Heavy Equipment Maintenance Building Project Contract No. 4343 Pre-Bid Meeting and Site Tour February 22, 2017
Agenda Introduction of the HEMB Project Team EchoWater Project Overview Heavy Equipment Maintenance Building Overview Contract Documents and Contract Requirements Site Visit Logistics
Introductions William Yu Senior Civil Engineer, PMO Scott Jones Project Manager, District Thomas Ullensvang Project Engineer, District Grayson Kohls District Operations Rep Eric Casares Design Project Manager, Carollo Sacramento County CMID Construction Manager
EchoWater Project Layout Flow Equalization Design/Sep 2013 to Feb 2015 Construction/Feb 2015 to 2018 Biological Nutrient Removal Design/Jan 2013 to Oct 2015 Construction/Mar 2016 to May 2021 Nitrifying Sidestream Treatment Design/Dec 2013 to Sep 2015 Construction/Jan 2016 to Dec 2020 Soil Stockpile Return Activated Sludge Pumping Projects Design/Under Design Construction/Jul 2016 to Mar 2019 Tertiary Treatment Facilities Design/May 2015 to May 2018 Construction/Jun 2018 to Mar 2022 Soil Stockpile Disinfection Chemical Storage Design/Jan 2014 to May 2015 Construction/Jul 2015 to 2017
Current & Upcoming EchoWater Projects Projects currently in construction: Disinfection Chemical Storage (DCS) Flow Equalization Basins (FEQ) Nitrifying Sidestream Treatment (NST) Return Activated Sludge Pumping (RAS) Biological Nutrient Removal/Primary Effluent Pumping Station (BNR) Upcoming Opportunities: Chemical Handling Decommissioning (CHD) Bradshaw Equalization Structure Pipeline (BES) Channel Aeration Blower Replacement (CAB) Tertiary Treatment Facilities (TTF) http://www.regionalsan.com/post/echowater-project-dates
Heavy Equipment Maintenance Building Project Overview Description of Work Contractor Qualifications Permits Storm Water Pollution Control Work Restrictions/Coordination Project Milestones/Liquidated Damages Available Support Documentation Addenda Overview
HEMB Project Overview Major Elements includes: Heavy Equipment Maintenance Building Covered Storage Structure Site Improvements Fuel Station and Relocation of Fuel Tanks Demolition of existing HEMB and site
Description of Work HEMB Heavy Equipment Maintenance Building 70 x 90, 63,000 SF CMU Building Open shop floor space 4 Bay Doors In-ground lift and mobile heavy lift Associated Offices, Restrooms, Tools and Parts Storage, Mezzanine
Description of Work HEMB (continued)
Description of Work Covered Storage Covered Storage Structure 60 x 120 Pre-engineered Metal Building Roof-only Structure 16 min height
Description of Work Site Improvements Site Improvements Raise site to roadway level Underground utilities Pave site: Jointed Plain Concrete Pavement (JPCP) and Asphalt (AC) Washdown stations Repave SSB-1 Road
Description of Work
Description of Work Site Improvements (Continued) Site Improvements Repave SSB-1 Road (from Echo Road to Sims Road)
Description of Work Fuel Station Fuel Station and Relocation of Fuel Tanks New tank pads Electrical and I&C Relocation of existing fuel tanks and appurtenances
Description of Work Fuel Station (continued)
Description of Work Demolition Demolition/Decommissioning Move tools, equipment, misc items, waste oil tank to new HEMB Salvage items to District Demolish existing HEMB Demolish existing covered storage structures (2) Remove concrete and asphalt paving Utility cut-backs Grade to drain
Location of Work NEW HEMB SITE YOU ARE HERE EXIST. HEMB & FUEL TANKS N
Contractor Qualifications Contractor Qualifications Spec Section 00 45 13 Addendum No.1 changed experience with work similar in magnitude and character from over $5M to over $3M General Contractor, Class A
Permits Program-Level Permits EchoWater Project EIR certified September 2014 The Mitigation Monitoring and Report program (MMRP) from the EchoWater Project EIR is included as Appendix B of the specifications. SMAQMD Contractor emissions reduction plan Contractor to submit an inventory of all off-road equipment greater than 50 hp The relevant mitigation measures are included in Spec Sections 01 57 19 and 31 10 00
Temporary Storm Water Pollution Control Section 01 57 23 Water Pollution Control Plan required BMPs required Project will not require an NOI, WDID, or use of the State SMART system
Work Restrictions/Coordination Spec Section 01 14 00 Work Restrictions Concurrent EchoWater Project Construction Coordination with Plant Operations
Project Milestones/Liquidated Damages Section 01 14 00 and Section 01 14 20 Milestone Description of Work Date (Working Days) 1 Completion of Heavy Equipment Maintenance Building 189 following NTP Liquidated Damages $3,000 2 Relocation of Existing Fuel Tank & Fuel Station Appurtenances 209 $3,000 3 Substantial Completion 249 $3,000 4 Final Completion 259 $3,000
Available Support Documentation Spec Section 00 21 13 Instructions to Bidders Dropbox link to retrieve Additional Information https://www.dropbox.com/sh/xaj99dih8lm63ud/aabn_if4rnzcmah_ C7Do46yna?=dl0 Pre-Bid Construction Schedule Site Geotechnical Report Asbestos Analysis Report for HEMB Bid Documentation Reference Information from past Bids Appendix A of Specifications OCIP Safety Manual
Addenda Any clarifications/changes impacting the documents will be issued as addenda Any questions concerning clarifications of plans/specs are due seven calendar days before bid opening. Addendum No. 1 issued 2/16/17 Reduced qualifying experience from $5M to $3M Spec Section 00 45 13 Addendum No. 2 anticipated 2/23/17 Changes to fire protection Adding 2 fire hydrants Code language to fire plans Spec SECTION 21 13 00 FIRE-SUPPRESSION SPRINKLER SYSTEM Spec SECTION 28 31 00 FIRE DETECTION AND ALARM Reissuing sheet 67, HEMB First Floor Plan
Owner-Controlled Insurance Program (OCIP) OCIP covers: Workers Compensation, Employers Liability, General Liability and Excess District will provide Builders Risk and Contractor s Pollution Liability All contractors are required to enroll in the OCIP (unless excluded) OCIP does not cover: Contractors/Subcontractors with an EMR equal to or greater than 1.5 cannot perform work on-site Hazardous Waste Abatement contractors or companies without on-site dedicated payroll
Cont. Owner-Controlled Insurance Program All contractors are required to exclude insurance costs for coverages provided by the District OCIP Safety Program Key Requirements OCIP Safety Manual 6 ft. fall protection, Section 12 Project Orientation, Section 1.11 Drug Screening, Section 1.11 and 5.3 Full-time safety manager required for GC, Section 1.3 and 1.5 (may perform collateral duties) 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.
Site Access/Security Site Access to HEMB Site thru Dwight Road Security Gate From Laguna Blvd Security All staff will be badged
Training Plant Orientation Safety (OCIP) Environmental PMWeb Submittals RFIs Access Requests Daily Reports Pay Requests
Project Controls through PMWeb Comprehensive web-based project management system. Required for use by Contractor, District, Designer 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 required that personnel authoring these be trained in the software.
PMWeb Dashboard View
Scheduling Requirements Spec Section 01 32 16 Construction Progress Schedule Pre-Construction Scheduling Conference within five calendar days after NTP Payment tied to schedule
Bidding Requirements Forms that are part of the bid: Bid Form (00 41 00) Bid Form Stipulated Sum (Single-Prime Contract) Bid Security Form Proposed Subcontractors Form Bidder s Information Noncollusion Affidavit
Bidding Requirements Within 3 days from 3 apparent low bidders (00 41 00): Listed Subcontractor s EMR (00 43 36) EMR 1.50 or greater shall not be permitted to work. 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) Within 5 days from the 3 apparent low bidders Escrow Bid Documents (00 43 53)
NTP Schedule Bid Opening March 16, 2017 Approval to Award April 12, 2017 Documents Required for NTP Signed Agreement Bonds Insurance Certificate Contractor NTP May 11, 2017 (anticipated) Training & Enrollment in OCIP required for onsite work District Access Requests 01 14 16
Site Visit Logistics Site tour is mandatory for General Contractors as part of pre-bid meeting participation. The HEMB team will not take questions during the site walk. If you have a question and want a response, email HEMB@sacsewer.com. The deadline to submit questions is March 9 th, 2017. Walking tour to Existing HEMB Review items to be salvaged, relocated, removed Review limits of demolition Review fuel station and tanks (to be relocated)
Site Visit Logistics YOU ARE HERE EXIST. HEMB & FUEL TANKS N
HEMB Sites NEW HEMB SITE EXIST. HEMB & FUEL TANKS N
Thank You Questions?