request for proposal - ipt by bidnet - our …€¦ ·  · 2017-03-27comprehensive nondestructive...

54
REQUEST FOR PROPOSALS FOR COMPREHENSIVE NONDESTRUCTIVE CONDITION ASSESSMENT OF WELDED STEEL PIPE LINERS AND WELDED STEEL PIPE ON PIPELINE 3 FROM SPRING VALLEY TO PROCTOR VALLEY PROPOSALS DUE: Thursday, May 11, 2017 On or before 2:00 p.m. SAN DIEGO COUNTY WATER AUTHORITY 610 WEST 5 TH AVENUE ESCONDIDO, CA 92025

Upload: duongthuan

Post on 27-May-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

REQUEST FOR PROPOSALS

FOR

COMPREHENSIVE NONDESTRUCTIVE CONDITION ASSESSMENT OF WELDED STEEL PIPE LINERS AND WELDED STEEL PIPE ON PIPELINE 3 FROM SPRING VALLEY TO PROCTOR VALLEY

PROPOSALS DUE:

Thursday, May 11, 2017 On or before 2:00 p.m.

SAN DIEGO COUNTY WATER AUTHORITY 610 WEST 5TH AVENUE ESCONDIDO, CA 92025

Page 2: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 2 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

TABLE OF CONTENTS

SECTIONS 1.0 INTRODUCTION 2.0 WATER AUTHORITY BACKGROUND 3.0 PROJECT BACKGROUND 4.0 SCOPE OF WORK 5.0 PRE-SUBMITTAL ACTIVITIES 6.0 SUBMITTAL REQUIREMENTS 7.0 PROPOSAL REQUIREMENTS 8.0 CONTRACTOR NOMINATION AND SELECTION PROCESS 9.0 EVALUATION CRITERIA 10.0 SCHEDULE FOR NOMINATION, SELECTION, AND AWARD 11.0 SMALL CONTRACTOR OUTREACH AND OPPORTUNITIES PROGRAM

(SCOOP) REQUIREMENTS 12.0 SPECIAL CONDITIONS EXHIBITS

A. Scope of Work

B. Sample Risk Register C. Performance Schedules

D. Statement on Insurance and Performance Bond Requirements

E. SCOOP Reporting Form, Schedule A-1 F. Sample Professional Services Contract

Page 3: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 3 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

REQUEST FOR PROPOSALS FOR

COMPREHENSIVE NONDESTRUCTIVE CONDITION ASSESSMENT OF WELDED STEEL PIPE LINERS AND WELDED STEEL PIPE ON PIPELINE 3 FROM SPRING VALLEY TO PROCTOR VALLEY

1.0 INTRODUCTION

The San Diego County Water Authority (Water Authority) is soliciting proposals from qualified firms for professional services to perform a comprehensive nondestructive condition assessment of approximately 4.9 miles of welded steel liners installed within prestressed concrete cylinder pipe and approximately 1,580 feet of welded steel pipe on Pipeline 3, from Spring Valley to Proctor Valley. This Request for Proposals (RFP) describes the project, the required scope of services, the contractor selection process, and the minimum information that must be included in the Proposal. Failure to submit information in accordance with this RFP’s requirements and procedures may be cause for disqualification. Prevailing wages are applicable to the following portions of the scope of work: labor. Refer to Section 12.10 of the RFP for further information.

2.0 WATER AUTHORITY BACKGROUND

The Water Authority was organized on June 9, 1944 to provide a safe and reliable water supply to its member agencies serving the San Diego Region. The Water Authority has 24 member agencies, consisting of 6 cities, 17 special districts, and the Pendleton Military Reservation. The Water Authority is governed by a 36-member Board of Directors. The General Manager and staff implement the policies approved by the Board of Directors and handle the agency’s day-to-day operations. The approximate population of San Diego County is 3.3 million people, 95 percent of whom live within the Water Authority’s service area. The service area lies within the foothills and coastal areas of the westerly third of San Diego County, encompassing approximately 951,000 acres.

3.0 PROJECT BACKGROUND The Water Authority takes delivery of water from Metropolitan Water District (MWD) through five pipelines: San Diego Pipelines 1, 2, 3, 4, and 5. The delivery points of all pipelines are located approximately six miles south of the Riverside-San Diego County line from where water is conveyed and distributed through approximately 300 miles of pipeline to the Water Authority's 24 member agencies through 96 flow control facility service connections, six pumping stations, and two hydroelectric facilities.

Page 4: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 4 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

The Water Authority developed and implemented an Asset Management Program to protect and ensure the integrity of existing facilities. This program generally consists of the condition assessment of existing pipelines and facilities, risk assessment, and implementation of rehabilitation projects. The Water Authority routinely performs visual inspection of its steel pipelines which provides limited information for ensuring the Water Authority’s transmission system operation reliability. For additional information, refer to the Asset Management Plan available at http://www.sdcwa.org/asset-management. The pipelines to be assessed under the scope of this RFP include:

• Pipeline 3 from Spring Valley to Proctor Valley: o Approximately 4.9 miles of steel pipe liners installed within prestressed

concrete cylinder pipe. The steel liners are cement mortar-lined with a finished internal diameter of approximately 63.5 inches. The 4.9 miles to be assessed is not continuous.

o Approximately 1,580 feet of welded steel pipe and welded steel pipe specials and replacement sections. The welded steel pipe is cement mortar-lined of varying internal diameter (approx. 66-inch to 68-inch). The welded steel pipe to be assessed is not continuous.

o The extents of steel lined prestressed concrete cylinder pipe and welded steel

pipe noted above exist in 4 separate reaches within a continuous 6-mile stretch of Pipeline 3. Refer to Scope of Work for specific details.

Proposing firms shall propose nondestructive condition assessment techniques, using the latest technologies available to comprehensively assess the metallic components of the pipelines, including the host prestressed concrete cylinder pipe if possible, as referenced in the Scope of Work.

4.0 SCOPE OF WORK Refer to RFP Exhibit A, Scope of Work.

5.0 PRE-SUBMITTAL ACTIVITIES

5.1 Questions Concerning the RFP All questions regarding the RFP shall be presented in writing by email to Chris Elmquist at [email protected], as soon as possible, but no later than 2:00 p.m., Monday April 10, 2017.

Page 5: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 5 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

5.2 Pre-proposal Meeting

A pre-proposal meeting and jobsite visit will be held on Thursday, April 6, 2017, at 9:00 a.m., at the Water Authority’s office in Kearny Mesa located at 4677 Overland Avenue, San Diego, CA 92123. Attendance is strongly recommended but not mandatory. The Water Authority has arranged for a one-time visit to the jobsite. The anticipated duration of the jobsite visit is 5 hours. No individual site visits are permitted. Due to access constraints, transportation from the Kearny Mesa office will be provided. In addition, only two (2) representatives from each potential proposer may participate in the site visit. Safety shoes are required. Attendees must bring their own lunch. In order to participate in the site visit, email the name and contact information of each individual attending (not to exceed two per proposing firm) to Suzan Fonseca at [email protected] no later than 12:00 p.m. on Monday April 3, 2017.

5.3 Record Drawings and Specifications Record drawings and specifications referenced in the scope of work are available in electronic format and have been uploaded to the Water Authority’s FTP site. Firms interested in submitting a proposal and viewing the drawings and specifications must email the company name, company project manager name, and his/her email address, business street address, and business phone number to Suzan Fonseca at [email protected]. Ms. Fonseca will reply via email with a hyperlink to the Water Authority FTP site and login information. Record drawings and historical pipe data provided for this project are considered as reference documents and their accuracy are relative to latest known and documented information. Proposing firms shall consider this when proposing a comprehensive nondestructive condition assessment technology for this project.

5.4 Revision to the RFP

The Water Authority reserves the right to revise the RFP before the date proposals are due. Revisions to the RFP shall be distributed to all potential contractors. The Water Authority reserves the right to extend the date by which the proposals are due.

6.0 SUBMITTAL REQUIREMENTS

6.1 One executed original, clearly marked on the cover, and six (6) copies of the Proposal shall be submitted in a sealed package. The proposal copies can be inserted into one sealed package and do not need to be in individual sealed envelopes.

6.2 The Proposal shall be signed by an individual or individuals authorized to execute legal documents on behalf of the contractor.

Page 6: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 6 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

6.3 The Proposal must be received no later than 2:00 p.m., on Thursday, May 11, 2017, at the office of:

SAN DIEGO COUNTY WATER AUTHORITY ATTN: Aleicia Rangel 610 West 5th Avenue Escondido, CA 92025

The Proposal shall be submitted in sealed package(s) with the following information clearly marked on the outside of each package:

• Name of contractor • Project Title: Comprehensive Nondestructive Condition Assessment of Welded

Steel Pipe Liners and Welded Steel Pipe on Pipeline 3 from Spring Valley to Proctor Valley

• Package number (e.g., 1 of __, 2 of __, etc.) • The word “PROPOSAL” written or stamped in red

6.4 Failure to comply with the requirements of this RFP may result in disqualification. 6.5 Proposals and/or modifications thereto received subsequent to the hour and date

specified above will not be considered and will be returned unopened to the proposer. 7.0 PROPOSAL REQUIREMENTS

Written proposals shall include a discussion of the contractor’s approach to the project; identify key personnel; identify the technologies to be used; propose a project plan and schedule; and provide cost estimates. 7.1 General

7.1.1 The Proposal should be concise, well organized, and demonstrate the Contractor’s understanding of the Project.

7.1.2 Contractors will be evaluated based on the information submitted in

accordance with Section 7.2 below.

7.2 Contents

Proposals submitted in response to this RFP shall be in the following order and shall include: 7.2.1 Executive Summary

Include a one to two-page overview of the entire Proposal describing the highlights of the Proposal.

Page 7: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 7 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

7.2.2 Identification of Contractor

7.2.2.1 Legal name and address of company. 7.2.2.2 Name and address of principal place of business.

7.2.2.3 Legal status of contractor (sole proprietorship, partnership,

corporation, joint venture, etc.). If corporation, identify state of incorporation. If joint venture or partnership, identify the members of the joint venture or partnership, and provide all information required under this section for each member.

7.2.2.4 If company is wholly owned subsidiary of a parent company,

identify the parent company.

7.2.2.5 Address(es) of office(s) located in San Diego County, if applicable.

7.2.2.6 Number of years the company has maintained an office in San

Diego County, if applicable.

7.2.2.7 Number of employees in San Diego County, if applicable.

7.2.2.8 Name, title, address, telephone number, and email address of person to contact concerning the Proposal.

7.2.2.9 A statement acknowledging Contractor has read the insurance

and performance bond requirements, and has reviewed these requirements with its agent or broker (refer to Exhibit D).

7.2.3 Experience

Describe contractor’s experience in completing similar contracting efforts. List up to three (3) successfully completed projects of similar nature with name of company and Project Manager, telephone numbers, email address(es), type of work performed, and value of each contract. Elaborate on the successes and shortfalls of each project and how lessons learned will be applied to this project. Contracted projects currently being performed may be submitted for consideration.

Page 8: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 8 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

7.2.4 Proposed Method to Accomplish the Work

Discuss contractor’s approach to the project to include: 7.2.4.1 A proposed day-by-day schedule of sufficient detail to address all

requirements of the Scope of Work. Identify any need to work outside the daily work shift defined in the Scope of Work. Identify the sequence of events that are required to meet the project milestones. Highlight the risks to the schedule associated with each event.

7.2.4.2 A detailed description of the technologies to be used to perform the

nondestructive condition assessment of cement mortar lined welded steel liners (and host prestressed concrete cylinder pipe if possible), and welded steel pipe sections.

7.2.4.3 An indication if equipment to perform the work must be customized

for this application. If so, confirm that customization can be completed to meet the scheduled dates for the Work.

7.2.4.4 A detailed description of the level of accuracy and data resolution

of the technologies to be used. Describe the format in which data will be presented and include a sample report. Describe how anomalies will be identified and how the proposed technology will detect and identify different steel wall anomalies such as laminar defects and corrosion pits. Describe the Contractor’s efforts, if any, to improve the accuracy of detection and identification of steel wall defects since completion of the projects identified in 7.2.3. Provide details of any proposed application of fixed reference points to be placed inside the pipeline for the purposes of locational accuracy. Describe how the confidence level with respect to the identification and locational accuracy of steel wall anomalies will be communicated.

7.2.4.5 Identify risks that could affect accuracy of the data gathered

especially any interference between the steel liners and the host prestressed concrete cylinder pipe relative to the technology used. Discuss how these risks will be mitigated during the project execution.

7.2.4.6 The Scope of Work requires that the Contractor present a daily

submittal of preliminary data analysis. Explain what risks are attributed to the accuracy of data processed under these circumstances. Describe the format of data presentation to be

Page 9: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 9 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

provided in the daily submittal, and include a sample daily submittal.

7.2.4.7 Identify limits of the technologies proposed including, but not limited to, set up time, distance achievable per run, rate of progress, size, weight, accuracy, and cement mortar lining thickness. Describe any improvements, if any, the Contractor will implement to improve mechanical or electrical components of the technology since completion of the projects identified in 7.2.3.

7.2.4.8 Identify how access to, and egress from, the inside of the pipeline

is achieved. Detail any modifications required to existing pipelines to permit access and egress.

7.2.4.9 Provide average length of time needed for setup and insertion of

tool into pipeline. Provide average length of time needed for breakdown and removal from pipeline. Indicate if times may vary and by how much depending on start of day insertion, mid-day removal and re-insertion, or end of day removal.

7.2.4.10 List pipeline access points that will be required to complete the

project. 7.2.4.11 Identify any traffic control needs and provide details of how traffic

control efforts will be performed, including permitting. 7.2.4.12 Describe how verification of the data obtained can be achieved

using alternative technologies or strategies. Provide a recommendation of maximum number of sample verifications required. If verification is by destructive means, describe the method as well as remedial measures to be taken.

7.2.4.13 Identify risks of damage to Water Authority facilities and explain what measures will be taken to minimize risks and repairs to existing Water Authority facilities throughout all phases of the project. The Water Authority has identified that the weight of equipment is a significant risk factor with this section of pipe with respect to potential damage to cement mortar lining. Provide a detailed inventory of equipment and associated weights of the fully assembled equipment. Explain how traction of any propulsion device is attained and how traction will be optimized for minimum damage to the pipe.

Page 10: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 10 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

7.2.4.14 Adjacent construction work. The sections of Pipeline 3 that are constructed of unlined prestressed concrete cylinder pipe will be steel relined during the same shutdown period available to the Contractor. Therefore, coordination of condition assessment efforts must be performed. The Water Authority has identified an approximate schedule to avoid work activity overlaps where possible, however propose alternative schedules and activity lists for working with adjacent construction efforts as may be required. Provide details of the duration and risks associated with each alternative. Describe the milestone events that are critical to each alternative. For an understanding of typical pipeline relining construction efforts, a demonstration video will be provided on the FTP site (refer to RFP Section 5.3).

7.2.4.15 Describe any improvements the Contractor will implement following lessons learned during the projects identified in 7.2.3 for ensuring that all operations are conducted with the utmost attention to safety and health and in compliance with all federal, state, and local regulations.

7.2.4.16 Develop a risk register for all aspects of the project. Include details of risks that the Contractor will mitigate for and the proposed methods to mitigate those risks.

7.2.5 Project Organization and Key Personnel

7.2.5.1 Describe proposed project organization, including key personnel and respective responsibilities. Indicate role and responsibilities of prime contractor and all subcontractors, including small contractors. Provide a detailed statement of the qualifications of Contractor’s proposed Project Manager, and verification that the Project Manager or Project Executive overseeing the project holds a valid license as a Professional Engineer in the State of California in one or more of the following disciplines: Civil, Mechanical, Structural, or Corrosion Engineering.

7.2.5.2 The evaluation will consider the entire team, therefore no changes

in team composition will be allowed without prior written approval by the Water Authority.

7.2.5.3 Provide detailed discussion of the experience of contractor’s

Project Manager and other key personnel on projects of similar size, capacity, and dollar value. For each similar project, include client’s name, contact person, telephone number(s), and email address(es).

Page 11: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 11 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

7.2.6 Cost Proposal and Fee Schedule

7.2.6.1 Contractor services costs are to be provided on an itemized lump sum basis such that before beginning work on the project, an all-inclusive itemized cost quotation can be provided to the Water Authority.

7.2.6.2 The contractor shall indicate that any unforeseen additional

requested services shall be provided on a time and material basis per the contracted labor rate and fee schedule. Contractor must indicate hourly rates for individuals identified by classification and name. List per mile travel costs (not to exceed IRS allowances) and any other costs associated with performing the service. No subcontractor markup shall be allowed.

7.2.6.3 The cost proposal shall separately itemize the following

components of the Work:

7.2.6.3.1 Comprehensive nondestructive condition assessment of approximately 4.9 miles of cement mortar-lined welded steel liners installed within prestressed concrete cylinder pipe. Note that both items (7.2.6.3.1 and 7.2.6.3.2) are to be completed during the same pipeline shutdown. The base cost proposal for this portion of work shall exclude the cost estimates for risk mitigation measures, refer to 7.2.6.4 below.

7.2.6.3.2 Comprehensive nondestructive condition assessment

of approximately 1,580 feet of cement mortar-lined welded steel pipe, and welded steel pipe specials and replacement sections. The base cost proposal for this portion of work shall exclude the cost estimates for risk mitigation measures, refer to 7.2.6.4 below.

7.2.6.4 Using the Risk Register prepared in response to item 7.2.4.16,

provide itemized cost estimates for each mitigation measure identified. If there are multiple mitigation measures or optional mitigation measures identified, provide separate cost estimates for each, on an itemized basis.

Page 12: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 12 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

7.2.7 Addenda to this RFP

Contractor shall confirm in its Proposal the receipt of all addenda issued to this RFP. Contractor is not required to include copies of the actual addenda in its Proposal.

7.2.8 SCOOP Documentation

Contractor shall submit a completed SCOOP Schedule A-1 (Exhibit E). Refer to Section 11.3 for instructions on how to complete the form.

8.0 CONTRACTOR NOMINATION AND SELECTION PROCESS

8.1 A Contractor Selection Panel (Panel) will be established for this project and will include representatives from the Water Authority, and when deemed in the Water Authority’s best interests, representatives of its member agencies and/or the general public.

8.2 Based on the proposals submitted, the Water Authority’s Panel will select a short list

of qualified firms for this project.

8.3 The Panel may interview the short-listed firms. Based on the Proposal and interview, the Panel will rank the finalists as to qualifications. The Panel will recommend the selected firm to the General Manager; and will request authority to enter into negotiations with the selected firm. The General Manager has final authority for selection.

8.4 Upon receipt of the General Manager’s authorization to negotiate, the Water Authority

will establish a negotiating team and enter into negotiations with the selected firm. Negotiations will cover: scope of work, contract schedule, technical specifications, and price. If the negotiating team is unable to reach an acceptable contract with the selected firm, the negotiating team will recommend to the General Manager that the negotiations be terminated and that negotiations with the second ranked firm be initiated. The General Manager has final authority to terminate negotiations and move to the next ranked firm.

8.5 After negotiating a proposed contract that is fair and reasonable, the negotiating team

will recommend to the General Manager that the Water Authority enter into the proposed contract. The General Manager will make the final recommendation to the Board of Directors of the Water Authority, if required, concerning the proposed contract. Final authority to approve the contract rests with the General Manager or with the Water Authority Board of Directors if required by the Water Authority’s Administrative Code.

Page 13: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 13 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

9.0 EVALUATION CRITERIA

At a minimum, proposals and contractor selection will be evaluated based on the following minimum criteria: 9.1 Proposed Method to Accomplish the Work: 20%

9.1.1 Understanding of project Scope of Work and purpose 9.1.2 Responsiveness to RFP, including approach and methodology proposed 9.1.3 Appropriate level of detail in Proposal 9.1.4 Familiarity with problems associated with the project including risk

identification and mitigation 9.1.5 Means used for assessment equipment propulsion and traction relative to

protecting interior lining of pipeline.

9.2 Technical Competence: 35% 9.2.1 Nondestructive testing technology capabilities applicable to the Scope of

Work 9.2.2 Accuracy of proposed NDT technology 9.2.3 Means of verification of data obtained 9.2.4 Level of detail of data to be provided 9.2.5 Technical/specialized qualifications of team 9.2.6 Experience of key personnel with similar projects 9.2.7 Familiarity with the Water Authority’s water system

9.3 Experience and Past Performance: 20%

9.3.1 Technical quality of prior projects 9.3.2 Demonstrated ability to meet schedules 9.3.3 Cost control 9.3.4 Performance on Water Authority or other agency projects

9.4 Cost Proposal and Fee Schedule: 25%

9.4.1 Proposed fee relative to the services to be provided 9.4.2 Transparency of per-task or per-unit costs

Page 14: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 14 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

10.0 SCHEDULE FOR NOMINATION, SELECTION, AND AWARD

The Water Authority anticipates that the process for nominating and selecting a contractor, and awarding the contract, will be according to the following tentative schedule: 10.1 Advertise and issue RFP: Monday, March 27, 2017 10.2 Pre-proposal meeting: Thursday, April 6, 2017 10.3 Question due date: Monday, April 10, 2017 10.4 Proposal due date: Thursday, May 11, 2017 10.5 Oral interviews, if needed: Tuesday, May 23, 2017 10.6 Selection and notification: Thursday, June 1, 2017 10.7 Contract negotiation complete: Thursday, June 29, 2017 10.8 Approval of Contract: Thursday, July 27, 2017 10.9 Notice to Proceed: Friday, September 1, 2017

11.0 SMALL CONTRACTOR OUTREACH AND OPPORTUNITIES PROGRAM (SCOOP) REQUIREMENTS 11.1 The Water Authority’s SCOOP is designed to maximize participation of diverse,

qualified, small contractors, consultants and vendors seeking to do business with the Water Authority.

11.2 Due to the limited scope of this project, the Water Authority anticipates limited

subcontracting opportunities. The Water Authority does continue to promote opportunities for small business participation and encourages outreach to small firms should subcontracting opportunities become available on this project.

11.3 The Contractor must complete the following form: Schedule A-1, Designation of

Subcontractors, Vendors and Services Providers (refer to Exhibit E) by entering the license number, name and address of the place of business of each subcontractor, vendor or service provider who will perform work or labor or render service to the Contractor, or who will furnish materials, products or equipment to the Contractor, and the portion of work to be furnished or supplied by each subcontractor. If no subcontractors, vendors, or material suppliers are to provide services related to this project, enter “None”.

Page 15: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 15 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

12.0 SPECIAL CONDITIONS

12.1 Reservations This RFP does not commit the Water Authority to award a contract, to defray any costs incurred in the preparation of a Proposal in response to this RFP, or to procure or contract for work. The Water Authority reserves the right to award this contract to the contractor(s) determined to offer the quality, standards, and prices most advantageous to the Water Authority.

12.2 Public Records All Proposals submitted in response to this RFP become the property of the Water Authority and under the Public Records Act (Government Code § 6250 et. seq.) are public records, and as such may be subject to public review. However, the Water Authority proposals shall not be disclosed until negotiations are complete and a recommendation for selection and award is made to the Board of Directors or General Manager. Proposals will be subject to public review upon completion of negotiations and announcement of selected contractor(s). If a proposer claims a privilege against public disclosure for trade secret or other proprietary information, such information must be clearly identified in the Proposal. Note that under California law, price proposal to a public agency is not a trade secret.

12.3 Right to Cancel The Water Authority reserves the right to cancel, for any reason, in part or in its entirety, this RFP including but not limited to: selection schedule, submittal date, and submittal requirements. If the Water Authority cancels or revises the RFP, all proposers will be notified in writing by the Water Authority.

12.4 Additional Information The Water Authority reserves the right to request additional information and/or clarifications from any or all proposers to this RFP.

12.5 Conflict of Interest The contractor is subject to all federal, state and local conflict of interest laws, regulations and policies applicable to public contracts and procurement practices. The Water Authority has established a policy concerning potential conflict of interest in program management, design and construction. This policy applies to all contractors and their proposed subcontractors. Refer to Exhibit F, Sample Professional Services Contract for additional information.

Page 16: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 16 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

12.6 Public Information Release of Public Information – Contractors desiring to release information to the public must receive prior written approval from the Water Authority.

12.7 Professional Services Contract The selected contractor will be required to sign a Professional Services Contract, a sample of which is attached as Exhibit F, 15 calendar days of notification of award.

12.8 Insurance Requirements The Water Authority requires contractors and vendors doing business with it to obtain insurance and bonds as shown in the attached Professional Services Contract. The required insurance certificates and bonding must comply with all requirements of the standards as shown in the Contract and an original copy must be provided within 15 days of notification of award and before commencement of any work on the project.

12.9 Noncollusion Proposer shall not submit a proposal on behalf of or in the interest of any undisclosed person, partnership, company, association, organization, or corporation. The Proposal shall be genuine and not collusive or a sham or false proposal. Proposer shall not in any manner directly or indirectly with any one seek to have others refrain from submitting a proposal; shall not agree, communicate or conference with anyone to fix any overhead, profit or cost element of the proposal price, or to secure any advantage against the Water Authority or anyone interested in submitting a proposal in response to this request. Proposer shall not submit any false statements and shall not pay any fee to any corporation, partnership, company, association, organization, or to any member or agent to effectuate a collusive or sham proposal.

12.10 Labor Code Section 1725.5 In compliance with California Labor Code section 1725.5 the Water Authority will require all contractors and subcontractors to be registered with the California Department of Industrial Relations (DIR) prior to submitting a bid on any public works project. Bids from contractors or subcontractors that are not registered as required will be deemed nonresponsive. The Water Authority will not award a contract to and no contractor or subcontractor will be allowed to work on a Water Authority project unless contractor and each subcontractor are registered with the DIR pursuant to Labor Code Section 1725.5.

Additionally, contractors and subcontractors will be required to electronically upload certified payroll records (eCPRs) to the Labor Commissioner for all new public works projects awarded on or after April 1, 2015. This requirement will apply to all

Page 17: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 17 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

new or ongoing public works projects on or after January 1, 2016. Refer to the following DIR website for further information: http://www.dir.ca.gov/Public-Works/PublicWorks.html

This project is subject to compliance monitoring and enforcement by the DIR.

Page 18: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 18 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

EXHIBIT A

SCOPE OF WORK

A. General Information

1.0 The Water Authority requires a comprehensive nondestructive condition assessment and

interpretive evaluation of the entire length and circumference of the metallic components of:

1.1 Untreated Pipeline 3, Specifications 204, 234, 235, and Work Orders 1-17, Part 1 and 2, extending south intermittently between Stations 4619+96.90 and 4935+90.96, consisting of approximately 4.9 miles of cement mortar-lined steel liners with a finished internal diameter of approximately 63.5 inches installed within prestressed concrete cylinder pipe. The 4.9 miles to be assessed is not continuous.

1.2 Untreated Pipeline 3, Specifications 204, 234, 235, and Work Orders 1-17, Part 1 and Part 2, extending south intermittently between Stations 4619+96.90 and 4935+90.96, consisting of approximately 1,580 feet of welded steel pipe, welded steel pipe specials, and welded steel pipe replacement sections for prestressed concrete cylinder pipe (part of reline project access portals). The welded steel pipe is cement mortar-lined of varying internal diameter (approximately 66-inch to 68-inch). The 1,580 feet of welded steel pipe is not continuous.

2.0 The extents of steel lined prestressed concrete cylinder pipe and welded steel pipe to be assessed, as noted in Section 1.1 and 1.2, exist in 4 separate reaches within a continuous 6-mile stretch of Pipeline 3. The approximate length of each reach is as follows: 2.1 Reach 1: 6,476 feet. 2.2 Reach 2: 9,194 feet. 2.3 Reach 3: 957 feet. 2.4 Reach 4: 10,704 feet.

3.0 Pipeline 3 is a part of the Water Authority’s aqueduct system for San Diego County.

4.0 The Water Authority has scheduled Pipeline 3 to be shut down south of Lake Murray from November 7, 2017 through June 7, 2018 for the construction of Pipeline 3 Relining project from Lake Murray to Sweetwater Reservoir. During this shutdown period, the nondestructive condition assessment of the portions of Pipeline 3 noted in section 1.0 shall be performed. 4.1 The scheduled work dates are listed in Exhibit C, Performance Schedule. However,

the scheduled dates may be revised or canceled in order for the Water Authority to meet its water demands. In the event of a canceled pipeline shutdown that is not rescheduled, the Water Authority will pay for Contractor’s mobilization fees if work is not canceled prior to the start of the mobilization period listed in Exhibit C,

Page 19: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 19 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

Performance Schedule. Work that is rescheduled for completion before the end of this contract term will be reimbursed at the same unit costs noted in the payment and fee schedule. If a shutdown to enable the Work to be performed cannot be rescheduled before the end of the contract term, the Water Authority at its discretion may extend the contract term or renegotiate the Work by a contract amendment, or contract separately for the Work to be performed.

4.2 Field work shall be completed between the hours of 7:30 a.m. to 3:30 p.m. (8-hour shift) daily, but shall be subject to change, in order to meet the Water Authority’s needs.

5.0 The Water Authority will provide the following: 5.1 De-watering of the selected pipelines, ensuring that no more than 10 inches of water

or 2 inches of mud or silt are present in any location during the time of the nondestructive condition assessment.

5.2 Access to the required pipelines through existing air release/vacuum valve or blowoff outlets, as identified in the Contractor’s Work Execution Plan (Plan) and reviewed and accepted by the Water Authority.

5.3 Pipeline 3 Relining, Lake Murray to Sweetwater Reservoir, project design drawings and reline contractor’s construction schedule, when available.

5.4 Personnel to remove acoustic fiber optic cable and associated mounting hardware prior to beginning internal condition assessment at each of the pipeline reaches.

5.5 Adequate ground support personnel to facilitate access along the Water Authority right of way.

5.6 Confirmation of readiness of the pipeline for access, prior to inspection.

5.7 Personnel at up to three (3) entry and exit points of the pipeline equipped with 4-gas air monitors and battery operated lighting units for work activities above ground, outside of daylight hours.

5.8 Communications from the worksite to the Water Authority’s Emergency Operations Center.

5.9 Contact information of key Water Authority personnel.

5.10 Ventilation of the pipelines.

5.11 Record drawings, specifications, previous inspection data, or other references, as required for the nondestructive condition assessment, including pipe stick mark numbers.

Page 20: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 20 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

5.12 Traffic control as identified in the Contractor’s Work Plan and requested by the Contractor’s Project Manager.

5.13 Independent confined space standby rescue personnel.

B. Contractor shall: 1.0 Perform condition assessment using nondestructive testing techniques on approximately

4.9 miles of cement mortar-lined steel liners installed within prestressed concrete cylinder pipe, and approximately 1,680 feet of cement mortar lined welded steel pipe, welded steel pipe specials, and welded steel pipe replacement sections, as specified in Table 1 below.

Table 1 – Pipeline Condition Assessment Locations

Pipeline Specification Inside Diameter (inches)

From Station

To Station Approx. Distance (feet)

Pipeline 3 (Relined)

204, 234, 235, and Work Orders 1-17

Part 1 and 2

63.5 +/- * 4619+96.90 4935+90.96 25,752 **

Pipeline 3 (WSP)

204, 234, 235, and Work Orders 1-17

Part 1 and 2

66 - 68 +/- * 4619+96.90 4935+90.96 1,580 **

* Contractor to field verify ** Consists of non-continuous pipeline reaches and/or sections between stations listed

The assessment shall include: 1.1 Pipe eccentricity determination. Minimum pipe diameter (bore) will be documented

at each joint and at the axial center of the pipe. A minimum of two measurements will be taken per location, vertical and horizontal. All pipe eccentricity data recorded shall include the means of identifying location as defined in 1.2 below. Concurrently with the pipe eccentricity determination, the Contractor will identify and remove any materials deemed to potentially obstruct the condition assessment tool. This may include loose debris or calcified deposits adhered to the cement mortar lining. Care is required to prevent damage to the cement mortar lining during calcified deposit removal.

1.2 Comprehensive nondestructive inspection of the entire length and circumference of cement mortar-lined steel pipe liners and welded steel pipe to detect and quantify steel wall loss or other structural defects. Additionally, assess host prestressed concrete cylinder pipe steel components using same or similar non-destructive inspection technology if possible. Data obtained shall include a listing of each individual section of pipe found to contain areas of wall loss, the size, location and measurement of wall loss within the steel pipe by documenting, at a minimum, the following information:

Page 21: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 21 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

1.2.1 Radial orientation (clock position) of defects found to an accuracy within +/- 10 degrees of arc. Orientation will be expressed as if looking in the downstream direction.

1.2.2 Horizontal station of defects found to an accuracy within +/- 1 percent of the axial distance from the nearest recognizable pipeline feature, or +/- 3 inches when referenced to a girth weld on the same pipe joint.

1.2.3 Pipe mark number corresponding to Water Authority provided data.

1.2.4 Order of sequence number corresponding to Water Authority provided data.

1.2.5 Dimensions of defects found.

1.2.6 Type of defect found.

1.2.7 Wall loss determination.

1.2.8 ASME B31G calculation for each defect, of theoretical conservative burst pressure of the steel cylinder.

1.3 Project Management and Administration. Attend meetings and workshops as necessary to successfully plan the contract activities. Perform quality assurance checks of data submitted for Water Authority review. Perform quality control activities to ensure all requirements of the contract are fulfilled to the expected standards. Provide assistance to Water Authority staff in the development and presentation of summary results to executive staff.

2.0 Develop a Work Execution Plan (Plan) for the nondestructive condition assessment of Pipeline 3. The Plan shall include, at a minimum: 2.1 A schedule for delivery of all components and equipment. All components and

equipment must be mobilized, delivered and stored in San Diego County by the date listed in Exhibit C, Performance Schedules. Undertake an inventory of components and equipment in the presence of Water Authority personnel.

2.2 Identify local repair shops and support services to facilitate unforeseen equipment failures or needed replacements. Establish their availability to perform support services and document agreements made.

2.3 A detailed schedule detailing labor involved in the assessment operations. Note any overlap of personnel. Determine and state, for each day, how many people will be in the pipe.

2.4 Equipment and personnel entry and exit locations, data download locations, and battery operated equipment charging locations.

Page 22: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 22 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

2.5 An organization chart and roster of personnel and their specific duties.

2.5.1 Include contact information for key Contractor and Water Authority personnel.

2.5.2 Document the span of control of each individual tasked with supervising a component of the work.

2.6 Prepare a communications plan including equipment being provided, personnel responsibilities, and means and methods of communication within the pipe, and externally.

2.7 Describe data retrieval process. Include duration of download times and means and methods of transporting the data for analysis.

Submit the Work Plan to the Water Authority for review and approval in accordance with the schedule shown in Exhibit C, Performance Schedules.

3.0 Provide all tools, supplies, equipment, portable sanitation facilities, personnel protective equipment, and qualified personnel required to perform nondestructive condition assessment of Pipeline 3 that is not identified as Water Authority’s responsibility. Contractor shall provide qualified personnel and necessary rigging to secure and transport personnel and equipment through treated water pipeline conditions that are damp, slippery, and with steep slopes.

3.1. Contractor’s Project Manager shall maintain onsite, copies of the Contractor’s Injury Illness Prevention Program, Job Specific Code of Safe Practices, and Emergency Response Plan.

3.2. Perform all work in accordance with applicable federal, state and local laws and ordinances governing such work, as well as the National Electrical Code (NEC), the National Electrical Safety Code (NESC), National Sanitation Foundation (NSF), California Occupational Safety and Health Administration (Cal/OSHA), and Mine Safety and Health Administration (MSHA).

3.3. Confirm with Cal/OSHA whether the nature and extent of the work requires compliance with Confined Space or Tunnel Safety Orders.

3.4 Transportation vehicles used by the Contractor must be four-wheel drive or all-wheel drive or of all-terrain type.

4.0 Provide interpretive data evaluation personnel to be located in San Diego County while the work is being performed.

4.1 For each day of condition assessment, confirm that data has successfully been downloaded and that the data set is complete on at least two (2) occasions during the day; at midpoint, and within one (1) hour following completion of pipeline scanning operations each day.

Page 23: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 23 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

4.2. At 5.00 p.m. daily, commencing the fourth day of data collection, provide a daily report of preliminary analysis of data at a rate of at least 1 mile per 24-hour period. The preliminary analysis will provide the dimensions and location of steel wall anomalies with wall loss calculated to be greater than 50.0 percent. The Water Authority will use this information to identify locations requiring immediate need of pipe repair during the shutdown.

4.3 The preliminary review period shall not exceed 48 hours following the final day of

data collection on welded steel pipe. The preliminary review period shall not exceed 72 hours following the final day of collection of data on steel liners.

4.4 Within 24 hours following the first 4 days of data collection, identify at least 3 locations where steel pipe wall anomalies, of any discernible size, have been determined to exist from review of the data. The Water Authority will use this data to field-verify the data analysis.

5.0 Perform a comprehensive interpretive data evaluation. Submit three (3) hard copies and one (1) electronic copy of the raw Microsoft Excel data tables, a complete analysis of the data, and an interpretive evaluation for review and comment by the Water Authority in accordance with Exhibit C, Performance Schedules. The evaluation shall be prepared or verified by a licensed Professional Engineer (Civil, Mechanical, Structural, or Corrosion) in the State of California, and should include at a minimum:

5.1 Raw Microsoft Excel data tables and interpreted data results as defined in 1.2 above.

5.2 Noted differences in data presented between daily submittals and the final analysis.

6.0 Two weeks after receipt of the Water Authority’s comments, submit three (3) hard copies and one (1) electronic copy of a final report incorporating the Water Authority’s comments.

7.0 Provide all electronic submittals in conformance with the Water Authority’s standard information system requirements at the time when submittals are due. Current standards are: Microsoft Windows 10 Professional, Microsoft Office Professional 2016 (Excel, Word, Access, PowerPoint, and Outlook), Adobe Acrobat XI, and Kaspersky Endpoint Security 10 or later. Graphics generated shall be using CorelDraw Suite X7, and CAD drawings generated using AutoCAD 2016. In addition to the report, all data shall be submitted separately in Microsoft Excel file(s).

8.0 Extended Services. The Water Authority and Contractor agree that extended services may be requested by the Water Authority including but not limited to: defect verification activities including the use of alternative technologies, additional condition assessment or geometry scanning, additional analysis and reporting, and other specialist services. If the contractor does not have capable and qualified persons on staff to perform the authorized extended services, subcontractors may be provided under direct contract to the Contractor. All services shall be provided by the Contractor and the subcontractors. Submit an updated SCOOP Schedule A-1 if subcontractors are used. Extended services shall be performed only when specifically authorized in writing by the Water Authority.

Page 24: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 24 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

EXHIBIT B

SAMPLE RISK REGISTER

Project: COMPREHENSIVE NONDESTRUCTIVE CONDITION ASSESSMENT OF STEEL PIPE LINERS AND WELDED STEEL PIPE

PIPELINE 3 FROM SPRING VALLEY TO PROCTOR VALLEY

Scope of Work Component: COMPREHENSIVE NONDESTRUCTIVE CONDITION ASSESSMENT OF APPROXIMATELY 4.9 MILES OF CEMENT MORTAR-LINED STEEL

LINERS INSTALLED INSIDE PCCP AND 1,680 FEET OF WELDED STEEL PIPE.

Risk Item Potential Cause Likelihood (low/med/high)

Potential Impacts

Primary Mitigation Measures

Secondary Mitigation Measures

Estimated Cost of Mitigation Measure

Scope of work not completed within contracted target schedule

Mechanical or electrical breakdown

Medium

Delay to schedule impacts relining contractor’s schedule

Schedule resources for 2 days beyond target schedule

$_______

… … … … … … …

Page 25: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 25 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

EXHIBIT C

PERFORMANCE SCHEDULES PAGE 1 OF 2

Work Schedule Pipeline 3 Start Complete By

Submit Pipeline 3 Work Execution Plan October 2, 2017 Mobilization and delivery of equipment and supplies to San Diego County October 18, 2017

Pipeline 3, Reach 1, availability to perform Services from Sta. 4619+96.90 to Sta. 4685+33.40

November 11, 2017 November 20, 2017

Pipeline 3, Reach 2, availability to perform Services from Sta. 4702+21.73 to Sta. 4791+56.54

November 12, 2017 November 27, 2017

Pipeline 3, Reach 3, availability to perform Services from Sta. 4806+52.25 to Sta. 4815+75.00

November 13, 2017 December 4, 2017

Pipeline 3, Reach 4, availability to perform Services from Sta. 4828+87.35 to Sta. 4935+90.96

November 13, 2017 December 16, 2017

Submit Draft Report for Water Authority review January 16, 2017

Submit Final Report 2 weeks following receipt of Water

Authority comments

Page 26: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 26 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

EXHIBIT C

PERFORMANCE SCHEDULES PAGE 2 of 2

Pipeline Access Schedule Pipeline 3 Available Not Available

Reach 1: Northerly entry access point at AV/AR Sta. 4613+11.88 for equipment and personnel November 11, 2017 November 14, 2017

Reach 1: Pipeline interior access through Pipeline 3 Reline Project1 Portal #14 (Sta. 4613+55.33 to 4613+95.18)

November 11, 2017 November 14, 2017

Reach 1: Pipeline interior access through Pipeline 3 Reline Project1 Portal #15 (Sta. 4683+75.35 to 4684+13.47)

November 11, 2017 November 20, 2017

Reach 1: Southerly exit access point at AV/AR Sta. 4684+99.88 for equipment and personnel November 11, 2017 November 20, 2017

Reach 2: Northerly entry access point at AV/AR Sta. 4700+88.49 for equipment and personnel November 12, 2017 November 24, 2017

Reach 2: Pipeline interior access through Pipeline 3 Reline Project1 Portal #16 (Sta. 4696+60.90 to 4696+92.10)

November 12, 2017 November 24, 2017

Reach 2: Southerly exit access point at AV/AR Sta. 4791+49.33 for equipment and personnel November 12, 2017 November 24, 2017

Reach 3: Northerly entry access point at AV/AR Sta. 4791+49.33 for equipment and personnel November 13, 2017 December 1, 2017

Reach 3: Pipeline interior access through Pipeline 3 Reline Project1 Portal #17 (Sta. 4796+75.54 to 4797+14.92)

November 13, 2017 December 1, 2017

Reach 3: Pipeline interior access through Pipeline 3 Reline Project1 Portal #18 (Sta. 4822+32.44 to 4822+71.84)

November 13, 2017 December 8, 2017

Reach 3: Southerly exit access point at AV/AR Sta. 4822+77.00 for equipment and personnel November 13, 2017 December 8, 2017

Reach 4: Northerly entry access point at AV/AR Sta. 4822+77.00 for equipment and personnel November 13, 2017 December 8, 2017

Reach 4: Pipeline interior access through Pipeline 3 Reline Project1 Portal #18 (Sta. 4822+32.44 to 4822+71.84)

November 13, 2017 December 8, 2017

Reach 4: Southerly exit access point at AV/AR Sta. 4941+64.17 for equipment and personnel November 13, 2017 December 16, 2017

1. Refers to Pipeline 3 Relining Lake Murray to Sweetwater Reservoir project, Specification 622

Page 27: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 27 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

EXHIBIT D

STATEMENT ON INSURANCE AND PERFORMANCE BOND REQUIREMENTS Complete, sign, and turn in with proposal.

Action Check applicable boxes Proposing firm has reviewed the Contract insurance requirements in Exhibit F, Section 24 with its insurance carrier.

☐ yes

☐ no

Proposing firm has confirmed with its insurance carrier that it can comply with the insurance requirements of the Contract.

☐ yes

☐ no

Proposing firm acknowledges that a Bond for Faithful Performance will be required of the successful Contractor in the same amount of the executed contract.

☐ yes

☐ no

Proposing firm has reviewed the Bond for Faithful Performance requirements in Exhibit F, Section 25 with a bonding agency and is reasonably assured that they can qualify for a performance bond should a contract be awarded.

☐ yes

☐ no

__________________________________ (Authorized Signature)

Page 28: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

EXHIBIT E SCHEDULE A-1:

DESIGNATION of ALL SUBCONTRACTORS, INCLUDING SUBCONTRACTORS/SUBCONSULTANTS/VENDORS/SERVICE PROVIDERS

Note: San Diego County Water Authority reserves the right to verify contents of this report by contacting subcontractors, including subcontractors, subconsultants, vendors and service providers. (1) If 100 percent of item will NOT be performed or furnished by listed small contractor, describe exact portion of the item that will be performed or furnished by the small contractor. (2) Must show total price for specific work by subcontractor, subconsultant, vendor, service provider, or broker. For Material Brokers, show Broker Fee for Service. (3) For a complete description of Small Business certifications and criteria, visit: http://www.sdcwa.org/opps/scoop-aboutus.phtml#FAQ

\\Seal\data\PA\FullAccess\SCOOP\Forms & Templates\NEW Scoop A1.doc Revised 07/14 SCHEDULE A-1

Company Name: ______________________________ Project Name: Condition Assessment Pipeline 3 Spring Valley to Proctor Valley Date: ____________ Change Order #: n/a

Contact Name: ___________________ Phone# __________________ Water Authority Project Manager: Tom Harpin Contract # New Amendment #: _n/a

NAME AND CONTACT OF

SUBCONTRACTOR(S)

SUBCONTRACTOR(S) LICENSE NUMBER

2nd Tier Sub?

YES / NO

ADDRESS, TELEPHONE NUMBER, E-MAIL OF

PLACE OF BUSINESS.

Headquarters or Local Office?

SPECIFIC WORK TO BE DONE BY

SUBCONTRACTOR (1)

SMALL BUSINESS YES / NO

MINORITY- OWNED YES / NO

WOMAN- OWNED YES / NO

VETERAN-OWNED YES / NO

ORIGINAL DOLLAR

AMOUNT (2)

Changes Per This Change

Order/ Amendment

Cumulative Change Orders/

Amendment Dollars

% OF TOTAL

FEE

LIST ANY CERTIFICATIONS

(3)

TOTAL INITIAL DOLLAR AMOUNT COMMITTED TO SMALL CONTRACTORS: $_______________

TOTAL INITIAL DOLLAR AMOUNT COMMITTED TO ALL SUBCONTRACTORS:$______ ________

INSTRUCTIONS: Complete Schedule A-1 by entering the name and location of the place of business of each subcontractor, vendor, supplier, trucker, or service provider who will perform work or labor or render service to the Contractor, or who will furnish materials, products or equipment to the Contractor, and the portion of work to be furnished or supplied by each subcontractor. Indicate if they are a small, minority-owned, woman-owned or veteran-owned business. Use additional pages if necessary. If no subcontractors, vendors, or material suppliers are to provide services related to this project, enter “None”.

CHANGE ORDER / AMENDED DOLLAR AMOUNT: $______________

TOTAL DOLLAR AMOUNT COMMITTED TO SMALL CONTRACTORS: $________________

TOTAL DOLLAR AMOUNT COMMITTED TO ALL SUBCONTRACTORS: $_______________

Page 29: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 29 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

EXHIBIT F

SAMPLE PROFESSIONAL SERVICES CONTRACT 1. PARTIES: The parties to this contract are the San Diego County Water Authority, a county water authority, (the Water Authority) and ____________________________, [a / an] ______________ (Contractor). 2. SCOPE OF SERVICES: The services to be provided by Contractor are described in Exhibit A. 3. PAYMENT: (a) Payment for services. The Water Authority shall pay for services performed in accordance with this contract according to the payment and fee schedule contained in Attachment B. (b) Reimbursement of expenses. Contractor will be reimbursed for actual, reasonable and necessary expenses incurred in the performance of services in accordance with the expense reimbursement schedule included in Attachment B. (c) Maximum payment. The maximum payment under this contract for services and, if authorized, reimbursement of expenses, shall not exceed $_________________. (d) Invoices. All invoices for services will be submitted on a monthly basis to the Contract Manager. The Water Authority generally will process and pay bills within thirty (30) days from receipt. Each bill shall include an invoice showing the amount of services rendered during the billing period and the fee for such services. If reimbursement of expenses is authorized, Contractor shall submit monthly invoices for such expenses, including full documentation of each expense incurred. Payments are subject to a final audit upon completion of services or other termination of this contract. (e) Audit of Records. Contractor shall maintain complete and accurate records of all payrolls, expenditures, disbursements and other cost items charged to the Water Authority for establishing the basis of an invoice, for a minimum of four (4) years from the date of final payment to Contractor. All such records shall be clearly identifiable. Contractor shall allow Water Authority representative to inspect, examine, copy and audit such records during regular business hours upon 24 hours’ notice. 4. TIME FOR PERFORMANCE: Contractor shall perform the services according to the schedule contained in Exhibit C. If the schedule calls for the services to be performed in phases or discrete increments, Contractor shall not proceed from one phase or increment to the next without written authorization from the Contract Manager. Contractor will complete all services by March 31, 2018.

Page 30: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 30 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

(b) Extension of time for unforeseen circumstances. In the event that the Contractor is unable to meet the completion date or schedule of services, if any, due to circumstances beyond Contractor’s reasonable control, such as war, riots, strikes, lockouts, work slowdown or stoppage, except strikes, lockouts, or work slowdown or stoppage of Contractor’s employees or subcontractors, acts of God, such as floods or earthquakes, and electrical blackouts or brownouts, Contractor shall inform the Contract Manager of the additional time required to perform the work and the Contract Manager may adjust the schedule. 5. STANDARD OF PERFORMANCE: Contractor's services shall be performed in accordance with generally accepted professional practices and principles and in a manner consistent with the level of care and skill ordinarily exercised by members of Contractor’s profession currently practicing under similar conditions. Whenever the scope of work requires or permits approval by the Water Authority, it is understood to be approval solely for the purposes of conforming to the requirements of the scope of work and not acceptance of any professional or other responsibility for the work. Such approval does not relieve the Contractor of responsibility for complying with the standard of performance or laws, regulations, industry standards, or from liability for damages caused by negligent acts, errors, omissions, noncompliance with industry standards, or the willful misconduct of Contractor or its subcontractors. By delivery of completed work, Contractor certifies that the work conforms to the requirements of this contract and all applicable federal, state and local laws. If Contractor is retained to perform services requiring a license, certification, registration or other similar requirement under California law, Contractor shall maintain that license, certification, registration or other similar requirement throughout the term of this Contract. 6. INDEPENDENT CONTRACTOR: Contractor is an independent contractor. Neither Contractor nor any of Contractor’s officers, employees, agents or subcontractors, if any, is an employee of the Water Authority by virtue of this contract or performance of any work under this contract. 7. ASSIGNMENT: Contractor shall not assign or transfer voluntarily or involuntarily any of its rights, duties, or obligations under this contract without the express written consent of the Water Authority in each instance. 8. SUBCONTRACTORS: Contractor will perform the work personally or through Contractor’s employees. Contractor may subcontract work only upon prior approval of the Water Authority and in compliance with provisions of the Water Authority’s Small Contractor Outreach and Opportunities Program, if the Water Authority determines that the program provisions are applicable.

Page 31: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 31 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

9. CONTRACTOR’S EMPLOYEES: (a) Immigration Reform and Control Act of 1986. Contractor is aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all of Contractor’s agents, employees, subcontractors and Contractors that are included in this contract. (b) Limitation of Water Authority Liability. The payment made to Contractor pursuant to this contract shall be the full and complete compensation to which Contractor and Contractor’s officers, employees, agents and subcontractors are entitled for performance of any work under this contract. Neither Contractor nor Contractor’s officers or employees are entitled to any salary or wages, or retirement, health, leave or other fringe benefits applicable to employees of the Water Authority. The Water Authority will not make any federal or state tax withholdings on behalf of Contractor. The Water Authority shall not be required to pay any workers' compensation insurance on behalf of Contractor. (c) Indemnification for Employee Payments. Contractor agrees to defend and indemnify the Water Authority for any obligation, claim, suit or demand for tax, retirement contribution including any contribution to the Public Employees Retirement System (PERS), social security, salary or wages, overtime payment, or workers' compensation payment which the Water Authority may be required to make on behalf of Contractor or any employee of Contractor, or any employee of Contractor construed to be an employee of the Water Authority, for work done under this contract. This is a continuing obligation that survives the termination of this contract. 10. PREVAILING WAGES:

(a) Contractor shall comply with all provisions of California laws dealing with prevailing wages, apprentices, and hours of work. Contractor shall also comply with provisions of Labor Code section 1720 et. seq. This provision applies only to the following portions of the scope of work: environmental, remediation, monitoring well, toxic waste, geotechnical drillers and laborers, field surveyors, field soils and material testers, asbestos and lead abatement laborers.

(b) A determination of the general prevailing rates of per diem wages and holiday and overtime work where the work is to be performed is available for review upon request at the Water Authority’s office located at 610 West 5th Avenue, Escondido CA 92025. Contractor and subcontractors will not pay less than the prevailing rates of wages. Contractor will post one copy of the prevailing rates of wages at the job site.

(c) The Contractor and any subcontractor under the Contractor shall, as a penalty to the Water Authority, forfeit not more than two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates as determined by the director for the work or craft in which the worker is employed for any public work done under the contract by the Contractor or, except as provided in the subdivision (b) of Labor Code Section 1775, by any subcontractor under the Contractor.

Page 32: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 32 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

11. TRAVEL AND SUBSISTENCE PAYMENTS: Travel and subsistence payments shall be paid to each worker as defined in the applicable collective bargaining agreements filed with the Department of Industrial Relations for the particular craft, classification or type of work. 12. HOURS OF WORK: (a) Eight hours labor constitutes a legal day’s work. Workers shall be paid at a rate of one and one-half times the basic rate of pay for work in excess of eight hours during a calendar day or forty hours during a calendar week of the foregoing hours. (b) Contractor shall keep and make available an accurate record showing the name of each worker and hours worked each day and each week by each worker. (c) As a penalty to the Water Authority, Contractor shall forfeit twenty-five dollars ($25.00) for each worker, including subcontractors’ workers, for each calendar day during which the worker is required or permitted to work more than eight hours in any one calendar day and 40 hours in any one calendar week in violation of Labor Code Sections 1810 through 1815. 13. APPRENTICES: Contractor shall comply with the Labor Code concerning the employment of apprentices. 14. PAYROLL RECORDS: (a) Pursuant to California Labor Code Section 1776, Contractor and each subcontractor shall keep accurate records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following:

(1) The information contained in the payroll record is true and correct.

(2) The employer has complied with the requirements of Labor Code Sections 1771, 1811, and 1815 for any work performed by his or her employees on the public work project.

(b) The payroll records enumerated under paragraph (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis:

(1) A certified copy of an employee’s payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request.

(2) A certified copy of all payroll records enumerated on paragraph (a) shall be made available for inspection or furnished upon request to the Water Authority, the Division of

Page 33: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 33 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations.

(3) A certified copy of all payroll records enumerated in paragraph (a) shall be made available upon request by the public for inspection or for copies thereof. However, a request by the public shall be made through either the Water Authority, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (b)(2), the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor.

(c) The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information as provided by the division.

(d) The Contractor or subcontractor shall file a certified copy of the records enumerated in paragraph (a) with the entity that requested the records within ten days after receipt of a written request.

(e) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the Water Authority, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual’s name, address, and social security number. The name and address of the Contractor awarded the contract or the subcontractor performing the contract shall not be marked or obliterated. Any copy of records made available for inspection by, or furnished to, a joint labor-management committee established pursuant to the federal Labor Management Cooperation Act of 1978 (29 U.S.C. Sec. 175a) shall be marked or obliterated only to prevent disclosure of an individual's name and social security number.

(f) Agencies that are included in the Joint Enforcement Strike Force on the Underground Economy established pursuant to Section 329 of the Unemployment Insurance Code and other law enforcement agencies investigating violations of law shall, upon request, be provided nonredacted copies of certified payroll records. Any copies of records or certified payroll made available for inspection and furnished upon request to the public by an agency included in the Joint Enforcement Strike Force on the Underground Economy or to a law enforcement agency investigating a violation of law shall be marked or redacted to prevent disclosure of an individual's name, address, and social security number. (g) The Contractor shall inform the Water Authority of the location of the records enumerated under paragraph (a), including the street address, city and county, and shall, within five working days, provide a notice of change of location and address. (h) The Contractor or subcontractor has ten days in which to comply subsequent to receipt of written notice requesting the records enumerated in paragraph (a). In the event that the Contractor or subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the Water Authority, forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each

Page 34: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 34 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

worker until strict compliance is effectuated. Upon the request of the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. The Contractor is not subject to a penalty assessment pursuant to this section due to a failure of a subcontractor to comply with this section. 15. FAIR EMPLOYMENT PRACTICES: (a) Administrative Code Provisions. Contractor acknowledges and agrees to abide by the following provision of the Water Authority Administrative Code Section 2.24.010 that states:

“(a) It is the policy of the Authority to protect and safeguard the right and opportunity

of all persons to seek, obtain, and hold employment without discrimination or abridgment on account of race, color, ethnicity, national origin, ancestry, religion, creed, veteran status, physical disability, mental disability, medical condition, marital status, sex, sexual orientation, age, gender, gender identity, gender expression or other status protected from workplace discrimination by state or federal law. Authority officers, employees and Contractors shall not knowingly deny an Authority opportunity or benefit, discriminate against or harass, any Authority employee, applicant for employment, contractor, vendor, or recipient of Authority services on account of the person’s race, color, ethnicity, national origin, ancestry, religion, creed, veteran status, physical disability, mental disability, medical condition, marital status, sex, sexual orientation, age, gender, gender identity, gender expression or other status protected from workplace discrimination by state or federal law. Authority officers, employees and Contractors shall not knowingly give preferential treatment to any applicant for employment, bidder, contractor, vendor, or recipient of Authority services on the basis of race, color, ethnicity, national origin, ancestry, religion, creed, physical disability, mental disability, medical condition, marital status, sex, or sexual orientation.

(b) This section shall be interpreted in a manner that is consistent with the California

and United States Constitutions and applicable state and federal statutes governing workplace discrimination. The terms used in this section shall have the same meaning as defined in state statutes governing the same subject matter.

(c) Nothing in this section shall be interpreted as prohibiting bona fide occupational

qualifications consistent with applicable state and federal law and reasonably necessary to the normal operation of Authority employment or contracting. Nothing in this section shall be interpreted as prohibiting regulations and policies to prevent nepotism or conflicts of interest.

(d) Nothing in this section shall be interpreted as prohibiting action taken to establish

or maintain eligibility for any federal program, where ineligibility would result in a loss of federal funds to the Authority.”

(b) Civil Rights Act. Contractor agrees to comply with Title VII of the Civil Rights Act of 1964, as amended, the California Fair Employment Practices Act, the Americans with Disabilities Act of 1990, any other applicable federal and state laws and regulations hereinafter enacted, and the Water Authority’s Small Contractor Outreach and Opportunities Program.

Page 35: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 35 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

(c) Water Authority Discrimination/Harassment Policy. Contractor and its officers, employees, agents and subcontractors shall comply with the Water Authority’s Discrimination/Harassment Prohibition Policy in performance of this contract. (d) Indemnification. To the fullest extent permitted by law and without limitation by the provisions of Section 19 relating to insurance, the Contractor shall also indemnify, defend and hold harmless the Water Authority, and its directors, officers, employees and agents from and against all liability (including without limitation all claims, damages, penalties, fines, and judgments, associated investigation and administrative expenses, and defense costs, including but not limited to reasonable attorneys' fees, court costs, and costs of alternative dispute resolution) resulting from any claim of discrimination or harassment, including but not limited to sexual harassment, arising from the conduct of the Contractor or any of the Contractor’s officers, employees, agents, licensees, or subcontractors. In the event of a discrimination or harassment complaint against any employee, agent, licensee or subcontractor of the Contractor or its subcontractors, the Contractor shall take immediate and appropriate action in response to such complaint, including, but not limited to termination or appropriate discipline of any responsible employee, agent, licensee or subcontractor. The provisions of this Section survive completion of the services or termination of the Contract. 16. WORKPLACE CONDUCT AND BEHAVIOR: Contractor and Contractor’s officers, employees, agents and subcontractors shall comply with the Water Authority’s Substance-free Work Place Policy, Information and Communications Systems Policy, and other rules and regulations governing work place safety, conduct, and behavior, for any portion of the work performed on the premises of the Water Authority or using Water Authority facilities or equipment. 17. OWNERSHIP OF WORK PRODUCT: Upon delivery, the work product, including without limitation, all original reports, writings, recordings, drawings, files, and detailed calculations developed under this contract are the property of the Water Authority. Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in the Water Authority and waives and relinquishes all claims to copyright or other intellectual property rights in favor of the Water Authority. Water Authority acknowledges that its use of the work product is limited to the purposes contemplated by the scope of work and that the Contractor makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. 18. FORMAT OF DOCUMENTS: Documents submitted to the Water Authority in electronic format shall be formatted according to specifications provided by the Water Authority, or if not otherwise specified, in Microsoft Word, Excel, PowerPoint or other Microsoft Office Professional 2010 format as appropriate for the particular work product or, if directed by the Contract Manager in Adobe Acrobat pdf format.

Page 36: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 36 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

19. CHANGES IN WORK: No payment for changed or additional work shall be made unless the changed or additional work has first been approved in writing by the Contract Manager and the parties have agreed upon the appropriate adjustment, if any, to the payment schedule and maximum payment amount for the changed or additional work. The Contract Manager may order changes or additions to the scope of work. Whether a change or addition to the scope of work is proposed by the Contractor or ordered by the Contract Manager, the parties shall in good faith negotiate an appropriate adjustment, if any, to the payment schedule and maximum payment for the changed or additional work. An approved change or addition, along with the payment adjustment, if any, will be effective upon an amendment to this contract executed by both parties. The amendment shall not render ineffective or invalidate unaffected portions of this contract. All changes in work that increase the amount of payment shall be subject to Section 4.04.040 of the Water Authority Administrative Code. 20. CONFIDENTIALITY: (a) Confidential Nature of Information. Contractor shall treat all information obtained from the Water Authority in the performance of this contract as confidential and proprietary to the Water Authority. Contractor shall treat all records and work product prepared or maintained by Contractor in the performance of this contract as confidential. (b) Limitation on use and disclosure. Contractor agrees that it will not use any information obtained as a consequence of the performance of work for any purpose other than fulfillment of Contractor’s scope of work. Contractor will not disclose any information prepared for the Water Authority, or obtained from the Water Authority or obtained as a consequence of the performance of work to any person other than the Water Authority, or its own employees, agents or subcontractors who have a need for the information for the performance of work under this contract unless such disclosure is specifically authorized in writing by the Water Authority. (c) Security plan. If requested by the Contract Manager, Contractor shall prepare a security plan to assure that information obtained from the Water Authority or as a consequence of the performance of work is not used for any unauthorized purpose or disclosed to unauthorized persons. Contractor shall advise the Water Authority of any request for disclosure of information or of any actual or potential disclosure of information. (d) Survival. Contractor’s obligations under this paragraph shall survive the termination of this contract.

Page 37: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 37 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

21. PROHIBITED INTEREST: No official or employee of the Water Authority who is authorized in such capacity on behalf of the Water Authority to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving this contract, shall become directly or indirectly interested in this contract or in any part thereof. No officer or employee of the Water Authority who is authorized in such capacity and on behalf of the Water Authority to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. CONFLICT OF INTEREST: (a) Local Conflict of Interest Code Compliance: The Water Authority has determined, based on the scope of the services to be provided by Contractor under this contract, that this contract does not confer on Contractor or any of Contractor’s employees the status of a “designated employee” or “Consultant” of the Water Authority for the purposes of the Water Authority’s Local Conflict of Interest Code and the California Political Reform Act. This contract does not require or permit Contractor to make a governmental decision as specified in 2 Cal. Code of Regs. § 18701, subdiv. (a)(2)(A), or serve in a staff capacity as specified in 2 Cal. Code of Regs. § 18701, subdiv. (a)(2)(B). (b) Disqualification. Contractor shall not make or participate in making or in any way attempt to use Contractor's position to influence a governmental decision in which Contractor knows or has reason to know Contractor has a direct or indirect financial interest other than the compensation promised by this contract. Contractor will not have such interest during the term of this contract. Contractor will immediately advise the General Counsel of the Water Authority if Contractor learns of a financial interest of Contractor's during the term of this contract. If Contractor’s participation in another Water Authority project would create an actual or potential conflict of interest, in the opinion of the Water Authority, the Water Authority may disqualify Contractor from participation in such other project during the term of this Contract. 23. INDEMNIFICATION: (a) To the fullest extent permitted by law, the Contractor shall (1) immediately defend, and (2) indemnify the Water Authority, and its directors, officers, and employees from and against all liabilities regardless of nature or type arising out of or resulting from Contractor’s performance of services under this contract, or any negligent or wrongful act or omission of the Contractor or Contractor’s officers, employees, agents, or subcontractors. Liabilities subject to the duties to defend and indemnify include, without limitation all claims, losses, damages, penalties, fines, and judgments; associated investigation and administrative expenses; defense costs, including but not limited to reasonable attorneys’ fees; court costs; and costs of alternative dispute resolution. The Contractor’s obligation to indemnify applies unless it is adjudicated that its liability was caused by the sole active negligence or sole willful misconduct of an indemnified party. If it is finally adjudicated that liability is caused by the comparative active negligence or willful misconduct of an indemnified party, the Contractor’s indemnification obligation shall be reduced in proportion to the established comparative liability of the indemnified party.

Page 38: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 38 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

(b) The duty to defend is a separate and distinct obligation from the Contractor’s duty to indemnify. The Contractor shall be obligated to defend, in all legal, equitable, administrative, or special proceedings, with counsel approved by the Water Authority, the Water Authority and its directors, officers, and employees, immediately upon tender to the Contractor of the claim in any form or at any stage of an action or proceeding, whether or not liability is established. An allegation or determination of comparative active negligence or willful misconduct by an indemnified party does not relieve the Contractor from its separate and distinct obligation to defend Water Authority. The obligation to defend extends through final judgment, including exhaustion of any appeals. The defense obligation includes an obligation to provide independent defense counsel if the Contractor asserts that liability is caused in whole or in part by the negligence or willful misconduct of the indemnified party. If it is finally adjudicated that liability was caused by the sole active negligence or sole willful misconduct of an indemnified party, Contractor may submit a claim to the Water Authority for reimbursement of reasonable attorneys’ fees and defense costs. (c) The review, acceptance or approval of the Contractor’s work or work product by any indemnified party shall not affect, relieve or reduce the Contractor’s indemnification or defense obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 24. INSURANCE: (a) Requirement. Contractor shall procure and maintain during the period of performance of this contract and for 12 months following completion, insurance from insurance companies authorized to do business in the State of California, as set forth in this section. These policies shall be primary insurance as to the Water Authority so that any other coverage held by the Water Authority shall not contribute to any loss under Contractor's insurance.

General liability: (with coverage at least as broad as ISO form CG 00 01 10 01) coverage in an amount not less than $2,000,000 general aggregate and $1,000,000 per occurrence for general liability, bodily injury, personal injury, and property damage. Automobile liability: (with coverage at least as broad as ISO form CA 00 01 10 01, for “any auto”) coverage in an amount not less than $1,000,000 per accident for personal injury, including death, and property damage. Professional liability: (errors and omissions) for damage alleged to be as a result of errors, omissions or negligent acts of Contractor coverage in an amount not less than $1,000,000 per claim. Workers' compensation and employer's liability: coverage shall comply with the laws of the State of California, but not less than an employer’s liability limit of $1,000,000. A deductible or retention may be utilized, subject to approval by the Water Authority. All policies that include a self-insured retention shall include a provision that payments of defense costs and damages (for bodily injury, property damage, personal injury or any other coverages included in

Page 39: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 39 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

the policy) by any party including additional insureds or insurers, shall satisfy the self-insured retention limits.

(b) Endorsements. The insurance policies shall be endorsed as follows: For the commercial general liability insurance, the Water Authority (including its directors, officers, employees, and agents) shall be named as additional insureds, and the policy shall be endorsed with a form equivalent to ISO form CG 20 10 10 93, that contains the provisions required by this contract.

Contractor’s insurance is primary to any other insurance available to the Water Authority with respect to any claim arising out of this Agreement. Any insurance maintained by the Water Authority shall be excess of the Contractor’s insurance and shall not contribute with it. The Contractor’s endorsement of insurance shall include a waiver of any rights of subrogation against the Water Authority, and its directors, officers, employees and agents.

Contractor’s insurance will not be canceled, limited, amended, reduced in coverage amount, or allowed to expire without renewal until after thirty (30) days’ written notice has been given to the Water Authority, or after ten (10) days’ written notice in the case of cancellation for non-payment of premium. (c) Qualifications of Insurer. The insurance shall be provided by an acceptable insurance provider, as determined by the Water Authority, which satisfies the following minimum requirements: An insurance carrier admitted to do business in California and maintaining an agent for process within the state. Such insurance carrier shall maintain a current A.M. Best rating classification of "A-" or better and a financial size of "$10 million to $24 million (Class V) or better", or A Lloyds of London program provided by syndicates of Lloyds of London and other London insurance carriers, providing all participants are qualified to do business in California and the policy provides for an agent for process in the state. Workers’ Compensation and Employer’s Liability shall be provided by an A-V rated carrier or by the California State Compensation Fund. If provided by a carrier other than California State Compensation Fund, Contractor shall provide proof of the carrier’s A-V rating to Water Authority. (d) Provision of Insurance Prior to Commencement of Services. Before commencing any services, Contractor shall furnish certificates of insurance and endorsements affecting coverage on forms provided by Water Authority, or on equivalent ISO forms that contain provisions required by this contract. 25. BONDS AND SURETY QUALIFICATIONS: (a) Contractor shall, within 15 days of contract award and before execution of the contract, furnish a Bond for Faithful Performance on forms provided by the Water Authority, each in the amount of 100 percent of the contract price. The Bond for Faithful Performance shall remain in effect during the performance of the work, and for 365 days after recordation of a Notice of Completion, or if a Notice of Completion is not recorded by the Water Authority, within thirty days of completion of the work.

Page 40: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 40 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

(b) All Bonds shall be furnished by the Contractor at its own cost and expense. All bonds shall be executed by such sureties as are admitted to transact surety insurance in the State of California. Should an objection as to the sufficiency of an admitted surety on a bond be made, California Code of Civil Procedure Section 995.660 shall apply. 26. ACCIDENT REPORTS: Contractor shall immediately report (as soon as feasible, but not more than 24 hours) to the Water Authority any accident or other occurrence causing injury to persons or property during the performance of this Contract. If required by the Water Authority’s Risk Manager, the report shall be made in writing and shall include, at a minimum: (a) the names, addresses, and telephone numbers of the persons involved, (b) the names, addresses and telephone numbers of any known witnesses, (c) the date, time and description of the accident or other occurrence. 27. COVENANT AGAINST CONTINGENT FEES: Contractor agrees that its firm has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this contract, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this contract. For breach or violation of this provision, the Water Authority shall have the right to terminate this contract without liability, or, in its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 28. TERMINATION OR ABANDONMENT: (a) Water Authority’s Rights. The Water Authority has the right to terminate or abandon any portion or all of the work by giving ten (10) days’ written notice. Upon receipt of a notice of termination, Contractor shall perform no further work except as specified in the notice. Before the date of termination, Contractor shall deliver to Water Authority all work product, whether completed or not, as of the date of termination and not otherwise previously delivered. The Water Authority shall pay Contractor for services performed in accordance with this contract before the date of termination. If this contract provides for payment of a lump sum for all services or by task and termination occurs before completion of the work or any defined task which according to the performance schedule was commenced before the notice of termination, the fee for services performed shall be based on an amount mutually agreed to by the Water Authority and Contractor for the portion of work completed in conformance with this contract before the date of termination. In addition, the Water Authority will reimburse Contractor for authorized expenses incurred and not previously reimbursed. The Water Authority shall not be liable for any fees or costs associated for the termination or abandonment except for the fees, and reimbursement of authorized expenses, payable pursuant to this section. (b) Contractor’s Rights. Contractor, if Contractor is not in default or breach, may terminate Contractor’s obligation to provide further services under this contract upon thirty (30) days’ written

Page 41: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 41 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

notice only in the event of a material default by the Water Authority, which default has not been cured within thirty (30) days following the written notice. 29. SUCCESSORS OR ASSIGNS: All terms, conditions, and provisions of this contract shall apply to and bind the respective heirs, executors, administrators, successors, and assigns of the parties. Nothing in this paragraph is intended to affect the limitation on assignment. 30. DAMAGE OR LOSS OF EQUIPMENT OR FACILITIES: (a) General Obligation. Contractor shall pay to the Water Authority the replacement cost of any equipment or repair cost of any facilities provided by the Water Authority for Contractor’s use in performance of services that is lost or damaged by Contractor or Contractor’s officers, employees, agents or subcontractors. (b) Keys. During the term of the contract, Contractor may be issued keys to Water Authority facilities in order to perform the scope of work. Keys shall not be loaned, duplicated, or given to anyone not authorized to have the keys. Contractor will sign for each key and each key will be returned to the project manager when access to that area is no longer authorized, or at the end of the contract term, whichever is applicable. Should keys become lost or stolen, Contractor shall immediately notify the Contract Manager. A charge will be assessed for all expenses incurred by the Water Authority, including the replacement of locks, lock cores, keys, and other materials necessary to ensure the Water Authority security level is returned to the same level existing prior to the loss of the key(s). The cost of replacing locks may be as much as $40,000. 31. ELECTRONIC COMMUNICATIONS:

During the course of this contract, communications may occur through sending, receiving or exchanging electronic versions of documents and e-mails using commercially available computer software and Internet access. Contractor and the Water Authority acknowledge that the Internet is occasionally victimized by the creation and dissemination of so-called viruses, or similar destructive electronic programs. Contractor and the Water Authority view the issues raised by these viruses seriously and have invested in document and e-mail scanning software that identify and reject files containing known viruses. Contractor agrees to update its system with the software vendor’s most current releases at regular intervals. Because of the virus scanning software, the respective computer systems of the parties may occasionally reject a communication. The parties acknowledge that this occurrence is to be expected as part of the ordinary course of business. Because the virus protection industry is generally one or two steps behind new viruses, neither party can guarantee that its respective communications and documents will be virus free. Occasionally, a virus will escape and go undetected as it is passed from system to system. Although each party will use all reasonable efforts to assure that its communications are virus free, neither party warrants that its documents will be virus free. Each party agrees to advise the other if it discovers a virus in its respective system that may have been communicated to the other party.

Page 42: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 42 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

32. LAWS AND VENUE: This contract and disputes arising out of or relating to the contract or the parties’ relationship are governed by the laws of the State of California. Any action or proceeding arising out of or relating to the contract or the parties’ relationship shall be brought in a state or federal court situated in the County of San Diego, State of California. 33. ADMINISTRATION: (a) Contractor’s principal place of business and agent for service of process. Contractor’s principal place of business is _______________________________. Contractor’s agent for service of process is ____________________.

(b) Water Authority’s Representative. The Water Authority’s representative for administration of this contract is _____________, who is the designated Contract Manager. The Water Authority may change the Contract Manager at any time upon notice to the Contractor. (c) Contractor’s Representative. The Contractor’s representative for administration of this contract is ________________, who is designated as the Project Manager. The Contractor may change the Project Manager upon written notice to and approval by the Contract Manager. (d) Notices. Any notice or instrument required to be given or delivered by law or this contract shall be effective upon receipt thereof and shall be by personal service or delivered by depositing the same in any United States Post Office, registered or certified, postage prepaid, addressed to:

San Diego County Water Authority

4677 Overland Avenue San Diego, CA 92123-1233 Attn: ________________________________(Contract Manager) Contractor: _____________________________________ _____________________________________ _____________________________________ Attn:_________________________________(Project Manager) Either party may change the address or identity of the person for notices under this paragraph by written notice to the other delivered in accordance with this paragraph. (e) Routine Administrative Communications. Routine administrative communication required to be in writing may be by personal delivery, mail, facsimile transmission or electronic mail as agreed between the Contractor and Contract Manager.

Page 43: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 43 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

34. INTEGRATION AND MODIFICATION: This contract represents the entire understanding of the Water Authority and Contractor as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This contract may not be modified, amended, or altered except in writing signed by the Water Authority and Contractor. 35. ADVICE OF COUNSEL: The parties agree that they are aware that they have the right to be advised by counsel with respect to the negotiations, terms, and conditions of this contract, and that the decision of whether or not to seek the advice of counsel with respect to this contract is a decision which is the sole responsibility of each of the parties hereto. This contract shall not be construed in favor or against either party by reason of the extent to which each party participated in the drafting of the contract. 36. INDEPENDENT REVIEW: Each party hereto declares and represents that in entering this contract it has relied and is relying solely upon its own judgment, belief and knowledge of the nature, extent, effect and consequence relating thereto. Each party further declares and represents that this contract is being made without reliance upon any statement or representation not contained herein of any other party, or any representative, agent, or attorney of any other party. 37. TIME: Time is of the essence in this contract. Any reference to days means calendar days unless otherwise specifically stated. 38. ASSIGNMENT OF ANTI-TRUST CLAIMS: The Contractor offers and agrees to assign to the Water Authority all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act [Chapter 2 (commencing with § 16700) of Part 2 of Division 7 of the Business and Professions Code], arising from purchases of goods, services, or materials pursuant to the contract. This assignment shall become effective at the time the Water Authority tenders final payment to Contractor, without further acknowledgment by the parties. The Contractor shall have the rights set forth in Sections 4553 and 4554 of the Government Code. 39. TAXES: The Contractor shall pay all applicable federal, state, and local excise, sales, consumer use, and other similar taxes required by law for the execution of the work.

Page 44: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 44 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

40. SIGNATURES: The individuals executing this contract represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. IN WITNESS WHEREOF, the parties have executed this contract on the following date. DATED: _________________, 2017 SAN DIEGO COUNTY WATER AUTHORITY By: ________________________________ CONTRACTOR [SAMPLE - DO NOT SIGN] By: ________________________________ Approved as to form: Assistant General Counsel San Diego County Water Authority By:_____________________

Page 45: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 45 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

ATTACHMENT A

SCOPE OF WORK

Refer to RFP, Exhibit A.

Page 46: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 46 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

ATTACHMENT B

PAYMENT and FEE SCHEDULE

To be determined.

Page 47: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 47 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

ATTACHMENT C

PERFORMANCE SCHEDULES Refer to RFP, Exhibit C.

Page 48: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 48 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

ATTACHMENT D

INSURANCE CERTIFICATES

Page 49: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

GENERAL LIABILITY SPECIAL ENDORSEMENTFOR THE SAN DIEGO COUNTY WATER AUTHORITY

FORM GEN2013/08Endorsement No.: Issue Date (MM/DD/YY):

PRODUCER POLICY INFORMATIONCompany: Insurance Company:

Address: NAIC Code:

Policy No.:

Policy Period (from): (to):

Telephone: Deductible of $

Self-Insured Retention of $NAMED INSURED APPLICABILITYCompany: This insurance pertains to the operations, products, and/or activities

of the Named Insured under all written contracts/agreements in force with the San Diego County Water Authority.Address:

TYPE OF INSURANCE OTHER PROVISIONSCOMMERCIAL GENERAL LIABILITY Claims Made Retroactive Date:

Occurrence

OWNERS & CONTRACTORS PROTECTIVE

COVERAGES LIABILITY LIMITS CLAIMS Representative for claims pursuant to this insuranceEACH OCCURENCE AGGREGATE

GENERAL LIABILITY $ $ Name:

PRODUCTS-COMPLETED OPERATIONS $ $ Company:

PERSONAL & ADVERTISING INJURY $ $ Address:

FIRE LEGAL LIABILITY $ $

EXPLOSION, COLLAPSE, UNDERGROUND HAZARD

$ $

CONTRACTUAL LIABILITY $ $ Telephone:In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows:

1. ADDITIONAL INSURED. The San Diego County Water Authority, its directors, officers, employees, and agents, are included as additional insureds with regard to liability and defense of suits or claims arising from the operations, products and activities performed by or on behalf of the Named Insured.

2. CONTRIBUTION NOT REQUIRED. This insurance shall be primary. Any other insurance or self-insurance available to the insureds added by this endorsement shall be in excess of and shall not contribute with this insurance.

3. SEVERABILITY OF INTEREST. This insurance applies separately to each insured against whom claim is made or suit is brought except with respect to the company’s limits of liability. The inclusion of any person or organization as an insured shall not affect any right which such person or organization would have as a claimant if not so included.

4. CANCELLATION NOTICE. With respect to the interests of the San Diego County Water Authority, this insurance shall not be canceled or materially reduced in coverage except after thirty (30) days prior written notice by has been given to the San Diego County Water Authority at address indicated below. (Except 10 days shall be allowed for non-payment of premium.)

5. PROVISIONS REGARDING THE INSURED’S DUTIES. Any failure by the Named Insured to comply with reporting provisions of the policy or breaches or violations of warranties shall not affect coverage provided to the insureds added by this endorsement.

6. SCOPE OF COVERAGE. This endorsement shall afford coverage at least as broad as Insurance Services Office Commercial General Liability Coverage, “occurrence” form CG 0001, or claims made form CG 0002.

Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached.

ENDORSEMENT HOLDER/ ADDITIONAL INSURED AUTHORIZED REPRESENTATIVESAN DIEGO COUNTY WATER AUTHORITY I , warrant that I have authority to bind

the above-mentioned insurance company and by my signature hereon do so bind this company to this endorsement.

Title:

4677 OVERLAND AVENUESAN DIEGO, CA 92123858-522-6650

Project: Employer of Signatory:

Telephone: Date signed:

SIGNATURE: ___________________________________________________

celmquist
Typewritten Text
celmquist
Typewritten Text
celmquist
Typewritten Text
Page 49 of 54
Page 50: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

AUTOMOBILE LIABILITY SPECIAL ENDORSEMENTFOR THE SAN DIEGO COUNTY WATER AUTHORITY

FORM AUT2013/08Endorsement No.: Issue Date (MM/DD/YY):

PRODUCER POLICY INFORMATIONCompany: Insurance Company:

Address: NAIC Code:

Policy No.:

Policy Period (from): (to):

Telephone: Deductible of $

Self-Insured Retention of $NAMED INSURED APPLICABILITYCompany: This insurance pertains to the operations and/or activities of the

Named Insured under all written contracts/agreements in force with the San Diego County Water Authority.Address:

TYPE OF INSURANCE OTHER PROVISIONSBUSINESS AUTO POLICY

TRUCKERS AND MOTOR CARRIER LIABILITY POLICY

GARAGEKEEPERS LIABILITY

NON-OWNED – HIRED VEHICLES

OTHER:

LIABILITY LIMIT CLAIMS Representative for claims pursuant to this insurance

Name:

Company:

$ per accident, for bodily injury and property damage liability.

Address:

Telephone:

In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows:

1. SCOPE OF COVERAGE. This endorsement shall afford coverage at least as broad as Insurance Services Office form number CA0001, Code 1 (“any auto”).

2. CONTRIBUTION NOT REQUIRED. This insurance shall be primary. Any other insurance or self-insurance available to the insureds added by this endorsement shall be in excess of and shall not contribute with this insurance.

3. SEVERABILITY OF INTEREST. This insurance applies separately to each insured against whom claim is made or suit is brought except with respect to the company’s limits of liability. The inclusion of any person or organization as an insured shall not affect any right which such person or organization would have as a claimant if not so included.

4. CANCELLATION NOTICE. With respect to the interests of the San Diego County Water Authority, this insurance shall not be canceled or materially reduced in coverage except after thirty (30) days prior written notice has been given to the San Diego County Water Authority at address indicated below. (Except 10 days shall be allowed for non-payment of premium.)

5. PROVISIONS REGARDING THE INSURED’S DUTIES. Any failure by the Named Insured to comply with reporting provisions of the policy or breaches or violations of warranties shall not affect coverage provided to the insureds added by this endorsement.

Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached.

ENDORSEMENT HOLDER/ ADDITIONAL INSURED AUTHORIZED REPRESENTATIVESAN DIEGO COUNTY WATER AUTHORITY I , warrant that I have authority to bind

the above-mentioned insurance company and by my signature hereon do so bind this company to this endorsement.

4677 OVERLAND AVENUESAN DIEGO, CA 92123858-522-6650

Title:

Project: Employer of Signatory:

Telephone: Date signed:

Signature: ____________________________________________________

celmquist
Typewritten Text
Page 50 of 54
Page 51: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

PROFESSIONAL LIABILITY SPECIAL ENDORSEMENTFor the San Diego County Water Authority

FORM PRF 2013/08Endorsement No.: Issue Date(MM/DD/YY):

PRODUCER POLICY INFORMATIONCompany: Insurance Company:

Address: NAIC Code:

Policy No.:

Policy Period (from): (to):

Telephone: Deductible of $

Self-Insured Retention of $NAMED INSURED APPLICABILITYCompany: This insurance pertains to the operations, products, and/or

activities of the Named Insured under all written contracts/agreements in force with the San Diego County Water Authority.

Address:

TYPE OF INSURANCE CLAIMS Representative for claims pursuant to this insurance

Name:

Company:

Claims Made Form Retroactive Date: Address:

Occurrence Form

Telephone:

COVERAGES LIABILITY LIMITSEACH OCCURRENCE AGGREGATE

ARCHITECTS/ENGINEER’S PROFESSIONAL LIABILITY $ $

ENVIRONMENTAL PROFESSIONAL LIABILITY $ $

CONTRACTORS/ PROJECT MANAGER’S PROFESSIONAL LIABILITY $ $

LAWYER’S PROFESSIONAL LIABILITY $ $

OTHER: $ $

In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows:

1. CANCELLATION NOTICE. This insurance shall not be canceled or materially reduced in coverage except after thirty (30) days prior written notice has been given to the Water Authority at address indicated below. (Except 10 days shall be allowed for non-payment of premium.)

2. OTHER PROVISIONS. The following exclusions or special provisions apply to this coverage.

Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached.

ENDORSEMENT HOLDER AUTHORIZED REPRESENTATIVESAN DIEGO COUNTY WATER AUTHORITY

I , warrant that I have authority to bind the above-mentioned insurance company and by my signature hereon do so bind this company to this endorsement.

4677 OVERLAND AVENUESAN DIEGO, CA 92123858-522-6650

Title:

Project: Employer of Signatory:

Telephone: Date signed:

SIGNATURE: __________________________________________________

celmquist
Typewritten Text
Page 51 of 54
Page 52: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY SPECIAL ENDORSEMENT FORM WRK2013/08

For the San Diego County Water Authority Endorsement No.: Issue Date (MM/DD/YY):

PRODUCER POLICY INFORMATIONCompany: Insurance Company:

Address: NAIC Code:

Policy No.:

Policy Period (from): (to):

Deductible of $

Telephone: Self-Insured Retention of $NAMED INSURED APPLICABILITYCompany: This insurance pertains to the operations, and/or activities of the

Named Insured under all written contracts/agreements in force with the San Diego County Water Authority.Address:

COVERAGES OTHER PROVISIONSSTATUTORY WORKERS’ COMPENSATION

EMPLOYER’S LIABILITY

$ Bodily Injury (each accident)

$ Bodily Injury by Disease (each employee)

$ Bodily Injury by Disease (policy limit) CLAIMS Representative for claims pursuant to this insurance.

Name:OTHER: Company:

Address:

Telephone:In consideration of the premium charged and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows:

1. WAIVER OF SUBROGATION. This Insurance Company agrees to waive all rights of subrogation against the San Diego County Water Authority, its directors, officers, employees, and agents for losses paid under the terms of this policy which arise from the work performed by the Named Insured for the San Diego County Water Authority.

2. CANCELLATION NOTICE. With respect to the interests of the San Diego County Water Authority, this insurance shall not be canceled or materially reduced in coverage except after thirty (30) days prior written notice has been given to the San Diego County Water Authority at address indicated below. (Except 10 days shall be allowed for non-payment of premium.)

Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached.

ENDORSEMENT HOLDER AUTHORIZED REPRESENTATIVESAN DIEGO COUNTY WATER AUTHORITY I , warrant that I have authority to

bind the above-mentioned insurance company and by my signature hereon do so bind this company to this endorsement.

4677 OVERLAND AVENUESAN DIEGO, CA 92123858-522-6650

Title:

Project: Employer of Signatory:

Telephone: Date signed:

SIGNATURE: __________________________________________________

celmquist
Typewritten Text
Page 52 of 54
Page 53: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 53 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

ATTACHMENT E PERFORMANCE BOND

BOND FOR FAITHFUL PERFORMANCE

KNOW ALL MEN BY THESE PRESENTS: That we,

hereinafter referred to as "Contractor," as principal, and

as surety, are held and firmly bound unto the San Diego County Water Authority, in the sum of

Dollars ($ ) lawful money of the United States of America, for the payment

of which sum, well and truly to be made, we bind ourselves, heirs, executors, administrators,

successors, and assigns jointly and severally, firmly by these presents.

The condition of the foregoing obligation is such that, WHEREAS, said Contractor has been awarded and is about to enter into the annexed contract with the San Diego County Water Authority for comprehensive nondestructive condition assessment of approximately 4.9 miles of welded steel pipe liners and approximately 1,680 feet of welded steel pipe on Pipeline 3, from Spring Valley to Proctor Valley and is required by said Water Authority to give this bond in connection with the execution of said contract;

NOW, THEREFORE, if the said Contractor, his heirs, executors, administrators, successors, and assigns shall well and truly do and perform all of the covenants and obligations of said contract and any alteration thereof made as therein provided, on his part to be done and performed at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect inclusive of the entire contract warranty period.

Any alterations in the work to be done, or the material to be furnished, which may be made pursuant to the terms of said contract, shall not in any way release either the Contractor or the surety thereunder, nor shall any extensions of time granted under the provisions of said contract release either the Contractor or the surety, and notice of such alterations or extensions of the contract is hereby waived by the surety.

Page 54: REQUEST FOR PROPOSAL - IPT by BidNet - Our …€¦ ·  · 2017-03-27COMPREHENSIVE NONDESTRUCTIVE CONDITION ... \OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s

Page 54 of 54 L:\OM\FullAccess\Contracts\Cond Assess P3 1980's Reline\RFP P3 1980s Reline Spring Valley to Proctor Valley_Final.docx

WITNESS our hands this day of . (Seal)

Contractor By

Title

(Surety's Corporate Seal) Surety

By

Title Address of Surety

Approved: Director of Operations and Maintenance San Diego County Water Authority

Approved as to form and execution: Assistant General Counsel of San Diego County Water Authority Notice: No substitution or revision to this bond form will be accepted.