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
© Copyright 2026 Paperzz