1 Code: 2242348 Agenda 1. Roll Call - Alphabetically by Last Name, - - PowerPoint PPT Presentation

1
SMART_READER_LITE
LIVE PREVIEW

1 Code: 2242348 Agenda 1. Roll Call - Alphabetically by Last Name, - - PowerPoint PPT Presentation

Crane Cove Park Building 49 Contract No. 2814 MISSION BAY FERRY LANDING DREDGING AND SITE PREPARATION (Contract No. 2830) Pre-Bid Conference: March 18, 2020, 9:30AM April 9, 2019 Callin Only, follow along with PDF copy Meeting Number:


slide-1
SLIDE 1

Crane Cove Park Building 49 Contract No. 2814

April 9, 2019

1

MISSION BAY FERRY LANDING DREDGING AND SITE PREPARATION (Contract No. 2830) Pre-Bid Conference: March 18, 2020, 9:30AM Call‐in Only, follow along with PDF copy Meeting Number: 888‐363‐4735 Code: 2242348

slide-2
SLIDE 2

Agenda

  • 1. Roll Call - Alphabetically by Last Name, Shannon Cairns
  • 2. Introductions - Rod Iwashita, Chief Harbor Engineer
  • 3. Project Overview - Jonathan Roman, Project Manager
  • 4. Project Regulatory Agency Permits - Kathryn Purcell
  • 3. Contract Monitoring Division - Alysabeth Alexander-Tut
  • 4. Office of Labor Standards Enforcement - Breena Gonzales
  • 5. Office of Economic and Workforce Development - Joyce Wong
  • 6. Construction Contract Administration - Andre Antonio
  • 7. Questions and Answers
  • 8. Field Site Visit Cancelled, Replaced with Virtual Tour Only – follow by pdf

2

slide-3
SLIDE 3

Bid Schedule/Major Milestones

3

  • Advertisement: March 11, 2020
  • Pre‐Bid Meeting: March 18, 2020
  • QBD Deadline: April 4, 2020
  • Bid Opening: April 14, 2020 – 2:00 PM
  • Commission Award: April 28, 2020
  • Notice to Proceed: June 15, 2020
  • Milestone 0: Submittal of Critical Deliverable 10 Days after NTP
  • Milestone 1: Debris Removal, Dredging, Sediment Capping, to be

completed within in‐water work window: June 1 – Nov 30, 2020

  • Milestone 2: Rehandling and Disposal, Substantial Completion by

April 30, 2021

slide-4
SLIDE 4

Contractor Qualifications

4

slide-5
SLIDE 5

Project Overview

5

slide-6
SLIDE 6

Project Locations

6

slide-7
SLIDE 7

Project Scope

  • Engineers Estimate: $11,800,000
  • Section 01 21 50 Mobilization/Demobilization
  • Section 02 40 00 Marine Debris Removal & Disposal
  • Section 02 48 00 Dredging and Disposal
  • Section 02 50 00 Sediment Capping (2‐foot Sand Cap)
  • Section 31 23 20 Material Rehandling & Disposal

7

slide-8
SLIDE 8

Mobilization

Agua Vista Park Laydown Area

  • Fencing, Security
  • Pedestrian

Routing Plan

8

slide-9
SLIDE 9

Demolition-Marine Debris Removal

  • Marine Debris
  • n Seafloor
  • Abandoned

Pipelines

  • Steel Piles

9

slide-10
SLIDE 10

Dredging

10

slide-11
SLIDE 11

Sediment Cap

11

slide-12
SLIDE 12

Material Rehandling Areas

Pier 94 – appx 2.5 acres Pier 96 – appx 4 acres

12

Port providing areas at Pier 94 and Pier 96 for Contractor to construct and maintain temporary material rehandling operations:

  • Sorting and disposal of marine debris under Bid Item 2
  • NUAD dredge material rehandling, decanting water from sediment, loading,

transporting soils to approved landfill(s) per Bid Item 5

  • Sediment Processing and Construction Water Management Plan (SPCWMP) shall

detail operations.

slide-13
SLIDE 13

Regulatory Agency Permits and Environmental Conditions

13

slide-14
SLIDE 14

Regulatory Agency Permits and Authorizations

14

  • San Francisco Planning Department ‐ Mitigated Negative Declaration, 2017‐

008824ENV, July 6, 2018.

  • Dredge Material Management Office Disposal Suitability Determination (File
  • No. 2017‐00264S, Episode 1) issued December 18, 2017.
  • San Francisco Regional Water Quality Control Board ‐ Clean Water Act

Section 401 Water Quality Certification, CIWQS Place ID 841395

  • San Francisco Bay Conservation and Development Commission Major Permit,
  • No. 2017.008.00
  • U.S. Army Corps of Engineers Clean Water Act Section 404 and Rivers and

Harbors Act Section 10 Individual Permit, USACE File No. 2017‐00264S.

slide-15
SLIDE 15

Critical Path Contractor Submittals

Contractor plans due to Port 10 calendar days after NTP:

  • Marine Construction, Demolition and Debris Removal Plan
  • Dredge Operations Plan (DOP)

– up to 70 calendar days for Port (10 days) and USACE (60 days) to review & approve – No dredging until Port obtains USACE approval of the DOP and dredge episode authorization letter

  • Capping Operations/Quality Assurance Plan (CQAP)and Pre‐Construction

Testing Report

– Up to 70 calendar days for Port (10 days) and RWQCB (60 days) to review & approve

  • Sediment Processing and Construction Water Management Plan (SPCWMP)

– up to 70 calendar days for Port (10 days) and RWQCB (60 days) to review & approve

  • Incentive: Mobilization Section 01 21 50 1.3(C) for Critical Submittals 10% of

Mobilization Item payout upon receipt of Submittal

15

slide-16
SLIDE 16

Water Quality Monitoring

CIWQS permit Attachment C: Water Quality Monitoring Plan for Project, issued June 18, 2019

  • During NUAD dredging and sand cap placement, the Port will monitor

water quality (turbidity, dissolved oxygen, pH, PAHs, and total suspended solids) as required.

  • If water quality compliance criteria are exceeded at the Project

compliance boundary during NUAD dredging or sand material placement work, the Engineer will work with Contractor to implement contingency measures, including deployment of silt curtains.

  • Silt curtains used during NUAD dredging and sand cap construction paid

for under 00 41 00 Bid Item 7 Silt Curtain Allowance.

16

slide-17
SLIDE 17

Contract Monitoring Division (CMD)

Local Business Enterprise (LBE) Program Requirements

Contract Compliance Officer: Alysabeth Alexander‐Tut

17

slide-18
SLIDE 18

CMD Attachment 1 (version 8/1/16) www.sfgov.org/cmd

18

slide-19
SLIDE 19

LBE Bid Discount

 Is the LBE bid discount/rating bonus applicable to the RFP?

Yes: Prime must be LBE Certified in the area of the required Prime license. Admin Code Chapter 14B.7.(E)(2):

“ For Contracts estimated by the Contract Awarding Authority to cost in

excess of $10,000,000 but less than $20,000,000, a two percent (2% ) Discount to any Bid from a S mall, Micro, or S BA-LBE for Public Works/ Construction, Architect/ Engineering, Professional S ervices, or General S ervices Contracts.”

19

slide-20
SLIDE 20

LBE Subcontracting Opportunities

May include but not limited to, the following major types of work:

 Material Rehandling  Trucking

20

slide-21
SLIDE 21

LBE Subcontracting Requirements

 11% LBE Subcontracting Requirement  How can a proposer meet the LBE participation

requirements?

 Utilize only San Francisco Micro‐ and/or Small‐LBEs. SBA‐ & SFPUC‐LBEs will not receive participation

credit towards the requirement.

 LBE subconsultants and subcontractors must be CMD

certified by the bid due date and must be certified in the scopes of work/trade(s) listed on the bid document.

 CMD is available prior to the Bid Due date to ask

questions, schedule permitting.

21

slide-22
SLIDE 22

Crediting Rules: Trucking & Equipment Rental

 Trucking:

 List all lower tier trucking subs on CMD Form 6A.  100% credit when an LBE‐owned trailer is pulled by an LBE‐owned cab

and the driver of the cab is an employee/owner of the LBE firm.

 Only 60% participation credit when an LBE owned trailer is pulled by a

non‐LBE owned cab. And vice versa.

 Disposal and dump fees do not count towards meeting the LBE

subcontracting requirement.

 LBE Equipment Rental Firms:

 60% of the equipment rental fee (current market rate) will be given for

equipment owned by the LBE and certified by CMD.

 Construction equipment such as storage tanks, grit separators, debris

boxes etc. utilized in conjunction with trucking and hauling operation are not considered under the “Trucking and Hauling” category. Crediting rules for equipment rental will apply.

22

slide-23
SLIDE 23

Crediting Rules: LBE Manufacturers/Suppliers/Subcontractor (Non‐Specially Manufactured Items)

 If a bidder obtains materials, supplies, articles or

equipment from:

 LBE Manufacturers: 100% of the cost of the item

regardless of who installs the item.

 LBE Suppliers: 60% of the cost of the item if the supplier performs a

Commercially Useful Function by taking possession of the items and assuming the risk of their delivery.

Only 5% if the supplier does not take possession and

assume the risk of delivery (i.e. broker or agent).

 LBE Construction Subcontractors: 100% of the cost of the item and labor

23

slide-24
SLIDE 24

Forms to be submitted from CMD Attachment 1

 At time of Submittal:

 Form 00 43 36: Listing all LBE regardless of participation in order to receive credit  Form 2B: “Good Faith Outreach” Requirements Form  35% approach: 14.85% total LBE Subcontracting Participation  35% of 11% = 3.85%  3.08% + 11% = 14.85%  80 Point Approach, you must achieve 80 of 100 points

 5 Days after Submittal:

 Form 3  Form 6: CMD LBE Subcontractor Participation Affidavit with bid quotes  Form 6A: LBE Trucking Form

24

slide-25
SLIDE 25

Contractor’s Assistance Center

(run by the S FPUC) LBEs: For Technical Assistance such as assistance in estimating and building insurance rates into your bid documents.

150 Executive Park Blvd #1300, S an Francisco, CA 94134 Phone: (415) 467-1040 Email: acp@ sfwater.org Hours of Operations: Monday - Friday, 8:30 AM-5:30 PM

25

slide-26
SLIDE 26

Office of Labor Standards Enforcement Presented by Breena Gonzales

breena.gonzales@sfgov.org 26

slide-27
SLIDE 27

OLSE Overview

27

slide-28
SLIDE 28

OLSE Requirements

28

slide-29
SLIDE 29

LCPtracker Training Schedule

  • Second Tuesday of the Month
  • 10:30 AM to Noon
  • City Hall, Room 421, SF
  • Contact: Jimmy Hewitt james.Hewitt@sfgov.org or 415‐554‐6211
  • 2020 Schedule
  • March 10
  • April 14
  • May 12
  • June 9
  • July 14
  • August 11
  • September 8
  • October 13
  • November 10

29

slide-30
SLIDE 30

City Labor Ordinances

30

slide-31
SLIDE 31

Office of Economic and Workforce Development Presented by Joyce Wong

Joyce.s.wong@sfgov.org 31

slide-32
SLIDE 32
  • Required per San Francisco Administrative Code Section 6.22(g)

and Chapter 82

  • See Section 00 73 30 for details
  • Applies to both Prime Contractor and ALL Subcontractors
  • Local Hire Requirement 30% by trade
  • At least 50% of Apprentice project work hours within each trade

shall be performed by local residents.

Local Hire Requirements

32

slide-33
SLIDE 33

Contract Administration

33

slide-34
SLIDE 34

QBD  Addendum

34

slide-35
SLIDE 35

Contact

  • https://sfport.com/contract2830-mbfl-

dredgingandsiteprep Questions on Bid Documents (QBD) shall be submitted electronically to Tim Leung tim.y.leung@sfport.com 35

slide-36
SLIDE 36

Bid Submittal

Bids due by Tuesday, April 14, 2020, 2:00PM

Port of San Francisco Pier 1, The Embarcadero San Francisco, CA 94111

Bid Opening immediately to follow

36

slide-37
SLIDE 37

QUESTIONS AND ANSWERS 37

slide-38
SLIDE 38

Virtual Site Visit (See Accompanying PDF)

38