Design and Engineering Services For The 2017 Proposed Water Pipeline Replacement Projects
Design and Engineering Services For The 2017 Proposed Water Pipeline Replacement Projects
FOR
DESIGN AND ENGINEERING SERVICES
FOR THE 2017 PROPOSED WATER
PIPELINE REPLACEMENT PROJECTS
Director of Engineering
Beaumont-Cherry Valley Water District
KEY RFP DATES (Subject to change at discretion of District):
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
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.
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.
TABLE OF CONTENTS
Section III – Scope of Work and Technical Specifications ..................................... Pages 12-19
EXHIBITS
BEAUMONT-CHERRY VALLEY
WATER DISTRICT
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.
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.
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
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.
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
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:
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.
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.
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:
D. Statement of Qualifications:
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).
A. Project Coordination:
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.
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.
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.
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.
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.
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
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.
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.
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).
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).
Deliverable: As required provide three (3) copies of reduced (11’x17’) plans for each changed drawing plus
one electronic copy of the changed drawing.
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.
See above Scope of Work elements for other meetings and deliverables.
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
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
Existing 6” Pipeline
Replacement Pipeline
Whispering Pines Road
Avenida Altejo Bella
Existing 6” Pipeline
New 8” Pipeline (Alignment 2b)
New 8” Pipeline (Alignment 2a)
Whispering Pines Road
Avenida Altejo Bella
Existing 8” Pipeline
Lilac Lane
Whispering Pines Road
New 8” Pipeline
Avenida Altejo Bella
Existing 10” Pipeline
Existing 6” Pipeline
Apple Tree Lane
Oak Glen Road
New 8” Pipeline
Design and Engineering Services for the Beaumont-Cherry Valley Water District’s
Existing 8” Pipeline
Existing 18” Pipeline
Egan Avenue
New 8” Pipeline
California Avenue
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
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
30 Aqua Feed Unit, Pump Rig, Service Truck & 2 Men /hr
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.
Name of
Proposer (Firm): Title:
Authorized
Signature: Date:
Printed/Typed Mailing
Name: Address:
City, State,
Phone: ( ) Zip:
E-Mail
Fax: ( ) Address: