State Bid

Last Updated on 23 Feb 2022 at 5 AM
IFB
Milpitas California

Wrigley-Ford Creek Maintenance (2022)

Solicitation ID 22-060
Posted Date 23 Feb 2022 at 5 AM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Milpitas
Location Milpitas California United states
Point Of Contact Not Available
3. Scope of Work 1. Project Summary The City of Milpitas (“City”) is issuing this Invitation for Bids (IFB) for qualified service providers to furnish labor, equipment, tools, and materials necessary to provide flood control maintenance for the Wrigley, Ford, and Wrigley-Ford Creeks as shown in Attachment A – Wrigley and Ford Creek Allowed Maintenance Map and all regulatory compliance including biological assessments, environmental awareness training, and biological monitoring associated with the maintenance activities. This project involves removing encroaching woody vegetation from Wrigley-Ford Creek, trimming herbaceous vegetation, and cleaning sediment from culverts to the extent allowable by existing Federal and State agency permits to maintain 100-year event capacity. Work will be performed within the bed and banks of Ford Creek (3,064 ft), Wrigley Creek (1,778 ft), their confluence, and the reach just downstream of their confluence known as the Wrigley-Ford Creek (2,217 ft). The project includes trimming trees and removing scrub vegetation on the bottom of the channels. The maximum amount of annual removal for all three creeks is a total of 0.22 acres of riparian vegetation and 0.21 acres of wetland vegetation. A maximum amount of annual sediment removal at culverts for all three creeks is a total of 200 cubic yards per year. The City has current permits from the California Department of Fish and Wildlife (CDFW), and is seeking renewal of the Regional Water Quality Control Board (RWQCB)permit for the work described herein. A subcontractor can be used for the biological assessments, environmental awareness training, and biological monitoring associated with the maintenance activities. It is the intent of the City to issue a single contract to the selected firm to provide all the necessary services according to the specifications contained herein. There will be no independent contracts issued by the City to any other contractor. The contractor will be responsible for adhering to all requirements of the specifications and for the performance of all sub-contractor(s). All work shall be performed according to Attachment B – Wrigley Ford Vegetation Management Activities and Methods. The selected firm must provide all necessary services to meet the objectives of this project. Further information on the services that the City anticipates will be required for this project is contained in the Scope of Work section. 2. MINIMUM QUALIFICATIONS AND STANDARDS A. The Contractor’s staff shall be a licensed landscape professional with a minimum of three (3) jobs completed or on-going within the past three (3) years that included riparian restoration site maintenance. The Contractor shall provide project description, location, contact person name with contact phone number and email address as part of response to this IFB. B. The Contractor shall possess all permits, licenses, and professional credentials necessary to supply product and perform services as specified under this IFB. C. Herbicides must be approved by the EPA for use in aquatic environments. D. All Contractors and Sub-Contractors shall be registered on an annual basis with the California Department of Industrial Relations (DIR). 3. SCOPE OF WORK 1. Scope of Work A. This project involves removing encroaching woody vegetation, cleaning sediment from culverts, and trimming herbaceous vegetation to the extent allowable by existing Federal and State agency permits. The Contractor shall be responsible for providing all material, labor, and equipment necessary to perform the work described herein. All work shall be performed according to Attachment B – Wrigley Ford Vegetation Management Activities and Methods. B. Prior to beginning work, the Contractor shall perform the following pre-construction activities: Flag limits of work. a. Pre-construction surveys for special-status wildlife species. b. If work is done during the nesting bird season, two surveys for active nests of birds within 14 days prior to the beginning of project construction, with a final survey conducted within 48 hours prior to construction. Nesting seasons are typically defined as follows: a) February 15 to August 30 for small bird species such as passerines; b) January 15 to September 15 for owls; and c) February 15 to September 15 for other raptors. ii. Prepare and provide a Worker Environmental Awareness Program. C. The Contractor shall perform the following biological monitoring services: 1. Special-status wildlife species monitoring during vegetation removal, coffer dam installation, and sediment removal. 2. Turbidity monitoring above and below dewatering areas during dewatering and re-watering. D. The sediment excavation areas will be dewatered prior to excavation during both the initial construction and long-term maintenance. A dewatering plan can be found in Attachment D – Conceptual Dewatering Plan. Approximately 155 CY of clean gravel and sand fill enclosed in bags of 40 mil polyethylene will be placed temporarily on 0.01 ac of aquatic habitat as coffer dams to enclose the dewatered portion of the site; this will be removed completely and the site returned to original contours and upland channel sides revegetated with a native seed mixture following construction. In total, approximately 0.6 ac of wetland and aquatic habitat will be temporarily impacted by dewatering. E. Care will be taken during maintenance work to avoid disturbance to wetland vegetation growing in the channel bottom. 1. Construction Process i. Accumulated sediment will be cleared from the culvert outlets using a backhoe or hand tools to restore a free discharge condition. Sediment will be cleared from inside the culvert pipes using mechanical or pressure-jetting methods. Accumulated sediment will be removed from the sediment retention basins downstream of each culvert. Sediment capture Best Management Practices (BMPs) appropriate to the contractor’s construction method will be employed. ii. Work in the channel will include construction of temporary dikes above and below the work area. Temporary dewatering will occur, with diversion pumping used to route flows through a pipe around the work area. iii. Woody vegetation maintenance will be accomplished via a combination of mowing, weed whacking, pruning and herbicide treatment (permit and application). Willow seedlings will be removed, and mature willows will be trimmed. iv. Once earthwork is completed, the temporary dikes will be removed, flow will be returned to the channel and all bare soil areas will be seeded with native grasses. Native wetland plants will also be planted within the excavated channel bed and banks along the upstream reach of Ford Creek to accelerate wetland habitat establishment. v. Herbicide treatment may be used to eradicate woody plant species from those reaches (Ford Creek, Wrigley Creek, and Wrigley-Ford Creek's western bank) where new woody vegetation will not be allowed to colonize. vi. Herbaceous vegetation maintenance will be accomplished via mowing/weed whacking herbaceous wetland vegetation at the end of the growing season and just prior to the beginning of the rainy season. vii. Herbicides may also be used on non-native, invasive species such as giant reed. Herbicides must be approved by the EPA for use in aquatic environments. viii. Best Management Practices (BMP) such as silt fence, Environmentally Sensitive Area (ESA) fence, and fiber rolls will be used to keep construction equipment in designated areas and prevent impacts to areas not in the designated construction zone. 2. Equipment and Personnel i. Equipment will be refueled using BMPs such as not refueling in an area or in such a way that water quality can be affected by spills. 3. Access and Timing i. Access and staging will occur within the existing City easements. Initial work is planned to take place in September 2022. F. Upon completion of all work, the Contractor shall be responsible for the disposal of all vegetation and sediment removed as part of the scope of work. 2. LOCATION OF WORK A. The Contractor shall provide flood control maintenance for the Wrigley, Ford, and Wrigley-Ford Creeks as shown in Attachment A – Wrigley and Ford Creek Allowed Maintenance Map 3. WORK SEQUENCE A. Work shall be coordinated with the City’s Public Works Department at the initiation of each Task Order Agreement. A schedule for each Task Order shall be submitted to and approved by the City prior to commencing work. 4. CONTRACTOR’S USE OF PREMISES A. Coordinate each of the premises with the City. B. Contractor shall assume full responsibility for security of all materials and equipment stored on site. C. Obtain and pay for use of additional storage or work areas if needed to perform the Work but at no additional cost to the City. If storage areas are obtained/used within the city limits of the City, then mobilization charges will not be assessed for each Task order. A single mobilization payment will be made. D. Vehicular access Wrigley Creek, Ford Creek, and the western side of Wrigley-Ford Creek are available via access roads or Railroad Ave. Access to the eastern side of the channel is limited due to the close proximity of the City property boundary, underground utilities, and the railroad right-of-way and may require the Contractor to access areas of the site on foot. 5. REGULATIONS AND STANDARDS A. All work shall be completed in accordance with the plans and drawings titled, “USACE File #No 011-0097S, Wrigley, Ford, and Wrigley-Ford Creeks Maintenance November 23, 2011, Figure 1 to 4” found in Attachment E – Wrigley Ford Reaches. B. Sediment removal shall be performed using the methods proposed in Attachment C - Project Permit and Project Application Text Excerpts of Long-Term Maintenance Activities. 6. MEASUREMENT AND PAYMENT A. It is the intent of the IFB that the total bid, as submitted, shall cover all work shown on the contract and required by the specifications and other contract documents. All costs in connection with the work, including furnishing of all the materials, equipment, supplies, and appurtenances, and performing the necessary labor to fully complete the work, shall be included in the unit and lump sum prices named in the bid. No item or work that is required by the contract documents for the proper and successful completion of the contract will be paid for outside of or in addition to the prices submitted in the bid. All work not specially set forth in the proposal as a pay items shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices named in the bid. 1. Mobilization, Bonds, and Insurance: Mobilization, bonds, and insurance will be considered a lump sum item for payment. The total lump sum price for this item shall not exceed 5% of the total base bid price. 2. Pre-Construction Survey: The pre-construction survey shall be considered a lump sum item for payment. The unit bid price shall include all labor, equipment, and materials required to perform this task. 3. Pruning of Woody Vegetation: Pruning of woody vegetation shall be considered a lump sum item for payment. The unit bid price shall include all labor, equipment, and materials required to remove willow seedlings and trim mature willows. 4. Biological Monitoring: The biological monitoring shall be considered a lump sum item for payment. The unit bid price shall include all labor, equipment, and materials required to perform this task. 5. Add Alternative No. 1: Removal of Sediment: A maximum amount of sediment removal at culverts for all three creeks is a total of 200 cubic yards. Payment for removal of sediment will be made at the contract bid unit cost per cubic yard upon completion and upon approval by the City of the work. The unit bid price shall include all labor, equipment, and materials required to dewater the area and remove and dispose sediment at culverts and sediment basins for all three creeks. 6. Add Alternative No. 2: Trimming of herbaceous vegetation: Trimming of herbaceous vegetation shall be considered a lump sum item for payment. The unit bid price shall include all labor, equipment, and materials required to remove vegetation through mowing, weed whacking, pruning, and/or application of herbicides.
Bid Protests Not Available

Similar Past Bids

Long beach California 23 Apr 2019 at 11 PM
Pasco Washington 02 Oct 2020 at 12 PM
Long beach California 17 Dec 2015 at 2 PM
Wisconsin 22 Mar 2010 at 4 AM
Location Unknown 13 May 2022 at 4 AM

Similar Opportunities