PROGRESSIVE DESIGN/BUILD SERVICES FOR BIG …fultoncountyga.gov/Apps/bidboard/uploads/Progressive Design-Build... · Section 1 17RFP031617K-DJ Progressive Design Build Services for

  • Upload
    lethuy

  • View
    218

  • Download
    0

Embed Size (px)

Citation preview

  • REQUEST FOR PROPOSAL NO. 17RFP031617K-DJ

    PROGRESSIVE DESIGN/BUILD SERVICES FOR BIG CREEK WATER RECLAMATION FACILITY (WRF)

    EXPANSIONS PROJECT

    DEPARTMENT OF PUBLIC WORKS

    RFP ISSUANCE DATE: April 13, 2017 RFP DUE DATE AND TIME: Thursday, June 15, 2017 at 11:00 A.M. PURCHASING CONTACT: Donna Jenkins (404) 612-4213 E-MAIL: [email protected] LOCATION: FULTON COUNTY PURCHASING DEPARTMENT

    130 PEACHTREE STREET, S.W., SUITE 1168 ATLANTA, GA 30303

  • Section 1 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    1-1

    SECTION 1

    INTRODUCTION

    1.1 PROJECT DESCRIPTION

    Fulton County, Georgia (County) is seeking qualified firms to provide Design-Build Services (D/B Services) for the design and construction of the Big Creek Water Reclamation Facility (WRF) Expansions project. Only proposals from firms prequalified by the County pursuant to the Request for Qualification will be considered. The Big Creek Water Reclamation Facility (BCWRF) is located at 1030 Marietta Highway, Roswell, Georgia 30075. The facility operates under NPDES Permit Number GA0024333. The facility is permitted for an average monthly flow of 24 MGD. Average monthly flor for 2015 was approximately 20MGD. The County has applied for an NPDES Permit to expand the facility to 38 MGD, maximum 30 day average flow. The waste load allocations for the expected effluent limits are listed in Appendix 2.

    This project will require all engineering, design, construction, and start-up services necessary to complete the expansion of the facility to 38 MGD while maintaining complete effluence compliance. Proposals provided in response to this RFP that comply with the submittal requirements set forth in Section 4.0, including all forms and certifications, will be evaluated in accordance with the criteria and procedures described in Section 5.0. Based on the results of the evaluation, the County will award the above referenced project to the most advantageous Proposer based on the cost and the evaluation factors set forth in the RFP.

    1.1.1 Permits:

    Include a statement listing whether all anticipated federal, state, or local permits required for the project have been obtained or an indication of the status of the application for each such permit including when it is expected to be obtained.

    1.1.2 Permanent Rights of Way/Easements:

    Include a statement listing whether all anticipated rights of way and easements required for the project have been obtained or an indication of the status as to when each such rights of way or easements are expected to be obtained.

  • Section 1 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    1-2

    1.1.3 Temporary Rights of Way/Easements:

    Include a statement listing whether all anticipated rights of way and easements required for the project have been obtained or an indication of the status as to when each such rights of way or easements are expected to be obtained.

    1.2 PROCUREMENT PROCESS

    The County is following a procurement process pursuant to Title 36, Chapter 91 of the Official Code of Georgia Annotated (O.C.G.A.) and other applicable law for the selection of a single contractor to provide both design and construction services for this Design/Build (D/B) project.

    1.3 METHOD OF SOURCE SELECTION

    This procurement is being conducted in accordance with all applicable provisions of the Fulton County Code of Ordinances and the specific method of source selection for the services required in this Proposal is Code Section 102-374, Competitive Sealed Proposals.

    1.4 BACKGROUND

    Fulton County encompasses approximately 535 square miles in North Georgia and is bordered by 8 other counties. Within the County are 15 incorporated cities, including the City of Atlanta. The Big Creek Water Reclamation Facility (BCWRF) provides waste water treatment for residential and commercial customers in the Big Creek sewer shed in North Fulton County and portions of Cobb, DeKalb and Forsyth Counties. This project is to expand the current (existing) facility to 38 MGD, maximum 30 day average flow.

    1.5 SELECTION PROCESS

    This is the second step of a two-step procurement process. The County prequalified proposers based on established evaluation criteria. The County announced and notified prequalified proposers. Only those prequalified proposers can participate in the second step of the procurement process, Request for Proposal (RFP) in accordance with the terms and conditions of the RFP, the draft agreement and any other supplemental materials related to the RFP issued in this document through the addenda process.

  • Section 1 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    1-3

    The County will make an award to the responsible and responsive Offeror whose proposal is determined in writing to the most advantageous to the County taking into consideration the evaluation factors set forth in this RFP. Each proposal will be reviewed to determine whether it has been submitted in accordance with the proposal requirements. Proposals deemed non-responsive will be rejected from further review and the Offeror will be advised in writing. Proposals deemed responsive will be evaluated based on the evaluation criteria set forth in this RFP. The County will determine which proposals are reasonably susceptible of being selected for award based on the evaluation criteria. The County may conduct a Best and Final Offer (BAFO) process and each Offeror will be given the opportunity to participate in discussions, negotiations and revisions of their proposals. The County may also conduct oral presentations/interviews.

    1.6 OBTAINING THE RFP This document and supporting documents can be downloaded at the Fulton County Website, http://www.fultoncountyga.gov under Bid Opportunities. Due to the quantity of supporting documents, the supporting documents will only be available on DVD media. Applications for documents, along with a non-refundable $50.00 payment must be made to: Prime Engineering, Inc. 3715 Northside Parkway Building 300, Suite 200 Atlanta, Georgia 30327 Contact: Brooke Lewis (404) 425-7100 Payment must be made in the form of a company or personal check payable to Prime Engineering, Inc. Checks returned for any reason that is not corrected promptly may result in the proposal being deemed non-responsive by the County. The amount includes all fees for printing and distribution and will be used to defray a portion of the cost that may have been incurred for the tendering of the project. Partial sets of the documents will not be issued. For payment information only, contact Brooke Lewis at (404) 425-7100. All other questions must be addressed by the procedures outlined in this RFP to the Contact Person indicated in Section 1.12 of this RFP.

    http://www.fultoncountyga.gov/

  • Section 1 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    1-4

    A viewing copy (FOR VIEWING PURPOSES ONLY) of the supporting documents will be available in the Department of Purchasing & Contract Compliance Plan Room located at 130 Peachtree Street, S.W. Suite 1168, Atlanta, Georgia 30303.

    1.7 SUBCONTRACTING OPPORTUNITIES

    Prequalified prime contractors submitting a proposal on this project for Fulton County and are seeking subcontractors and/or suppliers can advertise those subcontracting opportunities on the Countys website, http://www.fultoncountyga.gov under Subcontracting Bid Opportunities

    1.8 PRE-PROPOSAL CONFERENCE

    The County will hold a Pre-Proposal Conference, on Monday, May 1, 2017 at 10:00

    A.M., in the Administration Building Conference Room (Upper floor) at the Big Creek Water Reclamation Facility located at 1030 Marietta Highway, Roswell, Georgia 30075. Attendance at the Pre-Proposal Conference is mandatory for the prequalified firms responding to this RFP. Attendance for subcontractors interested in this project is voluntary, however interested subcontractors are strongly encouraged to attend. The purpose of the Pre-Proposal Conference is to provide information regarding the project and to address any questions and concerns regarding the services sought by the County through this RFP. Fulton County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Fulton County Government should be directed to Rholanda Stanberry, Contract Compliance Administrator at (404) 612-6304 or email: [email protected].

    1.9 SITE EXAMINATION

    To assist in the preparation of proposals, additional examinations of the site will be scheduled for prequalified firms. Qualified firms must contact the Purchasing Contact indicated in 1.12 of this RFP in order to schedule site inspections of the facility. Site examinations will be confined to the specific areas designated for the proposed construction, including easements and public rights-of-ways.

    1.10 PROPOSAL DUE DATE

    All proposals are due in the Department of Purchasing & Contract Compliance of Fulton County located in the Public Safety Building, Suite 1168, 130 Peachtree St,

    http://www.co.fulton.ga.us/mailto:[email protected]

  • Section 1 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    1-5

    S.W., Atlanta Georgia 30303 on or before Thursday, June 15, 2017 at 11:00 A.M., legal prevailing time. All submitted proposals will be time and date stamped according to the clock at the front desk of the Fulton County Department of Purchasing and Contract Compliance. Any proposals received after this appointed schedule will be considered late and subject to be returned unopened to the Proposer. The proposal due date can be changed only by addendum.

    1.11 DELIVERY REQUIREMENTS

    It shall be the sole responsibility of the Proposer to have his/her proposal delivered to the Fulton County Department of Purchasing and Contract Compliance for receipt on or before the above stipulated due date and time. If a proposal is sent by U.S. Mail, the proposer shall be responsible for its timely delivery to the Department of Purchasing and Contract Compliance.

    1.12 CONTACT PERSON AND INQUIRIES

    Any questions or suggestions regarding this RFP should be submitted in writing to the Department of Purchasing & Contract Compliance contact person, Donna Jenkins, Contracts Administrator, (404) 612-4213 or via email [email protected] . Any response made by the County will be provided in writing to all Proposers by addendum. No verbal responses shall be authoritative.

    1.13 PROCUREMENT SCHEDULE

    The following is the procurement schedule for this project and will be strictly adhered to:

    TASKS DATE

    RFP Issued Thursday, April 13, 2017

    Pre-Proposal Conference Monday, May 1, 2017

    Site Examinations/Visit TBD

    Last Day for Questions to be submitted Thursday, June 1, 2017

    Last Addendum Issued Thursday, June 8, 2017

    Proposal Due Date Thursday, June 15, 2017

    Oral Interviews/Presentations Week of July 10 - 13, 2017

    Proposal Discussions, Negotiations, Revisions July 25 -26, 2017

    Selection of Proposer Thursday, August 10, 2017

    Anticipated Board of Commissioners Meeting Wednesday, Sept 6, 2017 2017

    mailto:[email protected]

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-1

    SECTION 2

    INSTRUCTIONS TO PROPOSERS

    2.1 PROCUREMENT PROCESS

    The procurement will be on a formally advertised basis. All technical requirements, unless otherwise specified, must be met, or be capable of being met by the Proposer or their proposal will be disqualified as being non-responsive.

    2.2 CONTRACT DEFINITIONS

    In addition to any other terms that may be defined in this solicitation, the following terms have the following meaning:

    Addendum Revision to the RFP documents issued by the County prior to the receipt of proposals.

    Agreement refers to the executed contract between the County and Contracting Entity.

    Allowances are defined as sums of monies within the Contract Sum which may at Owners option and under terms established in the Contract, be utilized at the Owners discretion to supplement corresponding basic requirements of the Contract Documents.

    Approve Where used in conjunction with the Countys response to submittals, requests, applications, inquiries, reports and claims, the meaning of the term approved shall be held to limitations of the Countys responsibilities and duties as described herein. In no case shall approval be interpreted as a release of the PM/CM or other contractors from responsibilities to fulfill the requirements of their Agreements and Contract Documents.

    Bid bond means a bond with good and sufficient surety or sureties for the faithful acceptance of the contract payable to, in favor of, and for the protection of the governmental entity for which the contract is to be awarded.

    BCWRF Big Creek Water Reclamation Facility means the plant where the Expansion project is to take place.

    Calendar Day every day shown on the calendar.

    Change Order A written order signed by the Owner and Contractor and, stating

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-2

    their agreement upon all of the following: (1) change/modification in the work; (2) the amount of the modification, if any, in the Agreement Price; and (3) the extent of the modification, if any, in the Agreement time.

    Construction Manager the person designated as in charge to lead the day-to-day activities to manage the construction management services.

    Contract Completion the established completion date(s) set forth in the contract.

    Contract Documents the Contract Documents include the Contract Agreement, Contractor's Bid (including all documentation accompanying the Bid and any post-Bid documentation required by the County prior to the Notice of Award), Bonds, all Special Conditions, General Conditions, Supplementary Conditions, Specifications, Drawings and addenda, together with written amendments, change orders, field orders and the Construction Manager's written interpretations and clarifications issued in accordance with the General Conditions on or after the date of the Contract Agreement.

    Shop drawing submittals reviewed in accordance with the General Conditions, geotechnical investigations and soils report and drawings of physical conditions in or relating to existing surface structures at or contiguous to the site are not Contract Documents. The Contract Documents shall define and describe the complete work to which they relate.

    Contractor the selected offeror with whom the County executes the Design/Build Contract.

    County Fulton County Government and its authorized representatives.

    Contact Person Purchasing staff designated by the Fulton County Department of Purchasing and Contract Compliance to submit any questions and suggestions to.

    Final completion the date of final completion of the work is the date certified by the Engineer and the Construction Manager when all construction is fully complete, including certification of all punch list items, and when all records documentation and other closeout items required by the Contract Documents have been reviewed and found acceptable by the County.

    General Conditions the General Conditions of the Agreement for construction that govern the rights, duties, and obligations of the parties.

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-3

    Guaranteed Maximum Price (GMP) the full payment for performance of the work and covers all costs of whatever nature incurred by the Contractor in accomplishing the work in accordance with the provisions of the contract. The contractor is responsible for cost overruns, unless the GMP has been increased via formal change order in accordance with Fulton County Purchasing Code Section 102-420 (only as a result of additional scope request from the County, not price overruns, errors or omissions).

    Inspector an authorized representative of the PM/CM Team assigned to make all necessary inspections of any or all portions of the work performed or being performed, or of the materials furnished or being furnished by the Contractor.

    Jobsite location where construction activity shall be performed under this contract.

    Joint Venture (JV) A contractual agreement joining two or more persons, partnerships, corporations or any combination of business entities partnering as one firm for the purpose of executing a particular project or event. Every entity agrees on percentage of profits, losses and ownership within the organization.

    Materials any substance specified for use in the construction of the contract work.

    Modifications Binding changes, addenda, revisions, or the like, to the Work or the Agreement documents, including changes to work made by Change Order or Change Directive.

    Notice to Proceed (NTP) a written notice from the County to the Contractor to begin the actual contract work on a previously agreed date.

    Offeror the entity or individual submitting a proposal in response to this RFP.

    Owner Fulton County Government

    Owners Representative Team the Owners Representative Team shall include staff from the following departments; General Services, Public Works, Risk Management and Purchasing & Contract Compliance.

    Payment Bond means a bond with good and sufficient surety or sureties payable to the governmental entity for which the work is to be done and intended for the use and protection of all Sub-Contractors and all persons supplying labor, materials, machinery, and equipment in the prosecution of the work provided for in the public works construction contract.

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-4

    Performance Bond means a bond with good and sufficient surety or sureties for the faithful performance of the contract and to indemnify the governmental entity for any damages occasioned by a failure to perform the same within the prescribed time. Such bond shall be payable to, in favor of, and for the protection of the governmental entity for which the work is to be done.

    Plans that portion of the Agreement documents describing in drawings, the shapes, outlines, dimensions, characteristics, scope and other similar requirements governing the work, or portions thereof, prepared by the Designer and including revisions thereto. The term is used interchangeably with the word Drawings and includes without limitation Standard Details and Drawings.

    Progressive Design Build (PDB) A flexible contracting method that allows the Owner and Design-Builder to maximize the benefits of design-build. In a typical application of Progressive Design-Build, the Owner selects the Design-Builder primarily based on qualifications, rather than price; the parties enter into the contract early in the design phase, allowing substantial design input from both parties; and the determination of the final contract price (in particular construction cost) is deferred until a point when the design is well developed and both parties have sufficient information to establish a fair final price (Completion Stage Price) whether a stipulated amount (lump sum) or a Guaranteed Maximum Price (GMP).

    Progressive Design Build Company shall mean the single corporate entity contractually responsible to the Owner for development of the Project. The Design-Builder can be: (1) a firm possessing both design and construction resources in-house; or (2) a construction contractor led team with the engineer in a subcontractor role; or (3) a joint venture team between construction contractor and engineer; or (4) an engineer led team with the construction contractor in a subcontractor role.

    Progress Design Build Companys Representative the PDB Companys executive representative who is present on the work during progress, authorized to receive and fulfill instructions and who shall supervise and direct the construction

    Progressive Design Build Contract the entire and integrated agreement between the Count and the D/B Company concerning the Design/Build Project.

