tuolumne utilities district - home | tud · tuolumne utilities district 18885 nugget blvd sonora,...

12
Tuolumne Utilities District 18885 NUGGET BLVD SONORA, CA 95370 P 209-532-5536 www.tudwater.com Request for Proposals Phoenix Lake Restoration and Preservation Project Construction Management Services ATTN: Gaddiel DeMattei, P.E. Issued: November 25, 2019 Associate Engineer Due Date: January 17, 2020 By 2:30PM (209) 532-5536 Ext. 519 [email protected]

Upload: others

Post on 14-Jun-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Tuolumne Utilities District 18885 NUGGET BLVD SONORA, CA 95370

P 209-532-5536 www.tudwater.com

Request for Proposals

Phoenix Lake Restoration and Preservation Project Construction Management Services

ATTN: Gaddiel DeMattei, P.E. Issued: November 25, 2019 Associate Engineer Due Date: January 17, 2020 By 2:30PM (209) 532-5536 Ext. 519 [email protected]

T u D

Request for Proposals

PUBLIC NOTICE IS HEREBY GIVEN that the Tuolumne Utilities District (District) in Tuolumne County, isaccepting Proposals for providing Construction Management (CM) services for the Phoenix LakeRestoration and Preservation Project. Proposals are to be submitted to the District's Administration Officeat 18885 Nugget Blvd., Sonora, CA 95370 by 2:30pm (PST) January 17,2020. The full Request for Proposals(RFP) is available on the District's website at: https://tudwater.com/development-services/bids/

Respectfully Requested,

/A)<^TGaddielDeMattei,P.E.Associate Engineer

Tuolumne Utilities District

Phoenix Lake Restoration and Preservation Project

Request for Proposals for Construction Management Services

Introduction The Tuolumne Utilities District (TUD) is a water and wastewater utility serving nearly 44,000 residents in

Tuolumne County. The District’s service area ranges from 1,200 feet in elevation up to over 4,000 feet

and is centered along the Highway 108 corridor.

TUD invites qualified firms to provide proposals for Construction Management services for the Phoenix

Lake Restoration and Preservation Project.

RFP Schedule The Request for Proposals schedule is as follows:

• November 25, 2019 Date RFP issued

• January 10, 2020 Deadline for request for clarification and questions

• January 17, 2020, 2:30 pm Deadline for Proposal submission

District Point of Contact The District’s primary contact for this Request for Proposals is:

Gaddiel DeMattei, P.E. Associate Engineer (209) 532-5536 Ext. 519 [email protected]

Project Background Phoenix Lake Reservoir is an 88‐acre water storage reservoir located near Sonora, California. The

reservoir is primarily used as a drinking water source for the communities of Sonora, Jamestown, Scenic

View, and Mono Village. The reservoir also serves as a fill source for California Department of Forestry

and Fire Protection (CAL FIRE) helicopter operations, is a scenic and ecologically important aquatic

habitat, and is used for non‐motorized, non‐contact recreation by the communities surrounding the

reservoir.

Since construction, the reservoir’s water storage capacity has decreased substantially due to

sedimentation. While the storage capacity of the reservoir is 850 acre‐feet (ac‐ft), the current capacity is

only 600 ac‐ft. Reduced reservoir capacity affects the water quality at Phoenix Lake, which is marginal at

times and is declining due to nutrient inputs, sedimentation, and proliferation of exotic invasive aquatic

vegetation. The District was awarded funding through Integrated Regional Water Management (IRWM)

grant from the California Department of Water Resources (DWR) to remove sediment from the

reservoir. The primary goals of the proposed project are to restore drinking water storage capacity,

improve water quality, and enhance wetland functions.

Implementation of the proposed project would increase the water supply reliability and improve water

quality for the Districts largest water system, serving more than 10,000 customers, as well as

commercial and agricultural users.

The District will dredge between 300,000 cubic yards (CY) and 500,000 CY of sediment material out of

Phoenix Lake Reservoir and place the spoils on adjacent orchard land. The current construction estimate

is approximately $4,000,000.

The District is seeking a qualified CM consultant to be the main point of contact between the District

and all parties involved in the construction project which are shown in Table 1 below.

Table 1: Parties Involved with the Construction Project

Party Hired By Company Name Role

Permitting Consultant

District Horizon Obtain required permits

Design Consultant

Horizon Water and Environment

PACE Engineering Produce Plans and Specifications

CM Consultant District TBD Manage Construction Project

Contractor District TBD Construct the project

SWPPP QSD/QSP*

District Condor Earth Technologies

Develop SWPPP and inspect during construction

Labor Compliance Consultant

District Contractor Compliance and Monitoring, Inc.

Ensure Labor Compliance

Biological Consultant

CM Consultant TBD Perform preconstruction surveys and on-going monitoring during construction

Fish Relocation Consultant

CM Consultant TBD Capture and relocate fish, as needed.

*Storm Water Pollution Prevention Plan (SWPPP), Qualified SWPPP Developer (QSD), Qualified SWPPP

Practitioner (QSP)

Project Location The project is located in the County of Tuolumne, California at the Phoenix Lake Reservoir approximately

3.5 miles east of the City of Sonora. The reservoir is surrounded by private residences with public

roadway access available from Lori Lane. The primary route for all heavy equipment to access the site

will be via Lyon’s Bald Mountain Road and Apple Hill Drive. See the attached vicinity map showing the

location.

Project Description A draft planset for the project is included in Attachment A. The planset may be modified after the

release of this RFP. Proposers should base their proposals on information provided in this RFP. The

construction project will include:

• Developing required work plans

• Dewatering the reservoir

• Constructing temporary water bypasses

• Wetland delineation and protection

• Vegetation removal

• Constructing temporary and permanent

haul and maintenance roads

• Dry dredging using land-based

equipment

• Installation of stormwater BMPs

• Possibly wet dredging using water-

based equipment

• Shaping and grading individual pools

and areas per the grading plan

• Constructing 3 inlet transitions

• Constructing sediment berms and bars

• Clearing and grubbing Apple Orchard

• Placing and compacting dredged

material on adjacent orchard land.

List of Permits Obtained The following is a list of the permits obtained for the project. The consultant shall be responsible to

know the requirements of all the permits and to assist the District in enforcing them:

1. California Central Valley Regional Water Quality Control Board Clean Water Act Section 401

Water Quality Certification (WDID#5B55CR00117)

2. California Fish and Wildlife (CDFW) Streambed Alteration Agreement (1600-2018-0022-R4)

3. U.S. Army Corps of Engineers Clean Water Act Section 404 Permit

Scope of Work

Task 1: Administration

The Consultant shall administrate the project on behalf of the District. The Contract Documents require

that the prime contractor place a field office at the construction site, and that the field office includes

one space for a work area for the CM Consultant. Power will be provided, but not an internet

connection. Another work station will also be provided during District business hours (7:00 am to 4:00

pm 5 days per week) for the CM Consultant at the District’s Administration Office (18885 Nugget Blvd.,

Sonora, CA 95370) which will include a high-speed internet connection and wi-fi. Administration tasks

shall include:

1. Attend a pre-proposal meeting during bidding and the pre-construction meeting.

2. Weekly meetings with all parties

a. Meeting agenda and minutes shall be prepared by the Consultant and distributed to all

parties. Minutes shall include action items and identify the party responsible

3. Review of Contract Change Order (CCO) request and make recommendations to the District.

4. Preparation of CCOs for District approval using the format shown in Attachment C.

5. Communications between the District, the Contractor, and all parties

a. Consultant shall document and file all correspondence in such a manner that they can

easily be found by the District at a later date

6. Coordination with SWPPP Consultant

a. Condor Earth Technologies, Inc. is under contract as the QSD and QSP. See Attachment

D for the draft SWPPP. The Consultant shall work closely with Condor to ensure that the

SWPPP is being implemented correctly. Proposers should note that there is a distinction

between the storm water quality that Condor will be monitoring, and the water quality

in the streams and reservoir that the Consultant will be monitoring. See Task 4b. Condor

will report to the CM Consultant on a day to day basis, Including submission of SWPPP

reports to the CM Consultant for review. The CM Consultant shall also review and

approve Condor’s invoices prior to District approval of the invoice.

7. Schedule monitoring

a. Communicating with regulatory agencies regarding the schedules

8. Certified Payroll Coordination

a. Consultant shall coordinate with the Certified Payroll Consultant to ensure that payroll

records reflect the labor being performed in the field. This will include facilitating field

interviews that the Certified Payroll Consultant performs and ensuring that the

Contractor is submitting required information to the Certified Payroll Consultant.

Task 2: Submittal Review

The Consultant shall review all submittals from the Contractor and ensure that they are meeting

requirements in the Specifications. If the Consultant determines that specifications are being met, the

Consultant shall approve submittals. If alternate materials are being submitted, the Consultant shall

make a recommendation of approval or rejection to the District.

Task 3: Daily Inspection

The Consultant shall provide daily inspection of the work during construction activity to ensure

compliance with the permits and Specifications. Written daily inspection reports shall be submitted to

the District within 3 days that the work occurred. The reports shall include pictures of major activity and

all deficiencies in the work. Reports shall include a list of construction personnel working each day and

of equipment being used. The report shall be specific enough to derive the cost of Force Account Work

(time, equipment, and materials) should the need arise. An example of a daily report form is attached as

Attachment E. Each report shall contain a minimum of the information in the example.

Inspectors shall track construction quantities that are listed in the Bid Schedule to ensure that the

Contractor is paid correct amounts. The draft Bid Schedule is found in Attachment B. Several bid items

will be paid by the cubic yard or square foot. Specifically, the CM Consultant shall track the cubic yard

quantity being hauled out of the reservoir. The method of tracking this may include counting truck loads

hauled out, or Consultant may propose alternative methods. This quantity is the single most important

quantity to track accurately, because it will be the largest pay item of the project.

Proposers should be aware that more than one inspector may be required at times to inspect the work.

For example, one inspector may need to track bid quantities, while another counts trees that are being

cut down (see Task 4a below), while another monitors water quality.

Task 4: Enforcement of all Specifications and Permit Requirements

The Consultant is responsible to ensure that all aspects of the work are performed in accordance with

the plans, specifications, and regulatory permits. These documents include, but are not limited to:

• The project plans – Attachment A

• The project specifications – Attachment B

• The CDFW 1602 permit – Attachment F

• The USACE 404 Permit – Attachment G – Not included

• The RWQCB 401 Certification – Attachment H

• The Biological Assessment – Attachment J

• Mitigation Monitoring and Reporting Program (MMRP) – Attachment K

The USACE has not been obtained as of the release date of this RFP. Consultants shall assume that the

requirements in the 404 permit will not add additional work to the project. A contract amendment will

be made, if needed.

A general, non-exhaustive list of the requirements stipulated in all the permits can be found in

Attachment L. The Consultant shall be familiar with all permits to ensure implementation of all the

requirements.

Task 4a: Biological

The Consultant shall provide qualified personnel and equipment required to perform tasks

related to the biological requirements in the permits and specifications. These tasks include:

• Training of Construction Personnel

• Performing Biological Surveys

o Preparing reports of the surveys and sending the results to the appropriate

regulatory agencies

• Prepare a fish relocation plan and submit it to the District and the regulating agencies

• Relocating fish and turtles

o Maintain a record of fish rescue

o Submit the record to the CDFW

• Recording the species, diameter at breast height (DBH), and general location of trees or

shrubs greater than 4” (DBH)

• Ensure Contractor is removing trees capable of supporting bats in accordance with

regulating permits

Task 4b: Stream and reservoir water quality

The project specifications require that the Contractor monitor the water quality and meet the

requirements set in the permits. Consultant shall ensure that Contractor is not violating any

regulations regarding water quality. This work may include the following in order to “spot

check” the Contractor:

• Collecting baseline turbidity samples at the required locations

• Collecting hourly turbidity samples when required

• Collecting pH samples at appropriate times and locations

• Reporting all required information to the appropriate regulatory agency

Task 5: Pay Request Review

The Consultant shall review all pay requests and confirm the quantities being claimed. If the Consultant

finds discrepancy in the pay request and the actual quantities that were incorporated into the work, the

Consultant shall discuss the quantities with the contractor. The Consultant shall then prepare the pay

authorization using the District’s Payment Form ( Attachment M) and recommend the payment amount

for the District to authorize.

Task 6: Represent the District to the Public

The Consultant shall act as a liaison between the District, the Public, and the Contractor. The Consultant

shall maintain a log of communications with adjoining property owners and the general public. The

Consultant shall be prepared to help mediate conflicts as they arise and effectively manage various

stakeholders around the lake. The District’s project manager will be the primary lead on any issues that

cannot be resolved in the field. To accommodate this task, the Consultants shall provide a cell phone

and business cards to the field personnel that is on site full time. That cell number shall be given to the

public by the Consultant and by the District on an “as needed” basis, but will not be widely publicized by

the District.

Evaluation Criteria Proposals shall be evaluated by District staff on the following weighted criteria:

Criteria Weight

Approach to Work 25

Demonstrated Experience of Personnel and Qualified Professionals

25

Experience with Similar Work 35

References 15

Proposal Requirements The project firm or team shall provide a brief narrative of their understanding of the scope of work, their

approach to the project and a detailed list and description of the tasks to be performed.

Approach

Consultants will provide a narrative describing the approach to the project, the sequence of events to be

undertaken, and the method of keeping the District informed on the progress and cost of the project.

Project Team

Consultants will identify the persons within the project team assigned to this work, provide an

organizational chart for this project, and include a resume of the key personnel involved, including

definition of roles and experience on similar projects. Consultants will discuss the potential for key

personnel that could later be assigned to other projects at the expense of this project. Key project

personal shall not be assigned away from this project without District approval.

Consultant's Experience

Consultants will demonstrate the project team’s knowledge and experience in the fields of construction

management and environmental services. Consultants will submit a list of similar projects completed

within the last five years, in terms of scope and complexity, including the name and telephone number

of the owner's representative for each project listed whom the District may contact for reference. The

list shall include the estimated cost and final cost, as well as the estimated and final completion dates of

the projects listed.

Schedule

Consultants shall include a schedule that matches the personnel resources that are assigned to the

project in the cost proposal. Consultants may assume that:

• The District and the CM consultant execute contracts on January 1, 2020

• Mobilization for construction occurs on April 1, 2020.

• Daily Inspections are required 5 days per week during active construction

Saturday and Holiday rates are required to be submitted in the Cost Proposal, but the schedule and Cost

Proposal shall assume no work on Saturdays or Holidays

Length

The body of the proposal shall not exceed twelve (12) typewritten 8 ½" X 11" pages, not including

attachments such as resumes, company descriptions, project lists, title pages, indices, etc. The proposal

is intended to be direct and to the point. Proposals will not be rejected due to longer lengths; however,

if District staff determines that proposals are unnecessarily long, the proposal will be considered weaker

than others that meet the length requirement.

Cost Proposal

Cost proposals shall be submitted in a separate PDF and shall be clearly labeled. Cost proposals will be

opened after District staff has reviewed the proposals based on the categories set in the Criteria of

Selection section of this RFP.

This is a public works contract. Prevailing wage is required to be paid and registration with the

Department of Industrial Relations (DIR) is required.

The Cost Proposal shall show personnel, DIR classification, hourly rates, Saturday rates, holiday rates

mileage estimates and fees, fringe benefits, overhead, administration, equipment fees, profit fee, and

any other fees needed to complete the work. Fee adjustments shall not be permitted in the first 2 years.

If the Agreement is extended beyond 2 years, then the Consultant may request fee adjustments due to

inflation before extending the Agreement.

The Consultant will be compensated on a time and materials basis. For the purpose of this RFP, the

Consultant shall assume the project duration could range from one to two construction seasons. The

cost proposal shall be consistent with the Consultants schedule. See Schedule section of this RFP. The

cost proposal shall assume work on 5 days per week. Saturday and holiday rates shall be included should

the need arise to use them.

The Contractor will be required to provide a suitable work space, in the field trailer, for the on-site

construction manager. Additionally, a cubicle space will a desktop computer and telephone service be

designated in TUD’s central office for use by the Consultant during normal business hours. See Task 1.

Written and Oral Questions Insofar as practicable, any relevant questions concerning the request for proposal for work shall be

directed orally or submitted in writing to Gaddiel DeMattei, P.E., Associate Engineer. Written inquiries

shall be directed to [email protected]. Oral communication shall be at telephone (209) 532-

5536 ext. 519.

Submission of Proposal To receive consideration, one (1) electronic copy of the proposal must be emailed to the District by the

date and time listed on page one (1) of this RFP. The proposal shall be organized in one single PDF file.

The cost proposal shall be submitted via separate email. Both emails shall include a delivery receipt

request. The email subject line shall include “Tuolumne Utilities District – Phoenix Lake Preservation

and Restoration Plan – Construction Management”, and shall be emailed to:

Tuolumne Utilities District Attention: Gaddiel DeMattei, P.E., Associate Engineer [email protected]

Proposals received after the time listed in this RFP will not be accepted. All proposals will be held in

confidence prior to the stated date and time of the opening of the proposals.

Type of Agreement Compensation for the proposed consulting services outlined herein shall be an actual cost (time and

materials) plus fixed fee Agreement. (See attached Standard Agreement for Consultant Services,

Attachment N.)

Award of Contract Award of contract, if made, will be in accordance with the evaluation criteria provided in this RFP. The

District reserves the right to reject any and all proposals or to waive any irregularities or information in

any proposals should it deem this necessary for the public good, and also the proposal of any Contractor

who has been delinquent or unfaithful in any former contract with the District.

Termination of the Contract The District reserves the right to terminate the contract which will result from this proposal, in whole or

in part, at any time with (14) days advance written notice. In such case the consultant shall be paid for

work completed through termination date, and the results of all work conducted shall become the

property of the District.

Term of Agreement The term of the Agreement shall be two years after execution, or till the work is complete, whichever is

sooner. Upon mutual agreement, the Agreement may be extended if the construction project requires

it.

Insurance The Contractor shall provide insurance certificates and endorsements in compliance with District’s

Standard Agreement for Consultant Services (Attachment M). Insurance shall be provided by the

selected Consultant prior to the start of the Work and shall remain in effect for a 1-year period.

Bonds No bid, payment, or performance bonding will be required unless otherwise specified by the District.

Subconsultants All subconsultants and their role shall be clearly identified in the Proposal. All subcontractors are held to

the same standards as the Consultant, including but not limited to, licensing, DIR registration, labor

compliance, insurance, safety, etc.

Billing Procedures Work shall be paid for on a time and materials basis. The Consultant shall submit to the District’s

Project Manager, on a monthly basis, an invoice based on time, materials, and equipment used on the

job, including an accounting of the hours by date. All hourly labor and equipment rates shall be listed on

the invoice. In addition, backup invoices from all material suppliers shall be attached to the invoice.

List of Attachments A. Draft Planset

B. Draft Specifications

C. Contract Change Order Sample

D. Draft SWPPP

E. Sample Daily Inspection Form

F. The CDFW 1602 permit

G. The USACE 404 Permit – Not included

H. The RWQCB 401 Certification

I. Intentionally Deleted

J. The Biological Assessment

K. Mitigation Monitoring and Reporting Program Summary Table

L. List of Requirements

M. Sample Pay Spreadsheet

N. Standard Agreement