Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRFI - REQUEST FOR INFORMATION - 8092 ENGINEERING SERVICES FOR WATER RECLAMATION & BIOSOLIDS FACILITY CAPITAL IMPROVEMENTS (2)RFI 8092 Engineering Services for WR&B Capital Improvement
Design and Construction and Plant Operations Page 1 of 6
REQUEST FOR INFORMATION
8092 ENGINEERING SERVICES FOR WATER RECLAMATION AND BIOSOLIDS
FACILITY CAPITAL IMPROVEMENT DESIGN AND CONSTRUCTION AND GENERAL
CONSULTING SERVICES FOR PLANT OPERATIONS
The City of Fort Collins is requesting information from qualified firms who are interested in
providing engineering design services to the City, specifically for Water Reclamation &
Biosolids.
From the information collected through this Request for Information (RFI) process, the City will
review all information and options, assess its needs and refine its requirements in order to
create a more thorough and complete Request for Proposal (RFP) document. Through the RFI
process, the City desires to gain knowledge of the capability of firms interested in providing the
City engineering services.
It is also the City’s intent that this process will assist the firms responding to the forthcoming
RFP in providing a more thorough proposal demonstrating their understanding of the needs of
the City.
Vendor Rate Schedules or other pricing will not be required in response to the RFI. Vendors are
strongly encouraged to respond to the RFI in order to have the opportunity to be invited to a
one-on-one discussion with the Water Reclamation & Biosolids Team.
The City of Fort Collins is undertaking a new process for selecting vendors for our contracts that
use the Alternative Product Delivery System (APDS). The process begins with a Request for
Information (RFI) document being issued which vendors may respond to. Vendor Rate
Schedules or other pricing will not be required in response to the RFI.
As part of the City’s commitment to Sustainable Purchasing, proposals submission via
email is preferred. Proposals shall be submitted in a single Microsoft Word or PDF file
under 20MB and e-mailed to: purchasing@fcgov.com. If electing to submit hard copy
proposals instead, five (5) copies, will be received at the City of Fort Collins' Purchasing
Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals must be
received before 3:00 p.m. (our clock), April 6, 2015 and referenced as RFI No. 8092. If
delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado
80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Please note,
additional time is required for submissions mailed to the PO Box to be received at the
Purchasing Office.
The City encourages all Disadvantaged Business Enterprises (DBEs) to submit proposals in
response to all requests for proposals. No individual or business will be discriminated against
on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level
playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award
and administration of all contracts.
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/purchasing
RFI 8092 Engineering Services for WR&B Capital Improvement
Design and Construction and Plant Operations Page 2 of 6
Questions concerning the scope of the RFI should be directed to Link Mueller, Special Projects
Manager at (970) 222-0465 or lmueller@fcgov.com.
Questions regarding RFI submittal or process should be directed to Pat Johnson, Senior Buyer
at 970-221-6816 or pjohnson@fcgov.com.
All questions must be submitted in writing via email to Link Mueller, with a copy to Pat
Johnson, no later than 5:00 PM our clock on April 1, 2015. Questions received after this
deadline will not be answered.
A copy of the RFI may be obtained at www.rockymountainbidsystem.com.
The City of Fort Collins is subject to public information laws, which permit access to most
records and documents. Proprietary information in your response must be clearly identified and
will be protected to the extent legally permissible. Proposals may not be marked ‘Proprietary’ in
their entirety. All provisions of any contract resulting from this request for proposal will be
public information.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have
a financial interest in the sale to the City of any real or personal property, equipment, material,
supplies or services where such officer or employee exercises directly or indirectly any decision-
making authority concerning such sale or any supervisory authority over the services to be
rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
Sincerely,
Gerry S. Paul
Director of Purchasing & Risk Management
RFI 8092 Engineering Services for WR&B Capital Improvement
Design and Construction and Plant Operations Page 3 of 6
I. OBJECTIVE
The City of Fort Collins (City) objective in issuing this Request for Information (RFI) is to give
engineering consulting firms, who are interested in entering into a contractual arrangement for
consulting services with the City, an opportunity to exchange information with the City prior to
the issuance of the Request for Proposal (RFP). This RFI is intended to provide both the City
and the consulting firms an opportunity to learn more about how each conducts business.
The City is interested in gaining knowledge about services and capabilities from consulting firms
and their subconsultants who can provide: studies, master planning, geotechnical services,
engineering design, electrical and instrumentation control design services, surveying and
construction management services for capital improvement projects as well as general plant
operational engineering services.
The City will answer questions and explain projects that may be related to upcoming capital
improvements required by regulatory agencies, desired process upgrades, and facility
replacement projects. Questions relating to current plant processes, layout, and treatment
performance can also be answered.
II. OVERVIEW OF SERVICES REQUIRED
The City is requesting information from consulting firms who are capable of providing the
following services:
a. Comprehensive Master Planning for wastewater treatment and biosolids handling
b. Process modeling for optimization of plant secondary and anaerobic processes, including
nutrient removal and sidestream systems
c. Geotechnical services for design process and during construction, either in-house or sub-
consultant
d. Identify easements required for off-site projects and prepare legal descriptions and exhibits
e. Survey required for design of projects and baseline control during construction, either in-
house or sub-consultant
f. Serve as members of the design team during the design phase of Utility projects
g. Provide recommendations for the selection and specification of all plant mechanical,
electrical and instrumentation equipment
h. Drawing preparation in AutoCAD and preparation of construction documents in accordance
with the latest CSI format
i. Process and instrument diagrams, electrical one-lines, elevation and panel schedules for
projects
j. Preparation of permit applications for the City’s action as required
k. On-site resident engineering services during construction of projects
l. On-site project engineering to assist plant staff with process engineering, pilot studies, and
minor capital improvement projects
Projects will be managed utilizing the Utilities’ Alternative Product Delivery System (APDS).
Experience with the APDS or a similar system of design and construction is critical. The
consultant will be part of a project team consisting of City of Fort Collins Utilities’ staff,
RFI 8092 Engineering Services for WR&B Capital Improvement
Design and Construction and Plant Operations Page 4 of 6
construction contractor’s staff, and the engineering consultant’s staff. In general, all team
members will participate in the project from conception, during the design phase through
construction. Each team member has significant involvement in the design and construction
concepts that are utilized for the successful completion of utility capital projects. Participation by
all team members throughout the project is expected to encourage innovation and enhance
project quality and value.
III. INFORMATION REQUESTED
Qualified engineering service providers who may have an interest in entering into a consulting
services contract for a renewable term of up to five years, are requested to submit relevant
information about their offerings. RFI respondents are encouraged to contact the project
manager during the RFI discussion period to discuss their qualifications, staffing and to discuss
the Utilities Alternative Product Delivery System business model and some of our upcoming
projects.
Responses should contain the following information, as appropriate:
1. Company Name, address, website. Include the name and contact information (email, phone)
of the company representative responsible for providing further information.
2. Type of services available, with specializations indicated.
3. Short explanation of experience dealing with wastewater plant capital improvement work.
4. List similar projects completed over the past 5 years with the proposed team. Include the
owner’s name, title of project and a brief description of the work.
5. Submit information regarding the staff that you would propose and assign to be the normal
and chief contacts for projects. The commitment of key staff is critical to the City of Fort
Collins and the success of projects. It is the City’s expectation that staff assigned to the
project will remain throughout a project and act as the City’s key resources.
6. Some components of Utility projects may require the use of sub-consultants. If you intend to
utilize sub-consultants you must list each and provide their key personnel. Provide examples
of at least two projects where you’ve worked with your sub-consultants.
7. Detail the experience your proposed team has with the APDS process (Fort Collins
Alternative Product Delivery System), or other similar innovative design and construction
processes.
8. The City also welcomes responders to submit any pertinent information that the City should
consider, including topics that the City has not included in its RFI.
I. RFI
Vendors are strongly encouraged to contact the project manager during the RFI discussion
period to discuss their qualifications and staffing and to familiarize themselves with the Utilities
Alternative Product Delivery System business model and to discuss some of the upcoming
projects. The one-on-one discussion will be the only time vendors are allowed to discuss the
needs of the City with the team until a short-list is developed and interviews are held in the
Request for Proposal (RFP) stage. Vendors are not required to attend a one-on-one discussion
with the City.
RFI 8092 Engineering Services for WR&B Capital Improvement
Design and Construction and Plant Operations Page 5 of 6
Once vendors have responded with the RFI document, the City will be available for a RFI
discussion meeting per the schedule below. The City will be available for discussions at various
times during the period April 8 – 17, 2015. Vendors who wish to attend a one-on-one discussion
with the City are encouraged to submit their preferred dates and times in their RFI response or
call the City Project Manager to schedule a time. Phone calls to schedule these meetings will be
taken after April 6, 2015. The meetings will be held at Drake Water Reclamation Facility, 3036
Environmental Drive, Fort Collins, CO 80525.
The duration of the meeting is up to the vendor firm, but will not exceed 3 hours. Questions are
to be asked and answered by both parties to assist each in getting to know the other, their
capabilities, their needs and more about their business. Questions are to be asked and
answered by both parties to assist each in getting to know the other, their capabilities, their
needs and more about their business.
II. RFP
At the end of the RFI discussion period, the City intends to launch an RFP on
www.rockymountainbidsystem.com. All vendors may respond – responses will not be limited to
those who take part in the RFI process.
Questions during the RFP process will be received via email and answered via addendum
issued to all. There will be no RFP pre-proposal meeting. After vendor submittals are received,
the City will evaluate the proposals individually and as a team. Information to be considered
during these evaluations will be that which is submitted in response to the Request for
Proposals (RFP) only. A short list of firms will be developed from the evaluation and those firms
will be interviewed by the City team. Prior to the interview process, the City’s review team may
desire a site visit to a representative wastewater treatment plant client of the vendor in order to
get a first-hand look that the vendor’s design quality and innovation. These site visits will be at
the City’s expense.
III. SCHEDULE
The overall delivery schedule for the selection process is estimated as follows:
RFI Schedule
• Issuance of RFI March 16, 2015
• Accepting Vendor RFI Questions Through April 1, 2015
• RFI response Due April 3, 2015
• Accepting phone calls scheduling
one-on-ones April 6, 2015
• RFI Discussion Period April 8-17, 2015
RFP Schedule
• Issuance of RFP April 20, 2015
• RFP Proposals Due May 11, 2015
• Notice of Short List May 27, 2015
• Client Site Visits June 8-19, 2015
• Interviews June 29-July 1, 2015
• Contract Start July 24, 2015
* The RFP Schedule is tentative and subject to change
RFI 8092 Engineering Services for WR&B Capital Improvement
Design and Construction and Plant Operations Page 6 of 6
IV. VENDOR SUBMITTALS
The City requests that all responders submit replies that are short, clear, concise and complete.
It is not necessary to submit a marketing document in response to the RFI and 25 pages is the
maximum allowed. Only 8.5x11 inch pages are allowed in the responses to the RFI. All
information packages will be public record and firms shall include no confidential or proprietary
information. Resumes are not required, however demonstrating that you have staff capable of
providing the services necessary is recommended. If resumes are included, they will count
towards the 25 page limit.
V. MISCELLANEOUS
This is ONLY a REQUEST FOR INFORMATION (RFI) and should not be construed as intent,
commitment or promise to acquire the products and services presented by vendors.
The City of Fort Collins will not be obligated to any vendor as a result of this RFI. The City is not
obligated for any cost incurred whatsoever by vendors in the preparation of the Request for
Information.