request for proposals (rfp) title: master planning: … sa1911 master... · submit one (1)...

53
Procurement Department T: (703) 335-8925 OP RFP RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 1 REQUEST FOR PROPOSALS (RFP) Date: November 30, 2018 SOLICITATION NUMBER: SA-1911 TITLE: Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply RFP CLOSING DATE/TIME: January 10, 2019 at 2:00 P.M. (EST) PRE-PROPOSAL CONFERENCE: December 13, 2018 at 10:00 (EST) QUESTION DEADLINE: December 21, 2018 at 12:00 Noon (EST) SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS: Prince William County Service Authority Procurement Department Attn: Jerry Stokes, RFP SA-1911 P.O. BOX 2266 Woodbridge, VA 22195-2266 STREET ADDRESS: Prince William County Service Authority Procurement Department Attn: Jerry Stokes, RFP SA-1911 4 County Complex Court Woodbridge, VA 22192 In compliance with this RFP and to all the conditions imposed therein and hereby incorporated by reference, the undersigned offers and agrees to furnish the services in accordance with the attached signed proposal or as mutually agreed upon by subsequent negotiation. ____________________________________________________ Company Name __________________________________ _________ _________________________________ Authorized Signature Date Name Printed ____________________________ ____________________________ Phone Number Email Address Note: Prince William County Service Authority does not discriminate against faith based organizations in accordance with the Code of Virginia § 2.2-4343.1 or against an Offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment.

Upload: lyhanh

Post on 10-Apr-2019

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

Procurement Department

T: (703) 335-8925

OP RFP

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 1

REQUEST FOR PROPOSALS (RFP)

Date: November 30, 2018

SOLICITATION NUMBER: SA-1911

TITLE: Master Planning: Sewer, Wastewater Treatment, Water, and

Water Supply

RFP CLOSING DATE/TIME: January 10, 2019 at 2:00 P.M. (EST)

PRE-PROPOSAL CONFERENCE: December 13, 2018 at 10:00 (EST)

QUESTION DEADLINE: December 21, 2018 at 12:00 Noon (EST)

SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF

YOUR PROPOSAL TO:

MAILING ADDRESS:

Prince William County Service Authority

Procurement Department

Attn: Jerry Stokes, RFP SA-1911

P.O. BOX 2266

Woodbridge, VA 22195-2266

STREET ADDRESS:

Prince William County Service Authority

Procurement Department

Attn: Jerry Stokes, RFP SA-1911

4 County Complex Court

Woodbridge, VA 22192

In compliance with this RFP and to all the conditions imposed therein and hereby incorporated by

reference, the undersigned offers and agrees to furnish the services in accordance with the attached

signed proposal or as mutually agreed upon by subsequent negotiation.

____________________________________________________

Company Name

__________________________________ _________ _________________________________

Authorized Signature Date Name Printed

____________________________ ____________________________

Phone Number Email Address

Note: Prince William County Service Authority does not discriminate against faith based organizations in

accordance with the Code of Virginia § 2.2-4343.1 or against an Offeror because of race, religion, color, sex,

national origin, age, disability, or any other basis prohibited by state law relating to discrimination in

employment.

Page 2: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 2

RFP SUBMISSION FORM

Name of RFP: Master Planning: Sewer, Wastewater Treatment, Water, and Water

Supply

RFP Number: RFP SA-1911

Closing Date/Time: January 10, 2019 at 2:00 P.M. (EST)

SECTION I - COMPANY IDENTIFICATION AND OWNERSHIP DISCLOSURE

Indicate Which: Corporation [ ] Partnership [ ] Sole Prop. [ ]

Minority Owned/Controlled Bus. Yes [ ] No [ ] Small Bus. Yes [ ] No [ ]

Following are the names and address of all persons having an ownership interest of 3% or more in

the Company: (Attach more sheets if necessary)

____________________________________________________

Name

____________________________________________________

Address

____________________________________________________

Company: _______________________________ Contact Person: _______________________

Address:

_______________________________ Title: _______________________

_______________________________ Telephone No: _______________________

Remittance

Address:

_______________________________ FAX No: _______________________

_______________________________ Email: _______________________

Organized under the laws of the State of ______________________________________________

Principal place of business at ______________________________________________

FEIN: ______________________________________________

Page 3: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 3

____________________________________________________

SECTION II - CONFLICT OF INTERESTS

This solicitation is subject to the provisions of Section 2.2-3100 et. seq., Virginia Code Annotated

and the State and Local Government Conflict of Interests Act.

The Offeror [ ] is [ ] is not aware of any information bearing on the existence of any potential

organizational conflict of interest.

SECTION III – COLLUSION

I certify that this submission is made without prior understanding, agreement, or connection with any

corporation, firm, or person submitting an offer for the same services, materials, supplies, or

equipment, and is in all respects fair and without collusion or fraud. I understand collusive bidding is

a violation of the State and Federal law and may result in fines, prison sentences, and civil damage

awards.

I hereby certify that the responses to the above representations, certifications, and other statements

are accurate and complete. I agree to abide by all conditions of this RFP and certify that I am

authorized to sign for the Offeror.

________________________________________________ ________________________

Signature Date

________________________________________________ ________________________

Name (Printed) Title

OFFEROR MUST COMPLETE AND RETURN THIS FORM WITH ITS PROPOSAL

PACKAGE

Page 4: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 4

Table of Contents

SECTION 1 INTRODUCTION...................................................................................................... 6

SECTION 2 BACKGROUND INFORMATION ......................................................................... 7

SECTION 3 PROCUREMENT RULES AND RFP DEFINITIONS.......................................... 7

SECTION 4 SCOPE OF WORK / PROJECT OBJECTIVES AND DELIVERABLES ......... 9

4.1 Scope of Work / Project Objectives .................................................................................. 9

4.2 Project Deliverables ........................................................................................................... 9

4.3 Non-Exclusive Agreement .............................................................................................. 10

SECTION 5 RFP ADMINISTRATIVE REQUIREMENTS AND INSTRUCTIONS ............ 10

5.1 Proposed Schedule ........................................................................................................... 10

5.2 Delivery of Proposal Package.......................................................................................... 10

5.3 Late Proposal Packages ................................................................................................... 11

5.4 Preproposal Conference ................................................................................................... 11

5.5 Questions Concerning RFP ............................................................................................. 12

5.6 Offeror’s Representative .................................................................................................. 12

5.7 Offeror’s Responsibility / Clarification and Addenda ..................................................... 12

5.8 Restricted Discussions ..................................................................................................... 13

5.9 Proposal Correction or Withdrawal ................................................................................. 13

5.10 No Obligation to Make Selection .................................................................................... 14

5.11 Offeror’s Key Personnel .................................................................................................. 14

5.12 Minimum Offeror Requirements ..................................................................................... 15

5.13 Anticipated Selection Process ......................................................................................... 16

5.14 Evaluation Criteria ........................................................................................................... 18

5.15 Minor Irregularities .......................................................................................................... 18

5.16 Incurred Expenses ............................................................................................................ 18

5.17 Exceptions ....................................................................................................................... 19

5.18 Pre-Award Submittals...................................................................................................... 19

5.19 Conflict of Interest Disclosure ......................................................................................... 19

5.20 Contract Type .................................................................................................................. 19

5.21 Term of Contract ............................................................................................................. 20

Page 5: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 5

5.22 Limited Confidentiality of Information ........................................................................... 20

5.23 Competency of Offeror .................................................................................................... 20

5.24 Protest .............................................................................................................................. 20

SECTION 6 SUBMITTAL REQUIREMENTS .......................................................................... 21

6.1 Submittal Requirements .................................................................................................. 21

6.2 Economy of Presentation ................................................................................................. 21

6.3 Proposal Package Guidelines ........................................................................................... 22

6.4 Proposal Package Sections .............................................................................................. 23

SECTION 7 INSURANCE REQUIREMENTS .......................................................................... 32

SECTION 8 FORMS ..................................................................................................................... 35

Form A – Offeror Reference Form .......................................................................................... 36

Form B – Subconsultant Reference Form ............................................................................... 38

Form C – Subconsultant No-Conflict of Interest Form ......................................................... 39

Form D – PROPOSAL PACKAGE CHECKLIST................................................................. 40

ATTACHMENT A SCOPE OF WORK …………………………………………………….. A-1

ATTACHMENT B REQUIRED INSURANCE LIMITS…………………………………… B-1

Page 6: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 6

Request for Proposals (RFP) – SA 1911

Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply

SECTION 1 INTRODUCTION

The Prince William County Service Authority (“Service Authority”) is a public utility created in

1983 under the Virginia Water and Sewer Authorities Act and chartered by the Prince William

Board of County Supervisors. The Service Authority is an independent body responsible for

providing comprehensive water and sewer services in Prince William County. The Service

Authority has approximately 93,000 customers and owns and operates wastewater treatment

facilities for the eastern portion of the county.

The H.L. Mooney Advanced Water Reclamation Facility (AWRF), is a 24.0 mgd facility that

includes pre-aeration, preliminary treatment, flow equalization, primary treatment, biological

nutrient removal (BNR), enhanced nutrient removal (ENR), chemical phosphorous removal,

tertiary filtration, and ultra violet disinfection. Solids processing includes gravity thickening,

centrifugal dewatering, fluidized bed incineration, and ash disposal. Flow received at the H.L

Mooney AWRF must be processed on a continuous and uninterrupted basis, 24-hours a day, seven

days a week and meet all regulatory requirements for air, water, and safety. Wastewater service

for the western portion of the county is provided by the Upper Occoquan Service Authority, a 54.0

mgd regional facility that is jointly owned by Fairfax County, Prince William County, the City of

Manassas, and the City of Manassas Park. Water is supplied via wholesale water purchase

agreements with Fairfax Water and the City of Manassas, as well as Service Authority-owned

wells. The water and sewer system is composed of approximately 1,240 miles of water mains and

1,100 miles of sewer mains. The collection and distribution system also includes 22 water storage

tanks 15 water booster stations, 40,849 valves, 11,661 fire hydrants, 60 wastewater pump stations

and 28,063 manholes.

Prince William County Service Authority is dedicated to excellence in providing safe, reliable

water service to our customers and returning clean water to the environment.

The Service Authority expects its employees, suppliers and partners to meet the performance

standards embodied in our vision and values below:

Vision:

To be a nationally acclaimed leader in providing clean water and excellent customer service

through sustainable innovative business practices, community partnerships and environmental

stewardship.

Values:

Customer-First Focus

Integrity

Respect

Quality

Page 7: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 7

Accountability

SECTION 2 BACKGROUND INFORMATION

The Service Authority is seeking professional engineering services for the preparation of a Master

Plan that covers: Sewer, Wastewater Treatment, Water, and Water Supply to establish long range

utility needs in order to maintain service levels to existing customers and to plan for meeting future

growth and demands.

SECTION 3 PROCUREMENT RULES AND RFP DEFINITIONS

This RFP, the resulting Proposal document and Contract Document shall be consistent with and

governed by the Prince William County Service Authority Purchasing Regulations. In the event of

an inconsistency between the solicitation and selection requirements set forth in this RFP versus

those set forth in the Purchasing Regulations, the inconsistency shall be resolved by giving

precedence to the solicitation and selection requirements of the Purchasing Regulations.

A. IMPORTANT NOTICE TO POTENTIAL OFFERORS: Receipt of this document

does not indicate that the Service Authority has pre-determined Your organization’s

qualifications to receive a contract or be selected for any work or project. Such

determination will be made after the opening and will be based on the Service Authority’s

evaluation of Your Proposal Package compared to the specific requirements and

qualifications contained in this RFP.

B. The Service Authority has established for purposes of this RFP that the words “shall”,

“must”, or “will” are equivalent in this RFP and indicate a mandatory requirement or

condition which will not be waived by the Service Authority. Failure to comply with any

mandatory requirement will render the Proposal Package non-responsive, and therefore it

will not be considered for selection. To be considered for selection, the Offeror must agree

to abide by each mandatory requirement included in this RFP.

C. The Service Authority has established for purposes of this RFP that the words “should” or

“may” are equivalent in this RFP and indicate very desirable conditions or requirements

that are permissive in nature. Deviation from, or omission of, such a desirable condition or

requirement will not cause rejection of a Proposal Package, but will be considered in the

evaluation process.

D. ACCEPTANCE PERIOD: Unless otherwise specified in the RFP, all formal Proposals

submitted shall be binding for one hundred twenty (120) calendar days following Proposal

submission date, unless extended by mutual consent of all parties.

E. General RFP Definitions:

Addendum: A written or graphic instrument issued prior to the due date and time of

Proposals that clarify, correct or change the bidding documents.

Page 8: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 8

Change Order: A written order to the Consultant or executed by the Service

Authority, issued after execution of a Contract or Purchase Order (PO), authorizing

and directing an addition, deletion or revision of any nature or an adjustment in the

price, schedule, quality or quantity of the Work. Any positive or negative change in

the Contract constitutes a Change Order.

Consultant: The successful Offeror with whom a contract is executed pursuant to this

RFP.

Contract: When used as a proper noun and capitalized the term “Contract” shall

mean: The solicitation’s ensuing agreement obligating the Consultant to furnish the

goods and/or services promised in exchange for payment from the Service Authority.

(When used as a common noun with lower case the term “contract” shall mean: a

mutually binding legal agreement between two or more parties.).

Contract Administrator: The Service Authority representative who manages actions

that must be taken to assure full compliance with all of the terms and conditions

contained within the resulting Contract Document, including price.

Contract Document(s): Documents which establish the rights and obligations of the

Consultant and Service Authority and include: The signed Contract, Addenda (which

pertain to the resulting Contract Documents), the Solicitation, the Best and Final

Offer, the Notice to Proceed, together with all written Amendments, Change Orders,

Work Change Directives, Field Orders, and Engineer’s written interpretations and

clarifications issued on or after the Effective Date of the resulting contract.

Day(s): Calendar Days, unless otherwise specified.

Dollar “$”: United States of America dollars.

Key Person (Key Personnel): Any person or persons whose individual action or

inaction can impact the timely accomplishment of the performance objective(s).

Notice to Proceed: A written notice issued by the Owner to the Consultant fixing the

date on which the resulting contract times will commence to run and on which

Consultant shall start to perform the Work under the resulting Contract Documents.

Offeror: The professional entity submitting a Proposal Package to the Service

Authority in response to this RFP. The term Offeror in some cases refers to the

successful Offeror with whom a contract is executed pursuant to this RFP.

Prince William County Service Authority (Service Authority): Public utility

chartered by the Prince William County Board of County Supervisors.

Procurement Officer: A delegate of the Purchasing Manager.

Project Manager: The Service Authority person responsible for the Project.

Proposal or Proposal Package: The complete submittal from an Offeror.

Purchasing Manager: The Service Authority person that has been legally authorized

and responsible to enter into, administer, terminate and otherwise manage contracts

subject to any approval thresholds that may be established by the Service Authority’s

General Manager and Board of Directors.

Responsible Offeror: An Offeror who has the capability in all respects to perform fully

the Contract requirements, and the experience, integrity, perseverance, reliability,

capacity, facilities, equipment, and credit which will assure good faith performance.

Page 9: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 9

Request for Proposals (RFP): This competitive process whereby the Service

Authority is seeking competitive offers to resolve the Service Authority’s need or

requirement.

Specifications: That part of the resulting Contract Documents consisting of written

technical descriptions of materials, equipment, systems, standards and workmanship as

applied to the Work and certain administrative details applicable thereto.

Subconsultant: An entity having a direct contract with the Consultant, or with any

Subconsultant, for the performance of a part of the Work.

Using Division or Department: Engineering & Planning.

Work: The entire project or the various separately identifiable parts thereof required

to be performed or furnished under the Contract Documents.

The terms “in writing” and “written” mean documents permanently inscribed or

printed on paper, submitted by facsimile (fax), or submitted by e-mail, unless otherwise

specified.

You, Your: Same as Offeror.

F. Additional Definitions:

Drawings: That part of the resulting Contract Documents prepared or approved by the

Consultant which graphically shows the scope, extent, and character of the Work to be

performed by the Consultant.

Materials: All information, works of authorship, programs, systems, processes,

methodologies, techniques, concepts, tools, analytical approaches, data, database

models and designs, discoveries, inventions, ideas, and materials related thereto

(whether patentable or not), including all documentation, technical information,

specifications and designs and any changes, improvements, or modifications thereto or

derivatives of any of the foregoing.

SECTION 4 SCOPE OF WORK / PROJECT OBJECTIVES AND DELIVERABLES

4.1 Scope of Work / Project Objectives

See Attachment A – Scope of Work for Scope of Work and Project Objectives.

4.2 Project Deliverables

The Consultant shall list the project deliverables to be provided by the Consultant along with the

associated timeline and schedule which includes but is not limited to: studies, preliminary

engineering reports, design and predetermined milestones, final design, bid documents, etc.

Monthly progress reports to be provided in the format as agreed to by the Service Authority,

capturing at a minimum:

A. Tasks and description.

Page 10: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 10

B. List of deliverables and baseline schedule.

C. Status and schedule update of deliverables.

D. Key issues requiring resolution.

E. Identification of regulatory permit requirements and status of such permits.

F. Name of Service Authority and Consultant Project Managers.

4.3 Non-Exclusive Agreement

The Service Authority reserves the right to contract the services outlined in this RFP with other

firms. Nothing in this RFP or the resulting agreement alters or cancels the terms and conditions or

prior agreements between the Service Authority and any other firms. The selection of one or more

firms should not be interpreted as an exclusive or contractual obligation on the part of the Service

Authority to have the selected firms perform all or any of these services. The Service Authority

reserves the right to provide any of these services with its own personnel, which in its sole

judgment it deems appropriate.

SECTION 5 RFP ADMINISTRATIVE REQUIREMENTS AND INSTRUCTIONS

5.1 Proposed Schedule

The following dates are proposed by the Service Authority; however, the dates and times may be

changed as the needs of the Service Authority change. It is solely Your responsibility to stay

informed on the dates and times.

A. RFP release date – November 30, 2018

B. Preproposal conference – December 13, 2018 at 10:00 a.m.(EST)

C. Final date to receive written questions – December 21, 2018 at 12:00 Noon (EST)

D. RFP closing date – January 10, 2019 at 2:00 p.m. (EST)

E. Offeror interviews/presentations/demonstrations, if requested – TBD

F. Anticipated selection of Offeror (s) – TBD

5.2 Delivery of Proposal Package

DELIVER ONE (1) ORIGINAL, FIVE (5) COPIES, AND ONE (1) USB THUMB DRIVE

OF PROPOSAL PACKAGE TO:

Prince William County Service Authority

Page 11: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 11

Procurement Department: Ref: RFP SA-1911

Attn: Jerry Stokes, Procurement Officer

4 County Complex Court

Woodbridge, VA 22192

MARK EACH PACKAGE: RFP SA-1911, MASTER PLANNING: SEWER,

WASTEWATER TREATMENT, WATER, AND WATER SUPPLY

A. Failure to clearly mark each Proposal Package with this information may cause the Service

Authority to inadvertently open the Proposal Package before the closing date and time. If

the Proposal Package is inadvertently opened due to lack of markings, the Service

Authority staff shall reseal the package, and the package will be opened after the official

RFP closing date and time.

B. To be considered for selection, the complete Proposal Package must be Received and

Accepted in the Procurement Department prior to the closing date and time. An Offeror

will not be considered for selection if its Proposal Package is received in the Procurement

Department after the closing date and time regardless of when or how it was received by

the Service Authority.

C. Allow sufficient time for transportation and inspection. If You use a third party carrier

(USPS, FedEx, Airborne, UPS, etc.) ensure that the carrier is properly instructed to deliver

Your Proposal Package only to the address above.

D. The Service Authority will NOT consider facsimile (fax) or electronic submission of a

Proposal Package.

5.3 Late Proposal Packages

A. THE SERVICE AUTHORITY WILL JUDGE ANY PROPOSAL PACKAGE

RECEIVED IN THE PROCUREMENT DEPARTMENT AFTER THE CLOSING

DATE AND TIME AS LATE AND THE SERVICE AUTHORITY WILL NOT

OPEN IT NOR CONSIDER IT FOR SELECTION.

B. Upon receipt at the location specified above, the Service Authority will mark each timely

received Proposal Package with the date and time of receipt. The Service Authority will

safeguard Proposal Packages from unauthorized disclosure from the time of receipt,

throughout the source selection process, and until selection.

If the Service Authority declares administrative or liberal leave, all scheduled closing dates

for that day will be extended until the next business day.

5.4 Preproposal Conference

An optional Preproposal Conference will be held at 10:00 a.m. on December 13, 2018 at the

Prince William County Service Authority, 4 County Complex Court, Woodbridge, Va. 22192

Page 12: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 12

(Board Room). The purpose of this conference is to allow potential Offerors an opportunity to

present questions and obtain clarification relative to any facet of this solicitation.

While attendance at this conference will not be a prerequisite to submitting a proposal, Offerors

who intend to submit a proposal are encouraged to attend. Bring a copy of the solicitation with

You. Any changes resulting from this conference will be issued in a written addendum to the

solicitation.

5.5 Questions Concerning RFP

A. Questions, inquiries, suggestions, or requests concerning interpretation, clarification or

additional information in regard to any portion of this RFP or the selection process, must

be made in writing (e-mail is acceptable) and sent to the below named individual who will

be the point of contact for this RFP.

B. Questions should be submitted by the following deadline: December 21, 2018 at 12:00

Noon (EST).

C. Mark subject line or cover page: “Questions on RFP SA-1911”.

D. RFP Point of Contact for Questions: Mr. Jerry Stokes, Procurement Officer:

E-mail: [email protected]

All questions must be received in writing.

E. Failure by an Offeror to ask questions, request changes, or submit objections by the date

indicated above shall constitute the Offeror’s acceptance of all of the terms, conditions and

requirements set forth in this RFP.

F. No answers given in response to questions submitted shall be binding upon this RFP unless

released in writing as an Addendum to this RFP by the Service Authority.

5.6 Offeror’s Representative

If You intend to respond to this RFP, You may provide the name, mailing address, telephone

number, and e-mail address of Your liaison person to the point of contact in order for the Service

Authority to ensure that You receive any communications regarding this RFP.

5.7 Offeror’s Responsibility / Clarification and Addenda

A. By submitting a Proposal Package, You represent:

You have read and understand this RFP;

Your Proposal Package is made in accordance with the requirements of this RFP;

Page 13: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 13

You are familiar with the local conditions under which the proposed services must be

performed; and

You will not make any claim for or have the right to cancellation of or relief from the

resulting contract because of any misunderstanding or lack of information.

B. The issuance of a written Addendum by the Service Authority’s Procurement Department

is the only official method by which interpretation, clarification or additional information

can be given. The Service Authority will not be responsible for any oral representation

given by any employees, representatives, or agents.

C. If the Service Authority revises (amends) this RFP, the Service Authority’s Procurement

Department will post a notice on the Service Authority Internet site:

https://www.pwcsa.org/rfp-ifb. You should acknowledge each Addendum in Your

Proposal Package. Failure to acknowledge each Addendum may prevent Your Proposal

Package from being considered for selection. IT IS SOLELY YOUR

RESPONSIBILITY AS AN OFFEROR TO ENSURE THAT YOU HAVE

RECEIVED ALL ADDENDA AND INCORPORATED THE CHANGES INTO

YOUR PROPOSAL BEFORE SUBMITTING YOUR PROPOSAL PACKAGE.

5.8 Restricted Discussions

A. From the date of issuance of the RFP until final contract selection, You are prohibited from

discussing the RFP or any part thereof with any employee, agent, or representative of

Prince William County Service Authority except as expressly authorized by the Service

Authority’s Procurement Officer. THE SERVICE AUTHORITY MAY REJECT

YOUR PROPOSAL PACKAGE FOR VIOLATION OF THIS RESTRICTION.

B. Any negotiation, decision, or action initiated or executed by You as a result of any oral or

written discussions with any Service Authority employee or agent, except as authorized by

the Procurement Officer, is void and will not be binding upon the Service Authority. You

shall only consider those communications that are in writing from the Service Authority’s

Procurement Officer.

5.9 Proposal Correction or Withdrawal

A. Any Offeror for Supplies, Services or Construction, may withdraw the Proposal from

consideration if the price proposal was substantially lower than the other Proposals due

solely to a mistake therein, provided the Proposal was submitted in good faith and the

mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to

an unintentional arithmetic error or an unintentional omission of a quantity of work, labor,

or material made directly in the compilation of a Proposal, which unintentional arithmetic

error or unintentional omission can be clearly shown by objective evidence drawn from

inspection of original work papers, documents and materials used in the preparation of the

Proposal. The Purchasing Manager shall require, and so state in the solicitation, the

following procedure for withdrawal of a Proposal:

Page 14: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 14

The Offeror must give notice in writing of his claim of right to withdraw the Proposal

within two (2) business days after the conclusion of the proposal opening procedure.

No Proposal may be withdrawn under this section when the result would be to award

the Contract on another Proposal of the same Offeror or of another Offeror in which

the ownership of the withdrawing Offeror is more than five percent (5%).

No Offeror who is permitted to withdraw a Proposal shall, for compensation, supply

any material or labor or perform any subcontract or other work agreement for the person

or firm to whom the Contract is awarded or otherwise benefit, directly or indirectly,

from the performance of the project for which the withdrawn Proposal was submitted.

B. The Purchasing Manager may contest withdrawal of any Proposal by any means provided

by law. If withdrawal of the Proposal is denied, the Purchasing Manager shall notify the

Offeror in writing stating the reasons for the decision.

C. If the mistake and the intended correct Proposal are clearly evident on the face of the

Proposal document, the Proposal shall be corrected to the intended correct Proposal and

may not be withdrawn. Examples of mistakes that may be clearly evident on the face of

the Proposal document are typographical errors, errors in extending unit prices,

transposition errors, and arithmetical errors.

5.10 No Obligation to Make Selection

A. The Service Authority is not obligated to make any selection or award as a result of this

RFP. The Service Authority has the sole discretion and reserves the right to cancel this

RFP, and to reject any and all Proposal Packages, to waive any and all informalities and/or

minor irregularities, or to re-advertise with either the identical or revised scope of work, if

it is judged to be in the Service Authority’s best interests to do so.

5.11 Offeror’s Key Personnel

A. The Service Authority will be making its decisions on selecting the best qualified

Offeror(s) based upon the information submitted in the Offeror’s Proposal Package. This

includes the resume and experience of the Offeror’s Key Personnel. By submitting a

Proposal Package, You are representing that each person listed or referenced in Your

Proposal Package will be available to perform the services described by the Service

Authority, barring illness, accident, or other unforeseeable events of a similar nature in

which case You must promptly provide a qualified replacement.

B. The Procurement Officer and the Project Manager have the right to review and approve or

disapprove the Proposal of any Key Person or persons assigned to a requirement prior to

the person beginning the performance of the Work. If the Procurement Officer considers

the Proposal of the assigned person to be inadequate, the Procurement Officer may request

further documentation of the person’s qualifications, or may request that another qualified

person be assigned, also pending the Procurement Officer’s approval.

Page 15: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 15

5.12 Minimum Offeror Requirements

A. To be considered for selection, an Offeror shall meet or exceed each of the following

minimum requirements.

1. Registered to practice required engineering disciplines in the Commonwealth of

Virginia.

2. Geographical availability (within 100-mile radius) of the Service Authority’s main

office facility located at 4 County Complex, Woodbridge, VA.

3. Demonstrated knowledge and experience with project management techniques and

successful management of scope, schedule and budget of complex projects.

4. Demonstrated knowledge and experience in preparing master plans for sewer,

wastewater treatment, water, and water supply systems.

5. Demonstrated knowledge and experience in performing water source and supply

evaluations.

6. Demonstrated knowledge and experience in developing water, wastewater and sewer

hydraulic and process modeling.

7. Demonstrated knowledge of best operational practices to achieve efficiencies while

maintaining a high level of customer satisfaction.

8. Demonstrated knowledge of wastewater and solids treatment practices, design and

expansion in limited site footprint.

9. Demonstrated experience with long-term planning for handling, processing and

disposing of solids, and the most recent regulations and practices for biosolids

incineration, land application and re-use.

10. Demonstrated knowledge in leading edge technology in water and wastewater

industry.

11. Demonstrated knowledge and experience in developing capital cost, lifecycle cost

and rate payer impact.

12. Demonstrated knowledge and experience in performing physical inspection of sewers

and manholes, flow monitoring, smoke testing, dyed water testing, flow isolation and

measurement, sewer cleaning and closed circuit television inspections.

13. Demonstrated knowledge and experience in performing physical inspections of

facilities and equipment at an Advanced Wastewater Treatment Plant.

14. Demonstrated knowledge and experience regarding sanitary sewer systems,

rehabilitation designs, and post rehabilitation evaluations. The firm shall have a

demonstrated familiarity with Sewer System Overflow (SSO) regulations, Capacity

Management and Operations & Maintenance (CMOM), and General Accounting

Standards Board (GASB-34).

15. Demonstrated knowledge and experience with Virginia Department of Environmental

Quality (VDEQ); Virginia Department of Health (VDH); Virginia Department of

Transportation (VDOT), United States Army Corps of Engineers (USACOE); Federal

Emergency Management Agency (FEMA) and US Environmental Protection Agency

(USEPA).

Page 16: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 16

16. Demonstrated knowledge and experience in compliance with the most current edition

of all applicable Federal, State, and local/regional regulations and all Federal, State

and local/regional permitting requirements.

17. Demonstrated knowledge and experience in developing demand based on Land Use

policies of the Prince William County Comprehensive Plan and demographic patterns

issued by MWCOG.

18. Consultant may demonstrate other knowledge and experience in Master Planning

elements that are not listed above.

B. To be considered for selection, the Service Authority must determine in addition to the

above requirements that an Offeror is “Responsible”.

The Procurement Officer and/or the Selection Committee will determine responsibility

based upon the following factors:

a) Experience: determined by examining internal and readily available public

files, which indicate how the Offeror performed in the past;

b) Integrity, Perseverance, and Reliability: determined by conducting an in-depth

evaluation of the management of the Offeror’s organization, the organization’s

philosophies, ethics standards and policies, reputation in the industry, and the

organization’s quality control programs;

c) Capacity, Facilities, and Equipment: determined by information submitted by

the Offeror and/or by plant or facility visits, if judged appropriate;

d) Financial Capacity: determined by an investigation of the Offeror’s financial

statements, readily available public files, and/or credit reports as well as

bonding capabilities; and,

e) Eligibility: determined by whether or not the Offeror is qualified and eligible to

be selected under applicable laws and regulations.

The Procurement Officer may request additional information, other than that already

in the Proposal Package, or may request additional or clarifying information to

determine the Offeror’s responsibility under this section. If the Offeror fails to supply

the information requested within the time required, the Procurement Officer shall make

the determination of responsibility or non-responsibility based solely upon available

information. If the available information is insufficient to make a determination of

responsibility, the Procurement Officer shall determine the Offeror to be non-

responsible. If Your organization is listed as an exclusion record in the federal System

for Award Management (SAM) https://www.sam.gov/ at the time of the RFP closing

date or becomes an exclusion record at any time prior to award, the Purchasing

Manager shall immediately determine Your organization as non-responsible.

5.13 Anticipated Selection Process

A. Responsiveness: Upon receipt of each Proposal, the Procurement Officer will review

each Proposal to determine its responsiveness, in accordance with all of the information

Page 17: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 17

required in Section 6 –Submittal Requirements. IF THE PROCUREMENT OFFICER

DETERMINES A PROPOSAL TO BE NONRESPONSIVE, THAT PROPOSAL

WILL NOT BE EVALUATED OR CONSIDERED FOR AWARD.

B. Initial Technical Evaluation Process:

The Procurement Officer will provide a copy of each responsive technical Proposal to

the Selection Committee members for their evaluations.

The Selection Committee members will evaluate each responsive Proposal in

accordance with the Evaluation Criteria.

In addition to the materials provided by the Offeror, the Selection Committee may use

site visits and/or may request and evaluate additional material, information, and/or

references from other sources.

The Procurement Officer may invite any Offeror(s) to make an in-person (oral)

presentation and/or demonstration to the Selection Committee. The Procurement

Officer may require that specific individuals identified in the Proposal Package

participate in the oral presentation and/or demonstration.

The Procurement Officer may request written clarifications from any Offeror to clarify

any ambiguity and/or minor irregularity.

The Selection Committee members will evaluate and rank all responsive Proposals.

The ranking will be provided to the Procurement Officer.

C. Negotiations:

The Procurement Officer will invite the top ranked Offeror for negotiations. The

Service Authority reserves the right to negotiate any and all elements, except legal

requirements, of the evaluation criteria.

The Service Authority anticipates negotiating, at a minimum, the following elements:

a) Staffing;

b) Labor hours per labor classification;

c) Labor rate per labor classification; and,

d) General and Overhead (G&O) rates, profit, expenses, and mark-up on materials.

At the conclusion of the negotiations, the Procurement Officer will request a Best and

Final Offer.

If after receipt and analysis of the Best and Final Offer, the Procurement Officer and

the top ranked Offeror reach a mutual agreement on all elements, then the Procurement

Officer will formally select the Offeror and request the Offeror to execute a Contract.

If the Procurement Officer and a top ranked Offeror cannot reach a mutual agreement

on all elements, then the Procurement Officer will formally conclude the negotiations

with the Offeror and begin the negotiations process following steps 2-4 above, with the

next highest ranked Offeror.

This process will continue until the Procurement Officer selects an Offeror or

determines that the current RFP process will be terminated if an agreement cannot be

reached.

Page 18: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 18

D. Award:

The Service Authority shall, at its sole discretion and in its best interest, make an award

to the Offeror deemed to be fully qualified and best suited among those submitting

proposals, on the basis of the factors involved in the RFP.

The Service Authority will post Award Notices online at the address:

https://www.pwcsa.org/rfp-ifb

5.14 Evaluation Criteria

A. The committee will base the initial and final evaluation on the following criteria:

Evaluation Criteria Maximum Points per

Evaluation Criteria

Staffing Plan and Experience of Key Personnel (Refer to

Section 6.4, Tab 2) 25

Qualifications and Experience of the Firm in the Public

Utilities Sector in providing the required services (Refer to

Section 6.4, Tab 2, Section B)

25

Availability of the Firm(Refer to Section 6.4, Tab 2,

Section C)

15

Business, Management, and Technical Approach to Master

Planning: Sewer, Wastewater Treatment, Water, and Water

Supply (Refer to Section 6.4, Tab 2, Section D)

35

Maximum Evaluation Points 100

5.15 Minor Irregularities

The Service Authority reserves the right to waive minor irregularities in submitted Proposal

Packages if such action is in the best interest of the Service Authority. A minor irregularity is

defined as an issue that does not have an adverse effect on the Service Authority’s best interests,

and will not affect the outcome of the selection process by giving any Offeror an advantage or

benefit not enjoyed by other Offerors.

5.16 Incurred Expenses

This RFP does not commit the Service Authority to select an Offeror nor will the Service Authority

be responsible for any cost or expense which may be incurred by any Offeror in preparing and

submitting a Proposal Package. By submitting a Proposal Package, You agree that the Service

Authority bears no responsibility or obligation for any of Your costs associated with the

Page 19: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 19

preparation of Your Proposal Package, preparing and delivering presentations, and/or any

administrative or judicial proceedings resulting from this RFP process.

5.17 Exceptions

If You take exception to any requirements in this RFP, including any contract terms in Attachment

C “Sample Contract/Agreement”, You shall clearly identify the item(s) that exception is taken to,

succinctly state the reason for the exception, and include these item(s) in Your Proposal Package

in Tab 7. Exceptions and Other Information.

5.18 Pre-Award Submittals

A. Within ten (10) calendar days after the Service Authority provides written notification of

selection, the Offeror shall furnish the below deliverables to the Procurement Officer.

REQUIRED PRE-AWARD SUBMITTALS:

a) INSURANCE CERTIFICATE(S); AND,

b) COPIES OF COMMONWEALTH REQUIRED LICENSES AND/OR

CERTIFICATIONS.

B. If a selected Offeror fails to furnish the required submittals within the required time frame,

the Service Authority may withdraw the selection from the Offeror and begin negotiations

with the next ranked Offeror.

5.19 Conflict of Interest Disclosure

A. This RFP is subject to the provisions of §2.2-3100, et seq. of the Virginia Public

Procurement Act (VPPA). No member of the Board of Directors, or any employee of the

Prince William County Service Authority, or the spouse or any other relative who reside

in the same household as any of the foregoing, may be a Consultant or Subconsultant in

connection with any proposal, or have a personal interest therein.

B. Each Offeror shall complete and sign the specified section of the RFP Cover Page.

C. Each proposed Subconsultant shall also complete the attached Form C – Subconsultant

No-Conflict of Interest Form.

5.20 Contract Type

A. The Service Authority will be issuing a single Contract to establish Scope of Services,

terms and conditions, and pricing for work to be performed.

Page 20: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 20

5.21 Term of Contract

A. The Master Planning: Sewer, Wastewater Treatment, Water and Water Supply Agreement

shall commence on the Effective Date (as documented by the signature page of the

Agreement) and shall expire upon completion of the work packages unless and until

terminated pursuant to the terms and conditions thereof.

5.22 Limited Confidentiality of Information

A. The Authority is governed by the Virginia Freedom of Information Act. If You submit

information that You consider exempt from public disclosure, You must identify with

specificity which page(s)/paragraph(s) of Your Proposal Package is (are) exempt from the

Virginia Freedom of Information Act and identify the specific statutory exemption section

that applies to each.

B. The Service Authority will maintain the confidentiality of such trade secrets to the extent

provided by law. If the Offeror labels all or most pages of the Proposal as “trade secret,”

the Service Authority may judge the Proposal as non-responsive and therefore it shall not

be considered for award.

C. All material submitted becomes the property of the Service Authority and may be returned

only at the Service Authority’s option.

5.23 Competency of Offeror

A. As part of its evaluation process, the Service Authority may make investigations to

determine Your abilities to perform under this RFP. Such investigations may include

requests for information such as Dun & Bradstreet reports, financial statements, bank,

project or other references, information regarding other work under contract and the

bonding of Subconsultants where applicable. The Service Authority reserves the right to

REJECT Your Proposal Package if You fail to satisfy the Service Authority that You are

properly qualified to carry out the obligations under this RFP.

B. The Service Authority will not consider a Proposal Package or select a contract to any

person, company or corporation that is in arrears, or is in default to the Service Authority

upon any debt or contract, or that has defaulted as surety or otherwise upon any obligation

to the Service Authority. The Offeror, if requested, must present within forty-eight (48)

hours evidence satisfactory to the Procurement Officer of performance ability, and

possession of necessary facilities, pecuniary resources, and adequate insurance to comply

with the terms of these Specifications and Contract Documents.

5.24 Protest

A. Any Offeror or Offerors may protest the award of, or the decision to award, a contract to

any other Offeror or Offerors, by submitting a written protest to the Purchasing Manager

Page 21: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 21

at the address at the beginning of this RFP, within ten (10) days after the award of the

contract or the decision to award a contract is made.

B. Any protest shall state in detail the basis therefore, and the specific relief requested.

C. Written Submission:

The protester shall present its protest in a concise and logical written format to facilitate

review. Failure to substantially comply with any of the requirements of this subsection

may be grounds for dismissal of the protest.

The protest shall include at least the following information:

a) Name, address, email address, and fax and telephone numbers of the protester;

b) Solicitation number;

c) Detailed statement of the legal and factual grounds for the protest, including a

description of resulting harm to the protester;

d) Copies of supporting documents, if any;

e) Statement of relief requested;

f) All information establishing that the protester is an interested party for the

purpose of filing a protest on an award decision; and,

g) All information establishing the timeliness of the protest.

D. The Director of Management and Budget shall decide all protests within ten (10) Days of

receipt and shall issue a written finding. This decision shall be final unless the protester

institutes legal action in accordance with §2.2-4364 of the Code of Virginia.

SECTION 6 SUBMITTAL REQUIREMENTS

6.1 Submittal Requirements

Firms, organizations, or individuals (hereafter “Offerors”) interested in submitting a Proposal

Package (offer) in response to this RFP shall submit one (1) original, marked “ORIGINAL,” and

five (5) copies, each marked “COPY” and one (1) USB of their Proposal Package for review and

evaluation by the Service Authority. The Service Authority will consider Your failure to follow

these instructions during the evaluation process.

6.2 Economy of Presentation

A. You shall prepare Your Proposal Package simply and economically, providing a

straightforward, concise description of Your solution and capabilities to satisfy the

conditions and requirements of this RFP. The Service Authority does not desire fancy

bindings, colored displays, or promotional material unless it specifically enhances the

Service Authority’s understanding of Your offer. Your emphasis shall be on completeness

and clarity of content.

Page 22: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 22

B. The Service Authority is not liable or responsible for any costs incurred by any Offeror in

responding to this RFP including, without limitation, costs for presentations,

demonstrations, or interviews, if requested or required.

6.3 Proposal Package Guidelines

A. To facilitate analysis of Your Proposal Package, You shall prepare Your Proposal

Package in accordance with the instructions outlined in this section. THE SERVICE

AUTHORITY WILL CONSIDER YOUR FAILURE TO FOLLOW THESE

INSTRUCTIONS DURING THE EVALUATION PROCESS.

B. The Service Authority emphasizes that You shall concentrate on accuracy, completeness,

and clarity of content. DO NOT ASSUME THAT YOU WILL HAVE ANY

OPPORTUNITY TO MAKE A PRESENTATION OR EXPLAIN ANY ITEM OR

DETAIL.

C. Cross Referencing: To the greatest extent possible, You shall compose each section on a

stand-alone basis so that its contents may be evaluated with a minimum of cross-

referencing to other sections of the Proposal Package. Unless otherwise clearly noted in a

section, the Selection Committee will assume that information requested for Proposal

Package evaluation which is not found in its designated section has not been included in

the Proposal Package.

D. Indexing: You shall include a table of contents to delineate the topics and subsections for

each Tab with more than five (5) pages.

E. Glossary of Definitions, Abbreviations and Acronyms:

You shall include a glossary of all key words or phrases that if misinterpreted by the

Service Authority would impact the success of this project.

You shall identify and spell out any abbreviation or acronym used, with an explanation

for each.

Glossaries do not count against the page limitations for their respective sections.

F. Page Size and Format:

A “page” is defined as all information that can be legibly printed within one piece of

8.5 x 11 inch piece of paper in accordance with the requirements 2-6 below:

Text shall be single-spaced;

Text shall be left justified;

Text shall be printed in a “portrait” layout;

The text size shall be not less than 11 point or more than 14 point;

Margins shall be one (1) inch on all four (4) sides;

Pages shall be numbered sequentially by Tab and Section; and,

Printed materials shall be duplexed / double-sided printing on sustainable materials as

long as it does not prevent a reader from clearly understanding the Proposal Package.

Page 23: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 23

G. You should submit legible tables, charts, graphs, figures, and pictures to depict

organizations, systems and layouts, implementation schedules, plans, etc. These displays

shall be uncomplicated, legible and shall be printed on 8.5 x 11 inch paper.

H. Binding and Labeling:

You shall submit the original paper Proposal Package in a three-ring loose leaf

binder(s), with section tabs, which shall permit the Proposal Package to lie flat when

opened.

You shall not staple pages together.

You shall include a cover sheet in each binder, clearly marked with RFP SA-1911 and

the Offeror's name. You shall place the same identifying on the spine of each binder.

I. Proposal Package:

You shall provide one (1) original and five (5) copies of the Proposal Package for this

RFP in the required paper format described above with all the original signatures in a

pen ink color other than black. Digital or electronic signatures are not acceptable.

You shall submit one (1) complete copy of the entire Proposal Package on USB

THUMB DRIVE.

You shall include on the USB THUMB DRIVE in addition to all of the required

Proposal Package submittal information, a text “INDEX” file that lists all files on the

USB THUMB DRIVE with the complete file name (filename plus extension) and a

concise written description of what is included in the file.

a) You shall submit all text files in the PDF format.

b) You shall submit spreadsheets in a Microsoft Excel 2007 or Excel 2010 format.

c) You shall scan and submit manufacturers’ specifications pages in the PDF

format, or, in an HTML format.

d) You shall submit pictures, photos, and/or drawings in JPG, BMP or GIF

formats.

e) You shall submit video clips in a .WMV format.

f) You shall clearly print: “RFP SA-1911” and the Offeror’s name directly on the

top surface of each USB with an indelible marker.

g) Electronic or facsimile (FAX) submission of Proposal Packages is not permitted

for this RFP.

6.4 Proposal Package Sections

You shall organize Your Proposal Package into the following major sections:

Page 24: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 24

Tab 1 – Introduction, Profile & Required Information

A. RFP Cover Page and RFP Submission Form. The RFP cover page and RFP Submission

Form, completed and signed.

B. Statement of Interest (not more than one page). To be submitted on letterhead

expressing why You are interested in this project.

C. Understanding of Services to be Provided (not more than 3 pages). State in Your own

terms what You think this solicitation is about. Succinctly describe Your understanding

of the Service Authority’s challenge. Succinctly describe in Your own terms what You

think are the Service Authority’s anticipated outcomes.

D. Service Delivery Plan. Describe succinctly how You plan to accomplish each of the

objectives of these services.

E. Firm Profile / Firm History (not more than 3 pages). Submit a brief profile of the firm

describing its history, capabilities and recent successes.

F. Negotiation Team. List the full names and functional titles of each person that will be part

of Your negotiation team.

G. Acknowledgement of Addenda, (if any).

H. Licenses & Permits. Documentation showing any licenses and/or permits required and

applicable to this requirement. Virginia licenses are required for all key staff; Professional

Engineer (“PE”) and Land Surveyor (“LS”) from prime and Subconsultant.

Tab 2 – Evaluation Criteria

A. Staffing Plan and Experience of Key Personnel:

1. Submit resumes for all key personnel (including dual assignments). Key personnel

may include but are not limited to the following: Project Manager, Design

Discipline Leaders Chief Regulatory Specialist, Wastewater Process Specialist,

Chief Estimator, Construction Manager, and Project Controls Manager. Personnel

designated as “Chief' are those in technical review, supervisory, or other roles in

which they oversee or review the work of their discipline. All resumes, including

those submitted for subcontractors, shall include a list of references with addresses

and phone numbers.

2. Special emphasis shall be placed on experience in the services and disciplines

included in ATTACHMENT - A Scope of Work. The resumes shall also clearly

show proposed job title, education, special qualifications and previous experience

showing title and specific duties, responsibilities, and assignments beginning with

the present and working backwards. Indicate fully, the responsibilities each key

Page 25: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 25

member had in connection with any of the projects listed or any other projects

which involved managing projects comparable to the Work described in this

solicitation. Any additional information pertaining to personnel anticipated for use

under the contract will only relate to that individual’s experience and ability to

perform on this contract. Do not furnish information on individual’s social, civic,

or fraternal activities. Note that substitutions for key personnel, after award, will

only be allowed with the written approval of the Service Authority.

3. Submit resumes of key personnel from any major Subconsultant or Consultant that

is expected to provide a substantial amount of effort under the Contract. The

employer of any individual included must be clearly identified.

4. Provide a staffing plan and list the full names and functional titles of all Key

Personnel that will be part of the Work under the resulting contract. Describe the

role each will perform in successfully accomplishing this project.

5. Program / Project Manager(s). For each discipline or service described in

Attachment A – Scope of Work, list the full name, business address, office

telephone, cell phone, and e-mail address of the individual that will act as the

program / project manager for the Work. An individual may be named as the

Program/Project Manager for more than one discipline/service and some services

may have more than one Program/Project Manager depending on the demand for

such Work. Provide a resume of the individual’s background and skills in managing

similar projects. List the following information:

i. Years of experience within the area of specialty;

ii. Length of and type of service with firm; and,

iii. Education and formal training, including copies of any pertinent and required

licenses / certifications.

B. Qualifications and Experience of the Firm in the Public Utilities Sector in providing

the required services: Include example projects which best illustrate the team’s

qualifications for this requirement.

