Statewide Wastewater Improvements

expired opportunity(Expired)
From: Ohio Facilities Construction Commission(State)
DNR-230083 through DNR-230086

Basic Details

started - 17 Jan, 2023 (15 months ago)

Start Date

17 Jan, 2023 (15 months ago)
due - 03 Feb, 2023 (14 months ago)

Due Date

03 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
DNR-230083 through DNR-230086

Identifier

DNR-230083 through DNR-230086
Ohio Department of Natural Resources

Customer / Agency

Ohio Department of Natural Resources
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents F110-02-2022-MAR Publish Date: 1/17/2023 Page 1 of 5 Administration of Project: Ohio Facilities Construction Commission Project Name Statewide Wastewater Improvements Response Deadline February 3rd, 2023 2:00 PM local time Project Location Various Project Number DNR-230083 & DNR-230086 City / County Various / Various Project Manager Mchael Bielenberg Owner Ohio Department of Natural Resources Contracting Authority OFCC Delivery Method General Contracting Prevailing Wages State No. of paper copies requested (stapled, not bound) 0 No. of electronic copies requested (PDF) 1 Submit the requested number of Statements of Qualifications (Form F110-330) directly to Jill Hoobler at procurement@ofcc.ohio.gov See Section J of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to
rel="no-follow" href="mailto:procurement@ofcc.ohio.gov">procurement@ofcc.ohio.gov with the project number included in the subject line (no phone calls please). Questions will be answered and posted to the Opportunities page on the OFCC website at http://ofcc.ohio.gov on a regular basis until one week before the response deadline. The name of the party submitting a question will not be included on the Q&A document. Project Overview A. Project Description The Ohio Department of Natural Resources (ODNR) owns and operates wastewater treatment and collection systems throughout the State of Ohio. ODNR is seeking professional design services for Statewide Wastewater Improvements and will include four separate wastewater projects that will be separated into two A/E Contracts. Contract #1 will include Paint Creek State Park Campground Wastewater Treatment Facility/Collection System Upgrades and Tar Hollow State Park Wastewater Treatment Facility/Lift Station Upgrades. Contract #2 will include Geneva State Park Wastewater Collection System Upgrades and Punderson State Park New Wastewater Treatment Facility. Contract #1 Paint Creek State Park: Paint Creek State Park is located at 280 Taylor Road, Bainbridge, Ohio 45612 in Highland County. Paint Creek State Park is a 5,652-acre park featuring a 1,148 acre lake with fishing, boating and swimming opportunities along with a modern campground. Paint Creek has a wastewater collection and treatment system originally constructed in 1972 consisting of approximately 8,000 linear feet of gravity sewers, 3 lift stations with forcemain pipe, and a small 22,000 Gallon per Day extended aeration treatment system that has outlived its useful life requiring a complete replacement. Professional Engineering services are requested to evaluate the current wastewater flows within the park, provide projected flows based on future needs of the park, and design a new wastewater treatment facility to meet the needs of ODNR and Ohio EPA. It is anticipated that a new extended aeration treatment facility will be constructed adjacent to the existing facility to allow easy connection to the influent sewer and electric power supply. The new plant may include a flow splitter, two treatment trains, equalization basins, aeration tanks, sludge holding tanks, clarifiers, fixed media, dosing tank, disk filters, and ultraviolet disinfection. A new building to house the disk filter, UV disinfection, blowers, restroom, and laboratory space will be included. Upon completion of the new facility, the existing treatment plant would be demolished. Pump station upgrades will be included for the 3 lift stations including new rails, pumps, and control panels. Tar Hollow State Park: Tar Hollow State Park is located at 16396 Tar Hollow Road, Laurelsville, Ohio in Ross County. Tar Hollow State Park has twisting park and forest roads passing through deep ravines and dense woodlands. It has a 15-acre lake which is perfect for canoes and rowboats and has a campground with cabins. Tar Hollow has a wastewater collection and treatment system originally constructed in 1959 consisting of approximately 12,000 linear feet of gravity sewers, 3 lift stations with forcemain pipe, and a small 12,000 Gallon per Day treatment system that has outlived its useful life requiring a complete replacement. Professional Engineering services are requested to evaluate the current wastewater flows within the park, provide projected flows based on future needs of the park, and design a new wastewater treatment facility to meet the needs of ODNR and Ohio EPA. It is anticipated that a new extended aeration treatment facility will be constructed near the existing facility to allow easy connection to the influent sewer and electric power supply with improved access to the facility. The new plant may include a flow splitter, two treatment trains, equalization basins, aeration tanks, sludge holding tanks, clarifiers, fixed media, dosing tank, disk filters, and ultraviolet disinfection. A new building to house the disk filter, UV disinfection, blowers, and laboratory space will be included. Upon completion of the new facility, the existing treatment plant would be demolished. Pump station upgrades will be included for the 3 lift stations including new rails, pumps, and control panels. mailto:procurement@ofcc.ohio.gov mailto:procurement@ofcc.ohio.gov http://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 1/17/2023 Page 2 of 5 Contract #2 Geneva State Park: Geneva State Park is located at 4499 Padanarun Road, Geneva, Ohio 44041 in Ashtabula County. Geneva State Park’s 698 acres reflects the character and charisma of Lake Erie and boasts many recreational features and attractions. Its amenities include a marina, lodge, campgrounds, and cabins. The wastewater collection system was originally constructed in 1979 and consists of a network of approximately 10,000+ linear feet of 4-inch to 8-inch gravity sewers, approximately 5 lift stations, and approximately 10,000+ linear feet of 6-inch forcemain serving various locations within the park. Wastewater treatment is performed at the neighboring Village of Geneva on the Lake. Professional engineering services are requested to evaluate the condition and operation of the sewage collection system and provide a design to make necessary improvements to the system removing Inflow and Infiltration (I/I). It is anticipated the Engineering Consultant will conduct a Sanitary Sewer Evaluation Study (SSES) as part of the engineering services necessary to properly identify defects and necessary remediation. Improvements may include sanitary sewer/manhole relining, sanitary sewer/manhole replacement, and pump station remediation or replacement. Punderson State Park: Punderson State Park is located at 11755 Kinsman Road, Newbury, Ohio 44065 in Geauga County. Punderson State Park offers numerous recreational activities including watersports, camping, and golf with a one-of-a- kind English Tudor manor home and lodge. The Punderson State Park Wastewater Treatment Facility was constructed in 1971 and has outlived its useful life requiring a complete replacement. It is an extended aeration treatment facility with a conservative design flow of 60,000 Gallons per Day. Professional Engineering services are requested to evaluate the current wastewater flows within the park, provide projected flows based on future needs of the park, and design a new wastewater treatment facility to meet the needs of ODNR and Ohio EPA. It is anticipated that a new extended aeration treatment facility capable of treating an average daily flow of 40,000 to 50,000 gallons per day will be constructed adjacent to the existing facility to allow easy connection to the influent sewer and electric power supply. The new plant may include a flow splitter, two treatment trains, equalization basins, aeration tanks, sludge holding tanks, clarifiers, fixed media, dosing tank, disk filters, and ultraviolet disinfection. A new building to house the disk filter, UV disinfection, blowers, restroom, and laboratory space will be included. Upon completion of the new facility, the existing treatment plant would be demolished. All regulatory and environmental regulations and permitting will be the responsibility of the A/E selected for this project. Archaeological assessments may be required depending on property type and location. This project is to be completed in concurrence with the Clean Air Act and Federal Water Pollution Control Act. All selected engineering firms will be required to execute a Byrd Anti-Lobbying Certification. This project incorporates funding by the American Rescue Plan Act (ARPA). All consultants and contractors will be responsible for assisting ODNR with reporting requirements. While ODNR anticipates centralized services from the selected Consultant at the ODNR Fountain Square complex at 2045 Morse Road, Columbus, Ohio 43229, travel will be necessary to complete the services. For the purposes of scoring proximity to project site, the ODNR Fountain Square complex will be considered the project site. B. Scope of Services The selected firm will commence upon award of the Agreement with the development of a Program of Requirements. The selected A/E, as a portion of its required Scope of Services and prior to submitting its proposals, will discuss and clarify with the Owner and/or the Contracting Authority, the cost breakdown of the Architect/Engineer Agreement detailed cost components to address the Owner’s project requirements. ODNR encourages proposing firms to identify and propose innovative alternative design concepts for the most effective and efficient use of the Department’s resources. The selected A/E will participate in the Encouraging Diversity, Growth& Equity (EDGE) Program as required by statute and the Agreement. As required by the Agreement, and as properly authorized, provide the following categories of services: Program Verification, Schematic Design, Design Development, Construction Document Preparation, Bid and Award Support, Conformed Documents, Construction Administration, Post-Construction, and Additional Services of all types. It is the intent of ODNR to award multiple A/E contracts through this selection process. The following contracts are anticipated: Contract Scope Budget 1 Paint Creek and Tar Hollow State Parks $ 5,700,000 2 Geneva and Punderson State Parks $ 5,000,000 Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 1/17/2023 Page 3 of 5 It is not anticipated to award more than one (1) contract per firm. Firms will be given preference to select their contracts listed above based upon scoring results. It is the intent of the contracting authority to offer the highest scoring firm first choice and second highest scoring firm will be offered the remaining choice. The contracting authority reserves the right to consider other factors in the award of the contract, including site location, workload, firm experience and capabilities. Refer to the Ohio Facilities Construction Manual for additional information about the type and extent of services required for each. A copy of the standard Agreement can be obtained at the OFCC website at https://ofcc.ohio.gov. During the construction period, provide not less than 8 hours per site (excluding travel time) on-site construction administration services each week, including (1) attendance at progress meetings, (2) a written field report of each site visit, (3) on-site representation comprised of the A/E and its consultant staff involved in the primary design of the project, all having relevant and appropriate types of construction administration experience. For purposes of completing the Relevant Project Experience Matrix in Section F of the Statement of Qualifications (Form F110-330), below is a list of relevant scope of work requirements for this RFQ: 1. Experience in condition assessments and rehabilitation 2. Experience in wastewater treatment design, plant demolition, and collection system design 3. Experience in water system treatment and distribution design 4. Knowledge of Ohio EPA Laws and Rules and familiarity with regulatory and permitting agencies having authority over wastewater related projects 5. Construction administration and construction estimating experience with similar type projects 6. Experience in professional survey for heavy civil projects including topographic, right of way and boundary surveys 7. Experience working for state and/or other governmental agencies under professional services contracts including alternative contract delivery methods 8. Familiarity with Ohio Department of Natural Resources related projects 9. Ability to design project scope within budget in current market conditions 10. Familiarity with the State of Ohio Capital Management System (OAKS CI) C. Estimated Budget / Funding D. Anticipated Schedule State Funding: $10,700,000 Professional Services Start: 06 / 23 Other Funding: $0 Construction Notice to Proceed: 03 / 24 Construction Cost: $9,095,000 Substantial Completion of all Work: 10 / 26 Total Project Cost: $10,700,000 Professional Services Completed: 12 / 26 E. Estimated Basic Fee Range (see note below) F. EDGE Participation Goal 7.0% to 8.0% Percent of initial Total A/E Fee: 5.0% NOTE: Basic Services include: (1) Program Verification, (2) Schematic Design, (3) Design Development, (4) Construction Documents, (5) Bidding and Award OR GMP Proposal and Amendment (as applicable), (6) Construction Administration, and (7) Closeout services. The Basic Fee includes all professional design services and consultant services necessary for proper completion of the Basic Services, including validation of existing conditions (but not subsurface or hidden conditions) and preparation of cost estimates and design schedules for the project. The Estimated Basic Fee Range is calculated as a percentage of the Estimated Budget for Construction Cost above, including the Owner’s contingency. The Basic Fee excludes any Additional Services required for the project. G. Basic Service Providers Required (see note below) H. Additional Service Providers Required Lead A/E Discipline: Engineering Geotechnical Engineering Secondary Civil Engineering Environmental Engineering Disciplines: Mechanical-Electrical-Plumbing Eng. Archaeological Services Structural Engineering QA/QC Testing Surveying Program of Requirements Special Testing & Inspections (OBC CH.17) Sanitary Sewer Evaluation Survey Water/Wastewater NOTE: The lead A/E shall be (1) an architect registered pursuant to ORC Chapter 4703, (2) a landscape architect registered pursuant to ORC Chapter 4703, or a (3) professional engineer or (4) professional surveyor licensed pursuant to ORC Chapter 4733. I. Evaluation Criteria for Selection https://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents F110-02-2022-MAR Publish Date: 1/17/2023 Page 4 of 5 • Demonstrated ability to meet Owner’s programmed project vision, scope, budget, and schedule on previous projects. • Previous experience compatible with the proposed project (e.g., type, size). • Relevant past work of prospective firm’s proposed consultants. • Past performance of prospective firm and its proposed consultants. • Qualifications and experience of individuals directly involved with the project. • Proposer’s previous experience (numbers of projects, sizes of projects) when working with its proposed consultants. • Specification writing credentials and experience. • Experience and capabilities of creating or using Critical Path Method (CPM) schedules and of using CPM schedules as a project management resource. • Approach to and success of using partnering and Alternative Dispute Resolution. • Proximity of prospective firms to the project site. • Proposer’s apparent resources and capacity to meet the needs of this project. • The selected A/E and all its consultants must have the capability to use the Internet within their normal business location(s) during normal business hours. Interested A/E firms are required to submit the Commitment to Participate in the EDGE Business Assistance Program form in its Statement of Qualifications (Form F110-330) submitted in response to the RFQ, to indicate its intent to contract with and use EDGE-certified Business Enterprise(s), as a part of the A/E’s team. The Intent to Contract and to Perform and / or waiver request letter and Demonstration of Good Faith Effort form(s) with complete documentation must be attached to the A/E’s Technical Proposal. Both forms can be accessed via the OFCC website at https://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. If the A/E firm intends to receive points for exceeding the EDGE Participation Goal, it must provide BOTH a completed Commitment to Participate form AND a completed Statement of Intent to Contract and to Perform forms signed by both parties with its Statement of Qualifications. For all Statements of Qualifications, please identify the EDGE-certified Business Enterprises, by name, which will participate in the delivery of the proposed professional services solicited in the RFQ. Interested A/E firms must indicate on their Statement of Qualifications, the locations where their services will be performed in the spaces provided or by attachment in accordance with the requirements of Executive Order 2019-12D related to providing services only within the United States and the requirements of Executive Order 2022-02D prohibiting purchases from or investment in any Russian institution or company. Failure to do so may cause their Statement of Qualifications to be rejected. J. Submittal Instructions Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at https://ofcc.ohio.gov. Electronic submittals should be combined into one PDF file named with the project number listed on the RFQ and your firm’s name. Use the “print” feature of Adobe Acrobat or similar software for creating a PDF rather than using a scanner. If possible, please reduce the file size of the PDF. In Acrobat, go to Advanced, then PDF Optimizer. Also, please insert the project number and firm name followed by “SOQ” in the email subject line. Statements of Qualifications must be submitted electronically by email. Submittals are limited to one email with a maximum file size of 25 MB. Firms are requested to identify professional registrations, memberships and credentials including: LEED GA, LEED AP, LEED AP+, CCCA, CCM, CCS, CDT, CPE, DBIA, and any other appropriate design and construction industry credentials. Identify that information on the resume page for individual in Block 22, Section E of the F110-330 form. https://ofcc.ohio.gov/ https://ofcc.ohio.gov/ Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents F110-02-2022-MAR Publish Date: 1/17/2023 Page 5 of 5 Project Name Statewide Wastewater Improvements Proposer Firm Project Number DNR-230083 & DNR-230086 City, State, Zip Selection Criteria Value Score 1. Primary Firm Location, Workload and Size (Maximum 10 points) a. Proximity of firm to project site Less than 50 miles 5 50 miles to 100 miles 2 More than 100 miles 0 b. Amount of fees awarded by Contracting Authority in previous 24 months Less than $200,000 2 $200,000 to $500,000 1 More than $500,000 0 c. Number of licensed professionals Less than 5 professionals 1 Max = 3 5 to 10 professionals 2 More than 10 professionals 3 2. Primary Firm Qualifications (Maximum 30 points) a. Project management lead Experience / ability of project manager to manage scope / budget / schedule / quality 0 - 10 b. Project design lead Experience / creativity of project designer to achieve owner’s vision and requirements 0 - 5 Max = 20 c. Technical staff Experience / ability of technical staff to create fully coordinated construction documents 0 - 5 d. Construction administration staff Experience / ability of field representative to identify and solve issues during construction 0 - 10 3. Key Consultant Qualifications (Maximum 20 points) a. Key discipline leads Experience / ability of key consultants to perform effectively and collaboratively 0 - 15 b. Proposed EDGE-certified Consultant participation* One point for every 2 percent increase in professional services over the EDGE participation goal 0 - 5 4. Overall Team Qualifications (Maximum 10 points) a. Previous team collaboration Less than 3 sample projects 1 Max = 3 3 to 6 sample projects 2 More than 6 sample projects 3 b. LEED** Registered / Certified project experience Registered LEED v4.0 or v4.1 projects 1 Max = 2 Certified LEED v4.0 or v4.1 projects 2 c. BIM project experience Training and knowledge 1 Max = 3 Direct project experience 3 d. Team organization Clarity of responsibility / communication demonstrated by table of organization 0 - 2 5. Overall Team Experience (Maximum 30 points) a. Previous team performance Past performance as indicated by evaluations and letters of reference 0 - 10 b. Experience with similar projects / delivery methods Less than 3 projects 0 - 3 3 to 6 projects 4 - 6 More than 6 projects 7 - 10 c. Budget and schedule management Performance in completing projects within original construction budget and schedule 0 - 5 d. Knowledge of Ohio Capital Improvements process Less than 3 projects 0 - 1 3 to 6 projects 2 - 3 More than 6 projects 4 - 5 * Must be comprised of professional design services consulting firms and NOT the lead firm - For more information on scoring this and other criteria refer to Document F199-01 - PS Selection Rating Rubric. ** Leadership in Energy & Environmental Design administered by Green Business Certification Inc. Subtotal Notes: Evaluator: Name Signature Date https://ofcc.ohio.gov/Portals/0/Documents/Forms/Procurement/F199-01-RFQ_Rubric_2021.pdf

30 W. Spring St., 4th Floor Columbus, Ohio 43215Location

Address: 30 W. Spring St., 4th Floor Columbus, Ohio 43215

Country : United StatesState : Ohio

You may also like

CMAR Wastewater Reclamation Plant UV Replacement Project

Due: 30 Apr, 2024 (in 3 days)Agency: City of Sedona

2024 Wastewater Improvements - Contract A - Reedsburg WWTF

Due: 30 Apr, 2024 (in 3 days)Agency: Town and Country Engineering