governance committee agenda packet 6-24-15
TRANSCRIPT
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
1/90
Governance Committee C/O Monterey Peninsula Water Management District P.O. Box 85 Monterey, CA 93942
831-658-5652 http://www.mpwmd.net/governancecommittee
GOVERNANCE COMMIT TEE
FOR THE
MONTEREY PENINSULA WATER SUPPLY PROJECT
California American Water Monterey County Board of Supervisors
Monterey Peninsula Regional Water Authority Monterey Peninsula Water Management District
This meeting has been
noticed according to the
Brown Act rules. This
agenda was posted on
June 19, 2015.
Governance
Committee Members:
California American
Water
Robert MacLean
Monterey Peninsula
Regional Water Authority
Jason Burnett, Chair Alt.- Bill Kampe
County of Monterey
David Potter
Alt. - Simon Salinas
Monterey Peninsula
Water Management
District
Robert S. Brower, Sr.
Vice Chair
Alt. – Jeanne Byrne
Staff Contact:
David J. Stoldt, MPWMD
Arlene Tavani, MPWMD
AGENDA
REGULAR MEETINGMonterey Peninsula Water Supply Project
Governance Committee
***************
Wednesday, June 24, 2015, 2:30 PM
Monterey Peninsula Water Management District, Conference Room,
5 Harris Court, Building G., Monterey, CA
Call to Order/Roll Call
Pledge of Allegiance
Public Comments Anyone wishing to address the Committee on matters not listed on the agenda that are within the subject
jurisdiction of the Committee, may do so during Public Comments. The public may comment on any other
items listed on the agenda at the time they are considered by the Committee . Please limit your comment
to 3 (three) minutes.
Presentations – Public Comment will be Received
1. Progress Report from California-American Water on the Monterey Peninsula
Water Supply Project Including Updates on Production from Test Slant Well;
Desalination Project Design; and Design and Procurement of Conveyance
Facilities Page 3
Action Items – Public Comment will be Received
2. Adopt Minutes of May 20, 2015 Governance Committee Meeting Page 11
3. California American Water Notification #7 - Review Draft Request for Proposals
(RFP) for Pipeline Procurement and Develop a Recommendation to California
American Water on Finalization and Distribution of the RFP Page 17
Discussion Items – Public Comment will be Received
4. Suggest Items to be Placed on Future Agendas
Adjournment
After staff reports have been distributed, if additional documents are produced
by the Governance Committee and provided to a majority of the committee
members regarding any item on the agenda, they will be available at the
Monterey Peninsula Water Management District (MPWMD) office during normal
business hours, and posted on the Governance Committee website at
1
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
2/90
http://www.mpwmd.net/GovernanceCommittee/GovernanceCmte.htm.
Documents distributed at the meeting will be made available in the samemanner.
Upon request, a reasonable effort will be made to provide written agenda
materials in appropriate alternative formats, or disability-related modification or
accommodation, including auxiliary aids or services, to enable individuals with
disabilities to participate in public meetings. A reasonable effort will also be
made to provide translation services upon request. Please submit a written
request, including your name, mailing address, phone number and brief
description of the requested materials and preferred alternative format or
auxiliary aid or service by 5:00 PM on Monday, June 22, 2015. Requests should
be sent to the Board Secretary, MPWMD, P.O. Box 85, Monterey, CA, 93942.
You may also fax your request to the Administrative Services Division at 831-644-
9560, or call 831-658-5600.
U:\staff\MPWSPGovernanceCmte\2015\20150624\Agenda\Agenda20150624.docx
2
http://www.mpwmd.net/GovernanceCommittee/GovernanceCmte.htmhttp://www.mpwmd.net/GovernanceCommittee/GovernanceCmte.htmhttp://www.mpwmd.net/GovernanceCommittee/GovernanceCmte.htm
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
3/90
Monterey Peninsula Water Supply Project Governance Committee
Meeting Date: June 24, 2015
Presentations
Agenda Item: 1. Progress Report from California-American Water on the
Monterey Peninsula Water Supply Project Including Updates on
Production from Test Slant Well; Desalination Project Design;
and Design and Procurement of Conveyance Facilities
Summary: Attached as Exhibit 1-A is a summary of the comments that will be
presented by California-American Water staff. No action will be taken by
the committee.
Exhibits:1-A Presentation slides prepared by California-American Water
U:\staff\MPWSPGovernanceCmte\2015\20150624\StaffNotes\Item-1.docx
3
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
4/90
MPWSP Schedule andTest Well Update
Presented to: MPWSP Governance CommitteePresented by: Cal Am
Date: June 24, 2015
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
5/90
Schedule
2 15 2 16 2 17
J
, _ A S 0 N D
J
F M A M
J J
A S 0 N D
J F M A M J J A
*
t
SWRCB Current
T
T
COO Deadline
DE
IR FEIR
PUC
Dec. 3 , 2016
Ap
ril
October
Dec
ision
Dec
ision
Feb. Mid 20 16
Construction
RFQ
/RF P
RWQCB
Approve
Application
DB Contractor
Aug.
March to May
I
I
I
Dran Water Testimony
CP
UC Evid.
c
ha
se
Ag
reement
Nov
-Dec Hearings
Q2
/
Q3
Briefings
Jan-Feb
ASR
Tanks
BPS
D
Construction Commissioning
CP
UC Proposed
Dec ision
Action
May
J
une
Start
Q3/Q4
S 0 N D
Start-up
Window
Q3 to Q4
15 Months
Compressed
Sc
h
ed
ule
2 18
J
F M A M J J A
*
A L I FO RNI
AMERIC N WA
S 0 N D
J F
24 Months
Original
Sc
h
ed
ule
2 19
M A M J
Design, Land, Permitting Contracts
truction ommissioning
----------
I
15 Months
Well Production Wells
co
mpressed
18
Months
est el eratton Slant Wells
--
Design Permitting
Construction Commissioning
Q3
e schedule is base d on
th
e infor
ma
tion and assu
mp
tions
ava
ilableatti
me
of update and is
acc
urate to +/-6
mo
nths.
wl DB Contrac tor
Start-up Window
Partial or Full
Late 2018
02
UpdatedJun e
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
6/90
CALIFORNIA AMERICAN WATER Monterey Peninsula Water Supply P
Test Slant Well Long Term Pumpin
10-Jun-15 GEOSCIENCE Support Service
-1
0
1
-10
0
10
2/20/2015 3/2/2015 3/12/2015 3/22/2015 4/1/2015 4/11/2015 4/21/2015 5/1/2015 5/11/2015 5/21/201
G r o u n d w a t e r E l e v a t i o n ,
f t N A V D 8 8
Groundwater Elevation in MPWSP MW-4
MW-4D Transducer
MW-4M Transducer
MW-4S Transducer
MW-4D Hand Levels
MW-4M Hand Levels
MW-4S Hand Levels
MW-4D
S t a r t o f L o n g T e r m P
u m p i n g
T e s t a t 2 2 - A p r - 1 5 1 5 : 2 0 p m
MW-4M
MW-4S
Sundays
5-Day
Constant Rate Test
Apr-3 to Apr-8
TSW Pump
Development
Mar-24 to Mar-31
9.5-hour
Step Drawdown Test
Apr-2
MW-4S Transucer Installed
MW-4M Transducer Installed
MW-4D Transducer Pulled and Reinstalled
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
7/90
CALIFORNIA AMERICAN WATER Monterey Peninsula Water Supply P
Test Slant Well Long Term Pumpin
22-Jun-15 GEOSCIENCE Support Service
-15
-10
-5
0
5
10
-15
-10
-5
0
5
10
4/10/2015 4/15/2015 4/20/2015 4/25/2015 4/30/2015 5/5/2015 5/10/2015 5/15/2015 5/20/2015 5/25/2015 5/30/2015 6/4/2015 6/9/2015 6/14/2015
G r o u n d w a t e r E l e v a t i o n ,
f t N A V D 8 8
Groundwater Elevation in MPWSP MW-3
MW-3D Transducer
MW-3M Transducer
MW-3S Transducer
MW-3D Hand Levels
MW-3M Hand Levels
MW-3S Hand Levels
MW-3D
MW-3M
MW-3S
Average ground surface elevation for cluster MW-3 = 34.44 ft NAVD88
g
S t a r t o f L o n g T e r m P
u m
p i n g
T e s t a t 2 2 - A p r - 1 5 1 5 : 2 0 p m
P u m p T u r n e d O f f a t 5 - J u n - 1 5 1 2 : 0 0 p m
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
8/90
CALIFORNIA AMERICAN WATER Monterey Peninsula Water Supply P
Test Slant Well Long Term Pumpin
22-Jun-15 GEOSCIENCE Support Service
GW Elevation
-1.44
GW Elevation
-1.54
0
0.1
0.2
0.3
0.4
0.5
0.6
0.7
0.8
0.9
1
-15
-10
-5
0
5
10
4/10/2015 4/15/2015 4/20/2015 4/25/2015 4/30/2015 5/5/2015 5/10/2015 5/15/2015 5/20/2015 5/25/2015 5/30/2015 6/4/2015 6/9/2015 6/14/2015
P r e c i p i t a t i o n i n c h e s
G r o u n d w a t e r E l e v a t i o n ,
f t N A V D 8 8
Groundwater Elevation in MPWSP MW-4
Precipitation
MW-4D Transducer
MW-4M Transducer
MW-4S Transducer
MW-4D Hand Levels
MW-4M Hand Levels
MW-4S Hand Levels
MW-4D
MW-4M
MW-4S
Average ground surface elevation for cluster MW-4 = 39.78 ft NAVD88
F i g u r e
S t a r t o f L o n g T e r m P
u m p i n g
T e s t a t 2 2 - A
p r - 1 5 , 1 5 : 2 0 p m
Weekly water quality sampling event
P u m p T u r n e d O f f a t 5 - J u n - 1 5 , 1 2 : 0 0 p m
SundaysPrecipitation data from
CIMIS Station 116: Salinas North
Flattening
Flattening
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
9/90
CALIFONIA AMERICAN WATER Monterey Peninsula Water Supply P
Test Slant Well Long Term Pumpin
22-Jun-15 GEOSCIENCE Support Service
30
31
32
33
34
35
36
37
38
39
40
30
31
32
33
34
35
36
37
38
39
40
4/10/2015 4/15/2015 4/20/2015 4/25/2015 4/30/2015 5/5/2015 5/10/2015 5/15/2015 5/20/2015 5/25/2015 5/30/2015 6/4/2015 6/9/2015 6/14/2015
G r o u n d w a t e r E l e v a t i o n ,
f t N A V D 8 8
Groundwater Elevation in MPWSP MW-5S
MW-5S Hand Levels
MW-5S Transducer
F i g u r e 1- 3 a
MW-5S
Average ground surface elevation for cluster MW-5 = 78.18 ft NAVD88
S t a r t o f L o n g T e r m P
u m p i n g T e s t a t 2 2 - A p r - 1 5 1 5 : 2 0 p m
P u m p T u r n e d
O f f a t 5 - J u n - 1 5 1 2 : 0 0 p m
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
10/90
CALIFONIA AMERICAN WATER Monterey Peninsula Water Supply P
Test Slant Well Long Term Pumpin
22-Jun-15 GEOSCIENCE Support Service
-20
-15
-10
-5
0
5
-20
-15
-10
-5
0
5
4/10/2015 4/15/2015 4/20/2015 4/25/2015 4/30/2015 5/5/2015 5/10/2015 5/15/2015 5/20/2015 5/25/2015 5/30/2015 6/4/2015 6/9/2015 6/14/2015
G r o u n d w a t e r E l e v a t i o n ,
f t N A V D 8 8
Groundwater Elevation in MPWSP MW-5M and MW-5D
MW-5D Transducer
MW-5M Transducer
MW-5D Hand Levels
MW-5M Hand Levels
MW-5D
F i g u r e 1- 3 b
MW-5M
Average ground surface elevation for cluster MW-5 = 78.18 ft NAVD88
S t a r t o f L o n
g T e r m P
u m p i n g
T e s t a t 2 2 - A p r - 1 5 1 5 : 2 0 p m
P u m p T u r n e d O f f a t 5 - J u n - 1 5 1 2 : 0 0 p m
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
11/90
CALIFORNIA AMERICAN WATER Monterey Peninsula Water Supply P
Test Slant Well Long Term Pumpin
22-Jun-15 GEOSCIENCE Support Service
-5
-3
-1
1
3
5
7
9
-2000 0 2000 4000 6000 8000 10000
G r o u n d w a t e r E l e v a t i o n , N A V D 8 8
Distance from TSW, ft
Water Level Profiles
3/20/201
4/21/201
5/21/201
6/5/2015
6/6/2015
6/11/201
6/17/201
M W - 1 M
T S W
M W - 3 M
M W - 4 M
M W - 5 M
During TSW pumping on
5/21/2015 and 6/5/2015, GW
Elevations measured at -31.25
and -31.12, respectively.
Date
Shortly before
cessation of pumping,
5-Jun-15
1 day after pumping
stopped, 6/6/2015
6 days after pumping
stopped, 6/11/15
12 days after pumping
stopped, 6/17/15
Water level
higher at
coast
Pumping off,
slight drop in
elevation
between 6/11
and 6/17
During
pumping
Pumping
offContinued drop
in elevation
Drop in elevation
Note: TSW static water levels are composite heads from two units
(Dune Sand and 180-FTE) and they are being compared to a single unit "M"
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
12/90
MPWSP
Desalination Conveyance Facilities RFPand
Source Slant Wells RFP Schedule
Presented to: MPWSP Governance Committee
Presented by: Cal Am
Date: June 24, 2015
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
13/90
MPWSP Anticipated Schedule
Updated June 18, 2015
May June July Aug Sept Oct No
PWSP Conveyance Facilities Procurement Schedule
Q
ared
GC Meeting Dates
20
CAN
RFQ
12
CAN
RFP
22
RFQ Released
RFP Contracts, Spec,
Drawings Finalized
Responses
Due
July 2
Responses
Evaluated
&
Qualified Firms
Listed
RFP
ReleaseRFP’s
Due
CAN
NOA
8
VE
Session
Contr
Modific
based o
VE
Recom
24 27 24 16 21
Award
Recom
Notice of
Award &
Contract
Execution
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
14/90
RFP Provisions
Diversity Provision (WMDVBE)
Local Hiring
Prevailing Wage
RFP Components
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
15/90
MPWSP Anticipated Schedule
Updated May 15, 2015
May June July Aug Sept Oct No
PWSP Source Water Wells Procurement Schedule
GC Meeting Dates
2012
CAN
RFP
9
RFP Contracts, Spec, Drawings FinalizedRFP
Released
RFP’s
Due
CAN
NOA
1017 27 24 16 21
Award
Recom
N
A
C
E
16
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
16/90
Monterey Peninsula Water Supply Project Governance Committee
Meeting Date: June 24, 2015
Action Item
Agenda Item: 2. Approve Draft Minutes of May 20, 2015 Governance Committee
Meetings
Summary: Attached as Exhibit 2-A are draft minutes of the May 20, 2015,
Governance Committee meeting.
Recommendation: Review and approve the committee minutes.
Exhibits:
2-A Draft Minutes of the May 20, 2015, Committee Meeting
U:\staff\MPWSPGovernanceCmte\2015\20150624\StaffNotes\Item-2.docx
10
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
17/90
GOVERNANCE COMMIT TEE
FOR THE
MONTEREY PENINSULA WATER SUPPLY PROJECT
California American Water Monterey County Board of Supervisors
Monterey Peninsula Regional Water Authority Monterey Peninsula Water Management District
EXHIBIT 2-A
DRAFT MINUTES
Regular Meeting
Governance Committee
for the
Monterey Peninsula Water Supply Project
May 20, 2015
Call to Order: The meeting was called to order at 2 pm in the conference room of the
Monterey Peninsula Water Management District offices.
Members Present: Jeanne Byrne, representative for Monterey Peninsula Water Management
District (alternate to Robert S. Brower, Sr.)Bill Kampe, representative for Monterey Peninsula Regional Water Authority
(alternate to Jason Burnett)
Richard Svindland, representative for California-American Water (alternate to
Rob MacLean)
Members Absent: Robert S. Brower, Sr., Vice Chair, representative for Monterey Peninsula Water
Management District
Jason Burnett, Chair, representative for Monterey Peninsula Regional Water
Authority (JPA)
David Potter, representative for Monterey County Board of Supervisors
Robert MacLean, representative for California American Water
Pledge of Allegiance: The assembly recited the Pledge of Allegiance.
Public Comments: Michael Warburton, representing the Public Trust Alliance (PTA), addressed
the committee. He stated that the window was closing for positive leadership
in dealing with the Monterey County water situation; and that it was time for
thinking about the Monterey community and what it is. The same tired
arguments continued to be used decade after decade. It was time for people,
mayors especially, to invite their constituents to talk about some of the
problems facing the Monterey community as it adapts to the future and its
infrastructure is put up to serve for the next 50 to 70 years. He described thetopic of discussion at the Governance Committee meeting as “stupid and
vulnerable”, placing a risk on people who should not have risk placed on them.
Warburton stated that it was time for leadership and public discussion of
issues. He asked that the topic be placed on the agenda at some time.
Presentations
11
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
18/90
1. Progress Report from California-American Water on the Monterey Peninsula Water Supply
Project Including Update to Test Slant Well
Ian Crooks, Engineering Manager for California American Water’s (Cal-Am) Coastal Division,
presented the report. A summary is available for review on the Governance Committee
webpage and at the Water Management District office. Crooks reported that TDS continues to
trend upward to 28,000 milligrams per liter which equates to approximately 83 to 85 percent
salinity. No inland drawdown effects have been documented. Crooks will modify the Test Well
Dashboard chart to reflect trends over the pumping period. He reviewed the draft schedule
for source water well procurement, and stated that a driller should be under contract by
November 2015.
Public Comment: Michael Warburton, PTA, was pleased with the salinity trend reported by
Crooks; however, he was disturbed by the plan to hire a drilling contractor before the CEQA
process is complete. He stated that it is possible that the project could be completed before a
decision is made on whether it is even needed. According to Warburton, the Governance
Committee was proceeding as if CEQA did not matter and was not relevant to the Monterey
community. He stated that the project has been done in a very deliberative obfuscation of
CEQA. It is important not to argue about how to get an RFP out. The project needs a CPCN,and CEQA is important. Svindland responded that the Governance Committee was established
with specific guidelines related to Cal-Am’s interaction with the member agencies. This item
was to apprise the members of the timelines. There was no attempt to avoid compliance with
CEQA.
Action Items
2. Adopt Minutes of April 27, 2015 Governance Committee Meeting
On a motion by Kampe and second of Byrne, the minutes of April 27, 2015 were adopted on a
unanimous vote of 2 – 0 by Kampe and Byrne. No comments were directed to the committee
during the public comment period on this item.
3. California-American Water Notification #6 – Review Draft Request for Qualifications (RFQ)
for Pipeline Procurement and Develop a Recommendation to California-American Water on
Finalization and Distribution of the RFQ
A summary of Crooks’ report is on file at the Water Management District office and can be
viewed on the Governance Committee webpage. He confirmed that the RFQ will provide
information needed for Cal-Am to determine which contractors are qualified to do the job.
The next step will be distribution of the RFP to a short list of 5 to 10 contractors. The cost for
this project should be approximately $70 million to $100 million.
Public Comment: Michael Warburton, PTA, stated that in Monterey County there is a belief
that litigation can stop any project; that a person can make any statement about a project; andif you can test another person they must listen to you. Warburton stated further that those
beliefs are untrue. He noted that large banks are now paying more than $1 billion in fines
because their culture was arrogant and they refused to believe that laws might apply to them.
He opined that issuing RFQs is fine in order to meet timelines, but reliance on litigation is inept.
He stated that it is time to talk about real issues.
12
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
19/90
On a motion by Kampe and second of Byrne, the committee voted unanimously to submit a
letter to Cal-Am expressing support for CAW Notification #6 advising the Governance
Committee that Cal-Am intends to issue a request for qualifications for the procurement of
contracts related to desalination conveyance facilities. The motion was approved on a vote of
2 – 0 by Kampe and Byrne.
Information Item
4. California American Water Notification #5 – Execution of Agreements Related to Source
Water Infrastructure
The letter was submitted for information only. No discussion or action was required.
Discussion Items
5. Suggest Items to be Placed on Future Agendas
Crooks stated that Cal-Am will submit an RFP for review by the committee in June. The RFPs
will be due in August 2015.
Public Comment: Michael Warburton, PTA, requested a discussion of feasible alternatives.
Kamp responded that the California Regional Water Quality Control Board will review
alternatives. At this time there is no specific proposal for an alternative that Mr. Warburton
alludes to. He urged interested persons to submit a creative alternative. Byrne commented
that the Governance Committee was created specifically to address the Monterey Peninsula
Water Supply Project.
Adjournment
The meeting was adjourned at approximately 2:35 pm.
U:\staff\MPWSPGovernanceCmte\2015\20150624\StaffNotes\Item-2-Exh-A.docx
13
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
20/90
Monterey Peninsula Water Supply Project Governance Committee
Meeting Date: June 24, 2015
Action Item
Agenda Item: 3. California American Water Notification #7 – Review Draft
Request for Proposals (RFP) for Pipeline Procurement and
Develop a Recommendation to California American Water on
Finalization and Distribution of the RFP
Summary: Notification Letter #7 from California-American Water and the draft
request for proposals (RFP) (Exhibit 3-A) will be submitted under
separate cover on Monday, June 22, 2015.
Recommendation: The Governance Committee will review the Notification Letter #7 anddraft RFP, receive public comment, and consider development of a
recommendation to California American Water on finalization of the RFP.
Exhibits:
3-A TO BE SUBMITTED ON JUNE 22, 2015 – California American Water Notification #7 and
Request for Proposals – Monterey Peninsula Water Supply Project Desalination
Conveyance Facilities
U:\staff\MPWSPGovernanceCmte\2015\20150624\StaffNotes\Item-3.docx
14
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
21/90
Exhibit 3-A
*
L IFORN I
MERIC N W TER
MONTEREY PENINSULA WATER SUPPLY PROJECT
GOVERNANCE COMMITTEE
CAL-AM NOTIFICATION 7
TO: Jason Burnett, Chair, MPWSP Governance Committee
FROM: Ian Crooks, Engineering Manager, California American Water
DATE: June
23 2015
RE: Cal-Am Notification Draft Request for Proposals- MPWSP
Desalination Conveyance Facilities
This Cal-Am Notification
is
submitted
to
you pursuant to, and in compliance with,
Section V.B.
o
the Amended and Restated Agreement to Form the Monterey Peninsula
Water Supply Project Governance Committee (the Agreement ), as revised November
5, 2013, entered into by and among the Monterey Peninsula Regional Water Authority
( MPRWA ), the Monterey Peninsula Water Management District ( MPWMD ), the
County
o
Monterey ( County ), and the California-American Water Company ( Cal
Am ). Capitalized terms used but not defined herein shall have the meaning set forth in
the Agreement.
Cal-Am intends to issue a request for proposals ( RFP ) for the procurement o one or
more Contracts, valued in excess
o
1 million, relating
to
the construction
o
the Raw
Water Pipeline, Product Water Pipeline, Terminal Reservoir Infrastructure, Brine
Discharge Infrastructure (Pipeline Only), and ASR Infrastructure (Pipeline Only).
Pursuant to Section V.D., Category
B
I. o the Agreement, the Governance Committee
may recommend qualifications and selection criteria for such Contract(s).
Cal-Am has determined this matter
is
ripe for presentation to, and recommendation by,
the Governance Committee. It is Cal-Am's current intent
to
issue the RFP described
above on or about July 15, 2015. The Governance Committee may review and make
recommendations relating to the qualifications and selection criteria to be included in the
RFP.
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
22/90
Pursuant to Section V.B. o the Agreement the Governance Committee shall issue its
recommendations i any to Cal-Am
no
later than July
6
2015. The recommendations
should be in writing and sent to Ian Crooks o Cal-Am at [email protected].
2
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
23/90
MONTEREY PENINSULA W TER
SUPPLY PROJECT
REQUEST FOR PROPOSALS
FOR THE
CONSTRUCTION OF CONVEYANCE FACILITIES
Issue Date: July XX, 2015
Due Date: September
1
2015
LIFORNI
AM
C NW
Pacific Grove, California
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
24/90
Request for Proposals for California American Water
Monterey Peninsula Water Supply Project
Conveyance Facilities
TABLE OF CONTENTS
SE TION
1 INTRODUCTION 1-4
1.1. EXECUTIVE SUMMARY ....... ..... ..... .... .. ..... .... .
...
.... .
...
.. ......
...
..... ...... .. .. ..
...
............. 1-4
1.2. PROPOSAL .............................. ... ...... ........ ................ .
..
........ ......... ... ... ... ...... ... ........... 1-5
1.3. PROPOSAL SUBMITTAL .... .. .. ... ....... .. ............... .. ..... .......... ........ .... .... .................... 1-5
SE TION
2 GENERAL INFORMATION 2-1
2.1. PURPOSE OF SOLICITATION ..... .. ...... ........ .. .... .... ... .. .. .. ..... ... ....... .... ...... .. .. .. .. .. .. ... 2-1
2.2. MPWSP BACKGROUND AND OBJECTIVES ... ..... ..................................... .. ... .. ... 2-1
2.3. PROJECT DESCRIPTION ... .. ......
..
...... .....
..
.. ..
...
...... .............. ........
..
................. .. .. .. ... 2-2
2.3.1 Generally .......................
.. .. ..
.......
..
............................... ...... .
...
.............
..
....... . 2-2
2.3.2 Conveyance Facilities ....................................... ....... ..... ....... .......... ... ........ .. . 2-3
2.3.3 Other Non-Project MPWSP Components ..
..
.....
..
....... .. .
..
....
..
.......
..
....
..
........ 2-4
2.4. AVAIL ABLE REPORTS AND MATERIALS ..... ............ ........ ........... ... .... .. .... ... ...... 2-5
2.5. ACCURACY OF RFP AND RELATED DOCUMENTS; RELIANCE ON
ORAL COMMENTS ......................................... .. ... .. .......... .. ....................... ..... .. ..... ... 2-5
2.6. PROJECT SITE
...
.. ...................... .. ................ .. ..
...
.
... ..
... .. ......... ..... ............ .
.. ...
.. ...
...
... 2-6
2.6.1 Project Site Description .... .....
..
.. ........ .. ..... .............
..
.
..
.....
..
..
..
........ .... ...
..
..
..
. 2-6
2.6.2 Project Site Preparation .. .. ........... .. .......... .. ... ......... .. .. .......... .. ... ........ .. .......... 2-6
2.6.3 Project Site Access during the Proposal Period ...... .. .... .. .... .. ....................... 2-6
2.6.4 Geotechnical Testing . .......................... ..... .... .. .....
..
.. ........
..
............
..
...... ...... 2-6
2.7. SCOPE OF WORK
.. ..
....................... .....
..
....................
..
....
..
.....
..
..... ....
..
......
...
..
......
..
..
2-6
2. 7.1 Construction Requirements .......... .. ......
..
...........
.. ..
..... .. ..... ... .... ......
..
.. ... ....... 2-6
2. 7.2 Basic Performance Requirements .............. ......
..
..
..
........
..
...........
..
.. .... .... .... . 2-7
2.7.3 Environmental Compliance .................. ........................ ... ..... .... .... .... .. .......... 2-7
2. 7.4 Construction ........................ .. .. .. ........ ........ ...... .. .......... .... ..... .... .. ......... .. ... .. .. 2-7
2.7.5 Acceptance Testing ................................ .. ..... ........... ..
...
.... .. ....... .
..
..
... ..
... ..... 2-7
2. 7.6 Quality Management ......... ............ .. ...... .. .. ........ .. .. ..... .. .............. .. .......... ...... 2-7
2.7.7 Operation and Maintenance Training . .. .. .. .......... ........... ... .......... ..... .. .......... 2-8
2.7.8 Purpose and Scope ....... ...... .... ..
..
.......... .....
..
............
... ..
....... .. .........
.. ...
......... 2-8
2.7.9 Proposed Changes to the Draft Contract................... ...... .. .. .. ....... .. ............ .. 2-8
2.8. UTILIZATION OF WOMEN, MINORITY, AND DISABLED VETERAN
OWNED BUSINESS ENTERPRISES ...............
..
..................
.. ..
..................... ..
..
..
..... 2-9
2.9. UTILIZATION OF LOCAL CONTRACTORS AND SUPPLIERS ......... .. .. ............ 2-9
2.10. LABOR COMPLIANCE AND PREY AILING WAGE .... ...... .. .... .. ....... .. ................. 2-9
2.11. EQUAL EMPLOYMENT OPPORTUNITY ....... .. ................ .. .... .. ........ .................. 2-10
2.12. LICENSING REQUIREMENTS .................. .................................................... .. ...... 2-10
2.13. EXAMINATION OF CONTRACT DOCUMENTS AND PROJECT SITE.... ....... 2-10
2.13 .1 Proposer s Responsibilities ........ ..... .... .... .......... .. .............. .. .. ...... .. ... .......... 2 1 0
1 1
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
25/90
Request for Proposals for California American Water
Monterey Peninsula
Water
Supply Project
Conveyance Facilities
2.13.2 Site Visits ...................................................................................... ........ ..... 2-11
2.14. CHANGES IN PROPOSER S ORGANIZATION .................................................. 2-11
2.15. SECURITY FOR PERFORMANCE .............................................................. .......... 2-11
2.16. PROPOSAL BOND .......................................................... ........................................
2-12
SE TION 3 DESCRIPTION OF PROCUREMENT PROCESS
3-1
3.1. PROCUREMENT PROCESS SCHEDULE ............................................................... 3 1
3 1.1 Pre-Proposal Meeting .................................................................................. 3 1
3.2. SELECTION COMMITTEE .... .................................................................................. 3-2
3.3. CAW RIGHTS AND OPTIONS ................................................................................ 3-2
3.4. EXPENSE
OF
PROPOSAL PREPARATION ........................................................... 3-3
3.5. ADDENDA TO RFP .................................................... ............................................... 3-3
3.6. COMMUNICATIONS PROTOCOL. ................................................................ ......... 3-3
3.7. USE
OF
TECHNICAL INFORMATION ................................................................. . 3-4
3.8. INFORMATION DISCLOSURE TO THIRD PARTIES .......................................... 3-4
3.9. CAW RIGHT TO EXAMINE REFERENCE FACILITIES .... .................................. 3-5
3.10. EVALUATION AND RANKING
OF
PROPOSALS ................................................ 3-5
3.11. NEGOTIATION
OF
CONTRACT ............................................................................. 3-5
SE TION 4 PROPOSAL REQUIREMENTS
4-1
4.1. OVERVIEW
OF
SUBMISSION REQUIREMENTS AND CRITERIA FOR
PROPOSALS ......................................................................................................... .... . 4 1
4.2. PROPOSAL FORMAT ................................................................... ............................
4 1
4.3. PROPOSAL SUBMISSION ......................................... ................................. ............. 4-2
4.3.1
Proposal Deadline ...................................................... ..................................
4-2
4.3.2 Number
of
Copies ........................................................................................ 4-3
4.4. PROPOSAL CONTENTS .......................................................................................... 4-3
4.4.1 Section 1.0: Executive Summary ........................................................... ...... 4-3
4.4.2 Section 2.0: Project Team Information .................................................. ...... 4-4
4.4.3 Section 3.0: Technical Proposal.. ................................................................. 4-9
4.4.4 Section 4.0: Business and Price Proposal .................................................. 4-10
4.5. PROPOSAL FORMS GENERALLY ....................................................................... 4-11
SE TION 5 EVALUATION OF PROPOSALS
5 1
5.1. EVALUATION OF PROPOSALS ............................................. ................................
5 1
5.2. EVALUATION CRITERIA ....................................................................................... 5 1
5.2 .1 Weighting of Evaluation Criteria ................................................................. 5 1
5.2.2 Technical Criteria ......................................................................................... 5-2
The Proposals shall be evaluated based on the proposed Construction
Prices ............................................................................................................ 5-2
5.2.3 Business and Financial Criteria .......... ..... ..... ................................................ 5-2
1-2
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
26/90
Request for Proposals for California American
Water
Monterey Peninsula
Water
Supply Project
Conveyance Facilities
Terms and Conditions ......
..
...... ..... ............................ .......................... ........... ....
...
...... 5-2
Financial Qualifications ...... .... ..... ....... .................................
...
...................... ....... .
..
.... 5-3
A.
PROPOS L
FORMS
Proposal Form 1
Proposal Form 2
Proposal Form 3
Proposal Form 4
Proposal Form 5
Proposal Form 6
Proposal Form 7
Proposal Form 8
Proposal Form 9
Proposal Form 10
Proposal Form
11
Proposal Form 12
TT CHMENTS
Transmittal Letter
Non-Collusion Affidavit
Disclaimer Statement
Key Personnel
Verification
of
Statement
of
Qualifications Information
Financial Capacity Data
Surety Letter of Intent to Issue a Performance Bond
Surety Letter
of
Intent to Issue a Payment Bond
Insurance Company Letter
of
Intent
Preliminary Project Schedule Scheduled Construction Date and
Scheduled Acceptance Date
Acceptance of the Contract
Form of Proposal Bond
B.
DR FT
CONSTRUCTION CONTR CT
[TO BE ADDED
BY
ADDENDUM]
Appendix 1. Bid Schedules
1 3
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
27/90
1.1. EXECUTIVE SUMMARY
Request for Proposals for California American
Water
Monterey Peninsula Water Supply Project
Conveyance Facilities
SE TION
1
INTRODU TION
California-American Water Company ( CAW ) through this Request for Proposals ( RFP ) is
soliciting sealed Proposals from pre-qualified respondents ( Proposers ) for a contract to
construct certain conveyance facilities ( Project ) associated with the Monterey Peninsula Water
Supply Project (the MPWSP ). The solicitation
of
Proposals is the second step in a two-step
procurement process being implemented by CAW for the Project. In the first step CAW issued a
Request for Qualifications ( RFQ ) for the Project on May 28, 2015. Statements of
Qualifications ( SOQs ) were received from respondents on July
2
2015. CAW evaluated XX
SOQs in accordance with the RFQ and has pre-qualified the following XX respondents to the
RFQ
as
eligible to submit proposals in response to this RFP ( Proposals ):
[INSERT]
This Project
is
a central component ofthe MPWSP. The purpose of the MPWSP is to replace a
significant portion of the existing water supply from the Carmel River, as directed by the State
Water Resources Control Board ( SWRCB ). CAW is proposing a three-pronged approach
to
replace the water supply reductions ordered by the SWRCB. The three prongs consist of: (1)
desalination, (2) groundwater replenishment
( GWR ), and (3) aquifer storage and recovery
( ASR ). This RFP is being issued to procure Conveyance Facilities related to the desalination
portion
of
the MPWSP.
The Project will consist
of
several components including pipelines, storage reservoirs, and pump
stations as described in Section
2.
The Project will not include the source water slant wells and
desalination plant which are also described in Section
2.
CAW, the Monterey Peninsula Regional Water Authority, the Monterey Peninsula Water
Management District, and the County of Monterey have formed an oversight committee (the
Governance Committee ) to ensure efficient and effective public input into the development
and operation of the MPSWP. The Governance Committee was formed pursuant to an
agreement of the Governance Committee members dated March 8 2013 (the Governance
Committee Agreement ).
Additional information concerning the Project history, the Project Site conditions, background
technical and environmental documents, the Governance Committee Agreement, and public
outreach are available on the project website at www.watersupplyproject.org (the Project
Website ).
CAW expects to enter into one or more contracts for the Project (the Contract(s) ) with the
Proposer(s) that submit(s) the most advantageous Proposal(s)
as
determined by CAW with input
from the Governance Committee.
1-4
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
28/90
Request for Proposals for California American Water
Monterey Peninsula
Water
Supply Project
Conveyance Facilities
This RFP provides background information for the Project, a description
of
the overall
procurement process, the Proposal submission requirements, and the evaluation criteria that will
be used to select a firm to perform the Contract. A draft Contract will e added to this RFP by
addendum. Unless otherwise defined in this RFP, all capitalized words, abbreviations and terms
used herein shall have the meanings that will e set forth in the draft Contract.
1.2. PROPOSAL
IN ORDER TO BE CONSIDERED RESPONSIVE TO THIS RFP, PROPOSERS SHALL
PROVIDE ALL REQUESTED INFORMATION IN ACCORDANCE WITH THE
REQUIREMENTS
OF THIS
RFP.
CAW
is
soliciting a detailed Proposal with specific forms and textual requirements from the
Proposers. Proposals shall comply with the submittal requirements for Proposals outlined in
Section 4 of this RFP. Proposers shall provide adequate information with respect to its proposed
construction management and construction methods in order to demonstrate that: (1) the
Project
can
e
completed within the Project schedule; (2) the Project will
e
constructed in accordance
with the Contract; and (3) the completed Project will meet the standards for acceptance in
accordance with the draft Contract.
1.3. PROPOSAL SUBMITTAL
Proposals shall be submitted and received by CAW, pursuant to Section 4 of this RFP,
NO
LATER
THAN 3:00P.M. PACIFIC STANDARD TIME ( PST ), ON
SEPTEMBER
1,
2015.
All Proposals shall be submitted in sealed packages and in accordance with the
requirements
of
Section 4
of
this RFP.
By submitting a Proposal, Proposers acknowledge and agree to the following conditions:
• All Proposals submitted in response to this RFP will become the property
of
CAW and will be subject to disclosure as and to the extent provided in Section 3
of this RFP.
• CAW's selection
of
a Proposal shall not waive or limit any assumptions
of
risk,
provision
of
indemnity, or other obligations of the Contractor under the Contract,
as may e executed between a Proposer and CAW.
• Proposers shall comply with the communications protocol set forth in Section 3
of
this RFP with respect to all communications concerning this RFP.
• Proposals shall comply with all requirements of Section 4 of this RFP. Failure to
comply with Section 4 of this RFP may result in a Proposer being deemed
unresponsive by CAW.
1-5
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
29/90
Request for Proposals for California American ater
Monterey Peninsula ater Supply Project
Conveyance Facilities
• The qualification of the Proposers to receive this RFP and provide a Proposal
does not waive or abridge CAW s right to find that any Proposer or Proposal is
non-responsive to the requirements
of
this RFP or to find that a Proposer is less
qualified than another Proposer and have their evaluation scoring reflect such
finding.
• After selection
of
a Proposal, the selected Proposer shall be required to execute
the Contract following the conclusion
of
successful negotiations with the selected
Proposer.
1 6
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
30/90
SECTION2
GENERAL INFORMATION
2 1 PURPOSE OF SOLICITATION
CAW
is
soliciting Proposals from the Proposers identified in Section
1.1
o
this RFP to perform
the construction work for the Project as required by the draft Contract. The services described in
this paragraph are reterred to herein as the Contract Services.
CAW intends
to
select one or more qualified Proposer(s) that provides CAW the benefits
discussed below and that best meets CAW's objectives set forth in Section 2.2 o this RFP.
CAW will select the most advantageous Proposal(s) by applying the evaluation criteria contained
in Section 5
o
this RFP
to
the Proposals.
CAW expects to contract with one or more firms that is efficient, displays that its construction
management and construction methods are cost-effective, have an optimal Project schedule, clear
assignment
o
responsibilities through a single contracting entity (for each component
o
work),
and optimal life cycle costs for the components o
this Project.
2 2 MPWSP BACKGROUND AND OBJECTIVES
CAW has served the Monterey Peninsula since it acquired properties from California Water
Telephone Company in 1966. CAW's Monterey service area is located in the semi-arid central
California coastal area that is currently entirely dependent on local rainfall for its water supply;
imported water
is
not an available option. By reason o its geography and rainfall patterns, the
area is prone to severe droughts. Wells located along the Carmel River that draw water from the
Carmel River Aquifer are the primary source o water for CAW. An additional source o water
for CAW
is
a network o eight wells located in the Seaside Basin, which CAW shares with a
number
o
users and purveyors.
The CAW Monterey service area, also known as the Monterey County District, includes six
incorporated cities, the Monterey Airport District, the unincorporated areas o Carmel Highlands,
Carmel Valley, and Pebble Beach, and other unincorporated areas in Monterey County. The
City o Marina, unincorporated Castroville, and other areas o unincorporated Monterey County
lie north
o
the CAW service area. The MPWSP is needed to replace existing supplies that are
constrained by recent legal decisions affecting the Carmel River and Seaside Groundwater Basin
water resources: SWRCB Order No. WR 95-10 ( Order 95-1 0 ) and the Monterey County
Superior Court adjudication o water rights in the Seaside Groundwater Basin. Both rulings
reduce CAW's use
o
its two primary sources o supply for the Monterey County District and
provide the most immediate impetus for the MPWSP. In addition, in October 2009, the SWRCB
issued a Cease and Desist Order ( CDO ) claiming that CAW had not complied with Order 95-
10, requiring CAW to terminate unauthorized diversions from the Carmel River, and that these
diversions constitute a trespass o water. The CDO imposed a deadline
o
December 31, 2016,
for CAW to reduce its diversion o water from the Carmel River by approximately 70%.
The MPWSP
is
the result o a multi-year planning effort that has considered several different
proposed projects and various related documents. Since 1989, several options have been
2 1
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
31/90
proposed that proponents have hoped would meet the water supply needs
o
the Monterey
Peninsula and address the impacts on the Carmel River underlying Order 95-10, as well
as
the
Seaside Basin adjudication. The objectives that were considered during development o the
MPWSP projects are
as
follows:
• Satisfy CAW's obligations to meet the requirements o Order 95-10;
• Diversify and create a reliable drought-proof water supply;
• Protect the Seaside Groundwater Basin for long-term reliability;
• Protect the local economy from the effects
o
an uncertain water supply;
• Minimize water rate increases by creating a diversified water supply portfolio;
• Minimize energy requirements and greenhouse gas emissions per unit o water
delivered to the extent possible;
• Provide facilities that can accommodate sea level changes;
• Explore opportunities for regional partnerships; and
• Provide flexibility to incorporate alternative water supply sources, such as GWR.
CAW submitted an application to the CPUC for the MPWSP in April 2012. As part o this
application, an Environmental Impact Report ( EIR ) will be prepared by the California Public
Utilities Commission ( CPUC ) pursuant
to
the California Environmental Quality Act
( CEQA ). The EIR will analyze and assess the potential environmental impacts o the
MPWSP. The MPWSP consists
o
several distinct components: a source water intake system
consisting o slant wells; a 9.6 mgd desalination plant; a brine discharge system; water
conveyance pipelines and storage facilities; and an ASR system.
n
addition, the Monterey
Regional Water Pollution Control Agency ( PCA ) is pursuing a 3,500 acre foot per year GWR
project that
i
implemented will reduce the size
o
the MPWSP's desalination plant from 9.6 mgd
to 6.4 mgd.
The CPUC, as the Lead Agency under CEQA, is actively working on the EIR and issued the
Draft EIR ( DEIR ) in April2015, and expects to issue the Final EIR ( FEIR ) in October 2015.
A final decision by the CPUC certifying the FEIR and approving the entire MPWSP
is
expected
in February 2016. Following approval by CPUC, CAW expects to obtain coastal development
permits by Q3/Q4 2016. With the permitting approvals progressing and the CDO date
approaching, CAW would like to have the Contractor for the Project in place
so as
to begin the
due diligence, construction planning, long lead procurement, community outreach and permitting
o the Project as soon as possible.
2.3. PROJECT DESCRIPTION
2 3 1 Generally
The Contractor will be asked to provide all necessary construction, commissioning, start-up and
testing services to bring the Project described in this section o this RFP on-line. Permits that
relate to the entire MPWSP, such as the Coastal Development Permit, will not be the
responsibility o the Contractor; however, certain information from the Contractor will be
required to assist CAW in obtaining other permits necessary to begin construction o the Project.
The permits that the Contractor will be responsible for obtaining are identified in the draft
Contract.
2-2
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
32/90
2.3.2 Conveyance Facilities
The Project components are to be constructed at the respective Project Site locations, as
described below and
in
the draft Contract. The pipeline diameters and sizing provided in this
section are to identify unit costs for proposal bid schedules.
Structures and facilities that are components o this Project are expected to consist o the
following:
1)
transmission mains;
2)
terminal reservoirs; and 3) booster pump stations. The
following subsections describe in concept each o these facilities:
Transmission Mains
CAW is proposing to construct approximately twenty (20) miles o primarily 36 ductile iron
and 42 HDPE transmission main with secondary supporting mains o 3 to 16 . The 36
transmission mains will run from the desalination plant south through the cities
o
Marina,
Seaside, Monterey and terminating in Pacific Grove. The 42 HDPE transmission mains will run
from the source water wells located in the City o Marina along the coast line to the desalination
plant. The anticipated pipeline segments along with the anticipated pipe diameters include:
tem Component
Length LF)
Diameter
1A
Feedwater- Cemex
11,527'
42
Cemex Return Line
11 ,527'
8
2A
Brine Discharge
3,762' 36
Salinas Valley Return to PCA
5,679' 12
3 Transfer Pipeline
49,517' 36
4
ASR Extension 5,100' 36
(3) ASR Extension
4,300' (ea)
16
5 Monterey Pipeline
34,199'
36
The feedwater pipeline
is
needed to convey raw water to the desalination plant from the
source wells located at the CEMEX property in Marina. Proposers are responsible only for
the portion o the pipeline that is shown on the drawings included as part o the draft
Contract.
The brine discharge pipeline is needed to convey brine or concentrate from the desalination
plant to the headworks
o
the
PCA's outfall, where it will mix with effluent from the PCA's regional treatment plant and
be discharged to the ocean through the existing outfall diffusers. For this Project, Proposers
are responsible for the portion
o
the pipeline that is shown on the drawings included as part
o
the draft Contract.
2-3
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
33/90
The Salinas Valley return pipeline is needed to convey desalinated water to the Salinas
Valley Groundwater Basin. For this Project, Proposers are responsible for the portion of the
pipeline that is shown on the drawings included as part of the draft Contract.
The transfer pipeline,
SR
extension pipelines, and Monterey pipeline are required to deliver
desalinated (product) water from the pumps at the desalination plant into a 36-inch diameter
product water pipeline and to deliver water to and from the ASR facilities. For this Project,
Proposers are responsible for the portion
of
the pipelines outside the fence line of the
desalination plant.
Terminal Reservoirs:
CAW is proposing to construct a terminal reservoir consisting of two (2) storage reservoirs, three
(3) million gallon (MG) each for a total storage volume
of
six (6) MG. The terminal reservoir is
located on the former Ft. Ord site. The project components include the following major
elements:
Item Component Dimensions
Diameter
Terminal Reservoir- 2 tanks and
related civil work and electrical
6
work 3 MG (ea)
130'
Inlet/Outlet Pipelines
1,711' (ea) 16
Drain Pipeline
879' 30
Booster Pump Stations:
The Booster Pump Stations component of the Project includes two (2) facilities: the Monterey
Pump Station and the Valley Greens Pump Station. These facilities include the following major
elements:
Item Component
Capacity
GPM)
Monterey Pump Station and related
7A civil work, electrical, and piping
work 6,300
Valley Greens Pump Station and
7B related civil work, electrical,
and
piping work
2,500
2.3.3 Other Non-Project MPWSP Components
Simultaneously with the implementation of the Project, CAW will separately implement
significant desalination infrastructure that is necessary for the MPWSP to operate commercially.
These improvements include development of the source water slant intake wells and construction
of
the desalination plant. CAW anticipates that construction of these improvements and the
Project will commence at the same time when all permits are issued. The Project components
2-4
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
34/90
are required
to
be completed prior
to
the time that the plant will be ready for acceptance testing.
An anticipated schedule for implementation
of
the MPWSP components is provided below:
Start
Finish
MPWSP PROJECT
4/23/2012
4/30/2019
File with CPUC 4/23/2012
3/31/2016
Permitting 4/23/2012
Q3-Q4 2016
Design
3/25/2013
Q4
2015 Q1
2016
CPUC Approval
4/23/2012 February 2016
Coastal Commission Approval 4/23/2012
Q3-Q4 2016
Feedwater Test Slant Well
4/23/2012 Complete
Desalination Plant Procurement 2012
Complete
Conveyance Facilities Procurement 2015
Q4 2015
Slant Well Driller Procurement Q3 2015
Q4 2015
Construction Startup Operation Q4 2016 Q4
2017
Q4 2018
2 4 AVAILABLE REPORTS AND MATERIALS
Certain Project, Project Site-related, and relevant background information are available for
review by the Proposers at the MPWSP Website. The following documents are or will be)
available for review on the MPWSP Website:
• Geotechnical Baseline Report
• Governance Committee Agreement
• MPWSP DEIR, April2015
• Project Procurement documents, drawings, specifications, and other material
2 5 ACCURACY OF RFP AND RELATED DOCUMENTS; RELIANCE ON ORAL
COMMENTS
Except
as
specifically set forth in the draft Contract, CAW neither makes any representation or
warranty with respect to nor assumes any responsibility for the appropriateness, completeness or
the accuracy of this RFP or any
of
the related documents, addenda or information provided in
connection with this RFP, including the available reports and materials provided on the MPWSP
Website. Under no circumstances shall a Proposer to this RFP rely on oral statements made on
behalf
of
CAW or any
of
their respective agents, employees, contractors, advisors or consultants.
To the best of its ability, CAW has tried to provide timely and up-to-date information; however,
CAW cannot guarantee the accuracy or completeness
of
all data provided. Thus, Proposers are
cautioned to use their best judgment in determining how to use the data and information
provided, and whether or not further independent research and due diligence is required for the
2 5
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
35/90
preparation
o
their Proposals and the subsequent delivery
o
the construction work under the
Contract. Except as specifically provided in the Contract no information derived from any part
o the foregoing documents this RFP or from CAW or any o their respective agents employees
contractors advisors or consultants shall relieve the Contractor from any risk or from fulfilling
all terms
o
the Contract.
2 6 PROJECT SITE
2 6 1 Project Site Description
The Project Site consists
o
multiple locations which are shown on the design drawings. Refer
to
the MPWSP website and the draft Contract for additional details and information about the
Project Site locations.
2 6 2 Project Site Preparation
CAW does not intend to perform any Project Site preparation work prior to entering into the
Contract with the Contractor.
2 6 3 Project Site Access during the Proposal Period
CAW will provide appropriate opportunities to each Proposer at its own cost and expense
to
visit the Project Site locations. Proposers may only access the Project Site locations that are
situated on private property after obtaining written authorization from CAW or the private
property owner and may be required to enter into a site access agreement with CAW or the
private property owner as a condition o such authorization.
2 6 4 Geotechnical Testing
CAW has undertaken geotechnical testing at certain Project Site locations that is set forth in the
Geotechnical Baseline Report which is available for review on the MPWSP website. Proposers
shall assume subsurface geotechnical conditions at the Project Site locations
s
reflected in the
Geotechnical Baseline Report.
2.7. SCOPE OF WORK
The required scope o work is set forth in detail in the draft Contract and is summarized below.
2 7 1 Construction Requirements
The required scope
o
work is set forth in the technical specifications and drawings included in
the draft Contract.
Bid packages for the Project are included in Appendix 1 o this RFP. For purposes o the bid
packages the Project has been divided into seven components.
2-6
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
36/90
2 7 2 Basic Performance Requirements
The Contract will require the Contractor
to
provide a quality assurance and quality control
program during the construction of the Project. In performing the construction work, the
Contractor shall comply with the Contract, which includes all requirements
of applicable law.
2 7 3 Environmental Compliance
The Contractor will be required to conduct its construction activities consistent with the FEIR
and such that
no
action or inaction on the part of the Contractor will result in non-compliance
with any mitigation requirements, environmental and cultural constraints and stipulations
included in permits, easements and other grants
of
access to property owned by federal and state
governments and by private concerns. The Contractor will be required to prepare and implement
strategies to mitigate unavoidable impacts and otherwise comply with all applicable mitigation
requirements. The DEIR was issued in April 2015 and the FEIR for the MPWSP is expected in
October 2015 with certification
ofth
FEIR by February 2016. For purposes ofpreparing their
Proposals, Proposers will be required to review the mitigations in the DEIR and submit proposals
based on the applicable environmental mitigation measures set forth in the DEIR. The
environmental mitigation measures contained in the FEIR for the MPWSP will,
if
needed, be
incorporated into the Contract
as
a Change Order following issuance of the FEIR.
2 7 4 Construction
The Contractor will have full responsibility for construction
of
the Project, including safety of
the Project Site and the construction work and all means and methods of construction. All
construction work will be required to conform to the requirements set forth in the draft Contract.
The Contractor will be required to perform all Work in compliance with the Contract, including
all environmental and other stipulations, conditions and mitigation requirements set forth in the
various requirements and permits, approvals and grants of rights
to
CAW property access and
use. The Contractor will be required to provide for the observation
of
its construction work by
CAW and regulatory agencies.
2 7 5 Acceptance Testing
The Contractor will be required to successfully complete acceptance testing
of
the Project as set
forth in the draft Contract.
2 7 6 Quality Management
o help ensure that a comprehensive and effective construction quality management plan is
implemented by the Contractor to achieve CAW objectives and that the contractual requirements
pertaining to quality are met, certain minimum requirements for the construction quality
management plan are set forth in of the draft Contract. Proposers must include a construction
quality management plan meeting the minimum requirements of the draft Contract as part of
their Proposals. The selected Proposer s plan, as revised following successful negotiation
between CAW and the selected Proposer, will be incorporated into the draft Contract.
2-7
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
37/90
2
7
7 Operation and Maintenance Training
The Contractor will be required to train CAW employees prior to substantial completion, as
more fully described in of the draft Contract.
2 7 8 Purpose and Scope
The scope
of
work described in this section is reflected in the draft Contract included with this
RFP. The draft Contract shall serve as the intended form
of
the contract between CAW and the
Contractor. Specific information from the selected Proposal will be incorporated into the final
Contract including, but not limited to, pricing, and the Contract Times.
The Contract will contain the entire agreement between the parties with respect to the
construction work.
2 7 9 Proposed Changes to the Draft Contract
Proposers may request changes to the terms and conditions of the draft Contract (excluding
technical specifications and drawings) included with this RFP in writing during the Proposal
process. Proposers are encouraged to submit any such requests in advance
of
the pre-Proposal
meeting as described in Section 3.1.1. Following the pre-Proposal meeting, CAW may issue an
addendum which reflects any changes to the draft Contract that CAW is willing to accommodate.
CAW requests Proposers to base their Proposals on the terms and conditions set forth in the draft
Contract as amended by any addendum. Acceptance of the terms and conditions
of
the draft
Contract will be a factor in the evaluation of Proposals, as detailed under Section 5 of this RFP.
CAW recognizes, however, that Proposals may be conditioned on the mutual resolution
of
particular issues.
To the extent that a Proposer intends to condition its Proposal on particular changes to the draft
Contract, such changes shall be identified through submission of a markup version of the draft
Contract in a Microsoft Word document using track changes. Proposers are cautioned that
significant deviations from the terms and conditions set forth in the draft Contract may result in
fewer or no points being awarded to the Proposer under the business terms and conditions
evaluation criterion. In addition, to the extent that proposed changes
t
the terms and conditions
substantially change the nature
of
the transaction or the scope
of
Work, CAW may reject the
Proposal in its sole discretion as non-responsive t the requirements of this RFP.
In evaluating proposed terms and conditions, CAW will assume that the Proposer s markup
includes all suggested changes and that the Proposer accepts all terms and conditions that are not
specifically addressed in the tracked changes draft. Except with respect
t
changes in law
occurring between the Proposal date and the Effective Date of the Contract, CAW does not
intend to discuss or negotiate any issue, term or condition that is not specifically identified in the
Proposer s markup.
f
the Proposer selected for negotiations raises any such issue, term or
condition, CAW reserves the right to suspend or terminate negotiations with the selected
Proposer and to commence negotiations with the next highest ranked Proposer. The process for
the negotiation of the Contract is further described in Section 3.11
of
this RFP.
2-8
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
38/90
2.8. UTILIZATION OF WOMEN MINORITY AND DISABLED VETERAN OWNED
BUSINESS ENTERPRISES
CAW acknowledges the contributions
o
women, minority and disabled veteran business
enterprises ( WMDVBE ) to California's economy, in part, through CPUC General Order 156.
In accordance with CPUC General Order 156, CAW is committed to promote and facilitate full
participation in these programs.
CAW has established a combined WMDVBE participation goal for the Project
o
twenty-five
percent (25%) o the Contract Price.
Proposers must prepare and submit a WMDVBE subcontracting commitment utilization and
reporting plan ( WMDVBE Utilization Plan ) as part o its response to this RFP. The
WMDVBE Utilization Plan is a written commitment to contract with WMDVBEs that have been
certified through the CPUC's Supplier Clearinghouse, as part o the Project.
CAW will require that the Contractor monitor and report the continued implementation
o
the
WMDVBE program goals, as stated in the WMDVBE Utilization Plan, throughout performance
o
the Contract.
2.9. UTILIZATION OF LOCAL CONTRACTORS AND SUPPLIERS
CAW acknowledges the benefit that the local community receives through utilization o local
contractors, laborers, and suppliers.
Proposers must prepare and submit a local resources utilization and reporting plan ( Local
Resources Utilization Plan )
as
part o its response to this RFP. The Local Resources Utilization
Plan
is
a written commitment
to
contract with local contractors, subcontractors, sub-consultants,
vendors, suppliers, and labor forces. The Contractor will
be
required to make a good faith effort
to employ qualified individuals who are, and have been for at least one year out
o
the three
years prior to the opening o Proposals, residents
o
Monterey County, San Benito County, or
Santa Cruz County in sufficient numbers
so
that no less than fifty percent (50%) o the
Contractor's total construction work force, including any Subcontractor work force (with
exception
o
specialty subcontractor items), measured in labor work hours, is comprised o
residents o such counties.
CAW will require that the Contractor monitor and report the continued implementation
o
the
Local Resources Utilization Plan throughout performance o the contract.
2.10. LABOR COMPLIANCE AND PREVAILING WAGE
Proposers must comply with all applicable requirements
o
the California Labor Code, the
Department o Fair Employment and Housing regulations set forth in CCR, title 2, sections
8101
et seq. Proposer Nondiscrimination and Compliance 2 CCR §§ et seq. , and with all applicable
federal labor requirements.
2 9
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
39/90
CAW has the responsibility for financing the Project. CAW anticipates that a portion of the
funding will come from the State's revolving loan program. Prevailing wages must be paid on
projects receiving such funding. Proposers, therefore, will be required to pay prevailing wages.
Pursuant to Section 1773
of
the California Labor Code, the general prevailing wage rates in the
county in which the construction is to be performed is determined by the Director of the
California Department
of
Industrial Relations ( DIR ). The general prevailing wage rates for
this Project are available from the DIR's website at http:
www.dir.ca.gov, copies of which are
on file at the offices of CAW and are available to any interested party upon request. Future
effective general prevailing wage rates, which have been predetermined and are on file with the
DIR, are referenced but not printed in the general prevailing wage rates.
The Project may be subject to a statutory requirement to adopt and enforce a labor compliance
program for the monitoring and enforcement
of
prevailing wage requirements.
2.11. EQUAL EMPLOYMENT OPPORTUNITY
Proposers shall not, in connection with the RFP, the Proposal or the Contract, discriminate
against any employee or applicant for employment on the basis
of
race, color, religion, sex,
national origin, age, marital status or disability. Proposers shall take affirmative action to ensure
that neither employees nor applicants for employment are discriminated against on the basis of
race, color, religion, sex, national origin, age, marital status, ethnic group identification, sexual
orientation, residence or disability. The areas requiring such affirmative action shall include, but
not be limited to, the following: layoffs or terminations; pay rates or any other form
of
compensation; employment; job assignments; promotions; demotions; transfers; recruitment or
recruitment advertising; and selection for training, including apprenticeships, pre-apprenticeships
and on-the-job training.
2.12. LICENSING REQUIREMENTS
Proposers, including all major participants
of
a Proposer's team, shall possess all licenses
applicable to the Project at the time
of
Proposal submittal. No Proposer may propose on work
of
a kind for which Proposer is not properly licensed, and any such proposal received will be
rejected. The Proposal shall contain evidence that the Proposer, including all major participants,
is properly licensed in accordance with the laws
of
the State
of
California. Members
of
the
Proposer's team that are not major participants must be licensed no later than the time of
execution
of
a subcontract with the Contractor. All joint ventures must have a joint venture
license in compliance with Sections 7029 and 7029.1
of
the California Business and Professions
Code prior to execution of the Contract.
2.13. EXAMINATION OF CONTRACT DOCUMENTS AND PROJECT SITE
2.13.1
Proposer s Responsibilities
t is the responsibility
of
each Proposer before submitting a Proposal to:
1 Examine, with appropriate care and diligence, the RFP (including any addenda),
and material posted on the MPWSP website and inform itself with respect to any
2-10
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
40/90
and all conditions that may in any way affect the amount or nature of its Proposal
or the performance of the Work, if Proposer enters into the Contract with CAW.
The Transmittal Letter (Proposal Form
1
includes an acknowledgment that
Proposer has received and reviewed all materials posted thereon. Any failure of
Proposer to
so
examine and inform itself shall be at Proposer s sole risk, and CAW
will provide no relief for any error or omission thereto;
2. Become familiar with the Project Site and the general, local or other conditions
that may affect cost, progress, performance or furnishing
of
the Work;
3. Become familiar with and satisfy all applicable law that may affect cost, progress,
performance or furnishing of the Work; and
4.
Promptly notify CAW of all conflicts, errors, ambiguities, or discrepancies that
Proposer has discovered in the RFP.
2.13.2 Site Visits
CAW will make an optional escorted visit to the key Project Site locations (reservoirs) available
to Proposers
as
set forth in Section 2.6.3. The duration
of
the Project Site visit will be between
four (4) and eight (8) hours, at the discretion of CAW. CAW will provide written notification of
the meeting location and other logistical information following a request for a visit.
During Project Site visits, Proposers may ask questions limited to those regarding the Project
Site, and CAW may provide responses. All questions shall be recorded by CAW personnel, and
written responses will be issued in an addendum to all Proposers. Only official addenda issued
by CAW are binding.
2.14. CHANGES IN PROPOSER S ORGANIZATION
For any Proposer to remain qualified to submit a Proposal after it has been qualified, the
Proposer s organization as represented in its SOQ must remain intact for the duration
of
this
procurement, unless otherwise approved in writing by CAW. Each Proposal shall include a
completed Proposal Form 6, Verification of Statement
of
Qualifications Information.
f a Proposer wishes to change the organization represented in its SOQ (by adding, removing, or
substituting an equity ownership interest, major participant or Key Personnel identified in its
SOQ, or by changing the role
of
one of these entities or individuals), Proposer must submit to
CAW a written request to change its organization.
CAW
is
under
no
obligation to approve such requests and may approve or disapprove in writing
a portion
of
the request or the entire request at its sole discretion.
2.15.
SECURITY FOR PERFORMANCE
The Contractor will be required to provide the following security for performance in connection
with the Project: Payment and performance bonds in an amount equal
to
the Contract Price.
2-11
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
41/90
2 16 PROPOSAL BOND
Each Proposal shall include a cashier's check, certified check, or a bond (the Proposal Bond )
made payable to the California-American Water Company, in an amount equal to at least
twenty percent (20%) of the proposed Contract Price. CAW will not consider any Proposal
unless one
of
the forms
of
Proposer's security is enclosed therewith. f Proposer's security is a
Proposal Bond, it must be executed using Proposal Form 22.
Each Proposal Bond will be retained until the Contract has been fully executed, after which the
Proposal Bond for each unsuccessful Proposer, except those Proposal Bonds which have been
forfeited, will be returned to the respective Proposers. The Proposal Bond for the successful
Proposer shall be returned at such time as Proposer has satisfied all conditions of execution set
forth in the Contract.
The Proposal Bond shall be executed as surety by a corporation authorized to issue surety bonds
in the State of California, with a rating of A- or better and a Financial Size Category of VIII or
better by A.M. Best Company.
Proposer understands and agrees that CAW shall have the right to draw on the Proposal Bond in
its entirety if the Proposer:
1. withdraws, repudiates or otherwise indicates in writing that it will not meet all or
any part of its commitments made in its Proposal;
2
is selected for negotiation of the Contract, but fails to negotiate in good faith, or
otherwise fails to meet the conditions of award and execution as set forth in this
RFP; or
3
the occurrence of any other forfeiture event or condition set forth in the Proposal
Bond.
Each Proposer, by submittal of its Proposal, shall be deemed to have agreed to the foregoing.
2-12
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
42/90
SECTION
DESCRIPTION
OF
PROCUREMENT PROCESS
3.1. PROCUREMENT PROCESS SCHEDULE
A summary schedule
of
the major activities associated with this procurement process is
presented below. This procurement schedule is based on CAW s intent to execute a Contract to
be effective by October 31, 2015. The deadline is based on CAW s objective to initiate
operation ofthe
Project
by
or as close to, September 31, 2016 as possible.
RFP Process Approximate Date
RFP and draft Contract issued to Pre- July 9, 2015
qualified Respondents
Mandatory RFP Pre-Proposal meeting
August
4
2015
Written questions and comments on RFP and August 7, 2015
draft Contract due
CAW issues addendum to RFP, and draft
August 14, 2015
Contract
if any, and distributes answers
to
written questions
Project Proposals due September
1
2015
Final draft Contract and all Proposals to September 16 2015
Governance Committee for recommendation
Selection of preferred Proposer
September 30, 2015
Contract Execution
October 31, 2015
Proposers are encouraged, but not required, to submit written questions or comments on the RFP
or draft Contract in advance of the pre-Proposal meeting with CAW in order to facilitate
discussion. Where written comments or submittals are required, all such documents shall be
submitted no later than 3 :00 p.m. PDT on the day specified. CAW reserves the right to modify
any or all
of
the above dates at its sole discretion at any time during this procurement process.
3.1.1 Pre-Proposal Meeting
As set forth in the schedule included in Section 3.1 above, CAW will hold a pre-Proposal
meeting with all qualified Proposers. This meeting
is
intended to, among other things, allow
Proposers to raise questions or comments on the RFP or draft Contract. Following the meeting,
CAW will (i) inform all Proposers
if
any changes which were discussed at the meeting will be
entertained and (ii) issue an addendum to reflect changes to the draft Contract. Proposers are
encouraged to submit information regarding any proposed changes at least three business days in
advance
of
the meeting in order to maximize the value of the discussions at the meeting.
3-1
-
8/20/2019 Governance Committee Agenda Packet 6-24-15
43/90
3 2 SELECTION COMMITTEE
The Selection Committee, which is comprised o individuals selected by CAW, will review and
evaluate the Proposals submitted and select the most advantageous Proposer(s) based upon the
criteria detailed in
Section 5
o
this RFP.
3 3 CAW RIGHTS AND OPTIONS
This RFP constitutes an invitation to the Pre-qualified Respondents to submit Proposals to CAW.
CAW reserves, holds without limitation and may exercise, in its sole discretion, the rights
as
set
forth below. Such rights are in addition to and shall not serve to limit any
o
the specific rights
and conditions set forth in this RFP. By responding to this RFP, Proposers acknowledge and
consent to the following CAW rights:
1 CAW reserves the right to waive any defect, technicality or any other minor
informality or irregularity in any Proposal.
2 CAW reserves the right to eliminate any Proposer that submits an incomplete or
inadequate response, or is not responsive to the requirements
o
this RFP, or is
otherwise deemed to
be
unqualified during any stage o the procurement process.
3. CAW reserves the right to prepare and issue such amen