1. Example Projects: The Offeror shall submit at least five (5) examples of similar

projects undertaken in approximately the last five (5) years by the Offeror and

Subconsultants. The list shall include:

i. Brief project descriptions;

ii. Client’s name, location and size;

iii. Approximate value;

iv. Project duration (start/finish dates);

v. Specifics of services performed; and,

vi. The name of the clients representative that the Service Authority may contact

for reference purposes.

Page 26: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 26

Indicate past experience as a prime consultant on comparable projects. The Offeror

shall emphasize projects that required all Work Packages (from

studies/investigations through design and construction) of work. The Offeror shall

describe how key individuals proposed for the Work under this contract were used

in these example projects. Select projects where multiple team members worked

together, if possible, that demonstrate the team’s capability to perform work

similar to that required for this solicitation. Discuss the relevance of the example

project to this project to the work included in the Scope of Work for this

solicitation.

2. Sample Master Plan. The Offeror shall submit an example of an unclassified Master

Plan prepared by Your firm.

3. Outside Professionals. List the name, full mailing address, telephone numbers, e-

mail, web address, and contractual relationship with the Offeror of all outside

professionals (not directly employed by the proposing firm), Consultants or

Subconsultants, that will be part of the Work under the resulting contract. Describe

the role each will perform in successfully accomplishing all Work assigned.

4. Include a proposed Project Team Organization Chart for each discipline in

Attachment A – Scope of Work, including all personnel, Subconsultants, and

outside personnel to be used on the Work under the resulting contract.

5. The Service Authority reserves the right to conduct or have conducted background

checks (professional, criminal, financial) on any person or organization proposed

for this project).

6. If your firm does not want the data submitted in the Proposal disclosed, follow the

procedure specified in Section 5.22 Limited Confidentiality of Information. All

references used shall contain the name, address, office telephone number, cell

phone number and facsimile number of the customer; confidential clients will not

be accepted as references.

C. Availability of the Firm: The Offeror shall submit a list of all ongoing (at the time of the

Proposal submittal) contracts over $1 million in value and submit the total value of all

ongoing contracts. Provide an analysis of the capacity of the Offeror with respect to the

Contract considering existing corporate capabilities and the following items:

1. Existing commitments.

2. Expected drawdown of existing commitments upon completion.

3. Expected growth or reduction of the organizations that make up the team.

4. Expected new work, other than this Contract.

Page 27: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 27

5. Provide a listing of current clients whose interest may compete or conflict with

Work under the Contract. Offeror shall provide a five (5) year time line showing

the capability analysis, and the resources available for this contract.

6. Provide the firms current and anticipated workload and available resources during

the course of the resulting contract. Provide turnaround times and availability

guarantees that demonstrate the Offeror’s commitment to provide sufficient

resources to Service Authority projects. Demonstrate an understanding of and

commitment to fulfilling tasks using Service Authority contracting and project

management policies.

D. Business, Management, and Technical Approach to Master Planning: Sewer,

Wastewater Treatment, Water and Water Supply Services:

1. Provide a detailed explanation of your methods used for measuring, monitoring and

ensuring productivity and performance in project teams assigned to the Service

Authority. Provide a description of estimating and cost control techniques used.

2. Experience with Virginia and Prince William County Conditions. Provide a list of

site locations where work was done that demonstrates experience with Virginia and

Prince William County conditions. Include the type of area in which the work was

done and the type and name of the project. Discuss how weather conditions were

dealt with during all seasons.

3. Experience in preparing plans and specifications.

4. Experience in providing all aspects of engineering services during construction.

5. Experience with Regulators. Provide information to show the proposer’s past

experience and ability to create and maintain a cooperative working environment

with regulators, particularly those regulators in Virginia Department of Health,

Virginia Department of Environmental Quality, Virginia Department of

Transportation and Prince William County plan submittal requirements, procedures

and processes.

6. Knowledge and experience in state of the art/supporting technologies being used in

the water and wastewater industry to improve operations and/or efficiencies.

7. Capabilities.

i. Describe Your technique for assuring efficient use and balance of all

manpower, material, and equipment. Include in Your submission any other

data You deem necessary to describe Your firm’s capabilities to execute this

work and ensure efficient balance and utilization of resources. Discuss

staffing plans to accommodate normal fluctuating workloads in order to

maintain an experienced work force during periods of work buildup and

Page 28: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 28

decline. Describe the extent of training that will be used to preserve

effectiveness of Your organization.

8. Technical Approach and Innovative Technology Approach.

i. General. It is our intention to encourage Consultant creativity and innovation

in order to produce the best possible system considering ability to meet all

system requirements, operations and maintenance requirements, flexibility

to meet future demand and regulatory requirements, and optimum use of

existing resources. There is no predetermined “right answer” for Your

technical approach to this project. The technical approach must ensure a

reliable, simple, durable, easy to operate, simply maintained, easily

constructed and cost effective product optimizing initial costs and life cycle

costs that will meet all regulatory requirements and has flexibility to be easily

expanded for future demand and regulatory requirements.

ii. Describe in detail how You intend to accomplish the requirements presented

in Attachment A – Scope of Work. List all assumptions made in preparing

Your work approach. In addition, address the following issues:

iii. Describe and discuss Your overall design philosophy/technical approach to

the Work described in this solicitation; provide reasons/justification for Your

recommended approach.

iv. The Service Authority is interested in efficiently moving forward with the

CIP projects that may come out of this Master Plan. The Master Plan should

not have to be complete before some CIP projects might commence. To this

end, describe and graphically show Your smartest ideas for the order (and

priority) in which all of the elements listed in the three Work Packages

included under the SCOPE OF WORK (Attachment A) should be executed.

The visual graphic and/or schedule can be presented in the format the Offeror

wishes (i.e., Gantt chart, table, etc.). However, at a minimum the graphic

and/or schedule (with accompanying narrative) should show and discuss:

a. Element prioritization,

b. Dependencies between elements

c. In the accompanying narrative explain Your thought process and

approach.

v. The Service Authority wishes to execute the work listed as part of Work

Package 1 (Attachment A) as speedily as possible while also not

overburdening Service Authority staff. To this end, provide two schedules

(with accompanying narrative) for Work Package 1. The schedules can

graphically be presented as the Offeror wishes (i.e., Gantt chart, table, etc.).

Page 29: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 29

However, at a minimum both schedules should graphically communicate

(with accompanying narrative):

a. Rough order of magnitude schedule duration,

i. Overall duration

ii. Duration of individual elements (1 through 11 as listed under

Work Package 1)

b. Prioritization of the elements,

c. Dependencies between elements,

d. Rough order of magnitude of the estimated time needed from

Service Authority staff. This can be shown in total number of staff

hours per month for the duration of Work Project 1 or some another

way if the Offeror chooses to do so.

The accompanying narrative should explain Your creative thought process

and approach.

The two schedules shall differ from each other as follows:

a. Schedule A shall be an expedited schedule that allows the scope of

work in Work Package 1 to be done as quickly as possible if Service

Authority resources were not a constraint.

b. Schedule B shall be a more reasonable time frame (based upon Your

professional experience) that allows for the scope of work to be

executed expeditiously within the constraint of limited Service

Authority staff time.

vi. Discuss any additions, deletions, or changes to the Scope of Work You feel

will improve the project. Discuss how these changes will affect the

associated resources and schedule.

vii. Innovative or Supporting Technology. Identify any innovative or supporting

technologies that You or Your Subconsultants possess as it relates to the

Work described in this solicitation. Include a description of the

innovative/supporting technology or technologies; indicate who in Your

teaming effort has access to the technology or technologies. If applicable,

provide information on at least one (1) site that the innovative/supporting

technology or technologies was used (to include each customer’s name and

company location, site description and location, point of contact and phone

numbers). Are such technologies available to use on this contract and how

do You propose to determine the best value?

Page 30: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 30

9. Operational Management Plan.

i. The Offeror shall describe the planning and project management procedures

which will be applied to ensure successful completion of the Work

requirements.

ii. Authorities and Responsibilities. Describe the responsibilities of and

authorities granted to Key Personnel in Your Proposal. The authority

descriptions can include acceptance of new projects or modifications, chief

negotiator, acceptance of contractor’s final cost proposal, authority to stop

work, etc.

a. Project Management Information System (PMIS). The Offeror shall

provide the following information concerning its proposed PMIS

system:

Program Management/Project Management. Description of the

PMIS capabilities regarding planning and scheduling, cost

estimating, budgeting and accounting reports, technical and

regulatory reports, submittals and other relevant data.

The Offeror’s experience in operating the PMIS and examples of

output from the Management Information System (MIS) from

other comparable projects. Detail how the Offeror will integrate

cost accounting and labor system of major Subcontractors/team

members.

b. Describe plans for providing the Service Authority with electronic

access to PMIS data.

c. Describe the specific mechanisms and relationships that will be used to

track productivity on a real time (daily, weekly, and monthly) basis.

Explain how this will be used to define resource, planning, equipment,

and material requirements through the known scope of work. Explain

how this information will be integrated with cost control.

d. Describe how You will use this system to effectively and efficiently

manage the project from cradle to grave.

e. Consultant Quality Control Plan (CQCP). The Offeror shall include,

Your quality control plan for the work you are doing as part of this

project.

10. Cost Control including tracking subcontractor costs, particularly progress payments

on subcontracts.

Page 31: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 31

i. Describe Your organization’s processes and procedures to ensure adequate

and precise cost control and capability of “forward looking” cost and

schedule management and reporting.

ii. Describe the cutoff period for Your cost reporting and the difference in time

between the report and the current date. How close to the current date is

your cost and other reporting

iii. Describe Your work breakdown structure (WBS), how you prepare your

original cost schedule, how you track your original cost schedule to the

current actual cost schedule and any schedule changes that have occurred. .

iv. Describe Your different reports and intended reporting frequency for each

type of report. The Service Authority expects a minimum of a monthly

report.

11. Acquisition Management Plan.

i. Describe Your plan for administering subcontracts and explain how these

activities will be integrated and coordinated including those performed by

Your own forces. Indicate Your ability through description of past

performance on similar contracts to schedule and conduct contract

administration. Discuss Your contract/procurement procedures and

expertise as they relate to this contract.

Tab 3 – Proof of Insurability

Provide either a completed Accord form or a signed letter from Your insurance agency on its

letterhead stating that You have or can get the required insurance coverage. See Attachment B –

Required Insurance Limits for minimum requirements.

Tab 4 – References

A. Provide at least five (5) recent references where the proposed product /service has been

successfully used within the past five (5) years. Please use the attached Form A – Offeror

Reference Form.

B. The Service Authority cannot be used as a reference, however all past performance with

the Service Authority will be considered during the evaluation process.

Tab 5 – Litigation

Provide information on the nature, magnitude, and outcome of all litigation and proceedings for

the previous five (5) years where a court or administrative agency has ruled for or against You or

Your organization in any matter related to You or Your organization’s professional activities.

Page 32: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 32

Tab 6 – Subconsultants

A. Provide a list of any proposed Subconsultants that You may use on this project. Provide

the same information required in Tab 1 Sections E and F, Tab 2 Section A, and complete

Tabs 3, 4, 5, and 6 for each.

B. Include a completed Subconsultant Reference Form for each Subconsultant proposed.

Please use the attached Form B – Subconsultant Reference Form.

C. Include a completed Subconsultant No Conflict of Interest Form for each proposed

Subconsultant. Please use the attached Form C – Subconsultant No-Conflict of Interest

Form.

Tab 7 – Exceptions and Other Information

A. Describe any exceptions You take with the requirements of this RFP.

B. Provide any information that will provide insight to the Service Authority about Your

qualifications, fitness and abilities. This information shall be succinct.

Tab 8 – Financial Stability

Please note that the information requested under this Tab is not a requirement at the time

of Proposal submission. You may note under this Tab that the information will be provided

upon request.

You shall certify and provide a statement that You are financially stable and have the necessary

resources, human and financial, to provide the services at the level required by the Service

Authority. You shall attach a copy of Your latest audited financial statement and Your latest Dun

& Bradstreet (D & B) report. If You do not have an audited financial statement, provide Your

latest financial statements and Your latest Dun & Bradstreet (D & B) report. The Service Authority

reserves the right to use a third-party to verify financial information provided in any Proposal

Package.

You shall be prepared to supply Your latest financial statement upon request, preferably a certified

audit; however, the Service Authority will accept a third party prepared financial statement and

the latest Dun & Bradstreet (D & B) report.

SECTION 7 INSURANCE REQUIREMENTS

A. Each Offeror shall include in its Proposal Package proof of insurance capabilities,

including but not limited to, the following requirements: (Coverage must be purchased and

in place prior to a purchase order or contract being executed by the Service Authority.)

B. The Consultant shall maintain insurance in the amounts and forms set forth below and shall

provide a Certificate of Insurance to the Service Authority.

Page 33: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 33

C. The Consultant shall comply with the insurance requirements set forth in the following

numbered paragraphs, plus the coverages and limits indicated in the solicitation. Technical

Proposal Packages must note any desired exceptions to the insurance coverage which may

include the submission of proposed alternatives.

D. The Consultant shall be responsible for its Work and every part thereof, and for all

Materials, equipment, and property of any and all description used in connection therewith.

The Consultant assumes all risks of direct and indirect damage or injury to any person or

property wherever located, resulting from any action, omission, commission, or operation

under the Contract, or in connection in any way whatsoever with the contracted Work.

E. The Consultant shall, during the continuance of all Work under the Contract provide and

agree to maintain the following:

Worker’s Compensation and employer’s liability insurance under the Commonwealth

of Virginia statutory requirements, to protect the Consultant from any liability or

damages for any injuries (including death and disability) to any and all of its employees,

volunteers, or Subconsultants, including any and all liability or damage which may

arise by virtue of any statute or law in force within the Commonwealth of Virginia, or

which may be hereinafter enacted.

General liability insurance in the amount prescribed by the Service Authority, to protect

the Consultant, its Subconsultants, and the interest of the Service Authority, against

any and all injuries to third parties, including bodily injury and personal injury,

wherever located, resulting from any action or operation under the Contract or in

connection with the contracted Work. The general liability insurance shall also include

the “Broad Form General Liability Endorsement”, in addition to coverages for

explosion, collapse, and underground hazards, where required. Completed operations

liability coverage shall continue in force for one (1) year after completion of Work.

Automobile liability insurance, including property damage, covering all owned, non-

owned, borrowed, leased, or rented vehicles operated by the Consultant. In addition,

all mobile equipment used by the Consultant in connection with the contracted Work,

will be insured under either a standard automobile liability policy, or a commercial

general liability policy.

F. Liability insurance may be arranged by general liability and automobile liability policies

for the full limits required, or by a combination of underlying liability policies for lesser

limits with the remaining limits provided by an excess or umbrella liability policy.

G. The Consultant shall provide insurance issued by companies admitted within the

Commonwealth of Virginia, with the Best’s Key Rating of at least A-VII.

H. The Consultant shall provide an original, signed certificate of insurance, evidencing such

insurance and such endorsements as prescribed herein, and shall have it filed with the

Purchasing Manager before any work is started.

Page 34: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 34

I. The Consultant will secure and maintain all insurance policies of its Subconsultants which

shall be made available to the Service Authority on demand. The Consultant shall ensure

the same terms and conditions are conveyed to all Subconsultants, to include all insurance

requirements and limits described in this Agreement.

J. The Consultant will provide on demand, certified copies of all insurance coverage on

behalf of the Contract within ten (10) Days of demand by the Service Authority. These

certified copies will be sent to the Service Authority from the Consultant’s insurance agent

or representative.

K. No change, cancellation, or non-renewal shall be made in any insurance coverage without

a thirty (30) Day written notice to the Purchasing Manager. The Consultant shall furnish a

new certificate prior to any change or cancellation date. The failure of the Consultant to

deliver a new and valid certificate will result in suspension of all payments until the new

certificate is furnished to the Purchasing Manager.

L. Insurance coverage required in these specifications shall be in force throughout the

Contract term. Should the Consultant fail to provide acceptable evidence of current

insurance within five (5) Days of written notice at time during the Contract term, the

Service Authority shall have the absolute right to terminate the Contract without any further

obligation to the Consultant, and the Consultant shall be liable to the Service Authority for

the entire additional cost of procuring the incomplete portion of the Contract at time of

termination.

M. Compliance by the Consultant and all Subconsultants with the foregoing requirements as

to carrying insurance shall not relieve the Consultant and all Subconsultants of their

liabilities and obligations under this section or under any other section or provisions of the

Contract.

N. Contractual and other liability insurance provided under the Contract shall not contain a

supervision, inspection, or services exclusion that would preclude the Service Authority

from supervising and/or inspecting the project as to the end result. The Consultant shall

assume all on-the-job responsibilities as to the control of persons directly employed by it

and of the Subconsultants and any person employed by the Subconsultants.

O. Nothing contained herein shall be construed as creating any contractual relationship

between any Subconsultant and the Service Authority. The Consultant shall be as fully

responsible to the Service Authority for the acts and omissions of the Subconsultants and

of persons employed by them as it is for acts and omissions of persons directly employed

by it.

P. Precaution shall be exercised at all times for the protection of persons (including

employees) and property.

Q. The Consultant and all Subconsultants shall comply with the Occupational Safety and

Health Act of 1970, Public Law 91-956, as it may apply to the Contract.

Page 35: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 35

R. If the Consultant does not meet the specifications of these insurance requirements, alternate

insurance coverage, satisfactory to the Purchasing Manager, may be considered.

S. The Service Authority shall be named additional insured in the general liability policies

and stated so on the certificate of insurance.

T. Coverages and Limits – For specific Coverages and Limits required for this project, see

Attachment B Required Insurance Limits.

SECTION 8 FORMS

Included on the subsequent pages are the following forms:

Form A – Offeror Reference Form

Form B – Subconsultant Reference Form

Form C – Subconsultant No Conflict of Interest Form

Form D – Proposal Package Checklist

Form E – State Corporation Commission (SCC) Form

Page 36: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 36

Form A – Offeror Reference Form

(The Service Authority cannot be used as a reference.)

The Offeror shall be a competent and experienced organization with an established reputation within the community

performing the type of work required for this contract. The Offeror shall have performed similar work for a minimum

period of five (5) years. Indicate below a listing of at least five (5) recent projects completed by Your firm that can

substantiate past work performance and experience in the type of work required for this contract. The Service

Authority may make such investigations as it deems necessary to determine the ability of the Offeror to perform the

work, and the Offeror shall furnish to the Service Authority all such information and data for this purpose as the

Service Authority may request.

1.Firm Name

Address:

Contact Person: Current phone #:

Email Address:

Contract Amount: Name of Your project supervisor:

Scheduled completion date: Percent complete:

Percent of work by own forces: Actual completion date:

Description of Work Performed:

2. Firm Name

Address:

Contact Person: Current phone #:

Email Address:

Contract Amount: Name of Your project supervisor:

Scheduled completion date: Percent complete:

Percent of work by own forces: Actual completion date:

Description of Work Performed:

3. Firm Name

Address:

Contact Person: Current phone #:

Email Address:

Contract Amount: Name of Your project supervisor:

Scheduled completion date: Percent complete:

Percent of work by own forces: Actual completion date:

Description of Work Performed:

Page 37: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 37

4. Firm Name

Address:

Contact Person: Current phone #:

Email Address:

Contract Amount: Name of Your project supervisor:

Scheduled completion date: Percent complete:

Percent of work by own forces: Actual completion date:

Description of Work Performed:

5. Firm Name

Address:

Contact Person: Current phone #:

Email Address:

Contract Amount: Name of Your project supervisor:

Scheduled completion date: Percent complete:

Percent of work by own forces: Actual completion date:

Description of Work Performed:

Page 38: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 38

Form B – Subconsultant Reference Form

(Submit a separate reference form for each proposed Subconsultant )

The Service Authority reserves the right to reject offers from any firm not meeting the minimum qualifications. If any

proposed Subconsultant’s experience is not deemed acceptable to the Service Authority, the Service Authority shall

inform the Consultant and the Consultant must identify an acceptable substitute prior to award without effecting the

prices bid. Subconsultant shall be a competent and experienced firm with an established reputation within the

community. Each Subconsultant shall have performed similar work for a minimum period of five (5) years. Furnish a

representative list of at least three (3) projects.

Subconsultant’s Name:

ADDRESS:

TELEPHONE:

CONTACT NAME:

DESCRIPTION OF ITEM(S) TO BE SUBCONTRACTED:

1. Firm Name:

Address:

Contact Person: Current phone #:

Email Address:

Contract Amount: Name of Your project supervisor:

Scheduled completion date: Percent complete:

Description:

2. Firm Name:

Address:

Contact Person: Current phone #:

Email Address:

Contract Amount: Name of Your project supervisor:

Scheduled completion date: Percent complete:

Description:

3. Firm Name:

Address:

Contact Person: Current phone #:

Email Address:

Contract Amount: Name of Your project supervisor:

Scheduled completion date: Percent complete:

Description:

Page 39: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 39

Form C – Subconsultant No-Conflict of Interest Form

I HEREBY CERTIFY that

1. I (printed name) ____________________________________________________________am the

(title) _______________________________ and the duly authorized representative of the firm of

(Firm Name) ________________________________________________ whose address is

_____________________________________________________________________, and that I

possess the legal authority to make this affidavit on behalf of myself and the firm for which I am

acting; and,

2. Except as listed below, no employee, officer, or agent of the firm have any conflicts of interest,

real or apparent, due to ownership, other clients, contracts, or interests associated with this project;

and,

3. This Proposal Package is made without prior understanding, agreement, or connection with any

corporation, firm, or person submitting a Proposal Package for the same services, and is in all

respects fair and without collusion or fraud.

EXCEPTIONS (List)

Signature: _______________________________________________________________

Printed Name: ___________________________________________________________

Firm Name: _____________________________________________________________

Date: ___________________

Sworn to and subscribed before me this ___________ day of ___________________201_

Personally Known ______________

or Produced Identification ________, Type of Identification ______________________

My Commission Expires _________________

______________________________________________

(Printed, typed or stamped commissioned name of notary)

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

PACKAGE FOR EACH PROPOSED

Page 40: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 40

Form D – Proposal Package Checklist

Before submitting Your Proposal Package, review the submittal requirements and ensure

each section is included. Failure to include the required materials may preclude the

Selection Committee from considering Your Proposal Package.

RFP Reference Description N/A

(x)

By

(initial)

PWCSA

Use

Sect. 5.2 Delivery of Proposal Package

Sect. 6.3 E Glossary of Definitions, Abbreviations and Acronyms

Sect. 6.3 H Binding and Labeling

Sect. 6.4 Tab 1 Sec A Signed RFP Cover Page / Submission Form

Sect. 6.4 Tab 1 Sec B Statement of Interest

Sect. 6.4 Tab 1 Sec C Understanding of Services to be Provided

Sect. 6.4 Tab 1 Sec D Service Delivery Plan

Sect. 6.4 Tab 1 Sec E Firm Profile/Firm History

Sect. 6.4 Tab 1 Sec F Negotiation Team

Sect. 6.4 Tab 1 Sec G Acknowledgement of Addenda

Sect. 6.4 Tab 1 Sec H Licenses & Permits

Sect. 6.4 Tab 2 Sec A Staffing Plan and Experience of Key Personnel

Sect. 6.4 Tab 2 Sec B Qualifications and Experience of the Firm

Sect. 6.4 Tab 2 Sec C Availability of the Firm

Sect. 6.4 Tab 2 Sec D Approach to Master Planning: Sewer, Wastewater

Treatment, Water, and Water Supply

Sect. 6.4 Tab 3 &

Attachment B Proof of Insurability

Sect. 6.4 Tab 4 References

Sect. 6.4 Tab 5 Litigation

Sect. 6.4 Tab 6 Subconsultants

Sect. 6.4 Tab 7 Exceptions and Other Information

Sect. 6.4 Tab 8 Financial Stability

Form A Offeror Reference Form

Form B Subconsultant Reference Form

Form C Subconsultant No-Conflict of Interest Form

Form D Proposal Package Checklist

Form E State Corporation Commission (SCC) Form

Page 41: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page 41

Form E – State Corporation Commission Form

Under paragraph 2.8 of the General Terms and Conditions, the Bidder/Offeror agrees, if this bid is accepted by the

Prince William County Service Authority, for such services and/or items, that the Bidder/Offeror has met the

requirements of the Virginia Public Procurement Act (VPPA) § 2.2-4311.2. Any falsification or misrepresentation

contained in the statement submitted by Bidder/Offeror pursuant to Title 13.1 or Title 50 of the Code of Virginia may

be cause for termination by the Prince William County Service Authority.

