governance committee agenda packet 6-24-15

Upload: l-a-paterson

Post on 07-Aug-2018

216 views

Category:

Documents


0 download

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