0% found this document useful (0 votes)
108 views36 pages

Design and Engineering Services For The 2017 Proposed Water Pipeline Replacement Projects

The document is a Request for Proposals from the Beaumont-Cherry Valley Water District for design and engineering services related to the replacement of three water pipelines in 2017. It provides key dates for the RFP process, including the deadline for proposals on September 6, 2017. It also includes requirements for contractor registration with the Department of Industrial Relations and maps showing the locations of the proposed pipeline replacement projects.

Uploaded by

sritaran
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
108 views36 pages

Design and Engineering Services For The 2017 Proposed Water Pipeline Replacement Projects

The document is a Request for Proposals from the Beaumont-Cherry Valley Water District for design and engineering services related to the replacement of three water pipelines in 2017. It provides key dates for the RFP process, including the deadline for proposals on September 6, 2017. It also includes requirements for contractor registration with the Department of Industrial Relations and maps showing the locations of the proposed pipeline replacement projects.

Uploaded by

sritaran
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 36

REQUEST FOR PROPOSALS (RFP)

FOR
DESIGN AND ENGINEERING SERVICES
FOR THE 2017 PROPOSED WATER
PIPELINE REPLACEMENT PROJECTS  

Beaumont-Cherry Valley Water District


Attn: Daniel Jaggers
560 Magnolia Avenue
Beaumont, CA 92223
dan.jaggers@bcvwd.org

Approved for Release:

Director of Engineering
Beaumont-Cherry Valley Water District
KEY RFP DATES (Subject to change at discretion of District):

Issue Date: August 10, 2017


District Project Manager: Daniel Jaggers
Letter of Intent: August 22, 2017
Pre-Proposal Meeting (optional): August 24, 2017
Deadline for Requests for Information: August 25, 2017
Proposal Due Date: September 06, 2017
Presentation/interviews (optional): Will be notified if applicable
Anticipated Projected Award Date: October 11, 2017
Anticipated Design Completion: June 07, 2018

Beaumont‐Cherry Valley Water District  Page 1  August 10, 2017 


ATTENTION: CONTRACTORS AND SUBCONTRACTORS MANDATORY
REQUIREMENT FOR
DEPARTMENT OF INDUSTRIAL RELATIONS REGISTRATION

Contractors and subcontractors are required to be registered with the Department of


Industrial Relations in order to 1) submit a bid or be listed on a bid for a public works project,
or 2) work on a public works project awarded on or after April 1, 2015.
Application Process

Registration and renewal costs with DIR are $400 and covers the fiscal year (July 1st – June
30th). Credit card payments can be processed within 24 hours, while other forms of payment
may delay registration for up to eight weeks.

It is the Contractors responsibility to keep registration current with DIR. If the contractor is found
to be out of compliance with DIR it is at BCVWD’s discretion

 Activate or renew your contractor registration

o Instructions for completing the contractor registration and renewal application


o Contractor registration training video

 Frequently Asked Questions

Who is required to register? Any Contractor or Subcontractor who bids on or performs work
that requires the payment of prevailing wages under state law must be registered with DIR. This
includes not only work performed by the building and construction trades, but also other types
of work, including trucking, surveying, and testing, if that work is subject to prevailing wage
requirements.

To be eligible Contractors and Subcontractors must:

 Be in good legal standing with no outstanding judgments or liens owed to workers or to


the State of California.
 Not be debarred from doing public works by the United States Department of Labor or
any state that has public works debarment laws.
 Have a California Contractors State License if one is required (non-construction
contractors must provide their professional license number if one exists for their
profession).

To learn more about Public Works Contractor Registration, please read the Public Works Reforms
(SB 854) fact sheet and the frequently asked questions. If you have additional questions about
contractor registration, please contact DIR for assistance.

Beaumont‐Cherry Valley Water District  Page 2  August 10, 2017 


NOTICE  INVITING  PROPOSALS 
NOTICE IS HEREBY GIVEN that proposals will be received from qualified firms for Design and
Engineering Services for the 2017 Water Pipeline Replacement Projects.
Responses to this Request for Proposal (RFP) will be accepted until September 6, 2017 at 3:00
p.m. Proposals received after this date/time will not be considered and will be returned
unopened. It is the responsibility of the proposer to ensure that any proposals submitted have
sufficient time to be received by the Beaumont-Cherry Valley Water District (BCVWD) prior to
this proposal due date and time.
Proposals shall be enclosed in a sealed envelope and marked clearly with following
information, formatted as follows:

"SEALED PROPOSAL FOR


DESIGN AND ENGINEERING SERVICES FOR THE 2017 WATER PIPELINE
REPLACEMENT PROJECTS
DO NOT OPEN WITH  REGULAR  MAIL." 

Beaumont-Cherry Valley Water District


Attn: Daniel Jaggers
560 Magnolia Avenue
Beaumont, CA 92223

Proposals shall be mailed, hand delivered, or sent by courier service.

Proposals shall NOT be sent via telegraphic, electronic or facsimile.

All notifications, updates and addenda will be posted on the District’s “Current
Solicitations” page at http://www.bcvwd.org/current_solicitations.html. Proposers shall be
responsible for monitoring the site to obtain information regarding this solicitation. Failure
to respond to required updates may result in a determination of a nonresponsive proposal.

LETTER OF INTENT: Interested firms shall submit a Letter of Intent of their pending proposal
to the noted Project Manager by the required date as shown on the cover page of this RFP.
Letters shall be forwarded via certified mail or email. The purpose of the Letter of Intent is to
provide point of contact information between the District Project Manager and the proposed
bidder.

BCVWD’s regular office hours are 8 a.m. to 5 p.m., Monday – Thursday.

Beaumont‐Cherry Valley Water District  Page 3  August 10, 2017 


 

TABLE OF CONTENTS

Notice to Proposers / Proposal Submittal Instructions ................................................................ Page 5

Section I – Project Introduction and Overview ........................................................... Pages 6-8

Section II – Proposal Information ............................................................................... Pages 9-11

Section III – Scope of Work and Technical Specifications ..................................... Pages 12-19

EXHIBITS

Attachment 1 – District Boundary ................................................................................... Page 20

Figure 1 – Pipeline Location Site Map ............................................................................. Page 21

Figure 2 – Pipeline 1 - Site Map (Alignment 1) ............................................................... Page 22

Figure 3 – Pipeline 1 - Site Map (Alignment 2a/2b) ........................................................ Page 23

Figure 4 – Pipeline 1 - Site Map (Alignment 3) ............................................................... Page 24

Figure 5 – Pipeline 2 – Site Map ....................................................................................... Page 25

Figure 6 – Pipeline 3 – Site Map ....................................................................................... Page 26

Exhibit A – References ............................................................................................... Pages 27-28

Exhibit B – List of Subcontractors ................................................................................... Page 29

Exhibit C – Proposer’s Business Information ................................................................. Page 30

Exhibit D – Additions, Deletions and/or Exceptions ............................................... Pages 31-33

Exhibit E – Additions, Deletions and/or Exceptions ....................................................... Page 34

Exhibit F – Sample Agreement ......................................................................................... Page 35

Beaumont‐Cherry Valley Water District  Page 4  August 10, 2017 


 

BEAUMONT-CHERRY VALLEY
WATER DISTRICT
 

REQUEST FOR PROPOSAL


DESIGN AND HYDROGEOLOGIC/ENGINEERING SERVICES FOR THE 2017
WATER PIPELINE REPLACEMENT PROJECTS

NOTICE TO PROPOSERS / PROPOSAL SUBMITTAL


INSTRUCTIONS

1. DUE DATE AND TIME: Proposals for design and engineering services for the
replacement of pipeline in Avenida Altejo Bella, Appletree Lane, and Egan Avenue, as
described herein, will be received by the District until date and time shown on “Notice of
Inviting Proposals”. Any changes to this RFP are invalid unless specifically modified by
District and issued as a separate addendum document. Should there be any question as to
changes to the content of this document; the District’s copy shall prevail. It is the Proposer’s
sole responsibility to ensure that their proposal, inclusive of any or all addenda, is received
by the District at the stated time and place. Any proposal received after the scheduled closing
time for receipt of proposals will not be considered and will remain unopened.

2. Proposals must be submitted to the District as set forth in this Request for Proposal document.
Unless otherwise specified, proposals submitted by any other method than that set forth herein
will be disqualified.

Beaumont‐Cherry Valley Water District  Page 5  August 10, 2017 


 

SECTION I – PROJECT INTRODUCTION AND OVERVIEW


A. General Overview:
The District was formed in 1919 as an Irrigation District under California Water Code
§20500 et seq. to provide domestic and irrigation water to the City of Beaumont, the
community of Cherry Valley, and surrounding area. The service area of the District covers
approximately 28 square miles, and the District’s sphere of influence covers approximately
37.5 square miles, virtually all of which is located within the County of Riverside, and
includes the community of Cherry Valley, the City of Beaumont, and small portions of the
City of Calimesa.

In January 2016, the District had implemented a Pipeline Replacement Program that has
forecasted the replacement of pipeline sections over the next ten (10) years. For the 2017
calendar year, the District has identified three (3) sections of pipeline infrastructure within
their service area that require replacement.

B. Purpose of Request For Proposal:


The District is currently seeking proposals from qualified engineering consulting firms for
design and environmental services required for this project. The services would include the
work described hereafter and detailed in Section III: Scope of Work and Technical
Specifications.

The District has currently budgeted for three (3) identified sections of water pipeline
requiring replacement and the intent of this proposal is to provide engineering services
related to the three (3) budgeted replacements of water pipeline.

The proposed three (3) water pipeline replacement sections identified within this Request
for Proposal (RFP) will be designed in an effort to minimize the current attention demanded
of the District’s Staff.

Residential homes are in close proximity to the boundary of the parcels and noise and other
considerations will need to be addressed during construction.

The District will select a qualified firm for professional engineering services for
preliminary and final design including contract documents for the pipeline replacement
sections identified under the Scope of Work. Services shall include:

1. Project Management
2. Data Gathering
3. System Hydraulic Evaluation
4. Facilities Site Analysis
5. Feasibility Refinement

Beaumont‐Cherry Valley Water District  Page 6  August 10, 2017 


 

6. Preliminary Design
7. Preparation of Contract Documents
8. Preparation of Construction Cost Estimate
9. Investigations
10. Survey
11. Geotechnical
12. CEQA Compliance and Permit Acquisition
13. Services During Bidding
14. Services During Construction
15. Project Close-out Service

The consultant is encouraged to expand the scope to include optional tasks if deemed
necessary for completion of the project. The above are specific tasks to be included in the
proposed scope of work as a minimum.

It is the intent of the District to receive responses to the RFP and, if appropriate, conduct
individual interviews in order to select a firm which, in the opinion of the District, is best
suited to perform the required services. The purpose of this Proposal therefore, is to
provide the District with the information necessary to select the most qualified firm while
obtaining the best fee for the requested services.

