site preparation project contract no. 4206
TRANSCRIPT
SITE PREPARATION PROJECT
CONTRACT NO. 4206
Mandatory Pre-Bid Meeting
Wednesday, January 14, 2015
Meeting Objective
• General overview and introduction to the SP 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
• SP Project Overview
• Owner Controlled Insurance Program (OCIP)
• SRF Requirements
• Wage Requirements
• Site Access/Security
• Training
• Scheduling Requirements
• Fast Start NTP
• Site Visit Logistics
Introductions
• Vick Kyotani – Program Manager
• Jill Teplin – Project Manager
• Kennedy/Jenks Consultants – Designer
• Parsons - 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
• Fiber Optic Network Replacement
EchoWater Project Overview
• Biological Nutrient Removal & Primary Effluent Pumping Station
(BNR/PEPS)
Estimated Cost ~ $475M Advertise ~ Late 2015
• Tertiary Treatment Facilities (TTF = Filter Influent Pump Station,
Filters, and Chlorine Contact Basin)
Estimated Cost ~ $365M Advertise ~ Mid 2017
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 3/26/15 4/22/15 1/8/16
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
SP Project Overview
• Description of Work
• Storm Water Pollution Control
• Contractor and Subcontractor Qualifications
• Program Level Permits
• Environmental Requirements
• Work Restrictions/Coordination
• Project Milestones/Liquidated Damages
• Available Support Documentation
• Addenda
SP Description of Work • Access Roads
• Dwight Road Security Facility
• Fencing and Gates
• Facility Demo & Relocation
• Contractor Facilities
– Extension of District 12kV System
– CM and Conference Trailers
• Construction Water Well
• Site Utilities
– Storm drainage (STD)
– Sanitary drain (SD)
– Non-potable Water (WN)
– Potable Water (WP)
– Reclaimed Water High & Low
Pressure (WRH/WRL)
• Site Utilities (Cont.)
– Non-potable Monitoring Well Water
(WNM)
– South County Ag Project Recycled
Water (WRF)
– SPA Project Recycled Water (WRF)
– Digested Sludge (DS)
– Biosolids Recycling Facility (BRF) &
Secondary Effluent (SE)
– Electrical Ductbank & Cable (EDB)
– Signal Ductbank & Fiber and Cable
(SDB)
• Utility Demo & Abandonment
• SMUD and AT&T Coordination
• Misc. Site Cleanup
Access Roads and
Fencing & Gates
• New Roads
– Temporary Sims Road
– Temporary Landfill Way
– South Landfill Way
– Dwight Road Bypass
– Temporary Echo Road
– Echo Road
– FOG Way
• Roadway Restoration
• Fencing & Gates
– FOG Way (Construction
and Process Fence)
– Gate 13
Demo/Relocation to
Gate 20 and
Construction and
Process Fencing
– Dwight Road & South
Contractor Area
DW
IGH
T R
OA
D
SOUTH LANDFILL WAY
DW
IGH
T R
OA
D B
YP
AS
S
SP
OIL
S H
AU
L R
OU
TE
SP
OIL
S H
AU
L R
OU
TE
Dwight Road Security Facility
Facility Demolition and Relocation
Demolish PMO/CMID, PCCS,
Bufferlands Buildings and
Harvest Crew Trailers
Demolish Material
Testing Lab
Relocate Hazardous
Materials Storage
Demolish
Weather Stations
Relocate/demo Gate 13
to new Gate 20
Fencing, utility and other misc. demo/relocation not shown for clarity.
North Contractor Area
Extension of Plant 12kV (west side only) for construction power
Major
Utility
Corridors
Construction Water Well
Storm
Water
Detention
Basins
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
• Subcontractor Qualifications
– Spec Section 00 45 15
Program Level Permits
• CEQA
– Echowater Project EIR certified September 2014
– MMRPs – Appendix B to Specs
• CEQA Plus
– 404 Permit and Biological Opinion in process
• SMAQMD
– EchoWater Project permit in process
Environmental Requirements
• Biological Resources to be Protected, Removed,
and/or Mitigated
– Sheet GI008 – ESA fencing and signage installed by SP
– Spec Section 01 56 00 – Temporary Barriers and Enclosures
• Temporary Environmental Controls
– Spec Section 01 57 19
– Pre-construction surveys required
– Onsite biological monitor provided by Regional San
Work Restrictions/Coordination
• Spec Section 01 14 00 – Work Restrictions
– Milestones and Constraints
– Concurrent EchoWater Project Construction
– Coordination with Plant Operations
– Concurrent District Projects at SRWTP
Project Milestones/Liquidated Damages
Contract
Milestone Substantial Completion Date LD’s
1 April 15, 2015 $7,000 per day
2 May 15, 2015 $15,000 per day
3 June 15, 2015 $7,000 per day
4
August 15, 2015
$15,000 per day
5
October 15, 2015 $15,000 per day
6
January 15, 2016 $15,000 per day
7 March 15, 2016 $15,000 per day
8 September 15, 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/snneccpwc8bxftn/AAA9jr
c3dLPE63PV2lybDOQNa?dl=0
Addenda
• Addendum No. 1 issued 1/5/15
• Addendum No. 2 issued 1/9/15 (dated 1/6/15)
• Addendum No. 3 in process
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
SRF Requirements
• Spec Section 00 73 85 – Clean Water State Revolving Fund Provisions – Disadvantaged Business Enterprise (DBE) regulations
– Buy American requirements
– Davis-Bacon Act
• DBE Good Faith Effort (GFE) – Spec Section 00 73 38 –Requirements
– GFE requires DBE solicitations minimum of 30 calendar days prior to bid opening date
– DBE forms must be submitted no later than 4 pm on the third business day after bid opening by three apparent low bidders
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.
• Spec Section 00 73 43 – Wage Rate Requirements – Davis Bacon Act wage rate requirements of the Clean Water
SRF Program
• Spec Section 00 21 13 – Instructions to Bidders – If there is any difference between the State or Federal wage
rates for any given craft or mechanic needed to execute the Work, it shall be mandatory upon the Contractor and any Subcontractors to pay the higher of the two rates.
Site Access/Security Site Access:
Sims Road Gate
in 2015 & for
construction
deliveries
Dwight Road
Gate in 2016
Security:
All onsite
Contractor and
Subcontractors
will be badged
Training
• Plant Orientation
• Safety
• Environmental
• PMWeb
– Submittals
– RFIs
– Access Requests
– Daily Reports
– Pay Requests
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
Fast Start NTP
• Bid Documents – No pre-qualifications required
– Separate WRF Bid Item due to Grant Funding
– Contract Allowances - 2 stated as Preset $ Amounts
• Bid Form (00 41 00)
• Bid Form – Stipulated Sum (Single-Prime Contract)
• Bid Security Form
• Proposed Subcontractors Form
• Bidder’s Information
• Noncollusion Affidavit
Fast Start NTP
• 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
– Bidder’s Safety Performance
– Bidder’s Subcontractor Qualifications
– Iran Contracting Act Disclosure Form
– Certification of Exclusion of OCIP Insurance Costs Form
– DBE Contractor/Subcontractor Certification Form
– DBE Selected Prime Contractor/Recipient Form
– DBE Subcontractor Participation Form
– DBE Subcontractor Performance Form
– DBE Subcontractor Utilization Form
– Buy American Certification Form
Fast Start NTP
• Bid Opening – February 10, 2015
• Approval to Award (anticipated) – February 25, 2015
• Documents Required for NTP
o Signed/Executed Agreement
o Bonds
o Insurance Certificates
• Contractor (anticipated) NTP – March 12, 2015
• Training & Enrollment in OCIP required for onsite work
• District Access Requests 01 14 16
Site Visit Logistics
• Site Tour is part of Mandatory Pre-bid Meeting
• Bus pickup at Reception
• Stop 1: Old PMO/CMID Building
• Stop 2: SSB-1/Sims Road
• Stop 3: Sims Road/Harvest Road
• Sims Gate (no stop)
• Stop 4: Dwight Road Gate
Thank You.
Any Questions?