Loading...
HomeMy WebLinkAboutItem 6d. Authorize an RFP for the preparation of the Water Treatment Plant Facility Infrastructure Renewal Strategy Plan Item 6d Department: Utilities Cost Center: 6003 For Agenda of: 1/17/2023 Placement: Consent Estimated Time: N/A FROM: Aaron Floyd, Utilities Director Prepared By: Mychal Boerman, Deputy Director – Water Miguel Barcenas, Deputy Director – Engineering and Planning Shawna Scott, Special Projects Manager SUBJECT: AUTHORIZE REQUEST FOR PROPOSALS FOR THE PREPARATION OF THE WATER TREATMENT PLANT FACILITY INFRASTRUCTURE RENEWAL STRATEGY PLAN RECOMMENDATION 1. Approve a Request for Proposals for the Preparation of the Water Treatment Plant Facility Infrastructure Renewal Strategy Plan (Project) and authorize staff to advertise the Project for proposals and bids; and 2. Authorize the City Manager to award the contract for the Project if the bid is within available project funding of $150,000. POLICY CONTEXT The Project supports Major City Goals including Economic Recovery, Resiliency, and Fiscal Sustainability and Climate Action, Open Space, and Sustainable Transportation because it will provide the analysis, data, and recommendations supporting ongoing and future investments in critical infrastructure (potable water treatment) capacity and resiliency. The Project is consistent with the City’s adopted General Plan. Water and Wastewater Element (WWE) Goals A 2.1 and A 3.1 because developing a plan for the maintena nce and optimization of the Water Treatment Plant (WTP) is necessary to ensure a long-term, reliable water supply and manage the City’s water resources to meet both current and future water demand associated with development envisioned by the General Plan. DISCUSSION Background The City’s WTP treats water from three surface water reservoirs (Salinas, Whale Rock, and Nacimiento) to meet the demand from the City, and to satisfy contractual water delivery obligations to Cal Poly. The WTP was constructed in its current location in Stenner Canyon in 1963 and was originally designed to treat up to a rate of eight million gallons per day (mgd) equivalent to about 9,000 acre-feet annually. Page 79 of 1069 Item 6d It was upgraded to treat up to 11.5 mgd in 1977. In 1994, the WTP was upgraded to treat up to 16 mgd in addition to other upgrades. In 2008, a $13.4 million improvement project was completed, and additional capital improvement projects are in progress or have been completed such as the recent Energy Efficiency, TESLA Energy Storage, and Permanent Backup Generator projects. The WTP does not currently have a comprehensive asset management plan to guide the maintenance and replacement of plant infrastructure. As the last major WTP upgrade was completed in 2008, that equipment is now 13 years old and will need major maintenance and/or replacement in the next decade. Development and adoption of an Infrastructure Renewal Strategy will facilitate asset maintenance and replacement prioritization, process optimizations, compliance with future regulatory conditions, and more refined capital improvement planning and associated budget forecasts. Project Description The purpose of the Project is to develop a comprehensive Infrastructure Renewal Strategy for the City’s WTP (Project). The primary objectives of the Project are to: 1. Complete a plan including a detailed, phased implementation for WTP asset maintenance and replacement for the next 10 to 15 years that addresses the following: a. Physical degradation of assets (equipment), including maintenance and replacement; b. Compliance with existing and future known regulatory compliance thresholds, including disinfection by-products; c. Functional/operational and fiscal efficiencies, including automation improvements; d. Process and equipment resiliency and redundancy; e. Optimization of existing capacity of 16 mgd to facilitate flexible operating strategies; f. Optimization of Source Water, with the ability to treat water from any source, at any given time, and maintain regulatory compliance; g. Enabling the WTP to run any volume and combination of flow rates of water at any given time; h. Ongoing maintenance and predictive asset management; and i. Operational schedules and staffing requirements, including consideration of changes to volumes and types of work duties and skills required in coming years due to increased instrumentation. 2. Forecast needed investment (funding) over the life of each asset to ensure adequate information is available to include in the water rate forecasts, budgets, and capital replacement plans. Page 80 of 1069 Item 6d Previous Council or Advisory Body Action The 2021-23 Financial Plan, 2021-23 Financial Plan Supplement, and associated budget adopted by the City Council included the WTP “Facility Master Plan”, and identified $150,000 for fiscal year 2021-22 for preparation of the Plan. Public Engagement The proposed draft RFP is included in the City Council Agenda package, subject to public review and comment prior to consideration by the Council. CONCURRENCE The WTP Supervisor, Jason Meeks, is a key contributor to the development of the RFP and concurs with the scope of the Project. As the Project is focused within the existing WTP, concurrence from other City Departments is not necessary. ENVIRONMENTAL REVIEW The scope of the action is limited to release of the RFP and preparation of the WTP Facility Infrastructure Renewal Plan. Once complete, staff will return to the City Council for consideration of the California Environmental Quality Act (CEQA) determination and Plan approval. FISCAL IMPACT Budgeted: Yes Budget Year: 2021-22 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost Water Fund CIP 1000542 $150,000 $150,000 $0 $0 Total $150,000 $150,000 $0 $0 The 2021-23 Financial Plan, 2021-23 Financial Plan Supplement, and associated budget adopted by the City Council includes $150,000 for the Project (Water Treatment Plant Major Facility Maintenance, Facility Master Plan; 1000542). Page 81 of 1069 Item 6d ALTERNATIVES Deny or defer approval to advertise. The City Council may choose to deny or defer the approval to advertise this Project. Staff does not recommend this alternative as the Project is needed to evaluate the existing WTP and identify any recommendations for improvements and modifications , which would be incorporated into future capital improvement programs. ATTACHMENTS A - Draft Request for Proposal for Preparation of a Water Treatment Plant Facility Infrastructure Renewal Strategy Plan, Specification 1000542-02 Page 82 of 1069 The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. DRAFT Notice Requesting Proposals for the Water Treatment Plant Facility Infrastructure Renewal Strategy for the Public Utilities Department The City of San Luis Obispo is requesting proposals for the Water Treatment Plant Facility Infrastructure Renewal Strategy pursuant to Specification No. 1000542-02. All firms interested in receiving further correspondence regarding this Request for Proposals will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before [DATE] when they will be opened publicly in the City Hall Conference Hearing Room, 990 Palm Street, San Luis Obispo, CA 93401. A pre-proposal conference will be held at the following location, date, and time to answer any questions that the prospective proposers may have regarding the City's request for proposals: [Location] [Address], San Luis Obispo [Date][Time] Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. All questions shall be submitted on or before [Date] and [Time] PM. Responses to received questions will be posted on BidSync by [Date] and [Time] PM. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Page 83 of 1069 TABLE OF CONTENTS SECTION A. INTRODUCTION .......................................................................................................................... 1 SECTION B. SCOPE OF WORK ........................................................................................................................ 4 SECTION C. PROJECT SCHEDULE ................................................................................................................... 8 SECTION D. PROJECT BUDGET....................................................................................................................... 8 SECTION E. SUBMITTAL REQUIREMENTS ...................................................................................................... 8 SECTION F. ADDITIONAL SERVICES ............................................................................................................... 9 SECTION G. SELECTION PROCESS .................................................................................................................. 9 SECTION H. GENERAL TERMS AND CONDITIONS ....................................................................................... 10 PROPOSAL REQUIREMENTS ....................................................................................................................... 10 CONTRACT AWARD AND EXECUTION ........................................................................................................ 11 CONTRACT PERFORMANCE ........................................................................................................................ 11 SECTION I. INSURANCE REQUIREMENTS .................................................................................................... 18 SECTION J. PROPOSAL SUBMITTAL FORM - SAMPLE .................................................................................. 21 EXHIBIT A : FORM OF AGREEMENT ............................................................................................................. 25 Page 84 of 1069 -1- SECTION A. INTRODUCTION The City of San Luis Obispo (City) wishes to obtain the services of a professional firm (Consultant) for the Water Treatment Plant Facility Infrastructure Renewal Strategy (Project). Purpose Develop a comprehensive Infrastructure Renewal Strategy for the City’s Stenner Canyon Water Treatment Plant (WTP) beginning in 2022-23. Primary Objectives The primary objectives of the WTP Infrastructure Renewal strategy are to: 1. Complete a plan including a detailed, phased implementation for WTP asset maintenance and replacement for the next 10 to 15 years that addresses the following: a. Physical degradation of assets (equipment), including maintenance and replacement; b. Compliance with existing and future known regulatory compliance thresholds, including disinfection byproducts (DBPs); c. Functional/operational and fiscal efficiencies, including automation improvements; d. Process and equipment resiliency and redundancy; e. Optimization of existing capacity of 16 mgd to facilitate flexible operating strategies; f. Optimization of Source Water, with the ability to treat water from any source, at any given time, and maintain regulatory compliance; g. Enabling the WTP to run any volume and combination of flow rates of water at any given time; h. Ongoing maintenance and predictive asset management; and i. Operational schedules and staffing requirements, including consideration of changes to volumes and types of work duties and skills required in coming years due to increased instrumentation. 2. Forecast needed investment (funding) over the life of each asset to ensure adequate information is available to include in the water rate forecasts, budgets, and capital replacement plans. Background The City’s WTP treats water from three surface water reservoirs (Salinas, Whale Rock, and Nacimiento) to meet the demand from the City, and to satisfy contractual water delivery obligations to Cal Poly. The WTP was constructed in its current location in Stenner Canyon in 1963. The WTP was originally designed to treat up to a rate of eight million gallons per day (mgd) equivalent to about 9,000 acre-feet annually. It was upgraded to treat up to a rate of 11.5 mgd in 1977, then upgraded to treat up to a rate of 16 mgd in 1994. The 1994 upgrade also included the following components: 1. Installed equipment (ozone generators and ozone contact basin) to provide an ozone-based process in place of traditional chlorine-based process to meet present and future water quality regulations. 2. Provided a two-story, 7,000 square foot building to house the ozone generators, new chemical feed system, control room and additional office space. 3. Replaced the initial flash mixing facilities with a larger, two-stage facility. 4. Replaced the flocculation equipment in the existing basin. 5. Replaced filter media and repair drains and outflow pipe. 6. Added tank and pumps to reduce time between backwashing cycles. Page 85 of 1069 -2- 7. Modified equipment and flow path from recycling filter backwash water. 8. Used liquid sodium hypochlorite rather than chlorine gas for residual disinfection to improve safety on-site and water quality. 9. Provided standby metering pumps for each of several chemical feed systems to improve reliability. 10. Upgraded electrical systems, replacing 208-volt service with 120- and 480-volt services improving safety and reliability. 11. Provided new controls for new and existing equipment to improve process control. 12. Remodeled the existing laboratory and office to improve ability to monitor WTP performance. In 2008, a $13.4 million improvement project was completed at the WTP. The major components of the project included: 1. Demolition of existing 4-mg clearwell 2. Demolition of existing transfer pump station 3. Construction of one 3-million gallon (mg) clearwell and one 2 mg clearwell 4. Construction of new transfer pump station 5. Installation of new ballasted sedimentation process (Actiflo), pretreatment building, and equipment 6. Extension of the Nacimiento raw water pipeline on the WTP site 7. Seismic upgrade of existing washwater tank 8. Installation of new residual thickener package treatment plant Since the completion of the last upgrade in 2008, the following capital projects have been completed at the WTP: 1. Nacimiento Water Project (2010, in partnership with SLO County) 2. Ozone Building Roof Repair project (2010) 3. Filter Control and Chemical Building Roof Repair (2011) 4. Wash Water 2 Tank Maintenance (2019) 5. Disinfection Byproduct (TTHM) Reduction & Pipe Gallery Improvement project (2020) 6. Energy Efficiency project (SST) including ozone replacement, SCADA upgrade, plant service water system upgrade, and installation of variable frequency drives at the transfer pump station (under construction in 2022) 7. TESLA Energy Storage System project (2022) 8. WTP Permanent Backup Generator project and transformer replacement (construction beginning 2023 with completion planned in 2024, CalOES grant funded) Page 86 of 1069 -3- In 2020-21, the WTP was operational approximately 17 hours per day. In 2020, average daily production was 4.69 mgd and peak daily production was 8.06 MG on August 10, 2020. In 2021, average daily production was 4.71 MGD and peak daily production was 8.90 million gallons on May 26, 2021. The City’s 2021-23 Financial Plan and 2021-23 Financial Plan Supplement identify the following capital projects and maintenance items at the WTP during the next five years (see table on following page): 2021-23 Financial Plan WTP Capital Improvement and Maintenance Projects1 CIP and Maintenance Project Estimated Cost Aluminum Bulk Tank #1 Replacement $50,000 in 2021-22 Transfer Pump Station CLA‐VAL Re‐build $25,000 in 2021-22 WTP Roof Repair $80,000 in 2021-22 Wash Water Tank #1 Maintenance $40,000 in 2021-22 and $325,000 in 2022-23 Asset Management (Cityworks Integration) $45,000 in 2021-22 and $90,000 in 2022-23 Actiflo Train #2 Mixer Bearing/Gear $245,000 in 2022-23 and $75,000 in 2024-25 Lab TOC Analyzer Replacement $30,000 in 2022-23 Package Thickener $25,000 in 2022-23 Actiflo Poly Blend Units $25,000 in 2025-26 Ozone System Maintenance $125,000 in 2021-22 and $40,000 in 2022-23 Air Compressor and Dryer Maintenance $36,000 in 2021-22 and $36,000 in 2022-23 Chemical System Maintenance $33,000 in 2021-22 and $33,000 in 2022-23 1 Projects and costs updated per 2022-2023 Financial Supplemental Budget The WTP does not have a comprehensive asset management plan to guide the maintenance and replacement of plant infrastructure. As the last WTP upgrade was completed in 2008, that equipment is now 13 years old and will need major maintenance and/or replacement in the next decade. Water Treatment Plant Monthly Average Daily Production (in mgd) Month 2020 2021 2022 January 3.85 4.09 4.10 February 4.63 4.11 4.81 March 3.77 4.26 4.76 April 3.40 4.95 5.15 May 4.80 5.33 5.19 June 5.15 5.32 5.31 July 5.14 4.15 5.20 August 5.34 5.18 5.22 September 5.69 5.47 5.19 October 5.76 5.14 5.20 November 4.68 4.67 -- December 4.01 3.81 -- Page 87 of 1069 -4- SECTION B. SCOPE OF WORK The City is seeking proposals from firms for the following as summarized below and outlined in the identified Tasks 1 through 7: 1. Project Management 2. Baseline Inventory and Data 3. Process/Asset Condition Assessment 4. Prioritization Methodology, Needs and Alternatives Analysis 5. Water Treatment Plant Infrastructure Renewal Strategy 6. Optional Additive Task: Review of Hydrogeneration Opportunities and Constraints 7. Optional Additive Task: Review of Stranded Asset Reuse Opportunities and Constraints Interested consultants are encouraged to develop a scope of work that addresses the City's needs and provides value and innovation. Optional tasks recommended by the consulting firm to enhance the work product should also be included in the proposal and shall be clearly identified as optional items with a separate cost line. Fully describe any exceptions to the anticipated scope as outlined in the RFP. Identify information needs or work that the consultant expects to be completed by City staff. If there are no expectations of City staff effort listed for a task, the City will expect the task to be completed without any assistance from City staff. The consulting firm selected for this project will be required to provide the necessary equipment, materials, and labor to complete the following services. Consultant's proposal shall clearly state the assumptions used to develop the scope of work, schedule, and budget requirement. Task 1: Project Management This task includes all project monitoring and administration, attendance at progress meetings with City staff, and project quality assurance/quality control (QA/QC) activities. The Consultant shall provide the services of senior- level staff persons with applicable experience to conduct technical reviews of project deliverables prior to submittal to the City. Any other formal quality assurance programs proposed to be used by the Consultant should be included as part of the scope of work and described in the proposal. The Consultant’s responsibilities include preparation and provision of a workplan for communications, meetings, and progress reporting to ensure the Project is kept on schedule and within budget. The Consultant will coordinate with the City’s Project Manager on activities including scheduling meetings, tracking, and reporting on work in progress. The Consultant will prepare meeting notes and distribute them to the City and Consultant team. The Consultant will also prepare a schedule of items to be submitted by the City and Consultant and a log of decisions to be made and action items. Regular contact with City staff shall be maintained to incorporate decisions and suggestions regarding the direction of the Project. Weekly status reports shall also be emailed to the City. These status reports shall be supplemented with regular telephone calls to the City as required to discuss the status of ongoing work efforts and outstanding issues. Invoices shall include a detailed summary of tasks completed during the period and include any amended changes in scope and/or fee. During the Project, the Consultant will attend progress/coordination meetings with City staff to discuss issues related to the Project and to update the City regarding progress. Anticipated meetings are as follows:  Project kick-off meeting at the City WTP  Meeting(s) to review baseline inventory and data  Meeting(s) to discuss technical memorandums  Meeting(s) to discuss Draft and Final WTP Infrastructure Renewal Strategy Page 88 of 1069 -5-  Meeting(s) to discuss Draft and Final California Environmental Quality Act (CEQA) document  Meeting(s) prior to City Council hearing  Meeting at City Council (in-person) for approval of the WTP Infrastructure Renewal Strategy The Consultant shall support City Staff at public meetings, including assistance with presentations and responding to questions from the public and City Council. Task 1 Deliverables: Meeting agendas, minutes, monthly status reports, project schedule, a list of contacts and communications protocol, quality assurance and quality control, and invoices. Task 2: Baseline Inventory and Data The Consultant shall become familiar with the WTP including past, current, and planned capital improvement projects, and existing infrastructure planning documents. The Consultant will collect information and visit City facilities to understand City processes and management needs. The Consultant shall review the existing WTP asset inventory, consult with Staff, and conduct a high-level audit to determine if there are any assets that are not currently identified. It will be critical for the Consultant to conduct interviews with key City staff to confirm its understanding of the City’s WTP, existing operational issues and opportunities, and primary objectives of the WTP Infrastructure Renewal Strategy. Key Staff interviews will include:  Utilities Deputy Director, Water  Utilities Deputy Director, Engineering and Planning  Water Treatment Plant Supervisor  Water Treatment Plant Chief Maintenance Mechanic  Water Treatment Plant Chief Operator  Water Treatment Plant Operators  Information Technology Control Systems Administrator This task also includes Consultant review of provided documents and data, and identification of any additional information needed to complete the baseline inventory, audit, and associated data analysis to inform the WTP Infrastructure Renewal Strategy. The Consultant shall compile and analyze source water quality, treatment data, projected daily water demand. Task 2 Deliverables: Prepare the agendas and minutes for the Staff interviews. Request for Information: Review documents and data provided by the City and submit a written request for additional information. Technical Memorandum: Draft and final Technical Memorandum summarizing the City’s available data and identifying any key data gaps. Technical Memorandum: Draft and final Technical Memorandum consisting of compilation and analysis of source water quality, treatment data, and projected daily water demand (including treatment capacity for City and Cal Poly). Deliverables shall be provided with the draft as an editable Microsoft Word electronic version and the final memorandum as a PDF file. Page 89 of 1069 -6- Task 3: Process/Asset Condition Assessment The Consultant will conduct an audit on the existing WTP facility, including a process and asset condition assessment. This assessment will include a risk analysis based on Staff interviews and asset inspection and testing.. The Consultant will update the baseline asset inventory, including asset age and estimate of remaining useful life, and complete a probability of failure and consequence of failure analysis in collaboration with City Staff. The assessment shall include a review of the future capital projects program and associated budgetary estimates, and identify any recommendations for cost adjustments. The assessment shall also include a review and summary existing and likely future regulatory and permit requirements, and identify emerging concerns that will inform the WTP Infrastructure Renewal Strategy. Task 3 Deliverables: Technical Memorandums: Draft and Final Process/Asset Condition Assessment Technical Memorandums addressing each discipline, including Electrical, Mechanical, Civil, Corrosion, Process Engineering, and Architectural. Technical Memorandum: Draft and Final Technical Memorandum summarizing key WTP issues and a Regulatory/Code Summary. Deliverables shall be provided with the draft as an editable Microsoft Word electronic version and the final memorandum as a PDF file. Task 4: Prioritization Methodology, and Needs and Alternatives Analysis In consultation with City Staff, the consultant shall develop a phased prioritization methodology that addresses Code and regulatory requirements, deferred maintenance, redundancy, pre-emptive asset repair and replacement, and process efficiency improvements. The Consultant will provide a Needs and Alternatives Analysis that: defines WTP facility needs; forecasts asset maintenance and replacement budgetary needs; provides planning-level project descriptions, probable budgetary costs, and return on investment for proposed alternatives; and identifies recommended prioritization of projects. Task 4 Deliverables: Technical Memorandum: Draft and Final Technical Memorandum identifying the prioritization methodology. Technical Memorandum: Draft and Final Needs and Alternatives Analysis. Deliverables shall be provided with the draft as an editable Microsoft Word electronic version and the final memorandum as a PDF file. Task 5: Water Treatment Plant Infrastructure Renewal Strategy The Consultant shall develop the phased and prioritized infrastructure renewal strategy including to address existing deficiencies (years 1-5), as well as a medium-term (years 6-10) and long-term capital improvement forecast (beyond 10 years). The approach shall address current and future Code and regulations. The Consultant shall provide present cost for recommended projects, including operation and maintenance, as well as 5-year and 10-year predicted costs. The Consultant shall identify recommended operational/process improvements related to preventative maintenance data input, monitoring, and tracking. Page 90 of 1069 -7- Task 5 Deliverables: Draft and Final Infrastructure Renewal Strategy, with prioritized capital program (assume 3 administrative drafts, one Public Final, one adopted Final). Deliverables shall be provided as in editable Microsoft Word, PDF files with searchable text, all digital files, and graphics. Optional Additive Tasks The Consultant may include one or both the following additive tasks to the proposal submittal, if qualifications, capacity, and capability to complete this task can be demonstrated. Provision of this additive scope item is not a requirement of the response to the RFP. Optional Additive Task 6: Review of Hydrogeneration Opportunities and Constraints During the City’s WTP Energy Efficiency project (approved in 2019), a “resiliency phase” was described to the City Council where the Utilities Department would further explore opportunities for hydroelectric generation facility and on-site solar generation that were not funded as part of the WTP Energy Efficiency project. This task would include review of potential hydrogeneration opportunities, constraints, preliminary cost estimates, and Return on Investment (ROI) analysis. Optional Additive Task 6 Deliverables: Technical Memorandum: Draft and Final Hydrogeneration Opportunities and Constraints Memorandum. Deliverables shall be provided with the draft as an editable Microsoft Word electronic version and the final memorandum as a PDF file. Optional Additive Task 7: Review of Stranded Asset Reuse Opportunities and Constraints This task would include review of potential opportunities, constraints, and preliminary costs associated with the reuse of the Reservoir 2 storage tank, the clarifier at Reservoir 2, and the clarifier at the Water Treatment Plant as a raw water forebay. Task 7 Deliverables: Technical Memorandum: Draft and Final Stranded Asset Reuse Opportunities and Constraints Memorandum. Deliverables shall be provided with the draft as an editable Microsoft Word electronic version and the final memorandum as a PDF file. Page 91 of 1069 -8- SECTION C. PROJECT SCHEDULE Provide a detailed schedule for the completion of each task described above. Schedule start up shall correspond to the proposal review and award schedule identified below. Proposal Review and Award Schedule Task Date Issue RFP February 2023 Pre-Proposal Meeting February 2023 Response to RFP Due March 2023 Complete Proposal Evaluations April 2023 Conduct Finalist Interviews (tentative) and Select Consultant April 2023 Execute Contract/Agreement April/May 2023 Project Kick-off Meeting May 2023 SECTION D. PROJECT BUDGET In addition to the RFP response, provide a Cost Proposal listing the cost for each task in a separate PDF file submitted on Bidsync (or five copies in a sealed envelope if unable to submit via Bidsync). Provide the following:  Itemized breakdown of all services to be provided and the estimated number of hours to complete each task and sub-task.  Estimated hours for your staff in performing each phase and task of the work, including sub-consultants, so we can clearly see who will be doing what work, and how much time it will take.  The information shall be provided in a spreadsheet format to enable City staff to determine the key project team members involvement proposed for each task and the number of management, technical, drafting, and support personnel hours.  The name of team member shall be included in the column headings of the spreadsheet.  Identify all costs to be billed to the Project, including cost per hour for each project team member and the total cost envisioned for each task, project expenses, and sub-consultant costs.  Include any proposed mark-up for sub-consultant fees.  Include a copy of the proposed rate schedule(s) to be used for the duration of the Project including any adjustments that are proposed to occur during the life of the Project. Any proposed adjustments shall be factored into the total proposed project cost. SECTION E. SUBMITTAL REQUIREMENTS 1. Letter of Interest (Five page maximum). Please include in the submittal a letter introducing the Consultant and expressing the Consultant's interest in being considered for the Project. The letter of interest should also include all the following: a. Provide the name of the entity, its mailing address, telephone, facsimile number. Please describe the organization. b. Indicate that the Consultant has the availability and time to dedicate the personnel and resources necessary to complete the identified Scope of Work. c. Indicate that the Consultant has the minimum necessary professional qualifications for successfully performing the work required by the City, including facility/capital improvement program planning project experience for at least five surface water treatment plants of equal or greater size and complexity as the City of San Luis Obispo WTP. Page 92 of 1069 -9- d. Indicate the intention of the Consultant to adhere to the provisions described in the RFP. e. If selected, the Consultant will be expected to sign a service provider agreement or contract with the City. f. Identify the contact person responsible for the submittal, specifying the name, title, and contact information. g. Note that the person signing the letter of interest must be a legal representative of the Consultant authorized to bind the Consultant to an agreement in the event of an award. 2. Relevant Experience of Key Personnel and the Firm (Ten page maximum) a. General Firm Information. General firm information including the number of employees, location of firm headquarters, branch offices, and the number of years in business may also be provided. b. Key Personnel Experience. The submittal must identify the key personnel and any subconsultants that would be assigned if awarded a contract, detailing their qualifications, areas of expertise, certifications, education, training, a summary of their past experience performing similar services for the City of San Luis Obispo and/or other jurisdictions, and a resume of each key personnel and sub-consultant. Clearly describe each individual's specific role in the representative Project, and proposed specific role in the preparation of the Project. c. Firm and Sub-consultant Experience. The submittal must describe the Firm's and any Sub- consultant's pertinent project experience, including a list of performed relevant projects, past performance, and examples of similar work for the City or other jurisdictions. Identified qualifications should include the Consultant's experience preparing facility/capital improvement program planning project experience for local agencies, specific to surface water treatment facilities of equal or greater size and complexity as the City of San Luis Obispo WTP. 3. Work Program and Schedule. a. Provide a narrative of the approach and processes that will be employed to accomplish the identified Scope of Work. b. Provide a detailed schedule by task for completing the identified Scope of Work. 4. Client References. Consultants must provide a minimum of three client references. Include a brief description of the Project, provided professional services, and reference contact name, email, and phone number. 5. Proposal Length and Copies. Proposal submittal shall not exceed 60 pages, including attachments and supplemental materials and excluding the proposed cost estimate. The preferred method for submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit five copies in a sealed envelope or box to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, California, 93401. SECTION F. ADDITIONAL SERVICES If there are related services not otherwise identified in the City' s RFP, the Consultant may offer those to the City. Submittals are not required to address any additional services in order to be considered acceptable. However, the final selection of the successful Consultant may be based on the desirability of the additional services offered. SECTION G. SELECTION PROCESS Submittals received by the deadline will be reviewed by a selection panel comprised of City staff who have relevant knowledge and experience. The panel will rank the proposals based upon the proposal materials submitted according to the following criteria: Page 93 of 1069 -10- 1. Letter of Interest. Availability demonstrated the capacity and qualifications necessary to provide the consulting services specified in the RFP. Ability to meet standard City contract and insurance requirements. 2. Relevant Qualifications and Experience. Background and experience of the specific individuals managing and assigned to the Project. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. Demonstrated ability, based on Consultant experience and specific experience of key personnel, to provide professional services identified in the RFP. Recent team experience in successfully performing similar services. 3. Proposed Approach in Completing the Work. Demonstrated understanding of the work required by the City. Creativity of the proposed approach in completing the work. Demonstrated added value to the City if selected to implement the Scope of Work. 4. Responsiveness to the RFP. Presentation, completeness, responsiveness, quality, and clarity of information provided. Writing ability and demonstrated quality assurance and control. 5. Client References. A minimum of three client references shall be provided. Contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected Consultant, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. If a firm cannot be selected based solely on the proposals submitted, firms submitting the most highly rated RFPs may be invited for interviews. The proposed project manager must be present at the interview; up to four others may attend at the discretion of the firm. The final scope and contract amount will be negotiated with the selected consultant. In the event that negotiations are not successful, staff reserves the right to enter into negotiations with other ranked firms. SECTION H. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be submitted electronically via BidSync. However, if you can’t submit electronic please send your bid copy in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. Page 94 of 1069 -11- The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be provided in the Cost Proposal. Identify all costs to be billed to the project, including cost per hour for each project team member and the total cost envisioned for each task, project expenses, and sub-consultant costs. Include any proposed mark-up for sub- consultant fees. Include a copy of the proposed rate schedule(s) to be used for the duration of the project including any adjustments that are proposed to occur during the life of the project. Any proposed adjustments shall be factored into the total proposed project cost. Any lump sum bid shall be stated in figures. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder’s intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the “Notice Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly. Bidders or their representatives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub- proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the “special terms and conditions” in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award. The contract shall be made in the form adopted by the City and incorporated in these specifications. CONTRACT PERFORMANCE 11. The City’s contract terms and conditions that [Contractor/Consultant] will be expected to execute and be bound by are attached hereto as Exhibit A Page 95 of 1069 -12- SPECIAL TERMS AND CONDITIONS 1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive proposer. 2. Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the proposal by the City in calculating and determining the lowest responsible, responsive proposer. 3. Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the lowest responsible, responsive proposer and to accept the next acceptable low proposal from a proposer that is not experiencing a labor action, and to declare it to be the lowest responsible, responsive proposer. 4. Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer's bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the party to whom the first award was made. 5. Contract Term. The supplies or services identified in this specification will be used by the City for preparation of the Strategic Asset Management Plan (SAMP). The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. 6. Contract Extension. The term of the contract may be extended by mutual consent for an additional one -year, and annually thereafter, for a total of four years. 7. Supplemental Purchases Supplemental Purchases. Supplemental purchases may be made from the successful proposer during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these supplemental purchases, the proposer shall not offer prices to the City in excess of the amounts offered to other similar customers for the same item. If the proposer is willing to offer the City a standard discount on all supplemental purchases from its generally prevailing or published price structure during the contract term, this offer and the amount of discount on a percentage basis should be provided with the proposal submittal. 8. Contractor Invoices. The Contractor may deliver either a monthly invoice to the City with attached copies of detail invoices as supporting detail, or in one lump-sum upon completion. Page 96 of 1069 -13- 9. Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term. 10. Unrestrictive Brand Names. Any manufacturer's names, trade names, brand names or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer, and the City shall be the sole judge in making this determination. 11. Delivery. Prices quoted for all supplies or equipment to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered FOB San Luis Obispo by the successful proposer and received by the City within 90 days after authorization to proceed by the City. 12. Start and Completion of Work. Work on this Project shall begin immediately after contract execution and shall be completed within 90 calendar days thereafter, unless otherwise negotiated with City by mutual agreement. 13. Change in Work. The City reserves the right to change quantities of any item after contract award. If the total quantity of any changed item varies by 25% or less, there shall be no change in the agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of 25% shall be subject to negotiation with the Contractor. 14. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 15. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. Page 97 of 1069 -14- PROPOSAL CONTENT 1. Proposal Content. Your proposal must include the following information: Submittal Forms a. Proposal submittal summary. b. Certificate of insurance. c. References from at least three firms for whom you have provided similar services. Qualifications a. Experience of your firm and those of sub-consultants in performing work and projects relevant to the Scope of Services outlined and described in the request. b. Resumes of the individuals who would be assigned to this Project, including any sub-consultants, with their corollary experience highlighted and specific roles in this Project clearly described. c. Standard hourly billing rates for the assigned staff, including any sub-consultants. d. Statement and explanation of any instances where your firm or sub-consultant has been removed from a project or disqualified from proposing on a project. Work Program a. Detailed description of your approach to completing the work. b. Detailed schedule by task and sub-task for completing the work. c. Estimated hours for your staff in performing each phase and task of the work, including sub- consultants, so we can clearly see who will be doing what work, and how much time it will take. d. Detailed budget by task and sub-task for completing the work. e. Services or data to be provided by the City. f. Services and deliverables provided by the Consultant(s). g. Any other information that would assist us in making this contract award decision. h. Description of assumptions critical to development of the response which may impact cost or scope. Requested Changes to Terms and Conditions a. The City desires to begin work soon after selecting the preferred Consultant Team and expects the Consultant to execute the City's contract and all of the terms therein, as set forth in Exhibit A. To expedite the contracting process, each submittal shall include requested redlined changes to terms and conditions, if necessary. Please be advised that Consultant's requested changes to the City's terms and conditions will be considered by City staff when scoring and determining the competency and responsibility of the bidder. Page 98 of 1069 -15- Proposal Length a. Proposal length should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. Qualification submittal shall not exceed 60 pages, including attachments and supplemental materials and excluding the proposed cost estimate. 2. Proposal Evaluation and Selection. Proposals will be evaluated by a review committee and evaluated on the following criteria, in addition to selection criteria summarized in SECTION G. SELECTION PROCESS: a. Understanding of the work required by the City. b. Quality, clarity and responsiveness of the proposal. c. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d. Recent team experience in successfully performing similar services. e. Creativity of the proposed approach in completing the work. f. Value. g. Writing skills. h. References. i. Background and experience of the specific individuals managing and assigned to this Project. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 3. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a. Issue RFP February 2023 b. Pre-Proposal Meeting February 2023 c. Receive proposals March 2023 d. Complete proposal evaluations April 2023 e. Conduct finalist interviews and finalize recommendation April 2023 f. Execute contract April/May 2023 g. Start work May 2023 4. Pre-Proposal Conference. An optional pre-proposal conference will be held at the following location, date, and time to answer any questions that prospective bidders may have regarding this RFP: City of San Luis Obispo [LOCATION] [ADDRESS], San Luis Obispo [DATE] at [TIME] 5. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City and shall be delivered to the City upon demand. 6. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the Page 99 of 1069 -16- property of the City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 7. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 8. Required Deliverable Products. The Contractor will be required to provide: a. One electronic submission - digital-ready original .pdf of all final documents. If you wish to file a paper copy, please submit in sealed envelope to the address provided in the RFP. b. Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign Virtual Models: Sketch Up Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff c. City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. ALTERNATIVE PROPOSALS 9. Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternative and discuss under what circumstances the City would prefer one alternative to the other(s). 10. Attendance at Meetings. Contractor shall attend as many "working" meetings with staff as necessary in performing work-scope tasks. 11. Accuracy of Specifications. The specifications for this Project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against Page 100 of 1069 -17- the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the ' 'Project's objective or standard beyond the amounts provided there for in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. Page 101 of 1069 -18- SECTION I. INSURANCE REQUIREMENTS Without limiting Consultant’s indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below, and in a form satisfactory to City. General liability insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $2,000,000 per occurrence, $4,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. Automobile liability insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with Work to be performed under this AGREEMENT, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. Professional liability (errors & omissions) insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. Workers’ Compensation insurance. Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endors ement in favor of City, its officers, agents, employees and volunteers. Umbrella or excess liability insurance. Consultant shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer’s liability. Such policy or policies shall include the following terms and conditions:  A drop-down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason;  Pay on behalf of wording as opposed to reimbursement;  Concurrency of effective dates with primary policies;  Policies shall “follow form” to the underlying primary policies; and  Insureds under primary policies shall also be insureds under the umbrella or excess policies. Proof of insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be approved by City’s Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with CITY at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Duration of coverage. Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Work hereunder by Consultant, his agents, representatives, employees or subconsultants. Page 102 of 1069 -19- Primary/noncontributing. Coverage provided by Consultant shall be primary, and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the CITY’s own insurance or self-insurance shall be called upon to protect it as a named insured. City’s rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary, and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City and shall require similar written express waivers and insurance clauses from each of its subconsultants. Enforcement of contract provisions (non estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Requirements not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. Notice of cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty-day notice of cancellation (except for nonpayment for which a ten-day notice is required) or nonrenewal of coverage for each required coverage. Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. Page 103 of 1069 -20- Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Consultant’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. Pass through clause. Consultant agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with Consultants, subcontractors, and others engaged in the project will be submitted to City for review. City’s right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant’s compensation. Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. Additional insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Page 104 of 1069 -21- SECTION J. PROPOSAL SUBMITTAL FORM - SAMPLE The undersigned declares that she or he has carefully examined Project No. [xxxx], which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: Basic Proposal Alternate Proposal Task Task Task Task Task TOTAL BASE PRICE Sales tax @ 8.75% (add as applicable) Other (attach supporting detail) TOTAL $ $ Calendar days required to complete work Certificate of insurance attached; insurance company’s A.M. Best rating: __________________. Firm Name and Address Contact Phone Signature of Authorized Representative Date Page 105 of 1069 -22- REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Page 106 of 1069 -23- Reference No. 3 Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Page 107 of 1069 -24- STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances.  Do you have any disqualification as described in the above paragraph to declare? Yes No  If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative Page 108 of 1069 -25- EXHIBIT A : FORM OF AGREEMENT CITY OF SAN LUIS OBISPO DESIGN PROFESSIONAL SERVICES AGREEMENT This agreement (Agreement) is made and entered into in the City of San Luis Obispo on [date], by and between the City of San Luis Obispo, a municipal corporation and charter city (City) and Consultant) (collectively referred to as the “Parties”). WITNESSETH: WHEREAS, the City wants to prepare a Facility Infrastructure Renewal Strategy (Master Plan) for the Water Treatment Plant (the “Services”); and WHEREAS, Consultant is qualified to perform this type of Services and has submitted a proposal to do so, which has been accepted by City; and NOW, THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the Parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until [date], or upon acceptance and completion of said Services, whichever occurs sooner. 2. INCORPORATION BY REFERENCE. The Notice Requesting Proposals for the Water Treatment Plant Facility Infrastructure Renewal Strategy for the Public Utilities Department and Consultant's proposal dated [date] are hereby incorporated in and made a part of this Agreement, attached as Exhibit A. The City’s insurance requirements are hereby incorporated in and made part of this Agreement, attached as Exhibit B. To the extent that there are any conflicts between the Consultant’s fees and scope of work and the City’s terms and conditions as stated herein, the City’s terms and conditions shall prevail unless specifically agreed otherwise in writing signed by both Parties. 3. CITY’S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Consultant shall receive therefor compensation in a total sum not to exceed [$xx,xxx]. 4. CONSULTANT’S OBLIGATIONS. For and in consideration of the payments and agreements herein before mentioned to be made and performed by City, Consultant agrees with City to do everything required by this Agreement including that work as set forth in Exhibit A. 5. PAYMENT OF TAXES. The contract prices shall include full compensation for all taxes that Consultant is required to pay. 6. LICENSES AND PERMITS. At all times during the term of this Agreement, Consultant shall have in full force and effect, all licenses required of it by law for the performance of the Services described in this Agreement. The Consultant shall procure all permits and licenses, pay all charges and fees, and give all notices necessary under this Agreement. 7. COMPLIANCE WITH LAW. The Consultant shall keep itself informed of and shall observe and comply with all applicable State and Federal laws and regulations, and county and City of San Luis Page 109 of 1069 -26- Obispo ordinances, regulations and adopted codes, which in any manner affect those employed by Consultant or in any way affect the performance of the Services pursuant to this Agreement. The City, and its officers and employees, shall not be liable at law or in equity occasioned by failure of the Consultant to comply with this Section. Failure to comply with local ordinances may result in monetary fines and cancellation of this Agreement. 8. COMPLIANCE WITH INDUSTRY STANDARD. Consultant shall provide services acceptable to City in strict conformance with the Agreement. Consultant shall also provide in accordance with the standards customarily called for under this Agreement using the degree of care and skill ordinarily exercised by reputable providers of such services. Where approval by the City, the City Manager, the Mayor, or other representative of City is required, it is understood to be general approval only and does not relieve Consultant of responsibility for complying with all applicable laws, codes, policies, regulations, and good business practices. 9. INDEPENDENT CONTRACTOR. a. Consultant is and shall at all times remain as to the City a wholly independent contractor. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of Consultant's officers, employees, or agents, except as set forth in this Agreement. Consultant shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the City. Consultant shall not incur or have the power to incur any debt, obligation, or liability whatsoever against City, or bind City in any manner. b. No employee benefits shall be available to Consultant in connection with the performance of this Agreement. Except for the fees paid to Consultant as provided in the Agreement, City shall not pay salaries, wages, or other compensation to Consultant for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Consultant for injury or sickness arising out of performing services hereunder. 10. PRESERVATION OF CITY PROPERTY. The Consultant shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from Consultant’s operations, it shall be replaced or restored at Consultant’s expense. The City’s facilities shall be replaced or restored to a condition as good as when the Consultant began the work. 11. IMMIGRATION ACT OF 1986. The Consultant warrants on behalf of itself and all subconsultants engaged for the performance of the Services that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the Services hereunder. 12. NON-DISCRIMINATION. In the performance of the Services, the Consultant agrees that it will not engage in, nor permit such subconsultants as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 13. WORK SCHEDULED/TIME OF COMPLETION. Page 110 of 1069 -27- City and Consultant agree that time is of the essence in this Agreement. City and Consultant further agree that Consultant's failure to perform on or at the times set forth in this Agreement will damage and injure City, but the extent of such damage and injury is difficult or speculative to ascertain. Consequently, City and Consultant agree that any failure to perform by Consultant at or within the times set forth herein shall result in liquidated damages for each and every day such performance is late or delayed. City and Consultant agree that such sum is reasonable and fair. Furthermore, City and Consultant agree that this Agreement is subject to Government Code Section 53069.85 and that each party hereto is familiar with and understands the obligations of said Section of the Government Code. 14. PAYMENT TERMS. The City’s payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Consultant (Net 30). Consultant will submit invoices monthly for actual services performed. Invoices shall be submitted on or about the first business day of each month, or as soon thereafter as practical, for services provided in the previous month. Payment shall be made within thirty (30) days of receipt of each invoice as to all non-disputed fees. If the City disputes any of Consultant's fees it shall give written notice to Consultant within thirty (30) days of receipt of an invoice of any disputed fees set forth on the invoice. Any final payment under this Agreement shall be made within forty-five (45) days of receipt of an invoice, therefore. 15. INSPECTION. City shall at all times have the right to inspect the work being done under this Agreement and Consultant shall furnish City with every reasonable opportunity and assistance required for City to ascertain that the Services of the Consultant are being performed in accordance with the requirements and intentions of this Agreement. All work done, and all materials furnished, if any, shall be subject to the City’s inspection and approval. The inspection of such work shall not relieve Consultant of any of its obligations under the Agreement. 16. RELEASE OF INFORMATION. a. All information gained by Consultant in performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. Consultant, its officers, employees, agents, or subconsultants, shall not, without written authorization from the City Manager or unless requested by the City Attorney, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories, or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Consultant gives City notice of such court order or subpoena. b. Consultant shall promptly notify City should Consultant, its officers, employees, agents, or subconsultants be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions, or other discovery request (“Discovery”), court order, or subpoena from any person or party regarding this Agreement, unless the City is a party to any lawsuit, arbitration, or administrative proceeding connected to such Discovery, or unless Consultant is prohibited by law from informing the City of such Discovery. City retains the right, but has no obligation, to represent Consultant and/or be present at any deposition, hearing, or similar proceeding as allowed by law. Unless City is a party to the lawsuit, arbitration, or administrative proceeding and is averse to Consultant in such proceeding, Consultant Page 111 of 1069 -28- agrees to cooperate fully with City and to provide the opportunity to review any response to Discovery requests provided by Consultant. However, City's right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. 17. OWNERSHIP OF DOCUMENTS. a. Consultant shall maintain complete and accurate records with respect to sales, costs, expenses, receipts, and other such information required by City that relate to the performance of the Services under this Agreement. Consultant shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. Consultant shall provide free access to the representatives of City or its designees at reasonable times to such books and records; shall give City the right to examine and audit said books and records; shall permit City to make transcripts or copies therefrom as necessary; and shall allow inspection of all work, data, documents, proceedings, and activities related to this Agreement. Such records, together with supporting documents, shall be maintained for a period of three (3) years after receipt of final payment. b. Upon completion of, or in the event of termination or suspension of this Agreement, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the Services under this Agreement shall become the sole property of the City and may be used, reused, or otherwise disposed of by the City without the permission of the Consultant. With respect to computer files, Consultant shall make available to the City, at the Consultant's office and upon reasonable written request by the City, the necessary computer software and hardware for purposes of accessing, compiling, transferring, copying and/or printing computer files. Consultant hereby grants to City all right, title, and interest, including any copyright, in and to the documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared by Consultant in the course of providing the Services under this Agreement. 18. INDEMNIFICATION AND DEFENSE. a. Indemnification and Defense for Professional Services To the fullest extent permitted by law, Consultant shall indemnify, defend, and hold harmless City and any and all of its officials, employees and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities, damages, costs and expenses, including attorney’s fees and costs, to the extent they arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant. Consultant’s duty to defend shall consist of reimbursement of defense costs incurred by City in direct proportion to the Consultant’s proportionate percentage of fault. Consultant’s percentage of fault shall be determined, as applicable, by a court of law, jury or arbitrator. In the event any loss, liability or damage is incurred by way of settlement or resolution without a court, jury or arbitrator having made a determination of the Consultant’s percentage of fault, the Parties agree to mediation with a neutral third-party to determine Page 112 of 1069 -29- the Consultant’s proportionate percentage of fault for purposes of determining the amount of indemnity and defense cost reimbursement owed to the City. b. For all Other Liabilities Notwithstanding the foregoing and without diminishing any rights of City under Section 19.a., for any liability, claim, demand, allegation against City arising out of, related to, or pertaining to any act or omission of Consultant, but which is not a design professional service, Consultant shall defend, indemnify, and hold harmless the Indemnified Parties from and against any and all damages, costs, expenses (including reasonable attorney fees and expert witness fees), judgments, settlements, and/or arbitration awards, whether for personal or bodily injury, property damage, or economic injury, and arising out of, related to, any concurrent or contributory negligence on the part of the City except for the sole or active negligence of, or willful misconduct of the City. 19. SUSPENSION OR TERMINATION OF AGREEMENT WITHOUT CAUSE. a. The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Consultant at least thirty (30) days prior written notice. Upon receipt of said notice, the Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Consultant the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Consultant will submit an invoice to the City pursuant to Section 14. 20. TERMINATION FOR CAUSE. If, during the term of the Agreement, the City determines the Consultant is not faithfully abiding by any term or condition contained herein, the City may notify the Consultant in writing of such defect or failure to perform. This notice must give the Consultant a ten (10) calendar day notice of time thereafter in which to perform said work or cure the deficiency. a. If the Consultant has not performed the work or cured the deficiency within the ten (10) days specified in the notice, such shall constitute a breach of the Agreement and the City may terminate the Agreement immediately by written notice to the Consultant to said effect (“Notice of Termination”). Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the Agreement except to comply with the obligations upon termination. b. In said event, the Consultant shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Consultant as may be set forth in the Agreement payment schedule; compensation for any other work or services performed or provided by the Consultant shall be based solely Page 113 of 1069 -30- on the City’s assessment of the value of the work-in-progress in completing the overall scope. c. The City reserves the right to delay such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Consultant be entitled to receive in excess of the not to exceed amount shown in this Agreement. 21. INSURANCE. Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit B attached to and made part of this Agreement. 22. BUSINESS LICENSE & TAX. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City’s business tax program may be obtained by calling (805) 781-7134. 23. SAFETY PROVISIONS. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 24. PUBLIC AND EMPLOYEE SAFETY. Whenever the Contractor’s operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 25. UNDUE INFLUENCE. Consultant declares and warrants that no undue influence or pressure was used against or in concert with any officer or employee of the City in connection with the award, terms or implementation of this Agreement, including any method of coercion, confidential financial arrangement, or financial inducement. No officer or employee of the City has or will receive compensation, directly or indirectly, from Consultant, or from any officer, employee or agent of Consultant, in connection with the award of this Agreement or any work to be conducted as a result of this Agreement. Violation of this Section shall be a material breach of this Agreement entitling the City to any and all remedies at law or in equity. 26. ASSIGNMENT. The Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, without prior written consent of the City. a. As required above, before retaining or contracting with any subconsultant for any services under this Agreement, City must consent to such assignment of performance in writing. For City to evaluate such proposed assignment, Consultant shall provide City with the identity of the proposed subconsultant, a copy of the proposed written contract between Consultant and such subconsultant, which shall include an indemnity provision similar to the one provided herein and identifying City as an indemnified party, or an incorporation of the indemnity provision provided herein, and proof that such proposed subconsultant carries insurance at least equal to that required by this Agreement or obtain a written waiver from City for such insurance. 27. AMENDMENT. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the appropriate review authority according to the City’s Financial Management Manual. Consultant shall not be compensated for any services rendered in connection with its performance of this Agreement which are in addition Page 114 of 1069 -31- to those set forth herein, unless such additional services are authorized by the City in advance and in writing. 28. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete Agreement between the Parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral Agreement, understanding, or representation be binding upon the Parties hereto. Each party is entering into this Agreement based solely upon the representations set forth herein and upon each party's own independent investigation of any and all facts such party deems material. 29. NOTICE. All notices to the Parties hereto under this Agreement shall be in writing and shall be sent either by (i) personal service, (ii) delivery by a reputable document delivery service, such as, but not limited to, Federal Express, which provides a receipt showing date and time of delivery, or (iii) United States Mail, certified, postage prepaid, return receipt requested. All such notices shall be delivered to the addressee or addressed as set forth below: To City: Public Utilities Department City of San Luis Obispo 897 Morro, San Luis Obispo, California Attention: Miguel Barcenas To Consultant: Name Mailing Address 30. GOVERNING LAW. Any action arising out of this Agreement shall be brought in the Superior Court of San Luis Obispo County, California, regardless of where else venue may lie. The validity, interpretation, construction and performance of this Agreement, and all acts and transactions pursuant hereto and the rights and obligations of the Parties hereto shall be governed, construed and interpreted in accordance with the laws of the State of California, without giving effect to principles of conflicts of law. 31. AUTHORITY TO EXECUTE AGREEMENT. Both City and Consultant do covenant that each individual executing this Agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the Parties hereto have caused this instrument to be executed the day and year first above written. Page 115 of 1069 -32- CITY CONSULTANT _______________________________ By: [Name] Its: [Title of City Manager or Department Head] _______________________________ By: [Name] Its: [Title] APPROVED AS TO FORM: _______________________________ By: J. Christine Dietrick, City Attorney Page 116 of 1069 -33- EXHIBIT A [Placeholder for RFP and Consultant’s Proposal] Page 117 of 1069 Page 118 of 1069