C. Project Specific Dates:

Table 1 hereafter identifies the project specific estimated dates/time frame for receipt,
evaluation, and award of the work specified in this RFP. Please note the following key
dates, which are referenced on the cover page, when preparing your response to this RFP.
Table 1 – Project Specific Dates
Description Date
Release of RFP to Firms 8/10/2017
Deadline for Written Letter of Intent Questions Regarding RFP 8/25/2017
Response to Written Questions Regarding RFP 8/31/2017
Proposal Due Date 9/06/2017
Proposal Review (and Possible Short List) To Be Determined
Firm Interviews (if Applicable) To Be Determined
Firm Recommendations 10/11/2017
Contract Approval and Approximate Start Date 10/12/2017

Beaumont‐Cherry Valley Water District  Page 7  August 10, 2017 


 

D. Selection Criteria:

The Criteria for firm selection will be based on, but not limited to, the following:
1. Firm’s Qualifications and Experience with design of water pipeline replacements
of the size and configuration specified herein.
2. Experience and qualifications of personnel assigned to perform the work.
3. Technical approach and understanding, preparation of project specific plans and
specifications for water pipeline replacements in accordance to State of California
Requirements as well as District Standard Specifications.
4. Fee and Payment Terms.
5. Exceptions Taken to RFP and Sample Agreement (attached).
6. Location of Consultant (i.e. proximity to District Sphere of Influence).
E. Evaluation And Selection Process:

1. Submittal Review: A committee will review and evaluate each submittal to


determine if it meets the RFP requirements. Failure to meet the requirements set
forth in the RFP will be cause for eliminating the proposer from further
consideration.
2. The technical proposals will be evaluated and ranked by the selection committee.
The selection committee will establish the ranking order. The District will negotiate
with the top ranked firm, if deemed necessary by the selection committee. If
agreement cannot be reached with the number one ranked firm, then the
negotiations will be terminated and the firm will be informed in writing. The
number two ranked firm will then be invited to enter into the negotiations process.
3. The committee may interview the top ranking proposers. The District reserves the
right to begin negotiations and enter into an agreement without interview or
further discussions. The evaluation criteria and weighting are as follows:

Weight of
Evaluation Criteria Score
Past performance and qualifications of the team members on similar projects. 25%
Familiarity with and capacity to handle all aspects of the work. 20%
Ability to complete the project within the proposed time frame. 15%
The proposed project approach, scope, manner, and thoroughness in which it is
20%
presented in the proposal.
Firm’s experience, staff availability, stability, financial responsibility, and past
20%
performance on similar projects.

Beaumont‐Cherry Valley Water District  Page 8  August 10, 2017 


 

4. Short List: At the District’s option, the selected candidates may be short listed and
interviewed to further refine the selection process.

5. The District reserves the right to, at their sole discretion, qualify and select the most
qualified firm during the selection process or alternatively through the short list and
interview process.

Beaumont‐Cherry Valley Water District  Page 9  August 10, 2017 


 

SECTION II – PROPOSAL REQUIREMENTS

The proposal should respond to the requirements set forth herein. In addition, proposers need to
demonstrate their capabilities, background, expertise, etc. in order for the District to effectively
evaluate the proposals, and award to the company that provides the best value to the District based
on the selection criteria in Section I. The Proposal should include, at a minimum, the following
information:

A. Cover Letter

B. Executive Summary: to include a brief summary of the firm’s origin, background, and size
of the company, an overall organizational chart, the overall capabilities of the organization,
appropriate licenses and certifications, and proximity of company’s resources to the
District’s offices and facilities.

C. General Requirements:

The proposal should include the following:

1. An understanding of the project and approach to accomplish the work in a timely


and acceptable manner.
2. A detailed description of the services to be provided based on the consultant’s
understanding of the project scope; include a list of anticipated drawings.
3. A detailed work schedule for all work and time frame for items of work.
4. A project organization and staffing chart.
5. Identification of the individual who will have overall responsibility for the project
and who shall be a Registered Hydrogeologist or Civil Engineer in the State of
California.
6. A resume of the key staff who will be working on this project, including specific
experience on similar projects.
7. The proposal shall have a page limit of 20 pages including appendices, tabs, and
cover.
8. A not-to-exceed fee based on the services outlined in the Scope of Work which
MUST be submitted as a hard copy and an electronic copy (smart pdf and excel
formats on CD) in a SEPARATE SEALED ENVELOPE.
9. Six (6) hardcopies and one (1) electronic copy (smart pdf on CD) of the proposal
shall be submitted to the District.

Beaumont‐Cherry Valley Water District  Page 10  August 10, 2017 


 

D. Statement of Qualifications:

1. Qualifications and Experience (Firm and Personnel) – a description of the


company’s expertise related to services requested and a full discussion of the
company’s recent experience directly related to designing water pipeline
replacements. Provide resumes of key people that address experience and
qualifications, educational background, and skills.
2. Availability – Briefly describe your firm’s and personnel’s ability to meet the
District’s needs in a consistent and timely manner.
3. References (Exhibit A) – list three (3) former municipal (preferred) or private
clients for whom comparable services have been performed within the last five (5)
years. Include the name, mailing address, telephone number, and email address of
each client’s principal representative.
4. List of Subcontractors (Exhibit B) – a description of any subcontract arrangements
that would be utilized for this project. Include a full description of the
subcontractor’s experience and personnel.
5. Firm’s Business Information (Exhibit C)
6. Additions, Deletions and/or Exceptions (Exhibit E): compliance with the District’s
contractual terms in the sample agreement and/or RFP requirements. The Proposer
shall note any additions, deletions and/or exceptions to the contractual terms and/or
RFP requirements. If there are no exceptions taken, please note in the form: “There
are none”.
7. Project Fee Proposal (Included in a separate sealed envelope clearly labeled
“Project Fee Proposal”) – said fee schedule shall include hourly rates; fees for all
sub- consultants, and percentage markup of reimbursable expenses, if any shall be
included. The rates shall be valid for the term of the contract. In the Project Fee
Proposal, include the following information:
a. A detailed personnel-hour estimate by personnel classification for the major
portions of the work broken down for each task, milestone report and/or
plan deliverable.
b. Fees for any subcontractors.
c. A total not-to-exceed fee estimate based on services outlined in Scope of
Work.
d. The method of compensation shall be based on a time and expense basis
subject to a not-to-exceed amount to complete the project.

Beaumont‐Cherry Valley Water District  Page 11  August 10, 2017 


 

B. The District reserves the right to withhold award of contract for a period of ninety (90)
days following RFP opening. All proposals received are considered firm for that 90-day
period.

C. A contract incorporating the terms and conditions contained herein will be sent to the
successful Proposer. Any additional terms and conditions requested or comments by
Proposer must be submitted with the proposal (Section II.A.6.: Additions, Deletions and/or
Exceptions) and will be considered as part of the selection/negotiation process.

D. Any questions as to the meaning of the scope of work and/or technical specifications or
other pre-proposal documents must be submitted in writing and shall be directed to Daniel
K. Jaggers at (951) 845-9581, Ext. 217, dan.jaggers@bcvwd.org, who will provide
instructions for submitting requests. Any and all such interpretations and any supplemental
instructions will be sent to all prospective Proposers not later than that date set forth on
Section I.C. “Project Specific Dates”. All addenda so issued shall become part of the
contract documents. Under no circumstances may the Proposer contact any other
department or individual for clarification or interpretation of any requirements herein.

E. The District reserves the right to reject any or all proposals, either separately or as a whole
and to waive any informality in a proposal or to accept any proposal presented which it
deems best suited to the interest of the District, and is not to be bound to accept the lowest
price.

F. The cost for developing the proposal is the sole responsibility of the Proposer. All proposals
submitted become the property of the District. If any pages are deemed as confidential or
proprietary those pages should be individually marked confidential or proprietary.

G. At the time of the opening of proposals each Proposer shall be presumed to have read and
be thoroughly familiar with the RFP and proposal requirements (including all Addenda).

H. Be advised that all information contained in proposals submitted in response to this


solicitation may be subject to the California Public Records Act (Government Code Section
6250 et seq.), and information’s use and disclosure are governed by this Act.

Beaumont‐Cherry Valley Water District  Page 12  August 10, 2017 


 

SECTION III – SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

A. Project Coordination:

1. Project kick-off meeting with District.


2. Coordination meetings with District as needed.
3. Weekly project updates via email and/or telephone to discuss budget, schedule and project issues
(through bid phase services).
4. Coordination meetings with other project stake holders and agencies as needed.
5. Monthly report summarizing project budget and schedule. Provide one (1) hard copy and one (1)
electronic copy (smart pdf), submit with invoice.
6. All correspondence, submittals, and deliverables (preliminary and final) shall be submitted to the
District both via hard copy and electronically (CAD, smart pdf, word, excel, and original file
formats on CD) at project close-out.

B. Preliminary Engineering Evaluation and Design:


 
Prepare an evaluation of the three pipeline replacement projects and alternative alignments.

1. Pipeline 1 - Altura Bella

Replacing an aging 6-in diameter, high pressure steel pipeline in an easement adjacent to Noble
Creek Canyon from Avenida Altejo Bella to Whispering Pines Road.
Three (3) alternative alignments shall be evaluated.

a. Alignment 1 – shown on Figure 2, construction of a new pipeline paralleling the existing


pipeline along the edge of Noble Creek Canyon from Whispering Pines Road to Avenida
Altura Bella and continuation in Avenida Altura Bella to the vicinity of the intersection of
Avenida Altura Bella and Avenida Miravilla. The pipeline along the edge of Noble Creek
Canyon will be abandoned and the service lines reconnected to the new pipeline.
Coordination with the property owners in this area will be required.

Beaumont‐Cherry Valley Water District  Page 13  August 10, 2017 


 

b. Alignment 2a – shown on Figure 3, construction of a new 8-in pipeline southerly in


Whispering Pines Road from an existing 6-in pipeline to Avenida Miravilla, then southerly
in Avenida Miravilla to Avenida Altura Bella, then easterly in Avenida Altura Bella to the
end. There is an existing 6-in steel pipeline in Whispering Pines Road which would be
abandoned and the existing services reconnected to the new pipeline. The pipeline along
Noble Creek Canyon will be abandoned; the service lines will need to be relocated and
reconnected to the new pipeline. Coordination with the property owners in this area will
be required particularly as it relates to routing of new service lines.

c. Alignment 2b – also shown on Figure 3, construction of a new 8-in pipeline southerly in


Avenida Miravilla from an existing 6-in pipeline to the intersection of Avenida Miravilla
and Avenida Altura Bella, then easterly in Avenida Altura Bella to the end. There is an
existing 6-in steel pipeline in portion of Avenida Miravilla which would be abandoned and
the existing services relocated and reconnected to the new pipeline. Coordination with the
respective property owners will be required since a portion of the Avenida Miravilla
pipeline is off the pavement. The pipeline along Noble Creek Canyon will be abandoned;
the service lines will need to be relocated and reconnected to the new pipeline.
Coordination with the property owners in this area will be required particularly as it relates
to routing of new service lines.

d. Alignment 3 – shown on Figure 4, construction of a new 8-in pipeline from the easterly
end of Avenida Altura Bella, westerly in Avenida Altura Bella to Avenida Miravilla (at
the “wagon wheel”), then westerly in Avenida Miravilla to Lilac Lane, then northerly in
Lilac Lane to tie into an existing 8-in pipeline in the vicinity of the end of Lilac Lane The
pipeline along Noble Creek Canyon will be abandoned; the service lines will need to be
relocated and reconnected to the new pipeline. Coordination with the respective property
owners will be required since a portion of the new pipeline at the end of Lilac Lane is off
the pavement.

The four (4) alternative alignments are not intended to limit the Consultant. Other
alternatives, may be considered; however, before investigating in detail, secure approval
from the District. If the Consultant’s alternative is selected, BCVWD may elect to
substitute the Consultant’s alternative for one of the four alternatives listed for no change
in scope. Evaluate trenching and trenchless technologies, including slip lining, pipe
bursting, etc. to identify the most cost effective and least disruptive method of constructing
the replacement project. Tie-ins will be required, the number of tie-ins are dependent on
the alignment chosen.

2. Pipeline 2 Apple Tree Lane (See Figure 4)

Replace an aging 4-in and 6-in diameter steel pipeline from the northerly end of Apple Tree Lane
south to Oak Glen Road, a distance of approximately 1,700 ft. Construct a new pipeline in Oak
Glen Road approximately 360 ft northerly to time into an existing 6-in diameter pipeline in Oak
Glen Road Abandon the existing pipeline in Apple Tree Lane and install new service lines and
reconnect services to the new pipeline. Tie-ins at each end of the pipeline will be required.

Beaumont‐Cherry Valley Water District  Page 14  August 10, 2017 


 

Coordination with property owners will be required since portions of the existing pipelines and
tie-in points may be off the pavement.

Evaluate the use of conventional trenching and trenchless technologies, including slip lining, pipe
bursting, etc. to identify the most cost effective and least disruptive method of constructing the
replacement project.

3. Egan Avenue (See Figure 5)

Replace a 4-in steel pipeline in the alley east of Egan Avenue, between California Avenue and
Fifth Street, a length of approximately 800 ft. Due to the building plumbing configurations, the
new pipeline must be constructed in the same alley as the existing pipeline. Tie-ins to an existing
8-in pipeline in California Avenue and to an existing 10-in in West Fifth Street will be required.

Evaluate the use of conventional trenching and trenchless technologies, including slip lining, pipe
bursting, bore and jack, etc. to identify the most cost effective and least disruptive method of
constructing the replacement project.

Consultant shall perform a complete utility search as part of the preliminary evaluation to ensure
the pipeline location is feasible.

All of the new pipeline replacements shall be 8-in diameter; existing fire hydrants shall be
reconnected to the new pipeline; some hydrants may need to be replaced. New hydrants may be
needed. Consultant shall make recommendations to BCVWD regarding fire hydrants. All water
service lines shall be replaced. BCVWD will install meters. All work shall be according to
BCVWD Standards.

Deliverable – Consultant shall prepare a Preliminary Design Report (PDR) that provides a
preliminary plan and profile, the advantages/disadvantages for alternative alignments or
construction method, the recommended construction method, construction constraints,
environmental constraints, recommended project, estimated project cost, other impacts e.g.,
traffic, utility interferences, agency encroachment and other permit requirements, easement
requirements, service line relocation issues, etc. Provide recommendations on hydrant
replacements or additions. Each replacement project shall have its own, separate TM. Submit
three (3) copies of the Draft PDR for District review and one electronic copy (searchable pdf).
Meet with the District to discuss the PDR. District comments on the Draft PDR shall be
incorporated into a Final PDR. Submit three (3) copies of the Final PDR and an electronic copy
(searchable pdf) and original files to the District. The final PDR shall be signed by a licensed civil
engineer in California.

C. Environmental:
 
The preparation of environmental documentation shall follow California Environmental Quality Act (CEQA)
Guidelines and shall include the following:
1. File a Notice of Intent (NOI) with Riverside County and the State Clearing House.
2. Complete Initial Study Checklist, review pertinent environmental records and technical reports.

Beaumont‐Cherry Valley Water District  Page 15  August 10, 2017 


 

3. Assess environmental issues as they relate to the projects including aesthetics, agricultural
resources, air quality, biological resources, cultural resources, geology and soils, greenhouse gas
emissions, hazards and hazardous materials, hydrology and water quality, land use and planning,
mineral resources, noise, population and housing, public services, recreation,
transportation/traffic, utilities and service systems, mandatory finding of significance. Determine
and recommend mitigation measures if potentially significant adverse impacts are identified.
4. Prepare Mitigation Monitoring or Reporting Program (MMRP).
5. Complete a biological resources assessment (if required for the projects).
6. Complete a cultural resources assessment (if required for the projects).
7. Submit an administrative draft mitigated negative declaration (MND) to the District for review.
8. Submit a draft mitigated negative declaration for circulation.
9. Respond to comments received on the draft MND.
10. Attend the public meeting for adoption of the MND. Meeting shall be scheduled, coordinated,
and directed by the District.
11. File Notice of Determination (NOD) with the County of Riverside and the State Clearing House.
Deliverable: Consultant shall prepare a Mitigated Negative Declaration for the projects. The Initial Study
and Mitigated Negative Declaration shall cover all three (3) of the pipeline replacement projects in a
single document. Three (3) copies and one (1) electronic copy of the draft MND shall be submitted for
review. District comments shall be incorporated and three (3) copies and one (1) electronic (searchable
pdf) copy of the final MND shall be submitted. The final submittal shall include the NOI, MMRP, NOD,
and public review comments.
D. Permit Compliance:

Consultant shall identify any permit requirements that will be required for the project and submit permit
applications on the District’s behalf to each permitting agency. Consultant shall incorporate comments from
the Agencies and revise the Contract Documents as necessary. Anticipated permits that the Consultant shall
obtain for this project may include, but are not limited to, the following:
1. Air Quality Management District (AQMD) (Tank interior and exterior coatings).
2. County of Riverside – Public property encroachment permit.
3. California State Water Resources Control Board, Division of Drinking Water (SWRCB DDW) –
Permit to Operate.
4. California State Water Resources Control Board – Compliance with the waste discharge permit
and Storm Water Pollution Prevention Plan in accordance with the NPDES General Permit for
Storm Water Discharges (Construction Activities).

E. Surveying:
 
Topographic Survey: Consultant shall perform a field topographic survey of the final selected pipeline

Beaumont‐Cherry Valley Water District  Page 16  August 10, 2017 


 

alignments, abandoned pipeline alignments, new service line locations and adjacent right-of-ways with
1-foot contours for pipelines. The survey shall identify all existing easements, identify all street monuments,
surface features of the affected project areas, assessor parcel numbers, and verify locations of all existing
underground utilities on or adjacent to the proposed site or sites.
1. Prepare legal descriptions and plats to facilitate the District’s acquisition of easements for the
proposed pipeline alignment. For purposes of this proposal, assume to provide four (4) legal
descriptions and plats.
2. Consultant shall coordinate all potholing with District staff to ensure potholing activities are
surveyed. District will provide pothole contractor (15 pothole locations).
3. Establish survey ground control for aerial mapping using NAD83 coordinates and NAVD88
county benchmark elevations.

Deliverable: Consultant shall provide the aerial photography, and the topographical mapping to the
District electronically on CD. Provide original files, searchable pdf, and AutoCAD formats.

Consultant shall summarize findings, results and recommendations into a report. Three (3) copies and one
(1) electronic copy (searchable pdf) of the draft geotechnical report shall be submitted for review.
District comments shall be incorporated and three (3) copies and one (1) electronic copy (searchable pdf)
of the final geotechnical report shall be submitted.
F. Geotechnical Investigation:

Provide a geotechnical investigation that addresses the pipelines. The Geotechnical Report shall address
all necessary design and construction issues including regional seismicity, seismic parameters,
liquefaction, site preparation and earthwork, trenching, trench stability and excavation, shoring, backfill,
suitability of onsite materials for backfill, pavement section recommendations, soil bearing strength,
groundwater conditions and dewatering, pipeline bedding requirements, R-values, moisture content,
density, gradation, consolidation, expansion, shear resistance, sand equivalence, soil corrosivity,
corrosion protection and control, and/or other criteria as identified and recommended by the
geotechnical engineer associated with the proposed facilities. A single geotechnical report shall be
prepared incorporating all three pipelines.

1. Review published geologic maps, aerial photographs, and other information pertaining to the site
to assist in the evaluation of geologic hazards that may be present.
2. Conduct a reconnaissance of the site or sites to observe existing conditions and to locate
exploratory borings.
3. Analysis and investigation shall also identify the following at a minimum: groundwater
presence and level, construction dewatering requirements, pipe bedding requirements, trench
shoring requirements, settlement potential, excavatibility of soils, location of rock, etc.
4. Conform to Division of Industrial Safety tunneling requirements if tunneling or boring and jacking
is required for the project.
5. Borings shall be provided at every 1,000 feet along the pipeline alignments, minimum of two
(2) per pipeline replacement project. Depth shall be a minimum of 3 ft below proposed bottom of
pipeline trench.

Beaumont‐Cherry Valley Water District  Page 17  August 10, 2017 


 

G. Preparation of Final Plans and Specifications


 
1. Prepare a separate set of plans for each pipeline replacement project. Provide a single set of project
specifications that covers all three (3) pipeline replacement projects and a single set of contract
documents. The contract documents shall have a separate bid form for each pipeline project. The
District reserves the right to bid and award separate contracts or any combination which best meets
the needs of the District. Plans shall be prepared in AutoCAD, Consultant may use its own line
and layering scheme, but shall obtain BCVWD approval for use of it first. Plan, contract document
and specification formats, templates and standards will be provided by BCVWD. Plan template
shall conform to BCVWD Plans shall be 22” x 34”.

2. Plans shall include profiles with details of all tie-ins. Service lines shall be shown on the plans;
details shall be provided if relocation on private property is required. Consultant shall perform
complete utility search and all known and abandoned utilities shall be shown on the plans.
Consultant shall coordinate any potholing with the utility company and BCVWD. BCVWD will
provide the potholing contractor as stated in “Topographic Survey” above. Submit final plans to
utility companies and secure a final letter or other method of approval from the utility company.

3. Plan cover sheet shall include a detailed materials list.

4. Provide a plan and narrative construction sequencing that will minimize customer outages.
Customers shall not be out of water overnight, on weekends and holidays, or for more than three
(3) hours (total) on any day. Plan shall be submitted to BCVWD for review and comment.

5. Three submittals are required: 65%, 95%, and 100% complete. The 65% submittal shall include
as a minimum: cover sheet, plan and profile sheets with all utilities and a detailed cost estimate.
The 95% submittal shall be a complete submittal including all plans, and the single volume of
specifications and contract documents and updated detailed cost estimate. The District will review
the submittals and provide comments. The Consultant shall incorporate all comments and provide
a final 100% complete set, signed by the licensed civil engineer in charge of the project.

Deliverable: For the 65% and 95% submittals provide three (3) copies of reduced (11’x17’) plans
for each pipeline, and three (3) copies of the common specifications and contract documents (not
required for 65%), and cost estimate plus one (1) electronic copy of the plans, specifications,
contract documents and cost estimate, (searchable pdf). For the 100% final submittal, provide five
(5) copies of reduced (11’x17’) plans for each pipeline, and three (3) copies of the common
specifications and contract documents and cost estimate plus one (1) electronic copy of the plans,
specifications, contract documents and cost estimate, (searchable pdf). Provide the AutoCAD
drawing files electronically. Include any special formats, fonts, etc. to ensure the drawing files
can be printed.

For the plan and narrative construction sequencing that will minimize customer outages submit
three (3) copies and one electronic version (searchable pdf).

H. Bid Phase Services


 

Beaumont‐Cherry Valley Water District  Page 18  August 10, 2017 


 

Consultant shall perform the following bidding services:

1. Consultant shall attend the construction pre-bid meeting and provide technical support to District
staff relative to immediate contractor questions. Provide minutes of the meeting, attendee sign in
sheet, list of attendees, and questions and responses.
2. Consultant shall respond to any questions from the contractor during the bidding period.
Consultant shall maintain a log and notes on contact and responses.
3. Consultant shall prepare up to two (2) addenda which will be distributed by the District.
4. Consultant shall attend the bid opening and tabulate the bid results for comparison.
5. Consultant shall assist the District in review of the bids and in bid evaluation to recommend the
lowest, responsive, responsible bidder as the construction contractor.

Deliverable: Provide three (3) copies of construction pre-bid meeting minutes and responses and
one electronic version (searchable pdf). Provide three (3) copies of all addenda, logs of contacts
during the bid period, bid tabulations and bid evaluation letter, including one electronic copy
(searchable pdf).

