Transcript

CONTRACT DOCUMENTS

PRE-PROCUREMENT FOR

ALVARADO HYDROELECTRIC FACILITY REHABILITATION

SPECIFICATION 647A

ADDENDUM NO. 2

File: Q0333.010.2 - Addendum 2.docx

ADDENDUM 2

SAN DIEGO COUNTY WATER AUTHORITY

PRE-PROCUREMENT FOR ALVARADO HYDROELECTRIC FACILITY REHABILITATION

SPECIFICATION 647A

January 11, 2018 The following ADDENDUM 2 shall be made part of the Contract Documents, and the bidder shall acknowledge receipt thereof on Page 3 of the bid proposal forms. Revisions are made to the Contract Documents as described below: I. REVISIONS TO VOLUME I OF II

A. Add the following insurance forms:

1. General Liability Special Endorsement, Attachment 1/Addendum 2.

2. Automobile Liability Special Endorsement, Attachment 2/Addendum 2.

3. Excess Liability Special Endorsement, Attachment 3/Addendum 2.

4. Property Insurance – Loss Payable Endorsement, Attachment 4/Addendum 2.

5. Workers’ Compensation and Employer’s Liability Special Endorsement, Attachment

5/Addendum 2.

II. PREBID MEETING

A. A Prebid Meeting was held on January 3, 2018. Minutes and sign-in sheets are included as Attachment 6/Addendum 2.

III. QUESTIONS AND ANSWERS

No. Question Answer 1 Can you confirm this is strictly a procurement

(purchase) package with no construction applicable items.

Refer to the Contract Documents which require design, fabrication, testing, Supplier's Services, and other appurtenant work. Per the equipment specifications, installation will be by a General Construction Contractor.

2 Appendix A lists six 42-inch Vanessa Valves and one 78-inch Vanessa Valve. Have these already been purchased or are they needed for this project?

Per Section 11200, Turbine, Part 2.02, Paragraph F, Item 2 and the Plans, Appendix A includes the shop drawing for the Water Authority-supplied 42-inch Turbine Inlet Valve. The other valves in these shop drawings are not applicable to this project.

Addendum 2 – Pre-Procurement for Alvarado Hydroelectric Facility Rehabilitation, Specification 647A January 11, 2018 Page 2

File: Q0333.010.2 - Addendum 2.docx

No. Question Answer 3 Are Original Equipment Manufacturers such as

Industrial Electric Mfg. and Myers Power Products acceptable manufacturers with General Electric or Eaton Circuit Breaker/Cells?

No.

4 If one of the interested parties is not an equipment supplier may I still bid with them?

Yes.

5 Would 4.16kV be acceptable? No. 6 In Section 16910, Programmable Logic

Controllers, Part 1.06, does the requirement for local support refer to the PLC manufacturer or the control system designer/supplier and programmer?

Section 16910, Programmable Logic Controllers, describes the requirements for the PLC manufacturer.

7 Section 16910, Programmable Logic Controls, Part 2.07 details that the Operator Interface Terminal and Human Machine Interface work station and all programming for these will be provided by the Water Authority. Furthermore, the supplier is to coordinate the Unit Control to the OIT/HMI prepared by the Water Authority. Can additional details be provided on this arrangement? For example, will this be a “two-wire” stop/start type control with a kW output based on the measured flow demand?

Per Section 16910, Programmable Logic Controls, Part 2.07, the Supplier shall program the Unit PLC to meet the OIT and HMI requirements. See Section 16946, Operational Description, for operational description for the facility.

8 Section 16161, Control Panels. Who is responsible for supplying the protective relay settings, the relay coordination study, and also the protection coordination with the interconnection utility?

Per Section 16910, Programmable Logic Controls, Part 3.01, Paragraph C, settings and logic for the protective relays will be provided and configured by the Engineer. The Engineer will perform the relay coordination study and coordinate protection with the interconnection utility.

9 Section 16910, Programmable Logic Controller states that the minimum PLC processor memory is to be 200 percent of required, or 8MB; whichever is greater. Can 2MB or 4MB be supplied instead?

No.

10 Can the CompactLogix platform be proposed for the unit control?

No.

11 Does the switchgear need to be arc-resistant? No. 12 There is a cap of 10 percent for liquidated

damages on performance. Is there a cap for liquidated damages due to any delays?

No.

13 Supplier is to pay all appropriate taxes. For a California based firm, do you have a set percentage of Federal/State/Local taxes that we need to factor in to our costs?

No. Refer to the California State Board of Equalization website at http://www.boe.ca.gov for information.

Addendum 2 - Pre-Procurement for Alvarado Hydroelectric Facility Rehabilitation, Specification 647 A January 11, 2018 Page 3

No. Question Answer 14 The qualifications for the generator No. Installations shall be within North

manufacturer includes providing five North America per Section 16210, Generator, Part America projects. Can you remove the 1.02, Paragraph A, Item 2. restriction of North America?

15 Can the Contract Documents be made available No. in Microsoft Word format?

SAN DIEGO COUNTY WATER AUTHORITY

Director of Engineering

File: Q0333 .0I0.2 - Addendum 2.docx

ATTACHMENT 1/ADDENDUM 2 GENERAL LIABILITY SPECIAL ENDORSEMENT FOR THE SAN DIEGO COUNTY WATER AUTHORITY

FORM GEN2013/08 Endorsement No.:

Issue Date (MM/DD/YY):

PRODUCER POLICY INFORMATION Company: Insurance Company:

Address: NAIC Code:

Policy No.:

Policy Period (from): (to):

Telephone: Deductible of $

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

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

TYPE OF INSURANCE OTHER PROVISIONS COMMERCIAL GENERAL LIABILITY Claims Made Retroactive Date:

Occurrence OWNERS & CONTRACTORS PROTECTIVE

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

GENERAL LIABILITY $ $ Name:

PRODUCTS-COMPLETED OPERATIONS $ $ Company:

PERSONAL & ADVERTISING INJURY $ $ Address:

FIRE LEGAL LIABILITY $ $

EXPLOSION, COLLAPSE, UNDERGROUND HAZARD

$ $

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

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

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

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

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

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

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

Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached. ENDORSEMENT HOLDER/ ADDITIONAL INSURED AUTHORIZED REPRESENTATIVE SAN DIEGO COUNTY WATER AUTHORITY

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

4677 OVERLAND AVENUE SAN DIEGO, CA 92123 858-522-6650

Project: Employer of Signatory:

Telephone: Date signed:

SIGNATURE: ___________________________________________________

ATTACHMENT 2/ADDENDUM 2 AUTOMOBILE LIABILITY SPECIAL ENDORSEMENT FOR THE SAN DIEGO COUNTY WATER AUTHORITY

FORM AUT2013/08 Endorsement No.:

Issue Date (MM/DD/YY):

PRODUCER POLICY INFORMATION Company: Insurance Company:

Address: NAIC Code:

Policy No.:

Policy Period (from): (to):

Telephone: Deductible of $

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

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

TYPE OF INSURANCE OTHER PROVISIONS BUSINESS AUTO POLICY TRUCKERS AND MOTOR CARRIER LIABILITY POLICY GARAGEKEEPERS LIABILITY NON-OWNED – HIRED VEHICLES OTHER:

LIABILITY LIMIT CLAIMS Representative for claims pursuant to this insurance Name:

Company:

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

Address:

Telephone:

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

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

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

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

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

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

Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached. ENDORSEMENT HOLDER/ ADDITIONAL INSURED AUTHORIZED REPRESENTATIVE SAN DIEGO COUNTY WATER AUTHORITY

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

4677 OVERLAND AVENUE SAN DIEGO, CA 92123 858-522-6650

Title:

Project: Employer of Signatory:

Telephone: Date signed:

Signature: ____________________________________________________

ATTACHMENT 3/ADDENDUM 2 EXCESS LIABILITY SPECIAL ENDORSEMENT FORM EXC2013/08 FOR THE SAN DIEGO COUNTY WATER AUTHORITY Endorsement No.:

Issue Date(MM/DD/YY):

PRODUCER POLICY INFORMATION Company: Insurance Company:

Address: NAIC Code:

Policy No.:

Policy Period (from): (to):

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

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

TYPE OF INSURANCE OTHER PROVISIONS

EXCESS LIABILITY Claims Made Retroactive date: UMBRELLA LIABILITY Occurrence

LIABILITY LIMITS CLAIMS Representative for claims pursuant to this insurance EACH OCCURRENCE AGGREGATE Name:

$ $

Company:

Address:

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

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

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

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

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

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

6. SCOPE OF COVERAGE. By this endorsement, the insurer warrants that the insurance afforded by the umbrella or excess policy is at least as broad as the underlying policy.

7. UNDERLYING POLICY(IES). The insurance policies underlying this umbrella or excess policy are:

INSURER POLICY NO. POLICY PERIOD - - - -

ENDORSEMENT HOLDER/ ADDITIONAL INSURED AUTHORIZED REPRESENTATIVE SAN DIEGO COUNTY WATER AUTHORITY

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

4677 OVERLAND AVENUE SAN DIEGO, CA 92123 858-522-6650

Employer of Signatory:

Project: Telephone: Date signed:

SIGNATURE: _________________________________________________

ATTACHMENT 4/ADDENDUM 2 PROPERTY INSURANCE – LOSS PAYABLE ENDORSEMENT FORM PRP2013/08

FOR THE SAN DIEGO COUNTY WATER AUTHORITY Endorsement No.:

Issue Date (MM/DD/YY):

PRODUCER POLICY INFORMATION Company: Insurance Company:

Address: NAIC Code:

Policy No.:

Policy Period: (from) (to)

Deductible of $

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

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

TYPE OF INSURANCE OTHER PROVISIONS

BUILDERS RISK OTHER: OTHER:

COVERAGES DEDUCTIBLE LIABILITY LIMITS CLAIMS Representative for claims pursuant to this insurance

ALL RISK (PER CONTRACT VALUES) $ $ Name:

EARTHQUAKE $ $ Company:

FLOOD $ $ Address:

OTHER: $ $

OTHER: $ $ Telephone:

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

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

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

3. LOSS OF PAYEE. Loss payable under this policy shall be adjusted with the Named Insured and paid to the San Diego County Water Authority as its interests may appear.

Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached. ENDORSEMENT HOLDER AUTHORIZED REPRESENTATIVE SAN DIEGO COUNTY WATER AUTHORITY

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

4677 OVERLAND AVENUE SAN DIEGO, CA 92123 858-522-6650

Title:

Project: Employer of Signatory:

Telephone: Date Signed:

SIGNATURE: ___________________________________________________

ATTACHMENT 5/ADDENDUM 2

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

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

PRODUCER POLICY INFORMATION Company: Insurance Company:

Address: NAIC Code:

Policy No.:

Policy Period (from): (to):

Deductible of $

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

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

COVERAGES OTHER PROVISIONS STATUTORY WORKERS’ COMPENSATION

EMPLOYER’S LIABILITY

$ Bodily Injury (each accident)

$ Bodily Injury by Disease (each employee)

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

OTHER: Company:

Address:

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

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

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

Except as stated above, nothing herein shall be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached. ENDORSEMENT HOLDER AUTHORIZED REPRESENTATIVE SAN DIEGO COUNTY WATER AUTHORITY I , warrant that I have authority to

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

4677 OVERLAND AVENUE SAN DIEGO, CA 92123 858-522-6650

Title:

Project: Employer of Signatory:

Telephone: Date signed:

SIGNATURE: __________________________________________________

ATTACHMENT 6/ADDENDUM 2

File.: Q0333.010.2 - 6 PrebidMinutes.docx

PREBID MEETING MINUTES

PRE-PROCUREMENT FOR ALVARADO HYDROELECTRIC FACILITY REHABILITATION, SPECIFICATION 647A

DATE: January 3, 2018

TIME: 10:30 a.m.

PLACE: San Diego County Water Authority, Board Room 4677 Overland Avenue San Diego, CA 92123

I. INTRODUCTIONS

Mr. Brent Fountain, Senior Engineer, welcomed attendees to the Prebid Meeting for the Pre-Procurement for Alvarado Hydroelectric Facility Rehabilitation, Specification 647A for the San Diego County Water Authority. He then introduced the following:

Teresa Penunuri SCOOP Manager Vadim Livshits Senior Management Analyst for Administrative Services Melissa Cha Management Analyst Arlene Leyva Office Assistant

Attendees were asked to be sure they had signed in. The sign in sheets were made available following the meeting and are attached as Exhibit A to these minutes. Mr. Fountain advised the meeting was being recorded for minute preparation.

II. STATEMENT OF PURPOSE

Mr. Fountain stated the purpose of the meeting was to describe the work requirements, describe thebid process and administrative procedures, to receive and answer bidder questions, and for firms tonetwork. He asked attendees to introduce themselves, indicate if their firm is a prime or sub-supplier, and to give a brief description of their intended services.

III. PROJECT OVERVIEW

Mr. Fountain explained the project site is located within the City of San Diego adjacent to LakeMurray at 5510 Kiowa Drive, San Diego, CA 92120.

Mr. Fountain stated in general, the Work to be completed under this Contract consists of supplyingthe following items:

a. One horizontal Francis turbine.b. One cooling water system for the turbine generator.c. One medium voltage vacuum interrupter switchgear.d. One synchronous generator and exciter.e. One process control and instrumentation system.

ATTACHMENT 6/ADDENDUM 2

File.: Q0333.010.2 - 6 PrebidMinutes.docx

f. Design, submittals, factory testing, delivery the project site, and Supplier’s field testing, commissioning and training services for the supplied equipment.

g. Structural calculations and drawings for the anchoring requirements for each type of equipment that are signed and stamped by a licensed Professional Engineer currently registered in the State of California as a Structural Engineer.

The Work to be performed under this Contract consists of furnishing all plants, tools, equipment, materials, supplies, manufactured articles, labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work or other operations required for the fulfillment of the Work in accordance with the Contract Documents.

Mr. Fountain asked attendees to read the Contract Documents for a complete description of the work. IV. PROJECT SPECIFIC REQUIREMENTS

A. Work Hours and Access to Site

Mr. Fountain asked attendees to review the Contract Documents, including Section 01010, Summary of Work and General Conditions Section 6.7. All work at the site shall be between 7:00 a.m. and 5:00 p.m., Monday through Friday except specified otherwise. Access to the site is via Interstate 8, north on Lake Murray Blvd. and then north on Kiowa Drive.

B. Milestones and Liquidated Damages Mr. Fountain asked attendees to review the Contract Documents for milestones and work completion requirements, and liquidated damages. If the work is not complete by the Supplier by each scheduled milestone or completion date specified in the Contract Documents, the Water Authority will assess liquidated damages for each and every calendar day or portion thereof until the work is complete. Liquidated damages will be assessed concurrently if delays in completing work are concurrent. Liquidated damages range between $2,500 and $12,500 per calendar day depending on the milestone or completion date. The Contract Documents also identify Liquidated Damages in the amount of $24,000 for each percent or portion thereof the turbine generator efficiency is less than the guaranteed efficiencies identified in the Bid Proposal. Efficiencies shall be determined by field tests performed in accordance with the Contract Documents, in the presence of the Supplier. Efficiency liquidated damages shall not exceed 10 percent of total contract value

C. In-Plant Inspection Mr. Fountain explained the Water Authority will be performing in-plant inspection during the fabrication of the supplied equipment. He asked attendees to review the General Conditions, Section 4.6 for details of inspection of off-site fabrication.

V. SCOOP PROGRAM

Ms. Teresa Penunuri explained the purpose of the Small Contractor Outreach and Opportunities Program is to encourage the use of small and disadvantaged businesses, including minority-, women- and veteran-owned on Water Authority Projects. The percentage of small business participation is

ATTACHMENT 6/ADDENDUM 2

File.: Q0333.010.2 - 6 PrebidMinutes.docx

reported to the Board of Directors on a quarterly basis. Although the Water Authority anticipates limited subcontracting opportunities for this project, a SCOOP Schedule A-1 form, Appendix E of the Contract Documents, is required to be completed and submitted as part of the bid. If no subcontractors, vendors, or service providers are to provide services, enter “None.” Ms. Penunuri reminded bidders to enter their firm name and the project name on the SCOOP Schedule A-1 form.

Ms. Penunuri stated the Water Authority monitors the contracts throughout their life for SCOOP compliance.

VI. INSURANCE REQUIREMENTS

Mr. Vadim Livshits stated that the Supplier awarded the project must provide payment andperformance bonds or letters of credit at 100 percent of contract value; and, execute the contractdocuments and provide insurance meeting the Contract requirements at the following limits:

Commercial General Liability $3,000,000 per occurrence Automobile Liability $3,000,000 per occurrence Worker’s Comp./Employer’s Liability Per statutory limitations, and $1,000,000 per

Occurrence for Employer’s Liability Builder’s Risk “All risk” basis, an amount not less than the contract

price Supplier’s Equipment “All risk” basis covering equipment owned, leased or

used by Supplier

Mr. Livshits encouraged bidders to have their insurance brokers review the requirements before submitting a bid as the indemnification and insurance requirements are non-negotiable.

VII. BID PREPARATION

Mr. Fountain asked bidders to review the Contract Documents and follow Section 01025,Measurement and Payment when preparing their bids. In addition, bidders should ensure theycorrectly price the bid items according to the descriptions of each item.

Mr. Fountain explained the Bid Proposal includes a performance deduction bid item that will be usedin selecting the lowest, responsive, and responsible bidder. The deduction is calculated using theTurbine/Generator – Guaranteed Performance Worksheet contained in the Bid Proposal. The datainputted by the Bidders will be validated during commissioning and used to determine any efficiencyLiquidated Damages.

VIII. OUT OF COUNTRY INSPECTION AND WITNESSING

Mr. Fountain explained the Supplier and its sub suppliers shall not perform any portion of the Work,fabrication, or supply, that, per the Contract Documents, requires inspection or witnessing by theWater Authority or its agents, in a country, area, or state that has been selected by the U.S.Department of State for “Travel Warnings” to countries, areas, or states. See U.S. Department ofState website. If the Supplier has any questions regarding this requirement, please seek clarificationin accordance with Instructions to Bidders Section 1.2.

ATTACHMENT 6/ADDENDUM 2

File.: Q0333.010.2 - 6 PrebidMinutes.docx

IX. SCHEDULE UPDATE

Mr. Fountain stated bids for the project are due January 17, 2018 no later than 2:00 p.m. here at theWater Authority’s Kearny Mesa office. (Note: Per Addendum 1, Date of Opening Bids was changedto January 30, 2018 at 2:00 p.m.) The bid opening will be held in this room.

Board approval of the contract is anticipated at the February 22, 2018 Board meeting.

As required by the Instructions to Bidders, Part 1.9 (b) and Section 3.0, there are documents in theBidder’s Checklist that must be submitted within two business days of the bid opening.

As also required by the Instructions to Bidders, Part 2.2, the bidder to whom an award is made isrequired to provide worker’s compensation certification, good and approved bonds and certificatesand endorsements of insurance, and execute the contract within 15 days of receipt by the bidder ofNotice of Award.

X. ADDENDA

Mr. Fountain stated addenda will be issued consisting of the minutes of this meeting and answers topertinent questions received. Additional addenda may be issued as required.

XI. REQUESTS FOR CLARIFICATION (Brent)

Mr. Fountain reminded attendees that the Contract Document’s Instruction to Bidders, Part 1.2,requires bidders to promptly notify the Engineer in writing of any conflicts, errors, omissions,ambiguities or discrepancies in the Contract Documents discovered or noted by the bidder duringexamination of the Contract Documents.

Before taking questions, Mr. Fountain stated any questions not asked at the meeting be submitted toMelissa Cha by email or fax by 5:00 p.m. on January 9, 2018. (Note: Per Addendum 1, the deadlinefor submitting questions was extended to 5:00 p.m. on January 23, 2018.) Receiving questions bythis date allows the Water Authority to respond before the bid due date. A Clarification QuestionForm was available and is included as Exhibit B to these minutes.

The following questions were addressed:

No. Question Answer 1 Are OEM’s such as IEM and Myers acceptable? We received this question in writing and

are reviewing. We will respond by addenda. (Note: See Addendum 2)

2 Can you describe the process of accepting or evaluating alternate proposals? Can there be changes to the technical details or are there no exceptions?

If you have specifics, submit in writing before the question due date.

3. Will there be a site visit for the awarded Supplierto confirm the existing inlet/outlet piping?

No, the existing piping will be replaced. See the Plans.

4. Can equipment be supplied from China? Arethere experience requirements for the prime?

Please see the Contract Documents for requirements.

ATTACHMENT 6/ADDENDUM 2

File.: Q0333.010.2 - 6 PrebidMinutes.docx

XII. NETWORKING

Mr. Fountain thanked everyone for their interest in the Water Authority and the project. The meetingwas concluded and time was given for attendees to network.

EXHIBIT A

EXHIBIT A

EXHIBIT B

File: Q0333.206.2-1 - 6B ClarificationRequest.docx

C L A R I F I C A T I O N R E Q U E S T F O R M

PRE-PROCUREMENT FOR ALVARADO HYDROELECTRIC FACILITY REHABILITATION, SPECIFICATION 647A

Date: NO.: Name: Company: Phone: Email: Questions:

1)

2)

3)

Deadline for submitting questions is 5:00 p.m. on January 9, 2018. (Note: Per Addendum 1, the deadline for submitting questions was extended to 5:00 p.m. on January 23, 2018)

Email questions to Melissa Cha at [email protected] or fax to (858) 268-7802.