REQUEST FOR BIDS FOR REPAIRS SOUTH FEATHER WATER AND POWER AGENCY S MINERS RANCH CONDUIT

Size: px
Start display at page:

Download "REQUEST FOR BIDS FOR REPAIRS SOUTH FEATHER WATER AND POWER AGENCY S MINERS RANCH CONDUIT"

Transcription

1 REQUEST FOR BIDS FOR REPAIRS OF SOUTH FEATHER WATER AND POWER AGENCY S MINERS RANCH CONDUIT Issue date: July 2, Bid Due Date: August 8, 2012 Prepared by: Shawn Hayse, Special Projects Manager Shayse@southfeather.com South Feather Water and Power Agency 2310 Oro-Quincy Highway Oroville, CA (530) FAX (530)

2 SECTION 1 INTRODUCTION 1.1 Project Summary South Feather Water and Power Agency (SFWPA or Agency) is seeking to make repairs to a section of the Miners Ranch Conduit in Butte County, California. The Miners Ranch Conduit consists of concrete bench flume sections and concrete lined canal sections built in and time, material breakdown, annual maintenance and other elements have combined to cause degradation of the concrete floor and walls. The repairs planned for are on a concrete bench flume section of the conduit downstream of Ponderosa Dam and upstream of the Station 6 Sand Trap and spillway. 1.2 Background The Miners Ranch Conduit was constructed in along the southern side of what is now the South Fork arm of Lake Oroville in Butte County, California. The conduit conveys water from Ponderosa Reservoir on the South Fork Feather River westward to the Miners Ranch Tunnel and thence to Miners Ranch Reservoir, located east of the City of Oroville. The normal flow in the conduit ranges from cubic feet per second (cfs). The conduit and the adjacent access road were constructed by cutting into the North-facing hillside to form a bench. The conduit is situated on the inboard side of the bench, and the majority of the conduit was constructed as a composite bench flume with L-shaped concrete panels on the outboard (road) side, and with gunite on the inboard (hill-slope) side of the cut (see photo of typical section). In general, the conduit is approximately thirteen (13) feet wide and approximately eight (8) feet deep. For reference, each section of the outboard bench flume wall is 20 feet long, and the wall is stenciled with panel numbers. The photo shows a typical section of the conduit at normal capacity. The Agency has identified a section of the conduit where settlement, cracking and concrete degradation has occurred and has determined that approximately 280 feet of the conduit needs to be demolished and rebuilt. The section of conduit to be repaired in is identified as panel numbers 233 through 247. The foundation of the conduit in this section is defined as yielding. 2

3 SECTION 2 SCOPE OF SERVICES 2.1 General The requested services include the removal of the existing weakened or damaged floor and walls, re-compaction of the ground surface upon which the conduit rests, and repairs made per the enclosed specifications. Time is of the essence; the work must occur during a fourteen (14) day window that coincides with the scheduled annual outage of the Kelly Ridge Powerhouse, currently planned for October 2 15,. The location of the work is shown in the photo, and the site can be accessed from a gated maintenance road that branches off Ponderosa Way, which is accessed via Forbestown Road and Lower Forbestown Road in Butte County east of Oroville. Repair Location 2.2 Work Tasks The work tasks listed below are estimates of the tasks that will comprise the total scope of work. No inference is intended that the Bidder s services are to be limited to these tasks if other tasks are required to complete the project. The Miners Ranch Conduit will be dewatered beginning at midnight (12:00am) on October 1, allowing one day for water to drain from the work site. Lockout/Tagout procedures will be completed for work to begin on Thursday October 2,. The Contractor may need to pump some water left standing in low sections of the floor prior to starting demolition work. Agency crews will remove the existing animal crossing over the canal prior to construction allowing unobstructed access to all panels. 3

4 The section of the Miners Ranch Conduit to be repaired is identified by panel numbers 233 (upstream) through 247 (downstream) and is about 280 feet long. On the enclosed drawing Miners Ranch Canal Plan (Sheet 1 of 4) this location is identified as Station Survey the existing grade of the conduit floor throughout the section to be repaired to establish grade prior to removal of degraded material. Grade should be over the length of the conduit Remove all existing gunite, wire mesh, loose rocks, and/or loose dirt from the conduit floor, outboard and inboard wall in the location specified. All waste material is to be dumped at a prescribed location that the Agency will prepare adjacent to the work site. Demolition of the outboard wall is to be completed per the specifications on the enclosed drawing titled Flume Demolition Details and Section (Sheet 1 of 3) for the composite bench flume on yielding foundation Any weaknesses, soft spots, or other soil degradation must be addressed using a rat slab or similar means. Re-compact the material under the floor section to prevent settlement after placement of new floor. Compaction should reach 95% maximum density and meet ASTM 1557 testing standards Install welded wire fabric and three (3) inches of fiber reinforced shotcrete to the inboard (back) wall of the conduit and floor per the notes and details on the drawing titled Miners Ranch Canal Gunite Repairs. The wall will be a minimum of eight (8) feet high, and will match the wall height on either side of the repaired section. Agency requests that expansion joints be added to the back wall as part of the repair, even though none existed previously. The original grade of the floor must be maintained, and the wall and floor section must match the upstream and downstream sections Construct the outboard walls and floor per the details and notes on the drawings titled Flume Replacement Details and Section (Sheet 2 of 3) and Flume Replacement Details and General Notes (Sheet 3 of 3). Construction of the outboard wall is to be competed per the specifications for composite bench flume on yielding foundation Install expansion joints per the details on the drawing titled Flume Replacement Details and General Notes (Sheet 3 of 3) Complete application of the shotcrete and Sikaflex by noon (12:00pm) on October 15, to allow one day for cure time prior to the conduit being re-watered on the afternoon of October 16, Furnish all vehicles, tools, supplies and materials necessary to conduct the project in a safe manner and to employ environmental best practices. 4

5 2.3 Inspections / Acceptance Criteria SFWPA is authorized to observe progress and conduct inspections as needed to ensure quality control. Formal inspections will be required at four key points: 1. Completion of demolition 2. Completion of grading and site preparation 3. Completion of placement of reinforcement wire and prior to the application of Shotcrete 4. Final inspection A third party contractor will conduct compaction testing and shotcrete testing on behalf of SFWPA. The Agency will make every effort to coordinate all inspections in a manner that will minimize impact on forward progress. Formal acceptance of the project will be made upon the satisfactory completion of the final inspection prior to re-watering the canal. 2.4 Limitations and Constraints There are two primary project constraints; time and access. The work must occur during a fourteen (14) day window which is currently scheduled for Thursday October 2, and be completed no later than 12:00pm on Wednesday October 15, ; however, for reasons beyond the Agency s control, the exact dates are subject to change up to thirty (30) days prior to the projected start date. The site will be made available for mobilization of equipment prior to the start date, and demobilization can extend beyond the completion date. The other primary constraint is limited access. There is a gated service road that runs adjacent to the canal; however the road is narrow with sharp turns and has not been rated for heavy commercial equipment. SECTION 3 CONTENTS OF BID In order for SFWPA staff to adequately compare proposals and evaluate them uniformly and objectively, all proposals must include the following information: 3.1 The completed form titled Attachment A, which indicates that this job is to be bid as a lump sum. Please provide anticipated schedule and completion time based on the schedule that begins Thursday, October 2 nd and ends by noon on Wednesday, October 15 th. 3.2 The equipment, materials and supplies to be used, including identification of any hazardous materials that may be used. 5

6 3.3 A preliminary job safety plan. A final Job Safety Plan and Spill Prevention, Control and Countermeasure Plan will be required within ten (10) days of the contract award date. 3.4 Proof of insurance coverage per the sample contract, provided as Attachment C. 3.5 Information regarding Bidder s contractors license of the class required for doing the work, and a resume of doing similar work in California within the past five (5) years. SECTION 4 BID SUBMITTAL REQUIREMENTS 4.1 Responses Responses may be mailed or hand delivered to: South Feather Water and Power Agency Attn: Shawn Hayse / Power Division 2310 Oro-Quincy Highway Oroville, CA Deadline Three (3) copies of the response must be received no later than 4:30 pm on Friday, August 8, 2013 to be eligible for consideration. The documents shall be sealed in an envelope and clearly marked Response to for Repairs to the Miners Ranch Conduit. SECTION 5 PROPOSAL MODIFICATION, CLARIFICATION AND SELECTION 5.1 SFWPA will not reimburse the respondents to this request for any costs involved with the preparation and submission of proposals, or for preparation for or travel to facilities prior to award of contract. 5.2 This (RFB) does not obligate SFWPA to contract for any services expressed or implied. 5.3 SFWPA reserves the right to: Request any firm submitting a proposal to clarify its proposal; Modify or alter any of the requirements herein (In the event of such modification, all respondents will be given an equal opportunity to modify their proposals in the specific areas impacted); Reject any or all proposals, waive immaterial irregularities in any proposal and reissue this or a modified RFB; and Negotiate a contract with the selected firm. 6

7 5.4 Selection Criteria It is anticipated that proposals will be evaluated based on experience with similar projects and bid price, which shall be given such weight as SFWPA, in its sole discretion, deems appropriate to determine the firm which best meets the needs of SFWPA. 5.5 Selection Procedure A review panel consisting of the Special Projects Manager, Environmental and Safety Manager and Maintenance Foreman will review the responses. Once the panel has ranked the responses, the Power Division Manager will present the results to the General Manager and Board of Directors and obtain approval to offer a contract to the highest ranked respondent. 6.0 ADDITIONAL INFORMATION 6.1 The following drawings are included with this : Exhibit Drawing L-45; Miners Ranch Canal Gunite Repairs; Miners Ranch Canal Flume Demolition Details & Sections (Sheet 1 of 3); Miners Ranch Canal Flume Replacement Details & Sections (Sheet 2 of 3); and Miners Ranch Canal Flume Replacement Details & General Notes (Sheet 3 of 3). 6.2 For technical questions, please contact John Davis, Maintenance Foreman, at (530) or via at Jdavis@southfeather.com. All other questions should be directed to Shawn Hayse, Special Projects Manager, at (530) , or via at Shayse@southfeather.com 6.3 A mandatory bid walk is scheduled for Wednesday, July 23,. Interested bidders will meet at the SFWPA office at 5494 Forbestown Road, Forbestown, CA at 10:30 am. 6.4 The State Director of the Department of Industrial Relations has established the general prevailing rates of wages and rates for overtime and legal holidays in the locality in which the work is to be performed. Not less than said prevailing wages shall be paid for work on this project. Copies of such prevailing wages are on the web at The successful bidder shall post a copy of such determination at the job site. 7.0 NON-CONFORMING BIDS Any bid that does not comply with the requirements of this RFB may be considered non-conforming and ineligible for consideration. 7

8 ATTACHMENT A Bid Price and Completion Time ITEM Inclusive Lump Sum Price Tasks COMPLETION TIME (a) CALENDAR DAYS Notes: (a) Completion time shall be the number of calendar days within which the project will be completed from the date the conduit is de-watered, including weekend days. Company Name: Print Name: Signature: Date: 8