Napa River/ Napa Creek Flood Protection Project- Safety Assurance Review Panel

Agency: Napa County
State: California
Type of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Nov 3, 2023
Due: Nov 28, 2023
Solicitation No: RFQ- FC 2023
Publication URL: To access bid details, please log in.
Bid Number: RFQ- FC 2023
Bid Title: Napa River/ Napa Creek Flood Protection Project- Safety Assurance Review Panel
Category: Construction, Roads and Public Works
Status: Open

Description:

The Napa County Flood Control and Water Conservation District (District) is currently

requesting qualification submittals for consultants with expertise in Civil Engineering,

Geotechnical Engineering, Hydraulic Engineering, and Structural Engineering to participate

in a Safety Assurance Review (SAR) panel. The District is seeking consultants with

expertise in floodwall design and construction in accordance with USACE standards and

guidelines. The District desires to have experts participate on a SAR panel for the

Floodwalls North of the Bypass Project, part of the larger Napa River/Napa Creek Flood

Protection Project.

Publication Date/Time:
11/2/2023 2:00 PM
Closing Date/Time:
11/28/2023 3:00 PM
Submittal Information:
ross.murphy@countyofnapa.org
Contact Person:
ross.murphy@countyofnapa.org
Qualifications:
Engineers licensed in one of the three following disciplines: Civil, Structural, or Geotechnical Engineering
Related Documents:

Attachment Preview

SCOPE OF WORK
SAFETY ASSURANCE REVIEW PANEL
NAPA RIVER / NAPA CREEK FLOOD PROTECTION PROJECT
NAPA, NAPA COUNTY, CA
General
Napa County Flood Control and Water Conservation District (District) is
designing floodwalls to protect the city of Napa, Napa County, California.
NCFCWCD has an agreement with the Army Corp of Engineers following
the 204 processes to design and build Increments 2 and 3 as part of the
Napa River / Napa Creek Flood Protection Project (Project).
The SAR Panel will be responsible for reviewing the technical documentation
prepared by NCFCWCD consultants to ensure that the design for flood
protection improvements meets the intended objective of addressing the
flooding issue at the city of Napa, CA. The SAR Panel will also assist in
resolving technical issues related to the design of the flood risk reduction
features of the Project. The SAR Panel will provide guidance to the design
team. In addition, members of the SAR Panel may coordinate with other
agencies during the review process.
1.0 Task Orders
Work will be assigned on a Task Order basis. The SAR Contractor will not
perform any phase of services until the District provides written notice to
proceed for that phase. The District may determine not to proceed with
any and/or a portion of a safety assurance review, at the District's sole
discretion.
2.0 General
NCFCWCD desires a review of the Project to ensure that the improvements
achieve the intended objective and meet the USACE SAR standards. The
SAR shall include a review of the design and construction activities at the
65%, 95%, and 100% Design milestones, sufficient to inform the
NCFCWCD on the adequacy, appropriateness, and acceptability of the
design/engineering criteria and construction methods, and assumptions
and construction criteria, methods, and processes for the purpose of
assuring public health, safety and welfare.
The SAR Panel members shall be expert reviewers and industry leaders in
their required field of review and have experience in design and
construction of projects similar in scope to earthen levee or flood wall
projects. They shall not have any financial or litigation association with any
aspect of the Napa River / Napa Creek Flood Protection Project or District.
SAR Panel members shall fully disclose any known or potential conflict of
interest that may arise from the performance of the work. Areas of conflict
may include current employment by the Federal or State governments,
participation in developing the subject Project, a publicly documented
statement advocating for or against the subject Project, current or future
interests in subject Project or future benefits from the Project and paid or
unpaid participation in litigation related to the Project. Prior to the start of
any project review, a Confidential Conflict of Interest Disclosure (COI)
Form shall be submitted to the District for each SAR Panel team member
assigned to the project review for the sole purpose of validating that there
is no conflict of interest.
2.1 General Charge Guidance
General Charge Guidance, provided in the SAR Plan, outlines charge
questions to be answered considering the purpose of the review and the
information and documents which would be available to the SAR panel to
perform their review. SAR Panel responsibilities shall include, but not
limited to, the following:
a. Conduct the review for the subject projects in a timely
manner in accordance with the review plan and review
plan schedule;
b. Follow the "Charge", but when deemed appropriate by the Panel
Lead, request other products relevant to the Projects and the
purpose of the review;
c. Receive from the District/USACE any public written and oral
comments provided on the Project;
d. Provide timely written and oral comments throughout the
development of the Project, as requested;
e. Assure the review avoids replicating an ATR and focuses on the
questions in the "Charge", but the SAR Panel can recommend
additional questions for consideration. The SAR Panel may
recommend to the District additional or alternate questions;
f. Offer any lessons learned to improve the review process;
g. Submit reports in accordance with the review plan milestones;
The SAR Panel should focus their review on the "Charge" questions listed
in the SAR Plan for each phase of the review but may include
observations beyond the scope of the "Charge" to bring important issues
to the attention of decision makers, as well as any lessons learned in both
the process and/or design and construction. The SAR Panel shall not
make a recommendation on whether a particular alternative, feature, or
component should be implemented, as ultimately the final decision
resides with the District.
The outcome of the Project SAR including recommendations made and
issues identified will be considered and incorporated (as necessary) into
the Project.
3.0 Composition of the SAR Panel
The SAR Panel shall consist of a four (4) member panel meeting the
requirements as outlined below.
Project Manager (SAR Panel Lead): The Project Manager, also known as the
SAR Panel Lead, shall be a registered professional engineer with a minimum
of 5 years of project management experience related to at least one of the
discipline descriptions below. The Project Manager will be the liaison/point
of contact for the SAR Panel. The Project Manager shall have extensive
knowledge of risk-based levee/floodwall safety analysis, levee/floodwall
safety procedures and remedial construction (including risk reduction
measures) for projects similar in size and geologic setting. The Project
Manager will also serve in one of the four designated SAR Panel positions
provided that they meet the desired qualifications for that position.
Geotechnical Engineer: The Geotechnical Engineer panel member
shall be a registered professional engineer with a minimum of 15 years
of demonstrated experience in the specific field of floodwall
engineering in evaluating, designing, and constructing large
floodwalls/levee embankments and a minimum B.S. degree in Civil
Engineering or Geotechnical Engineering; a Master of Science (MS)
degree or higher in engineering is preferred. Geotechnical Engineer
panel member experience shall be in earthwork construction; soil
mechanics; seepage and piping; slope stability evaluations; bearing
capacity and settlement; and foundation inspection and assessment.
The Geotechnical Engineer panel member shall have familiarity with
preparing plans and specifications for floodwall/levee embankment
projects. The Geotechnical Engineer panel member shall also have
knowledge of best practices regarding floodwall/levee design and
construction procedures and policies. The Geotechnical Engineer
panel member shall have recent and relevant experience on projects
verifying the constructability of the proposed designs and then verifying
that these projects were being constructed per the plans and
specifications.
Hydraulics and Hydrology (H&H) Engineer: The H&H Engineer panel
member shall be registered professional engineer with a minimum of 15
years of demonstrated experience in conducting and evaluating hydrologic
and hydraulic analysis for flood risk management and floodwall/levee
safety projects and a minimum B.S. degree in Civil Engineering, or Water
Resources Engineering; a Master of Science (MS) degree or higher in
engineering is preferred. The H&H Engineer panel member should be
experienced in analyzing hydraulics of floodwall/levee systems, using
standard hydrology and hydraulic modeling tools.
Civil Engineer: The Civil Engineer panel member shall be a registered
professional engineer with a minimum of 15 years of demonstrated
experience in design and construction of floodwalls/embankment levees
with engineering analysis related to flood risk management and
floodwall/levee safety projects and a minimum B.S. degree in Civil
Engineering; a Master of Science (MS) degree or higher in engineering is
preferred. The Civil Engineer panel member should have experience in
the preparation of plans and specifications for the construction of
floodwalls/earthen embankment levees.
Structural Engineer: The Structural Engineer panel member shall be
registered professional engineer with a minimum of 15 years of
demonstrated experience in structural design and construction of
floodwall/gate structures with engineering analysis related to flood risk
management and levee or floodwall safety projects and a minimum B.S.
degree in Civil Engineering or Structural Engineering; a Master of Science
(MS) degree or higher in engineering is preferred. The Structural Engineer
panel member should have experience in the structural design and
analysis of floodwalls/earthen embankment levees. This panel member
should also have experience in the preparation of structural plans and
specifications for the construction of floodwall/gates or levee earthen
dams.
4.0 Scope of Work Tasks
The SAR Panel shall perform reviews in accordance with milestones
identified in the designated Project's Review Plan. Milestones for each
Project SAR are at the 65%, 95%, 100%, and completion of the plans,
specifications, and cost estimate.
The following general tasks shall be performed independent of
NCFCWCD or the Designer of Record supervision, direction, or control
as to fulfill the independence criteria of a SAR Panel:
4.1 Task 1: Kick-Off Meeting
After contracts with the District have been executed, the Panel shall
select a Project Manager from within the Panel. The Project Manager
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Status Ref# Project Close Date Dayes Left Action Open 110775 [UPCOMING: November 2023]

Association of Bay Area Governments

Bid Due: 12/31/2024

Follow 127EAS24Q0004 Calaveras RD Snow Grooming Active Contract Opportunity Notice ID 127EAS24Q0004 Related

Federal Agency

Bid Due: 12/06/2024

Follow Military Ocean Terminal Concord Rail Maintenance Active Contract Opportunity Notice ID HTC711-24-R-R002

Federal Agency

Bid Due: 12/28/2024

Contracting opportunity Bid Number IFB #2024 Qualified Contractors List Category Construction Due Date/Time

Alameda County

Bid Due: 11/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.