REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR DESIGN OF RECHARGE BASIN ON VICTORIA SITE General Provisions Western Municipal Water District (WMWD) requests a qualified Design Consultant to submit a proposal and qualification for providing professional engineering services for design of recharge basin at Victoria Site, located in Riverside, Riverside County, California. Design Consultant should submit five (5) hard copies and one CD (in PDF format) copy of the proposal in one package including one separately sealed fee proposal envelope addressed to the attention of Fakhri Manghi and must be received in the office at 14205 Meridian Parkway, Riverside, CA 92518. The package of the five (5) shall be clearly marked PROPOSAL FOR ARLINGTON RECHARGE PROJECT. The copies of the proposal must be received by Western, no later than 2:00 PM, September 4, 2015. If Western amends the proposal deadline, the new deadline will be posted on Western s official website (http://www.wmwd.com/bids.aspx). A non-mandatory pre-proposal meeting will be held at Western, 14205 Median Parkway, Riverside, CA 92518 on August 21, 2015 at 1:30 PM. Optional site visit can be arranged in the morning of the pre-proposal meeting, at 10:30 AM. Send an email to: fmanghi@wmwd.com to schedule a site tour. Any relevant questions concerning the Request for Proposal (RFP) other than those asked at the pre-proposal meeting shall be directed in writing to the project manager: Fakhri Manghi, Ph.D, PE Western Municipal Water District 14205 Meridian Parkway Riverside, CA 92518 Answers to these questions will be sent to all Consultants. No answer will be given on an individual basis. Selection Process Proposals will be evaluated by a selection committee comprised Western staff and possibly members from other agencies. Proposals will be evaluated and ranked based on criteria including understanding of the purpose of the work, project approach, scope-of-work, relevant project experience, and project team members qualifications. This is not a competitive bid process. The most highly ranked proposals may be interviewed and rated by the selection committee. After selection of prospective Consultant deemed most qualified, Western will initiate negotiations. If an acceptable contract cannot be reached with the prospective Consultant deemed most qualified, Western may then negotiate with the next most qualified prospective Consultant. Western reserves the right, after opening the proposals, to reject any or all proposals, or to accept proposal(s) that in its sole judgment are in the best interest Western.
Prospective Consultants are responsible for ensuring that proposals are received at the specified location by the specified time whether they are sent by mail or delivered in person. Email proposals will not be considered for evaluation. Victoria Site Western is planning to construct an artificial recharge basin on Victoria site. Victoria site consists of a 10-acres parcel currently vacant and undeveloped, located in Riverside, Riverside County, California. The site is located in the southeast part of the Arlington Basin, boarded by Victoria Avenue to the north, an agricultural parcel to the south, Jackson Street to the east, and an agricultural parcel to the west. The site is a flow-through basin located downstream of the Mockingbird Reservoir. The Mockingbird Reservoir can serve as a controlled source of supplemental water to the site through a dirt undeveloped channel. The Gage Canal carries nonpotable groundwater is located upstream of the site. Western s nonpotable water distribution system is located upstream of the site, on Cleveland Avenue (Project Map). The parcel was one of several candidate recharge sites in the Arlington Basin identified during a 2009 feasibility study conducted by WEI (attached). A field investigation was conducted at the site in 2012 by Todd Engineers to evaluate subsurface conditions and to determine if the surrounding area has been exposed to contamination (attached). Victoria site will allow recharge water of up to 2,500 acre-feet per year. Three types of recharge water will be used for the project including urban runoff, stormwater, and nonpotable imported groundwater with low concentrations of total dissolved solid (TDS) and Nitrate. The source of stormwater is from Mockingbird Reservoir and surrounding tributary area. Recycled water may also be used in the future through Western s nonpotable distribution system, along Cleveland Avenue. Annual stormwater released from the Mockingbird Reservoir is in the range of 300-500 AFY, depending on available storage in the reservoir during storm events. Annual stormwater from surrounding area for normal hydrology condition is approximately 200 AFY. The balance of the recharge water is from nonpotable imported groundwater and recycled water (as part of a future project). Scope of Work The scope of work includes the following items: Design recharge basins and water conveyance from Mockingbird Reservoir, surrounding area, Gage Canal and Western s nonpotable water, Design pilot testing basin (basin size, duration, source of water, and others), Provide materials and earthworks estimates, Estimate construction costs for recharge basins and water conveyance, Obtain permitting requirements (now and future), Provide services during bidding process, and Prepare Project Design Report (PDR)
Detailed Requirements The general intent of the RFP is to secure the services of a qualified engineering consultant to plan, design, estimate costs, and provide complete and accurate sets of construction documents (plans and specifications) for the project facilities. Construction documents shall include bid documents, detailed technical specification, and construction plans. Proposals shall specify tasks required to complete the final design of the recharge system at Victoria site. Key elements of the system include the location and number of basins, design and dimensions of the basins and berms, and movement of water between basins. The project will also include design of conveyance facilities and appurtenances to transmit source water to the basins. Stormwater released from Mockingbird Reservoir can naturally move through a dirt unimproved channel. Consultant shall recommend the efficient maintenance method for the basins. Imported nonpotable groundwater would be delivered to the site from either the nonpotable water distribution system along Cleveland Avenue or from the nearby Gage Canal, located upstream of the site. Consideration shall be given to transmission of water from the nearby Gage Canal to the site. In addition, monitoring of operational performance, including required instrumentation, will be specified as part of the design. Consultant shall recommend type(s) of vandalism resistance fences for the recharge basin, and landscaping requirements for Victoria Avenue per the City of Riverside. Recommendations shall also be made on the number, location, and design of monitoring wells. The project shall also design pilot recharge testing including basin size, length of testing, source of water and any other pertaining requirements to perform pilot testing. Recommendations on the operation of pilot testing shall be provided as part of the project. The proposal shall provide a complete scope of work to complete all designs and permitting/environmental compliance work required prior to construction. Tasks shall also include estimates for all equipment, supplies and materials costs required for recharge basin construction. The Consultant shall provide design surveys including aerial photography to provide a level of accuracy appropriate to design the facilities. The 2012 hydrogeological investigation Report (Todd Engineers) includes information that shall enable the Consultant to evaluate the subsurface conditions of Victoria site and provide design criteria for the project. Here is the general scope of services: Task 1: Project Administration and Multi-Agency Coordination Upon receipt a written Notice to Proceed from WMWD, consultant shall conduct a kickoff meeting with WMWD, inviting City of Riverside, and Riverside County Flood Control & Water Conservation District to review the Scope-Of-Work of the Project, develop project schedule, and confirm deliverables. The project schedule shall include each
task and subtasks, milestone, critical path designation and schedule for progress meeting. Consultant shall prepare a project execution schedule with major milestones to WMWD Project Manager for approval. Consultant shall prepare and present regular project progress report to WMWD staff each month or as otherwise agreed upon with WMWD s Project Manager. Consultant shall make sure to invite staff from Riverside County Flood Control & Water Conservation District to the meeting. Consultants is responsible for organizing these meetings including preparing agenda, compiling meeting minutes and distributing the minutes to all attendees or as requested. Task 2: Utility Documentation, ROW, and Utility Research Consultant shall conduct thorough research to obtain all available utility documents within the Project area. Consultant shall be responsible for researching all applicable agency and utility company records. Consultant shall conduct field research to collect visible information for Project site. Consultant shall be responsible for preparing a complete list of all underground (UG) and aboveground (AG) utilities and facilities in the Project area. Upon completion of research, Consultant shall prepare a comprehensive utility and property map including near and long term facilities. Consultant shall prepare a complete list of utility documents found and these shall be referenced in the plans and specifications. Consultant shall assist WMWD to prepare easement documents and/or public ROW encroachment permit applications for the Project and to record easement documents with County Recorder s Office. Task 3: Potholing Plan Consultant shall be responsible for developing a potholing plan for locating and profiling existing UG utilities, and when approved by WMWD, will be responsible for conducting the required potholing work and obtain approvals from City and County Traffic Engineers. The Consultant shall provide the surveying and coordination with utility companies to have the utilities marked prior to potholing. Consultant shall submit Potholing Report describing all findings in PDF format. Consultant shall work with all Potholing of existing utilities that could be in conflict with proposed construction. Task 4: Preliminary Design Upon completion record document research, field data collection, potholing, and any other pertaining information, Consultant shall compile all gathered information and prepare Preliminary Design Plans. Preliminary Design shall include configuration of recharge basins, pilot testing, and water conveyance. Consultant shall prepare alternative designs and life cycle cost estimates for different alternatives and configurations. Consultant shall prepare cost estimate for construction and calculate cost per acre-foot of recharge water delivered to the recharge basin through Western s nonpotable system and Gage Canal. Consultant shall recommend the best alternative to WMWD and prepare the Preliminary Design and cost estimate based on the recommended alternative. Consultant shall submit Preliminary Design in PDF format. Consultant shall submit Preliminary Design to Riverside County Flood Control and Water Conservation District (RCFC&WCD) and Riverside City for review and comments. WMWD will review and comment on the submitted Preliminary Design. WMWD may request Consultant to supplement more information or modify the
Preliminary Design. After the Preliminary Design is approved by WMWD, Consultant will proceed with Detailed Design. Task 5: Detailed Design With Preliminary Design review comments from WMWD, City of Riverside, and RCFC&WCD, Consultant shall prepare Detailed Design Plan Specifications & Estimates (PS&E) for the proposed recharge basin at Victoria site. Plans shall be prepared using computer aided design software (AutoCAD) and shall be printed on size 36 X 24 paper. Final plan submittal shall be signed by a California Registered Professional Engineer. Plan shall include a construction staging concept. Consultant shall submit the Detailed Design plans including traffic control plans to City of Riverside for required permit application and approval. The General Condition shall follow Western s format. The Special Condition and Technical Specifications shall be prepared based on CSI specification format. WMWD will review the submitted PS&E, provide comments, and request revisions until it is in compliance with WMWD s Standard and Policies. Task 6: Final Plan Specifications and Estimates Upon approval of Detailed Design PS&E from WMWD and receiving permits from agencies, Consultant shall prepare the Final PS&E for bid. The final bid package shall include plans, specifications and required appendices. Final design shall include the preparation of engineered construction drawings and specifications to be used for construction bids, preparation of project costs estimates, geotechnical investigation (if required), and design surveys and mapping. Consultant shall prepare a complete and accurate set of construction plans for the proposed project including general, civil, structural, mechanical, electrical, instrumentation and process drawings. Consultant is responsible to identify SCADA and telemetry requirements. Consultant shall finalize plans, specifications, and estimates for all the work of the project. Consultant shall prepare drawings on 24" x 36" Mylar per Western standards. Task 7: Assistance in Bidding and Construction Consultant shall coordinate with plan rooms to distribute Plans and Specifications to prospected contractors. During bidding period, contractors may have questions on the plans and specifications. Consultant shall assist WMWD staff to answer questions from prospected contractors and attend the Pre-bid Meeting. After bids are opened, Consultant shall prepare bid analysis, verify contractor information, and make recommendations to WMWD regarding the apparent low bidder. Consultant shall attend the bid opening and read the bids. Additional Services Consultant is encouraged to identify any additional work that is not specified in this Scope-Of-Work that would be, in its opinion, necessary to complete the Project as defined herein. Consultant may propose additional services that in its opinion will improve the efficiency and quality of the Project. If identified, the Additional Work or Services must be included in the proposal but separated out in the Consultant s Fee Schedule.
Selection Procedure/Process Proposals will be uniformly and objectively evaluated by a selection committee comprised of District s staff and possibly members from other agencies. The proposal shall be of such scope and depth to sufficiently describe and demonstrate the consultant s understanding of and approach to the project. Submittal of incomplete or vague responses to any section or subsection of this RFP may result in rejection of the proposal. Proposals will be evaluated and ranked based on the criteria specified herein. The most highly ranked proposers may be interviewed and rated by the selection committee. Based on the results of this procedure, a purchase order will be negotiated with the top-rated proposer. If the District is unable to reach an agreement with the top-rated proposer, negotiations will be formally terminated. The District will then negotiate with the next highest-rated proposer. Once negotiations with a proposer are terminated, the District will not renegotiate with that proposer. Attachment Todd Engineers 2012, Hydrogeologic Investigation, Potential Recharge Sites, Arlington Basin, Riverside County, prepared for Western Municipal Water District, Final May 15, 2012.