40
REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES FOR COYOTE CREEK LEVEE EVALUATION DECEMBER 23, 2013 Updated January 17, 2014 Proposals will be accepted until 4:00 p.m., January 24, 2014 at: Marin County Department of Public Works 3501 Civic Center Drive, Room 304 San Rafael, California 94903 With attention directed to: Neal Conatser [email protected]

REQUEST FOR PROPOSALS - Marin County/media/Files...tasks specified in this Request for Proposals (RFP ... Public Law (P.L.) 84‐99 ... Task 1.3 ‐ Prepare Subsurface Exploration

Embed Size (px)

Citation preview

REQUEST FOR PROPOSALS  

PROFESSIONAL ENGINEERING SERVICES FOR 

 

COYOTE CREEK LEVEE EVALUATION  

DECEMBER 23, 2013 

Updated January 17, 2014

 Proposals will be accepted until 4:00 p.m., January 24, 2014 at: 

 

Marin County Department of Public Works 

3501 Civic Center Drive, Room 304 

San Rafael, California 94903 

 

With attention directed to: 

Neal Conatser 

[email protected]

RFP – COYOTE CREEK LEVEE EVALUATION i 12/23/13

TABLE OF CONTENTS Paragraph  Page 

 

SECTION 1 ‐ INTRODUCTION & BACKGROUND 

Introduction .................................................................................................................................................. 1 

Background ................................................................................................................................................ 1‐2 

 

SECTION 2 ‐ SCOPE OF WORK 

Project Goals ................................................................................................................................................. 3 

Scope of Work .......................................................................................................................................... 3‐10 

Grant Funding  ............................................................................................................................................ 10 

Project Management & Administration ................................................................................................. 10‐11 

 

SECTION 3 ‐ SUBMITTING A PROPOSAL 

Notice   ......................................................................................................................................................... 12 

RFP Schedule  .............................................................................................................................................. 12 

Submittal Instructions  ........................................................................................................................... 12‐13 

Proposal Requirements  ......................................................................................................................... 13‐15 

Pre‐Proposal Meeting  ................................................................................................................................ 15 

Questions & Clarifications  .......................................................................................................................... 15 

Validity  ....................................................................................................................................................... 15 

Award of Contract  ...................................................................................................................................... 16 

Minimum Qualifications  ............................................................................................................................. 16 

Insurance  .................................................................................................................................................... 16 

Reference Materials .................................................................................................................................... 17 

Sample Contract Agreement  ...................................................................................................................... 17 

 

SECTION 4 ‐ PROPOSAL EVALUATION & SELECTION 

Evaluation Criteria  ................................................................................................................................. 17‐18 

Evaluation Process  ................................................................................................................................ 18‐19 

Selection Process  ....................................................................................................................................... 19 

Negotiations  ............................................................................................................................................... 19 

 

SECTION 5 ‐ EXHIBITS 

 

Exhibit A – Location Maps 

Exhibit B – Available Reference Materials 

Exhibit C – Sample Contract Agreement 

Exhibit D – Geographic Data Contract Deliverables Guidelines

RFP – COYOTE CREEK LEVEE EVALUATION - 1 - 12/23/2013

SECTION 1 

INTRODUCTION & BACKGROUND  

INTRODUCTION 

 The Marin County Flood Control and Water Conservation District  (District)  is soliciting proposals  from experienced  and  well‐qualified  consulting  engineering  firms  to  furnish  professional  services  for  an evaluation of the Coyote Creek levee located in the unincorporated community of Tamalpais Valley (see maps, Exhibit A). Services shall include, but not be limited to, geotechnical engineering, hydrologic and hydraulic  engineering,  engineering  design,  and  engineering  cost  estimating  necessary  to  provide  a comprehensive assessment of the current condition of the levee system and develop recommendations for both short‐ and long‐term levee improvements which meet the goals of this evaluation. Knowledge of  U.S.  Army  Corps  of  Engineers  (Corps)  and  Federal  Emergency  Management  Agency  (FEMA) regulations,  standards,  policies,  and  guidance will  also  be  required.  All  technical  and  administrative support  required  to  provide  services  and  deliver  completed  work  products  to  the  District  shall  be included. A lump sum professional services contract (see sample, Exhibit C) to successfully complete all tasks specified in this Request for Proposals (RFP) will be presented to the District’s Board of Supervisors for their consideration of approval.  Reference  documents  and  background  information  relevant  to  this  RFP  will  be  available  to  all respondents online at:   https://www.dropbox.com/sh/si6xf1jngqv2wxd/9vjh8QY_0d   BACKGROUND  The Coyote  Creek  Local  Flood  Protection  Project  (Project) was  constructed  by  the Corps  in  the mid‐1960s and protects a portion of the Tamalpais Valley community from high flows  in Coyote Creek and Nyhan  Creek  (also  erroneously  referred  to  as  Tennessee  Creek)  as  well  as  from  high  tides  from Richardson  Bay.  After  construction,  the  Project  was  transferred  to  the  District  for  operation  and maintenance and is presently subject to the Corps’ Rehabilitation and Inspection Program (RIP) per P.L. 84‐99.  The  Project  consists  of  a  concrete  channel  and  system  of  earthen  levees  situated  along  an approximately 7,800 ft. section of Coyote Creek extending from just upstream of Maple St. downstream to  the Mill Valley – Sausalito Pathway at Richardson Bay. A second 450  ft. segment of earthen  levees along Nyhan Creek, from  its confluence with Coyote Creek upstream to Marin Ave.,  is also  included as part of the Project (see Maps, Exhibit A).  The Project is commonly divided into the following segments or reaches:   

Upper Reach – concrete channel section beginning near Maple St. and extending downstream to the end of the concrete channel upstream of Flamingo Rd.  

Middle  Reach  –  earthen  section  beginning  at  the  downstream  end  of  the  concrete  channel upstream of Flamingo Rd. and extending downstream to the Highway 1 / Shoreline Hwy. Bridge. This  section  also  includes  a  portion  of Nyhan  Creek  beginning  at  the Marin Ave.  Bridge  and 

RFP – COYOTE CREEK LEVEE EVALUATION - 2 - 12/23/2013

extending downstream to the confluence of Nyhan Creek with Coyote Creek. Portions of the left bank downstream of Flamingo Rd. include a concrete block floodwall. 

 

Lower  Reach  –  earthen  section  beginning  at  the Highway  1  /  Shoreline Highway  Bridge  and extending downstream along Bothin Marsh to the Mill Valley – Sausalito Pathway. Like much of the Project area, this reach has experienced substantial settlement due to soft soils. However, unlike other  levee  segments,  the  Lower Reach has not been maintained  to  its original design elevation and is regularly overtopped by high tides.  

 Several alterations and additions to the Project have been made since its construction including, but not limited to: the construction of a concrete masonry unit flood wall (1976) and Tennessee Valley Pathway (2013),  and  installation of  the Crest Marin  (1977),  Cardinal  (1983),  and  Shoreline  (1985)  stormwater pump stations.  The Corps  requires  the District  to maintain  the Project  to  its original design  specification, which was intended to convey the 20 year design flow of 1,750 cfs (USACE, 1959). The District maintains the Project by  removing accumulated  sediment  from  the  creek and  channel, with  sediment  removal occurring  in 1974,  1983,  1988,  1990,  1991,  1998,  and  2003.  (The  next  sediment  removal  episode  is  tentatively planned  for  2015.)  Additional maintenance  includes  annual  pump  station maintenance  and  repairs, vegetation maintenance,  and  rodent  abatement.  The District  has  also  added  fill material  to  earthen sections of the levee crown in order to maintain levee elevations and installed slurry cut‐off walls within certain levee sections to address seepage.  Recent Corps Routine  Inspection  Program  (RIP)  inspections  conducted  in  2010  and  2012 have  found portions of the Project to be out of compliance with the original Project agreement and current Corps operation  and maintenance  standards.  In  2013  the  District  completed  a  resurveying  and  hydraulic remodeling effort of the Project under a contract with Noble Engineering in order to help assess current conditions and help inform sediment removal needs. (Reports documenting inspection results as well as surveys and a HEC‐RAS model of the Project will be provided to RFP respondents upon written request.)  Nearing fifty years in age, the District wishes to undertake a comprehensive assessment of the Project’s existing  condition  in  order  to  help  define  and  support  both  short‐  and  long‐term maintenance  and improvement goals. Maintenance and improvements may be necessary in order to address observations made  during  the  Corps’  inspections.  In  addition,  the  development  and  assessment  of  improvement alternatives must  be made  in  order  to  determine  options  for maintaining  and,  if  feasible  and  cost‐effective, increasing the level of protection afforded by the Project. 

RFP – COYOTE CREEK LEVEE EVALUATION - 3 - 12/23/2013

  

SECTION 2 

SCOPE OF WORK   PROJECT GOALS   The Evaluation must be comprehensive  in scope and detailed  in  its analysis to adequately address the following goals:   

1. Obtain a comprehensive and detailed account of current geotechnical conditions of the Project, including the performance of levee and underlying foundation soils.   

2. Develop a complete and executable plan for bringing the Project  into full compliance with the Corps’ Rehabilitation and Inspection Program (RIP), and thereby restore full system eligibility for Public  Law  (P.L.) 84‐99  rehabilitation assistance. While an overall  system  rating of  “Minimally Acceptable” is required for restoring system eligibility, the goal of the developed plan shall be to meet an overall system rating of “Acceptable”.  

3. Provide a set of Project improvement alternatives, including those which:  A. Meet original Corps’ requirements B. Meet current Corps’ requirements C. Meet current Corps’ requirements, plus improve the level of protection provided D. Meet current Corps’ and FEMA accreditation requirements E. Meet current Corps’ and FEMA accreditation  requirements with consideration of sea‐level 

rise.   Where  possible,  alternatives  should  be  evaluated  for  and maximize multi‐benefit  objectives, such  as  providing  opportunities  for  public  access  and  habitat  enhancement,  minimizing environmental impacts, and reducing the required frequency of sediment removal.  

 SCOPE OF WORK  The  scope of work  (SOW)  for  achieving  the project  goals has been  grouped  into  the  following  tasks, which are described in detail in the following paragraphs:  

Task 1 – Geotechnical Investigation 

Task 2 – Hydraulic Analysis 

Task 3 – Failure Analysis 

Task 4 – Alternatives Assessment  

RFP – COYOTE CREEK LEVEE EVALUATION - 4 - 12/23/2013

 Task 1 – Geotechnical Investigation  At a minimum, the geotechnical investigation shall include the following:  Task 1.1 – Review Existing Documentation  Available  documentation  of  the  levee  system  will  be  reviewed  as  part  of  this  task  and  prior  to conducting the site reconnaissance under Task 1.2, including:  

Reports  and  records  of  levee  performance  during  high  water  events  (instances  of  erosion, sloughing, seepage, overtopping, etc.) 

As‐built drawings for the original levee and/or repairs 

Levee design reports or memoranda and design computations 

Levee construction reports, data, specifications 

Current survey information and available surveyed cross‐sections of the river channel and levee 

Records and data regarding existing utility crossings  

Recent USACE Annual and Periodic Inspection reports 

Regional and site‐specific geology reports, aerial imagery, test boring logs and other geologic or geotechnical  data  along  or  adjacent  to  the  levee,  soil  testing  data,  foundation  material characteristics, and inferred stratigraphy 

Groundwater studies, including logs and water levels from wells in the vicinity of the levee 

Information on any repairs or upgrades made to the levee system and records of permits for any alterations made to the levee since its construction (such as changes to the levee cross‐section, construction or abandonment of utilities, and bridges over the levee) 

Current operations and maintenance manual for nearby levee reaches 

Operation and maintenance records 

H&H studies by Corps, FEMA, Noble and others 

Levee and ground subsidence data  The District will provide  readily  available documents,  including  reports  and  data,  for  review  and will require  that  any  additional  relevant  documents which  are  not  readily  available  be  identified  and,  if possible, retrieved. Documents shall be reviewed to: (1) develop a complete understanding of the levee system,  typical  levee  sections,  foundation  conditions,  and  historic  performance  of  the  system;  (2) identify areas of potential erosion, seepage, or stability concern; and  (3) verify areas where additional information is desired.  All existing  investigation  logs  (e.g.,  test pits, boring and CPT  logs)  shall be  compiled and  input  into a database  for  use  during  future  analyses.  All  features  of  interest  (pumps,  wells,  gaps,  etc.)  and documented historical performance  issues shall be georeferenced  in a Geographic  Information System (GIS)  database  (e.g.,  ESRI  shapefile,  ESRI  geodatabase)  for  future  use.  (See  Appendix  D  for  specific requirements.)  Key  deliverable(s):  Memo  listing  documents  reviewed,  any  missing  documents,  and  a  summary  of significant findings; GIS database  

RFP – COYOTE CREEK LEVEE EVALUATION - 5 - 12/23/2013

Task 1.2 – Site Reconnaissance  A  detailed  field  reconnaissance  and  inspection  of  the  levee  system  shall  be  conducted  in  order  to document  any obvious  issues or  areas  requiring  specific  analysis. Reconnaissance  shall  include  visual confirmation of as‐built/record drawings, assessment of current conditions, evaluation of maintenance and operation conditions, and field verification of RIP inspection observations made by the Corps.  Key deliverable(s): Memo describing the following: (1) observations from site reconnaissance, including documentation of any obvious  issues or areas requiring specific analysis; (2) descriptions of deviations from  as‐built/record  drawings;  (3)  observations  of  current  conditions;  and  (4)  an  assessment  of  RIP inspection findings compared to existing conditions.  Task 1.3 ‐ Prepare Subsurface Exploration Work Plan  Prepare  a  subsurface  exploration  program  following  execution  of  site  reconnaissance  and  document review  as  per  Tasks  1.1  and  1.2.  The  subsurface  exploration  program  shall  provide  all  critical  data needed  to meet  the goals of  this SOW,  including obtaining a detailed account of current geotechnical conditions of the Project, and providing a set of alternatives  for Project  improvement,  including those which would meet FEMA certification requirements.  The  Subsurface  Exploration  Plan  shall  summarize  the  relevant  findings  from  the  site  inspection  and document review, layout the proposed exploration locations, types, depths, methods, and sample types, and plan for laboratory testing of collected samples.  A Health and Safety Plan shall also be prepared.  Key deliverable(s): Subsurface Exploration Plan and Schedule; Health and Safety Plan.  Task 1.4 – Permits, ROE, USA, Field Visit  Prior to the initiation of the field portion of the geotechnical exploration the Consultant shall obtain and pay  for  all  permits  necessary  to  perform  the  geotechnical  explorations  with  the  exception  of  any environmental permits, cultural permits/clearances, or access permits, which the District will obtain only upon the Consultant’s advisement and written request. The Contractor will be responsible for  locating all utilities, contacting Underground Service Alert (USA), and coordinating with all utilities, as required to locate all utilities in the vicinity of the exploration area.   Key deliverable(s): Copies of all  required drilling permits; Memos  requesting  the need  to address any additional required permits and/or clearances.  Task 1.5 – Geotechnical Explorations  Based on  the preceding  tasks,  the Consultant shall prepare a  field exploration program  in accordance with the Corps’ geotechnical investigation guidelines. All soil classification, sampling, and logging shall be performed  in  accordance  with  ASTM  2488  and  by  geologists  or  engineers  under  supervision  of  a qualified Geotechnical Engineer with current license in the State of California.  

RFP – COYOTE CREEK LEVEE EVALUATION - 6 - 12/23/2013

Task  1.6  Prepare Boring  Logs;  Task  1.7  ‐  Subsurface  Profiles;  Task  1.8 Coordinate  Laboratory  Testing Program  Geotechnical  laboratory  testing  shall  be  performed  on  soil  samples  collected  during  the  subsurface exploration program in order to aid in soil classification and development of engineering parameters for levee evaluation. The laboratory testing shall include index testing such as in situ moisture and density, grain‐size  distribution,  and  Atterberg  limits.  Strength  testing  such  as  direct  or  triaxial  shear  and consolidation tests shall be performed, as appropriate.   Task 1.9 – Geotechnical Data Report  Data collected during the subsurface investigation and laboratory testing program shall be summarized in  a Geotechnical Data Report  (GDR).  The GDR  shall  include exploration  logs  from borings  and CPTs, laboratory  test  results, maps  showing  locations  of  available  previous  and  currently  performed  field explorations,  a  description  of  instruments  used  in  the  investigation,  and  other  relevant  collected information.  The  GDR  shall  also  include  a  summary  of  findings  and  a  description  of  site  conditions observed during Task 1.1 ‐ Site Reconnaissance.  The consultant shall submit a draft GDR for District review. A meeting/teleconference with The District shall be held upon  review of  the GDR  to discuss any  comments or questions.   A  final  report  shall be submitted once all comments have been adequately addressed, and will be  signed by a Geotechnical Engineer  (GE)  with  current  license  in  the  State  of  California.  Five  copies  of  the  final  report  for distribution shall be prepared for the District.    Key deliverable(s): Draft and final Geotechnical Data Reports   Task 2 – Hydraulic Analysis  For Task 2 the consultant shall be provided with a HEC‐RAS model of the Coyote Creek system and shall review, update,  refine, and use  the model as needed  to calculate all  inputs necessary  for successfully completing Task 3 – Failure Analysis and Task 4 – Alternatives assessment. The District will provide the Consultant with: 

a. Original USACE 1‐in‐20 year flow rate b. FEMA flow rates from current Flood Insurance Study (FIS) c. Updated flow rates for the 1‐in‐20 year, 1‐in‐50 year, 1‐100 year recurrence intervals based 

on revised hydrology performed by the District d. Downstream  boundary  conditions  for  the  current  year,  2050,  and  2100  (riverine  and 

coastal).  The Consultant  shall have  a well‐qualified  and  experienced hydraulic  engineer on  their  team  for  the purpose of setting‐up, running, and evaluating the model, and incorporating the model output into the Evaluation. The Consultant  shall be  fully  responsible  for  reviewing  the model  set‐up and assumptions and for ensuring that the parameters used are correct and meet the goals of the Evaluation.   Key deliverable(s): Draft and  final hydraulic analysis memo describing modeling methodology,  inputs, outputs, and outcomes. Consultant shall evaluate velocity and scour on the levees and structures as well 

RFP – COYOTE CREEK LEVEE EVALUATION - 7 - 12/23/2013

as provide an assessment on impacts to sediment transport in the creek. Memo shall include a listing of all unresolved warnings and/or errors and a description of the modeler’s attempts to address warnings and/or errors.  Task 3 – Failure Analysis  The  individual  elements  of  this  task  shall  be  documented  in  a  series  of  technical memorandums  as indicated  in  the  descriptions  below  and,  along  with  the  GDR  described  in  Task  1  –  Geotechnical Investigation,  be  used  as  the  basis  for  assessing  each  of  the  alternatives  described  in  Task  4  – Alternatives Assessment.  Task 3.1 – Site Characterization  Site characterization shall consist of a review of all available  information as presented  in the GDR, and partitioning of the levee system into analytical reaches, which can thereby be represented with a single representative  cross‐section. The goal of each  selection  shall be  to divide  the  levee alignment  into a minimum number of analysis reaches that are reasonably consistent with available data, assumptions, and geotechnical analyses objectives.    Once reach selection is complete, Consultant shall determine the location of cross‐sections for seepage and stability geotechnical analysis. Analysis sections shall be chosen within a reach based on the density of information and/or where the most adverse conditions are found. The number and location of cross‐sections shall be sufficient  for meeting  the goals of  the Evaluation and shall be subject  to  review and approval by the District.   Key deliverable(s): Site Characterization Technical Memorandum  Task 3.2 – Levee Evaluation  The  following engineering analyses shall be performed  to evaluate  levee performance consistent with the  requirements  established  in  Title  44,  Section  65.10  of  the  Code  of  Federal  Regulations  (44  CFR 65.10):  

Task 3.2.1 ‐ Stability and Seepage Analyses   

Consistent with  FEMA  regulation  44  CFR  65.10  (b)  (4),  an  engineering  analysis  of  the  levee embankment stability shall be performed. The analysis shall evaluate expected seepage during loading conditions associated with  the base  flood and evaluate  if seepage  into or  through  the levee  foundation  and  embankment  will  jeopardize  embankment  or  foundation  stability. Seepage and embankment  stability analyses  shall be performed on generalized  cross‐sections taken  along  the  levee  system  and  shall  be  based  on  information  collected  during  Task  1 described above.  Seepage analyses shall be performed in general accordance with the procedures outlined in the following USACE documents: EM 1110‐2‐1913, Design and Construction of Levees, EM‐1110‐2‐1904, Seepage, and ETL 1110‐2‐569 Design Guidance for Levee Underseepage.  Seepage analyses shall focus on through‐seepage and underseepage. Seepage analyses shall be performed using the GeoStudio computer program SEEP/W, or with an alternative pre‐approved by the District. 

RFP – COYOTE CREEK LEVEE EVALUATION - 8 - 12/23/2013

 Slope stability analyses shall be performed  in general accordance with the procedures outlined in  EM  1110‐2‐1913, Design  and  Construction  of  Levees  and  EM  1110‐2‐1902,  Slope  Stability. Slope  stability  analyses  shall  focus  on  the  steady‐state  and  rapid  drawdown  loading  cases.  Stability analyses shall be performed using the GeoStudio computer program SLOPE/W, or with an alternative pre‐approved by the District.   Task 3.2.2 ‐ Settlement Analyses   Consistent with FEMA regulation 44 CFR 65.10 (b) (5), an engineering analysis will be performed to assess  the potential and magnitude of  future  losses of  freeboard as a  result of settlement.  Based on review of existing  information provided by the District, portions of the  levee system have experienced settlement to varying degrees.  It  is assumed that settlement analysis will be performed at up to five cross‐sections along the levee.     

 Task 3.2.3 – Levee Evaluation Technical Memorandum   The Consultant shall provide both draft and final versions of technical memoranda summarizing the undertakings and  findings of Task 3,  including  stability,  seepage, and  settlement analyses and  seismic  hazard  evaluation  (including  seismic  stability  and  liquefaction  assessments). Consultant  will  work  with  the  Army  Corps  and  District  staff  to  address  any  comments  and recommended edits indicated from the Corps’ review.  Key deliverable(s): Levee Evaluation Technical Memorandum 

  Task 4 – Alternatives Assessment  This task  involves the development of alternatives as described  in Table A below. Each alternative will involve  the development of  recommendations  for meeting  all  requirements  for bringing  the  channel into  full compliance under  the Corps Rehabilitation and  Inspection Program,  thereby  restoring system eligibility  for  Public  Law  (P.L.)  84‐99  rehabilitation  assistance. Where  practical,  a minimum  of  three different solutions for each alternative should be considered.    Solutions may include, but not necessarily be limited to:  

a. Raising levees with earthen fill b. Raising levees with floodwalls and/or other engineered structures c. Modification of the current channel alignment d. Modification to sediment management (e.g., sediment removal) practices e. Land repurposing, including real estate acquisition 

 In  addition,  a  general  evaluation  of  tidal  barrier  alternatives  and  approximate  costs  based  on  local geotechnical conditions shall be prepared at two  locations within Coyote Creek  (mouth and a  location upstream) as approved by the District.   

RFP – COYOTE CREEK LEVEE EVALUATION - 9 - 12/23/2013

Table A: Preliminary Summary of Alternatives  

Alternative Name 

1 Baseline 

2 Updated 

3 Enhanced 

4 FEMA 

Accredited 

5 FEMA 

Accredited with Sea‐level 

Rise 

Alternative Description 

Recommend improvements  necessary to meet original Corps' design parameters 

Recommended improvements necessary to meet current 

design parameters as revised by the 

District 

Recommended improvements necessary to increase the level of 

protection 

Recommended improvements necessary to secure FEMA accreditation 

today 

Recommended improvements necessary to secure FEMA accreditation for the year 

2050  

Riverine Hydraulics 

Flow Assumption 

1‐in‐20 yr flow from 1960s 

District revised 1‐in‐20 yr flow 

District revised 1‐in‐50 yr flow 

District revised 1‐in‐100 yr 

flow 

District revised 1‐in‐100 yr 

flow 

Riverine Hydraulics 

Downstream Boundary Condition Assumption 

MHHW from 1960s 

MHHW for present day (FEMA) 

MHHW for present day (FEMA) 

MHHW for present day (FEMA) 

MHHW for year 2050  

Coastal Hydraulics 

Downstream Boundary Assumption 

Analysis not required 

Analysis not required 

100‐year Bay Coastal water 

surface elevation 

100‐year Approximate Bay Coastal water surface elevation  

Approximate 100‐year Bay Coastal water 

surface elevation for 

2050  

Minimum Geotechnical 

Analysis Required 

Failure analysis of alternative including stability, 

seepage, and settlement 

Failure analysis of alternative including stability, 

seepage, and settlement 

Failure analysis of alternative including stability, 

seepage, and settlement 

Failure analysis of alternative including stability, 

seepage, and settlement 

Failure analysis of alternative including stability, 

seepage, and settlement 

FEMA Accreditation per 44 CFR. 

65.10 

No  No  No  Yes  Yes 

USACE RIP Compliant 

Yes  Yes  Yes  Yes  Yes 

 

RFP – COYOTE CREEK LEVEE EVALUATION - 10 - 12/23/2013

 The results of the Task 3 ‐ Failure Analysis, shall be used to develop recommended remedial alternatives for  each  reach,  where  needed,  which  shall  be  summarized  in  a  Remedial  Alternatives  and  Cost Estimating  Report  (RACER).  The  Consultant  shall  develop  and  evaluate  the  proposed  conceptual alternatives  and,  where  applicable,  assess  their  viability  and  ability  of  bringing  levee  reaches  into compliance  with  the  requirements  of  44  CFR  65.10,  excluding  the  interior  drainage  analysis requirement.   The Consultant shall establish dimensions and geometry of the remedial alternatives for analysis. Alternatives  shall be  illustrated on both  scaled plan drawings with  sufficient detail  to clearly describe  all  physical  attributes  of  the  alternative  and  how  it  relates  to  environmental  conditions. Required right of way for the alternative shall be quantified and mapped and adjacent property impacts shall be identified.  This  task  also  includes  the  development  of  quantities  for  the  verified  remedial  alternatives,  and preparation of preliminary cost estimates to the +‐25 percent level of accuracy. Costs shall be presented as  capital  costs,  annual  maintenance  costs  and  shall  be  reduced  to  a  present  value  amount  for comparison between alternatives using an  interest rate suggested by the Consultant and approved by the District.      The project team shall submit a draft RACER for the District review. A meeting/teleconference with the District shall be held upon review of the RACER to discuss any comments or questions. The Consultant shall note and track all comments and identify how they were addressed in subsequent revisions of the report. A final report shall be submitted once all comments have been addressed, and shall be signed by a Professional  Engineer  (PE)  and Professional Geologist  (PG)  licensed  in  the  State of California.    Five copies of the final report for distribution shall be prepared for the District.  Key deliverable(s): Draft and final submittals of Remedial Alternatives Cost Estimating Report   

GRANT FUNDING 

 

A  grant  award was  received  from  the California Department of Water Resources  (DWR)  through  the Local Levee Assistance Program (LLAP) and will reimburse the District for 55% of the up to $491,829 in costs related to completion of this Scope of Work. The Consultant shall track project costs in the level of detail  required  to successfully submit  reimbursement  requests and  receive  reimbursement  from DWR for all eligible work performed. 

 

 

PROJECT MANAGEMENT & ADMINISTRATION 

  Project Kick‐off Meeting  As  soon  as possible  following entering  into  a professional  services  agreement, Consultant  shall meet with District  to  convene  a  project  kick‐off meeting.  Project  participants will  be  identified  and  tasks, schedules, and deliverables discussed  in detail. Expectations of each party will be outlined and agreed upon. 

RFP – COYOTE CREEK LEVEE EVALUATION - 11 - 12/23/2013

  Project Status Reports  The Consultant shall prepare biweekly Project Status Reports updating District staff of work progress, schedule, and budget. Project Status Reports shall  include a summary of any actions requested of the District and their status.   Project Status Meetings  The  Consultant  shall maintain  and  provide  thorough  documentation  of  its work  and  be  prepared  to meet,  as  necessary,  to  discuss  work  completed,  work  in  progress,  budget,  up‐to‐date  schedule  for project deliverables, and to address any areas of potential concern which may require resolution.     Project Presentations  The  Consultant  shall  prepare  content  for  and  present  project  results  at  up  to  two  formal meetings. Meetings may include stakeholders and members of the public.   Progress Payments  Payments  shall be broken out by  task/subtask  as described  in  this RFP  and will be paid  in  full upon successful completion of each task. Each invoice must provide sufficient detail such that the District can use  invoices, as submitted,  for obtaining  reimbursement  through  the District’s Local Levee Evaluation (LOLE)  grant with  the  state  Department  of Water  Resources  (DWR).  This will  require,  for  example, detailed accounts of  changes  incurred,  including  supporting documentation of hours worked by each staff member, dollars charged, and invoices from any sub‐consultants.       

RFP – COYOTE CREEK LEVEE EVALUATION - 12 - 12/23/2013

SECTION 2 SUBMITTING A PROPOSAL 

 

 

NOTICE 

 

The  Marin  County  Nuclear  Free  Zone  law,  the  provisions  of  which  are  carried  out  by  the  County 

Government's  Peace  Conversion  Commission,  prohibits  the  County  from  making  investments  in, 

purchasing from, or in any way contracting with Nuclear Weapons contractors, or their subsidiaries.  

 

The Commission, using the procedures outlined  in Marin County Code Sections 23.13.010 to 23.13.080 

has determined that the corporations listed on the website below are nuclear weapons contractors. The 

County, therefore, will only make investments in, purchase from, or in any way contract with such listed 

companies under circumstances where no reasonable alternative is available.  

 

Please refer to the following link for details: 

http://www.marincounty.org/depts/bs/boards‐and‐commissions/commissions/PeaceConversion 

 

 

RFP SCHEDULE 

 12/23/13    RFP Released 1/7/14      Pre‐proposal meeting 1/10/14    Questions from consultants due 1/17/14  Responses to consultants’ questions available 1/24/14  Proposals due 1/31/14  Shortlist notification 2/10/14 – 2/11/14  Consultant interviews  2/14/14  Selection of preferred consultant 3/18/14  Issuance of Notice of Award by Board of Supervisors (estimated)   

SUBMITTAL INSTRUCTIONS 

 

General 

Proposals  shall be enclosed  in a  sealed package. Respondent’s name and address  shall appear  in  the upper  left‐hand  corner  of  the  package.  All  proposals  shall  be  identified  with  Coyote  Creek  Levee Evaluation RFP  legibly written on  the outside of  the packages(s).  If multiple packages are  submitted, each package must be legibly numbered (i.e., 1 of __, as required.)  

Submittal 

1. Respondents  shall  submit  one  (1)  original with  three  (3)  copies  of  its  Proposal  to  the  following address. The “original” shall be marked on the outside cover and contain a “wet” signature.  

 

RFP – COYOTE CREEK LEVEE EVALUATION - 13 - 12/23/2013

By Mail   In Person or by Courier 

   

County of Marin  County of Marin 

Department of Public Works 

Attn:  Neal Conatser 

Department of Public Works 

Attn:  Neal Conatser 

P. O. Box 4186  3501 Civic Center, Room 304 

San Rafael, California 94913  San Rafael, California 94903 

 

2. Proposals will be received until 4:00 p.m. PT, January 24, 2014. Respondents or couriers may ask for a copy of the receipt  for  their records. Proposals received after the stated time and date, may be considered non‐responsive and returned unopened.  

3. Respondents  may  choose  to  email  a  copy  of  their  complete  and  signed  Proposal  to [email protected] by  the deadline and  follow‐up  their  submittal by mailing  the one  (1) original and three  (3) copies within two  (2) business days. Emailed proposals must match  in their entirety proposals received by mail or courier. 

 

4. The District will not be responsible for submittals that are delinquent,  lost, mismarked, sent to an address other  than  that given herein, or sent by mail or courier service and not signed  for by  the District. 

 

 

PROPOSAL REQUIREMENTS 

 

The  information  requested  below will  be  used  to  evaluate  the  respondent’s  proposal  based  on  the criteria outlined in Section 5. Respondents may be deemed non‐responsive if they do not respond to all areas, 1 through 10.  Proposals shall be placed in soft binders.  Proposals shall be organized in separate sections tabbed with corresponding numbers and related headings in the order presented below:  

1. Executive Summary Letter 2. Validity and Statement of Compliance 3. Certificate of Insurance 4. Minimum Qualifications/Special Requirements 5. Past Performance 6. Work Methodology 7. References 8. Staffing Plan/Organization/Experience 9. Project Schedule  10. Cost Proposal 

 1. Executive Summary Letter 

This  letter shall be a brief  formal  letter  from respondent that provides  information regarding  the  firm and  its ability  to perform  the  requirements of  this RFP. Emphasize  those aspects of your organization and experiences that distinguish your firm from other firms who may respond to this RFP and why your 

RFP – COYOTE CREEK LEVEE EVALUATION - 14 - 12/23/2013

firm  is especially qualified.  Include a contact name for the proposal with an e‐mail address. The  letter must be signed by an individual authorized to bind the proposing entity or by the two corporate officers authorized  to  bind  the  proposing  entity  as  set  forth  in  the  California  Corporations  Code,  and  shall identify  all materials  and  enclosures  being  forwarded  in  response  to  this RFP. An  unsigned  proposal submission may be grounds for rejection.  

2. Validity and Statement of Compliance 

State  the  validity  of  your  proposal  (must  be  a minimum  of  three  (3) months)  and  a  “Statement  of Compliance”  with  all  parts  of  this  solicitation  (terms  and  conditions,  scope  of  services,  sample agreement, etc.) or a listing of exceptions. The listing of exceptions must include: suggested rewording; reasons  for submitting  the proposed exception; and any  impact  the proposed exception may have on the services to be provided, and suggested changes.  

3. Certificate of Insurance 

Respondent  shall  state  the  willingness  and  ability  to  provide  the  required  insurance  coverage  and insurance documents. The District shall request and the respondent shall submit prior to execution of an Agreement all insurance verification and documentation required in Section 3.  

4. Minimum Qualifications/Special Requirements 

Respondent shall demonstrate herein how the minimum qualifications are met as required in Section 2 (see pg. 16) of this RFP.  

5. Past Performance 

Include  a  list  of  previous  projects  performed within  the  last  five  (5)  years  that  are  relevant  to  the services  described  in  the  Scope  of Work.  For  each  project,  please  include  a  brief  description  of  the project  (including  the  type  of  organization  for which  services were  performed),  services  performed, budget, duration, outcome, and staff performing the services.  

6. Work Methodology 

Discuss  proposed  methodology  to  meet  requirements  of  the  Scope  of  Work,  approach  to  work, resources available, and approach  to  the management and  integration of all activities  required  in  the Scope of Work. Include herein an organization chart identifying key personnel, including the agreement administrator.  An additional purpose of this section  is for the Respondent to frame what  is being asked of them and acknowledge  their  understanding  of  the  goals,  requirements,  and  constraints  of  the  Evaluation.  This may,  for  example,  include  providing  expertise  and  ideas  for  achieving  project  goals  within  the constrained right of way available for the Project.  Innovative thinking  is encouraged. This section  is an important part of the Consultant selection process.  

7. References 

Respondent must  submit  a minimum  of  three  (3)  client  references  from  different  sources  of  work performed within the past five (5) years similar in size and scope of the Scope of Work in this RFP.   For each reference provided, include the company name and address, the name, telephone number, fax number and e‐mail address of the contact person who served as the manager for the project.   

RFP – COYOTE CREEK LEVEE EVALUATION - 15 - 12/23/2013

8. Staffing Plan/Organization/Experience 

Provide qualifications, experience, technical knowledge, and any required certifications/licenses of firm and key personnel/project team who shall be assigned to this project,  indicating key responsibilities of each classification. Include staff resumes.  

9. Project Schedule 

Respondent shall submit a Project Schedule for performing the services required  in the Scope of Work.  Respondent’s Project Schedule shall contain all necessary tasks, deliverables, and key milestones which the  respondent  deems  necessary  to  successfully  provide  these  services. Dates  shall  be  provided  for completing tasks, providing deliverables, and meeting key milestones and shall be within an amount of time  considered  to be  reasonable given  the Scope of Work. All work must be  completed by  June 30, 2015.  

10. Cost Proposal 

Respondent shall submit a Cost Proposal, which shall include all costs associated with the services to be provided. Respondent  shall provide  cost and  labor elements by  resource  type, per key deliverable as identified  in Respondent’s proposed Project Schedule (Item No. 9 above). At a minimum, respondent’s cost summary shall identify labor resources, hourly labor rates, and estimated hours to accomplish the Scope of Work. Note that costs will not be reimbursed on a time and materials basis and, instead, will be based on the agreed upon sum for meeting the full scope of work for the project as outlined in Section 2.    

PRE‐PROPOSAL MEETING 

 

A voluntary pre‐proposal meeting will be held on Tuesday, January 7, 2014 at 1:00 PM in Room 304 of the Marin  County  Civic  Center  in  San  Rafael.  This meeting will  provide  prospective  bidders with  an opportunity to meet with District staff, seek clarification on the RFP, and ask questions related to project requirements and the bidding process.  

 

QUESTIONS & CLARIFICATIONS 

 Those with requesting clarification to this RFP shall submit all requests by Friday, January 10, 2014 at 5 p.m. PT  to Neal Conatser at: [email protected]. The District will compile and respond  to all respondents’ questions via an amendment  issued  to all  respondents on or before Friday,  January 17, 2014.  

 

VALIDITY 

 

Proposals must be valid for a period of at least 3 months from the closing date and time of this RFP.  

 

RFP – COYOTE CREEK LEVEE EVALUATION - 16 - 12/23/2013

AWARD OF CONTRACT 

 After  a  consultant  is  selected,  the  award  of  a  contract  agreement  is  contingent  upon  the  successful negotiation  of  terms,  acceptability  of  fees,  and  formal  approval  by  the  Board  of  Supervisors  of  the District.  

 

MINIMUM QUALIFICATIONS 

 In order  for an RFP  submittal  to  receive consideration,  respondents are  required  to meet  the  following minimum qualifications:   

a. Respondent shall be currently licensed by the State of California to conduct the services described in Scope of Work.  

b. Respondent and its representatives shall not be listed on the Excluded Parties List System.  

c. Respondent must  demonstrate  a  sufficient  amount  of  successful  experience with  similar  levee evaluation  projects  within  the  past  five  (5)  years.  Respondent  should  have  demonstrated experience  with  developing  and/or  assessing  flood  protection  alternatives  which  meet  all applicable  certification  requirements,  including  those  necessary  for  FEMA  accreditation. Respondent should also have an understanding of and  familiarity with  the Corps’ Rehabilitation and Inspection Program (RIP).  

d. Respondent’s personnel assigned to the project shall have current and valid credentials and have a minimum of three  (3) years of experience  in same or similar type of work. The project manager shall be identified and shall have a minimum 5 years’ demonstrated experience in projects of this type. 

 

 

INSURANCE 

 

Respondent  shall be  required  to provide proof of  the  required  insurance coverage as  set  forth  in  the Sample Agreement within seven days of notification of selection of award. Failure to demonstrate proof of minimum insurance or failure to acquire minimum insurances will result in a forfeit of said award. The minimum insurance coverage required for this project is as follows:  1.  General Liability  = $1,000,000 ($2,000,000 aggregate) 

2.  Automobile Liability  = $1,000,000 

3.  Workers’ Compensation  See California Statutory Requirements 

4.  Professional Liability No  Set  Amount.  See  Sample  Contract  Agreement  for Deductible Reporting Requirements 

 

 

RFP – COYOTE CREEK LEVEE EVALUATION - 17 - 12/23/2013

REFERENCE MATERIALS 

 A  list of available and potentially  relevant  reference materials  is provided  in Exhibit B of  this RFP and includes  previous master  plans  and  studies,  among  other  items. Many  of  these  items  are  accessible electronically  and  will  be  made  available  for  download  at  Dropbox  by  visiting https://www.dropbox.com/sh/si6xf1jngqv2wxd/9vjh8QY_0d.  Additional  items  not  available  for immediate download may be provided upon written request. Respondents to this RFP are encouraged to check Dropbox.com intermittently during the open bidding window in order to determine whether or not  additional materials may  have  been  uploaded  to  the  site  for  the  respondent’s  consideration  in developing  their  proposal.  Note  that  it  is  the  responsibility  of  the  respondent  to  determine  the suitability of and verify all preexisting information they chose to use from all provided materials.   

 

SAMPLE CONTRACT AGREEMENT 

 

A  Sample  Contract  Agreement  is  provided  in  Section  5,  Exhibit  D  of  this  RFP.    Before  submitting  a proposal, all respondents are requested to carefully review and abide by all of the provisions set forth in the Sample Contract Agreement.  

 

 

SECTION 3 

PROPOSAL EVALUATION & SELECTION  

 

EVALUATION CRITERIA 

 

Proposals shall be evaluated on the basis of the responses to all questions and requirements contained within this RFP. The evaluation of a respondent’s ability to provide the required services will be based on their written statements. Each proposal will be competitively evaluated on its strengths and weaknesses against the following criteria, which are listed below in no particular order of importance.  

1.  Staffing  

 

a. Ability  to make  available  the personnel  and  team  that has  the  required  licenses, experience, technical competence and qualifications necessary to provide the requested services.    

b. Staff  resumes and staffing plan  (i.e., how staff will be organized and managed  to support  the agreement.)  This  includes  the  organization  chart  identifying  key  personnel,  job  titles  and responsibilities for personnel who will be assigned to these projects.   

c. Dedicated staff with the most experience directly related to the services described in the Scope of Work. 

 

RFP – COYOTE CREEK LEVEE EVALUATION - 18 - 12/23/2013

2.  Past Project Experience  

 a. Demonstrated  experience  in  and  successful  contract  performance  for  efforts  similar  to  work 

outlined  in  the  Scope  of Work.  Previous  experience  and  performance  should  demonstrate  the breadth  of  services  the  Consultant  is  qualified  to  perform,  highlighting  experience with  public agencies within the last five (5) years.   

b. Client satisfaction with similar services/projects.    

c. Proven ability to successfully complete work on schedule.    

3.  Work Methodology 

 a. The Consultant’s understanding of the project objectives as illustrated by the proposed Scope of 

Work and any comments on  this RFP.   Proposals will be evaluated  to determine whether  the proposed approach to the work effectively meets the project requirement, and whether all tasks necessary to accomplish the scope of work are accounted for and described.  

b. How  the Consultant  intends  to complete projects  it  is assigned  in a timely and efficient manner while delivering a quality product. 

c. The  Consultant’s  demonstrated  ability  to  provide  creative,  thoughtful,  and  comprehensive approaches  to  meeting  the  objectives  outlined  in  the  Scope  of  Work  and  to  provide recommendations for enhancing the Scope of Work. 

 5. Communication 

 a. The  Consultant’s  proven  ability  to  clearly  communicate  its  findings,  recommendations,  and 

designs to staff and a diverse group of stakeholders.  

 

EVALUATION PROCESS 

 1. Proposals  will  be  reviewed  to  verify  compliance  with  submission  instructions,  response 

requirements, and minimum qualifications. Any proposal not meeting  the minimum qualifications may be deemed non‐responsive. 

 2. Proposal evaluation will commence immediately following the review based on the criteria outlined 

in this section. The District will develop a shortlist of the most qualified and responsive respondents to continue on to the interview phase of the selection process.  

 3. Proposed key personnel from each responsive firm may be requested to present the teams and their 

qualifications  at  an  interview.  The  interview  format will  include  an  opportunity  for  the  firm  to provide a formal 30 minute presentation to give an overview of the Consultant’s understanding of the problem and their strategy for addressing the problem. The formal presentation will be followed by an informal interview and question/answer period with the project team’s key personnel 

 

RFP – COYOTE CREEK LEVEE EVALUATION - 19 - 12/23/2013

4. The District reserves the right to: a) negotiate the final agreement with any respondent(s) as necessary to serve the best interests of the District; b) withdraw this solicitation at any time without prior notice and, furthermore, makes no representations that any agreement will be awarded to any respondent responding to this solicitation; or c) award  its total requirements to one respondent or to apportion those  requirements  among  two  or more  respondents  as  the  District may  deem  to  be  in  its  best interests. 

  SELECTION PROCESS  A preferred Consultant will be selected by Department of Public Works staff and key stakeholders at the conclusion of the evaluation of proposals and will be given notice of their selection on or before Friday, February 14, 2014. Final selection will take place following establishment scope and cost negotiations at the  time an agreement between  the Consultant and  the District  is approved by  the District Board of Supervisors.   NEGOTIATIONS 

 Negotiations  regarding  agreement  terms,  conditions,  scope of work,  and pricing may or may not  be conducted  with  respondent.  Therefore,  proposals  submitted  should  contain  the  respondent’s most favorable terms and conditions, since the selection and award may be made without discussion with any respondent.  If  satisfactory  agreement  provisions  cannot  be  reached,  then  negotiations  may  be terminated.  The  District may  elect  to  contact  another  firm  submitting  a  proposal.  This  negotiation sequence continues until an agreement is reached. 

RFP – COYOTE CREEK LEVEE EVALUATION

EXHIBIT A – LOCATION MAPS - 1 - 12/23/2013

SECTION 4 EXHIBITS 

  

EXHIBIT A –MAPS 

 

  

The project is located in the unincorporated community of Tamalpais Valley near the city of Mill Valley 

in  southern Marin  County  and  is within  close  proximity  to  Highway  101  and  Highway  1  (Shoreline 

Highway). 

RFP – COYOTE CREEK LEVEE EVALUATION

EXHIBIT A – LOCATION MAPS - 2 - 12/23/2013

Sections of Coyote Creek which are part of the project are highlighted on the map below. The beginning 

(western most) extent of the project is near the intersection of Maple St. with Shoreline Highway (State 

Highway 1) in unincorporated Tamalpais‐Homestead Valley near the city of Mill Valley. The end (eastern 

most) extent of  the project  is  the Mill Valley‐Sausalito Pathway Bridge  located west of  the Highway 1 

Bridge over Richardson Bay. 

 

 

 

 Legend  Red Line: Upper Reach / Concrete Channel  Orange Line: Middle Reach / Earthen Levee*  Yellow Line: Lower Reach / Earthen Levee  Yellow Circle: Stormwater Pump Station  Blue Line: Creek / Tributary  * Some sections with concrete floodwall  

RFP – COYOTE CREEK LEVEE EVALUATION

EXHIBIT B – AVAILABLE REFERENCE MATERIALS - 1 - 12/23/2013

EXHIBIT B – AVAILABLE REFERENCE MATERIALS  Materials listed below are available for review by respondents to this RFP. 

 

Title  Author  Year 

Creeks Map: Zone 3     n/a 

Hydraulic Study of Coyote Canal for Tam Junction West 

n/a  n/a 

Zone 3: FC Study     n/a 

Coyote Creek Sediment Stabilization Project: Memorandum 11 ‐ Extra Task 10‐2: HEC‐RAS Bridge Imput Data 

Noble Consultants, Inc.  2013

Coyote Creek Sediment Stabilization Project: Memorandum 12 ‐ Extra Task 10‐4: HEC Ras Analysis to Develop Rating Curve at Stream Gage 

Noble Consultants, Inc.  2013

Coyote Creek Sediment Stabilization Project: Memorandum 4 ‐ Project Description 

Noble Consultants, Inc.  2013

Coyote Creek Sediment Stabilization Project: Memorandum 6 ‐ Hydraulic Analysis for the 20‐Year FEMA Flow Event 

Noble Consultants, Inc.  2013

Coyote Creek Sediment Stabilization Project: Memorandum 7 ‐ Sedimentation Analysis 

Noble Consultants, Inc.  2013

Coyote Creek Sediment Stabilization Project: Memorandum 8 ‐ HEC‐RAS Analysis without Boardwalk or Pedestrian Bridge 

Noble Consultants, Inc.  2013

Coyote Creek Sediment Stabilization Project: Memorandum 9 ‐ Supplemental Topography & Levee Height 

Noble Consultants, Inc.  2013

Grant Agreement Between the State of California DWR and MCFCWCD for a Local Levee Evaluation Grant for the Coyote Creek Levee Evaluation project 

State of California California Natural Resources Agency Department of Water Resources 

2013

Lower Coyote Creek Feasibility Study: Flood Management and Marsh Enhancement Project 

Phillip Williams & Associates, Ltd.  2012

Middle Reach of Coyote Creek: Sediment Management and Maintenance Plan 

Phillip Williams & Associates, Ltd.  2012

RFP – COYOTE CREEK LEVEE EVALUATION

EXHIBIT B – AVAILABLE REFERENCE MATERIALS - 2 - 12/23/2013

Title  Author  Year 

Settlement Elevations for Kay Park/Tam Valley 

Marin County Department of Public Works  2012

Geotechnical Investigation Report: Tennessee Valley/Manzanita Connector Pathway ‐ Marin County, CA 

Nichols Consulting Engineers, Chtd.  2009

Review of Water Level Survey Data ‐ Coyote Creek Levee, Mill Valley, CA 

Kleinfelder  2008

Geotechnical Evaluation: Marin Ave Drainage Improvement Project, Mill Valley, California 

Kleinfelder, Witzler & Kelly Consulting Engineers  2007

Crest Marin Creek Flood Improvement Project (Draft Technical Memorandum No. 1) 

Winzler & Kelly Consulting Engineers   2006

Geotechnical Investigation Report: Crest‐Marin Creek Box Culvert 

Kleinfelder  2006

Geotechnical Report: Levee Seepage/ High Groundwater, Coyote Creek 

Kleinfelder  2006

Laurel Way Bypass Hydrologic and Hydraulic Analyses 

Phillip Williams & Associates, Ltd.  2005

Bothin Marsh Enhancement Plan  Wetlands Research Associates, Inc.  2004

Drainage Improvement Investigation Crest Marin Creek 

LTD Engineering, Inc.   2004

Coyote Creek Maintenance Dredging Plans, Cross Sections, & Details (Project Z3‐38) 

County of Marin Department of Public Works 

2003

Delineation of Waters of the United States at Coyote Creek 

ESA  2003

Dredge Sediment Characterization ‐ Coyote Creek Dredging Project 

Kleinfelder  2003

Geotechnical Report: Levee Leakage, Coyote Creek 

Kleinfelder  2003

The Mill Valley Watershed ‐ Volunteer Stream Survey Manual 

The Mill Valley Watershed Project, Center for Ecoliteracy 

1997

Mill Valley Watershed Project  Fiorillo, Jessica  1995

Geotechnical Investigation: Coyote Creek Levee Improvements 

ALB Associates, Inc.  1993

Coyote Creek Maintenance Dredging Plans, Cross Sections, & Details (Project Z3‐38) 

County of Marin Department of Public Works 

1991

Hydraulic Study of Coyote Canal for "Tam Junction West" 

Majors Engineering  1990

RFP – COYOTE CREEK LEVEE EVALUATION

EXHIBIT B – AVAILABLE REFERENCE MATERIALS - 3 - 12/23/2013

Title  Author  Year 

Master Drainage Plan for the Tamalpais Valley Watershed 

The Murrey ‐ McCormick Environmental Group  1973

Proposed Dredging and Disposal of Dredged Spoils, Coyote Creek 

Yarnell & Ron  1973

Proposed Master Drainage Plan for the Tamalpais Valley Watershed 

Applied Science & Resource Planning, Inc.  1973

Coyote Creek Cross Sections (Project Z3‐21) 

County of Marin Department of Public Works 

1970

Streams Flowing Into Richardson Bay ‐ Survey Report for Flood Control & Allied Purposes 

U.S. Army Corps of Engineers District, SF  1967

Coyote Creek Local Flood Protection Project: Operation and Maintenance Manual 

U.S. Army Corps of Engineers District, SF  1965

Channel Improvements Coyote Creek  U.S. Army Corps of Engineers District, SF  1964

Coyote Creek Planset  U.S. Army Corps of Engineers District, SF  1964

Coyote Creek ROW  U.S. Army Corps of Engineers District, SF  1964

Engineering Study of Richardson Bay  Lee & Praszker  1964

Detailed Project Report on Coyote Creek ‐ Prepared Under Authority of Public Law 685 

U.S. Army Corps of Engineers District, SF  1959

Appendix to FC Study Zone #3  Eng. Office of Clyde C. Kennedy  1957

Flood Control Study ‐ Marin County Flood Control Zone No. 3 

Engineering Office of Clyde C. Kennedy  1957

 

 

 

Page 1 of 10 Rev.20110922

CAO Contract Log #_______________MARIN COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT PROFESSIONAL SERVICES CONTRACT

2012 - Edition 1

THIS CONTRACT is made and entered into this ________ day of___________________ 20___, by and between the MARIN COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, hereinafter referred to as "District" and , hereinafter referred to as "Contractor.”

RECITALS: WHEREAS, District desires to retain a person or firm to provide the following service: ; and WHEREAS, Contractor warrants that it is qualified and competent to render the aforesaid services;

NOW, THEREFORE, for and in consideration of the Contract made, and the payments to be made by District, the parties agree to the following:

1. SCOPE OF SERVICES: Contractor agrees to provide all of the services described in Exhibit A attached hereto and by this reference made a part hereof. 2. FURNISHED SERVICES: The District agrees to:

A. Guarantee access to and make provisions for the Contractor to enter upon public and private lands as required to perform their work.

B. Make available all pertinent data and records for review. C. Provide general bid and Contract forms and special provisions format when needed.

3. FEES AND PAYMENT SCHEDULE: The fees and payment schedule for furnishing services under this Contract shall be based on the rate schedule which is attached hereto as Exhibit B and by this reference incorporated herein. Said fees shall remain in effect for the entire term of the Contract. Contractor shall provide District with his/her/its Federal Tax I.D. number prior to submitting the first invoice. 4. MAXIMUM COST TO DISTRICT:

In no event will the cost to District for the services to be provided herein exceed the maximum sum of $ including direct non-salary expenses. As set forth in section 14 of this Contract, should the funding source for this Contract be reduced, Contractor agrees that this maximum cost to District may be amended by written notice from District to reflect that reduction. 5. TIME OF CONTRACT:

This Contract shall commence on , and shall terminate on . Certificate(s) of Insurance must be current on day Contract commences and if scheduled to lapse prior to termination date, must be automatically updated before final payment may be made to Contractor. The final invoice must be submitted within 30 days of completion of the stated scope of services. 6. INSURANCE: Commercial General Liability: The Contractor shall maintain a commercial general liability insurance policy in the amount of $1,000,000 ($2,000,000 aggregate). The District and the County of Marin shall be named as an additional insured on the commercial general liability policy. Commercial Automobile Liability: Where the services to be provided under this Contract involve or require the use of any type of vehicle by Contractor, Contractor shall provide comprehensive business or commercial automobile liability coverage, including non-owned and hired automobile liability, in the amount of $1,000,000.00.

Page 2 of 10 Rev.20110922

Workers’ Compensation: The Contractor acknowledges the State of California requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of the Labor Code. If Contractor has employees, a copy of the certificate evidencing such insurance, a letter of self-insurance, or a copy of the Certificate of Consent to Self-Insure shall be provided to District prior to commencement of work. Errors and Omissions, Professional Liability or Malpractice Insurance. Contractor may be required to carry errors and omissions, professional liability or malpractice insurance. All policies shall remain in force through the life of this Contract and shall be payable on a "per occurrence" basis unless District specifically consents to a "claims made" basis. The insurer shall supply District adequate proof of insurance and/or a certificate of insurance evidencing coverages and limits prior to commencement of work. Should any of the required insurance policies in this Contract be cancelled or non-renewed, it is the Contractor’s duty to notify the District immediately upon receipt of the notice of cancellation or non-renewal. If Contractor does not carry a required insurance coverage and/or does not meet the required limits, the coverage limits and deductibles shall be set forth on a waiver, Exhibit C, attached hereto. Failure to provide and maintain the insurance required by this Contract will constitute a material breach of this Contract. In addition to any other available remedies, District may suspend payment to the Contractor for any services provided during any time that insurance was not in effect and until such time as the Contractor provides adequate evidence that Contractor has obtained the required coverage. 7. ANTI DISCRIMINATION AND ANTI HARASSMENT:

Contractor and/or any subcontractor shall not unlawfully discriminate against or harass any individual including, but not limited to, any employee or volunteer of the District and the County of Marin based on race, color, religion, nationality, sex, sexual orientation, age or condition of disability. Contractor and/or any subcontractor understands and agrees that Contractor and/or any subcontractor is bound by and will comply with the anti discrimination and anti harassment mandates of all Federal, State and local statutes, regulations and ordinances including, but not limited to, County of Marin Personnel Management Regulation (PMR) 21.

8. SUBCONTRACTING:

The Contractor shall not subcontract nor assign any portion of the work required by this Contract without prior written approval of the District except for any subcontract work identified herein. If Contractor hires a subcontractor under this Contract, Contractor shall require subcontractor to provide and maintain insurance coverage(s) identical to what is required of Contractor under this Contract and shall require subcontractor to name Contractor, District, and County of Marin as an additional insured under this Contract for general liability. It shall be Contractor’s responsibility to collect and maintain current evidence of insurance provided by its subcontractors and shall forward to the District evidence of same. 9. ASSIGNMENT:

The rights, responsibilities and duties under this Contract are personal to the Contractor and may not be transferred or assigned without the express prior written consent of the District.

10. LICENSING AND PERMITS:

The Contractor shall maintain the appropriate licenses throughout the life of this Contract. Contractor shall also obtain any and all permits which might be required by the work to be performed herein. 11. BOOKS OF RECORD AND AUDIT PROVISION:

Contractor shall maintain on a current basis complete books and records relating to this Contract. Such records shall include, but not be limited to, documents supporting all bids, all income and all expenditures. The books and records shall be original entry books with a general ledger itemizing all debits and credits for the work on this Contract. In addition, Contractor shall maintain detailed payroll records including all subsistence, travel and field expenses, and canceled checks, receipts and invoices for all items. These documents and records shall be retained for at least five years from the completion of this Contract. Contractor will permit District to audit all books, accounts or records relating to this Contract or all books, accounts

Page 3 of 10 Rev.20110922

or records of any business entities controlled by Contractor who participated in this Contract in any way. Any audit may be conducted on Contractor's premises or, at District's option, Contractor shall provide all books and records within a maximum of fifteen (15) days upon receipt of written notice from District. Contractor shall refund any monies erroneously charged.

12. WORK PRODUCT/PRE-EXISTING WORK PRODUCT OF CONTRACTOR:

Any and all work product resulting from this Contract is commissioned by the District as a work for hire. The District shall be considered, for all purposes, the author of the work product and shall have all rights of authorship to the work, including, but not limited to, the exclusive right to use, publish, reproduce, copy and make derivative use of, the work product or otherwise grant others limited rights to use the work product. To the extent Contractor incorporates into the work product any pre-existing work product owned by Contractor, Contractor hereby acknowledges and agrees that ownership of such work product shall be transferred to the District.

13. TERMINATION:

A. If the Contractor fails to provide in any manner the services required under this Contract or otherwise fails to

comply with the terms of this Contract or violates any ordinance, regulation or other law which applies to its performance herein, the District may terminate this Contract by giving five (5) calendar days written notice to the party involved.

B. The Contractor shall be excused for failure to perform services herein if such services are prevented by acts of God, strikes, labor disputes or other forces over which the Contractor has no control.

C. Either party hereto may terminate this Contract for any reason by giving thirty (30) calendar days written notice to

the other parties. Notice of termination shall be by written notice to the other parties and be sent by registered mail.

D. In the event of termination not the fault of the Contractor, the Contractor shall be paid for services performed to

the date of termination in accordance with the terms of this Contract so long as proof of required insurance is provided for the periods covered in the Contract or Amendment(s).

14. APPROPRIATIONS:

The District's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Marin County Board of Supervisors, the State of California or other third party. Should the funds not be appropriated District may terminate this Contract with respect to those payments for which such funds are not appropriated. District will give Contractor thirty (30) days’ written notice of such termination. All obligations of District to make payments after the termination date will cease. Where the funding source for this Contract is contingent upon an annual appropriation or grant from the Marin County Board of Supervisors, the State of California or other third party, District's performance and obligation to pay under this Contract is limited by the availability of those funds. Should the funding source for this Contract be eliminated or reduced, upon written notice to Contractor, District may reduce the Maximum Cost to District identified in section 4 to reflect that elimination or reduction. 15. RELATIONSHIP BETWEEN THE PARTIES:

It is expressly understood that in the performance of the services herein, the Contractor, and the agents and employees thereof, shall act in an independent capacity and as an independent Contractor and not as officers, employees or agents of the District. Contractor shall be solely responsible to pay all required taxes, including but not limited to, all withholding social security, and workers’ compensation.

16. AMENDMENT:

This Contract may be amended or modified only by written Contract of all parties. 17. ASSIGNMENT OF PERSONNEL:

Page 4 of 10 Rev.20110922

The Contractor shall not substitute any personnel for those specifically named in its proposal unless personnel with substantially equal or better qualifications and experience are provided, acceptable to District, as is evidenced in writing.

18. JURISDICTION AND VENUE:

This Contract shall be construed in accordance with the laws of the State of California and the parties hereto agree that venue shall be in the County of Marin, California.

19. INDEMNIFICATION:

Contractor agrees to indemnify, defend, and hold District, its employees, officers, and agents, harmless from any and all liabilities including, but not limited to, litigation costs and attorney’s fees arising from any and all claims and losses to anyone who may be injured or damaged by reason of Contractor’s negligence, recklessness or willful misconduct in the performance of this Contract. 20. COMPLIANCE WITH APPLICABLE LAWS:

The Contractor shall comply with any and all Federal, State and local laws and resolutions: including, but not limited to the County of Marin Nuclear Free Zone, Living Wage Ordinance, and Board of Supervisors Resolution #2005-97 prohibiting the off-shoring of professional services involving employee/retiree medical and financial data affecting services covered by this Contract. Copies of any of the above-referenced local laws and resolutions may be secured from the Contract Manager referenced in section 21. In addition, the following NOTICES may apply:

1. Pursuant to California Franchise Tax Board regulations, District will automatically withhold 7% from all payments made to vendors who are non-residents of California.

2. Contractor agrees to meet all applicable program access and physical accessibility requirements under State and Federal laws as may apply to services, programs or activities for the benefit of the public.

3. For Contracts involving any State or Federal grant funds, Exhibit D must be attached. Exhibit D shall consist

of the printout results obtained by search of the System for Award Management at www.sam.gov. Exhibit D - Debarment Certification

By signing and submitting this Contract, the Contractor is agreeing to abide by the debarment requirements as set out below.

The certification in this clause is a material representation of fact relied upon by District.

The Contractor shall provide immediate written notice to District if at any time the Contractor learns that its

certification was erroneous or has become erroneous by reason of changed circumstances.

Contractor certifies that none of its principals, affiliates, agents, representatives or contractors are excluded, disqualified or ineligible for the award of contracts by any Federal agency and Contractor further certifies to the best of its knowledge and belief, that it and its principals:

Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily

excluded by any Federal Department or Agency; Have not been convicted within the preceding three-years of any of the offenses listed in 2 CFR

180.800(a) or had a civil judgment rendered against it for one of those offenses within that time period;

Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or Local) with commission of any of the offenses listed in 2 CFR 180.800(a);

Have not had one or more public transactions (Federal, State, or Local) terminated within the preceding

three-years for cause or default.

The Contractor agrees by signing this Contract that it will not knowingly enter into any subcontract or covered transaction with a person who is proposed for debarment, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction.

Page 5 of 10 Rev.20110922

Any subcontractor will provide a debarment certification that includes the debarment clause as noted in preceding bullets above, without modification.

21. NOTICES:

This Contract shall be managed and administered on District’s behalf by the Department Contract Manager named below. All invoices shall be submitted and approved by this Department and all notices shall be given to District at the following location:

Contract Manager:

Dept./Location:

Department of Public Works P. O. Box 4186 San Rafael, CA 94913-4186

Telephone No.:

Notices shall be given to Contractor at the following address:

Contractor: Address:

Telephone No.:

22. ACKNOWLEDGEMENT OF EXHIBITS

Check applicable Exhibits CONTRACTOR’S INITIALS

EXHIBIT A.

Scope of Services

EXHIBIT B.

Fees and Payment

EXHIBIT C.

Insurance Reduction/Waiver

EXHIBIT D.

Contractor’s Debarment Certification

EXHIBIT E.

Subcontractor’s Debarment Certification

IN WITNESS WHEREOF, the parties have executed this Contract on the date first above written. CONTRACTOR: APPROVED BY MARIN COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT: By: __________________________________ Name: _______________________________ Title: ________________________________ By:__________________________________

DISTRICT COUNSEL REVIEW AND APPROVAL (required if template content has been modified) District Counsel: _______________________________________ Date: ____________________________________

Page 6 of 10

EXHIBIT “A” SCOPE OF SERVICES (required)

Page 7 of 10

EXHIBIT “B” FEES AND PAYMENT SCHEDULE (required)

Page 8 of 10

EXHIBIT “C”

INSURANCE REDUCTION/WAIVER (if applicable) CONTRACTOR: CONTRACT TITLE: This statement shall accompany all requests for a reduction/waiver of insurance requirements. Please check the box if a waiver is requested or fill in the reduced coverage(s) where indicated below:

Check Where Applicable

Requested Limit Amount

CAO Use Only

General Liability Insurance

$

Automobile Liability Insurance

$

Workers’ Compensation Insurance

Professional Liability Deductible

$

Please set forth the reasons for the requested reductions or waiver.

Contract Manager Signature:

Date:

Extension:

Approved by Risk Manager:

Date:

Page 9 of 10

EXHIBIT D

DEBARMENT CERTIFICATION FOR CONTRACTORS (AttachSAM Printout)

Page 10 of 10

EXHIBIT E

DEBARMENT CERTIFICATION FOR SUBCONTRACTORS (Attach SAM Printout)

EXHIBIT D – GEOGRAPHIC DATA CONTRACT DELIVERABLES GUIDELINES 

 

Starts on following page. 

Q:\DOCUMENTS\GIS_Guidelines_deliverables\GUIDELINES FOR SUPPLYING GIS DELIVERABLES.doc

2

GEOGRAPHIC DATA CONTRACT DELIVERABLES GUIDELINES COUNTY OF MARIN DPW - FLOOD CONTROL

Geographic data should be delivered via CD-ROM, DVD, or electronic data transfer (e.g., email, fileshare, FTP, etc) and should contain the following:

Geospatial data (shapefiles, geodatabases, CAD, rasters, etc.) Associated data tables or relational databases Summary descriptive document and basic metadata

A text document (Word and/or ASCII text file) describing the dataset should accompany any submission and provide all necessary information for understanding the submittal. At a minimum, the document should include:

List of each file contained in the submittal Description of the dataset, including all spatial data, related tables and any

project codes Version and date of the data Information on sensitive data issues (if any) Contact information for those responsible for creating the data and who have the

responsibility for maintaining the master version of the data A short description of data themes (limited to one to two sentences for each

theme) Linking fields (to documents, a Microsoft Access database, and/or digital

photographs) Geospatial Data There are several ways to represent spatial data in a GIS including points, lines, polygons (vector data), or rasters/images. Appropriate representations will vary depending on the scale and goals of the contract. Prior to data collection, these issues should be addressed and resolved in the project scope in consultation with the project or data manager. File Naming Conventions and Directory Structure Clear and meaningful file and field names should be used that convey the nature of the data and subject represented. Names should not contain spaces or special characters, but may contain underscores. Coordinate System All spatial data should be geo-referenced with projection information defined in the data file that is submitted. All spatial data should use the following coordinate system: Projection: California State Plane, Zone III Datum: North American Datum 1983 HARN Units: Foot

Q:\DOCUMENTS\GIS_Guidelines_deliverables\GUIDELINES FOR SUPPLYING GIS DELIVERABLES.doc

3

Any data submitted that does not use the coordinate system above must include a projection file. Spatial Data Formats Data formats should be clearly stipulated and agreed upon with contractors or cooperators before data collection and processing start. Vector Data Vector data should generally be supplied as ArcView shapefiles, ESRI Geodatabases, or ArcInfo interchange files (*.E00). Raster Data All cell-based datasets or grids should be supplied as an ArcInfo GRID and/or ArcInfo interchange files, compatible with the current version of ArcGIS. Geo-referenced digital aerial photography and imagery should be supplied as 8-bit grayscale GeoTiff, 24-bit RGB GeoTiff, or tagged image file format (.TIFF) files with any associated geo-reference information included. Source CAD drawings must have defined datum and projection information so that exported data can be read in ArcGIS. Non-geographic elements such as drawing borders, title blocks, north arrows, and detail drawings should not be included in export files. If there are questions about choosing data formats contact the project manager or the GIS Specialist for guidance before data collection begins. Data Collection Methods When using GPS for data collection, the GPS unit type, model, averaging method used for static mapping (point), error correction technique (type of differential correction used), and GPS quality filters employed should be recorded in the metadata and discussed in the Descriptive Document. When digitizing features from maps or photographs, the source, scale, date, and methods (i.e., process steps) should be recorded in the metadata and discussed in the Descriptive Document. Attribute Data Simple attribute data should be included as part of the ArcGIS feature attribute table. Complex attributes should be delivered in a well-structured relational database format as a Microsoft Access .MDB file using current versions of Microsoft Access. Map features and database records should share a common unique identifier or primary key that relates the map feature to the table record. Quality Control The Contractor should document the QA/QC procedures used to assess the data as well as report on the resulting accuracy and precision.

 

EXHIBIT C – SAMPLE CONTRACT AGREEMENT 

 

Starts on following page.