    Progressive Design Build Project the Design/Build work necessary for the D/B Company to meet the obligations of the Design/Build Contract.

    Project the project is the total engineering, design, construction, equipment start-up, testing and acceptance by the County of the Big Creek Water Reclamation Facility Expansion Project under a Progressive Design Build contract.

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-5

    Project Manager (PM) the person designated as in charge to lead the day-to-day activities to manage the project schedules.

    Proposal the document submitted by the offeror in response to this RFP.

    Proposal Bond or Guaranty the security furnished with the proposal to guarantee that the Offeror will enter into a contract if their proposal is accepted by the County.

    Proposer the entity or individual submitting a proposal in response to his RFP.

    Request for Proposal all documents, whether attached or incorporated by reference, utilized for soliciting sealed proposals

    Responsible offeror means a person or entity that has the capability in all respects to perform fully and reliably the contract requirements.

    Responsive offeror means a person or entity that has submitted a bid or proposal that conforms in all material respects to the requirements set forth in the invitation for bids or request for proposals.

    Scope of Work (Work) All the services specified, indicated, shown, or contemplated by the Contract, and furnishing by the Contractor of all materials, equipment, labor, methods, processes, construction and manufacturing materials and equipment, tools, plants, supplies, power, water, transportation and other things necessary to complete such services in accordance with the Contract.

    Subcontractor an individual, firm, corporation or any combination thereof, having a direct contract with Contractor for the performance of a part of the work at the site.

    Substantial Completion- the date certified by the Engineer when all or part of the work, identified in the Engineers certification, is sufficiently completed in accordance with the requirements of the Agreement documents so that the identified portion of the work can be utilized for the purposes for which it is intended.

    WRF Water Reclamation Facility

    Work All the services specified, indicated, shown, or contemplated by the Agreement documents and the furnishing by Contractor of all materials, equipment, labor, methods, processes, construction and other things necessary to complete such services in accordance with the Agreement documents and that will ensure a functional and complete facility.

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-6

    Written Notice A written statement transmitted from one party to an authorized representative of another party.

    2.3 NO CONTACT DURING PROCUREMENT PROCESS

    It is the policy of Fulton County that the evaluation and award process for County contracts shall be free from both actual and perceived impropriety, and that contacts between potential vendors and County officials, elected officials and staff regarding pending awards of County contracts shall be prohibited.

    A. No person, firm, or business entity, however situated or composed,

    obtaining a copy of or responding to this solicitation, shall initiate or continue any verbal or written communication regarding this solicitation with any County officer, elected official, employee, or designated County representative, between the date of the issuance of this solicitation and the date of the County Managers recommendation to the Board of Commissioners for award of the subject contract, except as may otherwise be specifically authorized and permitted by the terms and conditions of this solicitation.

    B. All verbal and written communications initiated by such person, firm, or entity

    regarding this solicitation, if same are authorized and permitted by the terms and conditions of this solicitation, shall be directed to the Purchasing Agent.

    C. Any violation of this prohibition of the initiation or continuation of verbal or

    written communications with County officers, elected officials, employees, or designated County representatives shall result in a written finding by the Purchasing Agent that the submitted bid or proposal of the person, firm, or entity in violation is non-responsive, and same shall not be considered for award.

    2.4 CLARIFICATION & ADDENDA

    Proposers may submit requests for clarifications or interpretations regarding this RFP and the Contract. Proposers must prepare such requests in writing for the Countys consideration as set forth in this section of this RFP. While the County has not placed an initial limitation on the number of requests which can be submitted, Proposers are cautioned that if Proposers do not request meaningful clarifications or interpretations in an organized manner (e.g., limited frequency of requests), the County will set restrictions on the frequency and number of requests permitted. The

    County will not respond to requests, oral or written, received after Thursday, June

    1, 2017 at 3:00 P.M., local prevailing time. Proposers are advised that this section

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-7

    places no obligation on the part of the County to respond to any or all requests for clarification or interpretation, and that the Countys failure to respond to any such request will not relieve the Proposer of any obligations or conditions required by this RFP. Requests for clarification or interpretation regarding this RFP shall only be submitted in writing (letter, fax or email) to:

    Purchasing Representative: Donna Jenkins, Contracts Administrator

    Email: [email protected]

    All responses to written requests for clarification, interpretation, or additional information will be distributed as addenda to this RFP and posted on the Fulton County website www.fultoncountyga.gov. No oral interpretation, instruction, or information concerning this RFP given by any employee or agent of the County shall be binding on the County. Proposers who submit a Proposal in reliance on any such oral information risk having their response to this RFP deemed non-responsive by the County. Only written responses issued by addendum to this RFP should be considered by the Proposers.

    During the period provided for the preparation of Proposals, the County may issue addenda to this RFP. These addenda will be numbered consecutively and will be posted on the Fulton County website, www.fultoncountyga.gov. These addenda will be issued by, or on behalf of, the County and will constitute a part of this RFP. Each Proposer is required to acknowledge receipt of each addendum by submitting an executed acknowledgment form. This acknowledgment shall include all addenda distributed prior to the Proposal Submission Date. All responses to this RFP shall be prepared with full consideration of the addenda issued prior to the Proposal Submission Date.

    2.5 TERM OF CONTRACT

    The term of the contract will be further modified and adjusted. The County anticipates no more than 54 months upon selection of the Progressive Design Builder.

    2.6 RFP SUBMITTALS

    See Exhibit 11 for the RFP Submittal Checklist. This checklist will assist you to ensure that all submittals are included in your proposal. Failure to submit all submittals may deem your proposal non-responsive.

    http://www.fultoncountyga.gov/http://www.fultoncountyga.gov/

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-8

    2.7 PROPOSAL EVALUATION

    All proposals will be evaluated using the criteria specified in Section 4 of this RFP. Selection will include an analysis of proposals by an Evaluation Committee composed of County personnel who will review the proposal submittals in accordance with the submittal requirements and the evaluation criteria set forth in Section 4 of this RFP. The committee may request oral interviews and/or site visits. Awards will not necessarily be based on cost alone. Other factors, as detailed in the RFP, will be considered in determining what proposal will be deemed to best meet the needs of Fulton County.

    2.8 DISQUALIFICATION OF PROPOSERS

    The submission of more than one (1) proposal to the County as the primary Proposer

    or member of a joint venture for the same work by and individual firm, partnership or corporation under the same or different names may be grounds for disqualification of a Proposer and the rejection of the proposal.

    2.9 RESERVED RIGHTS The County reserves the right to accept or reject any and/or all proposals, to waive irregularities and technicalities, and to request resubmission. Any sole response that is received may or may not be rejected by the County depending on available competition and timely needs of the County. There is no obligation on the part of the County to award the contract to the lowest proposer and the County reserves the right to award the contract to the responsible proposers submitting responsive proposals with resulting agreements most advantageous and in the best interest of the County. The County shall be the sole judge of the proposals and the resulting agreements that are in its best interest and its decision shall be final. Also, the County reserves the right to make such investigation as it deems necessary to determine the ability of any proposer to perform the work or service requested. Information the County deems necessary to make this determination shall be provided by the proposer. Such information may include, but shall not be limited to, current financial statements by an independent CPA; verification of availability of personnel; and past performance records.

    2.10 APPLICABLE LAWS

    All applicable laws and regulations of the State of Georgia and ordinances and regulations of Fulton County shall apply. Protestors shall seek resolution of their complaints in the manner provided in the Fulton County Purchasing Code Section 102-448 which is incorporated by reference herein.

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-9

    2.11 GEORGIA UTILITY CONTRACTORS LICENSE (APPLICABLE)

    A Utility Contractors License is required to perform this work in accordance with O.C.G.A. 43-14-8.2(h). Bids for utility contracting projects must be from a licensed utility contractor and that licensed contractor must be the prime on this project. It is not permissible for an unlicensed individual/firm to subcontract with a licensed utility contractor for this project. Form C1: Georgia Utility License Certification in Section 5, Purchasing Forms must be completed and submitted by the contractor performing the work.

    2.12 GENERAL CONTRACTORS LICENSE (APPLICABLE)

    Effective July 1, 2008, all general contractors are required to be licensed by the State of Georgia to perform the following work; construction; construction management services; or progressive design build services as a prime contractor, joint venture partner, or as a subcontractor to a design professional acting as prime contractor as part of a progressive design build entity or combination, unless exempted from holding such license pursuant to Georgia law (O.C.G.A. 43-41-17). If exempted, Contractor must submit a copy of their Georgia Department of Transportation Certificate of Qualification with their bid submittal. Proposers must complete Form C2: Georgia General Contractors License Certification in Section 5, Purchasing Forms. Failure to provide the required license shall deem your bid non- responsive.

    2.13 PROFESSIONAL LICENSES The State of Georgia requires that the following professions are required by state law to be licensed:

    1. Engineers 2. Architects 3. Surveyors 4. Electricians 5. Plumbers 6. Conditioned Air Contractors 7. Low Voltage Contractors 8. Welders

    Proposers and any sub-contractors performing any of the above described work must provide a copy of their license for the work they will perform on this project. Proposers must complete Form C3: Georgia Professional License Certification in Section 5, Purchasing Forms Failure to provide the required license may deem your

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-10

    bid non-responsive. 2.14 INSURANCE AND RISK MANAGEMENT PROVISIONS

    Insurance and Risk Management provisions and Indemnification and Hold Harmless provisions are outlined in Section 7 of this RFP. Upon award, the successful Proposer must obtain at their expense, a Certificate of Insurance (COI) with policy limits equal to or greater than the limits outlined in Section 7. Proof of insurance must be provided to the County prior to the start of any activities/services as described in the bid document(s). Any and all insurance coverage(s) and/or bonds required under the terms and conditions of the contract shall be maintained during the entire term of the contract, including any extensions or renewals thereto, and until all work has been completed to the satisfaction of the County.

    Bonding Requirements:

    Regarding submission of surety bonds prior to or subsequent to the Bid submission, the following requirements pertain:

    a. Any surety bond submitted in accordance with the Bid or Agreement

    requirements must be issued by a corporate surety company satisfactory to the County and authorized to act as such in the State of Georgia.

    b. Such bonds shall conform to the forms provided with the Bid documents and

    be completed in accordance with the instructions.

    c. In accordance with Georgia law, and upon award of the Agreement, separate performance and payment bonds shall be required of the successful Offeror, each in an amount not less than the total amount payable under the Agreement. The performance bond shall remain in effect for one (1) year after final acceptance of the work.

    d. The payment bond shall remain in effect for the period required under

    Georgia law for the payment bonds on public construction agreements. Alterations, extensions of the time allowed for performance, extra and additional work, and other changes authorized under the Agreement may be made without notice to or consent of the surety or sureties.

    Bid Bond A Bid Bond will be required for Phase 1B and prior to Phase 2 beginning.

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-11

    Payment & Performance Bond Once the GMP has been accepted, the Progressive Design Build Company awarded the contract for the project must provide a Payment Bond and Performance Bond in the amount equal to one hundred percent (100%) of the Progressive Design Build Price prior to the execution of the Contract. The Payment and Performance Bond Forms can be found in Section 9 of this RFP.

    2.14 LIQUIDATED DAMAGES AND PROGRESSIVE DESIGN BUILD PRICE

    REDUCTIONS

    The performance of the Work within the specified time is essential to the County. The provision which establishes liquidated damages, of $1,000 per day, to be paid to the County in the event that the Work is not completed and non-performing on schedule is located in the Contract Documents.

    2.15 ACCURACY OF RFP AND RELATED DOCUMENTS

    The County assumes no responsibility that the specified technical and background information presented in this RFP, or otherwise distributed or made available during this procurement process, is complete or accurate. Without limiting the generality of the foregoing, the County will not be bound by or be responsible for any explanation or interpretation of the Proposal documents other than those given in writing as an addendum to this RFP. Should a recipient of this RFP find discrepancies in or omissions from this RFP and related documents, the recipient of this RFP shall immediately notify the Purchasing Contact Person identified in Section 1.12 in writing at the following address: Fulton County Department of Purchasing and Contract Compliance, Public Safety Bldg, 130 Peachtree Street S.E., Suite 1168 Atlanta, GA 30303. A written addendum, if necessary, then will be made available to each recipient of this RFP.

    2.16 RESPONSIBILITY OF PROPOSER

    Each Proposer is encouraged to conduct all necessary investigations and review all available and relevant data and information, which are necessary in its judgment in order to assume this responsibility prior to the submittal of its Proposal. Proposers

    are reminded of Fulton Countys No Contact During Procurement policy and shall only contact the person designated by the RFP.

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-12

    2.17 CONFIDENTIAL INFORMATION

    If any Proposal contains technical, financial, or other confidential information that the Proposer believes is exempt from disclosure, the Proposer must clearly label the specific portions sought to be kept confidential and specify on what the exemption is based. The County, at its sole discretion and subject to applicable law, will determine whether such exemption applies. The County has sole discretion to make such determination regarding the disclosure of information, and by responding to this RFP, Proposers waive any challenge to the Countys decisions in this regard. Marking all or substantially all of a Proposal as confidential may result in the Proposer being deemed non-responsive to this RFP. Notwithstanding the foregoing, Proposers recognize and agree that the County, its staff, and its Consultants will not be responsible or liable in any way for any losses that the Proposer may suffer from the disclosure of information or materials to third parties.

    2.18 COUNTY RIGHTS AND OPTIONS

    This RFP constitutes an invitation to submit Proposals to the County. Without limitation or penalty, the County reserves and holds at its sole discretion, the following rights and options:

    This RFP does not obligate the County to select, procure or contract for any services whatsoever.

    Fulton County reserves the right to award a contract based on this RFP and the proposal(s) received (in whole or in part) to one or several vendors.

    The County reserves the right to change or alter the schedule for any events associated with this procurement and, if required, notify the Proposers. A Proposer, by submitting a Proposal, agrees to be bound by any modifications made by the County

    All costs incurred by a Proposer in connection with responding to this RFP, the evaluation and selection process undertaken in connection with this procurement, and any negotiations with the County will be borne by the Proposer.

    The County reserves the right to reject all Proposals and components thereof to eliminate all Proposers responding to this RFP from further consideration for this procurement, and to notify such Proposers of the County's

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-13

    determination.

    The County may cancel this RFP without the substitution of another RFP and terminate this procurement at any time without any liability whatsoever.

    The County reserves the right to waive any technicalities or irregularities in the Proposals.

    The County reserves the right to eliminate any Proposer who submits incomplete or inadequate responses or is not responsive to the requirements of this RFP.

    The County may request Proposers to send representatives to the County for interviews and presentations.

    To the extent deemed appropriate by the County, the County may select and enter into discussion and negotiations with the Proposer(s) submitting Proposal(s), which are found to be reasonably susceptible for award.

    The County reserves the right to discontinue negotiations with any selected Proposer.

    The County reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFP.

    All Proposals (other than portions thereof subject to patent or copyright protection) become the property of the County and will not be returned, and the County reserves the right to utilize all such information contained in the Proposals without further cost to the County

    The County may add to or delete from the Project Scope of Work set forth in this RFP.

    Any and all Proposals not received by the Proposal Submission Date shall be rejected and returned unopened.

    Neither the County, its staff, its representatives, nor any of its consultants or attorneys will be liable for any claims or damages resulting from the solicitation, collection, review, or evaluation of responses to this RFP.

    The County, including its representatives and consultants, reserves the right to visit and examine any of the facilities referenced in any Proposal and to

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-14

    observe and investigate the operations of such facilities.

    By responding to this RFP, Proposers acknowledge and consent to the rights and conditions set forth in this RFP.

    2.19 COST OF PROPOSAL PREPARATION AND SELECTION PROCESS

    Each Proposal, including preparation of all information required to be included in a Proposal pursuant to this RFP, shall be prepared at the sole cost and expense (including, but not limited to, engineering and legal costs) of the Proposer. In addition, the Proposer shall be solely responsible for all costs (including engineering and legal costs) incurred by such Proposer in connection with this selection process, including any costs incurred by the Proposer in any subsequent negotiations entered into in connection with developing the Proposal. There shall be no claims whatsoever against the County, its staff, or its consultants for reimbursement for the costs or expenses (including, but not limited to, engineering and legal costs) incurred during the preparation of the Proposal or other information required by this RFP or procurement process or in connection with the selection process or any negotiations.

    2.20 TERMINATION OF NEGOTIATIONS

    The County at its sole discretion may, at any time, to the extent permitted by Applicable Law, exclude a Proposer from further participation in any negotiation process if the County determines that such Proposer is failing to progress in the negotiations or if the terms of its Proposal are less advantageous than those of other Proposers and such Proposer is deemed to be no longer susceptible of selection. The County will give written notice of its decision to the Proposer, which shall be sent in writing, signed by the County.

    2.21 WAGE CLAUSE Pursuant to 102-413, each Contractor shall agree that in the performance of the

    Contract he will comply with all lawful agreements, if any, which the Contractor had made with any association, union, or other entity, with respect to wages, salaries, and working conditions, so as not to cause inconvenience, picketing, or work stoppage.

    2.22 ADDITIONAL OR SUPPLEMENTAL INFORMATION

    After receipt of the submittals, the County will evaluate the responses, including the references, financial statements, experience and other data relating to the Respondents qualifications. If requested by the Fulton County Department of

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-15

    Purchasing and Contract Compliance, Respondents maybe required to submit additional or supplemental information to determine whether the Respondent meets all of the qualification requirements.

    2.23 REPORTING RESPONSIBILITIES

    The successful Proposer will report directly to the Owners Representative Team or designated representative.

    2.24 GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT

    This Request for Proposal is subject to the Georgia Security & Immigration Compliance Act. Effective July 1, 2013, bidders and proposers are notified that all bids/proposals for services that are to be physically performed within the State of Georgia must be accompanied by proof of their registration with and continuing and future participation in the E-Verify program established by the United States Department of Homeland Security. Physical performance of services means any performance of labor or services for a public employer using a bidding process or by contract wherein the labor or services exceed $2,499.99 (except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia). A completed affidavit must be submitted on the top of the bid/proposal at the time of submission, prior to the time for opening bids/proposals. Under state law, the County cannot consider any bid/proposal which does not include a completed affidavit. It is not the intent of this notice to provide detailed information or legal advice concerning the Georgia Security & Immigration Compliance Act. All bidders/proposers intending to do business with the County are responsible for independently apprising themselves and complying with the requirements of that law and its effect on County procurements and their participation in those procurements. For additional information on the E-Verify program or to enroll in the program, go to: https://e-verify.uscis.gov/enroll.

    The Director of Purchasing & Contract Compliance is authorized to conduct random audits of a contractors or subcontractors compliance with the Illegal Immigration Reform and Enforcement Act and the rules and regulations of the Georgia Department of Labor.

    See Section 5, Proposal Forms for declarations and affidavits.

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-16

    2.25 AUTHORIZATION TO TRANSACT BUSINESS

    If the Proposer is a Georgia corporation, the corporation, prior to contract execution,

    shall submit documentary evidence from the Secretary of State that the Corporation is in good standing and that the corporation is authorized to transact business in the State of Georgia.

    If the Proposer is a foreign (non-Georgia) corporation, the corporation, prior to contract execution shall submit a Certificate of Authority and documentary evidence from the Georgia Secretary of State of good standing which reflects that the corporation is authorized to do business in the State of Georgia.

    2.26 RIGHT TO PROTEST

    Any actual bidder or offeror that has submitted a bid/proposal for a particular procurement and is aggrieved in connection with the solicitation or award of the contract shall protest in writing to the purchasing agent after the date that the specific bid or proposal is submitted. No protest will be accepted or considered prior to the date the specific bid or proposal is submitted; it will be considered untimely. All protests shall set forth in full detail the factual and legal bases for the protest and specific relief sought by the protestor. Protests arising from factual or legal bases that the protestor knew or should have known prior to the submission of the bid/proposal must be submitted within three business days of the submission of the bid/proposal. Protests arising from factual or legal bases that the protestor knew or should have known subsequent to the date the bid/proposal was submitted must be submitted within ten business days after the protestor knew or should have known of such bases, but in no event shall any protest be submitted more than ten business days after the award of the contract. Untimely protests will not be considered by the purchasing agent and will be simply denied as untimely. Decisions on timeliness by the purchasing agent are not appealable. An oral protest or a protest to an official, employee, User Department, or other person apart from the Director of Purchasing & Contract Compliance does not comply.

    2.27 NON-COLLUSION

    By submitting a signed proposal, Offeror certifies and attests that there has been no collusion with any other Offeror. Reasonable grounds for believing Offeror has an interest in more than one proposal will result in rejection of all proposals in which the Offeror has an interest. Any party to collusion may not be considered in future proposals for the same or similar work.

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-17

    2.28 CERTIFICATE OF ACCEPTANCE

    By responding to this RFP, Offeror acknowledges that he/she has read this

    solicitation document, including any addenda, exhibits, attachments, and/or appendices in its entirety, and agrees that no pages or parts of the document have been omitted, that he/she understands, accepts and agrees to fully comply with the requirements therein.

    Offeror also certifies and attests that the Offeror has reviewed the form Fulton

    County contract included in this solicitation and agrees to be bound by its terms, or that the Offeror certifies that it is submitting any proposed modification(s) to the contract terms with its proposal in accordance with Section 2.26, Exceptions to the Countys Contract. The Offeror further certifies that the failure to submit proposed modifications with the proposal waives the Offerors right to submit proposed modifications later. The Offeror also acknowledges that the indemnification and insurance provisions of Fulton Countys contract included in this solicitation document are non-negotiable and that proposed modifications to said terms may be reason to declare the Offerors proposal as non-responsive.

    2.29 EXCEPTIONS TO THE COUNTYS CONTRACT

    If Offeror takes exception to any term or condition set forth in the Sample Contract, see Section 8 of this RFP, and any of its exhibits, appendices or attachments, said exceptions must be clearly identified in the response to this RFP. Exceptions or modifications to any of the terms and conditions must be submitted as a separate document accompanying the Offerors proposal clearly marked as Exceptions. The County shall be the sole determiner of the acceptability of any exception(s).

    2.30 CERTIFICATION REGARDING DEBARMENT

    By responding to this RFP, Offeror certifies that neither it or its subcontractors is

    presently debarred, suspended, proposed for debarment, declared ineligible, or otherwise excluded from doing business with any government agency. Any such exclusion may cause prohibition of your firm from participating in any procurement by the County. Section 102-449 of the Fulton County Code of Laws, which is incorporated as if fully set forth herein, establishes the procedure for the debarment of contractors.

    2.31 SUBSTITUTION OF APPROVED KEY TEAM MEMBERS

    The Consultant is required to submit a written request and obtain from Fulton

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-18

    Countys Contract Manager prior written approval for any substitutions, additions, alterations, or modifications to the Consultants originally proposed personnel and project organization, as depicted on the proposed Consultants Organization Chart. The substitute personnel shall have the same job classification, as set forth herein or higher but shall not exceed the approved billing rate, and meet or exceed the qualifications and experience level of the previously assigned personnel, at no additional cost to the County.

    2.32 GENERAL REQUIREMENTS

    1. Proposals may be withdrawn upon receipt of a written request prior to the stated due date and time. If a firm seeks to withdraw a proposal after the due date and time, the firm must present a notarized statement indicating that an error was made, with an explanation of how it occurred. The withdrawal request must be accompanied by documentation supporting the claim. Prior to approving or disapproving the request, an opinion will be obtained from Fulton Countys Legal Counsel indicating whether the firm is bound by its proposal.

    Proposals for projects that are solicited pursuant to the Georgia Local

    Government Public Works Construction Law (O.C.G.A. 36-91-1 et seq.) may be withdrawn as follows:

    The County must advise Offerors in the request for proposals of the number of days that Offerors will be required to honor their proposals. If an Offeror is not

    selected within 60 days of opening the proposals, any Offeror that is determined by the governmental entity to be unlikely of being selected for contract award will be released from the proposal.

    2. Fulton County shall be the sole judge of the quality and the applicability of all

    proposals. Design, features, overall quality, local facilities, terms and other pertinent considerations will be taken into account in determining acceptability.

    3. The successful Offeror must assume full responsibility for delivery of all goods

    and services proposed. 4. The successful Offeror must assume full responsibility for replacement of all

    defective or damaged goods and/or performance of contracted services within thirty (30) days notice by the County of such defect, damage or deficiency.

    5. The successful Offeror must assume full responsibility for providing warranty

    service on all goods, materials, or equipment provided to the County with warranty coverage. Should a vendor be other than the manufacturer, the

  • Section 2 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    2-19

    vendor and not the County is responsible for contacting the manufacturer. The Offeror is solely responsible for arranging for the service to be performed.

    6. The successful Offeror shall be responsible for the proper training and

    certification of personnel used in the performance of the services proposed. 7. The successful Offeror shall not assign, transfer, convey, sublet, or otherwise

    dispose of any contract resulting from the RFP or of any of its rights, title or interest therein without prior written consent of the Fulton County Board of Commissioners.

    8. In case of default by the successful Offeror, Fulton County may procure the

    articles or services from another source and hold the successful Vendor responsible for any resultant excess cost.

    9. All proposals and bids submitted to Fulton County are subject to the Georgia

    Open Records Act, Official Code of Georgia, Annotated (O.C.G.A.) 50-18-70 et seq.

    10. All proposals and bids submitted to Fulton County involving Utility Contracting

    are subject to the Georgia law governing licensing of Utility Contractors, O.C.G.A. 43-14-8.2(h).

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-1

    SECTION 3 PROPOSAL REQUIREMENTS

    3.1 SUBMISSION REQUIREMENTS

    3.1.1 Proposal Submission Date and Submittal Format All Proposals, including all attachments, must be received by the County in a sealed package no later than Thursday, June 15, 2017 at 11:00 A.M. and must be addressed to:

    REQUEST FOR PROPOSALS RFP # Fulton County Department of Purchasing & Contract Compliance

    Public Safety Building 130 Peachtree Street S.W. Suite 1168

    Atlanta GA 30303

    The Proposal shall consist of a Technical Proposal, a Cost Proposal and all documents listed on the Required Submittal Checklist (Exhibit 1). The Technical Proposal shall include proposer information, technical information, business-related information, and any Technical Proposal forms requested. The Cost Proposal shall include the Cost Proposal Forms and any information describing the basis for pricing and must be separately, sealed, marked and packaged. The required content of the Technical Proposal and Cost Proposal is further specified in this section of the RFP. The Proposal must be signed and acknowledged by the Proposer, including certain information to be provided under oath as required under applicable law, in accordance with the instructions herein and the various proposal forms. THE TECHNICAL PROPOSAL, THE COST PROPOSAL AND CONTRACT COMPLIANCE EXHIBITS SHALL BE SUBMITTED IN SEPARATE, SEALED ENVELOPES OR PACKAGES. THE INCLUSION OF ANY COST INFORMATION IN THE TECHNICAL PROPOSAL MAY RESULT IN SUCH PROPOSAL BEING REJECTED BY THE COUNTY. Each envelope or package shall be clearly marked as follows:

    REQUEST FOR PROPOSALS RFP ________

    Project # and Title [Technical or Cost Proposal]

    Proposer's Name and Address

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-2

    3.1.2 Number of Copies

    Proposers shall submit the following: Technical Proposal, one (1) marked Original and five (5) copies on CD or thumb drive media in PDF format. Contract Compliance Exhibits, two copies; one (1) marked Original and one marked Copy in a separate sealed envelope. Financial Information, two copies; one (1) marked Original and one marked Copy in a separate sealed envelope. Cost Proposal, two copies; one (1) marked Original and one marked Copy in a separate sealed envelope. All Proposals must be complete with all requested information.

    3.2 OVERVIEW OF PROPOSAL REQUIREMENTS

    Proposers shall submit Proposals in accordance with the content and format requirements set forth in this RFP. Proposals should be clearly organized and structured in a manner that allows materials included in the document to be located easily. Each of the instructions set forth in this section must be followed for a Proposal to be deemed responsive to this RFP. In all cases, the County reserves the right to determine, at its sole discretion, whether any aspect of the Proposal meets the requirements set forth in this section. The County reserves the right to reject any Proposal, which in its judgment, does not comply with these Proposal submission requirements.

    3.2.1 Progressive Design Build Concept

    The Progressive Design Build (PDB) method of delivering infrastructure projects combines the owners direct control over project concept and detailed design with the Progressive Design-Builders innovation and creates a single point of accountability.

    Fulton County has chosen a two-step process, first soliciting statements of qualifications (SOQs) and then requesting proposals from a list of pre-qualified proposers.

    The Project is to be designed and constructed in two phases using the

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-3

    progressive design build delivery method:

    Phase One A (Phase 1A): Conduct studies & evaluations to determine the most beneficial method of expanding the plant, addressing solids handling and addressing other items as discussed in Section 3.3 Scope of Work and Desired Outcomes. Submit fee for Phase 1B.

    Phase One B (Phase 1B): Prepare design to eighty percent (80%) complete, as defined in this document (Scope of Progressive Design Builder Services), and a guaranteed maximum price (GMP) proposal (If Phase 1B is approved by owner).

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

    (A) The Owners contract intentions are as follows:

    1) RFP Phase Proposer will submit a detailed scope of work schedule, task descriptions, breakdown of man hours and fixed cost for the first phase of the project (Phase 1A).The proposer shall also provide a maximum cost as a percentage of the GMP for the next phase of the project (Phase 1B). In addition, the Proposer shall provide the Progressive Design Builders Fees subject to a GMP.

    2) Phase 1A Upon the completion of Phase 1A, the selected contractor will submit a fixed cost for the Phase 1B work. This cost includes developing 80% Construction Documents and a GMP for the project.

    3) Phase 1B Upon the completion of Phase 1B, the selected contractor will submit a fixed cost to finalize the design & GMP for the project.

    Certain project background documents are being made available in Section XII (Project Background Documents/Attachments) for the purpose of preparing Proposals. The Owner is providing these documents only for the purpose of obtaining Proposals for the Project and does not confer a license or grant for any other use. The extent to which the Progressive Design Builder may rely on such background documents is as set forth in (Draft Progressive Design Build Agreement Section 10.0).

    3.2.2 Owners Objectives

    The Owners objectives for delivery of the Project are as follows:

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-4

    Quality: Provide treatment facilities and equipment that will be sustainable and will reliably treat the required quantities of wastewater in full compliance with federal and state regulations and contractual standards for the water quality over the range of the influent water quality conditions.

    Cost: Minimize lifecycle cost.

    Schedule: Achieve the scheduled completion dates as established in Section 3.5 for design, construction and performance testing of the Project.

    Risk: Achieve an optimal balance of risk allocation between the Owner and the Progressive Design Builder.

    Safety: Implement an effective safety program incorporating best industry practices.

    By selecting the progressive design build delivery method for the Project, the Owner is committed to working in close collaboration with the Progressive Design Builder during Phase One and Two to develop the Projects design to achieve the Project objectives and to obtain a mutually agreeable GMP for delivery of the Project. As set forth in Volume II (Project Technical Requirements), the Owner has certain technical requirements and standards that will apply to the Projects design.

    3.3 SCOPE OF WORK

    This section describes generally the scope of work and performance guarantees the County is seeking in this RFP. The Proposer should carefully review the RFP including the Draft PDB Agreement, Appendices and all addenda to this RFP to fully understand the scope of work desired by the County, and to determine the best approach to meeting the Countys objectives. 3.3.1 Company Sole Responsibility for Contract Services The P D B Company shall be solely responsible for performing all contract P D B Work. No conceptual design information or technical requirements contained in this RFP shall relieve the PDB Company of responsibility for designing and constructing the PDB Work to meet the contract requirements nor shall the inclusion of such information or requirements provide any recourse whatsoever against, or give rise to any liability of, the County, the County Board of Commissioners, County employees or agents, or consultants, or attorneys for the County. 3.3.2 Progressive Design Build Guarantees The Proposer shall meet the requirements of the Progressive Design Build

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-5

    Guarantees provisions in accordance with Appendix 18 of this RFP.

    3.3.3 Scope of Work and Desired Outcomes The following is a general description of the scope of work for the design and construction of the Big Creek WRF Expansion Project. This scope of work contains the major goals and functional elements of the project, but is not intended to be an all-inclusive list of the scope of work of the PDB Project.

    The Big Creek Water Reclamation Facility (BCWRF), located at 1030 Marietta Highway, Roswell, Georgia 30075, is operating under NPDES Permit Number GA0024333. The plant is permitted for an average monthly flow of 24 MGD. Average monthly flow for 2015 was approximately 20 MGD. The County has applied for an NPDES Permit to expand the facility to 38 MGD. The expected effluent limits as specified in 38 MGD, max 30 day flow, permit is in Appendix 2. This project will require all engineering, design, construction, and start-up services necessary to complete the expansion of the facility to 38 MGD while maintaining complete effluent compliance. The PDB Company will be responsible for any and all fines and penalties attributable to the PDB Companys work. Recently, improvements have been made to the replace equipment that was at the end of its useful life.

    3.3.3.1 Scope of Work The Progressive Design Builder will provide services in two distinct phases. Phase One A (Phase 1A) services generally consist of conducting studies and evaluations to determine the most beneficial method of expanding the plant, addressing solids handling and addressing other items discussed in Section 3.3.3.2. Phase One B (Phase 1B) services generally consist of preliminary engineering, geotechnical investigations and design development, as well as, preparation in close collaboration with the Owner, of a proposed price and schedule. The proposed price and schedule includes the Projects design (developed to the Owners required level of 80% completion), permitting activities, a GMP, Project schedule, and supporting documentation, such as detailed open-book costing for the GMP. Phase Two services generally encompass completing the Projects design, construction and performance testing.

    Phase One A (Phase 1A) Services:

    Develop the Project execution plan, including Project schedule.

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-6

    Prepare an evaluation, in collaboration with the owner, of various treatment options for wastewater treatment & solids handling.

    Perform subsurface investigations, surveying and, raw water/wastewater analyses to support design and cost estimating.

    Evaluate various options to address items in the EID Public Comments identified in Section 3.3.3.3.

    Perform, prepare and produce the design development report (DDR) and obtain approval from EPD.

    Develop opinion of probable cost, including lifecycle costs, for the various alternatives being evaluated.

    Phase One B (Phase 1B) Services:

    Update the Project Execution Plan including the Project Schedule.

    Develop the engineering design (including preparing and submitting intermediate design review packages) and value-engineering activities in conjunction with Owner.

    Prepare & submit all documents required to meet local, state, federal and any other jurisdictional requirements.

    Prepare a project cost model and provide detailed cost estimates as the design and design alternatives are advanced.

    Submit and negotiate a GMP to complete the Phase Two services.

    Identify Project permitting requirements and initiate certain permitting activities.

    Phase Two (Phase 2) Services:

    Complete the final design.

    Procure equipment and subcontractors. (All work shall be broken down into various acquisition packages and procured by obtaining a minimum of three bids with input from the Owner on equipment and systems. Cost will not be the only determining factor in selection of these packages but among the factors that will be considered will be quality, performance, and expected reliability. Progressive Design Build contractor may bid on any of the packages.)

    Secure necessary permits.

    Construct the Project.

    Conduct startup, commissioning and performance testing.

    Provide operator training.

    Provide warranty coverage.

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-7

    3.3.3.2 Desired Outcomes The following provides a brief narrative of the desired outcomes of the Progressive Design Build project.

    1. Effluent Quality & Quantity

    A. Meet existing and proposed Waste Load Allocation, the NPDES discharge permit requirements to be issued for the expanded plant, and the requirements in the Appendices.

    B. Flows (Increase plant capacity from 24 MGD to 38 MGD Average Monthly Flow)

    C. Perform all investigation into influent loadings & additional sampling as deemed necessary as stated previously.

    D. Evaluate and implement sludge handling, treatment, dewatering, and disposal methods.

    2. Guarantees

    A. Refer also to Appendix 2 and 18. B. Noise

    a. No more than a 3dBA increase in measured sound level over a pre-construction benchmark will be acceptable.

    b. Points will be identified to test where the largest noise generating are closest to residential and commercial areas.

    c. The use of sound block, sound walls, louvers, positioning of doors, design of truck routing and other materials and methods to mitigate noise is encouraged.

    C. Odor a. The minimum requirement shall be that with all access to the

    facility buildings closed there shall be no odors within 25 feet of any building or building opening throughout the plant.

    D. Life Cycle and Operating Usages and Costs a. Power consumption b. Chemical consumption c. Cost of operation d. Other items which may be applicable to evaluate a design.

    E. Treatment guarantees a. Whole effluent quality (including existing plant?). b. Process level treatment, which may include:

    i. Screenings and grit removal efficiency ii. Dewatering performance iii. Power used to complete nitrification

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-8

    iv. Etc.

    3. Mitigation of impact to the neighbors A. See Noise and Odor guarantees above. Additional details are

    provided in Section 3.3.3.3. Note that meeting the responses in Section 3.3.3.3 will not alleviate requirements stated elsewhere in this RFP or Appendices.

    B. Site Lighting, Architectural, Landscaping C. Lead/coordinate public outreach.

    4. Property and existing facilities A. The facility entrance at Marietta Hwy to be evaluated for improved

    ingress/egress including safety and security enhancements. B. It is intended that the following existing structures are to be

    demolished. a. Abandoned clarifiers, RAS & WAS pump stations near the

    south side of existing aerated sludge holding tanks. b. Package plant foundations. c. Chemical storage building south of the existing maintenance

    building. d. Any structure in or near the storage yard at the southeast of

    the property, material and equipment may need to be relocated.

    e. Plants original control building. f. Office trailers which are not in use g. Any abandoned shed or equipment. h. All out of service sub-surface structures, duct banks, pipes

    throughout the plant. C. Any existing structure (s) to be relocated or to have the function

    relocated will be evaluated with the PDB Company. This may include a down-sized administration building relocated to an optimum location onsite.

    D. Coordinate with the necessary permitting and regulatory authorities for land use requirements.

    5. Direction on equipment and processes A. Equipment and system type preferences will be determined during

    the design phase, including requirements for redundancy.

    6. Other items A. Site and building security for the new facility. B. Stormwater requirements

    a. Minimizing the number of stormwater discharge points is desired.

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-9

    b. Creation of an SWP3 and spill prevention and control plan for the new facility.

    3.3.3.3 County Response to past EID Public Meeting Comments

    These may require modification as the design progresses, additional requirements may be determined to be necessary.

    Concern Response

    Architecture The public has requested that the new facilities not look commercial or industrial.

    Blasting The public has expressed concern regarding blasting requirements during construction. Fulton County is proposing the following:

    Blasting may be required but the geotechnical investigation indicates that nearly all of the proposed facilities will be located above rock.

    Notify the public in advance of any blasting.

    Water Reuse The public has expressed an interest in making the treated effluent available for reuse.

    Visual Screening The public has requested that the new facilities be screened from view to the maximum extent possible. Fulton County is proposing the following:

    Provide significant landscaping along the north side of the site that faces the Inverness subdivision.

    Replace a section of existing fencing along the property line adjacent to Bonnie Way with a new vinyl-clad privacy fence.

    Landscaping The public has requested that attractive landscaping be provided, including:

    A landscaping plan and select tree species that are acceptable to the City of Roswell Design Review Board.

    Lighting The public has requested that glare from exterior lighting be controlled. Fulton County is proposing the following:

    Follow the City of Roswell Outdoor Lighting Ordinance.

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-10

    Utilize full cutoff fixtures for existing and proposed exterior lighting.

    Provide switchable maintenance lighting.

    Provide low-level personnel safety lighting.

    Concern Response

    Odors The public has requested that odor from the treatment facilities be controlled. Fulton County is proposing the following:

    Cover and capture foul air from all existing and proposed liquid treatment train facilities upstream of filtered effluent.

    Cover and capture foul air from all existing and proposed solids treatment train facilities.

    Provide .99% removal of H2S from the captured foul air.

    Noise The public has requested that noise from the treatment facilities be controlled. Fulton County is proposing the following:

    Locate the proposed emergency generators where the existing bar screen/grit structure is located. This location is further away from the Inverness subdivision homeowners than originally proposed.

    Utilize acoustical enclosures and sound traps rated at 75 decibels at 7 meters from the equipment.

    3.4 PROJECT DELIVERABLES

    Proposer shall provide the specific deliverables for this Progressive Design Build project, to achieve the expansion projects goals and objectives to be determined throughout the various phases of the projects. The ultimate deliverable shall be a 38 MGD plant meeting all warranty and performance guarantees established during Phase 1B of the project.

    3.5 ANTICIPATED PROJECT SCHEDULE

    Activity/ Key Milestone Date/Timeline BOC Approval (Phase 1A Preliminary Design Services)... 09/06/17 09/20/17

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-11

    Notice to Proceed for Phase 1A Preliminary Design Services.. 10/19/17 BOC Approval (Phase 1B Final Design Services)...... 01/17/18 02/21/18 Notice to Proceed for Phase 1B Final Design Services . February 2018 Completion of 80% Design Services July 2019 GMP Submittal ...... August 2019 BOC Approval (Phase 2 Construction Services w/ GMP) 08/21/19 Notice to Proceed for Phase 2 Construction Services . September 2019 Substantial Completion January 2022 Final Completion .... June 2022

    All dates are subject to change at Fulton Countys discretion

    3.6 TECHNICAL PROPOSAL FORMAT AND CONTENT

    The Technical Proposal shall include the appropriate and requested information in sufficient detail to demonstrate the Proposers knowledge, skills and abilities to provide requested services and will be reviewed and evaluated based on Proposers responses to the criteria described below. Proposer is allowed to refer to its prior SOQ. Any proposed changes to project team or key personnel may not be accepted by Fulton County and must be described and reasons for changes be fully explained in the RFP. Any proposed changes to its SOQ shall require the Countys approval. The Technical Proposal shall be arranged and include content as described below: Cover Letter (limit 2 pages) A duly authorized official of the PDB Entity or lead firm must execute the cover letter. The letter shall include a statement indicating that the contents of the submittal are true and accurate. It shall also states that the PDB Entity intends to execute an agreement as shown in Section 10 (Progressive Design build agreement) with Fulton County. The letter shall reaffirm the information provided in prior SOQ or list any proposed changes and describe reasons for changes. Section 1 RFP Response Executive Summary (limit 6 pages) The Executive Summary shall be written to provide concise and sufficient information that will provide the Evaluation Committee members with an overview of the respondents RFP packages. It should include an overview of the proposal and highlighting important features. It should include at a minimum:

    1a. The PDB entitys understanding of the projects goals and

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-12

    objectives and demonstrated understanding of the projects potential problems and concerns.

    1b. Discussion of the PDB entitys planned project approach including

    the proposed project delivery and technical approach, management approach, construction approach, safety approach and public relations approach to be utilized in successfully completing the expansion project.

    1c. Other pertinent data proposer wishes to provide

    Section 2 Project Delivery Approach Describe project delivery approach in completing the work identified in Section 3.3 Scope of Work. Such information should include but not be limited to:

    2a. Given that the Big Creek WRF has under gone several improvements and the County is familiar with existing process technology, describe various design approaches and the application of innovative technology to be considered for Big Creek WRF to achieve required performance and cost effectiveness. The level of efforts should be sufficient to convey concepts to effectively strike the balance between certainty and incorporating innovation to achieve required performance and cost effectiveness.

    2b. Discuss how a collaborative relationship with the County would be

    established during the entire project including the selection of the treatment process, equipment approval, design development, scheduling and estimating, and construction.

    2c. Considering the challenge of the requirement for Big Creek WRF to

    continue operation to meet NPDES Permit during the expansion activities, identify and discuss work components critical to the project success and how these work components would be achieved. Describe the interface between the design and construction processes, O&M function, construction process and constructability of major and critical components of the facilities. Describe any required deviations from current plant operation that could result in operational performance and cost.

    2d. Describe design and construction approaches to maintain plant

    compliance, project schedule and cost. Provide a project schedule that include each milestone. At a minimum, identify when the major

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-13

    tasks will start and finish. 2e. Describe progressive design-build management plan for

    collaboration and integration of major equipment suppliers to meet project schedule and cost.

    2f. Describe the process for developing the GMP and adhering to the GMP and schedule.

    2g. Considering the close proximity of residential and commercial

    communities to the Big Creek WRF, describe approaches to effective communications with public and regulatory agencies.

    2h. Other pertinent data proposer wishes to provide. Section 3 Project Team and Past Project Collaboration Proposer is allowed to refer to its prior SOQ. Any proposed changes to project team or key personnel may not be accepted by Fulton County and must be described and reasons for changes be fully explained in the RFP. Any proposed changes to its SOQ shall require the Countys approval. The purpose of this section is to highlight past project collaborations that key personnel from the PDB entity have completed together. Proposer shall provide the following information:

    3a. Experience of team members working with each other. 3b. Provide list of projects indicating key personnels role and

    responsibilities working together. 3c. Location of where work will be performed. 3d. Reference contact information for these highlighted projects. 3e. Other pertinent data proposer wishes to provide.

    Section 4 Management Approach (10 pages) Discuss organizational management approach and its ability to successfully manage and complete this project. Outline the proposed approach to project design services and Owners Representative assistance. Such information should include but not be limited to:

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-14

    4a. Approach to Team Leadership: Describe how the Project Manager, Principal-in-Charge, and organizational structure outlined previously in Section 3 support efficient service delivery among both in-house and subcontractor/ sub-consultant personnel.

    4b. Communication: Describe the plan for coordination and

    communication with both County staff and internally among project team members, as well as how the design team as a whole will work and interact with the County. Include a brief description of the Respondents approach to external communication with those outside the County organization (regulatory, permitting authorities, etc.)

    4c. QA/QC Program: Describe the Respondents in-house procedures

    for ensuring the quality, accuracy and integrity of its work. 4d. Tools to Be Utilized: Describe the types of management, software,

    technological, and other tools the Respondent uses on work of this nature and how use of such tools produces cost, schedule, quality, or other efficiencies.

    4e. Methods of identifying and resolving issues: Describe the

    Respondents organization, structure, processes, and guidance for identifying and resolving project issues arising internally (by the County or Respondents team) or externally (through unforeseen conditions, government regulations, etc.). This includes both proactive (e.g., risk assessment, mitigations, and safety assurance processes) and reactive processes to identify deficiencies following adverse events.

    4f. Transition Plan from Construction to O&M Staff: Describe the

    approach and deliverables you intend to use to ensure the Big Creek Plant will be immediately functional upon its handover to O&M staff.

    4g. Approach to Cost and Schedule: describe the respondents

    approach to project controls, specifically how design cost and design production schedules will be maintained. List the proposed method to identify and resolve citizen, technical, financial, and cost estimating issues during the Project duration; and make critical decisions.

    Section 5 Current and Projected Workload

  • Section 3 17RFP031617K-DJ

    Progressive Design Build Services for Big Creek Water Reclamation Facility Expansion Project

    3-15

    Provide a list of the proposed PDB Teams current and projected workload.

    Section 6 Responders Suggested Supplemental Services The responder shall identify additional scope of work items which they recommend be added to Phase 1A services that would add value to the Owner. These items cannot previously be identified in Section 3.3.3.1. Do not include any pricing for these additional services. This section will not be scored or evaluated by the Evaluation Committee. Section 7 - Local Preference Local Preference is given to businesses that have a business location within the geographic boundaries of Fulton County. The term business location means that the business has a staffed, fixed, physical place of business located within Fulton County and has had the same for at least one (1) year prior to the date of the business submission of its proposal or bid, as applicable and has had held a valid business license from Fulton County or a city located within Fulton County for the business at a fixed, physical, place of business, for at least one (1) year prior to the date of the business submission of its proposal or bid as applicable. In order to receive the Local Preference points of five (5) points the Proposer must meet one (1) of the following criteria, provide supporting documentation as required and certify under oath that it is eligible to receive the local preference points by signing and submitting Form H, Local Preference Affidavit located in Section 5 of this RFP. The Proposer must indicate which one (1) of the following criteria they will utilize in order to receive local preference: