REQUEST FOR QUALIFICATIONS No. 2015-02

PROGRESSIVE DESIGN-BUILD PROCUREMENT Request for Qualifications for the Town of Edisto Beach Water System Improvement Project (RFQ# 2015-02) February 9, 2015

i

REQUEST FOR QUALIFICATIONS No. 2015-02

ii

Contents Section 1. Background ..............................................................................................................................................1 1.1 Introduction .....................................................................................................................................................1 1.2 RFQ Organization ...........................................................................................................................................2 1.3 Owner’s Objectives .........................................................................................................................................3 Section 2. Project Overview .....................................................................................................................................4 2.1 Project Scope ..................................................................................................................................................4 2.2 Project Budget and Funding ...........................................................................................................................4 2.3 Project Schedule .............................................................................................................................................4 Section 3. Progressive Design-Build Services .........................................................................................................5 3.1 General ...........................................................................................................................................................5 3.2 Roles and Responsibilities ..............................................................................................................................6 Section 4. Procurement Process ..............................................................................................................................7 4.1 Acknowledgement of RFQ ..............................................................................................................................7 4.2 Communications and Owner Contact .............................................................................................................7 4.3 Procurement Schedule ....................................................................................................................................7 4.4 Pre-Submittal Meeting and Site Tour .............................................................................................................8 Section 5. SOQ Submission Requirements .............................................................................................................9 5.1 Submittal Place and Deadline .........................................................................................................................9 5.2 Submission Format .........................................................................................................................................9 5.3 Submission Content ........................................................................................................................................9 5.3.1 Transmittal Letter ..............................................................................................................................10 5.3.2 Part 1 – Executive Summary .............................................................................................................10 5.3.3 Part 2 – Design-Builder Profile .........................................................................................................10 5.3.4 Part 3 – Project Team .........................................................................................................................12 5.3.5 Part 4 – Experience............................................................................................................................13 5.3.6 Part 5 – Project Approach ..................................................................................................................14 5.3.7 Appendix B – Progressive Design-Build Contract Markup ..............................................................14

REQUEST FOR QUALIFICATIONS No. 2015-02

iii

Section 6. SOQ Evaluation and Selection .............................................................................................................16 6.1 General .........................................................................................................................................................16 6.2 Responsiveness .............................................................................................................................................16 6.3 Minimum Qualification Requirements .........................................................................................................16 6.4 Comparative Evaluation Criteria ..................................................................................................................17 6.5 Selection .......................................................................................................................................................17 Section 7. Conditions for Respondents ..................................................................................................................18 7.1 Owner Authority...........................................................................................................................................18 7.2 Ineligible Firms and Individuals ...................................................................................................................18 7.3 Conflict of Interest ........................................................................................................................................18 7.4 Proprietary Information ................................................................................................................................18 7.5 Rights of the Owner......................................................................................................................................19 7.6 Obligation to Keep Project Team Intact .......................................................................................................19 7.7 Addenda ........................................................................................................................................................20 7.8 Protests .........................................................................................................................................................20 Attachment A...........................................................................................................................................................22 Draft Progressive Design-Build Contract .............................................................................................................22 Attachment B ...........................................................................................................................................................24 Project Background Documents ...........................................................................................................................24 Attachment C...........................................................................................................................................................25 Project Technical Requirements ...........................................................................................................................25 Attachment D...........................................................................................................................................................26 Forms for Affirmation of Compliance..................................................................................................................26

REQUEST FOR QUALIFICATIONS No. 2015-02

1

Request for Qualifications Section 1. Background 1.1 Introduction This request for qualifications (RFQ) for the Town of Edisto Beach Water System Improvement Project (Project) invites statements of qualifications (SOQs) according to the requirements set forth in this RFQ, including the format and content guidelines in Section 5. The SOQs will be reviewed and evaluated using the single-step, qualifications-based selection process described in Section 6. The Project will be designed and constructed in two phases using the progressive design-build delivery method: 

Phase One: Preparation of water system improvement implementation option matrix, coordination of water system improvement implementation plan selection from option matrix and Town of Edisto Beach (Owner) approval, and design information such that the selected design-builder can prepare and provide a guaranteed maximum price (GMP) proposal.



Phase Two: Complete design, permitting, construction and post-construction tasks, including performance testing, startup commissioning and operator training and support, if GMP is approved by the Owner in Phase One.

When developing the GMP and implementing the construction of this project, the design-builder will be required to utilize subcontractors prequalified by the design-builder or preapproved by the Owner. At completion of the evaluation process, the Town of Edisto Beach (Owner) will select a Respondent to award, and enter into negotiations for the award of the Progressive Design-Build Contract (see Attachment A - Draft Progressive Design-Build Contract). This RFQ is subject to revision after the date of issuance via written addenda. Any such addenda will be posted on the Owner’s web site (not distributed directly to potential Respondents). It is each Respondent’s responsibility to obtain all RFQ addenda prior to submitting its SOQ. In no event will the Owner be liable for any costs incurred by any Respondent or any other party in developing or submitting an SOQ.

REQUEST FOR QUALIFICATIONS No. 2015-02

2

1.2 RFQ Organization This RFQ consists of seven Sections and four Attachments:           

Section 1: Background Section 2: Project Overview Section 3: Progressive Design-Build Services Section 4: Procurement Process Section 5: SOQ Submission Requirements Section 6: SOQ Evaluation and Selection Section 7: Conditions for Respondents Attachment A: Draft Progressive Design-Build Contract Attachment B: Project Background Documents Attachment C Project Technical Requirements Attachment D: Forms for Affirmation of Compliance

Certain project background documents are being made available as Attachment B (Project Background Documents) for the purpose of preparing SOQs. The Owner is providing these documents only for the purpose of obtaining SOQs for the Project and does not confer a license or grant for any other use. The extent to which the Design-Builder may rely on such background documents is set forth in Attachment A (Draft Progressive DesignBuild Contract).

REQUEST FOR QUALIFICATIONS No. 2015-02

3

1.3 Owner’s Objectives The Owner’s objectives for delivery of the Project are as follows:  Supply: Provide facilities and equipment that will meet the current water demands plus 20%.  Quality: Provide treatment facilities and equipment that will be sustainable and will reliably produce required quantities of finished water in full compliance with federal and state regulations for water quality over the range of raw water quality conditions. The design and construction of the new treatment facilities and equipment will be implemented in a manner that does not impact the quality and operations of the existing treatment facilities, while utilizing and sharing some of the existing system assets, systems and services including raw water supply wells, supply pipelines, pumping and distribution facilities, storage facilities, SCADA systems and other associated water system equipment.  Cost: Minimize total project life-cycle cost. Owner desires low maintenance costs. Council desires a sequential phased approach from conception to completion with prices for each phase. Care should be taken to not duplicate any building or services.  Schedule: Completion schedule would be dependent on selected implementation plan.  Risk: Achieve an optimal balance of risk allocation between the Owner and the Design-Builder.  Safety: Implement an effective safety program incorporating best industry practices.  Infrastructure: Include all necessary infrastructure projects as defined in the Utility Department strategic plan and/or prior studies including costs. If contractor considers a project to be unnecessary, please indicate why. Both reports are on the Town’s website at www.townofedistobeach.com. The Strategic plan is located under departments/utilities and studies are located under boards/commissions/committees under water and sewer committee. By selecting the progressive design-build delivery method for the Project, the Owner is committed to working in close collaboration with the Design-Builder during Phase One of the Project to develop the water system improvement implementation option matrix, coordinate selection and approval of the water system improvement implementation plan, and the Project’s design to achieve the Project objectives and to obtain a mutually-agreeable GMP for delivery of the Project.

REQUEST FOR QUALIFICATIONS No. 2015-02

4

Section 2. Project Overview 2.1 Project Scope The Town of Edisto Beach Utility faces two major issues-water supply and water quality. These issues were evaluated and recommendations made in three separate studies (Water System Study and Master Plan by American Engineering in 2007, Water Master Plan by Earth Tech in 2008 and Conceptual Design for Reverse Osmosis and Aquifer Storage Recovery Feasibility Study Engineering Report by URS in 2012, all of which are provided in Attachment B (Project Background Documents). The Town’s water system currently supplied by six groundwater wells is challenged by both water quality and water supply demands. Although not a threat to health, high concentrations of chloride, fluoride and sodium in the source ground water produce an undesirable taste and result in water quality that does not meet the aesthetic standards for the National Secondary Drinking Water Regulations. Additionally, the Town’s water supply is subjected to high demands during the summer tourist season which far exceed the demands during the winter months. Cost is critical as most homes are vacation homes and the residential population is primarily retired and live on fixed incomes. A rate study performed by American Engineering has been completed and is provided in Attachment B (Project Background Documents). The Town has an AA+ Bond Rating with Standard and Poors and has been listed for State Revolving Funds in 2015. Funding has been approved for Phase One Services. The Project scope, design standards and performance requirements are described in more detail in Attachment C (Project Technical Requirements).

2.2 Project Budget and Funding Project Background Documents indicate the cost of the project could range between $2.5 to $8.64 million dollars. The Owner intends to use Revenue Bonds, State Revolving funds or property taxes, to provide the capital funding needed for the Project. State Revolving funds have been approved. The Project funding method will be specified by the Owner to the Design-Builder at the conclusion of Phase One of the project prior to initiation of Project design and GMP preparation.

2.3 Project Schedule As indicated in Section 4, it is anticipated that the Progressive Design-Build Contract will be executed on or about May 12, 2015. The design, permitting, construction and performance testing of the project are expected to be completed by December 25, 2016 or at such other date as may be mutually agreeable at the end of phase one.

REQUEST FOR QUALIFICATIONS No. 2015-02

5

Section 3. Progressive Design-Build Services 3.1 General The Design-Builder will provide services in two distinct phases. Phase One services generally consist of preliminary engineering, geotechnical investigations, preparation of a matrix of water system improvement implementation options, presentation and coordination of the selection by Owner of a water system improvement implementation plan derived from the option matrix, and the design development required for preparation of a Project GMP proposal and schedule. Phase Two services generally encompass completing the Project’s final design, construction, commissioning and performance testing, operator training and transfer to Town. Required permitting activities are included in each Phase. Phase One services:  

 

  



Develop a Project execution plan. Develop the preliminary engineering information, regulatory agency coordination and geotechnical investigations required for preparation of a matrix of water system supply and quality improvement implementation options. Previous studies should be used where feasible. Provide a presentation of the matrix of water system improvement options, and coordinate Owner selection of a water system improvement implementation plan derived from the option matrix. Provide matrix to phase project with no duplication or improvements that would be abandoned. Infrastructure improvements that can be incorporated into the plan should be identified. Include infrastructure improvements from previous studies in the plan. The lastest Capital Improvement Plan is attached for reference. Perform engineering studies (such as supply well investigations, pilot studies, raw water analyses, etc.) to support design and cost estimating. Previous studies should be used where feasible. Produce a Project preliminary engineering report (PER) to be approved by the Owner for submittal to SC DHEC. Identify Project permitting requirements and initiate permitting activities. Develop the engineering design documents required for preparation of a Project GMP proposal and schedule. The GMP proposal and schedule will include the supporting design documentation and openbook costing information utilized for the GMP from conception to completion. Submit and negotiate a GMP proposal to complete the Phase Two services. It is the Town’s desire to implement a sequential phased approach.

Phase Two services:        

Complete the Project Permitting (as phased). Complete the Project final design. Procure equipment and subcontractors. Secure necessary permits. Construct the Project. Conduct startup, commissioning and performance testing Provide operator training. Provide warranty coverage.

REQUEST FOR QUALIFICATIONS No. 2015-02



6

Prepare O&M Manuals that include:  Standard Operating Procedures.  Emergency Response Procedures.  Provide “As-Built” documents; two sets of hard copies and electronic version.  Critical spare parts list to be kept on-hand.

3.2 Roles and Responsibilities Owner: The Town of Edisto Beach will cooperate with the Design-Builder and will fulfill its responsibilities in a timely manner to facilitate the Design-Builder’s timely and efficient performance of services. Owner responsibilities include:       

Review submissions and provide timely comments to Design-Builder. Furnish existing studies and provide complete, accurate and reliable data and information regarding the Project, including record drawings, preliminary studies, environmental impact assessments, etc. Provide information and provide (or engage Design-Builder to perform) additional studies that may be necessary to complete the Project. Provide adequate funding. Provide access to the Project site and any necessary easements. Assist design-builder preparation and approve the governmental permits Owner is responsible for, and assist Design-Builder in obtaining governmental approvals and permits it is responsible for. Provide water operations personnel and necessary data and inputs (e.g., raw water) for Project startup and performance testing.

Design-Builder: The Design-Builder will cooperate with the Owner and will provide in a timely manner the Phase One and Phase Two services necessary to complete the Project scope specified in this RFQ. Design-Builder responsibilities include:         

Obtain required permits for construction. Prepare design and construction documents. Procure Project subcontractors and vendors. Supervise subcontractors and Design-Builder personnel. Maintain site security. Conduct performance testing. Implement quality-management procedures. Implement Project health and safety practices. Complete startup and commissioning and training of Owner staff.

7

REQUEST FOR QUALIFICATIONS No. 2015-02

Section 4. Procurement Process 4.1 Acknowledgement of RFQ Each potential Respondent should provide the Owner, within ten days of receipt of this RFQ, an acknowledgement that it has received the RFQ and is a potential Respondent. Such acknowledgement shall identify and provide full contact information for the Respondent Contact, who shall be the Respondent’s single point of contact for the receipt of any future documents, notices and addenda associated with this RFQ. Such acknowledgement must be electronically transmitted to the Owner Contact.

4.2 Communications and Owner Contact On behalf of the Owner, Iris Hill, Town Administrator will act as the sole point of contact for this RFQ and shall administer the RFQ process. All communications shall be submitted in writing, by fax, or by email, and shall specifically reference this RFQ. All questions or comments should be directed to the Owner Contact as follows: Iris Hill Town Administrator Town of Edisto Beach 2414 Murray Street, Edisto Beach, SC 29438 Phone - 843-869-2505 x 211 FAX - 843-869-3855 [email protected] No oral communications from the Owner Contact or other individual is binding. No contact with Owner staff, water and sewer committee members or any public official concerning the Project during the procurement process is allowed. A violation of this provision may result in disqualification of Respondent.

4.3 Procurement Schedule The current procurement schedule is as follows:  Issue RFQ  Pre-submittal meeting  Deadline for questions  Submit SOQ  Interviews (if required)  SOQ evaluation/Respondent selection  Execute Progressive DB Contract

February 9, 2015 February 25, 2015 March 6, 2015 March 17, 2015 April 2, 2015 April 7, 2015 May 12, 2015

REQUEST FOR QUALIFICATIONS No. 2015-02

8

4.4 Pre-Submittal Meeting and Site Tour Owner will conduct a pre-submittal meeting for those interested in responding to the RFQ. Attendance at this meeting is mandatory. The meeting will be held at 2414 Murray Street on February 25, 2015 starting at 10:30 am. At this meeting, Owner will offer information about the Project and the procurement process. Those who attend the pre-submittal meeting will have the opportunity to tour the Project site following the meeting to familiarize themselves with site conditions and constraints. Respondents shall advise the Owner Contact in advance of the meeting of the names of individuals who will attend the pre-submittal meeting. Due to space constraints, each firm is limited to 3 attendees at the meeting and site tour.

9

REQUEST FOR QUALIFICATIONS No. 2015-02

Section 5. Statement of Requirements

Qualifications

(SOQ)

Submission

5.1 Submittal Place and Deadline Ten bound paper document copies (one original and nine copies), as well as 2 electronic versions of the SOQ on CD-ROMs in PDF format, must be received by the SOQ deadline of March 17, 2015, at 5 pm EST addressed to: Iris Hill Town Administrator Town of Edisto Beach 2414 Murray Street, Edisto Beach, SC 29438 Each Respondent assumes full responsibility for timely delivery of its SOQ at the required location. Any SOQ received after the submittal deadline will be deemed non-responsive and returned. The delivered packaging containing the SOQ documents must note “SOQ Enclosed” on its face.

5.2 Submission Format The SOQ must not exceed 45 total pages, excluding the transmittal letter, index or table of contents, front and back covers, title pages/separation tabs, and appendices.

5.3 Submission Content The SOQ must include the following information in the order listed:  Transmittal Letter  Part 1 – Executive Summary  Part 2 – Design-Builder Profile  Part 3 – Project Team  Part 4 – Experience  Part 5 – Project Approach  Appendix A – Resumes  Appendix B – Progressive Design-Build Contract Markup  Appendix C – Forms for Affirmation of Compliance  Appendix D – Financial Statements

REQUEST FOR QUALIFICATIONS No. 2015-02

10

5.3.1 Transmittal Letter Respondents must submit a transmittal letter (maximum two pages) on the Respondent’s letterhead. It must be signed by a representative of the Respondent who is authorized to sign and to commit the Respondent to the obligations contained in the SOQ. The transmittal letter must include the name, address, phone number and e-mail address for the Respondent Contact, and must specify who would be the Design-Builder’s signatory to any contract documents executed with the Owner. 5.3.2 Part 1 – Executive Summary The executive summary (maximum three pages) must include a concise overview of the key elements of the SOQ and must summarize and refer to information in the SOQ concerning satisfaction of the Minimum Qualifications Requirements. The executive summary shall not be used to convey additional information not provided elsewhere in the SOQ. 5.3.3 Part 2 – Design-Builder Profile A detailed and complete description of the organizational structure proposed as the Design-Builder must be provided in Part 2 of the SOQ. (The term “company” can refer to either a single entity or a joint venture.) Information concerning Key Personnel and other firms that may be included on the Project Team, such as subconsultants and subcontractors, should be provided in Part 3 of the SOQ. The Design-Builder Profile must include the following information. 

General Provide general information about the Design-Builder, such as lines of business and service offerings, locations of home and other offices, number of employees (professional and non-professional), years in business, and evidence of required licenses.



Legal structure Identify whether the Design-Builder is organized as a corporation, limited liability company (LLC), general partnership, joint venture, limited partnership, or other form of legal entity. As applicable, identify the owners of the Design-Builder (e.g., shareholders, members, partners, and the like) who hold an interest of ten percent or more.



Project office location Identify where the Design-Builder intends to maintain its project office(s) and where the majority of the design work will be performed.



Financial condition In SOQ Appendix D (Financial Statements), provide financial statements for the Design-Builder for the past three years and quarterly financial statements certified by the chief financial officer for the current year. If the Design-Builder is a joint venture, LLC or partnership, such financial statements must be provided for each partner or member.

REQUEST FOR QUALIFICATIONS No. 2015-02

11

The SOQ must provide the following additional information pertaining to factors or events that have the potential to adversely impact the Design-Builder’s ability to perform its contractual commitments. 

Material adverse changes in financial position. Describe any material historical, existing or anticipated changes in financial position, including mergers, acquisitions, takeovers, joint ventures, bankruptcies, divestitures, or any material changes in the mode of conducting business.



Legal proceedings and judgments. List and briefly describe any pending or past (within 10 years) legal proceedings and judgments, or any contingent liability that could adversely affect the financial position or ability to perform contractual commitments to Owner. If no such proceedings or judgments are listed, provide a sworn statement to that effect from the general counsel.



Completion of contracts. Has the Design-Builder failed to complete any contract, or has any contract been terminated due to alleged poor performance or default within the past 10 years? If so, describe the circumstances.



Violation of laws. Has the Design-Builder been convicted of any criminal conduct or been found in violation of any federal, state, or local statute, regulation, or court order concerning antitrust, public contracting, employment discrimination or prevailing wages within the past 10 years? If so, describe the circumstances.



Debarred from bidding. Has the Design-Builder been debarred within the past 10 years, or is it currently under consideration for debarment, on public contracts by the federal government or by any state? If so, describe the circumstances.

If any of the above questions are answered in a manner that indicates that any of these unfavorable factors or events are present, it is the Respondent’s responsibility to: (1) describe in detail the unfavorable factor or event; and (2) provide sufficient information to demonstrate that the unfavorable factor or event will not adversely impact the Design-Builder’s ability to perform its contractual commitments. 

Payment and performance bonds A letter from the Design-Builder’s surety must be provided to verify the availability of a design-build bond of at least $ 10 million for this Project. The surety must be authorized by law to do business in South Carolina and must have an A.M. Best Company Rating of A for Class VIII or better. The surety must also be listed in the U.S. Department of Treasury’s Circular 570.

REQUEST FOR QUALIFICATIONS No. 2015-02



12

Insurance A letter or Certificate of Insurance from the Design Builder’s insurance company must be provided stating its ability to acquire and provide the following minimum limits for the required insurance: — — — — — — —



Statutory workers compensation insurance (as required by South Carolina state law) Employer’s liability insurance: $1 million Commercial general liability insurance: $1 million per occurrence; $4 million annual aggregate Commercial automobile liability insurance: $ 2 million combined single limit for bodily injury and property damage each accident Excess liability insurance above the employer’s, general and automobile insurance: $ 20 million Professional liability (errors and omissions): $ 5 million each occurrence and in the aggregate Builders Risk - current budget estimate Fire, extended coverage, vandalism and malicious mischief insurance equal to the actual value of the insured property during construction Pollution Liability: $5 million per loss and $10 million aggregate.

The required insurance must be obtained and maintained from insurance companies that have an A.M. Best Rating of “A minus and VIII” or better and are duly licensed or authorized in South Carolina. Town must be named as additional insured and/or Owner Protective Liability. The insurer(s) waive their rights of subrogation in favor of the Town, their officials, employees, agent and consultants for Workers’ Compensation and General Liability. 5.3.4 Part 3 – Project Team The composition, organization and management of the Project Team must be described in two separate subsections. Design-Builder/other firms: 



Identify other firms (such as key subcontractors and subconsultants) included on the Project Team along with the Design-Builder, and describe the scope of the Design-Builder’s and each firm’s services and responsibilities during Phase One and Phase Two of the Project. The firm(s) serving as the Designer and the Builder must be clearly identified. Provide Phase One and Phase Two organizational charts showing the reporting relationships and responsibilities of the Design-Builder and any other firms and describe the Design-Builder’s approach to the management of such firms.

Key Personnel 

Identify all Key Personnel (and their firm affiliations) on the Project Team and describe their specific responsibilities during Phase One and Phase Two of the Project. The following Key individuals must be named and it is desired that these key individuals meet the criteria set out below:

REQUEST FOR QUALIFICATIONS No. 2015-02

13

o

Design Manager  15 total years of experience on water treatment plant projects of similar size and complexity  Experience with public utilities desired  Must have designed 2 water treatment plants, preference for those with RO water treatment systems.

o

Construction Manager  15 years of experience on water and wastewater treatment projects of similar size and complexity  Demonstrate oversight of at least 2 water/wastewater projects of a similar size, type and complexity

o

Other Key Staff  Other key staff as determined by Design Builder

Teams that have a successful history of working together on water/wastewater projects are preferred.    

Provide Phase One and Phase Two organizational charts showing the reporting relationships and responsibilities of all Key Personnel (along with their firm affiliations). Describe the Design-Builder’s Key Personnel project role and management responsibilities. Indicate the commitment of all Key Personnel in terms of an estimated percentage of time during each Phase of the Project. Provide resumes for all Key Personnel in SOQ Appendix A (Resumes). Resumes must be limited to two pages per individual and include: —Proposed role in the project —Academic and professional qualifications —Professional registration (as applicable) —Experience as it relates to the Project and to the individual’s specified role on the Project

Any subsequent change in the firms or Key Personnel included in the SOQ would require Owner approval.

5.3.5 Part 4 – Experience The SOQ must describe the performance history and experience of the Project Team on similar projects and provide information concerning safety. Reference Projects The Respondent shall submit descriptions of reference projects to demonstrate relevant experience in the following areas:

REQUEST FOR QUALIFICATIONS No. 2015-02



Design of Water Treatment Plants (submit up to 3 projects. Projects must have been completed within the last 7 years) o o o



South Carolina and Public Utility Experience is preferred Projects should be municipal water treatment plants where process design was included Preference given for projects involving similar treatment processes to the proposed project

Design-Build of water/wastewater plants (submit up to 3 projects completed within the last 7 years) o o o o



14

South Carolina and Public Utility experience is desired Progressive design-build project experience preferred Projects must be for water or wastewater treatment facilities Desired Construction value for these projects is $10M or larger

Water/wastewater experience with Public Utilities (submit up to 5 projects completed within the last 7 years) o o

South Carolina Experience is desired Projects must be water or wastewater infrastructure

Each project description shall contain at least the following information:      

Name of owner Role of respondent Contract value Year started and year completed Description of the project showing relevance to this Project Name of firms and Key Personnel that participated in project

Project References From the projects listed above, provide a total of 5 client references, with name, title, phone and email. Three of the references must be design-build projects where the proponent was in a prime role or joint venture role with at least a 50% equity stake. The remaining two references can be either water utility or design projects.

