Full Text
ALPINE COUNTY REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOT SPRINGS ROAD BRIDGE REPLACEMENT PROJECT Proposals Due to Alpine County Community Development Department prior to 5:00 PM February 15, 2022 Reply to: JT Chevallier Community Development Director Alpine County 50 Diamond Valley Road Markleeville, CA 96120 [PHONE REDACTED] [EMAIL REDACTED] Date Released: January 20, 2022 ---PAGE BREAK--- 0 TABLE OF CONTENTS Request for Proposals Construction Management Services for the Hot Springs Road Bridge Replacement Project Introduction 1 Project Description 2 Scope of Work 2 Schedule 7 Compensation 7 Appendix A – Proposal Requirements 8 Appendix B – Proposal Evaluation (Exhibit 10-B) 13 Appendix C – Project Schedule (Dependent on Contractor’s schedule) 15 Attachment 1 – Vicinity & Location Maps/Existing & Proposed Conditions Map/Photos Attachment 2 – Sample Contract Agreement Attachment 3 – DBE Information Exhibits 10-I, 10-O1, 10-O2 and 15-H Attachment 4 – Cost Proposal Exhibits 10-H2, 10-H3 and 10-K ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 1 INTRODUCTION The Alpine County Community Development Department (County) is soliciting proposals from qualified firms for Construction Management (CM) services. The purpose of this request for proposals (RFP) is to select a consulting firm to assist the County with construction management, Resident Engineer (RE) services, inspection services, and project closeout procedures required by the Caltrans Division of Local Assistance Manual for the Hot Springs Road Bridge Replacement Project BRLS-5931(030). The Hot Springs Road Bridge is located approximately 2.5 miles west of Markleeville in Alpine County, California. The Hot Springs Road Bridge Replacement project will replace an existing 2- lane bridge with a standard 2-lane bridge. This bridge project is funded with federal Highway Bridge Program (HBP) funds administered by the California Department of Transportation (Caltrans), Federal Project Number BRLS- 5931(030). The Hot Springs Road Bridge is an off-system bridge and is 88% funded with HBP funds and 12% STIP funds. There is a Disadvantage Business Enterprise (DBE) goal of 18%. The proposer is required to show a good faith effort to reach the DBE goal per the Caltrans Local Assistance Procedures Manual. See Appendix C for Exhibit 10-I Notice to Proposers DBE Information, Exhibit 10-O1 Consultant Proposal DBE Commitment, Exhibit 10-O2 Consultant Contract DBE Commitment, and Exhibit 15-H Proposer/Contractor Good Faith Efforts. The proposals submitted in response to this RFP will be used as a basis for selecting the Consultant for this project. The Consultant’s proposal will be evaluated and ranked according to the criteria provided in Appendix A, Proposal Evaluation of this RFP. Addenda to this RFP, if issued, will be sent to all prospective Consultants that Alpine County has specifically e-mailed a copy of the RFP to and will be posted on the Alpine County website at: http://www.alpinecountyca.gov/bids.aspx It shall be the Consultant’s responsibility to check Alpine County’s website to obtain any addenda that may be issued. Submit one electronic copy in PDF format by email. The proposal must be received by Alpine County prior to 5:00 P.M., February 15, 2022, and sent to Brian Peters, Community Development Director to the address shown below. Proposals shall be submitted in a sealed package clearly marked CM Service for Hot Springs Road Bridge Replacement and addressed as follows: JT Chevallier [EMAIL REDACTED] Community Development Director Alpine County ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 2 50 Diamond Valley Road Markleeville, CA 96120 Proposals received after the time and date specified above will be considered nonresponsive and will be returned to the Consultant. Unsigned proposals or proposals signed by an individual not authorized to bind the prospective Consultant will be considered nonresponsive and rejected. This RFP does not commit Alpine County to award a contract, to pay any costs incurred in the preparation of a proposal for this request, or to procure or contract for services. Alpine County reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified Consultant, or to modify or cancel in part or in its entirety the RFP if it is in the best interests of Alpine County to do so. Furthermore, a contract award may not be made based solely on price. PROJECT DESCRIPTION Hot Springs Road Bridge Alpine County proposes to replace an existing single-span bridge that is 28 feet wide and 168 feet long with a new single span cast-in-place concrete slab structure that will be 32 feet wide and 168 feet long and founded on driven steel piles. The increased shoulder widths will allow for new bike lanes in each direction. The abutments will be installed near the top of each bank of Hot Springs Creek, above the main creek channel. The piles will be driven about 30 feet below the existing ground surface, which represents the maximum depth of ground disturbance during construction. Bridge construction will require an estimated 1,805 cubic yards of imported material and excavation of an estimated 1,710 cubic yards of material. Temporary falsework will be installed across the creek at the location of the new bridge to help support the structure as it is being constructed. The falsework will be removed once the bridge is complete. The existing bridge will be demolished, removed from the project area as construction progresses and properly disposed of. Rock slope protection (RSP) would be placed on the creek bed at locations of the new bridge abutments to stabilize Hot Springs Creek under the new bridge. An estimated 473 cubic yards of 2-ton RSP and 447 square yards of RSP backing are expected to be needed around the abutments. During construction, Hot Springs Road would be reduced to one travel lane. To control and direct traffic, temporary installations will direct traffic through the single lane and temporary road widening. A temporary signal system will control the flow of traffic on each side of the bridge. Temporary road markings will inform drivers about flow and direction of traffic. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 3 SCOPE OF WORK Services are anticipated to generally include, but are not limited to construction management, construction submittal and shop drawing reviews, inspections (including specialized inspection for steel, concrete and mechanically stabilized earth (MSE) wall work), Resident Engineer (RE) services, and project closeout coordination. Project closeout procedures will be followed as stipulated by the Caltrans Division of Local Assistance Procedures Manual. Consultants shall allow adequate time in the schedule for all required quality peer reviews of shop drawings and County approval processes. Additional work may be authorized and paid for should changes or additional assistance be requested by the County. This work will be compensated on a time-and-expense basis at the Consultant’s current rates. Any additional funding needed for construction or construction management will need to come from the HBP program. TASK 1 – CONSTRUCTION MANAGEMENT 1.1 Construction Management Consultant shall furnish a Construction Manager to coordinate all consultant operations with County, including but not limited to, tracking progress of the work and administering subcontracts. Construction Manager shall provide overall project management, coordination, and supervision of project staff to facilitate the performance of the work in accordance with standards and requirements of the County and Caltrans and other applicable standards and requirements. The Construction Manager shall prepare and submit progress reports to County Project Manager. Deliverables • Progress Reports. 1.2 Coordination and Meetings Construction Manager shall conduct regular meetings with County, and shall conduct meetings and coordination with other stakeholders, which may or may not include Caltrans, US Forest Service, adjacent property owners, and other agencies, in contractor/County/CM meetings or technical workshops and focused meetings as necessary. Construction Manager will be responsible for preparation of agendas and meeting minutes, communication and distribution of project records and information, and responses to all internal requests for information about the project. A weekly meeting with the County and the Contractor is anticipated at this time as well as participation in the pre-construction meeting. Deliverables • Meeting notices, agendas, handouts/exhibits, and minutes. 1.3 Administration Construction Manager will review the contractor provided baseline schedule and updates for conformance with contractor documents. Project schedule shall be logical and complete. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 4 Construction Manager shall provide regular reporting on the project status, including but not limited to, schedule, contract budget, general progress on project tasks, and project issue and concerns including but not limited to review of RFI, construction submittals, shop drawings, progress payments, preparing of change orders, sketches, cost estimate, site measurements, inspections, etc. The design consultant will also review the shop drawings submitted by the Contractor. Deliverables • Project Schedules and Project Master Files 1.4 Documentation Ensure effective and consistent documentation of the Construction Manager and Contractor’s activities on a daily basis including conversations and meetings related to the project, changed conditions, change orders, work progress, weather, accidents, status of Contractor’s major equipment, and all other items that may be necessary for reviewing progress payments; including but not limited to, evaluating and processing change orders and resolving issues that may lead to formal claims. The appropriate level of documentation will include both written text and digital images. Video and still digital cameras indicating time and date are to be utilized. The documentation system shall make full use of contemporary computer hardware and software as the means of document creation, distribution, and control. Deliverables • Daily work diaries • Miscellaneous CM reports • Negotiate and prepare contract change orders as needed • Prepare quantity estimates for progress payments • Review contractor submittals including: o Temporary shoring plans o Falsework drawings o Prestressing shop drawings o Pile Placement Plans o Concrete mix designs and aggregate gradings o Joint seal assembly shop drawings o Payment requests • Keep record of all as-built changes for inclusion into the final project as-built drawings TASK 2 – PRE-CONSTRUCTION CM SERVICES 2.1 Constructability Review Acknowledging that the construction contract has already been awarded, the County may request a basic constructability review. The review shall consist of the following: • A completeness and accuracy check to discover critical conflicts, discrepancies, and errors and or emissions in the plans and specifications. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 5 • A review to validate the reasonableness of the specified schedule, that the contract documents are coherent and effective, and that site conditions, work areas, permit requirements, and other contractor constraints are clearly addressed. • Identification of areas where time and cost can be minimized. • A check to determine that no extraneous requirements are included. • Verification that the contract documents contain sufficient provisions to effectively manage the contract. Any discrepancies found in the constructability review will be brought to the attention of the County and the Design Engineer. Deliverables • Engineering and possible Project Constructability Report 2.2 Project Team Kick-Off Meeting Construction Manager will arrange and participate in a pre-construction meeting to establish a Project Management Team consisting of involved consultant staff, the County, and other relevant stakeholders. The purpose of this meeting is to review the construction contract documents, clarify issues, establish working relationships, and review and verify mutual understanding of contract administration issues. Deliverables • Meeting notices, agendas, handouts/exhibits, and minutes • As-built changes to be documented and provided to designer for changes. • Estimated working days schedule and number of seasons in construction 2.3 Submittal Identification Construction Manager will establish, with the assistance of the Design Engineer, a list of the submittals that will be required of the Contractor with due dates to support expected schedule activities. Deliverables • Submittal Processing Schedule 2.4 Permits Construction Manager will verify that the County and/or contractor have obtained any and all required permits from regulatory agencies. Construction Manager will monitor compliance throughout the project with provisions of any permitting requirements. TASK 3 – CM SERVICES DURING CONSTRUCTION 3.1 Monitoring of Construction Operations for Contract Compliance The Construction Manager/Engineer/Inspectors provided by the Consultant shall monitor the operations of the Contractor and Subcontractors for compliance with contract documents and document field construction operations. It is anticipated that many of the construction operations ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 6 will require full time inspection in accordance with County and Caltrans standards. Construction Management/Engineering services shall include the following activities: • Bridge Construction • Temporary Bridge Construction • Monitoring settlement periods • Earthwork (structure excavation and backfill) • Bridge removal • Cast-in-steel shell pile drilling, rebar and concrete placement • Form construction and placement (abutments, columns, superstructure) • Reinforcing steel placement (abutments, columns, superstructure) • Concrete delivery, placement, and curing • Falsework construction and grade checking • Deck finishing, including profilographing if required • Barrier rail and railing installation • Concrete finishing • Approach slab construction • Joint seal assembly installation • Railing construction • Retaining wall construction 3.2 Materials Testing 1. Field technician services for observation, testing and documentation during earthwork, including, embankment placement, structure backfill, trench backfill, and subgrade preparation. 2. Field technician services for sampling and testing during structural concrete placements, including testing for penetration (slump), air-content, unit weight, yield, and temperature, and molding compressive strength specimens (cylinders). Samples will be handled, cured and tested in accordance with Caltrans test methods. 3. Part-time batch plant inspection services during production of structural concrete including checking mix design, checking aggregate batch weights, checking water/cement ratio, visual inspection of aggregates and sampling aggregates if necessary. 4. Laboratory testing of the soil, aggregates, asphalt concrete, and Portland cement concrete materials including California Impact Test maximum density/optimum moisture, sieve analysis, sand equivalent, cleanness value, R-value, and concrete compressive strength testing. 5. Preparation of field observation reports and test data sheets. Documents to be made available on a daily basis or provided as requested. 3.3 General The Engineer/Inspector shall be present at the project site on a full-time basis to provide a satisfactory level of monitoring the work. It is anticipated that most of the work on this project will require full time inspection per County and Caltrans standard procedures. TASK 4 – POST-CONSTRUCTION CM SERVICES ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 7 4.1 Project Closeout Following issuance of the Notice of Substantial Completion, the Resident Engineer will conduct a final walk-through with all project participants. The RE will add any items identified at that time to existing punch lists and a final punch list. This will include the repair of any outstanding property damage. In addition, the RE could require the contractor to obtain sign-off from outside agencies confirming that restoration has been completed and permit requirements have been satisfied. Completed contractor markups will be verified, additional information added from inspector markups and final record drawings delivered to the County. After deductions for liens and uncompleted punch lists work, final payment will be recommended to the County. All project files will be delivered to the County. 4.2 Final Project Report A Final Project Report documenting all project contract administration and inspection activities will be prepared. The report will summarize information included in each progress report, as well as additional pertinent information. 