pr rogres gravit ssive de ty pipel esign b line build pr roject

REQUEST FOR QUALIFICA
Q
ATIONS (RFFQ)
FOR
F THE
SILLICON VALLLEY CLEAN WATER
GRAVITTY PIPELLINE
PR
ROGRES
SSIVE DE
ESIGN B
BUILD PR
ROJECT
CIP
C #6008
APR
RIL 17, 2017
QUALIFICA
ATIONS DUE
E – TUESDA
AY, MAY 16, 2017
ATT 2:00 PM
at
Silicon Va
alley Clean W
Water
1400
0 Radio Roaad
Redwood
R
Citty, Californiaa 94065
(650
0) 591-7121
1
Attention:
A
Ms.
M Teresa Herrera,
H
Own
ner’s Repressentative
Table of Conttents
1 INTR
RODUCTION ....................................................................................... .................................................. 1 General Intro
1.1 oduction ....................................................................... .................................................. 1 Background on SVCW’s Co
onveyance Prrogram ............................... .................................................. 1 1.2 Integration w
1.3 with Other SV
VCW Projects .......................................... .................................................. 2 RFQ Organization ............................................................................ .................................................. 5 1.4 ons and Acron
nyms ....................................................... .................................................. 6 RFQ Definitio
1.5 1 Definitio
ons ............................................................................... .................................................. 6 1.5.1
1.5.2
2 Acronym
ms ................................................................................ .................................................. 7 2 SVCW
W’S OBJECTIV
VES ................................................................................ .................................................. 8 2.1 Program Objjectives ......................................................................... .................................................. 8 Gravity Pipelline Objective
es ............................................................. .................................................. 9 2.2 2.3 Progressive D
Design‐Build (PDB) Deliverry Objectives ...................... ................................................ 10 VITY PIPELINEE OVERVIEW ................................................................ ................................................ 10 3 GRAV
3.1 Site and Locaation ............................................................................. ................................................ 10 3.2 Gravity Pipelline Compone
ents ......................................................... ................................................ 10 3.3 Interconnecttion of Gravity Pipeline and
d WWTP FoP .................... ................................................ 11 Availability aand Use of Background Info
ormation ........................... ................................................ 13 3.4 3.5 Conveyance Project Funding ........................................................... ................................................ 13 3.6 Gravity Pipelline Budget................................................................... ................................................ 14 Schedule .......................................................................................... ................................................ 14 3.7 GRESSIVE DESSIGN‐BUILD SSERVICES .................................................. ................................................ 15 4 PROG
4.1 General ............................................................................................ ................................................ 15 4.2 Stage 1 Serviices ............................................................................... ................................................ 15 4.3 Stage 2 Serviices ............................................................................... ................................................ 16 Design‐Builder Roles and Responsibilitties ..................................... ................................................ 16 4.4 4.4.1
1 Use of D
Designated Su
ubcontractorss ......................................... ................................................ 17 4.5 SVCW Roles and Responsibilities .................................................... ................................................ 17 N AND KEY CO
ONTRACT PRO
OVISIONS ............................ ................................................ 18 5 RISK ALLOCATION
5.1 Risk Allocatio
on and Respo
onsibility Matrix and Draft Term Sheet ................................................. 18 Statement Requesting Co
omments on TTerm Sheet annd/or Risk Alllocation ................................... 18 5.2 CUREMENT P
PROCESS ....................................................................... ................................................ 18 6 PROC
6.1 Agency Contacts and Com
mmunicationss Protocols ......................... ................................................ 18 Overview of Two‐Step Pro
ocess ....................................................... ................................................ 19 6.2 Interviews an
6.3 nd Confidential Meetings ............................................ ................................................ 19 Eligibility / Disallowed Firms ........................................................... ................................................ 19 6.4 Stipends ........................................................................................... ................................................ 20 6.5 Procurementt Process Schedule ...................................................... ................................................ 21 6.6 G PROCESS .............................................. ................................................ 22 7 RFQ / SOQ AND SHORT‐LISTING
General ............................................................................................ ................................................ 22 7.1 i
7.2 Pre‐SOQ Meeting and Site
e Tour ...................................................... ................................................ 22 ddenda ......................................................................... ................................................ 22 7.3 Inquiries / Ad
7.4 SOQ Evaluation Committe
ee ............................................................ ................................................ 23 7.5 Responsiveness ............................................................................... ................................................ 23 ualification Re
equirements .......................................... ................................................ 23 7.6 Minimum Qu
Scored SOQ Evaluation Crriteria ....................................................... ................................................ 23 7.7 hecks ............................................................................ ................................................ 24 Reference Ch
7.8 Interviews ........................................................................................ ................................................ 24 7.9 7.10 Notification of RFP Shortlisting ....................................................... ................................................ 24 ocess ............................................................................. ................................................ 24 7.11 Proposal Pro
NTS........................................................... ................................................ 25 8 SOQ SUBMITTAL REQUIREMEN
eadline and Lo
ocation .................................................... ................................................ 25 Submittal De
8.1 Page Limitations, Require
ed Copies, and
d Labeling .......................... ................................................ 25 8.2 Withdrawalss / Resubmittaal of Proposals ....................................... ................................................ 26 8.3 Required SOQ Organizatio
on and Conte
ents ..................................... ................................................ 26 8.4 1 Transmittal Letter ................................................................... ................................................ 26 8.4.1
8.4.2
2 Team Sttructure (10 P
Points Max) ............................................. ................................................ 26 8.4.3
3 Qualifications of Keyy Personnel (2
25 Points Maxx) .................................................................. 28 8.4.4
4 Experience Collaboraating with Ow
wners (20 Poinnts Max) ...................................................... 29 8.4.5
5 Experience Successfu
ully Completing Similar Proojects (35 Poiints Max) ................................. 29 8.4.6
6 Safety EExperience on
n Similar Proje
ects (10 Pointts Max) ........................................................ 30 8.4.7
7 Comme
ents on Draft TTerm Sheet ............................................. ................................................ 31 8.4.8
8 Design‐Builder Minim
mum Qualification Requireements ......................................................... 31 8.4.9
9 SOQ Forms .............................................................................. ................................................ 31 8.4.1
10 SOQ Ap
ppendices ...................................................................... ................................................ 31 9 LIMITTATIONS ........................................................................................... ................................................ 31 9.1 General ............................................................................................ ................................................ 31 9.2 SVCW Rightss .................................................................................... ................................................ 32 9.3 SVCW Disclaimers ........................................................................... ................................................ 33 9.4 Conflicts of Interest ......................................................................... ................................................ 34 9.5 Regarding SRFF and WIFIA C
Compliance ........................ ................................................ 34 Obligations R
Proprietary aand Confidential Informatiion ..................................... ................................................ 34 9.6 9.7 Obligation to
o Keep Team Intact ...................................................... ................................................ 35 Protest Proce
edures ......................................................................... ................................................ 35 9.8 ii
List off Attachments
Attachme
ent A.1: Summ
mary of Termss and Conditions for Gravi ty Pipeline ............................................... A – 1 Attachme
ent A.2: Draft Responsibilitty Matrix .................................................. ............................................ A – 7 Attachme
ent B: Design‐‐Builder Minim
mum Qualificcation Requireements ..................................................... B – 1 Attachme
ent C: RFQ Forrms ............................................................................... ............................................ C – 1 Attachme
ent D: Organizzational Policyy for Design‐B
Build Projectss .............................................................. D – 1 Table of Figurres
Figure 1: SSVCW Gravityy Pipeline Loccation ....................................................... .................................................. 3 Figure 2: G
Gravity Pipeliine Hydraulic Profile .................................................... .................................................. 4 Figure 3: EExample Shafft Configuration ‐ 2 Shafts .......................................... ................................................ 11 Figure 4: C
Current Concceptual Gravitty Pipeline an
nd Front of Plaant Schedule ................................................ 14 Table of Table
es
Table 1: O
Outline of Graavity Pipeline Planning Level Technical M
Memoranda ................................................... 6 Table 2: G
Gravity Pipelin
ne Project Pro
ocurement Daates ................................... ................................................ 21 iii
THIS PAGE IN
NTENTIONALLLY BLANK iv
1
1.1
INTR
RODUCTION General Introd
duction Silicon Valley Clean Waater (SVCW) is inviting quaalified Design ‐Builders exp
perienced in the design and
d water pipeline
es utilizing eaarth pressure balance tunn
nel boring maachine metho
ods to construction of wastew
ns (SOQ) for the purpose oof competing to be on a sh
hort‐list to pro
ovide submit a SStatement off Qualification
design and constructio
on services for the SVCW G
Gravity Pipelinne, a 3.3 milee, 15‐foot outside diameteer extending from
m Inner Bair IIsland south o
of San Carlos Airport to SV
VCW’s Wastew
water Treatm
ment pipeline e
Plant in Redwood City,, California. TThe Gravity Pipeline is onee part of the SSVCW Regional Environmeental Sewer Conveyance Upgrade (RESCU
U) formally kn
nown as the CConveyance SSystem Impro
ovement Projeect. SVCW will use a Progre
essive Design‐Build approaach which inccludes precon
nstruction Staage 1 to collaborattively bring th
he design from
m a 5%‐10% llevel to a 60%
%‐70% level. Stage 2 includes bringing the design to 100% and co
ompleting con
nstruction and
d start‐up. M
Multiple phasees are anticipated to allow
w the shaft consstruction, tun
nnel boring m
machine (TBM) ordering an d precast tun
nnel segmentt procuremen
nt to start befo
ore all design for the Gravitty Pipeline is completed.
The subm
mitted SOQ mu
ust conform tto the require
ements of thi s RFQ and mu
ust be signed
d by the appropriaately authorized official witth authority tto commit thee Respondent to perform the Gravity Pipeline w
work. Furtherrmore, the SO
OQ must be submitted in cconformance to the time aand manner described
d herein. SVCW resserves the righ
ht to reject an
ny and all ressponses to thee RFQ. SVCW
W reserves thee right to seek additional pertinent information regarding a Resspondent’s quualifications aat any time during the equirement in
n this RFQ willl prejudice th
he right of SV
VCW to seek selection and award prrocess. No re
additional pertinent information regarding Proposers’ qualificcations. ep of a two‐sttep procurem
ment process aand establish
hes the processs for solicitin
ng This RFQ iis the first ste
and evalu
uating SOQs frrom those en
ntities (Respon
ndents) inter ested in serving as the Design‐Builder. The SOQs will be reviewed and evaluate
ed in accordance with this RFQ to develop a short‐lisst of qualified
d Responde
ents (Short‐lissted Respondents). Only those Respon dents selecteed as Short‐lissted Respond
dents will be issued a Requesst for Proposaals (RFP) and invited to su bmit a propo
osal in response to the RFP
P. Three (3) Design‐Builders are expeccted to be pre
e‐qualified (noo more than 4) and invited
d to submit technical and price pro
oposals. 1.2
Bacckground on
n SVCW’s Co
onveyance P
Program SVCW is u
undertaking im
mprovementss to the reliab
bility of its waastewater con
nveyance system serving tthe cities of B
Belmont, Redw
wood City, an
nd San Carlos,, and the Wesst Bay Sanitarry District. SV
VCW’s conveyyance system is failing and ne
eeds to be replaced. An exhaustive connveyance systtem alternatiives analysis identified over 140 alte
ernatives invo
olving variouss alignments,, pumping arrrangements aand pipeline installatio
on methods. Based on a fe
easibility asse
essment, thesse 140 alternaatives were reeduced to 15
1
Grravity Pipelinee RFQ feasible alternatives. FFigure 1 provides an overviiew of the sellected pipelin
ne alignment.. Figure 2 Gravity Pipelin
ne and upstreeam/downstrream interfacces. Refer to the provides aa hydraulic prrofile of the G
Planning LLevel Techniccal Memorand
dum TM1 for a general deescription of the overall conveyance sysstem improvem
ment program
m. A “success factor” base
ed alternative
e analysis was developed aand executed
d by the SVCW
W’s Conveyan
nce p to evaluate the top 15 alternatives. TThis extensivee evaluation p
process resultted in System Planning Group
the recom
mmended alte
ernative. The
e recommend
ded alternativve is known ass Alternative 4BE and inclu
udes use of a tu
unnel boring machine (TBM
M) to install aa gravity pipeeline, three lo
ow‐head pump stations, a receiving lift station, odor control, h
headworks, and influent coonnector pipeline. 1.3
Integration witth Other SVCW Projectss SVCW is p
proceeding with two simultaneous Proggressive Desiggn Build RFQ//RFPs: Gravitty Pipeline an
nd Front of P
Plant (FoP). Th
he main conn
nection betwe
een the two pprojects is thee shaft(s) thatt will serve ass the receiving shaft for rem
moval of the TBM and for construction oof the Receiviing Lift Station (RLS). The sshaft structuress are currently envisioned to be built byy the Gravity Pipeline Contractor and the receiving llift station wiill be built by the FoP Conttractor. The R
RLS shaft(s) w
will need to bee configured and sized to accommo
odate both the RLS and the
e TBM retrievval. SVCW also
o plans to issue a separate
e Design‐Bid‐B
Build (DBB) coontract for in
nitial lime stab
bilization and
d grading to
o prepare the
e FoP site for cconstruction.. This work iss scheduled to
o be completted in 2017. 2
Grravity Pipelinee RFQ Fig
gure 1: SVC
CW Gravity Pipeline Lo
ocation
3
Gravity
y Pipeline RFQ
Q Figure 2: Gravity Pipeline
P
Hy
ydraulic Pro
ofile
4
Grravity Pipelinee RFQ 1.4
RFQ
Q Organizattion This RFQ cconsists of nine (9) Section
ns and four (4
4) Attachmennts: 












Se
ection 1: Intro
oduction Se
ection 2: SVCW’s Objective
es Se
ection 3: Gravvity Pipeline O
Overview Se
ection 4: Proggressive Desiggn‐Build Services Se
ection 5: Riskk Allocation aand Key Contrract Provisionn Se
ection 6: Proccurement Pro
ocess Se
ection 7: RFQ
Q/SOQ and Short‐Listing Prrocess Se
ection 8: SOQ
Q Submittal Re
equirements Se
ection 9: Limiitations Attachment A:: Draft Contraact‐Related Documents ons for Gravityy Pipeline o A.1 Summary of Terms and Conditio
Responsibilityy Matrix o A.2 Draft R
der Minimum Qualificationn Requiremen
nts Attachment B:: Design‐Build
Attachment C: RFQ Forms o C.1 Affidavvit of Authentticity nce Companyy Letter of Inttent o C.2 Insuran
ent o C.3 Surety Letter of Inte
nal Policy for Design‐Build Projects Attachment D:: Organization
d materials are available th
hrough SVCW
W’s website beelow: Additionaal background
htttp://www.svvcw.org/proje
ects/SitePage
es/NoticetoPrrospectives.asspx These bacckground matterials include
e the followin
ng: 


Fiinal Environm
mental Impactt Report, Silicon Valley Cleean Water Waastewater Conveyance Sysstem an
nd Treatmentt Plant Reliab
bility Improvement Projectt, April 2017 Planning Level Technical Memoranda for Gravity Pipeeline Project. Outline provvided in Tablee 1. Planning level information pertaining to the FoP Proj ect 5
Grravity Pipelinee RFQ Table 1: Ou
utline of Gra
avity Pipelin
ne Planning
g Level Technical Mem
moranda
TM # 1 2 3 Title T
Compilation S
C
Summary Background Information Tunnel Alignm
T
ment & Shaft Siting
Tunnel Const
T
ruction 4 Shaft Constru
S
uction 5 Shaft Connec
S
ctions 6 Odor Generat
O
tion 7 Baseline Risk 8 Hydr Criteria & Sta
C
andards Hydraulics TM
M (Gravity Pipeline) LCC Life Cycle Cossts – Gravity Pipeline Geotechnical
G
Data Report Geo Subject Summary of Plannning Level Technical Memoranda Summary of histoorical informaation Summary of alignnment definition and locattion of shafts
Revie
ew of evaluattion of tunneeling methodss and identificcation of prroposed methhod. Includess evaluation o
of tunnel consstruction mat erials (including Appendixx referencing Alterrnative Materrials Evaluatio
on, considereed multi‐strattegy) Revie
ew of evaluattion of constrruction options for each off the shaftts identified i n TM #2 Overrview draft off primary feattures of conn
nections of other utilitties to the Co nveyance Sysstem at the sh
hafts, where applicable. Summary of assu mptions and analytical mo
odeling condu
ucted to prroduce conceept‐level estim
mates of odorr concentratio
ons and air volumes tthat could be generated in
n the tunnel.
Intro
oduction to annd summary of risk processs used during proje
ect developm
ment stage, reesulting in a riisk register th
hat is availlable for PDB to use in devveloping Proggressive DB rissk proggram. Tabu
ular list of critteria identifieed in TM #s 2‐‐6. Supp
plemental hyddraulics evalu
uation conduccted by the Tunnel Desiggn team to exxplore operattional charactteristics of ussing the G
Gravity Pipeli ne as an equaalization facillity, both for w
wet and dry weather cconditions. TThis is focused
d on the GP o
only, odel and is intended too be a suppleement to the hydraulic mo
prep
pared for the CIP Program.. Cost memo issuedd on 31 Augu
ust 2016 including detailed
d cost estim
mate Provvides geotech nical data gatthered as of D
December 20
015 The conte
ents of the RFFQ Sections taake priority ovver any confl icting statem
ments in the RFQ Attachmeents. 1.5
RFQ
Q Definition
ns and Acron
nyms The capitaalized terms iin this RFQ haave the mean
nings as first uused in the teext of this RFQ
Q and as defin
ned below. 1.5.1 Definitions D
Confidenttial Meeting –
– Meeting be
etween the sh
hort‐listed Deesign‐Builder and SVCW in a confidentiaal setting to enable the D
Design‐Builder to present its own speciffic Gravity Pip
peline approaaches/creative solutions and receive ffeedback from
m SVCW. Contracto
or –Design‐Bu
uild Team member responsible for the cconstruction of the work u
under Contract. 6
Grravity Pipelinee RFQ Design‐Bu
uilder – The e
entity that will enter into the PDB Contrract with SVC
CW and that w
will be the sin
ngle point of accountabilityy to SVCW forr delivering th
he services fo r the Project.. uild Team – In
ncludes the D
Design‐Builderr (party enterring into the ccontract with
h SVCW), Design Bu
Contracto
or, Designer‐o
of‐Record, and Design‐Builder subconsuultants and su
ubcontractorss. Designer‐‐of‐Record – Engineer‐of‐rrecord and De
esign‐Build Teeam memberr that is respo
onsible for thee overall de
esign of the Project. Indicative
e Cost Estimate –Design‐Builder estimaate of Project cost provided as part of the Proposal b
based on the pro
oject as defin
ned in the RFP
P for evaluatio
on of project understandin
ng and estimaating approacch as well as for budget plan
nning purpose
es and as a starting point ffor Stage 1 co
ost reduction efforts (open
ned, pleted). reviewed and scored aafter all other scoring comp
onnel – The in
ndividuals, em
mployed by th
he Design‐Buiilder or otherr firm includeed on the Projject Key Perso
Team, wh
ho would fill ccertain key roles in the delivery of the PProject and reelated servicees by the Desiign‐
Builder. Owner – SSilicon Valley Clean Waterr Phase – R
Refers to the D
Design Builde
er’s proposed phasing of d esign and con
nstruction activities to optimize ttimely completion of the p
project (e.g., d
design and coonstruct shaftts in Phase 1 prior to completin
ng design and
d excavation o
of the tunnel in a subsequeent phase). Program ‐‐ Regional Environmental Sewer Conve
eyance Upgradde (RESCU) fo
ormally know
wn as the Conveyan
nce System Im
mprovement P
Program (refe
erred to as thhe project in tthe EIR) Project – Gravity Pipeline Project Proposer – Responden
nt that has be
een short‐liste
ed and subseqquently subm
mits a proposaal. Responde
ent – An entitty respondingg to this RFQ b
by submittingg an SOQ. Stage 1 – Preconstructtion stage of P
PDB contract to bring desiign from 5%‐110% to 60%‐7
70% and prep
pare a ontract price. Stage 2 co
Stage 2 – 100% design, construction
n and start‐up
p stage of PD
DB contract Step 1 – R
RFQ/SOQ process and creaation of short‐list. Step 2 – R
RFP/Proposal process and selection of D
Design‐Buildeer. 1.5.2
CSC Acronyms A
egies Consultting Collaborative Strate
DBB n‐Bid‐Build Design
DB Design
n‐Build or Dessign‐Builder
EIR Enviro
onmental Impact Report 7
Grravity Pipelinee RFQ EMF Experience Modificcation Factor
EMR Experience Modificcation Rate EPB Earth P
Pressure Balaance FoP Front o
of Plant GP Gravityy Pipeline GTC Geotechnical Consu
ultants OA Ownerr’s Advisor OPCC Opinio
on of Probable
e Constructio
on Cost OSHA Occupational Safetyy and Health Administratioon PDB Progre
essive Design‐‐Build or Proggressive Desiggn‐Builder RESCU Region
nal Environme
ental Sewer C
Conveyance U
Upgrade RFI Reque
est for Information RFP Reque
est for Propossals RFQ Reque
est for Qualificcations RLS Receivving Lift Statio
on SVCW Silicon
n Valley Clean
n Water SOQ Statem
ment of Qualiffications TBM Tunnel Boring Machine WWTP 2
Waste
ewater Treatm
ment Plant SVCW
W’S OBJECT
TIVES SVCW’s objective is to receive qualiity submissions from highlly qualified an
nd capable Deesign‐Builderrs for VCW will give heavy the successful design aand constructtion of this Grravity Pipelinee Project. SV
with significan
nt and recent project expeerience similar to this projeect consideraation to the firm or team w
and demo
onstrated ability to collabo
orate with SVCW managem
ment, engineeering, operations and maintenance and conssultants. The selected firm
m is expected to be an estaablished Desiggn‐Builder wiith various te
eam memberss that combin
ned provides required exp ertise in areaas such as EPB
B tunneling, tunnel shaafts, precast cconcrete tunn
nel segmentss and sewer innterceptors.
2.1
Pro
ogram Objecctives The Gravity Pipeline Prroject is a cen
ntral component of SVCW’’s overall Con
nveyance Systtem Improvem
ment Program ((Program), which consists of major upggrades, replaccements, and new facilities needed to achieve a highly reliable system. 8
Grravity Pipelinee RFQ The Owne
er defines “su
uccess” as collaboratively implementingg an appropriiate balance o
of the followiing Program SSuccess Facto
ors: 





2.2
Co
ost: Provide aa complete fu
unctional conveyance systeem that meetts the goals o
of the Program
m at th
he lowest practical capital and lifecycle cost. Operations: Pr
O
roduce projeccts that are easy, efficient,, and effectivve to operate.. Maintenance: M
Produce projjects that min
nimize requirred maintenance. Sa
afety: Implem
ment projectss that are safe
e to constructt, operate, an
nd maintain. Scchedule: Placce new wastewater conveyyance system
m projects into
o operation w
with best pracctical saafe speed, wh
hile maintainiing the present level of serrvice with exiisting facilitiees. Sttakeholder Im
mpacts: Soliciit, evaluate, aand respond tto stakeholdeer’s concerns,, and implement a Program that b
best meets th
he combined needs of stakkeholders while reaching tthe Program’ss oals. go
Gra
avity Pipelin
ne Objective
es SVCW’s objectives for delivery of th
he Gravity Pipeline are as ffollows: 
Quality: Provid
Q
de a gravity pip
peline that will be sustainaable over 100 yyears and will reliably re
eceive, conve
ey and equalizze wastewate
er flows rangi ng from 2 mggd to 103 mgd
d in full co
ompliance with environme
ental requirem
ments. 
Co
ost: Provide aa complete fu
unctional gravvity pipeline aand inlet facillities that meeet the goals o
of th
he Project at tthe lowest prractical capitaal and lifecycl e cost. Provid
de early and o
ongoing totall Gravity Pipelin
ne cost predicctability. 
mplete the tun
nnel and inlet structures so
o Scchedule: Achiieve the best practical safe speed to com
th
hat the existin
ng failing pipelline and pump
p stations cann be taken outt of operation as early as re
easonably posssible. 
Risk: Generallyy assign to the Design‐Builder the risks that the Desiign‐Builder caan reasonablyy an
nticipate and control. Assign to SVCW tthe risks that the Design‐B
Builder cannot reasonably an
nticipate and control. 
Sa
afety: Implem
ment an effecctive safety prrogram incorpporating bettter than indusstry practicess. 
Accountability
A
y: Design‐Builder to provid
de for a singlee point of acco
ountability fo
or performancce of alll services und
der Stage 1 and Stage 2. SSVCW to provvide a single p
point of accou
untability for all direction to the Design‐Buillder. 
Co
ollaboration:: Implement aan integrated
d design proceess that colla boratively inccludes SVCW management, m
engineering, operations and maintena nce as well as the Design‐‐Build contracctor an
nd engineer tto develop a d
design that optimally achieeves SVCW su
uccess factors and Gravityy Pipeline requirrements. 
In
nnovation: Ap
pply proven technology fro
om other locaations to uniq
quely achievee Gravity Pipeeline go
oals. 9
Grravity Pipelinee RFQ 2.3
Pro
ogressive De
esign‐Build ((PDB) Delive
ery Objectivees SVCW hass identified th
he following o
objectives forr the PDB deliivery process: 3

PDB delivery should help acccelerate com
mpletion of thhe overall Pro
oject relative tto convention
nal design‐bid‐build (DBB) delivvery 
ote a cooperattive and collaaborative relaationship betw
ween SVCW aand PDB delivery should promo
he PDB team. th

Development o
of the Gravityy Pipeline sho
ould incorporrate ongoing ccost modelingg and take a “d
design‐to‐bud
dget” approach with the ceiling for Proggressive Desiign‐Builder deerived from the ovverall CIP bud
dget for the P
Project. 
Th
he PDB delive
ery process sh
hould be structured to proovide the flexxibility for phaased design and co
onstruction. 
Planning for co
onstruction, sstartup and co
ommissioningg should reco
ognize that SV
VCW staff doees not ning all of thee types of facilities that will be completeed. have experience operating and maintain
for early and ongoing stafff involvemennt and training that do nott significantly Opportunities O
ad
dversely affecct costs should be identifie
ed and imple mented. GRA
AVITY PIPELIN
NE OVERVIEEW 3.1
Site
e and Locatiion As shown in Figure 1, tthe Proposed Gravity Pipeline, shown inn green in thee figure, conn
nects to the 48‐inch force main project on Inner Bairr Island and eextends down
nstream to recently cconstructed 4
connect aat the propose
ed Receiving Lift Station (R
RLS) at the SV
VCW wastewaater treatmen
nt plant (WW
WTP). The SVCW
W WWTP is located at 1400
0 Radio Road,, at the east eend of Redwo
ood Shores, in
n Redwood City, California. The currenttly proposed Gravity Pipeline consists oof approximattely 17,600 feeet of 11‐foott diameter wastewater ggravity pipelin
ne inside a 13
3‐foot inside ddiameter tun
nnel with fourr shafts. The tunnel is ccurrently plan
nned with a slope of 0.001
15 feet/foot aand with its in
nvert depth raanging betweeen 35 and 65
5 feet in primaarily firm to sstiff clay soils.. 3.2
Gra
avity Pipelin
ne Compone
ents The Gravity Pipeline includes a num
mber of components for coonsideration b
by the Respon
ndent. These include, b
but are not lim
mited to, the ffollowing: 1.
2.
3.
4.
5.
6.
7.
Tu
unnel Alignment and Shaftt Siting Tu
unnel Constru
uction Gravity Pipelin
ne Corrosion P
Protection Sh
haft Construcction Sh
haft Connectiions Odor Mitigatio
O
on Coordination w
with adjoiningg projects and
d facilities 10
Grravity Pipelinee RFQ 3.3
Interconnectio
on of Gravityy Pipeline an
nd WWTP Fo
oP The Gravity Pipeline will interface d
directly with the FoP Projecct at the RLS. As currentlyy planned, thee n‐Builder will construct the
e tunnel receeiving shaft(s) at the FoP arrea, which wiill Gravity Pipeline Design
ompleted as tthe RLS by the FoP Projectt Design‐Buildder. Addition
nally, the FoP odor control then be co
system will be designed to collect and treat foul air from the Gravity Pipeline, RLS, and FoP Projectss. design, Close coordination bettween the FoP and GP Project teams w ill be critical tthroughout d
construction, and starttup to ensure
e success of both projects. More specifiically, the following pointss of ed: interface are anticipate

onfiguration and dimensions for the shaft(s) at thee Wastewater Treatment Plant (WWTP
P). Co
Th
hese shaft(s) will need to b
be configured
d and sized too accommodaate the removval of the tun
nnel co
ontractor TBM
M (roughly 25
5’ of shaft size
e is needed a fter the receiiving bulkheaad resulting in
n a sh
haft of approxximately 32’ iin inside diam
meter). The shhaft(s) will alsso need to bee sized and co
onfigured to aaccommodate the receivin
ng lift station including anyy required flo
ow splitting, fflow co
onditioning and pumps. Co
onfiguration iinformation w
would includee such items aas: o One or two shafts d, figure 8 or e
egg shape shaaft o Round
o Diame
eter of each sh
haft o Depth of each shaftt o Separaation of shafts o Conne
ections betwe
een shafts (loccation, shapee and size) Fiinal decisionss regarding th
he type and co
onfiguration oof the RLS will be needed to establish tthe co
onfiguration aand size of th
he shafts. Figu
ure 3 presentss an examplee configuratio
on. Figure 3: Example Sh
haft Config uration - 2 S
Shafts
11
Grravity Pipelinee RFQ 


Esstablish clearr definition of shaft design
n/constructio
on split between gravity p
pipeline and R
RLS. Coordination aamong the Grravity Pipeline
e and FoP De sign‐Builderss will be requiired to determ
mine he design and
d construction
n responsibility for the RLSS. The Gravityy Pipeline Dessign‐Builder w
will th
re
equire detaile
ed informatio
on from the Fo
oP Design‐Bu ilder regardin
ng loading an
nd connection
ns. Co
onfiguration and Construcction timing tto allow earlyy start of RLSS and removaal of TBM. Th
he sh
haft constructtion needs to
o be complete
ed prior to thee start of thee RLS Construcction and thee RLS co
ompletion is o
on a critical p
path to startup of the Gravvity Pipeline. A window fo
or removal of the TBM needs to be provided in the RLS construction. Sttartup. Startup will also re
equire coordiination of thee Gravity Pipeeline and RLS.. The Gravity Pipeline scope
e will include aall connection
ns and tie‐oveers upstream
m. The FoP sco
ope will includ
de all onnections to
o the WWTP. co
Tiiming for the four main po
oints of interfface: o
o
o
o
Configguration and Sizing. Configuration and sizing of shafts is required
d following selectiion of the Dessign‐Builders as these dec isions are thee critical path to starting sh
haft constrruction and h
having the Graavity Pipelinee and RLS in o
operation. Split o
of shaft design
n/constructio
on. Coordinaation among d
design‐buildeers regarding the shaft d
design and co
onstruction be
etween projeects is requireed during Stagge 1. Constrruction timing. The RLS sh
haft must be complete prior to start of RLS construcction. A wind
dow must be provided for TBM removaal during RLS cconstruction.. Startup. Both the G
Gravity Pipeline and FoP pprojects need to be compleete for successsful p of the two p
projects. startup
Provisionss will be made for the circu
umstance in w
which a Desiggn‐Builder of the Gravity P
Pipeline or FoP project en
ncounters dellays that affect the other p
project. A bacck‐up plan invvolving not haaving the RLSS shaft consstructed for TTBM removal has been con
nsidered as a last resort. W
With this less than desirable back up p
plan, the TBM would be rem
moved from tthe TBM launnch shaft, thee TBM shield lleft in place ju
ust short of th
he RLS and th
he FoP D‐B wo
ould be respo
onsible for thee RLS shaft co
onstruction. 3.3.1
Fllow Descriptiion The SVCW
W conveyance
e system curre
ently consistss of four pum
mping stationss, one for each member aggency, that contrribute to a sin
ngle force maain that leads to the wasteewater treatm
ment plant. A
A portion of th
his force main in the Redw
wood Shores ‐‐ San Carlos A
Airport area iss being replacced with a deeep gravity seewer pipeline that will conve
ey flows to th
he plant. New
w facilities at the Front of tthe WWTP (FFoP) will include a eceiving Lift Sttation, to lift flows from th
he gravity sew
wer and deliver to new pumping station, called the Re
mary sedimen
ntation tankss via a a new Heaadworks facility, which will subsequenttly flow to thee existing prim
new interrconnection p
pipe. Future flo
ow rates throu
ugh the gravitty pipeline to
o the new RLSS will be different than exissting flow rattes into the W
WWTP for varrious reasons including: 12
Grravity Pipelinee RFQ 





In recent years d
drought has re
educed water use and infi ltration into ssewage collecction systemss. Dro
oughts will come and go an
nd flows will cchange. The
e collection syystem feedingg into SVCW interceptors i s aging and repairs are beeing made. Th
he net resu
ult will change system flow
ws. Devvelopment within the service area is anticipated to i nvolve primaarily infill and intensificatio
on with
h some but not large incre
eases in waste
ewater flows.. Exissting pumpingg stations will be renovate
ed and the graavity pipelinee completed tto remove hyd
draulic bottlen
necks that currently limit fflows within tthe conveyan
nce system. Peeak flows may incrrease as the ssystem can more readily acccept sewagee from the co llection systeems (less backking up iinto the collection system)). The
e gravity pipelline will be ussed to equalizze diurnal flow
w rates to pro
ovide a moree consistent flow to the treatmentt processes, aand it will also
o be used to sstore/equalizze wet weatheer flows. Equ
ualizing flows in the gravityy pipeline (flu
ushing requireed to removee sediment) ass well as pum
mp stattion cleaning and possible plant shutdo
owns for repaairs will involvve higher flow
w rates that w
will tem
mporarily increase grit and sediment loaading rates innto the WWTPP. Flow dataa and hydraulic modeling e
efforts performed to date ffor preliminaary sizing of pumping systeems at the RLSS indicate that the current conveyance system minim
mum hourly fflow rate is 2.4 mgd and th
he average d
dry weather fllow is approxximately 11.8 mgd. In 20400, the minimu
um flows are likely to be similar, bu
ut the averagge dry weathe
er flow is projected to be 117.9 mgd, peaak dry weatheer flow would
d be 33.9 mgd,, and peak we
et weather flo
ow through the Headworkks would be aapproximatelyy 80 mgd (bassed on equalizzed flow of 10
02.9 mgd in ggravity pipelin
ne). SVCW deesires to be caapable of usin
ng the tunnel to equalize fflow into the plant to a 60 mgd rate witth the capabillity of movingg 80 mgd thro
ough the plan
nt if necessaryy. 3.4
Ava
ailability and Use of Bacckground Information
Certain Gravity Pipeline and FoP Pro
oject backgro
ound documeents are beingg made availaable to Responde
ents through SSVCW’s webssite. To the exxtent that anyy Background
d Documents include desiggn solutions or related infformation, su
uch informatio
on does not nnecessarily reepresent the o
optimal or specific features tthat will be included in the
e Gravity Pipe
eline. Responddents are enccouraged to b
be creative in their design pro
ocess. SVCW
W is providing these background documeents for inforrmation only. SVCW will b
be providing additional information on
n required design criteria ffor the Projecct as part of th
he RFP. The backgground docum
ments were d
developed to document coonceptual dessigns when th
he individual components of the Pro
ogram were aanticipated to
o progress as separate dessign‐bid‐build projects. It iis dents review the backgrou
und documen ts, but not bee limited by cconcepts or intended that Respond
hown in the d
documents. B
By changing p
project delive ry to PDB, SV
VCW is interessted and open to designs sh
considerin
ng ideas that would betterr achieve SVC
CW success faactors and objjectives. 3.5
Conveyance Prroject Funding SVCW is ccommitted to funding the entire Conveyyance System
m Improvemeent Program in
ncluding the Gravity Pipeline, and h
has the capaciity to issue m
municipal bondds for the Pro
oject. SVCW iis also exploring other, less expensive funding mechanisms includ
ding: 13
Grravity Pipelinee RFQ 
Clean Water Sttate Revolving Fund (SRF),, administereed through the State Water Resources Control Board (SWRCB) 
ucture Financce and Innovaation Act (WI FIA), adminisstered througgh US EPA Water Infrastr
W
SVCW pre
efers lower‐co
ost governme
ental loan pro
ograms over bbond funds. The SRF and WIFIA funds include tyypical requirements found in governme
ental loan proograms includ
ding but not limited to item
ms such as Prrevailing Wagges, American
n Iron and Ste
eel Act, No re imbursementt for Lobbyingg, and additio
onal Environmental Regulattions. The selected Design‐Builder will bbe required tto comply witth the typical governme
ental loan req
quirements to
o the extent they apply to designers and builders. 3.6
Grravity Pipelin
ne Budget In keepingg with Projectt objectives, d
developmentt of the Gravitty Pipeline sh
hould incorpo
orate ongoingg cost modeling and take a “d
design‐to‐bud
dget” approach with the c eiling for the Progressive Design‐Buildeer ect. The CIP aamount budgeted for the G
Gravity Pipeline derived frrom the overaall CIP budgett for the Proje
PDB workk including design, construction and con
ntingency is $$170 million. The current construction cost estimate ffor the Gravitty Pipeline as described in the EIR (not including pro
oject management, design, construction managem
ment or contin
ngency) is $16
63 million (seee detailed esstimate in plaanning level technical memoranda)). Reducing th
he cost to pro
ovide a compllete functionaal gravity pipeeline and inleet facilities tthat meet the
e goals of the Project at the
e lowest pracctical capital aand lifecycle ccost will be critical to stayingg within the amount budge
eted. 3.7
Sch
hedule SVCW dessires to collab
boratively work with the D
Design‐Builderr to achieve tthe best practtical safe speeed to complete the tunnel and inlet strucctures so that the existing ffailing pipelin
ne and pump stations can be n as early as re
easonably po
ossible. Curreently the Gravvity Pipeline sschedule show
ws taken outt of operation
completio
on of the Gravvity Pipeline aat the end of 2021. SVCW expects that working collaaboratively w
with the Design‐Builder the Gravity Pipeline can be co
ompleted signnificantly earlier. Figure 4 provides an urrent schedu
ule for the Graavity Pipelinee and FoP pro
ojects. overview of SVCW’s cu
2015
2016
2017
2018
8
2019
2020
2021
2022
2
2023
Planning/CEEQA
Permitting ‐‐ (SVCW)
Front of Plant Soil Stabilizatiion and Civil (Design
n‐Bid‐Build Contract) Design
Construcction
Progressive Design Build Teaams
DB Teams
Coordinaation Between PD
Procure P
Progressive Desiggn‐Builder
Stage 1 ‐ Design/GMP
Stage 2
n Finalization
Design
Constrruction
Extend
ded Testing and TTraining
4 Current Conceptual Gravity
G
Pipe
eline and F ront of Plan
nt Schedule
e
Figure 4:
14
Grravity Pipelinee RFQ 4
PRO
OGRESSIVE D
DESIGN‐BUILLD SERVICES 4.1
General The PDB d
delivery proce
ess (after sele
ection of the Design‐Buildeer) will occur in two stagess: 
Sttage 1: Preco
onstruction Se
ervices 
Sttage 2: Final Design and C
Construction The Gravity Pipeline will use a single
e contract forr Stages 1 andd 2, which will be amendeed to incorporrate work and nego
otiated price. Each Stage iss described beelow. the Stage 2 scope of w
4.2
Sta
age 1 Service
es Stage 1 co
onsists of preconstruction services during which thee Design‐Build
der will work collaborativeely with SVCW
W to validate existing desiggn concepts, propose alteernatives, gath
her additionaal information
n, evaluate cconstruction phasing alterrnatives, and design the Grravity Pipeline to approxim
mately 60%‐7
70% complete. Further deffinition of what will be req
quired for the Stage 1 desiggn will be included as partt of At the end off Stage 1, the Design‐Builder will develoop a price pro
oposal for neggotiation with
h the RFP. A
SVCW. SV
VCW’s Design
n‐Build contraact will allow tthe Design‐B uilder to phase design and
d construction
n with more
e than one Stage 2 contracct amendmen
nt, if necessarry and if Design‐Builder’s p
phasing proposal is accepte
ed by SVCW. Early in Sttage 1 the following areas will need to b
be addressedd: 

RLS Shaft configuration, dim
mensions and
d scheduling
ne corrosion p
protection approach Gravity Pipelin
he Stage 1 services will be
e establishing overall systeem hydraulics and operatio
onal An importtant part of th
constraintts given SVCW
W’s desire to achieve dailyy diurnal flow equalization,, peak flow co
ontrols/limitss, and effective sself‐cleaning of the Gravityy Pipeline and
d RLS facilitiees. The Gravity Pipeline willl define the sslope and diame
eter of the grravity pipeline
e that will con
nnect to the R
RLS. Currentlly the slope iss set at 0.0015 feet/foot with an inside diameter of at least 11’ and preferabbly 13’. Early iin Stage 1 thee Gravity Pipeeline need to review
w and either accept these values as theeir design or p
propose alterrnatives. The FoP PDB will n
Project De
esign‐Builder will be respo
onsible for the
e overall syst em hydrauliccs of the Gravvity Pipeline and FoP facilitties, includingg accommodaating conveyaance flows intto the Gravityy Pipeline, esttablishing equalizatiion capabilityy in the Gravitty Pipeline forr both dry weeather and weet weather flo
ow conditions, operation
nal parameterrs that impactt the RLS design, headworrks design, an
nd inter‐conneection piping to the main WWTP. To addresss odors and ccorrosion in tthe Gravity Pipeline the Grravity Pipelinee project will need to deveelop an odor and corrosion model (WATTS) based on tthe operationnal hydraulics defined by th
he FoP. SVCW
W is working toward startin
ng this modeling effort durring the RFQ//RFP process and turning tthe work overr to development.. To further ad
ddress concreete corrosion
n issues, SVCW
W is working w
with the DB for additional d
ment of batch
h testing to ad
ddress the un
nique CTL (reseaarch and conssulting arm of PCA) to initiiate developm
15
Grravity Pipelinee RFQ corrosion needs of the
e Gravity Pipeline project. During Stagee 1 and Stage 2, the Design
n‐Builder will be ng Information Modeling (BIM) systemss for design and constructiion as an inteegral required tto use Buildin
part of the design proccess to allow for alternativves developm
ment, design reeviews, coord
dination with
h the onstruction daata FoP Project, constructiion scheduling/sequencingg reviews, cosst estimating,, and post‐co
n into SVCW’ss asset managgement system
m. Further d etail regardin
ng BIM expectations will be migration
defined in
n the RFP. SVCW higghly values the
e integration and collaborration with Opperations and
d Maintenancce (O&M) gro
oups during the
e design proccess. SVCW w
will require the selected Deesign‐Builder to engage O&
&M staff throughout the design process and include virtual “walk‐throoughs” of the BIM models to familiarizee O&M stafff and solicit ffeedback. 4.3
Sta
age 2 Service
es mmissioning services. Staage 2 will be Stage 2 co
onsists of finaal design, construction, staart‐up and com
initiated u
upon successfful completio
on of Stage 1 ((or upon succcessful complletion of Stagge 1 for a giveen phase) an
nd agreementt on the pricin
ng proposal. During Stage 2, the design
n will be furth
her developed
d from 60%
%‐70% to completion, and cconstruction will commen ce. Start‐up, commissioniing and performance testing se
ervices will fo
ollow construction compleetion. The Graavity Pipeline will be put in
nto operation
n after constru
uction of the overall FoP P
Project has beeen substantially completeed. 4.4
Design‐Builderr Roles and R
Responsibiliities The Desiggn‐Builder will collaborate w
with SVCW an
nd will providde in a timely manner all w
work necessarry to complete the Gravity P
Pipeline scope
e specified in this RFQ and the RFP to fo
ollow. Design
n‐Builder bilities include
e the followin
ng, as ultimate
ely defined inn the contracttual agreemeents between responsib
SVCW and
d Design‐Build
der: 
Sttage 1: Preconstruction Se
ervices o Prepare de
esign and con
nstruction doccuments to 600%‐70% completion in collaboration with SVCW. ubcontractorss and vendorss for purpose s of design an
nd pricing. o Procure su
er personnel. o Supervise Design‐Builde
o Obtain cerrtain governm
mental approvvals and perm
mits. nd implementt a Safety Plan
n for Preconsstruction. o Provide an

Design and Co
onstruction Sttage 2: Final D
o Complete design of Graavity Pipeline
o Maintain ssecurity of the
e construction site. o Implementt Project health and safetyy practices. o Supervise subcontracto
ors, suppliers and Design‐B
Builder person
nnel. o Construct Gravity Pipeline o Coordinate
e with utility providers and
d SVCW for suupply of pow
wer, telecomm
munications, aand constructio
on water to the site. 16
Grravity Pipelinee RFQ o
o
o
o
o
o
o
Provide an
nd implementt a Safety Plan
n, noise contrrol plan, a Sto
orm Water Po
ollution Prevention
n Plan, and otther plans and
d pollution coontrol measures as requireed by federal, state, and local requirements. Obtain finaal governmen
ntal approvalss and permitss, unless speccifically exclud
ded from the Design‐Builder scope off work. Provide su
upport for SVC
CW’s community outreachh Implementt practices an
nd activities to
o address Mittigation Monitoring and R
Reporting Proggram requireme
ents associate
ed with enviro
onmental perrmits. Complete startup, commissioning, o
operational tr aining, and reequired Acceptance Testin
ng. Implementt and maintaiin all quality ccontrol requi rements and activities Prepare re
ecord drawinggs 4.4.1 Use of Designa
U
ated Subconttractors SVCW hass a strong inte
erest in assurring that SCAD
DA integratio n for the Gravity Pipeline Project is consistent and compattible with the
e SVCW SCADA
A system as aa whole. For the Gravity P
Pipeline Projeect this is prim
marily related
d to operation
ns of the inlett facilities at tthe San Carlo
os Drop Structture and Bair Island Inle
et Structure. Cascade Inte
egration & De
evelopment, I nc. (CID) is SV
VCW’s SCADA
A consultant aand has extensive knowled
dge, experiencce and respon
nsibility over the entire SC
CADA system.. Therefore, eeach ent/Proposer is required to
o include CID on its team, and if selecteed as the Design‐Builder, tto Responde
engage CIID for all syste
em integratio
on services an
nd developmeent of operational screenss for SCADA system. C
Communicatio
on between R
Respondents and CID shalll be directed to Matthew C
Callahan at callahan@
@cascadeid.net, (541) 678‐‐5070 Ext. 151. 4.5
SVC
CW Roles an
nd Responsibilities SVCW will collaborate with the Desiign‐Builder an
nd will fulfill itts responsibillities in a timeely manner to
o uilder’s timelyy and efficien
nt performancce of servicess. Owner resp
ponsibilities facilitate tthe Design‐Bu
include: 
Completion an
nd approval of Environmen
ntal Impact Reeport 
Fu
urnish existin
ng studies and
d provide dataa and informaation regarding the Gravitty Pipeline, in
ncluding record drawings, preliminary sstudies, enviroonmental imp
pact assessments, etc. 
Provide availab
ble informatio
on and provid
de (or engagee Design‐Build
der to perform) additionall sttudies that may be necessary to comple
ete design of the Gravity PPipeline. 
Provide fundin
ng adequate ffor the mutuaally‐agreed uppon contract price. 
Provide accesss to the site and any necesssary easeme nts. 
W is responsible for, and aassist Design‐‐
Obtain the gov
O
vernmental approvals and permits SVCW
Builder in obtaaining governmental appro
ovals and perrmits it is resp
ponsible. 
Collaborativelyy work with the Design‐Bu
uilder to compplete the Gravity Pipeline design and co
onstruction 
Provide constrruction oversiight and consstruction quallity assurancee 17
Grravity Pipelinee RFQ 5
5.1

Community ou
utreach 
Provide mitigaation monitoring oversight 
Review submisssions and provide comme
ents to Designn‐Builder. 
otify Gravity Pipeline Desiign‐Builder off FOP Project issues and sttatus to the eextent Monitor and n
M
th
hey impact th
he Gravity Pip
peline RISK
K ALLOCATIO
ON AND KEY
Y CONTRACTT PROVISION
NS Rissk Allocation
n and Responsibility Maatrix and Draaft Term Sheeet SVCW hass adopted an overall risk m
management philosophy o f reducing orr mitigating rissks to the exttent feasible, aand then assiggning risks to
o the party be
est able to maanage them. A preliminaryy responsibility matrix is iincluded in Atttachment A for review an
nd comment bby prospectivve Responden
nts. A draft teerm sheet is also included in Attachmen
nt A for review
w and commeent by prospeective Respon
ndents. 5.2
Sta
atement Req
questing Com
mments on Term Sheett and/or Riskk Allocation Responde
ents may provvide commen
nts on the draft term sheett and proposeed responsibiility matrix ass part of the SOQ
Q. Commentts will be conssidered by SV
VCW before isssuance of thee RFP, and SV
VCW may or m
may not choosse to modify tthe responsib
bility matrix / contract term
ms to be inclu
uded in the draft contract with the RFP. SSVCW expresssly reserves tthe right to ch
hange any pr ovisions of th
he term sheett and/or responsib
bility matrix prior to or follo
owing the issuance of the RFP. 6
6.1
PRO
OCUREMENT
T PROCESS Age
ency Contaccts and Com
mmunications Protocols
Teresa He
errera shall be
e the Owner C
Contact for th
he purposes oof this RFQ an
nd shall facilittate the RFQ process. A
All communiccations shall b
be submitted in writing byy email, and shall specifically reference tthis RFQ. All q
questions or ccomments sho
ould be directed to the Ow
wner Contact as follows: Te
eresa Herrera
a Owner’s Repre
O
esentative Siilicon Valley C
Clean Water 14
400 Radio Ro
oad Redwood City, CA 94065 Em
mail Addresss: GravityPipe
[email protected]
org Oral comm
munication w
with the Owne
er Contact or other individdual shall not be binding. C
Contact with any Public Offficial, SVCW ccommission m
member, Own
ner’s Advisor ((OA), or Own
ner’s staff outtside of the Owner Contact shall not be pe
ermitted. Failure to comply may resultt in disqualificcation of the Respondent.
18
Grravity Pipelinee RFQ 6.2
Ovverview of Tw
wo‐Step Pro
ocess SVCW’s tw
wo‐step procurement proccess for the G
Gravity Pipelinne will includee the followin
ng: 

Sttep 1: RFQ an
nd Short‐listin
ng. The first sstep involves issuing this R
RFQ, conducting a pre‐subm
mittal meeting, recei
m
ving SOQs fro
om Responde
ents, evaluati ng SOQs, con
nducting interrviews with se
elected Respo
ondents, checcking references and shorttlisting of threee (or up to ffour) Respond
dents. Sttep 2: RFP and Selection. TThe second step involves issuing an RFP to the shorrt‐listed Respondents, conducting siite visits, hold
ding Confidenntial Meetingss with each short‐listed eceiving prop
posals, evaluaating proposaals, additionall reference ch
hecking, Respondent, re
onducting intterviews, sele
ecting the win
nning Responddent and neggotiating a Staage 1 co
Preconstructio
on contract. SScores from SSOQ will not ccarry forward
d; however, qualifications aand exxperience willl be reconsidered as part of the final seelection. Final selecction criteria will include q
qualifications,, experience aand method o
of approach iin addition to
o other pricce and non‐prrice related crriteria. Qualifications and experience d
during the RFP step will rely on informatio
on submitted
d in SOQs, and
d any supplem
ment materiaals provided w
with the Respondent’s proposal; Respondentss will only be asked to submit SOQ‐relaated informattion for new tteam members. Responde
ents will be allowed to add
d firms and individuals thatt enhance theeir teams or tthat address additional expertise re
equirements aadded by SVC
CW at the RFPP stage. If Resspondents waant to changee out dual) listed in
n the SOQ, it w
will require su
ubmittal of ad
dditional a Key Team Member (ffirm or individ
qualificatiions and expe
erience inform
mation and approval by SV
VCW. 6.3
Interviews and
d Confidential Meetingss Interviews will be used
d for both the
e SOQ evaluattion (Step 1) aand the proposal evaluatio
on (Step 2) to
o gain of submitted material and project team
ms. better understanding o
The purpo
ose of the Confidential Me
eeting(s) is to give each shoort‐listed Resspondent an o
opportunity tto meet with
h SVCW, in a cconfidential ssetting, to enable the Resppondent to prresent its speecific project approaches/creative so
olutions and receive feedb
back from SVCCW. Confideential Meetinggs take place e proposal pe
eriod (Step 2). during the
6.4
Eliggibility / Dissallowed Firm
ms Due to their previous aand ongoing w
work on the P
Project, the foollowing firms will be exclu
uded from participatting as part off a Gravity Pip
peline PDB team: 
Bartle Wells Asssociates 
Beecher Engineering 
Bohley Engineering 
Brown & Caldw
well 
Chuck Fenton 
Collaborative SStrategies, Incc. 
Th
he Covello Grroup, Inc. 19
Grravity Pipelinee RFQ 6.5

COWI North America, Inc. 
CTTL Group ‐ Co
onstruction Te
echnology Laboratories 
David J. Powerrs & Associate
es, Inc. 
DCM Consultin
ng, Inc. 
Frreyer & Laure
eta, Inc. 
Geotechnical C
Consultants, Inc. 
Hanson Bridge
ett, LLP 
JH
HS Consultingg 
Jim Joyce 
ennedy/Jenkss Ke

Kip Edgley 
Taanner Pacific,, Inc. 
West Yost Asso
W
ociates 
WRA, Environm
W
mental Consu
ultants Stipends SVCW und
derstands thaat the amount of engineerring, design annd cost estim
mating work tyypically needed to prepare a responsive d
design‐build p
proposal can be significantt. To assist in
n proposal cossts, SVCW plaans to award a stipend of $50
0,000 to each short‐listed Respondent tthat submits an acceptable proposal, b
but is not selectted as the Design‐Builder. The winningg Proposer wi ll not receive a stipend. 20
Grravity Pipelinee RFQ 6.6
Pro
ocurement P
Process Sche
edule It is the in
ntent of the O
Owner to follo
ow the procurrement scheddule provided
d below. The O
Owner reservves the right tto adjust this schedule how
wever they deem necessa ry. Table 2 p
provides a sum
mmary of the anticipate
ed procureme
ent process. Table
T
2: Gra
avity Pipelin
ne Project P
Procuremen
nt Dates
EVENT E
Issue RFQ DATE
April 17, 2017 Pre‐Submittal Meeting 10:00 A
A.M. April 266, 2017 Deadline forr RFIs (RFQ) May 1,, 2017 Responses to RFIs Issued
d May 8,, 2017 SOQ Due S
2:00 P..M. May 16, 2017 Notice Interview Short LList May 222, 2017 Interviews (RFQ) May 300‐31, 2017 Announce R
A
FP Short‐listt June 5,, 2017 Issue RFP June 8,, 2017 Pre‐Proposaal Meeting June 122, 2017 Confidential
C
l Meetings July 188‐19, 2017 Deadline forr RFIs (RFP) July 211, 2017 Responses to RFIs Issued
d July 266, 2017 Proposals Du
ue Augustt 2, 2017 Interviews (RFP) Augustt 15‐16, 2017 Selection of S
Preferred Respondent
Augustt 28, 2017 Award Cont
A
ract* Octobeer 12, 2017
Notice To Prroceed Octobeer 19, 2017
* Earlier awaard is desirable. 21
Grravity Pipelinee RFQ 7
7.1
RFQ / SOQ AND
D SHORT‐LISTTING PROCEESS General The SOQ // short‐listingg process begins with issuaance of this R FQ. SVCW w
will then hold aa pre‐submitttal meeting tto provide furrther information to prosp
pective Respoondents. Afteer receipt of SSOQs, SVCW w
will evaluate aand score the
e submitted SSOQs and will identify Resppondents that will continu
ue to the interview. SVCW will p
perform referrence checks on the respo ndents to be interviewed and score thee reference
e checks. After the intervie
ews are complete, SVCW w
will score the interviewed R
Respondents. The combined
d score of the SOQ (100 po
oints), backgro
ound check (225 points) an
nd interview (100 points) w
will be used to prepare a shorrt‐list of interviewed Respo
ondents that will be sent aan RFP. The d
details associated with the R
RFQ / SOQ process are desscribed in thiss section. 7.2
Pre
e‐SOQ Meetting and Site
e Tour A mandattory pre‐subm
mittal meetingg will be held at 10:00 AM on April 26, 2017 at the ffollowing locaation: Silicon
n Valley Clean
n Water 1400 R
Radio Road Redwo
ood City, CA 9
94065 The purpo
ose of the me
eeting is to claarify any quesstions regard ing the RFQ aand to provide information
n relative to
o a self‐guided tour of the shaft sites. A
Attendance iss mandatory ffor a minimum of one team
m member p
per Design‐Bu
uild team. 7.3
Inq
quiries / Add
denda SVCW resserves the righ
ht to revise th
he RFQ prior to the date thhat SOQs are due. Revisions to the RFQ
Q will be provided through eBidboard to aall firms that download thee RFQ from eeBidboard. SSVCW reservees the right to exxtend the datte by which th
he SOQs are d
due. This RFQ d
does not com
mmit SVCW to
o award a con
ntract, to defrray any costs incurred in th
he preparatio
on of SOQs pursuant to this RFQ, or to prrocure or conttract for workk. All docum
ments submittted in response to this RFQ
Q become thee property of the SVCW. SVCW resserves the righ
ht to cancel, iin part or in itts entirety, thhis RFQ, including, but nott limited to, selection schedule, sub
bmittal date, and submittaal requiremennts. If SVCW cancels or revises this RFQ
Q, all firms who
o have registe
ered at the prre‐submittal m
meeting will bbe notified in writing by SV
VCW. SVCW reserves tthe right to re
equest additio
onal informattion and/or c larifications ffrom any or all Responderss to this RFQ. All addenda are required to be ackn
nowledged within the SOQ
Q submittal. See Sectio
on 6.1 for com
mmunication protocol. 22
Grravity Pipelinee RFQ 7.4
SOQ Evaluation Committe
ee SVCW will establish an
n evaluation committee(s) to review andd score SOQss and proposaals, conduct end a short‐liist of Proposeers authorized
d to proceed to Step 2 (RFFP). interviews, and ultimately recomme
ntatives of SV
VCW enginee ring, operatio
ons, and/or fiinance. The evaluation will include represen
7.5
Ressponsivenesss Each SOQ
Q will be reviewed to deterrmine whethe
er it is responnsive to the RFFQ. Failure to
o comply with
h the on, requireme
ents of this RFQ may resullt in an SOQ b
being rejectedd as nonrespo
onsive. At itss sole discretio
however, the selection
n committee m
may waive an
ny minor irreggularity in thee SOQ and maay request on or addition
nal informatio
on to remedyy a failure. Att its sole discrretion the selection comm
mittee clarificatio
may also reject all SOQ
Qs/proposals. 7.6
Minimum Qua
alification Re
equirementss Qualifyingg submittals m
must not fail aany of the Miinimum Qualiification Requ
uirements pro
ovided in Attachme
ent B of this R
RFQ. Included
d below are th
he minimum experience and safety quaalification requireme
ents. Other m
minimum quaalification req
quirements innclude items ssuch as materrial adverse conditions, licensing, b
bonding and insurance. Within the past 12 yeaars, the Design
n Builder’s De
esigner of Reccord must haave successfully substantiaally completed the design of at least thrree Earth Pressure Balancee Tunnel Boriing Machine p
projects exceeeding water. 12 feet in diameter, ovver $50M in cconstruction ccost for conveeyance of water or wastew
Within the past 12 yeaars, the Design
n Builder’s Co
ontractor thatt will be responsible for m
more than halff of the onsite
e work must h
have successffully substanttially completted the construction of at least three Eaarth Pressure B
Balance Tunn
nel Boring Maachine projectts exceeding 12 feet in diaameter, over $
$50M in construction cost. The Desiggn Builder’s Co
ontractor mu
ust have achie
eved an Experrience Modifiication Rate ((EMR) of not greater th
han 1.0 for the past three yyears. 7.7
Sco
ored SOQ Evvaluation Criteria The evaluation committtee will evaluate, score and rank the r esponsive SO
OQs that satissfy the Minimum Qualificattion Requirem
ments using th
he evaluation
n criteria set fforth below. B
Based on this scoring and ranking, SSVCW will identify Respond
dents who wiill be asked too proceed to the interview
w. The same criteria will be used for the SOQ and
d interview. Scored criter ia include: 




eam Structurre (10 Points Max) Te
of Key Perso
Qualifications Q
onnel (25 Poin
nts Max) Exxperience Co
ollaborating w
with Owners ((20 Points Maax) Exxperience Successfully Co
ompleting Sim
milar Projectss (35 Points M
Max) Sa
afety Experie
ence on Similaar Projects (1
10 Points Maxx) 23
Grravity Pipelinee RFQ 7.8
Refference Che
ecks SVCW will conduct inittial reference checking (byy phone and // or email) forr the proposeed Design‐Builder, and Key P
Personnel. Re
eference checcking will be u
used to verifyy information included in SSOQs. SVCW will score info
ormation from
m reference checks with a maximum poossible score o
of 25. Non‐reesponsive listted reference
es, referencess that fail to support appliccable SOQ infformation, or poor referen
nces will resullt in reduced sscores. SVCW
W reserves the
e right to check referencess not included
d in a Respon
ndent’s SOQ. 7.9
Interviews During the RFQ / SOQ / short‐listingg process (Ste
ep 1), intervieews will be co
onducted and
d scored with a m possible sco
ore of 100. Interviews will be evaluatedd and scored based on thee same evaluaation maximum
criteria ussed to evaluatte SOQs. SVC
CW expects th
hat interview
ws will includee: 
Brief presentattion of Respo
ondent’s SOQ
Q 
Responses to q
questions reggarding the SO
OQ 
Responses to aadditional questions arisin
ng from inform
mation and reesponses provided in the in
nterview and reference che
ecking processs. 
Te
eam exercise requested during the inte
erview wheree Respondentt will be asked
d to respond to one or more hypothetical situations rele
evant to the FFoP Project an
nd to SOQ ressponses. SVCW doe
es not anticip
pate sending o
out questionss in advance oof the intervieew. The highe
est ranked Respondents se
elected after SSOQ evaluatioon and scorin
ng. 7.10 No
otification off RFP Shortliisting Upon com
mpletion of sccoring of the SSOQ, reference checks, annd SOQ intervviews, SVCW w
will notify Responde
ents of those short‐listed aand eligible to
o receive the RFP. 7.11 Pro
oposal Proce
ess Short‐liste
ed Responden
nts will contin
nue to Step 2 (RFP and Prooposal), durin
ng which period Confidenttial Meetings will be held w
with each Resspondent, pro
oposals will bbe submitted,, and a second interview w
will take place
e (Proposal In
nterview). Re
espondents w
will be asked tto furnish a fiirm‐fixed pricce for Stage 1 service, m
mark‐up perce
entages (hom
me office and p
profit) and ann indicative price for Stagee 2 services w
with their prop
posal. SVCW intends to score proposalss on a “best vvalue” basis p
pursuant to Public Contracct Code secttion 22161, uttilizing objecttive criteria. W
While the speecific evaluation criteria will be identifieed in the RFP, SSVCW currenttly anticipatess that the folllowing criteriia will be conssidered: 





Price Liife‐cycle costss Te
echnical apprroach to proje
ect design and constructioon Management a
M
approach to tthe project Ke
ey personnel Saafety 24
Grravity Pipelinee RFQ With resp
pect to pricingg, SVCW inten
nds to requesst the followinng: 
Respondent’s proposed fixe
ed price for th
he cost of Staage 1 preconsstruction servvices. This priicing in
nformation will be evaluate
ed as part of the proposal evaluation p
process (numeerically scored, ap
pproximatelyy 3% of propo
osal score). 
Respondent’s proposed hom
me office and
d profit markuups (percentaages) for Stagge 2 services. This pricing informaation will also
o be evaluate
ed as part of tthe proposal eevaluation prrocess (n
numerically sccored, approxximately 7% o
of proposal sccore), and maarkups will bee memorializeed in th
he DB Agreem
ment. 
An indicative ccost estimate for the Graviity Pipeline ass defined in m
more detail in
n the RFP. The in
ndicative estim
mate will be p
provided by R
Respondents in accordance with instrucctions includeed with the RFP a
w
nd shall use tthe same marrkups as provvided above. TThe indicativee cost estimaate will be submitt
w
ted in a separrate envelope
e to be openeed after all otther scoring fo
or the propossal is co
ompleted and
d will be evalu
uated subjecttively based oon project understanding d
demonstrated, clarity of cost e
estimate form
mat, reasonab
bleness of cosst estimate, cconsistency w
with balance o
of proposal/meettings/intervie
ews (approxim
mately 5% of proposal score). e factors are subject to change at the sole discretionn of SVCW an
nd will be finaalized in the R
RFP. The above
The propo
osal, referencce checks, and
d proposal intterviews will be scored to arrive at a seelected Design‐
Builder. 8
SOQ
Q SUBMITTAL REQUIREM
MENTS SOQs shall be concise, well organize
ed and demonstrate the reesponder's ap
pplicable experience and e Gravity Pipe
eline. The SOQ
Q must addreess the inform
mation identiffied in the proposed team for the
following sections. 8.1
Sub
bmittal Deadline and Lo
ocation Submissio
ons must be rreceived no laater than 2:00
0 p.m. (local ttime) on Mayy 16, 2017 at tthe offices off: Silicon
n Valley Clean
n Water 1400 R
Radio Road Redwo
ood City, Califfornia 94065
(650) 5
591‐7121 8.2
Pagge Limitations, Required
d Copies, an
nd Labeling
One execu
uted paper original, three paper copiess and one (1) electronic format (pdf) on
n USB flash drrive of the doccument shall be submitted
d. SOQs limited to thirty (330) pages (exxcluding appeendices) will b
be favorably considered. It is requested that the cover letter andd each resum
me be limited tto two (2) 8.5”x11” pages each and that the use of standarrdized marketting literaturee be limited. Excessive marketingg literature m
may not be revviewed. A Tab
ble of Contennts shall be prrovided and in
nclude major headings of the SOQ and their associated page n
numbers. Provvide a list of aappropriate ttables, graphiics, hotos, appendices, etc. figures, ph
25
Grravity Pipelinee RFQ Documents are to be ssubmitted in ssealed packagges with the ffollowing info
ormation cleaarly marked o
on the outside off each packagge: 

Name of respo
ondent Project title Failure to comply with the requirem
ments of this RFQ may resuult in disqualiification. SOQ
Qs received subsequent to the time
e and date sp
pecified above
e will not be cconsidered.
SVCW will not be reimbursing Respondents for aany efforts annd expenditurres in producing and submitting SOQs for th
he Gravity Pip
peline. 8.3
Withdrawals // Resubmittaal of Proposals A Respondent may witthdraw its SOQ only by written and signned request tthat is receiveed by SVCW p
prior bmission. Following withdrawal of its SSOQ, the Resp
pondent may submit a new
w to the deaadline for sub
SOQ, provvided that it is received prior to the deaadline for subbmission. 8.4
Req
quired SOQ Organizatio
on and Conte
ents d shall include the following: SOQs submitted in response to this RFQ shall be in the follow
wing order and
8.4.1 Trransmittal Le
etter Responde
ents must sub
bmit a transm
mittal letter (m
maximum twoo pages) on th
he Responden
nt’s letterheaad. It must be signed by a representative of the Respondent who iss authorized to sign such m
material and to
o commit th
he Responden
nt to the obliggations contained in the SO
OQ. The transsmittal letter must includee the name, add
dress, phone number and email addresss for the Resspondent’s Co
ontact, and m
must specify th
he Design‐Bu
uilder’s signattory to any co
ontract docum
ments executed with the O
Owner. The Transmittal Leetter may include other info
ormation deem
med relevantt by the Respoondent. 8.4.2 Te
eam Structurre (10 Points Max) This sectio
on will be sco
ored based on
n the followin
ng: 



Demonstration
n of an organizational structure that is appropriate ffor the design
n, constructio
on, sttartup, comm
missioning, and performancce testing of tthe Gravity P ipeline with ffocus on the kkey Project compo
onents, includ
ding: o EPB Tu
unneling o Shafts o Ancillaary inlet facilitties o Precasst concrete tu
unnel segmen
nts and corrossion protectio
on eam composiition, organization, locatio
on and managgement of thee Design‐Build
d Team. Te
Project level organizational charts for Stage 1 and Staage 2. Th
he depth of aavailability of key equipme
ent and persoonnel. 26
Grravity Pipelinee RFQ A detailed
d and complete description of the comp
pany proposeed as the Design‐Builder m
must be provid
ded as part of the SOQ. (Th
he term “com
mpany” can re
efer to either a single entitty or a joint vventure.) Information concerning other key fiirms that mayy be includedd on the Desiggn‐Builder teaam, such as Design‐Builderr subconsultants and subcontractors,, should also be provided aas part of thee SOQ. The D
on must inclu
ude the follow
wing informattion: informatio



General. Provide general in
nformation ab
bout the propposed Design‐‐Builder, such
h as lines of business and sservice offerin
ngs, locationss of home andd other officees, number off employees in d non‐professsional), years in business, aand evidence of required California (professional and
liccenses. Response to D
Design Builder Ownership,, Legal and Li censing Quesstions. Provide response tto he following q
questions. th
o Has there been anyy change in ow
wnership of tthe Design Bu
uild firm at an
ny time duringg the past th
hree years? (ccorporations with publiclyy traded sharees are not req
quired to answ
wer this qu
uestion). o Is the Design Build ffirm a subsidiary, parent, holding comp
pany, or affiliaate of anotheer firm? N
NOTE: Include
e information
n about otherr firms if one firm owns 10
0% or more off anothe
er, or if an ow
wner, partnerr, or officer off your firm ho
olds a similar position in anothe
er firm. o Are an
ny corporate o
officers, partn
ners or owne rs of the Design Build firm
m connected tto any other cconstruction firms? NOTE: Include info rmation abou
ut other firmss if an owner,, partne
er, or officer o
of your firm h
holds a similarr position in aanother firm. o Has an
ny owner, parrtner, or corporate officer of the Design
n Build firm o
operated as a contraactor under an
ny other nam
me or license nnumber (not listed above) in the last fivve years?? o Has an
ny California SState License held by the D
Design Build ffirm or its Ressponsible Managging Employe
ee or Responssible Managinng Officer beeen suspended
d or revoked within the last five years? ed names or license numb
ber in the lastt five years? o Has the Design Build firm change
Design Build T
D
Team Structurre. The Respondent shall identify the ccomposition, organization, and management o
m
of the Design‐Build team aas follows: o Provid
de staff‐level o
organizationaal charts for SStage 1 and Sttage 2 showin
ng the reporting relatio
onships and re
esponsibilities of the Desiggn‐Builder’s aand any subco
ontractor’s an
nd subcon
nsultant’s keyy personnel. Respondent organizationaal chart should show all Respondent’s team
m members th
hat Responde nt believes im
mportant for SVCW to consider m, must identiify the follow
wing project ro
oles in its short‐listing decision, but aat a minimum
for the
e key compon
nents listed ab
bove:  Design‐Builld Principal in
n Charge  Project Manager  Designer‐off‐Record 27
Grravity Pipelinee RFQ 




 Project Enggineer(s)  Geotechniccal Engineer
 Permitting and Environm
mental Comp liance Lead endent  TBM Manager/Superinte
on Manager(ss)  Constructio
 Safety Officcer on Superinten
ndent(s)  Constructio
Le
egal Structure
e. Identify ho
ow the propo
osed Design‐B
Builder is orgaanized; examples include aas a co
orporation, limited liabilityy company (LLC), general ppartnership, jjoint venture,, limited partnership, or other form of legal entityy. As applica ble, identify tthe owners of the Design‐
Builder (e.g., shareholders, members, paartners, and tthe like) who hold an interrest of ten peercent or more. Office Location
O
n. Identify w
where the prop
posed Designn‐Builder intends to maintaain its projectt offfice(s) and w
where the majjority of the d
design work aand segment fabrication w
will be perform
med. Se
elect key mem
mbers are req
quested to be
e located on‐ssite at or near SVCW officees throughou
ut the project duratio
on in space prrovided by SV
VCW. Su
ubcontractorrs and Subcon
nsultants: Identify any othher subcontraactors and su
ubconsultantss in
ncluded on the Gravity Pipeline Team in
n addition to tthe Design‐B uilder and deescribe the scope off the Design‐B
Build entity and each firm’’s services annd responsibillities during SStage 1 and Sttage 2 of the Projecct. Identify th
he designer off record and tthe contracto
or/fabricator that will be re
esponsible for the followin
ng: BM Tunnel o EPB TB
o Shafts o Ancillaary inlet facilitties o Precasst concrete tu
unnel segmen
nts and corrossion protectio
on Tu
unnel. Provid
de information about tunnel equipmentt that the pro
oposed Design
n‐Builder hass avvailable in the
e USA that may be used fo
or the Gravityy Pipeline such as rolling sttock/conveyo
ors, electrical transsformers, grouting equipm
ment, precast plant equipm
ment, soil add
ditives equipm
ment nd hoisting eq
quipment. an
Depth of Avail
D
lable Staff. P
Provide inform
mation about the number of USA experrienced staff iin positions including tunnel p
project managger, tunnel prroject engineeer, tunnel superintendentt, unnel foreman, tunnel field engineer, and TBM operrator. tu
of Key Perso
8.4.3 Qualifications Q
onnel (25 Poin
nts Max) This sectio
on will be sco
ored based on
n the followin
ng: 

Paast experiencce of Designer and Contracctor key persoonnel as a collaborative Teeam Le
ead Designer Qualification
ns and experie
ence of key ppersonnel Lead Contractor Qualification
ns an
nd experience of key perso
onnel 28
Grravity Pipelinee RFQ Provide brief bios of th
he Responden
nt’s Key Perso
onnel which ddemonstrate their ability tto fulfill their roles onsibilities and will enable Respondent to successfullly complete tthe design, co
onstruction, and respo
startup, commissioningg, and performance testing of the Gravvity Pipeline. Two‐page reesumes for eaach of ondent’s Key Personnel shall be include
ed as Append ix A, and shalll include the following: the Respo




Academic and professional qualifications. Professional re
egistration (ass applicable). Paast experiencce of Designer and Contracctor key persoonnel working together ass a collaborattive te
eam. Siimilar experie
ence as it relaates to the Pro
oject and to tthe individual’s specified rrole on the Project. In responding to this R
RFQ, the Respondent is com
mmitting thatt the Design‐B
Builder and all other firmss will use a skilled and traine
ed workforce for completio
on of the worrk. 8.4.4 Exxperience Co
ollaborating w
with Owners ((20 Points M ax) This sectio
on will be sco
ored based on
n the past exp
perience of keey personnel successfully collaboratingg with owners (in
ncluding engiineering and O&M) on the
e design and cconstruction of previous p
projects. Provide a description o
of past projecct experiencess successfullyy collaboratin
ng with ownerrs (including engineering and O&M staff) on design and consttruction projeects and a description of h
how project challenges were addre
essed to succe
essfully achievve the ownerr’s project objjectives. Desscribe the systems, er collaborati on on past prrojects. tools and//or processess utilized to faacilitate owne
8.4.5 Exxperience Successfully Co
ompleting Sim
milar Projectss (35 Points M
Max) This Section will be sco
ored based on
n the followin
ng: 

el successfullyy completing underground
d design and cconstruction in Exxperience of key personne
similar soil con
nditions. Exxperience of key personne
el successfullyy completing similar Earth Pressure Ballance Tunnel Boring Machin
ne and tunnel shaft projectts in corrosivee conditions.
Provide descriptions off past and on‐going projeccts, no older tthan 12 yearss (based on co
ompletion daate), for which the proposed
d entity proviided similar sservices, incluuding the follo
owing: 



Design‐Build Projects CMAR Projectss Design‐Bid‐Buiild Projects Design Assist P
Projects Similar projects would include the kkey components listed aboove with similar features to the proposed Gravity Pipeline projecct: 29
Grravity Pipelinee RFQ 



EPB Tunneling (3.3 miles, 15’ OD, medium stiff clays w
with sands) Sh
hafts (30’ to 8
80’ deep, 15 tto 40’ in diam
meter, very sooft mud with cclays and san
nd, constructio
on height restrictions) wage drop inle
ets and structtures, air movvement and p
pipeline odorr Ancillary inlet facilities (sew
ontrol) co
Precast Concre
ete tunnel seggments and ccorrosion prottection (highly corrosive ssoils and sewaage elated corrosiion) re
Each proje
ect descriptio
on shall contaain at least the following innformation:







Name of owne
er Owner referen
O
nce and contaact informatio
on Role of respon
ndent Contract appro
oach (e.g., de
esign‐build, de
esign bid buil d, CMAR, etcc.) Contract value
e for: 1) the to
otal installed cost of the prroject, including a breakdo
own of the original contraact amount an
nd total cost aat completionn inclusive of f all change orrders, and 2) for he scope appllicable to thiss project, if different (i.e., iif a project haad 30% of thee project bein
ng a th
tu
unnel and shaafts, then provide the value for the tun nel and shaftt part of the p
project) dates Scchedule for p
project, both p
planned and aactual, includding start and
d completion d
Description of the project showing relevvance to this PProject includ
ding average ttunnel excavaation raate informatio
on after initiaal TBM assem
mbly (provide description o
of factors affeecting excavattion raate). In addition, a summaryy table should
d be provided
d to cross‐refeerence the Deesign‐Builderr team (firms and onnel) with paarticipation in
n the referencce projects. key perso
8.4.6 Sa
afety Experie
ence on Similaar Projects (1
10 Points Maxx) This sectio
on will be sco
ored based on
n success achieved in past projects related to maintaaining a safe project sitte. The Respo
ondent’s SOQ
Q shall provide
e a summary of its safety pprogram and Respondent’’s safety reco
ord, including supporting evidence docu
umenting to fo
ollowing: 




Th
he most recent three (3) yyears of Workkers’ Compen sation EMR aand/or Experience Modificcation Faactor (EMF) aand/or Severitty/DART rates. Th
he total recorrdable injurie
es and illnesse
es incidence rrate for the past three (3) years. Th
he days awayy from work in
njury incidencce rate for thhe past three (3) years. Completed Occupational Saafety and Heaalth Administ ration (OSHA
A) Form 300A,, Summary off Work‐Related W
Injuries and IIllnesses, and OSHA citatioons for the paast three (3) yyears. In
nformation co
oncerning wo
orker’s compe
ensation expeerience historry for the pastt three (3) years an
nd current wo
orker safety p
program. 30
Grravity Pipelinee RFQ 
Respondent sh
hall provide supporting eviidence docum
mentation as an Appendix (Safety Record Documentation) of its SOQ.. 8.4.7 Co
omments on Draft Term SSheet As part off the SOQ, pro
ovide comme
ents on Attach
hment A.1 (Suummary of Teerms and Con
nditions for Gravity Pipeline) and A
Attachment A
A.2 (Draft Resp
ponsibility M atrix). 8.4.8 Design‐Builde
D
r Minimum Q
Qualification Requirementts Complete
e the Design‐B
Builder Minim
mum Qualificaation Require ments questiionnaire provvided as Attachme
ent B of this R
RFQ for inclusion in the Resspondent’s SO
OQ appendix. 8.4.9 SO
OQ Forms Complete
e the following forms proviided as Attachment C of thhis RFQ for in
nclusion in thee Respondentt’s SOQ appe
endix. 


C.1 Affidavit off Authenticityy Company Lettter of Intent C.2 Insurance C
C.3 Surety Lettter of Intent OQ Appendicces 8.4.10 SO
Responde
ent shall include the follow
wing appendicces to its SOQ
Q: 



9
9.1
Appendix A: 2 Page Resume
es of Key Perssonnel Appendix B: De
esign‐Builderr Minimum Qualification R
Requirementss—Complete tthe Design‐Bu
uilder Minimum Qua
M
alification Req
quirements prrovided in Atttachment B, ffor inclusion as Appendix B to Respondent’s SOQ. OQ Forms Appendix C: SO
o C.1 Afffidavit of Authenticity o C.2 Inssurance Comp
pany Letter of Intent o C.3 Surety Letter off Intent Appendix D: Saafety Record Documentatiion LIMIITATIONS General This sectio
on sets forth SVCW rights and disclaime
ers, restrictioons due to con
nflicts of interest, how SVC
CW will treat information cconsidered byy Respondentts to be confi dential and // or proprietary, protest procedure
es, and obligaations of the Respondent aand, once seleected, the Deesign‐Builder with respect to required d
documentatio
on to fundingg sources and obligations tto keep the Respondent’s team intact throughout the procurrement proce
ess. 31
Grravity Pipelinee RFQ 9.2
SVC
CW Rights In connecction with thiss procuremen
nt, the SVCW reserves to ittself all rightss (which rightts shall be exercisable by the SVC
CW in its sole discretion) avvailable to it uunder the Public Contract Code and e law, includin
ng without lim
mitation, the following, wiith or withoutt cause and w
with or withou
applicable
ut notice: 1. Cancel, modifyy, or withdraw
w the RFQ or RFP without incurring cosst obligations or liabilities
2. Isssue a new RFFQ or RFP, or modify datess set or projeccted in the RFFQ or RFP; 3. Accept or rejecct any or all SSOQs or Propo
osals or information subm
mitted related to an SOQ or Proposal; 4. Isssue Addendaa, supplementts and modifications to thee RFQ or RFP ondents or Proposers as 5. Modify the pro
M
ocurement prrocess with appropriate nootice to Respo
ap
pplicable; 6. So
olicit Best and
d Final Offerss (BAFO) from
m all Proposerrs short‐listed
d. 7. Appoint an Evaaluation Committee and evaluation teaams to review
w SOQs and Proposals and onsider the advice and asssistance of no
on‐District expperts in evalu
uations co
8. Approve or dissapprove partticular subcon
ntractors, subbstitutions off subcontracto
ors, changes in ey Personnel submitted SO
OQ Ke
9. Se
eek or obtain data from an
ny source thaat has the pottential to imp
prove the und
derstanding and evvaluation of tthe SOQs or P
Proposals 10. Revise and mo
odify, at any time before th
he SOQ or Prooposal Deadliine, the facto
ors it will conssider n evaluating P
Proposals and
d to otherwise
e revise or exxpand its evaluation metho
odology. in
11. Conduct intervviews and/or discussions w
with Respond ents and Proposers; W
aknesses, info
ormalities, irrregularities, oor omissions, permit corrections, and seeek 12. Waive any wea
an
nd receive claarifications 13. Disqualify any Respondent or Proposer tthat changes its organizatiion or other information in
ncluded in the
e SOQ withou
ut SVCW writtten approval
14. Hold the Propo
osals under consideration for the maxim
mum duratio n of the prop
posal validity ed in the RFP or longer if th
here is a mut ual agreemen
nt period specifie
ntract, with or without neggotiations, to the Proposer determined
d by the SVCW
W to 15. Award the Con
e to the SVCW
W have offered the Best Value
mation contaiined in the Prroposals to thhe public as described in th
he RFP 16. Disclose inform
17. Not issue a No
otice to Proceed after execcution of the CContract if sp
pecific contracctual re
equirements are not met b
by the Contraactor 18. Te
erminate evaluations of SO
OQs/Proposaals received att any time 19. Require confirmation of infformation, additional inforrmation conceerning an SOQ
Q or Proposaal, or equire additio
onal evidence
e of qualifications to perfo rm the work described in this RFP re
20. Contact and assk questions o
of contact persons 21. Accept other than the lowe
est Price Proposal as the Beest Value Pro
oposal 22. Sh
hort‐list, hold
d discussions and/or reque
est BAFOs 23. Approve or dissapprove changes to the Proposer Team
ms 32
Grravity Pipelinee RFQ 24. Add or delete Contract worrk h one or more
e Proposers 25. Negotiate with
26. Su
uspend and/o
or terminate negotiations,, engage in neegotiations w
with other than the highestt raanked Proposser if negotiattions with the
e highest rankked Proposerr prove to be unsuccessful;; 27. Retain ownersship of all SOQ
Q/Proposals aand materialss submitted in
n hard‐copy aand/or electro
onic fo
ormat. 28. Exxercise any otther right resserved or affo
orded to the SSVCW under tthe RFQ/RFP usal or rejecttion is based u
29. Reject or refusse to considerr a submitted
d SOQ/Propossal if such refu
upon lissted circumsttances a. Failure
e on the part of the a Princcipal Participaant to pay, saatisfactorily seettle, or provide securitty for the payyment of claim
ms for labor, equipment, m
material, supp
plies, or services legallyy due on previous or ongoing contracts;; b. Submittal by the Re
espondent/Prroposer of moore than one SOQ/Proposal for the sam
me work u
under the Resspondent’s/Proposer's ow
wn name or un
nder a differeent name; c. Participation by a P
Principal Participant in morre than one SSOQ/Proposal in response to the RFFQ/RFP; d. Eviden
nce of collusio
on between aa prospective Respondent//Proposer, an
ny Principal Participant or Lead Designer and
d other Respoondents/Prop
posers, Principal Participan
nts or Lead D
Designers in the preparatio
on of an SOQ in response tto the RFQ, an RFP Propossal, or any prricing for the Project; e. Uncom
mpleted workk or default on
n a contract ffor which the prospective Respondent/Proposer or a Princcipal Participaant is responssible which, in
n the judgment of VCW, might re
easonably be determined tto hinder or p
prevent the p
prompt completion the SV
of worrk on this Con
ntract if award
ded; f. Existen
nce of a noticce of debarme
ent or suspennsion in any ju
urisdiction; g. Eviden
nce of inadequate financial resources too ensure succcessful completion of all w
work under this Contractt; h. Failure
e to obtain re
equired bondss or specified insurance fo
or this Projectt; i. Proposser refusal to
o further nego
otiate pricing,, or Contract terms and co
onditions, in advance of executio
on of the Con
ntract; nce of Respon
ndent/Proposser or Principaal Participantt noncomplian
nce with any j. Eviden
federaal, state or loccal laws or reggulations; or
k. By virttue of the SVC
CW exercisingg any other ri ght reserved or afforded tto the SVCW under the RFQ/RFP
P or under the
e Public Contrract Code and
d applicable law. 9.3
SVC
CW Disclaim
mers In issuing this RFQ and RFP and und
dertaking the procurementt process speecified herein,, SVCW disclaaims wing: the follow
1. Any liability or com
mmitment to provide saless tax or other revenues to assist in carryying out any aand all phases of the Contract 33
Grravity Pipelinee RFQ 2. Any o
obligation, ressponsibility orr liability, fisccal or otherwiise, to reimbu
urse a Respon
ndent/Proposser for alll or part of th
he costs incurred or alleged
dly incurred bby parties con
nsidering a reesponse to an
nd/or in responding to th
he RFQ or RFP
P. obligation to A
Award the Co
ontract to the Proposer subbmitting the llowest priced
d Proposal 3. Any o
4. Any o
obligation to A
Award the Co
ontract 5. Any contractual ob
bligation or liaability for, any obligations with respectt to the Projecct until such ttime e satisfactoryy to the SVCW
W, has been authorized and (if at aall) as a contrract, in form aand substance
execu
uted. The Respo
ondent/Propo
oser acknowledges that, b
by submitting an SOQ or Prroposal in ressponse to thee RFQ/RFP, it accepts the
ese disclaime
ers and waives any right w hatsoever to legally challeenge or proteest any District’s actions th
hat exercise tthese disclaim
mers. 9.4
Conflicts of Intterest Each Resp
pondent, and their respecttive team members, subcoontractors and subconsultants must comply with SVCW
W's Organizattional Conflictt of Interest P
Policy for Dessign‐Build Pro
ojects, which is included w
with this RFQ aas Attachmen
nt D. 9.5
Ob
bligations Re
egarding SRFF and WIFIA Compliancee Design‐Bu
uilders shall b
be required to
o meet requirrements of SV
VCW’s fundingg sources. Th
he SRF loan program iincludes speccific requirements for proje
ects that will be required tto be met by the Design‐
Builder. TThese include
e: 


Disadvantaged
d Business Entterprise “Goo
od Faith” effoort and reportting of DBE uttilization Davis‐Bacon prevailing wagge requiremen
nts American Iron and Steel req
quirements (u
unless waiverr is obtained) The WIFIA
A program is rrelatively new
w and the spe
ecific requirem
ments are unknown at thiss time. It is anticipate
ed that requirrements will b
be similar to SSRF. SVCW iss currently invvestigating W
WIFIA requirem
ments and shoulld have more details prior to issuing the
e RFP. 9.6
Pro
oprietary an
nd Confidenttial Informattion All SOQs ssubmitted in response to tthis RFQ beco
ome propertyy of SVCW and
d will be keptt confidential until a recomm
mendation forr award of a ccontract has b
been announcced. Thereaftter, except for financial statements, SOQs are subject to public inspectio
on and disclossure under th
he California P
Public Record
ds ernment Code Section 625
50 et seq.) Th
herefore, unleess the inform
mation is exempt from Act. (Gove
disclosure
e by law, the ccontent of an
ny SOQ, or rellated submisssion, between
n SVCW and aany Respondeent regardingg the procurem
ment, shall be
e available to
o the public. If a Respo
ondent believes any portio
on of its SOQ o
or related com
mmunication
n contains trade secrets orr other proprietary inforrmation that the Responde
ent believes w
would cause ssubstantial in
njury to the Responde
ent’s competitive position if disclosed, tthe Respondeent may request that SVCW
W withhold frrom disclosure
e the propriettary information by markin
ng each page containing such proprietaary informatio
on as confiden al. By submi ng a SOQ w
with por ons marked ―coonfiden al, a Respondent rrepresents it has 34
Grravity Pipelinee RFQ determine
ed such portions qualify fo
or exemption from disclos ure under thee California P
Public Recordss Act. A Respondent may nott designate its entire SOQ as confidentiial. SVCW will not honor su
uch designatiions and will disclose submittals so desiggnated to the
e public. The fforegoing stattement does not impact the fact that SSVCW will tre
eat Proposals as confidentiial during thee RFP evaluatiion and selecttion process.
If a Respo
ondent requessts that SVCW
W withhold fro
om disclosuree information
n identified ass confidential, and SVCW com
mplies with th
he Responden
nt’s request, Respondent sshall assume all responsib
bility for any challenges resulting fro
om the non‐d
disclosure, ind
demnify and hhold harmlesss SVCW from
m and against all damages (including but not limited to attorneys’’ fees that maay be awardeed to the party requesting the Responde
ent informatio
on), and pay aany and all co
osts and expeenses related to the withho
olding of Responde
ent informatio
on. Responde
ent shall not m
make a claim,, sue, or main
ntain any legaal action again
nst SVCW or iits directors, officers, emp
ployees, or aggents concernning the withh
holding from disclosure off Responde
ent informatio
on. If Respondent does no
ot request thaat SVCW withhold from dissclosure informatio
on identified as confidentiial, SVCW shaall have no obbligation to w
withhold the in
nformation frrom disclosure
e and may release the info
ormation sougght without aany liability to
o SVCW. 9.7
Ob
bligation to K
Keep Team IIntact Responde
ents are advissed that all firrms and Key p
personnel ideentified in thee SOQ shall reemain on the Gravity Pipeline Team for the durattion of the pro
ocurement prrocess and exxecution of th
he Gravity e PDB Contraact and for completion of tthe Gravity Pipeline. (The anticipaated dates forr award of the
Pipeline aare set forth in
n Section 3.7 of this RFQ.) If extraordinnary circumsttances requiree a change, itt must be ssubmitted in w
writing to the
e Owner Conttract, who, at his or her so
ole discretion,, will determine whether tto authorize aa change, reco
ognizing that certain circuumstances (su
uch as termination of employment) may occur that are be
eyond the De
esign‐Builder’ s control. Un
nauthorized cchanges to thee eam at any tim
me during the
e procuremen
nt process maay result in ellimination of the Respondent Project Te
from furth
her consideraation. 9.8
Pro
otest Proced
dures SVCW will entertain ap
ppeals regarding this RFQ p
process only as set forth in
n this Section
n. Appeals P
Prior to SOQ SSubmittal Daate Appeals m
may be based upon restricttive requirem
ments or allegged improprieeties in the RFFQ that are apparent or reasonably should have
e been discovvered prior too SVCW’s receeipt of SOQs. Such appealss wner's Represe
entative, at leeast fourteen
n calendar dayys prior to SV
VCW’s shall be filed in writingg with the Ow
receipt off SOQ. The ap
ppeal must cle
early specify iin writing thee grounds and
d evidence on
n which the ap
ppeal is based. after Short‐lissting Appeals a
Appeals m
may also be based upon alleged improp
prieties that aare not appareent in the RFQ
Q or that cou
uld not reasonably have be
een discovere
ed prior to SV
VCW’s receiptt of the SOQss. Such appeals are limited
d to proceduraal errors in th
he RFQ processs. The appeaal must clearlyy specify in w
writing the gro
ounds and evidence on which the
e appeal is bassed. Such app
peals must bee submitted in
n writing to the Owner's ment. Representtative within three days frrom receipt of the short‐lisst announcem
35
Grravity Pipelinee RFQ In order to prevail on aan appeal bassed on alleged
d improprieti es not appareent in the RFQ
Q, a Respond
dent monstrate than an error waas prejudicial to the Respoondent's efforrt to become shortlisted fo
or must dem
participattion in this Pro
oject. In othe
er words, in order to prevaail, the Respondent must d
demonstrate tthat but for SV
VCW's error, tthe Responde
ent would havve been shortt‐listed. No Appea
als of Substan
ntive Scores SVCW will not entertaiin appeals reggarding, or re
econsider, subbstantive scores or determ
minations mad
de in the evaluaation processs. SVCW Ressponse to Ap
ppeals SVCW will respond to aan appeal in w
writing within
n seven calenndar days of receipt, and SVCW's e final. determinaation shall be
Sole Appe
eal Procedure
es The appeaal proceduress summarized
d in this Sectio
on comprise tthe sole appeeal procedurees for this RFQ
Q. A Responde
ent’s failure to
o comply with
h the procedu
ures set forthh herein will liikely result, aat the sole discretion
n of SVCW, in rejection of tthe appeal. *** 36
Grravity Pipelinee RFQ Attachm
ment A.1
Summa
ary of Term
ms and Con
nditions for Gravity P
Pipeline
The follow
wing is a summary of the terms and con
nditions that Silicon Valleyy Clean Waterr (“SVCW”) an
nticipates will be inccluded in the Progressive D
Design Build A
Agreement (““Agreement”)) for the Gravvity Pipeline P
Project. These terms and condiitions should not be consid
dered as all‐innclusive or deefinitive as to
o the form or substance
e of the actual provisions o
of the Agreem
ment to be aw
warded. SVCW
W reserves th
he right to am
mend, modify, or delete any o
of these term
ms and conditions in the RFFP or Agreemeent. 1. Contract Time
e Design‐Build
der must achieve Final Com
mpletion of thhe Work using best practiccal safe speed
d to The
com
mplete the Work so that th
he existing pip
peline and puump stations can be taken out of operaation as early as reasonably possible. 2. Liquidated Damages
The
e Agreement w
will set forth liquidated daamages for faailure to achieeve Substantial Completion or Finaal Completion
n within the ccontract time negotiated aand agreed up
pon by the paarties. In addiition, the Agreement w
will set forth sseparate liquidated damagges for speciffic milestone completion d
dates, including but not limited to co
ompletion off work that aff
ffects other SV
VCW projectss such as the rece
eiving lift stattion shaft and
d the retrievaal of the tunneel boring macchine from th
he receiving lift stattion shaft. 3. SVCW Own
nership of Facilities
F
SVC
CW will own tthe Facilities, and control tthe easementts on which certain Facilities are to be b
built. SVC
CW will provid
de the Design
n Builder with
h access to thee Work site aand easementts for the purrpose of fulffilling its obliggations (design and constru
uction) underr the Agreement. 4. Governmen
ntal Approv
vals
The
e Design‐Build
der will be ressponsible for obtaining thee following co
onstruction‐related permits, licenses, and app
provals necesssary for the cconstruction of the Facilitiies:  Encroach
hment permitts  Stormwaater discharge
e permits  Construcction dewaterring NPDES pe
ermits  Cal OSHA
A Mining and Tunneling Un
nit Undergrouund Classificaation Requirements e Design‐Build
der will be expected to asssume the risk of delays cau
used by the n
non‐issuance o
of any The
of these approvaals, as well ass the impositio
on of terms aand condition
ns that are mo
ore costly thaan assu
umed for the issuance of, any permit, license or appproval listed aabove. A-1
Gravity Seweer RFQ Attachm
ment A.1
Summa
ary of Term
ms and Con
nditions for Gravity P
Pipeline
SVC
CW already haas or will be rresponsible fo
or obtaining eenvironmentaal permits and
d approvals, ssuch as:  California Environme
ental Quality A
Act (CEQA) appproval ermit  BCDC Pe
 COE Perrmit  CA F&W
WS Permit The
e Design‐Build
der may be re
equired to asssist SVCW in oobtaining thee permits and approvals lissted abo
ove, includingg the preparattion of permitt application materials, co
oordination w
with the regulaatory age
encies, and otther required assistance. 5. Design of the
t Facilitie
es
The
e Design‐Build
der will have ssole responsibility for desiigning the Faccilities, and w
will assume all design riskk. The Design‐Builder’s dessign must me
eet the minim
mum design reequirements as defined byy the Dessign Criteria to
o be included
d with the RFP
P and as refinned collaboratively duringg Stage 1 Preconstruction,, and must be
e completed iin accordancee with all design requirements included
d in the Agrreement. SVC
CW will review
w the design at specific deesign develop
pment milesto
ones for consistency and
d compliance with such design requirem
ments. 6. Building In
nformation Model
M
e Design‐Build
der will develop a building information model for the Project botth to assist in the The
dessign process, aas well as onggoing mainten
nance and opperation overr the life span
n of the Facilitties. 7. Integration
n with Existiing SCADA System
In o
order to integgrate the Facillities with SVC
CW's existingg SCADA systeem, all propossers will be reequired to h
hire Cascade IIntegration D
Development as part of theeir teams for online autom
mation integraation servvices. Cascad
de Integration
n Developmen
nt is SVCW's eexisting SCAD
DA consultantt, and has com
mmitted to prroviding a quo
ote to each sh
hortlisted prooposer utilizin
ng the same h
hourly rates. 8. Constructio
on and Acc
ceptance Te
esting
The
e Design‐Build
der will be req
quired to con
nstruct the Fa cilities in acco
ordance with
h the design and con
nstruction req
quirements included in the
e Agreement, applicable co
odes, permitss, regulationss and other applicable laws and goo
od engineerin
ng and constrruction practices. Folllowing substaantial completion of the Prroject, the Deesigner‐Buildeer will underttake and passs acceptance testss, which demo
onstrate thatt the Facilitiess are capable of operating in accordancce with the acceptance sstandards thaat will be defined in the Aggreement. Paassing acceptance tests will be required in order to achieve FFinal Complettion. A-2
Gravity Seweer RFQ Attachm
ment A.1
Summa
ary of Term
ms and Con
nditions for Gravity P
Pipeline
9. Price Propo
osal
Dessign‐Builder’s proposal shaall include a p
price proposa l based on the project deffined in the RFP with the following components:  Lump su
um price for SStage 1 Precon
nstruction se rvices (design
n through 60%
% completion
n).  Percentaages to be applied to all Sttage 2 costs (ddesign complletion, constrruction and sttart‐up costs) to
o cover the fo
ollowing: o Home office overhead o Profit  The perccentages for h
home office o
overhead andd profit to be applied to Stage 2 costs w
will remain ffixed throughout the proje
ect unless chaanges are app
proved by thee Authority.  A detaile
ed open bookk estimated to
otal cost for SStage 2 servicces (completio
on of design aand all construcction).  The Prop
poser’s Total Construction
n Cost Estimatte will provide a starting p
point for construcction cost estimate revisions during Staage 1. As elem
ments of the project are ch
hanged during Stage 1, the To
otal Construcction Cost Est imate will be adjusted acccordingly. Ultiimately revisionss to the Propo
oser’s Total C
Construction CCost Estimatee, at the concclusion of Stagge 1, will lead to a GMP or lump sum fo
or Stage 2. 10. Compensa
ation
ugh 60% completion) will bbe compensaated on the baasis of the Deesign‐
Stagge 1 services (design throu
Builder’s Stage 1
1 lump sum am
mount. Stagge 2 of the Prroject will pro
oceed only if SSVCW and th e Design‐Buillder come to agreement o
on a Guaaranteed Maxximum Price ((GMP) or a lump sum for aall remaining design and construction w
work durring Stage 2. If a GMP is esttablished, the
e Agreement will include aa shared savin
ngs clause, which will entitle the D
Designer‐Build
der a percentage of any saavings the Dessign‐Builder aachieves by reeaching Finaal Completion
n under the G
GMP. All Stage
e 2 pricing infformation willl be developeed by the Dessign‐
Builder and sharred with SVCW
W as an “open
n book.” 11. Basis of Pa
ayment
The
e Design‐Build
der will be compensated o
on the basis o f monthly invvoices submittted. 12. Retention
CW will withhold 5% or 10%
% of each pro
ogress paymeent as retentio
on until Final Completion of the SVC
Project is achieved. 13. Security fo
or Performance
As aa condition off the award o
of the Agreem
ment, the Des ign‐Builder sh
hall provide aa payment bo
ond and performance in tthe amount o
of 100% of the
e Stage 2 servvices. A-3
Gravity Seweer RFQ Attachm
ment A.1
Summa
ary of Term
ms and Con
nditions for Gravity P
Pipeline
14. Insurance
SVC
CW intends to
o obtain an Owner Controllled Insurancee Program (O
OCIP) for the P
Project at SVC
CW's exp
pense, including the follow
wing coverages:  General Liability  Excess Liability  Builder’ss Risk  Pollution
n Liability Dessign‐Builder w
will be require
ed to enroll in
n the OCIP, if SVCW obtain
ns an OCIP. In addition, Deesign‐
Builder will be re
equired to carry the follow
wing insurancee during all sttages of the P
Project:  Professio
onal Liability  Worker’s Compensattion ust be provide
ed by an insurance compa ny with a ratiing of at leastt A:VII. All iinsurance mu
15. Differing Site Conditio
ons / Force Majeure
Dessign‐Builder m
may be entitle
ed to a time e
extension for differing site conditions o
or a force majeure eve
ent that affectts the critical path of the P
Project. Desiggn‐Builder maay also be enttitled to a chaange in the Contract Pricce. 16. Terminatio
on for an Event of Default
SVC
CW will have tthe right to te
erminate the Agreement aafter notice and cure oppo
ortunity upon
n the occurrence of ce
ertain events of default inccluding, withoout limitation
n, the Design‐‐Builder's failu
ure to e Agreement. SVCW will aalso have the right to term
minate perform any matterial obligatiion under the
the Agreement w
without noticce or cure opp
portunity upoon the occurreence of certain events of d
default, whiich include th
he failure to o
obtain and maaintain any coontract securiity instrumen
nt, the failure to achieve acceptan
nce of the Facilities througgh the accepttance processs, and the insolvency or ban
nkruptcy of th
he Designer‐B
Builder. 17. Convenience Termina
ation
CW will have tthe right, at aany time, to terminate thee Agreement ffor its conven
nience and wiithout SVC
cause. For a con
nvenience terrmination durring Stage 1 (iincluding anyy time prior to
o the issuancee of a Nottice to Procee
ed for Stage 2
2), Design‐Builder shall onl y be entitled to payment ffor percentagge of Stagge 1 work com
mpleted, not to exceed the Stage 1 lum
mp sum amou
unt. For a convenience term
mination duriing Stage 2, th
he Design‐Builder shall bee entitled to p
payment for aall work comp
pleted but not yet paid or invoiced. 18. Additional Design Serrvices In the event thatt the parties d
do not come to agreement to proceed to Stage 2 of f the Project, SVCW rese
erves the righ
ht to; 1) requiire Design‐Builder to compplete the desiign for the Prroject to 100%
%; 2) term
minate the De
esign‐Builder; or 3) to conttract directly with Design‐‐Builder’s lead
d designer an
nd/or design subconsu
ultants for dessign‐related sservices on thhis Project, in which case D
Design‐Builder shall take
e such steps aas are reasonably necessary to enable SSVCW to implement such relationship.
A-4
Gravity Seweer RFQ Attachm
ment A.1
Summa
ary of Term
ms and Con
nditions for Gravity P
Pipeline
19. Indemnifica
ation
The
e Design‐Build
der will indem
mnify, defend and hold harrmless SVCW and its officials, employeees, representatives, agents and ccontractors frrom and againnst any and aall loss and exxpense arisingg from orm, its obligaations or in connection with the Dessign‐Builder’ss (1) performaance of, or failure to perfo
und
der the Agree
ement, or (2) tthe negligencce or willful m
misconduct off the Design‐B
Builder or anyy of its officers, directorrs, employeess, representattives, agents or subcontraactors in conn
nection with tthe Agrreement. 20. No Conseq
quential Dam
mages
Neither SVCW no
or the Design
n‐Builder shall be entitled tto recover co
onsequential d
damages for any breach of the Aggreement. 21. Forum for Dispute Res
solution
The
e parties shall consent to the exclusive jjurisdiction o f the courts o
of the State of California lo
ocated in SSan Mateo Co
ounty. SVCW iis amenable tto alternate ddispute resolu
ution procedu
ures, but will not agre
ee to arbitrattion. A-5
Gravity Seweer RFQ Attachm
ment A.1
Summa
ary of Term
ms and Con
nditions for Gravity P
Pipeline
THIS PAGE INTENTIONA
ALLY BLANK A-6
Gravity Seweer RFQ Attachm
ment A.2
Draft Re
esponsibility Matrix
Item
m / Task
Responsibbility Matrix (P – Primary)
Responssibility Allocation
SVCW
DesignnBuildeer
IItem / Task Definition
Environmeental Review
P
Complletion and acceeptance of Environmental Imppact
Reportt and CEQA revview for projectt as currently deefined
Environmeental Permits
P
Obtainn COE, BCDC, C
CAFWS permitss for project as currently
defineed
Right of waay
P
Obtainn easements aand agreementss for alignmentt and
staginng areas for prooject as currenttly defined
Changges needed due to Design-Buuilder ideas thaat are
differeent from projecct as defined inn CEQA review aand
enviroonmental perm
mits
Consttruction permitts after contracct execution (e.gg., city
road eexcavation perm
mits)
Comppliance with applicable CEQA and permit conditions
Modification to CEQA,
Environmeental Permits
and right of
o way
Constructiion Permits
P
Environmeental
Compliancce
Design inttegration
between FoP
F and GP
P
P
Approval of
o “turnover”
milestoness and FoP
compliancce
Design Liaability
P
Existing Geeotechnical
Informatioon
P
Contraacts for the twoo projects will rrequire design
coord ination from booth teams to w
work together annd with
SVCW
W to establish construction “tuurnover” milesttones for
the RLLS shaft
SVCW responsible foor approving thee “turnover” milestones
and foor FoP compliannce with the “tuurnover” milesttones
P
Preco nstruction servvices scope will include task ffor
Desiggn-Builder to reeview and acceppt or propose
modiffications to dessign criteria and design conceepts
previoously developedd
SVCW will provide exxisting geotechnical informatiion but
will onnly allow Designn-Builder to relly on data (not
interprretation)
Designn-Build team w
will be required to have its ownn
geootechnical / fouundation enginneer for interpreetation
P
Evaluationn of existing
geotechniccal
informatioon
Site Investtigation after
Contract Finalization
F
Approval of
o
Geotechniical Baseline
Report
Reasonably
Foreseeabble Site
Conditionss and Buried
Utilities
P
P
Preconnstruction serviices scope will include task foor DesignBuillder to conductt further geotecchnical and grooundwater
studdies
SVCW responsible foor approving thee GBR preparedd by
Dessign-Builder collaboratively w
with SVCW durinng Stage 1
Precconstruction
Designn-Builder will have responsibiility for conditioons that
cou ld be reasonabbly foreseen
P
P
A-7
Gravity Seweer RFQ Attachm
ment A.2
Draft Re
esponsibility Matrix
Item
m / Task
Responsibbility Matrix (P – Primary)
Responssibility Allocation
SVCW
DesignnBuildeer
Site Condiitions and
Buried Utilities that
could not be reasonably
foreseen by
b DesignBuilder
Condition Assessment
of Existingg Connection
Points afteer Contract
Finalizatioon
P
Future Influent
Characteriistics
Existing Influent
Characteriistics
Facility Liffe of 100
years Perfoormance
P
Project Sccope and
Quality Deefinition
P
SVCW will have the risk of site condditions that couuld not be
reassonably foreseeen by the Desiggn-Builder (as defined in
the contract)
P
Preconnstruction serviices scope will include task foor DesignBuillder to conductt condition asssessment of acccessible
con nection pointss. Design-Buildder will proposee
addditional work reequired to utilizze proposed connection
poinnts or alternativves
SVCW is responsible for changes in influent charaacteristics
overr time
Designn-Builder respoonsible for conffirming existingg influent
cha racteristics as needed to dessign for 100 serrvice life
Designn-Builder respoonsible for achiieving 100 year service
life w
with reasonable maintenance and operatioonal
paraameters considdering life cyclee costs
SVCW responsible foor defining projeect scope and quality
objeectives and appproving changees affecting prooject
scoppe and quality
Designn-Builder will be responsible ffor designing aand
con structing projeect to be the low
west practical ccapital
andd life cycle costt to meet SVCW
W objectives andd keep
costts within SVCW
W CIP budget alllocated to DessignBuillder
Designn-Builder respoonsible for achiieving the best practical
safee speed to com
mplete the tunnel and inlet strructures so
thatt the existing pipeline and pump stations caan be
takeen out of operaation as early as reasonably ppossible
Delayss due to failure of GP Design-B
Builder to meeet turnover
mileestone at exit sshaft
Delayss due to failure of FoP Design--Builder to makke shaft
avaiilable for TBM removal
Designn-Builder risk reesponsible to m
meet standardss
estaablished in conntract
SVCW
W is responsiblee for obtaining financing and timely
paymeent to the Design-Builder
SVCW risk if laws or rregulations chaange after conttract
execcution
Designn-Builder risk
P
P
Design Build Cost
P
Constructiion Schedule
P
Delays to FoP
F project
due to GP project
Delays to GP
G project
due to FoP
P project
Constructiion Quality
P
P
Financing and Payment
P
Changes in Law
P
Labor Relaations
IItem / Task Definition
P
P
A-8
Gravity Seweer RFQ Attachm
ment B
Design--Builder Minimum Qu
ualification
n Requirem
ments
Note: Design‐Builder (DB entity) w
will be disqualified if the a nswer to anyy of the follow
wing question
ns is “No,” exccept as otherw
wise stated h
herein. 1. Has the DB enttity submitted
d a transmittal letter? □ Yes □ No 2. Has a minimum
m of one team
m member off the DB Entityy attended th
he Pre‐SOQ M
Meeting and ssite to
our? Provide name and firm of attendee. □ Yes □ No 3. Does the DB entity’s Contraactor currentlly possess a vvalid and currrent Californiaa CLASS A Contractor’s Liicense? □ Yes □ No ner of Record currently po ssess a valid aand current C
California PE 4. Does the DB entity’s Design
liccense? □ Yes □ No 5. Within the pas
W
st 12 years, haas the DB enttity’s Designeer of Record successfully co
ompleted thee design of at leaast 3 Earth Prressure Balance Tunnel Booring Machinee projects excceeding twelvve eet in diamete
er, over $50M
M in constructtion cost for cconveyance o
of water or w
wastewater?
fe
□ Yes □ No 6. In
n the last 12 yyears, has the
e DB entity’s C
Contractor suuccessfully co mpleted consstruction of aat le
east three (3) Earth Pressure Balance Tu
unnel Boring Machine projjects exceeding 12 feet in diameter and o
over $50M in
n construction
n cost? □ Yes □ No 7. Has the DB Enttity’s Contracctor achieved an EMR of noot greater thaan 1.0 for thee past three yyears? □ Yes □ No B-1
Gravity Seweer RFQ Attachm
ment B
Design--Builder Minimum Qu
ualification
n Requirem
ments
8. Does the DB entity’s Engine
eer of Record have the abi lity to obtain a Commerciaal General Liaability In
nsurance policcy with a policy limit of at least $4 milli on aggregatee per occurren
nce for bodilyy in
njury, personaal injury, or property damaage? □ Yes □ No In
nclude a letter or policy staatement from
m DB’s insurannce companyy verifying thee ability to ob
btain th
his insurance coverage. 9. Does the DB entity have the
e ability to ob
btain Professiional Liability Insurance with a policy lim
mit of $10 million per claim? □ Yes □ No nclude a letter or policy staatement from
m DB’s insurannce companyy verifying thee ability to ob
btain In
th
his insurance coverage. 10. Does the DB entity have the
e ability to ob
btain Automoobile Liability Insurance with a $4 millio
on co
ombined singgle limit per accident policyy for bodily innjury and pro
operty damage? □ Yes □ No In
nclude a letter or policy staatement from
m DB’s insurannce companyy verifying thee ability to ob
btain th
his insurance coverage. 11. Does the DB entity have current workerss’ compensattion insurancee policy as required by thee Laabor Code or is legally selff‐insured purssuant to Laboor Code sectio
on 3700 et. seeq. with a perr enrollee policyy limit of $1,0
000,000 per accident? □ Yes □ No In
nclude a letter or policy staatement from
m DB’s insurannce companyy verifying thee ability to ob
btain th
his insurance coverage. B-2
Gravity Seweer RFQ Attachm
ment B
Design--Builder Minimum Qu
ualification
n Requirem
ments
12. H
Has the DB en
ntity attached
d a notarized sstatement froom an admittted surety inssurer (approvved by th
he California Department o
of Insurance) and authorizzed to issue b
bonds in the SState of Califo
ornia, which states: (
w
(a) that its currrent bondingg capacity is ssufficient for the Project fo
or which you seek pre‐qualificatio
on ($240 million project) aand (b) is withhin current avvailable bond
ding capacity?? VCW may req
quest an addittional notarizzed statemennt from the su
urety at the time of submisssion SV
off a proposal, if this SOQ paackage is submitted more than 60 dayss prior to prop
posal submisssion. □ Yes □ No A “no” responsse for this queestion will not immediatelyy disqualify aa DB entity forr pre‐qualifica
ation a written stattement of exp
planation from
m the Surety Company pro
ovides assurances prrovided that a
th
hat the DB’s b
bonding capacity will be avvailable beforre SVCW soliccits proposalss for this Projeect. Su
urety Letter m
must state thee DB entity’s ccurrent bondiing capacity aand availabiliity. 13. Has the DB enttity received and acknowle
edged receiptt of all issued
d addenda? Liist the numbeer nd date of all Addenda recceived by the DB. an
□ Yes □ No _ _
_ _
_ _
_ _
_ _
Note: DB
B entity will be disqualified
d if the answeer to any of tthe following
g questions is “Yes,” excep
pt as otherwise
e stated herein. 14. Has the DB entity’s e
licensse been revo
oked or susppended at an
ny time in the last five years mitting this SSOQ because of any perfo
ormance relatted reasons o
or the preceding the time of subm
DB Entity’s failure to comply with any ap
pplicable licennsing requirements? □ Yes □ No B-3
Gravity Seweer RFQ Attachm
ment B
Design--Builder Minimum Qu
ualification
n Requirem
ments
15. Has a perform
mance bond surety firm taken t
over oor completed
d a project o
on the DB en
ntity’s mounts to third parties fo
or completion
n of a behalf, supervvised the worrk of a projecct, or paid am
d to the DB entity’s worrk within thee last five (5) years preceding the tim
me of project related
ubmitting thiss SOQ? su
□ Yes □ No 16. Iss any member of the DB entity precluded from perfoorming work on the Projeect as a memb
ber of th
he Design‐Buiild Team as sttipulated in SVCW’s RFQ SSection 6.5 (Eligibility/Disallowed Firms) □ Yes □ No 17. Iss the DB entiity currently or at any tim
me during thhe last five (55) years precceding the tim
me of su
ubmitting thiss SOQ been in bankruptcyy or receiversship? □ Yes □ No 18. At any time during the lasst five years preceding th e time of submitting thiss SOQ, has th
he DB entity or any of its ownerss or officers been convictted of a crim
me involving the awardingg of a co
onstruction contract for a private or pu
ublic agency ,, or the biddiing or perform
mance of a private or public agency contract? □ Yes □ No officers, or paartners ever been found liable in a civiil suit, 19. Has the DB entity or any off its owners, o
making any fa lse claim or m
material misreepresentation
n? or found guiltyy in a criminal action, for m
□ Yes □ No ntity or any of its owners, officers, o r partners evver been con
nvicted of a crime 20. Has the DB en
nvolving any ffederal, state,, or local law related to coonstruction?
in
□ Yes □ No B-4
Gravity Seweer RFQ Attachm
ment B
Design--Builder Minimum Qu
ualification
n Requirem
ments
21. In
n the last five
e years prece
eding the time of submitt ing this SOQ,, has any insurance carrieer, for an
ny form of inssurance, refused to renew
w the insurancce policy of th
he Design Buiild Entity. □ Yes □ No 22. In
n the last five
e years preceding the time
e of submittinng this SOQ, has the DB eentity been denied bond coverage
e by a surety company, or has there beeen a period o
of time when
n the DB entitty had d in place durring a constru
uction projectt when one w
was required?? no surety bond
□ Yes □ No ntity or any off its owners, officers, or ppartners ever been convictted of a fedeeral or 23. Has the DB en
sttate crime of fraud or thefft, or any othe
er act of dishoonesty? □ Yes □ No 24. In
n the last five
e (5) years prreceding the time of subm
mitting this SO
OQ form, hass the DB entiity, or an
ny firm with which any of o the Design
n‐Builder’s ow
wners, officerrs, or partners was assocciated, been debarred
d, disqualified
d, removed orr terminated “for cause” from a construction projecct? □ Yes □ No B-5
Gravity Seweer RFQ Attachm
ment B
Design--Builder Minimum Qu
ualification
n Requirem
ments
THIS PAGE IN
NTENTIONALLLY BLANK B-6
Gravity Seweer RFQ Attachm
ment C
RFQ Fo
orms
C-1
Gravity Seweer RFQ Attachm
ment C
RFQ Fo
orms
THIS PA
AGE INTENTION
NALLY BLANK C-2
Gravity Seweer RFQ Attachm
ment C.1
Affidaviit of Authenticity
The follo
owing affidav
vit shall be ex
xecuted, notarrized, and subbmitted for eaach legal entitty that is a m
member
of the Reespondent as identified in the
t Statementt of Qualificattions (SOQ).
State of California
County of
o San Mateo
Before me,
m the underssigned authorrity, personallly appeared _____________________________, who, having
been by me duly sworrn, made the following staatement:
"I am au
uthorized to make
m
this affid
davit on behallf of _______________________________ , a particippating
legal enttity in the attaached SOQ daated _______
__________________ , 2017, and submittted in responnse to
Request for Qualificaations (RFQ) issued
i
by Siliicon Valley C
Clean Water fo
for the Gravityy
Pipeline Design-Build
d. All informaation pertainiing to __________________________ aand provided iin the
attached SOQ is to th
he best of my knowledge,
k
trrue and correect and if calleed upon to tesstify, I could ttestify
competeently thereto.
I acknow
wledge receip
pt of the Add
denda to this RFQ by idenntifying the fo
following Adddenda numbeers and
dates of receipt (if any
y):
(Signatu
ure)
(Printed Name)
(Date)
(Design--Build Respon
ndent Firm)
C-3
Gravity Seweer RFQ Attachm
ment C.1
Affidaviit of Authenticity
THIS PAGE INTENTIONALLY LEEFT BLANK C-4
Gravity Seweer RFQ A
Attachmentt C.2
In
nsurance Company
C
Letter
L
of In
ntent
(to b
be typed on Insurance CCompany Lettterhead) Attn: Teresaa Herrera 1400 Radio Road Redwood Ciity, CA 94065
5 SUBJECT: TC
CP Treatmen
nt Project – –
– Letter of In
ntent to Insuure Dear Ms. He
errera: (“the Re spondent”) has submittted herewith
h a Statement o
of Qualifications (SOQ) in response tto the Requeest for Qualiifications (RFFQ) for the G
Gravity Pipeline, issued by the SSilicon Valleyy Clean Water (the “Ow ner”) on , 2017, ass amended, p
pursuant d by the Own
ner to deliveer the Projec t described in the SOQ.
to which it is seeking to be selected
Over the past three years, the Respondent is kn
nown to havve an averagee Experiencee Modification Rate of . The Insurance Companyy has review
wed the Owner’s RFQ andd the Respondent's SOQ
Q. The Insuraance ereby certifies that it inttends to provvide all requuired insuran
nce as described in the O
Owner’s RFQ
Q Company he
in the eventt the Respon
ndent is selected for finaal negotiations and execution of the Design‐Build Contract by the Owner. Name of Inssurance Com
mpany Name of Authorized Siggnatory Signature Title C-5
Gravityy Pipeline RFQ
Q A
Attachmentt C.2
In
nsurance Company
C
Letter of In
ntent
THIS PAGEE INTENTIONALLLY BLANK C-6
Gravityy Pipeline RFQ
Q A
Attachmentt C.3
S
Surety Lettter of Inten
nt
(to
o be typed o
on Surety Co
ompany letteerhead) Attn: Teresaa Herrera 1400 Radio Road Redwood Ciity, CA 94065 SUBJECT: G
Gravity Pipeliine Proposall – – Letter o
of Intent to Isssue Securitty Dear Ms. He
errera: (“the Re spondent”) has submittted herewith
h Statement o
of Qualifications (SOQ) in response tto the Requeest for Qualiifications (RFFQ) for the G
Gravity Pipeline issu
ued by Silico
on Valley Cle
ean Water(th
he “Owner”)) on , 2017, ass amended, p
pursuant to which it is seeking to be selected
d by the Own
ner to deliveer the Gravityy Pipeline deescribed in tthe Request for Qualificatio
ons. The Surety has reviewe
ed the Owne
er’s RFQ and
d the Responndent's SOQ
Q. The Surety hereby certifies that it intends to issue on behalf of the
e Responde
ent, as secuurity for peerformance under the Design‐Build
d Contract, a Performance Bond an
nd a Payment Bond forr the beneffit of the O
Owner, in th
he event the
e Respondentt is selecte
ed for final negotiatio
ons and exxecution of the Desiggn Build Co
ontract. The
e Performancce Bond and
d the Payme
ent Bond will w each be in an amou
unt equal to
o the value of the Base
e Guaranteed
d Maximum P
Price and shall be increaased to reflect any Guaraanteed Maxiimum Price Adjustment. Name of Surety Name of Authorized Siggnatory Signature Title C-7
Gravityy Pipeline RFQ
Q A
Attachmentt C.3
S
Surety Lettter of Inten
nt
THIS PAGEE INTENTIONALLLY BLANK
C-8
Gravityy Pipeline RFQ
Q A
Attachmentt D
O
Organizatio
onal Policy
y for Design-Build Prrojects
D-1
Gravityy Pipeline RFQ
Q