REQUEST FOR QUALIFICATIONS No. 2015-02

15

Safety Provide a summary description of the Design-Builder’s corporate safety program. The following safety records must be provided for the Design-Builder for the current and past five years:  The experience modification rate (EMR) calculated by the National Council on Compensation Insurance or similar rating bureau.  The days-away-from-work injury incidence rate. A day-away-from-work injury is an injury that prevents an employee from returning to his or her next regularly scheduled shift. The incidence rate is calculated by multiplying the number of days-away-from-work injuries for the particular year by 200,000 and then dividing the product by the person-hours worked for that year.  OSHA history including citations and violations. 5.3.6 Part 5 – Project Approach Provide a conceptual description (maximum eight pages) of the Design-Builder’s approach for managing and performing its Progressive Design-Build services during Phase One and Phase Two of the Project. The following items should be addressed: 

    

Discuss how a collaborative relationship with the Owner will be established for Phase One preparation of a matrix of water system supply and quality improvement implementation options, Owner selection of a water system improvement implementation plan derived from the option matrix, PER and design development, scheduling and cost estimating. Discuss how the design, permitting, procurement and construction processes will interface including how constructability issues will be addressed. Discuss how key risk factors will be identified and mitigated. Describe the process for prequalifying subcontractors and developing the GMP proposal and schedule. Describe the Project specific safety plan. Describe the Project specific quality plan.

5.3.7 Appendix B – Progressive Design-Build Contract Markup The SOQ must include in Appendix B a detailed markup of the Draft Progressive Design-Build Contract (including its attachments), setting forth any and all revisions requested by the Respondent. Although it is likely that the Owner will undertake negotiations regarding the Progressive Design-Build Contract, the Progressive Design-Build Contract Markup will be treated as a de facto offer that the Owner can accept as is, resulting in a binding contract between the Design-Builder and Owner without further negotiations or revision. Respondents SOQ Appendix B must describe the significant revisions included in the Respondents Progressive Design-Build Contract markup and explain the rationale and the associated benefits. Respondents are encouraged to suggest revisions that would more efficiently allocate risk, improve the parties’ understanding of risk allocation, and improve clarity of any terms of the Draft Progressive Design-Build Contract where ambiguities or uncertainties may arise in their application or interpretation.

REQUEST FOR QUALIFICATIONS No. 2015-02

16

The Owner is not obligated to accept any of the requested exceptions, modifications, additions, etc. submitted by the Respondent in the Progressive Design-Build Contract Markup when negotiating and finalizing the Progressive Design-Build Contract. Furthermore, the Owner may request additional revisions during negotiations and before finalizing the Progressive Design-Build Contract. Respondents are encouraged to carefully review RFQ Attachment A (Draft Progressive Design-Build Contract) and to submit written questions and comments by the deadline specified in Section 4. Based on its assessment of the comments submitted, the Owner (at its sole discretion) may modify the Draft Progressive Design-Build Contract via addenda. The Owner expects that this review and comment process will substantially reduce the need for extensive post-selection negotiation.

Section 6. Statement of Qualifications (SOQ) Evaluation and Selection 6.1 General The SOQs will be reviewed and evaluated by the Owner’s selection committee according to the requirements and criteria outlined in this Section 6. During the SOQ evaluation process, written questions or requests for clarifications may be submitted to one or more Respondents regarding its SOQ or related matters. Failure to respond in a timely manner to any such questions or requests may be grounds for elimination of the Respondent from further consideration. In addition, the Owner may require that all or a limited number of Respondents participate in interviews. Once the RFQ has been issued, Respondent is prohibited from contacted or corresponding with any member of the selection committee.

6.2 Responsiveness Each SOQ will be reviewed to determine whether it is responsive to the RFQ. Failure to comply with the requirements of this RFQ may result in rejection of the SOQ as non-responsive. At its sole discretion, however, the selection committee may waive any such failure to meet a requirement of this RFQ and may request clarification or additional information to remedy a failure.

6.3 Minimum Qualification Requirements Each responsive SOQ will be reviewed to determine whether it meets the Minimum Qualification Requirements outlined in this subsection. At its sole discretion, the selection committee may waive any failure to satisfy such requirements and may request clarification or additional information to address any questions that may arise in this regard. Any SOQ that does not satisfy all of the following Minimum Qualification Requirements may be rejected.

17

REQUEST FOR QUALIFICATIONS No. 2015-02







 



Performance bond. Ability of the Design-Builder to provide a design-build performance bond in the amount of $7 million. Offeror must provide a letter from their bonding company verifying bonding limit and certifying required bonds, once the final cost is established, can be obtained. Material adverse condition. The Design-Builder must not be subject to a material adverse condition, such as insufficient liquidity, weak operating net income or cash flow, or excessive leverage, that gives rise to reasonable doubt concerning its ability to continue to operate as an ongoing concern, to provide performance bonds or insurance, or to maintain sufficient financial strength to undertake and successfully complete the Project and to mitigate/absorb Project risks. Licensing and registration. The Design-Builder and each subcontractor firm must be licensed in South Carolina for the type of work to be performed. The Design Builder must include in responsible charge an engineer registered in South Carolina. Design experience. Within the past 7 years, the Designer must have successfully completed the design of at least 2 water treatment plants of similar size for clients in the United States. Design-build experience. Within the past 10 years, the Design-Builder must have successfully completed at least four municipal water/wastewater treatment plants design-build projects of similar size, scope and complexity for clients in the United States. Safety record. The Builder must have achieved an experience modification rate (EMR) of not greater than 0.8 for the current and past two years.