Bidders/Offerors shall complete the following by checking the appropriate line that applies and provide the required

information. Bidders/Offerors failing to provide the required information indicated below will have their bid/proposal

declared non-responsive:

1. ______ Bidder/Offeror is a Virginia business entity organized and authorized to transact business in the

Commonwealth of Virginia by the State Corporation Commission (SCC). The Bidder/Offeror’s current

valid identification number issued by the SCC is _____________. (The SCC number is NOT your federal

tax identification number). –OR–

2. ______ Bidder/Offeror is a sole proprietor and no SCC number is required. -OR-

3. ______ Bidder/Offeror is an out-of-state business entity that does not regularly and continuously maintain as

part of its ordinary and customary business, any employees, agents, offices, facilities, or inventories in

Virginia. This does not account for any employees or agents in Virginia who merely solicit orders that require

acceptance outside Virginia before they become contracts. It also, does not account for any incidental

presence of the Bidder/Offeror in Virginia that is needed in order to assemble, maintain, and repair goods in

accordance with the contracts by which such goods were sold and shipped into Virginia from the

Bidder/Offeror’s out-of-state location. Bidder/Offeror shall include with this bid/proposal

documentation from their legal counsel which accurately and completely states why the Bidder/Offeror

is not required to be so authorized within the meaning of § 13.1-757 or other similar provisions in Titles

13.1 or 50 of the Code of Virginia. –OR–

4. ______ Bidder/Offeror currently has pending before the SCC an application that was submitted prior to

the due date and time of this solicitation for authority to transact business in the Commonwealth of Virginia

and seeks consideration for a waiver to allow the submission of the SCC identification number after the due

date for bids/proposals. (Prince William County Service Authority reserves the right to determine in its sole

discretion whether to allow such waiver.)

____________________________________________________________

Legal Name of Company (as listed on W-9)

____________________________________________________________

Legal Name of Bidder /Offeror

____________________________________________________________

Date

____________________________________________________________

Authorized Signature

____________________________________________________________

Print or Type Name and Title

Page 42: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-1

ATTACHMENT A SCOPE OF WORK

1. Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply

The Service Authority is seeking professional engineering services for the preparation of a Master

Plan that covers: Sewer, Wastewater Treatment, Water, and Water Supply to establish long range

utility needs in order to maintain service levels to existing customers and to plan for meeting future

growth and demands. The scope of work for the Master Plan is divided into three (3) Work Packages:

Work Package 1 – Sewer and Wastewater Treatment Master Plan and Water Master Plan

Work Package 2 – Water Source and Supply Evaluation

Work Package 3 – Program and System Operation Evaluation

Services include, but are not limited to the following:.

Civil engineering and surveying (including as-built survey and global positioning system)

Wastewater Treatment and Solids Handling design capabilities

Water modeling with InfoWater/sewer modeling with InfoSewer

Environmental sciences

Land use forecasting and demand projections Analysis

Data Governance

The Offeror shall develop Data Governance documentation (in alignment with Service Authority

Data Governance policies, processes, standards and templates) for Master Planning: Sewer,

Wastewater Treatment, Water, and Water Supply data analysis Tasks outlined in Attachment A

Scope of Work, Work Package I, II, and III. Master Planning analysis tasks include but are not

limited to: reviews and evaluations of data sources, evaluations of specific areas, inventories of

vertical and horizontal asset information, facility capacity analysis, historical flows, future

projections, wastewater, water and sewer hydraulic model calibration, wastewater treatment

process modeling, wastewater, water & sewer system evaluations, future water and sewer system

requirements, capital improvement/investment plans, water source and supply evaluations, and

program and system operation evaluations.

The Service Authority shall supply applicable Data Governance policies, processes, standards,

and templates to the Offeror prior to the Offeror performing analysis work. Examples of Data

Governance documentation requirements include, but are not limited to: purpose of the analysis,

data analysis approach/methods (definition of how the analysis will be performed), data sources

used in the data analysis task, and data ownership. The Offeror shall submit Data Governance

Page 43: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-2

documentation to the Service Authority for review prior to the Offeror performing data analysis

work. The Service Authority shall prov

ide comments back the Offeror with potential adjustments to data analysis methods and

supporting data. The Offeror may begin data analysis work after the Service Authority has

approved/accepted the Data Governance documentation.

The Offeror shall, where applicable, align Master Planning work with existing Service Authority

policies, frameworks, processes and standards, such as but not limited to, the Service Authority

Integrated Utility Planning framework and Work Coordination Council.

The selected Offeror shall provide the following services:

Work Package I

A. Sewer and Wastewater Treatment Master Plan and Water Master Plan

Selected firm(s) shall conduct interviews and meetings with key Service Authority staff responsible

for planning, managing, operating and maintaining the sewer collection and conveyance system, and

wastewater treatment plant. Work includes, but is not limited to, the following:

1. Review and evaluate available references/sources of information including but not limited to:

a. Existing Service Authority Sewer Model and associated technical memoranda

b. Prince William County Land Use Policies and Comprehensive Plan, including the Rural

Area

c. Service Authority Strategic Plan

d. Service Authority Utility Standards Manual (USM)

e. City of Manassas Sewer Master Plan/Capital Improvement Plan

f. Virginia American Water Company (Dale City Sewer Master Plan/Capital Improvement

Plan)

g. Upper Occoquan Service Authority (UOSA) Master Plan/Capital Improvement Plan

h. Metropolitan Washington Council of Governments (MWCOG) Population, Housing and

Employment Forecasts

i. H.L. Mooney Advanced Water Reclamation Facility (AWRF) Dynamic Model

j. H.L. Mooney AWRF Final Engineering Design Report, Engineering Reports and

Technical Memoranda, Pretreatment Plan, and Capital Improvement Plan

k. East End Sewer Equalization Study

l. Department of Environmental Quality (DEQ) and Environmental Protection Agency

(EPA) Regulations

2. Conduct an evaluation and provide recommendations for the following specific sewer areas:

a. Hoadly Road corridor sewer opportunities

b. Spriggs Road corridor sewer opportunities

Page 44: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-3

c. West End Sewer Equalization to mitigate major rainfall runoff in lieu of sending to

UOSA

d. Fluctuations in weather patterns

3. Provide an inventory of sewer horizontal and vertical assets and associated

attributes/capacities to include the following:

a. Sewershed boundary maps

b. Sewer lift stations

i. Design head

ii. Design flow

iii. Construction date

iv. Energy use data, etc.

c. Trunk collection system assets, as defined in the Service Authority’s Sewer Model

i. Tables and figures of gravity sewer and force mains by diameter, material,

and construction date

ii. Number of manholes

iii. Flow meters and vaults

iv. Use Closed-circuit Television (CCTV), Global Information System (GIS)

and other available data

4. Provide an inventory of H.L. Mooney AWRF assets and associated attributes/capacities for

liquids and solids treatment and campus-wide utilities to include the following for unit

processes and major equipment, and identify assets to be replaced or refurbished under

existing Capital Improvement Projects (CIP):

a. Design criteria

b. Design capacity flow and load

c. Construction date, expected and remaining useful life, desktop asset condition

assessment.

d. Energy Use data, chemical use data, etc.

5. Provide a description of water reclamation facilities, treatment capacities under current

permits, and wholesale purchased capacities:

a. H.L. Mooney AWRF (East System)

b. UOSA (West System)

c. Other sources (City of Manassas and Virginia American Water)

d. Identify opportunities for expansion and feasibility of treated effluent re-use

i. H.L. Mooney AWRF

ii. UOSA

iii. Fairfax County

iv. Other sources (City of Manassas and Virginia American Water)

6. Provide/tabulate historical wastewater flows and loads:

a. Show prior 15 years of historical data and number of customers (to the extent that data is

available)

Page 45: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-4

i. Provide at the wastewater treatment plants and average daily flow (ADF) and

peak flows of average day maximum month, maximum day flow on a monthly

basis for areas served by UOSA and by H.L. Mooney AWRF broken down by:

sewer sub-shed and peak hourly flow.sewer lift station

ii. Develop an ADF:Peak Flow value at each sewer sub-shed?, provide

discussion/analysis of how this value may change over time as development

density changes

iii. Evaluate historical rainfall events and develop appropriate rainfall peaking

factors

iv. Correlate wastewater flows with water consumption during dry weather to

determine typical ratios and develop base dry weather wastewater flows

v. Develop per capita average flow and loadings to the H.L. Mooney AWRF

vi. Provide loadings to the H.L. Mooney AWRF of organics, suspended solids,

nitrogen and phosphorus of average day load, average day maximum month,

maximum week and maximum day

7. Provide future population, employment, housing units and future flow and load projections:

a. Show projected population, employment and housing units from latest MWCOG data, and

projected land use densities within the areas served by the Service Authority from Prince

William County Long Range Land Use Maps

b. Develop design storm and rainfall runoff (hydrologic modeling)

c. Develop average daily wastewater flows per housing/commercial units

d. Develop average and peak wastewater flows for data centers and other large industrial

customers (per square footage)

e. Develop industrial wastewater flow and load projections for the planning period.

f. Develop for the East and West systems for the 25-year planning horizon and build-out

condition (per Prince William County Long Range Land Use maps), including estimation

of wastewater flows and loads in areas served by septic systems:

i. total average daily flows, average daily maximum month flow, maximum day

flow and peak hourly flows

ii. loadings for the H.L. Mooney AWRF organics, suspended solids, nitrogen and

phosphorus of average day load, average day maximum month, maximum

week and maximum day

8. Confirm existing sewer model calibration

a. Provide description of calibration process for the existing sewer model

b. Provide recommendations to improve and enhance the existing sewer model

c. Document, analyze and confirm Supervisory Control and Data Acquisition (SCADA) and

existing pump characteristic data for all sewer lift stations

d. Evaluate and add key growth areas and areas not meeting current USM capacity standards

to the existing sewer model

e. Evaluate and add future projected flows to the existing sewer model

f. Provide a calibrated sewer model with projected flow scenarios

Page 46: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-5

9. Provide planning and evaluation criteria to determine sewer system deficiencies to include the

following:

a. Pipe flow (gravity system) – the target ratio for depth of flow at peak flow to pipe diameter

(d/D) is no greater than 0.80

b. Pipe velocity – the target is no less than 2.25 feet/second at average dry weather flow and

no more than10 feet/second during peak wet weather flow

c. Pumping capacity – the target pumping rate is no more than 80% of the firm capacity

(highest instantaneous pumping rate with the largest pump out of service) of each sewer

lift station

d. Reduce the need for sewer service support from other surrounding jurisdictions (i.e. City

of Manassas and Virginia American Water Company)

e. Provide a prioritized draft list of improvements

9. Existing Sewer System Evaluation

a. Using above criteria, identify areas that do not meet the planning criteria and provide

recommendations or solutions

i. Create maps of deficient areas and recommended solutions

ii. Provide current sewer system capacities per sewer sub-shed (gravity mains,

force mains, lift stations, etc.)

iii. Conduct renewal and replacement analysis for all sewer assets (Sewer lift

stations and all collection system assets included in the Sewer Model)

iv. Sanitary Sewer Overflow (SSO) predictions

v. Quantify levels of inflow and infiltration (I&I), and I&I removal benefits

vi. Planned/preventive maintenance support

10. Conduct H.L. Mooney AWRF evaluation using all resources available, including SA staff

(physical inspections, observations, workshops, studies, technical memorandums, etc.)

a. Identify future treatment and regulatory scenarios for planning to include but not

limited to:

i. More stringent effluent quality, for example TN = 1 mg/L and TP = 0.01 mg/L

ii. Additional level of treatment for emerging water constituents,

pharmaceuticals, microplastics

iii. Changes to solids disposal and reuse including more stringent air permit

regulations, banning of land application

iv. Security, operational resiliency, re-use and local neighborhood impacts

b. Identify, evaluate, screen and recommend liquid treatment processes under current

and future treatment scenarios

i. Review, calibrate and make necessary improvements to the full wastewater

treatment plant model. Simulate and evaluation current and future

Page 47: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-6

wastewater treatment alternatives, including options for high flow treatment

alternatives for storage and treatment including ballasted flocculation

ii. Use the dynamic hydraulic model of the headworks, and other areas of the

plant as available

iii. Analyze future capacity and treatment required and provide construction

phasing and cost of upgrades and conceptual layout of facilities meeting site

constraints

c. Identify, evaluate, screen and recommend solids treatment processes under current

and future treatment scenarios

i. Evaluate and screen disposal options for biosolids and ash, including regional

options for biosolids processing, with consideration of current regulations

and regulatory trends.

ii. Evaluate solids thickening, dewatering, treatment, storage and disposal

options including consideration of operational resiliency

iii. Provide construction phasing and cost of upgrades and conceptual layout of

facilities meeting site constraints.

d. Combine, evaluate and screen alternatives for liquids and solids upgrades, Provide a

recommendation for combined liquids and solids construction phasing with capital

and life cycle cost estimate, including consideration of the remaining useful life of

assets, and develop a conceptual layout of facilities meeting site constraints

10. Future Sewer System Requirements

a. Similar to the existing sewer system evaluation, this analysis incorporates future sewer

system flows (projecting out 25 years in 5-year increments plus build-out condition),

and provides recommendations for future projects to address future system deficiencies

i. Long term capacity planning

ii. Timing for additional treatment capacity requirements at UOSA

iii. Timing of capacity and treatment upgrades at H.L. Mooney AWRF

iv. Timing of current CIP projects and impacts to upstream and downstream facilities

v. Sewer System optimization (i.e. use of variable frequency drives (VFD),

equalization tanks, etc.)

vi. SSO predictions

vii. Impacts to infrastructure due to changes in land use policies and changes to

development densities

b. Evaluate stormwater treatment and Nitrogen/Phosphorous/Total Suspended Solids

(N/P/TSS) credit exchange with County – evaluate potential to own/operate stormwater

facilities (stormwater storage-treatment-reuse systems) if needed by the County’s

stormwater permit and credit allocations

Page 48: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-7

11. Based on the Master Planning results, prepare a prioritization of capital improvements. The

Service Authority intends to update its Replacement Fund Target Balance Model using the

deliverables from this project. Therefore, the organization and format of the deliverables must

be as directed by the Service Authority.

a. Develop unit costs for system infrastructure that corresponds to the inventory developed

in Work Package 1, A.3.

b. Summarize improvements identified during the Existing Sewer System Evaluation and

Future Sewer System Requirements

i. Identify short term (1-5 years), medium term (6-10 years) and long term projects

(11-25 years)

1. Phase projects to evenly spread expenditures over the planning horizon

2. Apply prioritization criteria to determine the most critical projects for

phasing purposes

3. Prepare tables showing timing, schedule, cost estimates and quarterly

cash flow

ii. Include previously identified CIP projects

iii. Develop costs for improvements, I&I mitigation

iv. Develop resource management plan

c. Develop costs for replacing assets

i. Develop remaining useful life (RUL) and maximum useful life (MUL) projections

for sewer system assets. Develop year-by-year projections of reinvestment costs to

repair and replace sewer system assets assuming RUL-to-MUL ratios of 10%, 20%

and 30%. No assets will be modeled as “run to fail”.

B. Water Master Plan

Selected firm(s) shall conduct interviews and meetings with key Service Authority staff responsible

for planning, managing and maintaining the water distribution system.

1. Review and evaluate available references/sources of information including but not limited

to:

a. Service Authority’s existing water model

b. Prince William County Long Range Land Use Policies and Comprehensive Plan,

including the Rural Area

c. Fairfax Water Master Plan/Capital Improvement Plan

d. Service Authority Utility Standards Manual (USM)

e. City of Manassas Water Master Plan/Capital Improvement Plan

f. Virginia American Water Company Water Master Plan/Capital Improvement Plan

g. MWCOG Population, Housing and Employment Forecasts

h. Feasibility Assessment of East-West Water System Redundant Supply Loop

i. Water Supply System, Study of Water Supply Alternatives

Page 49: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-8

2. Provide inventory of horizontal and vertical assets and associated attributes/capacities to

include the following:

a. Pressure zone boundary maps

b. Booster pump stations – number of pumps, best efficiency point, design head & flow,

location, pressure zone, construction date, etc.

c. Water storage tanks – overflow elevation, diameter, datum, location, pressure zone,

construction date, manufacturer, volume, etc.

d. Meter vaults – meter size(s), elevation, location, supply source, etc.

e. Pressure Reducing Valves (PRV) – size(s), pressure settings, location, elevation,

function, etc.

f. Distribution network, limited to mains 12” or greater

i. Table of pipelines by diameter, length, material, construction date

ii. Number of valves, hydrants, etc.

3. Provide a description of water supply sources and wholesale purchased capacities

a. Fairfax Water

b. City of Manassas

c. Future sources – new water treatment plant (Work Package II sub-task)

4. Provide/tabulate historical water purchases, consumption, and non-revenue water usage

a. Show prior 15 years of historical purchased data and number of customers (to the extent

that data is available)

vii. Show water purchases by month and by wholesale supply source (i.e. Fairfax

Water and City of Manassas)

viii. Determine historical average day, maximum day demands and peak hour

demands; develop average to maximum day peaking factors by pressure zone

and by distribution system (East & West)

b. Show prior 15 years of historical consumption data

ix. Show consumption data by pressure zone

x. Identify users (including City of Manassas and City of Manassas Park)

c. Develop non-revenue water usage percentage (water loss, fire protection, flushing)

xi. Using historical purchased and consumption data, show non-revenue water

by pressure zone and entire system

d. Conduct energy usage analysis – show prior 15 years of historical energy usage and

costs at booster pump stations and develop strategies to lower energy use/costs

5. Provide historical and future population, housing, employment and water demands

a. Show projected population, employment and housing units from latest MWCOG data,

and projected land use densities within the areas served by the Service Authority from

Prince William County Long Range Land Use Maps

b. Show projected population, housing and employment from MWCOG data

c. Develop gallons per capita per day (GPCD) and gallons per employee per day (GPED)

values from historical data, using population and production data

Page 50: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-9

d. Using GPCD, GPED, and other methods, develop future demands

e. Develop demands for large industrial water users (i.e. data centers, manufacturing

plants, etc.)

f. Identify Data Center overlay districts

g. Well water demand in the County

6. Model Calibration

a. Description of calibration process

i. Conduct hydrant flow and pressure tests

ii. Document and analyze SCADA data for pumps and tanks

7. Provide planning and evaluation criteria to determine system performance to include the

following:

a. System distribution pressures – target is 40 psi to 80 psi

b. Pipe velocity – target is less than 10 feet/second (under maximum day demand plus fire

flow)

c. Head loss – target is less than 4 feet/1,000 feet

d. Storage Capacity – tanks refill within 24 hours, storage volume per zone meets Virginia

Department of Health requirements

e. Pumping capacity – firm pumping capacity meets projected maximum day demands,

pumping rate within no less than 75%of the Best Efficiency Point

f. Fire flow availability – to meet Prince William County Design Construction Standards

Manual requirements to support future growth areas.

g. Water age – meets industry standards

h. Water quality – tank turnover and nitrification, dead-ends

i. Transients – no negative impacts to existing and future facilities

8. Provide evaluation of existing system

a. Using above criteria, identify areas that do not meet the planning criteria and provide

recommendations or solutions

i. Use the model to develop the following:

1. Maps of minimum and maximum pressures

2. Maps of high velocity areas in the system

3. Maps of fire flow availability at all hydrants

4. Maps of water age in the system

5. Graphics of tank cycling during maximum day demands

6. Graphics of pump cycling during maximum day demands

7. Maps of single source pipes

8. Maps of critical loop pipes (future loop closure projects)

ii. Perform calculations to determine the following:

1. Storage capacity

2. Pumping capacity

9. Future water system requirements

Page 51: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-10

a. Similar to the Existing System Evaluation, this analysis incorporates future system

demands (projecting out 25 years in 5-year increments), and provides recommendations

for future projects to address future system deficiencies

b. Specific areas to be investigated include:

i. East-West system interconnection – mitigate possible supply disruptions

from Fairfax Water

ii. Strategic initiatives (key customers, including but not limited to: hospitals,

data centers and dialysis centers) – reliability goals

iii. Reducing reliance on other utilities – improving service to developable areas

that border other jurisdictions

iv. Hoadly Road and Spriggs Road water main extension feasibility

10. Based on the Master Planning results, prepare a prioritization of capital improvements. The

Service Authority intends to update its Replacement Fund Target Balance Model using the

deliverables from this project. Therefore, the organization and format of the deliverables

must be as directed by the Service Authority.

a. Develop unit costs for system infrastructure that corresponds to the inventory developed

in Work Package 1, B.2.

b. Summarize all improvements identified during the Existing System Evaluation and

Future System Requirements

i. Identify short term (1-5 years), medium term (6-10 years) and long term

projects (11-25 years)

1. Phase projects to evenly spread expenditures over the planning horizon

2. Apply prioritization criteria to determine the most critical projects for

phasing purposes

3. Prepare tables to include timing, schedule, cost estimates and quarterly

cash flow

ii. Include previously identified CIP projects

iii. Develop costs for improvements

c. Develop costs for replacing assets in field.

i. Develop remaining useful life (RUL) and maximum useful life (MUL)

projections for water system assets. Develop year-by-year projections of

reinvestment costs to repair and replace water system assets assuming RUL-

to-MUL ratios of 10%, 20% and 30%. No assets will be modeled as “run to

fail”.

Work Package II

Water Source and Supply Evaluation

Conduct an evaluation of alternative sources of supply and associated permitting and regulatory

requirements, including but not limited to the following:

a. Construction of a new water treatment plant (groundwater and/or surface water)

b. Purchases from Virginia American Water Company

c. Additional purchases from City of Manassas and/or Fairfax Water

d. Groundwater recharge (for well systems)

Page 52: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page A-11

e. Feasibility of indirect re-use water from H.L. Mooney AWRF

Work Package III

Program and System Operation Evaluation

1. Conduct an evaluation of implementing new programs and alternative operations to include,

but not limited to the following:

a. Water and Sewer Energy Management Plan

b. Unidirectional Flushing Plan

c. Water and Sewer Financing options

d. Potential alternative water supply operations to improve efficiencies and reduce costs

including:

i. Relocating wholesale meters from FW06 to MS06

ii. Bypassing Stonewall Jackson BPS (F14)

iii. Combining pressure zones of similar hydraulic gradients

2. Evaluate and recommend methods to incorporate technology and innovations (artificial

intelligence) in to our planning and operations to improve customer experience.

3. Consultant may propose other Master Planning ideas that are not included but may add value.

Page 53: REQUEST FOR PROPOSALS (RFP) TITLE: Master Planning: … SA1911 Master... · SUBMIT ONE (1) ORIGINAL, FIVE (5) COPIES & ONE (1) USB THUMB DRIVE OF YOUR PROPOSAL TO: MAILING ADDRESS:

RFP SA-1911 Master Planning: Sewer, Wastewater Treatment, Water, and Water Supply Page B-1

ATTACHMENT B REQUIRED INSURANCE LIMITS

Coverage Required Minimum Limits

1. Workers’ Compensation and Employers’

Liability:

Statutory Limits of the

Commonwealth of VA:

Admitted in Virginia Yes

Employers’ Liability $500,000

All State Endorsement Statutory

2. General Liability $1,000,000 Combined Single Limit

Bodily Injury and Property Damage

Each Occurrence Contractual Liability

Personal Injury

3. Automobile Liability $1,000,000 Combined Single Limit

Bodily Injury and Property Damage

Each Occurrence Owned, Hired & Non-Owned

Personal Injury

4. Service Authority named as additional insured on General Liability Policies

(This coverage is primary to all other coverage the Service Authority may

possess.)

5. 30 Day cancellation notice required.

6. Professional Liability $2,000,000 per Occurrence,

$6,000,000 Aggregate

7. Best’s Guide Rating A-VII or Better, or Equiv.

8. The Certificate must state Contract No. RFP SA-1911