Douglas County legal - 13791

 

REQUEST FOR PROPOSALS

FROM CONSTRUCTION MANAGER AT RISK FIRMS

FOR GARDNERVILLE RANCHOS GENERAL IMPROVEMENT DISTRICT

SOUTH DISTRICT PIPELINE REPLACEMENT PROGRAM PHASE 1 PROJECT

Intent:

It is the intent of this Request for Proposals (RFP) to:

Solicit sufficient and verifiable information from prospective providers of

Construction Manager at Risk (CMAR) services to provide experienced

and expert preconstruction services to the Gardnerville Ranchos General

Improvement District (GRGID) for pipeline replacement and associated

improvements. Interested applicants must be a Construction Manager at

Risk eligible to bid on a Nevada public works pursuant to NRS 338.1379

prior to submitting a proposal.

Description, Estimated Cost, and Anticipated Dates of Project:

Project Name: GRGID SOUTH DISTRICT PIPELINE

REPLACEMENT PROGRAM PHASE 1 PROJECT

Engineer’s Preliminary Estimate of Probable Cost: $4,500,000

GRGID intends to replace approximately 20,000 lineal feet of existing

12-inch diameter water main in the south District under Phase 1 of a

multi-phase pipeline replacement program. The pipeline replacement

program will replace all of the existing asbestos-cement pipe (Phase

1) and schedule 40 PVC pipe (future phases) in the south District. The

project will include traffic control, public outreach, underground utilities,

pavement patching, minor grading, and miscellaneous site improvements

to support and complete the overall project.

The preconstruction phase of this public work will involve a review

of constructability, project phasing and possible value-engineering

opportunities. The preconstruction phase of the project is anticipated to

commence in August of 2021 and extend through November of 2021.

Construction activities will involve replacing the existing 12-inch asbestos

cement pipe (ACP) that presently serves as the backbone water main

for the south District. This includes trenching, excavation, backfill

screening, traffic control, AC repair (trench patch only), installation

of new valves, hydrants, and appurtenances, as well as testing,

disinfection, and transitioning the water system over to the new 12-inch

main. Construction is anticipated to commence in winter of 2021 and

be constructed over four to five months. The following phases of the

pipeline replacement program are anticipated to occur over the next 3 to

5 years.

Detailed information regarding tentative schedules for the

preconstruction and construction phases of this public work, together

with the list of the selection criteria and relative weight of the selection

criteria that will be used to evaluate the proposals are available to all

applicants within the project packages.

Copies of the proposal packages may be obtained from the Lumos

& Associates, Inc., Plan Room: Lumosinc.com – click on Plan

Room Link in upper right-hand corner or use the link below:

https://qap.questcdn.com/qap/projects/prj_browse/ipp_browse_grid.

html?group=3974495&provider=3974495

Proposal packages (8 copies required) from all interested parties

will be accepted until:

July 2, 2021, at 2:00 p.m. local time

To assure consideration, the proposals shall be enclosed and

sealed in an envelope marked “GARDNERVILLE RANCHOS

GENERAL IMPROVEMENT DISTRICT - SOUTH DISTRICT PIPELINE

REPLACEMENT PROGRAM PHASE 1 PROJECT” and addressed to

the GRGID District Manager:

Gardnerville Ranchos General Improvement District

Greg Reed, District Manager

931 Mitch Drive

Gardnerville, NV 89460

(775) 265-2048

For further information regarding the project, or to request

a copy of the proposed form of the contract(s) to assist in

the preconstruction or construction of the project, interested

applicants may contact:

Jonathan Lesperance, P.E. (Designee for GRGID)

Lumos & Associates

jlesperance@lumosinc.com

(775) 883-7077

Applicant proposals will be ranked and shortlisted according to the

following selection criteria:

1. Firm and Key Personnel Qualifications (20/100)

2. Project Experiences in Projects of Similar Size and Scope

(10/100)

3. Project Experience in Public Outreach (15/100)

4. Project Implementation (20/100)

5. Past Performance (15/100)

6. Litigation and Dispute History (15/100)

7. Certificate of Eligibility (5/100)

8. Prior Disqualification (Pass/Fail)

9. Breach of Contract (Pass/Fail)

10. Insurance & Bonding Capacity (Pass/Fail)

11. Nevada Licensed Contractor (Pass Fail)

Shortlisted applicants will be interviewed and ranked according to

the following selection criteria:

1. Firm and Key Personnel Qualifications (5/100)

2. Project Experience in Public Outreach (10/100)

3. Project Implementation (20/100)

4. Past Performance (5/100)

5. Certificate of Eligibility (5/100)

6. CMAR Safety Program (5/100)

7. CMAR Fee Proposal (10/100)

8. CMAR Interview (40/100)

Pub: June 5, 12, 19, 2021 Ad#13791


Comments

Use the comment form below to begin a discussion about this content.

Sign in to comment