Department of Utilities
RFQ number: INSERT
Project scope: The City of Lawrence, Kansas is proposing to contract with a qualified Design/Build team for engineering and construction services for the design and construction of a sanitary sewer conveyance system to a new 7.0 MGD BNR Wakarusa Water Reclamation Facility (WWRF) including associated upstream collection system infrastructure and improvements. These infrastructure improvements will include gravity interceptor sewer line, an influent pumping station, and associated force main. This project will be coordinated with the efforts of a design/build team that will be designing and constructing the aforementioned WWRF during this same time period.
Responses 5:00 p.m.
Due: May 21, 2007
Submit five (5) bound copies of response.
Submit five (5) copies of the response in Adobe PDF format on CD-ROM (300dpi, character recognition, bookmarked).
Submit to: City of Lawrence Department of Utilities
3rd and Indiana
City Contacts: Dave Wagner, Director of Utilities
Philip Ciesielski, P.E., Utilities Engineer
(785) 832-7800
Meeting Date: The Department shall conduct a pre–submittal meeting at the Wastewater Treatment Plant, 1400 E. 8th Street, on Monday May 7, 2006 at 10:00 a.m. This meeting is mandatory and shall be attended by all teams planning to submit responses to the RFQ.
Response
Requirements: Design/Build teams are required to complete and submit a response including the information as outlined in this request. The response shall include:
Required General Information
· Engineering Firm Name
· General Contractor Firm Name
· Design/Build Team Contact Name, Telephone & Fax Numbers, email Address, and mailing address
Project Knowledge and Approach
The Team shall demonstrate a knowledge and understanding of the design and construction of sanitary sewer conveyance systems associated with municipal BNR wastewater facilities, processes, controls, and technologies as they apply to wastewater reclamation facilities, sanitary sewer pump stations, gravity interceptors, and forcemains. Demonstration of that knowledge and understanding is to be presented via a proposed project approach that will fulfill the project requirements as presented in the 2003 Wastewater Master Plan.
The Team shall further demonstrate their understanding of the design/build process and contracting by providing a summary of the Team’s approach to accomplishing the work for the Project under a design/build contract.
Note: Since this project will be completed in conjunction with a design/build project for engineering and construction services for the design and construction of a new 7.0 MGD BNR Wakarusa Water Reclamation Facility, the Team’s experience in the critical coordination elements of team building and partnering for a successful outcome to both projects will be primary factors utilized in the evaluation process for the selection of a project team to be recommended to the City Commission.
The Team shall also describe their current project commitments and the availability of their respective staff and equipment. The Team shall include an explanation of how this Project and its schedule will fit into that of the Team and if any conflicts for staff or equipment are foreseen.
Project Qualifications and Experience
Each Design/Build Team shall demonstrate their capabilities and competence in providing successful design/build services for sanitary sewer conveyance systems associated with municipal BNR water reclamation facilities as the Project described herein. Included shall be a summary of each such project by the Design/Build Team for the last seven (7) years.
Each summary shall describe unique contributions, by the firms represented, to the project that facilitated time efficiency, cost savings, project value, team building, partnering and related issues unique to the design/build process.
Each design/build project description shall contain at a minimum the following information:
· Project and Owner’s Name
· Owner Contact Person
· Engineer or Contractor Contact Person as Applicable
· Telephone Numbers for the Above Contacts
· Project Delivery System (should only be design/build)
· Project Cost History
· Change Order History
· Schedule and Completion History
· Litigation History for all Projects
· Any OSHA reportable accidents and the Firm’s Overall Rate
Key Project Staff and Experience
The Design/Build Team shall provide the name, resume and an organizational chart of key Project staff that would be part of this Project. The resume for each shall describe the individual’s previous experience with the design/build process for a sanitary sewer conveyance system associated with a BNR water reclamation facilities such as the Project described herein. Each resume shall indicate out of which office the individual works. Please make it clear out of which office the work will be done and assign a percentage of work that is being done at each office.
Schedule
Provide detailed description of the proposed project schedule. Note: the City of Lawrence is interested in pursuing an expedited approach to this project which might involve giving preference to a design/build team’s ability to deliver the project within such an expedited schedule.
Warranties and Guarantees
Describe how the Team will provide guarantees and/or warranties to the Owner for the following:
· Guaranteed Maximum Price
· Pumping Equipment
· Pumping Equipment Performance
· Installation and Construction
· Contract Performance
Competitive Cost Environment
The response shall demonstrate the Design/Build Team’s past ability and experience in providing a competitive cost environment for the procurement of equipment, subcontractor services and self-performed work. The response shall indicate processes that will be employed on the City’s Project to ensure a cost competitive project is delivered.
Subcontractors and Subconsultants
The City is interested in providing opportunities within the Project for qualified local subcontractors and subconsultants. The Team’s response shall indicate methods (that include the City’s participation) to facilitate a qualification and selection process for these firms.
Insurance and Bonding
Each firm in the Team shall provide the name, address and phone number of the firm’s agent(s) for insurance and bonding, in addition to all limits and capacities. The Owner will require being listed as additional insured. Each firm should list any current claims or irregularities that could affect coverage limits and/or availability of insurance. All customary bonds (i.e. bid bond, performance, statutory, etc.) shall be required for this Project.
Conflicts of Interest
No conflicts of interest shall be permitted with the Project. A potential conflict of interest exists if any member of the Team has any interest that would conflict, or has the appearance of conflicting, in any manner with the performance of the work on this Project.
Licensing
The Engineer and Contractor forming the Design/Build Team shall each be licensed to practice and/or do business within the State of Kansas on the Project.
Selection
Criteria: 1. The Design/Build Team’s demonstrated technical competence and experience with the design/build approach for the design and construction of sanitary sewer conveyance systems, such as the Project described herein, in coordination with a municipal BNR water reclamation facility design/build project.
2. The Design/Build Team’s knowledge of current construction methodologies and technology.
3. The Design/Build Team’s demonstrated capability to perform the design/build services for the size and scope of the City’s Project.
4. The Design/Build Team’s past performance on design/build projects for The City of Lawrence and other clients.
5. The qualifications and experience of the Design/Build Team members proposed to manage the project and coordinate this project with the WWRF design/build project.
6. The demonstrated ability of the Design/Build Team to meet schedules on past projects.
Consideration may also be given to any additional information and comments at each selection phase should they increase the benefits to The City. Upon completion of the initial review and evaluation of the responses submitted selected Respondents may be invited to participate in oral presentations.
The City of Lawrence reserves the right to reject any response not complying with the requirements outlined in this Request for Qualifications, or may opt not to do the project at all. Insufficient information will be a reason for rejection of the response.
Upon receipt of the responses, an evaluation by City staff will determine the final Design/Build Team with which to enter into contract negotiations. The City may request interviews with a selected team(s) during the evaluation process
Background
Information: Information regarding the scope and location of the Project can be obtained from the City’s website for the Wakarusa Water Reclamation Facility.
http://www.lawrenceutilities.org/wwrf/index.shtml
Additional information on the Project and the City’s Sanitary Sewer system can be obtained from the 2003 Wastewater Master Plan.
http://www.lawrenceutilities.org/WWMPpage.shtml
Requirements: The successful Team will be required to provide all necessary insurance and enter into a contractual agreement with the City of Lawrence, Owner. The contractual agreement will contain wording requiring the efforts of this Team to coordinate this project appropriately with the WWRF design/build project. The selected Team shall be responsible for providing a proposed agreement form for review by the Owner. The Owner reserves the right to make any supplemental modifications that may be required by the City legal staff.
The contractor agrees that the contractor shall observe the provisions of the Kansas Act Against Discrimination and shall not discriminate against any person in the performance of work under the present contract because of race, religion, color, sex, disability, national origin, or ancestry. The contractor shall in all solicitations or advertisements for employees include the phrase, “equal opportunity employer.” The contractor agrees that if the contractor fails to comply with the manner in which the contractor reports to the Kansas Human Rights Commission in accordance with the provisions of K.S.A. 44-1031 and amendments thereto, the contractor shall be deemed to have breached the present contract and it may be canceled, terminated or suspended, in whole or in part, by the City. If the contractor is found guilty of a violation of the Kansas Act Against Discrimination under a decision or order of the Commission that has become final, the contractor shall be deemed to have breached the present contract, and it may be canceled, terminated, or suspended, in whole or in part, by the City.