Bridge Replacement Project
Bridge Replacement Project
for the
City of Placerville
Engineering Division
3101 Center Street
Placerville, CA 95667
(530) 642-5250
INTRODUCTION ..................................................................................................................... 2
PROJECT SUMMARY ............................................................................................................. 3
EXISTING FACILITY .......................................................................................................... 3
PROPOSED FACILITY ........................................................................................................ 3
SCOPE OF PROFESSIONAL SERVICES ............................................................................... 4
PROJECT SCHEDULE ............................................................................................................. 8
PROPOSAL MINIMUM REQUIRMENTS .............................................................................. 9
CONFLICT OF INTEREST AND NON-LOBBYING CERTIFICATION ............................ 10
MODIFICATION OR WITHDRAWAL OF PROPOSAL ..................................................... 10
SELECTION CRITERIA......................................................................................................... 11
SELECTION PROCESS.......................................................................................................... 11
REJECTION OF PROPOSALS............................................................................................... 12
CONTRACT AWARD ............................................................................................................ 12
CITY RESPONSIBILITIES .................................................................................................... 12
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION ........................ 12
INQUIRIES and RESPONSES ................................................................................................ 13
ATTACHMENTS:
Attachment A Vicinity Map
Attachment B Caltrans Bridge Inventory, Inspection Report, and Pictures
Attachment C.1, C.2, C.3, C.4 Local Programs Manual Forms, Exhibit 6-A, 6-B, 7-B, and 3-A
Attachment D Placerville Drive Multi-Modal Corridor Mobility Study
Jan 2009, Parsons Brinckerhoff and AIM Consulting
Attachment E Hangtown Creek Comprehensive Watershed Plan
March 2012, RBF Consulting
Attachment F 2004 Biological Resources Report (NES/Wetland Delineation) 91
pgs.
Attachment G Foundation Report 2000 by Taber Consultants
Attachment H Funding Application Cost Estimate 1 page
Attachment I Funding Application Schematic Plans 3 sheets
Attachment J Sample Contract 24 pgs.
Attachment K DBE Info and Proposal Form 5 pgs.
Attachment L Non-Lobbying Certificate and Form 3 pgs.
Attachment M Sample Cost Proposal 2 pgs.
Attachment N Consultant Evaluation Sheet 1 pg.
Attachment O Negative Historic Property Survey Report 1999
INTRODUCTION
The City of Placerville is inviting qualified firms to submit proposals to take this project thru
the bidding process, including completion of a Preliminary Engineering Feasibility Report
phase and perform Project Approval and Environmental Document (PA&ED) services (Task
1), preparation of the complete PS&E (Task 2), and Bidding and Construction Support (Task
3), all leading to the replacement of the Placerville Drive Bridge (State Bridge 25C0029),
crossing Hangtown Creek. The Project is located about 0.7 miles west of where Placerville
Drive crosses under Hwy 50, and about 0.3 miles west of the Cold Springs Rd/Home Depot
intersection with Placerville Drive, in the City of Placerville. The existing bridge was rated as
“Functionally Obsolete” in the Caltrans Bridge Inspection Report dated August 10, 2012. A
copy of the report is attached.
The City is looking for a highly qualified firm with complete knowledge of Caltrans Structure
Design procedures, the Caltrans Local Assistance Manual and procedures, and the Federal
Highway Administration (FHWA) Local Assistance Highway Bridge Program (HBP). The
firm must also have substantial experience in California Environmental Quality Act (CEQA) /
National Environmental Policy Act (NEPA) environmental review, documentation and
permitting procedures. Experience in dealing with replacement of obsolete bridges, public
outreach, preparation of environmental documents and bridges structures design is required.
The existing bridge is a narrow two-lane single span Concrete T Beam structure
approximately 41 feet long by 28 feet wide. The new bridge is expected to be a simple span
box girder or cast-in-place reinforced concrete prestressed slab approximately 85 feet in
width, to include 4 lanes, median, shoulder/bike lanes, curbs, gutters, and sidewalks, a modern
structure meeting current design standards. This width has been determined by the Placerville
Drive Multi-Modal Study completed in 2009, which study is included as an attachment. The
Hangtown Creek Comprehensive Watershed Plan, which included completion of a new
hydraulic model for Hangtown Creek thru the City of Placerville, was completed in March
2012, and is also included as an attachment. In May 2013 the City received Highway Bridge
Program (HBP) funds for a bridge replacement project to begin Preliminary Engineering, and
copies of the application/scope definition form (Exhibit 6-A), the special cost approval
checklist (Exhibit 6-B), the field review form (Exhibit 7-B), and the request for authorization
to proceed with Preliminary Engineering (Exhibit 3-A) are attached.
Quincy Engineering was previously under contract with the City to develop PS&E for a
bridge widening project at this location. Preliminary Engineering was originally authorized in
1997. Various challenges arose during the course of that work, including discovery of
hazardous waste and cleanup (1999), State budget issues (2001-2003), Red-legged Frog
habitat requiring additional studies and consultation with USFWS (2002-2004), accelerated
The City’s intention is to complete a Feasibility Study/Project Report which will examine
alternatives that will meet the City’s goals in improving safety, future hydraulic capacity,
reducing traffic congestion, and meeting future traffic needs in the project area in accordance
with the Multi-Modal Study. To document decisions and give clear direction for developing a
construction contract, this phase will include a Feasibility Report, environmental clearance,
and recommendations for the appropriate design alternative, with design and construction
phases to follow. The consultant is also expected to provide a scope of work and costs for
completion of the PS&E (Task 2) and for Bidding and Construction Support (Task 3), which
tasks will be authorized after Task 1 is completed. The City expects to issue contract
amendments to the original consultant agreement up to the amount of these Task amounts as
the project moves to the next stage. The combination of such efforts must comply with HBP
requirements including the timely delivery of the project (10 year rule).
The Project is currently programmed in the HBP and is authorized as a $4,335,550 project
with 88.53% Federal HBP funds and 11.47% local match. The city expects to utilize
Development Impact Fees to provide the local match, and has authorized funding through the
final design phase. All elements of the project, including project contracting & administration,
funding, reporting, project management, scheduling, environmental review and
documentation, design, construction, construction management, post-construction mitigation,
monitoring and other associated activities shall comply with the federal funding requirements.
PROJECT SUMMARY
EXISTING FACILITY
The Placerville Drive Bridge (State Bridge No. 25C0029) is a narrow 2 lane concrete T-Beam
bridge constructed in 1930. It currently has temporary k-rail flares on the approaches to the
concrete railing.
PROPOSED FACILITY
In 1997 a bridge widening project was authorized, and in 1998 Quincy Engineering was hired
to complete the engineering work. As described above, a number of events have led to the
This Preliminary Engineering Feasibility Report phase must address the improvements
necessary for the new bridge and approach work to meet current and future needs. The cost
and benefit of each alternative considered must be determined and included. Upon
completion of the Report, the preparation of an Environmental Document will be completed
to gain full environmental clearance for the project.
For this initial task, the following services are anticipated. The City expects the consultant to
develop their own unique scope of work based on their understanding of City and
Caltrans/FHWA procedures, the project, and the most cost effective way to achieve the
desired results.
Meet with City personnel and representatives from Caltrans, and other jurisdictional agencies
or organizations to discuss structural and operational concerns, approach roadway alignments,
project schedule, PDT meetings, progress reports, LAPM Compliance, and public outreach.
Meetings may be necessary with multiple agencies and organizations to gain their input. The
consultant will assist the City by coordinating these meetings, making presentations, and
compiling the results.
A public meeting is anticipated later in the project to provide the public with an overview of
the Draft Feasibility Study, Environmental Findings, and alternatives being considered.
Identify the effort(s) necessary to complete necessary hydrologic and hydraulic work leading
to the DHS. Flood hydrographs were calculated in 2012 as part of the Comprehensive
Watershed Study and will be made available to the consultant.
Identify the additional work needed to provide the geotechnical information necessary to
make the alternative selection, and then the work needed to proceed through final design.
Identify the steps to be taken to select the type of bridge structure and the approach roadway
alignment, including constructability and traffic flow during construction.
1. Produce a Bridge Feasibility Study Report summarizing the findings of work under
this task. Provide recommendation for the preferred alternative.
ENVIRONMENTAL ANALYSIS
1. The Consultant shall complete a Field Review Form and Preliminary Environmental
Study (PES) package and submit them to Caltrans. No preliminary design work,
environmental studies, or preliminary right of way work should begin until Caltrans’
concurrence on the submitted documents has been received.
2. Once the City has selected a preferred alternative, the Consultant shall prepare all
environmental documents for full compliance with both NEPA and CEQA.
Deliverables:
The proposal shall list the items and quantities to be delivered during the
environmental phase as necessary to complete the work.
Plans: Project plans prepared by the Consultant shall include sets of plans at the 30%, 60%,
90%, and 100% level. All identified and affected existing utilities shall be accurately
indicated on the plans. Plans at a 60% level of completion should be of sufficient level to
begin right-of-way acquisition after environmental determination is achieved. The Consultant
shall coordinate each submittal with the City, Caltrans, affected Utility companies, and any
other agency that might have a stake in the project.
Plan submittal and specifications must be provided in a digital format. The CAD files,
including all topographical data, topographical surfaces, points, alignments, sites, corridors,
and pipe networks must be in AutoCAD Civil 3D 2010 format. Standard Caltrans
abbreviations shall be strictly used throughout.
Specifications: Consultant shall prepare Special Provisions relevant to the Project that will be
used by the City to advertise and construct the project. Three hard copies and one electronic
copy on a CD of Special Provisions shall be delivered to the City after 100% plans are
completed and signed by the engineer.
Estimate: Project estimate prepared by the Consultant shall use Caltrans standard bid item
descriptions wherever possible. Three hard copies and one electronic copy on a CD of final
signed and stamped engineer’s estimates shall be delivered to the City after 100% plans are
signed by the engineer.
Prepare Right of Way Maps and Legal Descriptions: Consultant will research and define
existing right of way and title of adjacent properties and include on base plans. List all
encumbrances shown on the title reports, and the location of existing public and private
utilities obtained from utility companies and include on the base plans. Prepare right of way
exhibits for every affected parcel based on the final alignment and right of way. The exhibit
shall include items such as APN, address, owners name, existing access, physical features
impacted (walls, gates, driveways, fences, structures, trees, etc.) and will assist the appraiser
and acquisition agent in communicating with the property owners. Consultant shall obtain
and review all information pertaining to property ownerships, including title reports, land use,
business operations, access, right of way exhibits, proposed roadway alignments, record
mapping, presence of hazardous materials, and appraisals. A plat and legal description shall
be prepared for all temporary and permanent easements and for all fee takes, and shall be
stamped and signed by a Registered Land Surveyor. Maintain a file on each parcel containing
all information pertinent to its acquisition, and maintain a spreadsheet/checklist showing dates
and steps completed for each parcels acquisition processing.
Right of Way Certification: Consultant shall prepare the Right of Way Certification
requesting construction authorization from Caltrans.
Consultant will prepare plans of existing utilities and determine which utilities are in conflict,
requiring relocation. Consultant will follow the Caltrans utility relocation process and work
with Utility Companies to develop Utility Agreements for execution, assuring that all utility
relocation work is in compliance with Caltrans and FHWA requirements. Provide the utility
companies with proper notice to relocate facilities, provide documentation, and handle
negotiations leading to the determination of responsibility for utility relocation design and
costs. Respond to utility relocation responsibility determination with necessary actions to
keep project on schedule.
TASK 5: PERMITS
Consultant shall identify any permits needed through the environmental process or as
otherwise identified, and process the application for the permit. The City will reimburse for
any associated fees. Consultant shall determine the best timing for permit applications to keep
permit costs as low as possible while still obtaining permits in timely fashion.
As part of the proposal, consultant shall include bid support services that consist of assisting
the City in responding to all Requests for Information during the project advertisement phase.
As part of the proposal, consultant shall include services for engineering construction support.
These services include responding to all Requests for Information (RFI), altering project plans
to address any design flaws or inconsistencies, attendance of the pre-construction meeting,
review of demolition plans, review of false work and shop drawings, consultation with the
construction contractor, and preparation of record drawings.
The Consultant will modify final mylar plans to show final location and layout of all
mechanical: electrical and instrumentation equipment; piping and conduits; structures and
other facilities. As-built record drawings shall reflect change orders, accommodations, and
The consultant can assume that the city would be hiring a separate consulting firm to perform
resident engineer, inspection, and construction staking services. The consultant should
indicate any interest they may have in providing these services also.
PROJECT SCHEDULE
The current Project Schedule is as follows:
Construction 2016-2017
Submit Four (4) copies of all materials and Proposals for review by a City appointed
Selection Committee. Concise, responsive Proposals shall be bound and formatted on 8 ½” x
11” pages (portrait orientation). All Proposals must include the following:
2. A description of the firm identifying the firm's primary services, and professional and
support staff members.
6. A statement expressing the firm's understanding of, and general approach to, the
proposed Project and associated issues. Also, describe the firm’s understanding of
key issues and its approach to resolving those issues.
10. A statement acknowledging that the prospective Consultant has reviewed the
language contained within the Sample Professional Services Contract (see
attachment) and that the prospective Consultant concurs with the provisions
contained within said contract, and can/will meet the indemnity and insurance
requirements without alterations to the City’s standard agreement.
11. A Cost Proposal shall be provided in a separate sealed envelope. It shall include a
cost estimate for the entire Project and for each activity identified in the prospective
Consultant’s Scope of Professional Services. The Cost Proposal shall directly
correspond to the activities listed in the schedule discussed above, as adjusted by the
Consultants unique approach to the project. Cost Proposals shall also include a
person-hour analysis table with job classifications in columns and tasks in rows for
consultant and sub consultant personnel. The prospective Consultant and sub-
consultant’s current hourly fee schedule for personnel shall also be included.
4. Familiarity with State and Federal environmental procedures and documents (General
CEQA/NEPA, Permitting Process)
The selection criteria are provided to assist prospective Consultants and are not meant to limit
other considerations that may be identified during the course of the selection process.
SELECTION PROCESS
City staff will open Proposals following the proposal submittal deadline. The only information
that will be made available to the public at that time will be the names of the consultants
submitting Proposals. The contents of all Proposals, or any other medium which discloses any
aspect of the Proposal, shall be held in strictest confidence until the City releases a Notice of
Intent to Award.
A Consultant Selection Committee will be appointed by the City to evaluate the Proposals. It
is anticipated that representatives from the City and other local government entities will
conduct the evaluations. The Consultant Selection Committee may interview respondent
firms during the selection process if it is determined to be necessary.
When evaluation of the Proposals and presentations has been completed, a Consultant will be
selected and negotiations will be initiated. If for any reason a contract cannot be negotiated,
the City reserves the right to select the next ranked prospective Consultant. The City will then
REJECTION OF PROPOSALS
Prospective Consultants interested in being considered must submit a Proposal in compliance
with this notice. Failure to meet the minimum requirements of the Request for Proposal (RFP)
shall be cause for rejection of the Proposal. The City reserves the right to reject any or all
Proposals.
CONTRACT AWARD
Response and selection of a Proposal will not necessarily result in a contract with the City of
Placerville. Proposal opening does not constitute awarding of a contract. Contract award is
by action of the Placerville City Council and is not in force until fully executed by that
Council.
CITY RESPONSIBILITIES
The City will assign a Project Coordinator with responsibility for overall project management,
for schedule review and approvals, for timely review and approval of project submittals, and for
project coordination, including coordination with other regulatory agencies and stakeholders,
Consultant, Placerville City Council, the El Dorado County Transportation Commission and the
general public.
The City reserves the right to perform any portion of the Scope of Professional Services with
City personnel, as the City may determine is necessary and appropriate, subject to the
availability of resources.
The DBE attachment outlines the requirements for the Proposer to either meet the UDBE goal
or demonstrate Good Faith Effort to meet the goal.
The DBE Goal for the work to be performed under this consultant contract is 4.3%.
The DBE Commitment Form, Exhibit 10-01, the Good Faith Effort Form 15H, and a sample
subcontractor/DBE agreement are available in the LPM.
Responses to inquiries and/or clarifications to this RFP will be posted to the City website under
“Our City/RFP” or by following this direct link: http://goo.gl/GP5EUo. It is incumbent on the
proposer to monitor the website for potential changes to the RFP prior to submitting.
All Proposals shall be received no later than 5:00 pm, Monday August 19th, 2013, at
City of Placerville City Hall, 3rd Floor
3101 Center Street
Placerville, California 95667
All Proposals shall be submitted in a sealed envelope that is clearly marked “Bridge
Replacement Project Placerville Drive Bridge @ Hangtown Creek”. Late proposals will not be
accepted.