I. Construction Phase Services:


 
BCVWD will perform the on-site inspection, submittal and payment request review, perform final inspection
and file notice of completion. If there are any questions in the review, BCVWD will discuss with the
Consultant. Consultant shall assist the District during the construction of the replacement pipelines as
follows:

1. Respond to Requests for Information (RFIs) from contractor(s) or permit agencies.


2. Prepare change order or clarification drawings, prepare an estimate of the cost of the change order,
and assist BCVWD in negotiation of the change order. Maintain drawing revisions in AutoCAD.

Deliverable: As required provide three (3) copies of reduced (11’x17’) plans for each changed drawing plus
one electronic copy of the changed drawing.

J. Project Close-out Services:


 
BCVWD will submit hard copies of the project record drawings and field notes to the Consultant. Consultant
shall incorporate the project record changes and notes into the final AutoCAD drawings, note the “Project
Record Drawing” and date in the revision block with the revision number. Each change shall be noted with
the revision number.

Deliverables: provide three (3) copies of reduced (11’x17’) Project Record Drawings. Provide Project
Record AutoCAD drawing files electronically. Include any special formats, fonts, etc. to ensure the drawing
files can be printed.

Beaumont‐Cherry Valley Water District  Page 19  August 10, 2017 


 

K. Project Management and Administration


 
Consultant shall provide the following project management and administration processes for the duration of
the project:

1. Project kick-off meeting with District


2. Monthly coordination meetings with District through the bidding phase. Thereafter meetings will as
necessary.
3. Weekly project updates via email or telephone to discuss budget, schedule and project issues through
completion of the plans and specifications. Thereafter updates will be as necessary.
4. Coordination meetings with other agencies and property owners as required (assume 5 for proposal
purposes).

See above Scope of Work elements for other meetings and deliverables.

Beaumont‐Cherry Valley Water District  Page 20  August 10, 2017 


 

Attachments 
Attachment 1: 

 
Source:  modified from USGS 1:24 000 topographic maps of Beaumont, Forest Falls, Yucaipa, and El Casco, CA 
0         8000                             NORTH  District Boundary and Sphere of Influence
Approximate Scale in Feet 
Beaumont Cherry Valley Water District 
Beaumont, California 
 
 

Beaumont‐Cherry Valley Water District  Page 21  August 10, 2017 


 

Attachment 2: 
Well Location Map and Site Maps 
Figure 1: Pipeline 1, 2 and 3 Location Map

Pipeline 2 Location 

Pipeline 1 Location 

Oak Valley Parkway

Pipeline 3 Location 
10 Freeway 

Beaumont‐Cherry Valley Water District  Page 22  August 10, 2017 


 

Figure 2: Replacement Pipeline 1 Site Map (Alignment 1)

Existing 6” Pipeline 

Replacement Pipeline 

Whispering Pines Road 

Avenida Altejo Bella 

Beaumont‐Cherry Valley Water District  Page 23  August 10, 2017 


 

Figure 3: New Pipeline 1 Site Map (Alignment 2a/2b)

Existing 6” Pipeline 

New 8” Pipeline (Alignment 2b) 

New 8” Pipeline (Alignment 2a) 

Whispering Pines Road 

Avenida Altejo Bella 

Beaumont‐Cherry Valley Water District  Page 24  August 10, 2017 


 

Figure 4: New Pipeline 1 Site Map (Alignment 3)

Existing 8” Pipeline  

Lilac Lane 

Whispering Pines Road 

New 8” Pipeline 

Avenida Altejo Bella 

Beaumont‐Cherry Valley Water District  Page 25  August 10, 2017 


 

Figure 5: Replacement Pipeline 2 Site Map


2017 Replacement Pipeline Project
Pipeline 3 - Egan Avenue

Existing 10” Pipeline  
Existing 6” Pipeline  

Apple Tree Lane 

Oak Glen Road 

New 8” Pipeline 

Beaumont‐Cherry Valley Water District  Page 26  August 10, 2017 


 

Design and Engineering Services for the Beaumont-Cherry Valley Water District’s

Figure 6: Replacement Pipeline 3 Site Map

Existing 8” Pipeline 
Existing 18” Pipeline  

Egan Avenue 

New 8” Pipeline 

California Avenue

Beaumont‐Cherry Valley Water District  Page 27  August 10, 2017 


 

EXHIBITS 
EXHIBIT A: REFERENCES
 

Proposer shall provide a minimum of six (6) Customer References with two (2) or more
years’ experience with the Proposer. Local and similar size contract references are
preferred.
REFERENCE #1
NAME OF FIRM  
ADDRESS  
CITY, STATE,  
ZIP CODE
TELEPHONE # ( )
CONTACT  
PROJECT NAME  
COMPLETION DATE  
APPROX. COST  
REFERENCE #2
NAME OF FIRM  
ADDRESS  
CITY, STATE,  
ZIP CODE
TELEPHONE # ( )
CONTACT  
PROJECT NAME  
COMPLETION DATE  
APPROX. COST  
REFERENCE #3
NAME OF FIRM  
ADDRESS  
CITY, STATE,  
ZIP CODE
TELEPHONE # ( )
CONTACT  
PROJECT NAME  
COMPLETION DATE  
APPROX. COST  
 

Beaumont‐Cherry Valley Water District  Page 28  August 10, 2017 


 

REFERENCE #4
NAME OF FIRM  
ADDRESS  
CITY, STATE,  
ZIP CODE
TELEPHONE # ( )
CONTACT  
PROJECT NAME  
COMPLETION DATE  
APPROX. COST  
REFERENCE #5
NAME OF FIRM  
ADDRESS  
CITY, STATE,  
ZIP CODE
TELEPHONE # ( )
CONTACT  
PROJECT NAME  
COMPLETION DATE  
APPROX. COST  
REFERENCE #6
NAME OF FIRM  
ADDRESS  
CITY, STATE,  
ZIP CODE
TELEPHONE # ( )
CONTACT  
PROJECT NAME  
COMPLETION DATE  
APPROX. COST  
 

Beaumont‐Cherry Valley Water District  Page 29  August 10, 2017 


 

EXHIBIT B: LIST OF SUBCONTRACTORS


(ATTACH ADDITIONAL SHEETS IF REQUIRED)
NAME UNDER LICENSE ADDRESS AND PHONE SPECIFIC
WHICH NUMBER NUMBER OF OFFICE, MILL DESCRIPTION
SUBCONTRACT IS OR SHOP SUBCONTRACT
LICENSED
 
       

       

       

       

       

       

       

       

       

       

       

       

       

       

       

       

       

       

       

Beaumont‐Cherry Valley Water District  Page 30  August 10, 2017 


 

EXHIBIT C: PROPOSER’S BUSINESS INFORMATION


 
All proposers shall submit the information as requested below.
 
1. Length of time your firm has been in business:
 
2. Length of time at current location:
 
3. List types and business license number(s):
 
 
 
 
 
4. California State Contractor’s License number:
 
5. Names and titles of all officers of the firm:
 
 
 
 
 
 
 
 
 
6. Is your firm a sole proprietorship doing business under a different name?
YES or NO
 
7. If yes, please indicate sole proprietorship name and the name you are doing
business under:
 
 
 
 
8. Please indicate your Federal Tax Number:
 
9. Is your firm incorporated? YES or NO
 
10. Name and remittance address that will appear on invoices:
 
 
 
 
 
11. Physical Address
 
   

Beaumont‐Cherry Valley Water District  Page 31  August 10, 2017 


 

BEAUMONT-CHERRY VALLEY WATER DISTRICT

EXHIBIT D: RFP 2017 PRICE FORM


GENERAL WELL MAINTENANCE AND REHABILITATION MATERIAL, LABOR, AND EQUIPMENT RATES
Item   Description Rate Per/
1 2 Men, Rig and Service Truck /hr.

2 3 Men, Rig and Service Truck /hr

3 4 Men, Rig, and Service Truck /hr

4 Wire Brush Rental   /ea

5 Air Compressor Rental (450 CFM and Smaller) /hr

6 Air Compressor Rental (451 CFM and Larger) /hr

7 2 Men, & 24L Cable Tool and Combo Rig /hr

8 2 Men, & 36L Cable Tool Rig /hr

9 1 Man & Rotary Crane - 12 Ton & Below /hr

10 2 Men & 12 Ton & Below Crane /hr

11 1 Man & Rotary Crane – 40 ton and below /hr

12 1 Man & Delivery Truck /hr

13 1 Man & Service Truck /hr

14 1 Man, Tractor Trailer /hr

15 2 Men & Service Truck /hr

16 1 Man & Welding Truck /hr

17 Drilling Rig & All Supporting Equipment /hr

18 Electrician & Service Truck /hr

19 General Shop Labor   /hr

20 Machine Shop Labor   /hr

21 1 Man and 75 ton crane and below /hr

22 Welding Shop Labor   /hr

23 Overtime – Including Saturday /hr

24 Overtime - Sunday or Holiday /man/hr

25 Additional Rig Helper   /hr

26 1 Man & Boom Truck   /hr

27 Test Pump Operator & Fuel 350HP & Below /hr

Beaumont‐Cherry Valley Water District  Page 32  August 10, 2017 


 

28 Test Pump Operator & Fuel 351HP and Above /hr

29 Environmental Surcharges /hr

30 Aqua Feed Unit, Pump Rig, Service Truck & 2 Men /hr

31 Chemical Trailer, Tractor & 2 Men /hr

32 Chemical Trailer, Tractor, 2 Men, Rig & Service Truck /hr

33 1 Man & Neutralization Trailer /hr

34 1 Man & Backhoe with Trailer & Truck /hr

35 2 Men, Bucket Rig & Service Truck /hr

36 Video Log Well Casing /well


 
Camera Operator (in excess of 5 hours portal to portal
37 /well
- add)
38 Re-video Well Casing /ea

39 Photo - Still Shots /ea

40 Duplicate DVD /ea


 
Lab Analysis of Water Quality and of Material /ea
41
Scrapings - Reports of Evaluation
 
Preparation of Repair Specification; List of Repairs /ea
42
and Material Required to Bring Well to Standard
43 Boreblast/Airburst Estimating 1,500 foot well / Well

44 Parts/Material Cost % Mark up


 

Price(s) shall include all labor, equipment, materials, transportation, overhead, travel,
profit, insurance, sales and other taxes, licenses, incidentals, and all other related costs
necessary to meet the work requirements.
 
PROPOSERS: Please show RFP number, date, and time on RFP opening on the
envelope containing your proposal.
 
The  undersigned  as  Proposer,  declares  that  the  only  persons  or  parties  interested  in  this 
proposal is made without collusion with any person, firm or corporation. Your signature on this 
document, should  you be awarded the contract  as  defined in  this  RFP,  signifies  that  you have 
fully read and understood this proposal and will comply with all specifications, conditions,  unit 
prices, terms,  and  delivery of  the  proposal unless  otherwise  noted  in  the “exceptions” portion 
of the proposal. 
   

Beaumont‐Cherry Valley Water District  Page 33  August 10, 2017 


 

Name of  
Proposer (Firm): Title:

Authorized  
Signature: Date:

Printed/Typed   Mailing
Name: Address:

  City, State,
Phone: ( ) Zip:

  E-Mail
Fax: ( ) Address:

 
   

Beaumont‐Cherry Valley Water District  Page 34  August 10, 2017 


 

EXHIBIT E: ADDITIONS, DELETIONS AND/OR EXCEPTIONS


Please state any and all Additions, Deletions and Exceptions that you are taking to any
portion of this proposal. If not addressed below, then Beaumont-Cherry Valley Water
District assumes that the vendor will adhere to all terms and conditions listed.
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________ 
 
   

Beaumont‐Cherry Valley Water District  Page 35  August 10, 2017 


 

EXHIBIT “F”: STANDARD AGREEMENT


 
 
 

Beaumont‐Cherry Valley Water District  Page 36  August 10, 2017 

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy