646e3fc5b346f63be35b631494a27970.ppt
- Количество слайдов: 30
REQUEST FOR PROPOSALS (“RFP”) CITY OF DANIA BEACH Bid No. 12 -006 WATER TREATMENT PLANT UPGRADES
Historical Context Ø First City in Broward County Ø Incorporated in 1904 Ø Antique Capital of the South Ø Historic Architecture Ø Water plant site since 1952 Ø Nanofiltration on line 10/11 Ø Health Dept looking for Lime softening upgrades 2
Wells WTP
Project Scope • Design and construction of upgrades to a 3. 0 MGD lime softening water treatment plant on the City’s existing water plant site • Refurbishment of the existing system is required: aerators, catwalks, sludge pumps, accelerator equipment repairs, filter upgrades, and the like. • Enclose Chlorine room and connect scrubber • Sludge handling 4
Existing Water Plant
Problem Areas
Problem Areas • • Painting filters, lime silo, accelators Filter media replacement Filter repairs as needed Lead paint issues needs to be addressed (alternate bid)
Problem Areas FIlters
Sludge Thickener
Sludge Thickener
Chlorine Building • FG Doors • Frame for Doors • Alarm • Connect Scrubber
Notables in Bid Documents • Estimate for improvements (all Alts) is $2. 1 million • Some electrical improvements needed • Volume 2 contains much of the drawings, details, etc for the lime softening and sludge upgrades. • Volume 2 also includes prices for vendors and others to do pieces
Proposer’s Team • Engineer • General Contractor • Others that are important • Evaluation will focus on the ability of members of the team to deliver the project
Minimum Requirements
Proposer’s Team • The City believes that a combined team effort between the City as the client and the Proposer is critical to the overall success of any project. • Technical and managerial interaction at all levels is necessary • Describe how your organizational chart will be integrated with the City staff so as to achieve such team approach
Respondent Requirements – Title Page – Table of Contents – Letter of Interest - limited to two (2) pages and should include the name of the person(s) who is authorized to make representations on behalf of the Respondent, to include such person’s title(s), address, and telephone number(s). – Proposer’s Team – Questionnaire – Firm Experience – Approach – Direct Project Experience – Office Locations – Qualification Forms – Standard Forms 330 or 254/255 – Other information
Proposer’s Team • This section should identify the prime Contractor, design professionals, sub-consultants, project staffing plan, organizational chart, and resumés. Include only those most directly involved with the project. The organizational chart shall illustrate a cohesive operational structure effective communication system • Proposer’s Project Manager shall be a duly licensed Professional Architect, Engineer or both, licensed in the State of Florida with a minimum of ten (10) years of experience in the management of projects equal to or more intricate in technical scope than the services listed in the RFP
Questionnaire • Management of project, including Gantt style bar chart of tasks plus identify an actual project and describe how your technical and managerial methodology • Team - Technical and managerial interaction at all levels is necessary if a project is to move forward smoothly. Confirm that your company is accustomed to working under this type of communication environment. • Quality Assurance/Control
Tables to Include in Proposal in Easily Found Section: • List of Projects • Identify : – GC – Design consultant and name of engineer of record – Your role on project – Entity building skid – Cost of project – Capacity of project • Add References to correlate to this table
Direct Project Experience • Bibliography of projects for which services were rendered under the same name as the firm submitting the Proposal (Projects completed in the State of Florida should also be highlighted. Each project listed in the bibliography shall include the following information: a. b. c. d. e. Location Description Client Cost of project – estimated cost and actual cost after completion. Specific service performed by the firm submitting the Proposal and principal in charge. f. Whether or not the firm was the principal firm in charge of the project, and if not, the name of the principal firm. g. Date of completion. h. References
Procedure for Evaluation of Proposals 1. Issuance of the RFP 2. Receipt of responses to the RFP 3. A City selection committee shall score each submittal in accordance with the rating guidelines 4. Short list will be developed 5. Prices requested from short list firms 6. Selection committee may schedule interviews, presentations or both by the top-ranked firms. 7. Upon the successful completion of bids, an agreement will be presented for final approval by the City Commission (SRF Approval)
Evaluation Criteria 1. Company’s Expertise (5 points) 2. Previous Staff Experience (5 points) 3. Current and Projected Workload (2 points) 4. Office Location (2 points) 5. Ability to Complete Project on Time (3 points) 6. Ability to Complete Project on Budget (3 points)
Notables… • There is a standard D/B agreement (App A)
Must be included…(App B) • • • • Bid Form (not needed and revised version will be provided) Respondent’s Checklist ACKNOWLEDGMENT OF INSPECTION Sworn Statement Under § 287. 133(3)(a), Florida Statutes Public Entity Crimes NON-COLLUSION AFFIDAVIT ACKNOWLEDGMENT OF CONFORMANCE WITH FLORIDA TRENCH SAFETY ACT INDEPENDENCE AFFIDAVIT M/WBE LETTER OF INTENT FORM PROPOSAL TENDER FORM NON-COLLUSION FORM DRUG-FREE WORKPLACE CERTIFICATION FORM Plus Proposer’s Questionnaire (Appendix C) Additional Documentation in Appendix D
NOTE • Addenda #1 will be issued summarizing prebid and questions • Pre-bid ppt will be sent by email and posted • Davis-Bacon applies since this will be an SRF funded • Buy American applies
NOTE • Warranties - All equipment supplied under these Specifications shall be warranted by the CONTRACTOR and the equipment manufacturers for a period of one (1) year. Warranty period shall commence on the date of OWNER acceptance. • There is a list of minimum standards for equipment and supplies that must be met.
Proposal Requirements • One (1) original, so marked, a CD-ROM of the proposal, and six (6) copies of a Letter of Interest and the completed proposal package • The proposal package shall be bound NO larger than a 1. 5 -inch three ring binder
Questions • Project Management Consultant • Dr. Frederick Bloetscher, P. E. , President • Public Utility Management and Planning Services, Inc. • P. O. Box 221890 • Hollywood, FL 33022 -1890 • Telephone 239 -250 -2423 • EMAIL: h 2 o_man@bellsouth. net • NOTE – we need everyone’s email address!!
PROPOSAL DUE DATE • No Later than 10: 00 am on Friday April 13, 2012 • Bid opening is at 10: 30 am in the City Hall conference room • Shortlist end of April • Prices by middle of May • Award Expected in June • Contract Duration is 180 days from Notice to Proceed to Final Completion
Questions? PUMPS, INC
646e3fc5b346f63be35b631494a27970.ppt