4.3 Caltrans Local Programs Compliance The Resident Engineer will prepare the necessary project closeout forms to meet Caltrans Division of Local Assistance Procedures Manual (LAPM) requirements and federal requirements. Description of work to be done by Alpine County The Community Development staff will provide general project oversight and liaison between the Consultant, Caltrans, and other Local, State, and Federal agencies responsible for oversight and approvals. The Alpine County Community Development staff will also participate in project oversight, as they are the lead agency for improvements in the County. Alpine County staff will provide the selected Consultant with the following: • Construction plans, specifications, and estimates • All permits approved for construction • Environmental documents approved for the project SCHEDULE It is anticipated the County will award the formal contract in December 2021. Following a written notice-to-proceed to be issued by the County, the Consultant’s work shall begin when there is a fully executed agreement with Alpine County and the County has received an Authorization to Proceed E-76 notice. Work may be completed in accordance with the schedule stipulated. January 20, 2022 RFP Issued February 15, 2022 Proposal due to LTC March 1, 2022 Contract Awarded March 10, 2022 Work to begin ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 8 A notice to proceed issued by the County will specify the work to be completed, a schedule for work completion, the basis for payment, and the limits of compensation. The Consultant shall not begin work nor incur any costs associated with any task identified herein without an explicit written notice to proceed for each specified. COMPENSATION Alpine County will negotiate a contract with the selected Consultant based on the following conditions: • For all services rendered as described in the Scope of Work, including all labor, equipment, materials, and expenses, the Consultant shall be compensated on a time and expenses basis by task for work completed. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 9 APPENDIX A PROPOSAL REQUIREMENTS These guidelines are provided for standardizing the preparation and submission of Proposal/Proposals by all Consultants. The intent of these guidelines is to assist Consultants in preparation of their proposals, to simplify the review process, and to help assure consistency in format and content. Proposals shall contain the following information in the order listed: 1. Introductory Letter The introductory (or transmittal) letter shall be addressed to: JT Chevallier Community Development Director Alpine County 50 Diamond Valley Road Markleeville, CA 96120 The letter shall be on Consultant letterhead and include the Consultant’s contact name, mailing address, telephone number, facsimile number, and email address. The letter will address the Consultant’s understanding of the services being requested and any other pertinent information the Consultant believes should be included. All addendums received must be acknowledged in the transmittal letter. The letter shall be wet signed in blue ink by the individual authorized to bind the Consultant to the proposal. 2. Executive Summary 3. Consultant Information, Qualifications & Experience Alpine County will only consider submittals from Consultants that demonstrate they have successfully completed comparable projects. These projects must illustrate the quality, type, and past performance of the project team. Submittals shall include a detailed description of a minimum of three projects within the past five years which include the following information: 1. Contracting agency 2. Contracting agency Project Manager 3. Contracting agency contact information 4. Contract amount 5. Funding source 6. Date of contract ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 10 7. Date of completion 8. Consultant Project Manager and contact information 9. Project Objective 10. Project Description 11. Project Outcome 4. Organization and Approach 1. Describe the roles and organization of your proposed team for this project. Indicate the composition of subcontractors and number of project staff, facilities available, and experience of your team as it relates to this project. 2. Describe your project and management approach. Provide a detailed description of how the team and scope of work will be managed. 3. Describe the roles of key individuals on the team. Provide resumes and references for all key team members. Resumes shall show relevant experience, for the Project’s Scope of Work, as well as the length of employment with the proposing Consultant. Key members, especially the Project Manager, shall have significant demonstrated experience with this type of project, and should be committed to stay with the project for the duration of the project. 5. Scope of Work 1. Include a detailed Scope of Work Statement describing all services to be provided. 2. Describe project deliverables for each phase of your work. 3. Describe your cost control and budgeting methodology for this project. 4. Provide responses to the following: a. Describe critical engineering design issues associated with the project and how you will address these. b. Describe any critical environmental issues and how you will address these. c. How cost and schedule could be minimized. 6. Schedule of Work Provide a detailed schedule for all phases of the project and the proposing Consultant’s services including time for reviews and approvals. The schedule shall meet the Project Schedule. 7. Conflict of Interest Statement The proposing Consultant shall disclose any financial, business, or other relationship with Alpine County that may have an impact upon the outcome of the contract or the construction project. The Consultant shall also list current clients who may have a financial interest in the outcome of this contract or the construction project that will follow. The proposing Consultant shall disclose any financial interest or relationship with any construction company that might submit a bid on the construction project. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 11 8. Litigation Indicate if the proposing Consultant was involved with any litigation in connection with prior projects. If yes, briefly describe the nature of the litigation and the result. 9. Contract Agreement Indicate if the proposing Consultant has any issues or needed changes to the proposed contract agreement included. The Consultant shall provide a brief statement affirming that the proposal terms shall remain in effect for ninety (90) days following the date proposal submittals are due. 10. Cost Proposal The proposal shall include a cost proposal for each service of the proposal. Proposing Consultants will be required to submit certified payroll records, as required. Cost proposal shall be included with the proposal in a separate sealed envelope. Reference sample cost estimate in Attachment 4 Cost Proposal per Local Assistance Procedures Manual (LAPM) Exhibit 10-H2 Construction Engineering and Inspection Contracts, Exhibit 10-H3 Geotechnical and Material Testing, and Exhibit 10-K Consultant Annual Certification of Indirect Costs and Financial Management System. Consultant shall prepare a Lump Sum Fee estimate with progress payments at defined milestones/tasks. RFP Preparation Expenses The County shall not, in any event, be liable for any expenses incurred by any firm or individual in the preparation of its Proposal. Firm or individual shall not include any such expenses as part of its Proposal. Proposal preparation expenses include the following: 1. Preparing its Proposal in response to this RFP. 2. Submitting that Proposal to the County. 3. Negotiating with the County any matter related to this RFP. 4. Any other expenses incurred by a firm or individual prior to the date an agreement is executed. NONDISCRIMINATION The consultant or its sub consultants shall not discriminate based on race, color, national origin, or sex in the performance of this contract. Failure by the consultant to carry out these requirements is a material breach of contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. SUBMITTAL REQUIREMENTS Please submit one electronic copy (in Adobe PDF format) of your proposals by 5:00 p.m., February 15, 2022. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 12 Electronic copy shall be emailed to JT Chevallier, [EMAIL REDACTED]. If sent by mail, send to: JT Chevallier Community Development Director Alpine County 50 Diamond Valley Road Markleeville, CA 96120 Please direct inquiries regarding this RFP to Jeff Schwein, Transportation Program Manager, at (530) 781-2499 or at [EMAIL REDACTED] In the event your firm/team desires additional information, the Owner will endeavor to provide such information as expeditiously as possible; however, the Owner will not be responsible for any delay resulting in respondent’s inability to meet the deadline for submission of the Proposal. COUNTY RIGHTS The County may investigate the qualifications of any firm or individual under consideration, require confirmation of information furnished by a firm or individual, and require additional evidence of qualifications to perform the Scope of Work described in this RFP. The County reserves all rights described below: 1. Accept or reject any and all Proposals, or any item or part thereof, or to waive any informalities or irregularities in Proposals; 2. Issue new or subsequent RFPs; 3. For any reasons, withdraw or cancel this RFP, or any part thereof at any time without prior notice and the County makes no representations that any contract will be awarded to any firm or individual responding to this RFP; 4. Require confirmation of information furnished by firm or individual or for the firm or individual to provide additional evidence of qualifications to perform the work or to obtain information from any source that has the potential to improve the understanding and evaluation of the Proposals; 5. All Proposals shall become the property of Alpine County and shall not be returned; 6. All Proposals submitted may become public records under the laws of the State of California and the public may be given access thereto after the formal process has been completed. Submitted proposals are not to be copyrighted; 7. Postpone proposals openings for its own convenience; 8. Remedy or overlook technical errors in the RFP process; 9. Appoint an Evaluation Committee to review Proposals; 10. Seek the assistance of outside technical experts in Proposal evaluation; 11. Approve or disapprove the use of particular subconsultants; ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 13 12. Establish a short list of firms or individuals eligible for interview after review of written Proposals; 13. Negotiate with any, all, or none of the firms or individuals responding to the RFP; 14. Solicit best and final offers from all or some of the firms or individuals; 15. Award the contract as a whole, by category, or by any combination that best meets the need of the County. AWARD OF CONTRACT Upon selection of a successful proponent(s), a County standard form Professional Services Agreement will be provided, a copy of which is presented in Exhibit A for proponents’ review. Proponents shall examine the contract and identify any request for modification from these standard terms as part of the proposal. INDEPENDENT CONTRACTOR The successful proposer(s) will work in the capacity of an independent contractor for all purposes under this contract, if awarded, and shall not be entitled to any or all rights, privileges, benefits, and remuneration of either an officer or employee of Alpine County, unemployment insurance, retirement, paid holidays, vacation and sick leave, medical insurance plans, or any other job benefits. The chosen proposer will be responsible for payment of state and federal taxes resultant from contractual earnings. The contractor will work under the direction of the Community Development Director or their designee. The Community Development Director will have final approval authority over all issues involved in the process. SELECTION PROCESS A selection committee from the County will review the proposals to determine which respondent is best qualified to perform the work. Depending upon the number and qualifications of respondents, the County may select directly from the proposals, or may develop a short list of firms for interviews and final selection. The decision as to the process, timing, and selection will be based entirely on the judgment of the County’s selection committee. The evaluation process is shown below. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 14 APPENDIX A – PROPOSAL EVALUATION Evaluation Process All proposals will be evaluated by the Alpine County Community Development Department Selection Committee (Committee). The Committee may be composed of Alpine County Community Development staff and other parties that may have expertise or experience in the services described herein as chosen by the Community Development Director. The Committee will review the submittals and will rank the proposers. The evaluation of the proposals shall be within the sole judgment and discretion of the Committee. All contacts during the evaluation phase shall be through the Alpine County Community Development Director only. Proposers shall neither contact nor lobby evaluators during the evaluation process. Attempts by Proposers to contact members of the Committee may jeopardize the integrity of the evaluation and selection process and risk possible disqualification of Proposer. The Committee will evaluate each proposal meeting the qualification requirements set forth in this RFP. The selection process could include oral interviews. The proposer will be notified of the time and place of oral interviews and if any additional information that may be required to be submitted. Evaluation Criteria Proposals will be evaluated according to Local Assistance Procedures Manual Exhibit 10-B Suggested Consultant Evaluation Sheet shown on the following page. If interviews are needed, the table below will be used to score the interview with combined score from the proposal. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 15 Exhibit 10-B: Suggested Consultant Evaluation Sheet * Consultant/Firm Name: Criteria Max Points Rating Understanding of the work to be done 25 Experience with similar kinds of work 20 Quality of staff for work to be done 15 Capability of developing innovative or advanced techniques 10 Familiarity with state and federal procedures 10 Financial responsibility 10 Demonstrated Technical Ability 10 Total 100 Evaluator Contract Office Print Name: Initials: Signature: Date: Date: *Notes: 1. To maintain the integrity of a competitive negotiation/qualifications based selection procurement, the total of all allowable non-qualifications based evaluation criterion (such as local presence or DBE participation) cannot exceed ten (10) percent of the total evaluation criteria. The ten percent limitation applies only to non-qualifications based evaluation criterion and should not be considered as a limitation for specific DBE contract goals established by a contracting agency in accordance with its approved DBE program. (see http://www.fhwa.dot.gov/programadmin/172qa_07.cfm). 2. For projects other than “Architectural & Engineering” services, as defined in Section 10.1, cost is one of the criteria, or may be the sole criterion. DBE participation by the consultant shall not be used as one of the criteria listed above. 3. The evaluation criteria and suggested maximum points shown above are not mandatory, but are recommended in the interest of maintaining consistency among the hundreds of agencies utilizing federal or state funds. 4. The evaluation criteria and weighted values must be identified in the RFP. If the RFP has different evaluation criteria or weighted values then the information above would have to be changed to match. The Contract Office is to initial and date in the space provided to verify that the criteria and weighted values used in the evaluation sheet are appropriate and that the sheet has been completed correctly. 5. Caltrans participation on the interview panel does not relieve the local agency of its responsibility to ensure that proper procurement procedures are followed and requirements are met. Distribution: Local Agency Project Files ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 16 APPENDIX B – RFP & PROJECT SCHEDULE Project Schedule – A Gantt chart should be used for evaluations to compare project deliverables, cost, and time frames and can be done in Excel. Alpine County anticipates construction to begin the 2022 construction season. Period Highlight: 1 Plan Actual % Complete Actual (beyond plan) % Complete (beyond plan) PLAN PLAN ACTUAL ACTUAL PERCENT ACTIVITY START DURATION START DURATION COMPLETE PERIODS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Project Implementation & Management 1 5 1 4 25% Education 1 6 1 6 100% Encouragement 2 4 2 5 35% Evaluation 4 8 4 6 10% Enforcement 4 2 4 8 85% Planning Document 4 3 4 6 85% Activity 07 5 4 5 3 50% Activity 08 5 2 5 5 60% Activity 09 5 2 5 6 75% Activity 10 6 5 6 7 100% Activity 11 6 1 5 8 60% Activity 12 7 3 7 3 0% Activity 13 9 6 8 7 50% Activity 14 9 3 9 1 50% Activity 15 12 5 12 3 3% Activity 16 13 8 12 5 20% Activity 17 14 10 14 12 50% Project Planner ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 17 APPENDIX C – Exhibit 10-I Notice to Proposers DBE Information (Federally funded projects only) The Agency has established a DBE goal for this Contract of 18% 1. TERMS AS USED IN THIS DOCUMENT • The term “Disadvantaged Business Enterprise” or “DBE” means a for-profit small business concern owned and controlled by a socially and economically disadvantaged person(s) as defined in Title 49, Code of Federal Regulations (CFR), Part 26.5. • The term “Agreement” also means “Contract.” • Agency also means the local entity entering into this contract with the Contractor or Consultant. • The term “Small Business” or “SB” is as defined in 49 CFR 26.65. 2. AUTHORITY AND RESPONSIBILITY A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts financed in whole or in part with federal funds (See 49 CFR 26, “Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs”). The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer must not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs. 3. SUBMISSION OF DBE INFORMATION If there is a DBE goal on the contract, Exhibit 10-O1: Consultant Proposal DBE Commitment must be included in the Proposal. In order for a proposer to be considered responsible and responsive, the proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the proposer must document adequate good faith efforts. All DBE participation will be counted towards meeting the contract goal; therefore, all DBE participation shall be collected and reported. Exhibit 10-O2 Consultant Contract DBE Information must be included in best qualified consultant’s executed consultant contract. Even if no DBE participation will be reported, the successful proposer must execute and return the form. 4. DBE PARTICIPATION GENERAL INFORMATION It is the proposer’s responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Department’s DBE program developed pursuant to the regulations. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). B. A certified DBE may participate as a prime consultant, subconsultant, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. A DBE proposer not proposing as a joint venture with a non-DBE, will be required to document one or a combination of the following: 1. The proposer is a DBE and will meet the goal by performing work with its own forces. 2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or trucking companies. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 18 3. The proposer, prior to proposing, made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. F. The proposer shall list only one subconsultant for each portion of work as defined in their proposal and all DBE subconsultants should be listed in the bid/cost proposal list of subconsultants. G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the DBE participation except that portion of the work to be performed by non-DBE subconsultants. 5. RESOURCES A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database, please contact the Caltrans Office of Certification toll free number 1-[PHONE REDACTED] for assistance. B. Access the CUCP database from the Department of Transportation, Office of Civil Rights website. • 1. Click on the link titled “Access the DBE Query Form” • 2. Click on “Start DBE Firms Query” link • Searches can be performed by one or more criteria. Follow instructions on the screen. 6. materials or supplies purchased from dbes count towards the dbe goal under the following conditions: A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers’ own distribution equipment shall be, by a long-term lease agreement and not an ad hoc or Agreement-by-Agreement basis. Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 19 Exhibit 10-O1 Consultant Proposal DBE Commitment 1. Local Agency: 2. Contract DBE Goal: 3. Project Description: 4. Project Location: 5. Consultant's Name: 6. Prime Certified DBE: 7. Description of Work, Service, or Materials Supplied 8. DBE Certification Number 9. DBE Contact Information 10. DBE % Local Agency to Complete this Section 11. TOTAL CLAIMED DBE PARTICIPATION % 17. Local Agency Contract Number: 18. Federal-Aid Project Number: 19. Proposed Contract Execution Date: 20. Consultant’s Ranking after Evaluation: Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Written confirmation of each listed DBE is required. 21. Local Agency Representative's 22. Date 12. Preparer's Signature 13. Date 23. Local Agency Representative's 24. Phone 14. Preparer's 15. Phone 25. Local Agency Representative's Title 16. Preparer's Title DISTRIBUTION: Original – Included with consultant’s proposal to local agency. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 20 INSTRUCTIONS – CONSULTANT PROPOSAL DBE COMMITMENT CONSULTANT SECTION 1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Location - Enter the project location as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc.). 5. Consultant’s Name - Enter the consultant’s firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 8. DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be certified on the date bids are opened. 9. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants. Also, enter the prime consultant’s name and phone number, if the prime is a DBE. 10. DBE % - Percent participation of work to be performed or service provided by a DBE. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 11. Total Claimed DBE Participation % - Enter the total DBE participation claimed. If the total % claimed is less than item “Contract DBE Goal,” an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 12. Preparer’s Signature - The person completing the DBE commitment form on behalf of the consultant’s firm must sign their name. 13. Date - Enter the date the DBE commitment form is signed by the consultant’s preparer. 