6.4 Comparative Evaluation Criteria The selection committee will evaluate and rank the responsive SOQs that satisfy the Minimum Qualification and recommend award to the Town Council. Requirements by applying the weighted comparative evaluation criteria set forth below.   

Experience and capabilities  Design-Builder/other firms/Key Personnel Organization, management and safety Project approach

[45%] [10%] [45%]

6.5 Selection After the evaluation process is complete, the Owner will notify Respondent. The top-ranked Respondent will be either selected for contract award on the basis of its Progressive Design-Build Contract Markup or offered the opportunity to negotiate the final terms of the Progressive Design-Build Contract. If the Owner determines (at its sole discretion) that the top-ranked Respondent’s Progressive Design-Build Contract Markup will require unacceptable protracted negotiations, the Owner may choose to either select or negotiate with the next-ranked Respondent.

REQUEST FOR QUALIFICATIONS No. 2015-02

18

Section 7. Conditions for Respondents 7.1 Owner Authority The Town of Edisto Beach (Owner) is a Municipal Corporation in the State of South Carolina created under Title 5 of the South Carolina Code of Laws. The procurement process for this Project is authorized under Edisto Beach Town Code.

7.2 Ineligible Firms and Individuals The following firms and individuals are serving in an advisory capacity to the Owner for this Project and are therefore not eligible to assist or participate with any Respondent that submits an SOQ for the Project. Arnold Ellison, P.E.

7.3 Conflict of Interest The following laws mandate the public disclosure of certain information concerning persons doing business or seeking to do business with the Owner, including affiliations and business and financial relationships such persons may have with Owner officers. Public contracts are awarded in accordance with certain processes and procedures, all of which are defined by rules designed to prevent fraud, collusion, or unjust favoritism in the award of public contracts; to insure all persons have an equal opportunity to compete for public contracts. The State's standard bidding instructions require that each Respondent certify that it has and will comply with, and has not, and will not, induce a person to violate the ethics laws appearing in Title 8, Chapter 13 of the South Carolina Code of Laws. For those involved in public contracts, the following sections require special attention: Section 8-13-700, regarding use of official position for financial gain Section 8-13-705, regarding gifts to influence action of public official Section 8-13-720, regarding offering money for advice or assistance of public official Sections 8-13-755 and 8-13-760, regarding restrictions on employment by former public official Section 8-13-775, prohibiting public official with economic interests from acting on contracts Section 8-13-790, regarding recovery of kickbacks Section 8-13-1150, regarding statements to be filed by consultants Section 8-13-1342, regarding restrictions on contributions by contractor to candidate who participated in awarding of contract For a distinct but related rule regarding gifts to government agencies, please see Regulation 19-445.2165

REQUEST FOR QUALIFICATIONS No. 2015-02

19

7.4 Proprietary Information All materials submitted to the Owner become public property and are subject to the South Carolina Freedom of Information Act Title 30. If the SOQ contains proprietary information that the Respondent does not want disclosed, each page containing such information must be identified and marked “PROPRIETARY” at the time of submittal. Owner will, to the extent provided by law, endeavor to protect such information from disclosure. The final decision as to what information must be disclosed, however, lies with the Town of Edisto Beach. Failure to identify proprietary information will result in all unmarked sections being deemed non-proprietary and available upon public request. Respondents shall not be permitted to mark entire SOQ as proprietary.

7.5 Rights of the Owner In connection with this procurement process, including the receipt and evaluation of SOQs and development of the short list, Owner reserves to itself (at its sole discretion) all rights available to it under applicable law, including without limitation, with or without cause and with or without notice, the right to:  Cancel, withdraw, postpone, or extend this RFQ, in whole or in part, at any time, without incurring any obligations or liabilities.  Modify the procurement schedule.  Waive deficiencies, informalities and irregularities in an SOQ and accept and review a non-conforming SOQ.  Suspend and terminate the procurement process or terminate evaluations of SOQs received.  Permit corrections to data submitted with any SOQ.  Hold meetings and interviews, and conduct discussions and correspondence, with one or more of the Respondents to seek an improved understanding of any information contained in an SOQ.  Seek or obtain, from any source, data that has the potential to improve the understanding and evaluation of the SOQs.  Seek clarification from any Respondent to fully understand information provided in the SOQ and to help evaluate and rank the Respondents.  Reject an SOQ containing exceptions, additions, qualifications or conditions not called for in the RFQ or otherwise not acceptable to the Owner.  Conduct an independent investigation of any information, including prior experience, identified in an SOQ by contacting project references, accessing public information, contacting independent parties, or any other means.  Request additional information from a Respondent during the evaluation of the its SOQ.  Consider unsolicited supplemental information (“Supplemental Technical Information”) and/or information supplied in response to a separate request for information (“RFI”) concerning technical and other options that may reduce the cost of and/or improve the performance of the project.  Require Respondents selected for a Short List to evaluate and comment on any Supplemental Technical Information.  Consider non-conforming SOQs (“Non-Conforming SOQs”) with respect to information that may be useful in planning and constructing the project.  Consider respondents delivering No-Compliant SOQs for inclusion in a final project development team

REQUEST FOR QUALIFICATIONS No. 2015-02

20

(“Project Development Team”) for the project and/or to act as a supplier to the project.

7.6 Obligation to Keep Project Team Intact Respondents are advised that all firms and Key Personnel identified in the SOQ shall remain on the Project Team for the duration of the procurement process and execution of the Project. (The anticipated dates for award of the Progressive Design-Build Contract and for completion of the Project are set forth in Subsection 2.3 of this RFQ.) If extraordinary circumstances require a change, it must be submitted in writing to the Owner Contact, who, at his or her sole discretion, will determine whether to authorize a change, recognizing that certain circumstances (such as termination of employment) may occur that are beyond the Design-Builder’s control. Unauthorized changes to the Project Team at any time during the procurement process may result in elimination of the Respondent from further consideration.

7.7 Addenda If any revisions to the RFQ or procurement process become necessary or desirable (at the Owner’s sole discretion), the Owner may issue written addenda. The Owner will not transmit addenda to potential Respondents. The Owner will post all addenda on the Owner Project website at the following address: www.townofedistobeach.com. It is Respondent’s responsibility to obtain all addenda prior to submitting its SOQ.

7.8 Protests Any protest to an Owner’s action in connection with this procurement must be filed in writing no later than 3 business days following such action and must be in strict accordance with the Owner’s applicable procedures and with applicable law.

REQUEST FOR QUALIFICATIONS No. 2015-02

Attachment A Draft Progressive Design-Build Contract Located on Town’s website

21

REQUEST FOR QUALIFICATIONS No. 2015-02

Attachment B Project Background Documents 1. Water System Study and Master Plan Prepared by American Engineering, September 2007 2. Town of Edisto Beach Water Master Plan Prepared by Earth Tech, June 2008 (Located on Town website www.townofedistobeach.com under Government/Board, Commissions & Committees.) 3. Conceptual Design for Reverse Osmosis and Aquifer Storage Recovery Feasibility Study Engineering Report Prepared by URS, May 2012. (Located on Town website www.townofedistobeach.com under Government/Board, Commissions & Committees.) Design criteria should be adjusted to address current water capacity needs plus 20% safety factor. 4. Water Rate Study, Town of Edisto Beach

22

23

REQUEST FOR QUALIFICATIONS No. 2015-02

Attachment C Project Technical Requirements General Specifications for The Town of Edisto Beach Water Supply and Quality In November 2012, URS Corporation completed a feasibility study for the Town of Edisto Beach that outlined a specific plan for future water capacity and quality. The USR Study and Executive Summary can be found on the Town of Edisto Beach Website. It is Council’s desire to only address current water demand plus a 20% safety factor. Section 3 of the Study outlines volume requirements: Water Demand Projections and Variability The average annual water demand for the years 2009 through 2011 was 208,348,000 gallons. The average daily water usage per customer was 248 gallons per day (208,348,000 gallons ÷ 365 days ÷ 2,300 customers). The average Peaking Factor for the same three-year period (Max Day Demand ÷ Average Daily Demand) was approximately 2.36. Water Quality Specifications The URS November 2012 Feasibility Study proposed a new Middendorf aquifer well feeding two skid RO system and ASR well to provide storage and capacity for the town. While this scheme is a valid proposal, future proposals are not bound by this concept. The peak demand capacity, storage requirements to meet code, DHEC and risk assessment of system failure should be the determining factors in design of RO and storage capacity. The URS proposal based on Middendorf aquifer water parameters provided water quality projections as in the below chart: Table 11-5: Summary of Water Quality Parameters Parameter Sodium Chloride Carbonate Bicarbonate Fluoride Sulfates Silica Potassium Free Chlorine* Alkalinity TDS** pH Temperature

Units Mg/L Mg/L Mg/L Mg/L Mg/L Mg/L Mg/L Mg/L Mg/L Mg/L Mg/L S.U. F

Raw 610 161 24 1,323 7.3 13.6 18 4.1 0 1,125 2,178 8.1 95-104

Finished 39 9.4 0 87 0.5 0.4 0.8 0.3 1-2 71 138 7.5-8 95-104

Concentrate 2,396 598 151 4,924 27 53 72 15.6 0 4,287 8,245 8.0 95-104

24

REQUEST FOR QUALIFICATIONS No. 2015-02

* Considers post-chemical feed application ** Measure of TDS at actual temperature (not 180º F) The “Finished Quality Parameters” in the above chart should be the target values for the RO system permeate. Temperature requirement will be driven by the source aquifer. The URS November 2012 Feasibility Study can be accurately used to base current equipment in place. A “Sequential Phased” project would be of interest to the Town. considered as long as it produces the same desired long term results.

Other alternatives will also be

REQUEST FOR QUALIFICATIONS No. 2015-02

Attachment D Forms for Affirmation of Compliance

25

REQUEST FOR QUALIFICATIONS No. 2015-02

26

REQUEST FOR QUALIFICATIONS No. 2015-02

27

REQUEST FOR QUALIFICATIONS No. 2015-02

28

REQUEST FOR QUALIFICATIONS No. 2015-02

29