for pre-bid meeting presentation

29
PLANT FIBER OPTIC NETWORK REPLACEMENT PROJECT CONTRACT NO. 4240 Mandatory Pre-Bid Meeting February 26, 2015 (Thursday)

Upload: votuong

Post on 10-Feb-2017

223 views

Category:

Documents


2 download

TRANSCRIPT

PLANT FIBER OPTIC NETWORK

REPLACEMENT PROJECT CONTRACT NO. 4240

Mandatory Pre-Bid Meeting

February 26, 2015 (Thursday)

Meeting Objective

• General overview and introduction to the FOR Project

• Contract Documents and Addenda dictate

• Any bidder’s requests for clarifications/changes shall

be in writing via email to [email protected]

• Any clarifications/changes impacting the documents

will be issued as addenda

Agenda

• Introductions

• EchoWater Project Overview

• FOR Project Overview

• Owner Controlled Insurance Program (OCIP)

• Wage Requirements

• Proposed Products Form

• Site Access/Security

• Training

• Scheduling Requirements

• NTP

• Site Tour Logistics

Introductions

• Vick Kyotani – Program Manager

• Theresa Rearick – Project Manager

• Ronald Kwok – District Engineering

• CMID - Construction Manager

EchoWater Project Overview

• Site Preparation (SP)

• Flow Equalization Basins (FEQ)

• Disinfection Chemical Storage & Feed System (DCS)

• Nitrifying Sidestream Treatment (NST)

• RAS Pumping System (RAS)

• Building Relocations (Bufferlands)

• Main Electrical Switchgear Expansion (MESE)

• Fiber Optic Network Replacement (FOR)

• Biological Nutrient removal (BNR)

• Tertiary Treatment Facility (TTF)

EchoWater Project Layout

Key EchoWater Project Milestones

Project Approval to

Advertise Bid Due Date

Construction

NTP

Complete Construction

(including start-up and

testing)

Site Preparation 12/10/14 2/10/15 3/12/15 9/15/16

Flow Equalization 12/10/14 2/5/15 3/11/15 2/28/18

Bufferlands Building 12/10/14 1/29/15 3/16/15 2/8/16

Plant Fiber Optic Cable Network

Replacement 2/11/15 3/19/15 4/8/15 1/22/16

Disinfection Chemical Storage 6/10/15 7/16/15 9/14/15 10/17/16

Return Activated Sludge Pumping 3/25/15 5/21/15 6/23/15 7/11/19

Nitrifying Sidestream Treatment 5/13/15 7/17/15 11/9/15 8/10/17

Main Electrical Substation

Expansion 5/13/15 6/18/15 7/22/15 2016

Biological Nutrient Removal/Primary

Effluent Pumping Station 10/28/15 2/5/16 4/16/16 12/20/20

Tertiary Treatment Facilities 7/24/17 11/22/17 1/18/18 11/9/22

FOR Project Overview

• Description of Work

• Storm Water Pollution Control

• Contractor and Subcontractor Qualifications

• Work Restrictions/Coordination

• Project Milestones/Liquidated Damages

• Available Support Documentation

• Addenda

FOR Description of Work • Five (5) main fiber optic panels, each housing multiple 144-fiber

termination subpanels

• Ten (10) 48-fiber termination panels at locations within the existing

facility

• Installation of 2-96 strand single mode fiber optic cables between the

5 main panels (5 segments)

• Installation of 48-strand single mode fiber optic cables to the remote

panels (10 segments)

• Installation of two replacement hybrid multimode/single mode fiber

optic cables

• Installation of jumper cables per Contract schedule

• Underground ductbank between the Maintenance and Administration

Buildings

• Installation of conduits and cable tray

• Installation of 5 Owner furnished Cisco switches

Storm Water Pollution Control

• Section 01 57 23

• Water Pollution Control

Plan (WPCP) required

• BMPs required

• Project will not require an

NOI, WDID, or use of the

State SMART system

Contractor & Subcontractor Qualifications

• Contractor Qualifications

– Spec Section 00 45 13 requires C-7 license

• Subcontractor Qualifications

– Spec Section 00 45 15 requires C-10 license

• Exception will be added by Addendum:

• Contractor can meet 00 45 15

• Subcontractor can meet 00 45 13

Work Restrictions/Coordination

• Spec Section 01 14 00 – Work Restrictions

– Milestones and Constraints

– Concurrent EchoWater Project Construction

• Flow Equalization Basins (FEQ)

• Site Preparation (SP)

• Bufferlands Building

• Disinfection Chemical Storage (DCS)

• Main Electrical Substation Expansion (MESE)

– Coordination with Plant Operations

Project Milestones/Liquidated Damages

Contract

Milestone Substantial Completion Date LD’s

1 November 1, 2015 $2,000 per day

2 January 22, 2016 $7,000 per day

Section 01 14 00 and Section 01 14 20

Warranty – 1 Year from Field Acceptance of ALL WORK.

Available Support Documentation

• Spec Section 00 21 13 – Instructions to Bidders

https://www.dropbox.com/sh/tp05cet7hoauhxp/AADPNz

oJADQMXTR_aqIUCYR0a?dl=0

o Drawing CAD files

o OCIP Procedures Manual

o Pre-Construction Schedule

Addenda

• Addendum No. 1 to be issued 3/2/15

• Addendum No. 2 (if needed) will be

issued 3/9/15

Owner Controlled Insurance Program (OCIP)

• OCIP covers: – Workers’ Compensation, Employers’ Liability, General Liability and Excess

– District will provide Builder’s Risk and Contractor’s Pollution Liability

• OCIP does not cover: – Hazardous waste abatement contractors or companies without on-site

dedicated payroll

• All contractors are required to exclude insurance costs for coverages provided by Regional San

• OCIP Safety Program Key Requirements – OCIP Safety Manual, Specs Appendix A

• 6 ft. fall protection, Section 12

• Project Orientation, Section 1.11

• Drug Screening, Section 1.11 and 5.3

• Full-time dedicated safety manager required for GC, Section 1.3 and 1.5

• Subcontractors required to assign designated safety representative, Section 1.4 and 1.5

• Return to Work Program, Section 4.2

Wage Requirements

• Spec Section 00 21 13 – Instructions to Bidders

– Pursuant to Section 1770, and following, of the California

Labor Code, the Contractor shall pay not less than the

prevailing rate of per diem wages as determined by the

Director of the California Department of Industrial Relations.

– Copies of the prevailing rate of per diem wages are on file at

the office of the Sacramento County/Labor Compliance

Section

Proposed Products Form

• Spec section 00 43 33

lists equipment that

the contractor shall

identify the

manufacturer/ supplier

with the bid.

Site Access/Security Site Access:

Franklin

Blvd/Sims Rd

Entrance and

Main Gate

Security:

All onsite

Contractor and

Subcontractors

will be badged

Training

• Plant Orientation

• Safety

• Environmental

• PMWeb

– Submittals

– RFIs

– Access Requests

– Daily Reports

– Pay Requests

PMWeb

• Comprehensive web based project management system.

• Required for use by contractor, District, engineer, and CM personnel for construction management.

• District will supply program licensing, training and tech support.

• As PMWeb is used for transmission of all construction correspondence, RFIs, submittals, etc. it is strongly recommended that personnel authoring these be trained in the software.

PMWeb

Scheduling Requirements

• Spec Section 01 32 16 – Construction Progress

Schedule

• Pre-Construction Scheduling Conference within 5

calendar days after NTP

• Payment tied to schedule

NTP Schedule

• Bid Opening – March 19, 2015

• Approval to Award – April 8, 2015

• Documents Required for NTP

o Signed/Executed Agreement

o Bonds

o Insurance Certificates

• Contractor NTP – May 8, 2015

• Training & Enrollment in OCIP required for onsite work

• District Access Requests (01 14 16)

NTP Schedule

• Bid Documents – No pre-qualifications required

– Contract Allowances - 1 stated with preset $ Amount

• Bid Form (00 41 00)

• Bid Form – Stipulated Sum (Single-Prime Contract) (00 41 13)

• Bid Security Form (00 43 13)

• Proposed Products Form (00 43 33)

• Proposed Subcontractors Form (00 45 12)

• Bidder’s Information (00 45 12)

• Noncollusion Affidavit (00 45 19)

NTP Schedule

• Three apparent low bidders shall submit the following no

later than 4 pm on the third business day following bid

opening (00 41 00):

– Bidder’s Qualifications (00 45 13)

– Bidder’s Safety Performance (00 45 14)

– Bidder’s Subcontractor Qualifications (00 45 15)

– Iran Contracting Act Disclosure Form (00 45 41)

– Certification of Exclusion of OCIP Insurance Costs Form (00 73 16)

Site Visit Logistics

• Site Tour is part of Mandatory Pre-bid Meeting

• Stop 1: Administration Building

• Stop 2: PCC Annex

• Stop 3: ACC 1

• Stop 4: ACC 14

• Stop 5: Maintenance Building

• Stop 6: Return to Administration Building

Thank You.

Any Questions?