods to accomplish scope of work, alternative approaches, and

risk management – 25 points

2. Upon completion of the scoring and ranking of the written submittals, the District may select the top ranked firm to negotiate with or may short list firm (s) to deliver a presentation and provide further clarification of their approach. The District may 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 (35% of Total Score) Quality and clarity of presentation – 5 points Project Manager’s ability to communicate project understanding – 15 points Team Support on Project Understanding – 5 points Adequacy of Response to District Questions – 10 points

Page 36 of 37

3. For evaluations taken to the presentation stage, 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.

4. After evaluation, 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 would 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 37 of 37

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 Director Northeast Ohio Regional Sewer District 3900 Euclid Avenue Cleveland, Ohio 44115-2504 Attn.: Kellie Rotunno, Director of Engineering & Construction

Deadline for submission of proposals is 4:30 P.M., June 17, 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