14. Preparer’s Name - Enter the name of the person preparing and signing the consultant’s DBE commitment form. 15. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 16. Preparer’s Title - Enter the position/title of the person signing the consultant’s DBE commitment form. LOCAL AGENCY SECTION 17. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 18. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 19. Proposed Contract Execution Date - Enter the proposed contract execution date. 20. Consultant’s Ranking after Evaluation – Enter consultant’s ranking after all submittals/consultants are evaluated. Use this as a quick comparison for evaluating most qualified consultant. 21. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 22. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 21 23. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the consultant’s DBE commitment form. 24. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 25. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant’s DBE commitment form. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 22 Exhibit 10-O2 Consultant Contract DBE Commitment 1. Local Agency: 2. Contract DBE Goal: 3. Project Description: 4. Project Location: 5. Consultant's Name: 6. Prime Certified DBE: 7. Total Contract Award Amount: 8. Total Dollar Amount for ALL Subconsultants: 9. Total Number of ALL Subconsultants: 10. Description of Work, Service, or Materials Supplied 11. DBE Certification Number 12. DBE Contact Information 13. DBE Dollar Amount Local Agency to Complete this Section 14. TOTAL CLAIMED DBE PARTICIPATION $ 20. Local Agency Contract Number: 21. Federal-Aid Project Number: % 22. Contract Execution Date: Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Written confirmation of each listed DBE is required. 23. Local Agency Representative's 24. Date 15. Preparer's Signature 16. Date 25. Local Agency Representative's 26. Phone 17. Preparer's 18. Phone 27. Local Agency Representative's Title 19. Preparer's Title DISTRIBUTION: 1. Original – Local Agency 2. Copy – Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 23 ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. INSTRUCTIONS – CONSULTANT CONTRACT DBE COMMITMENT CONSULTANT SECTION 1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 4. Project Location - Enter the project location as it appears on the project advertisement. 5. Consultant’s Name - Enter the consultant’s firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Total Contract Award Amount - Enter the total contract award dollar amount for the prime consultant. 8. Total Dollar Amount for ALL Subconsultants – Enter the total dollar amount for all subcontracted consultants. SUM = (DBEs + all Non-DBEs). Do not include the prime consultant information in this count. 9. Total number of ALL subconsultants – Enter the total number of all subcontracted consultants. SUM = (DBEs + all Non-DBEs). Do not include the prime consultant information in this count. 10. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 11. DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be certified on the date bids are opened. 12. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants. Also, enter the prime consultant’s name and phone number, if the prime is a DBE. 13. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 14. Total Claimed DBE Participation - Enter the total dollar amounts entered in the “DBE Dollar Amount” column. Enter the total DBE participation claimed (“Total Participation Dollars Claimed” divided by item “Total Contract Award Amount”). If the total % claimed is less than item “Contract DBE Goal,” an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 15. Preparer’s Signature - The person completing the DBE commitment form on behalf of the consultant’s firm must sign their name. 16. Date - Enter the date the DBE commitment form is signed by the consultant’s preparer. 17. Preparer’s Name - Enter the name of the person preparing and signing the consultant’s DBE commitment form. 18. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 19. Preparer’s Title - Enter the position/title of the person signing the consultant’s DBE commitment form. LOCAL AGENCY SECTION 20. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 21. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 22. Contract Execution Date - Enter the date the contract was executed. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 24 23. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 24. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 25. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the consultant’s DBE commitment form. 26. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 27. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant’s DBE commitment form. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 25 EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS Cost Proposal Due Date PE/CE Federal-aid Project No(s). Bid Opening Date CON The (Agency Name) established a Disadvantaged Business Enterprise (DBE) goal of for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five calendar days from cost proposal due date or bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-O1: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer’s or bidder’s eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled “Submission of DBE Commitment” of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 26 0.00% 0.00% 0.00% 0.00% D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: Items of Work Proposer or Bidder Normally Performs Item (Y/N) Breakdown of Items Amount Percentage Of Contract ---PAGE BREAK--- Construction Management Services for Hot Springs Road Bridge Replacement Project 27 G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts: