(CMAR) for Water Treatment at Reverse Osmosis Unit Site on Woodland

Agency: St. John the Baptist Parish
State: Louisiana
Level of Government: State & Local
Category:
  • 46 - Water Purification and Sewage Treatment Equipment
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD11467907546581879
Posted Date: Jan 17, 2024
Due Date: Mar 5, 2024
Solicitation No: 2024.04
Source: Members Only
(CMAR) for Water Treatment at Reverse Osmosis Unit Site on Woodland

Closing date

March 05, 2024, 09:45 AM

  • Reference number 2024.04
RFQ Package (PDF, 416KB) A Mandatory Pre-Submittal Conference will be held at the St. John the Baptist Parish Governmental Complex, Council Chambers, 1811 West Airline Highway, LaPlace, LA on February 7, 2024 at 1:00 P.M.
Contact details
Peter Montz
985-652-9569

Attachment Preview

ST. JOHN THE BAPTIST PARISH
PURCHASING & PROCUREMENT DEPARTMENT
1811 W. Airline Highway
LaPlace, LA 70068
REQUEST FOR QUALIFICATIONS (RFQ)
FOR
CONSTRUCTION MANAGER AT RISK SERVICES
FOR
WATER TREATMENT AT REVERSE OSMOSIS
UNIT SITE ON WOODLAND DRIVE
Submittal No. RFQ.2024.04
Closing Date: March 5, 2024 at 9:45 A.M. Local Time
SUBMITTALS
Submittals are due on or before the exact closing date and time. Submittals received
after the exact closing date and time will NOT be considered. If hand delivering, please
allow enough time for travel and parking to submit by the closing date and time.
The response (including copies) must be submitted in a sealed envelope or package
clearly marked with the Respondent’s name and address, and “RFQ 2024.04 CMAR
for WATER TREATMENT AT REVERSE OSMOSIS UNIT SITE ON WOODLAND DRIVE”.
The RFQ package may be submitted electronically at centralbidding.com
Publish:
L’Observateur:
January 17, 2024
January 24, 2024
January 31, 2024
FOR FURTHER INFORMATION CONCERNING THIS RFQ, PLEASE CONTACT:
Peter Montz, Purchasing & Procurement Department
Phone: (985) 652-9569
E-mail: p.montz@stjohn-la.gov
QUESTIONS AND COMMENTS MUST BE SUBMITTED NO LATER THAN 10:00 A.M. FEBRUARY 20, 2024.
REQUIRED SIGNATURE PAGE FOR SUBMITTALS
This page, signed by an authorized officer of your Company, must accompany your submittal as the cover page.
I, the undersigned, having carefully examined the Request for Qualifications, propose to furnish services in
accordance therewith as set forth in the attached submittal.
I hereby certify that this submittal is genuine and not a sham or collusive submittal, or made in the interests or on
behalf of any person not therein named; and I have not directly or indirectly induced or solicited any Respondent or
supplier on the above work to put in a sham submittal or any person or corporation to refrain from submitting a
submittal; and that I have not in any manner sought by collusion to secure to myself an advantage over any other
Respondent(s) or person(s).
In order to induce the Parish to consider this submittal, the Respondent irrevocably waives any existing rights which
it may have, by contract or otherwise, to require another person or corporation to refrain from submitting a
submittal to or performing work or providing supplies to St. John the Baptist Parish, and Respondent further
promises that it will not in the future directly or indirectly induce or solicit any person or corporation to refrain from
submitting a bid or submittal to or from performing work or providing supplies to St. John the Baptist Parish.
Please type or print legibly the information below.
Respondent hereby acknowledges receipt of the RFQ and agrees to Terms and Conditions set forth in this RFQ.
RESPONDENT INFORMATION
Firm Name: ____________________________________________________________________
Address: __________________________ City/State/Zip: _____________________________
Phone No.: ________________________ Fax No.: ___________________________________
AUTHORIZATION TO SUBMIT (must be signed):
By: ______________________________ ___________
Signature
Offer Date
____________________________
Printed Name
Primary Contact Person (If other than above):
Name: __________________________ Phone No: ______________ Fax No: ______________
Title: ___________________________ E-mail Address: _______________________________
____________________________________________________________________________________________
If this submittal is being submitted on behalf of an agent/broker, please complete section below:
Submitted on behalf of: __________________________________________________________
Phone No: ____________________________ Fax No: _________________________________
E-mail Address: _________________________________________________________________
FOR CONSIDERATION AS A RESPONSIVE SUBMITTAL, THE FOLLOWING IS REQUIRED:
1) All information on this Request for Qualifications cover page must be completed.
2) This cover page must be signed with an original signature.
3) Submittals are due on or before the exact closing date and time. Submittals received
after the exact closing date and time will NOT be considered. If hand delivering, please
allow enough time for travel and parking to submit by the closing date and time.
1.0 INTRODUCTION
REQUEST FOR QUALIFICATIONS
St. John the Baptist Parish (SJBP) wishes to proceed with design and construction of the Water Treatment
at Reverse Osmosis Unit Site on Woodland Drive project using the Construction Management at Risk
(CMAR) project delivery method in accordance with Louisiana Revised Statute 38:2225.2.4. SJBP is
soliciting proposals for Construction Manager at Risk Services and possibly construction of the Water
Treatment at Reverse Osmosis Unit Site on Woodland Drive (the “Project”).
CMAR Contractor services associated with the RFQ are for Pre-Construction and Construction Phases of
the Project as described herein and detailed in Exhibit A.
2.0 USE OF CMAR METHOD
St. John the Baptist Parish intends to use the CMAR delivery method for the Project, as authorized by
Louisiana law pursuant to L.R.S. 38:2225.2.4. Use of the CMAR delivery method for this Project is in the
public interest and beneficial reasons including, but not limited to, the following:
• The method allows the CMAR Contractor to collaborate with the design engineer beginning
early in the design phase, allowing proactive identification and resolution of potential constructability,
schedule and quality issues prior to initiating construction;
• The method allows construction planning activities, including sequencing, phasing, scheduling,
and procurement planning to begin during design phase, allowing opportunities for a shorter
construction schedule and lower project costs;
• The method will facilitate completion of the Project within the established budget and an agreed
upon Guaranteed Maximum Price (GMP) as required by law; and
• The method will facilitate completion of the Project within an agreed upon maximum
construction duration.
This method provides the ability to pre-purchase long lead time items associated with the project.
3.0 DEFINITIONS
“CMAR” means construction management at-risk as defined in L.R.S. 38:2225.2.4.
“CMAR Contractor” means the construction management at-risk contractor who will be awarded a
contract to provide Pre-Construction services associated with the Project and may be awarded a contract
to provide construction and construction management services for the Project.
“SJBP” means St. John the Baptist Parish .
“Design Team” means the team of CDM Smith, Inc and sub-consultants selected to provide engineering
and design services for the Project.
“Guaranteed Maximum Price” or “GMP” means the not-to-exceed cost of construction of the
Project, to be determined by and between SJBP and the CMAR Contractor during the Pre-Construction
Phase.
“Key Personnel” means personnel essential to successful performance of the services to be provided
by the Respondent.
“Program Team” means SJBP and support staff from Digital Engineering responsible for management of
the Program.
“Project” means the Water Treatment at Reverse Osmosis Unit Site on Woodland Drive project.
“Request for Qualifications” or “RFQ” means this Request for Qualifications seeking a CMAR Contractor
for the Water Treatment at Reverse Osmosis Unit Site on Woodland Drive, including all enclosures,
attachments and addenda.
“Respondent” means any firm, entity, or joint venture that submits a Statement of Qualifications
(SOQ) in response to this RFQ.
“Selection Review Committee” means the group of individuals selected by SJBP to review the SOQs,
score the Respondents and recommend award in accordance with L.R.S. 38:2225.2.4.
“Statement of Qualifications” or “SOQ” means a submittal of information by a Respondent in
response to this RFQ.
4.0 PROJECT BACKGROUND AND DESCRIPTION
St. John the Baptist Parish (SJBP) owns and operates the Woodland Drive Membrane Water Treatment
Plant (MWTP), located in St. John Water District #3, and identified with PWS ID 1095007. The Woodland
Drive MWTP is a reverse osmosis (RO) membrane facility that treats groundwater from the Abita Aquifer
System, which is part of the Evangelin Equivalent Aquifer System. Raw water for Woodland Drive MWTP
originates from two (2) active production wells know as Ruddock Wells No. 1 and No. 2, which are located
approximately 9 and 8.5 miles north of the Woodland Drive MWTP, respectively. Due to the distance, the
water from the well is collected in a storage tank and repumped to the Woodland Drive MWTP.
Due to past hurricane events, the raw water supply source to the Woodland Drive MWTP, has experienced
interruptions, causing disruptions in finished water supply. The Parish has decided to switch the raw water
source from the Ruddock wells to surface water from the Mississippi River. The Conceptual Engineering
of Mississippi River Water Source for LaPlace from May 2015 evaluated alternative improvements that
would tap into the Mississippi River to provide a more reliable water supply to the service area. The report
recommended the following modifications to increase the resiliency of the Woodland Drive MWTP and
water distribution system:
A new water intake pump station at the Mississippi River,
New gravity clarifiers and sludge return line near the MS River,
New clarified water transmission main to the Woodland Drive MWTP, and
Modifications and upgrades to the Woodland Drive MWTP.
This advertisement for CMAR services is for the Modifications and upgrades to the Woodland Drive MWTP
portion of the proposed water system.
The Design Team has submitted a Basis of Design which included reports and Preliminary Drawings which
are available for viewing at the following link:
https://deiinet-
my.sharepoint.com/:f:/g/personal/digital_deii_net/Ev5FhFwNII9AlEmqapj5ebQBPT773f7RSVwmX6p9Ei
nqpA?e=8voEUl
The CMAR Contractor will collaborate with the Design Team throughout the Pre-Construction Phase
and have responsibility for constructability and value engineering review, cost estimating and cost control,
scope management, construction schedule development, and design of temporary works as fully
described in the Pre-Construction Services section of the CMAR Scope of Services (Exhibit A).
Before or upon completion of final design, the CMAR Contractor will provide a GMP Proposal as described
in the CMAR Scope of Services (Exhibit A). If SJBP and CMAR Contractor reach an agreement on GMP,
SJBP will award the contract for the Construction Phase to the CMAR Contractor. If, after negotiation, SJBP
is unable to reach a GMP agreement with the CMAR Contractor, SJBP will advertise the project for public
bid in accordance with L.R.S. 38:2225.2.4 and the CMAR Contractor will not be eligible to bid the project.
5.0 CONTRACT ELIGIBILITY
By submittal of its Statement of Qualifications (SOQ), the Respondent acknowledges and will comply
with the following exclusions pertaining to contract eligibility on this Project:
The Design Team (prime and subcontractors) for the Project will not have a role on the CMAR
Contractor team (prime or subcontractors) for the Project.
The Program Manager for the Project will not have a role on the CMAR Contractor team (prime or
subcontractors) for the Project.
6.0 CMAR PRE-CONSTRUCTION FEE AND ESTIMATED CONSTRUCTION COST
The total compensation payable to the CMAR Contractor for performance of Pre-Construction Phase
services is estimated to be $130,000. The Respondent’s SOQ will confirm its ability to perform
Pre-Construction services for the stated total compensation, in accordance with the attached Pre-
Construction CMAR Scope of Services (Exhibit A), or indicate additional compensation determined to be
required by the Respondent as outlined herein.
The preliminary estimated cost of construction for the Project is $26 Million, which includes contingencies.
Information included in the Respondent’s SOQ pertaining to bonding capacity and self-performance
percentage is to be based on a $26 Million construction cost.
7.0 SUBMITTAL REQUIREMENTS AND EVALUATION CRITERIA
Respondents should submit a SOQ that highlights the experience record of successful implementation
of large-scale civil works projects of similar size and complexity performed by the Respondent. SJBP
and the Selection Review Committee, as described in Section 9.0, will review the SOQs in an effort to
select a CMAR Contractor that displays a successful history of Pre-Construction and Construction Phase
services, a thorough understanding of the Project and delivery method, and a track record with CMAR and
similar project implementation processes on projects of similar size and complexity. The submittal should
meet the following requirements as outlined below.
A. Business Organization, History, and Financial Condition
B. Experience & Qualifications of Key Personnel
C. Relevant Project Experience
5 Points
40 Points
30 Points
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >