HomeMy WebLinkAbout01/30/2003, BUS 2 - IMPLEMENTATION OF THE WATER SYSTEM MASTER PLAN council MJa
jJan. 30, 2003 acEnaa Pcpont �H (bus a
CITY OF SAN LUIS O B I S P O
FROM: John Moss, Utilities Director `s
Prepared By: Gary Henderson, Water Division Manager A" "
SUBJECT: EMPLEMENTATION OF THE WATER SYSTEM MASTER PLAN
CAO RECOMMENDATION
Approve the contract with Black and Veatch for Phase 1 services for the Implementation of the
Water System Master Plan at the Water Treatment Plant for an amount not to exceed $230,935.
Authorize the Mayor to execute the contract and authorize the transfer of $105,935 from Water
Fund Balance to the project account.
DISCUSSION
Background
Several years ago, in conjunction with the development of the Airport Area Specific Plan, the
City of San Luis Obispo initiated the development of a Water System MasterPlan (Master Plan).
The Master Plan was prepared by Boyle Engineering Corporation through subcontract with
Wallace, Roberts, and Todd (the lead consultant for the Airport Area Specific Plan). The overall
purpose of the Master Plan was to evaluate the existing raw water delivery facilities, the water
treatment plant, and the water distribution system to identify existing deficiencies and necessary
improvements needed to meet both existing water service demands as well as those at full build-
out as identified in the City's General Plan.
The Master Plan identified the following improvements and studies to ensure reliable operation
of the Water Treatment Plant to meet current and future city water demands.
■ Seismic evaluation of the existing water storage tanks
■ Addition of a second treated water storage tank(clearwell)
■ Upgrades to the transfer pump station
• A new pipeline to serve the water treatment plant from Reservoir#2
• The need for an additional sedimentation basin
On June 4, 2002, the City Council approved a request for proposals to provide engineering
services associated with the recommended improvements and studies identified above. Three
firms submitted proposals and Black and Veatch was selected as the top firm based on the
experience of the project team and their understanding of the issues relative to this project. As
Council may be aware, Black and Veatch were the project engineers for the Water Treatment
Plant Upgrade Project that was completed in January of 1995.
a ^�
Council Agenda Report—Water System Master Plan
Page 2
During the review of the proposals and discussions with Black and Veatch relative to the scope
of work for the project, some additional issues and studies were identified which are also
recommended as part of this contract. The additional work involves the evaluation of the Stenner
Canyon Hydroelectric Facility, theoption to utilize a new sedimentation process which may
eliminate the need to construct an additional sedimentation basin, a performance test of the
Water Treatment Plant at full capacity (i.e. 16 mgd) and evaluation of the staffing needs for the
water treatment plant under several operating scenarios.
Work Scope
The proposed scope of work as described in more detail in Exhibit A of Attachment 1 has been
broken into three phases. The approval of this agreement with Black and Veatch is only for the
work scope items identified as Phase 1, including the staffing evaluation (subtask 115). The
Phase 1 work scope includes the following tasks which will provide the preliminary design report
and initial environmental documentation.
Task 100 Project Management
Task 200 Water Treatment Plant Study and Preliminary Design
Task 300 Geotechnical Services
Task 400 Environmental Documentation
Task 700 Stenner Canyon Hydroelectric Feasibility Study
The preliminary design report will thoroughly evaluate the recommended improvements
identified in the Water System Master Plan for the Water Treatment Plant. The geotechnical
work associated with siting the new clearwell as well as information needed for the seismic
evaluation of the existing onsite water storage tanks will also be included in the preliminary
report. Relative to the recommended onsite improvements, a screen check initial environmental
survey will be completed and submitted to the City for review and comment. In addition, an
analysis for the potential to utilize the available flows in the Salinas Reservoir raw water delivery
pipeline to generate electrical energy will be further evaluated as discussed in the next section.
Hydroelectric Plant
While the existing hydroelectric plant has been studied by several consultants who have expertise
in energy production projects, the consultants were unable to adequately address concerns
relative to potential impacts to the water treatment plant operations. Due to the changes
associated with the upgrade to the water treatment in 1995, which modified the treatment process
to utilize ozone as the primary disinfectant, there are potential problems that could jeopardize the
City's ability to ensure safe, dependable water treatment if the existing hydroelectric plant was
placed back in service: To ensure that the water treatment impacts are properly addressed, staff
recommends that the evaluation of the opportunities for harnessing this potential energy supply
a-a-
Council Agenda Report—Water System Master Plan
Page 3
be evaluated by Black and Veatch as part of this contract. Black and Veatch have recently
completed several similar projects that have coordinated energy production from a raw water
delivery pipeline with the operation of the water treatment plant. Black and Veatch's
understanding of the operational constraints associated with the water treatment plant, coupled
with their in-house expertise with hydroelectric facilities, will provide the ability to properly
address the issues and concerns posed by staff.
Following completion of Phase 1, the recommendations for improvements needed to ensure
reliable operations and ability to meet water quality regulations into the future will be presented
to Council for review. Based on the direction provided by the City Council, the Phase 2 scope of
services will be refined for the preparation of the final plans and specifications for the
recommended improvements. The phased approach is recommended since the work scope can
not be accurately defined for subsequent phases until the preliminary studies are completed.
Depending on the recommended improvements identified in the preliminary design report, the
costs for preparation of the final plans and specifications will be revised to reflect the level of
consultant effort needed.
Summary
The implementation of the recommended improvements identified in the Water System Master
Plan will ensure that the City's Water Treatment Plant will continue to provide safe and reliable
water supplies to meet the City's demands well into the future.
FISCAL IMPACT
The Water Treatment Plant Master Plan Implementation Project was identified in the 2001-03
Financial Plan, Appendix B, Page 110-112. The financial plan request estimated $125,000 for
study and design. The cost associated with the contract with Black and Veatch for Phase 1 of the
project is $230,935. An additional $105,935 will need to be appropriated from Water Fund
Balance to support the Phase 1 contract. To cover this, as well as minor costs (printing, etc.)
associated with this project, $107,000 is recommended to be transferred from Water Fund
working capital. There is sufficient available working capital in the Water Fund to fund the
contract and still meet minimum reserve policy levels.
Black and Veatch have Table I Master Plan Project: Estimated Costs
provided preliminary Phase 1: Preliminary Studies &Desi $230,935
estimates for the current and Phase 2: Final Desi $197,567
subsequent phases of the phase 3: Construction Administration $209,731
project, as well as Subtotal: Design&Administration $6383,233
construction costs, are shown
in Table 1. Phase 2 will I
Project Construction $4- 7m* ion
involve preparation of the
final plans and specifications as well as the draft initial environmental assessment. Phase 3 costs
are for construction administration services but do not include onsite resident engineer services.
a - 3
Council Agenda Report—Water System Master Plan
Page 4
ALTERNATIVES
1. Defer the Analysis and Studies: This alternative is not recommended for a number of
reasons. Deferral of seismic analysis of the existing tanks may jeopardize the City's
ability to provide treated water to residents following a seismic event. In addition, the
existing clearwell tank is in need of repairs and recoating to ensure ongoing service
capabilities. This tank is critical to the operations of the treatment plant and can not be
taken out of service until a new tank is constructed and available for use.
2. Modify Work Scope: Staff believes that the work scope as currently defined will provide
the analysis and information needed to ensure that the City can meet water quality
standards into the future and provide reliable water service to the community. Staff
recommends the project work scope, however staff is prepared to discuss any scoping
changes Council may desire and incorporate those changes into the agreement.
ATTACHMENT:
1. Agreement for Consultant Services with Black and Veatch
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this
day of by and between the CITY OF SAN LUIS OBISPO,
a municipal corporation, hereinafter referred to as City, and Black & Veatch Corporation, hereinafter
referred to as Consultant.
WtTNESSETH:
WHEREAS, on June 4,2002,the City Council approved the request for proposals for the Water
Treatment Plant Improvements Project per Specification No.90225.
WHEREAS, on July 11,2002, City received proposals for analysis and design services for water
treatment plant improvements per Specification No.90225.
WHEREAS, pursuant to said request,Consultant submitted a proposal that was accepted by City
for said services.
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 fust written above, until completion and acceptance of said services. Consultant shall complete
the work for Phase I as outlined in the proposal within six months from execution of the agreement.
2. CITY'S OBLIGATIONS. For providing the services as specified in this Agreement,
City will pay and Consultant shall receive compensation in a total sum not to exceed$230,935 for Phase I
of the project work scope as identified in Exhibit A,including subtask 115.
3. CONSULTANT'S OBLIGATIONS. For and in consideration of the payments and
agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to
provide consultant services for Phase I work scope(including subtask 115)as described in Exhibit A and B
attached hereto and incorporated into this Agreement.
4. AMENDMENTS. Any amendment, modification, or variation from the terms of this
Agreement shall be in writing and shall be effective only upon approval by the Utilities Director of the City
of San Luis Obispo.
5. 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.
6. NOTICE. All written notices to the parties hereto shall be sent by United States mail,
postage prepaid by registered or certified mail addressed as follows:
City Pam King
Public Works Department
City of San Luis Obispo
955 Morro Street
San Luis Obispo,CA 93401
Consultant Dean J.Rubinson
Black&Veatch Corporation
1855 Gateway Blvd.
Concord,CA 94520
7. 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.
ATTEST: CITY OF SAN LUIS OBISPO, A Municipal
Corporation:
By: By:
Lee Price,City Clerk David F.Romero,Mayor
APPROVED AS TO FORM: CONSULTANT:.
i
By:
Gilbert A.Tru' City Attomey
a-�
i I
Exhibit A
SCOPE OF WORK: SAN LUIS OBISPO WTP IMPROVEMENT PROJECT
PURPOSE
The purpose of the San Luis Obispo Water Treatment Plant (WTP)Improvement Project
(Project) is to implement water treatment plant improvements identified in the City of
San Luis Obispo's Water Master Plan. The improvements are intended to enhance the
plant's operation capabilities and ensure the facilities perform adequately following a
seismic event.
PROJECT OVERVIEW/BACKGROUND
The role of Black & Veatch for this Project will be to provide project management,
planning, permitting, environmental documentation, design drawings and specifications,
and construction administration.
CONSULTANT SCOPE OF SERVICES
The scope of work for this project is outlined as follows:
Task 100 Project Management-Phase I
Task 200 WTP Study and Preliminary Design—Phase I
Task 300 WTP Geotechnical Investigations and Evaluation Services—
Phases I&11
Task 400 WTP Environmental Documentation—Phase I and II
Task 500 WTP Detailed Design—Phase II
Task 600 WTP Construction Administration—Phase III
Task 700 Stenner Canyon Hydroelectric Feasibility Study—Phase I
The following are detailed descriptions of the tasks required for completion of the
Project.
Task 100—Project Management—Phase I
This task provides for project management of Black & Veatch Team activities and
interaction with City of San Luis Obispo (City) staff. The principal objective of this task is
to ensure completion of the project on schedule and within the negotiated budget.
This task includes a kick-off meeting and development of a project work plan. Invoicing
and progress meeting activities are listed under each work phase.
r
Subtask 105. Conduct Project Kickoff Meeting
Select members of the Black & Veatch project team will meet with City staff for a project
kickoff meeting to introduce the project team; to discuss the project's "critical success
parameters;" and to establish lines of communication, information resources, deliverables,
and review project schedule. At this meeting, the basis of prelinunary design will be
established including setting design basis criteria (hydraulic, seismic, and operational), and
brainstorming on alternatives to be considered during the preliminary design (tank sites,
pipeline routing,hydroelectric).
Subtask 110. Workplan Preparation
This task calls for preparation of a project Workplan. Included in the Workplan will be a
detailed project management approach including procedures and standards for meetings and
production of deliverables; detailed scope of work and a schedule which includes scheduled
meetings and workshops; and project communication protocols, a project team directory
with phone numbers,etc.
Deliverables: Project Workplan (5 copies).
Subtask 115. WTP Staffing Evaluation— Optional Task
Meetings will be conducted with City staff to review current staffing levels and procedures
for the WTP and to discuss City goals and objectives for operation of the WTP. Staffing
information will be compiled from comparable utilities in California, and a letter report
will be prepared presenting the findings of the staffing evaluation and recommendations
of staffing needs by job task. Consideration will be given to time-of-use operation (peak
shaving) versus round-the-clock operation.
Deliverables: Letter Report-WTP Staffing Evaluation(5 copies of draft and final)
Task 200—WTP Study and Preliminary Design—Phase I
The basis for design of the improvements will be established during the Preliminary Design
Phase. During this phase, sufficient information will be generated to clearly define the
improvements to be designed and detailed during the Final Design Phase. Key decisions
made during the Preliminary Design Phase will allow work to proceed during the Final
Design Phase without significant changes. The result of the Preliminary Design Phase will
be a Preliminary Design Report, which covers the entire project in narrative form, with
drawings,tables, and schematics to illustrate the text.The proposed new facilities, as well as
modifications to existing facilities, will be presented in detail to enable designers to proceed
with all subsequent phases of the project.
The study and preliminary design will focus on the following activities and project
elements:
• A hydraulic study relative to onsite water storage needs and sizing of transfer
pumps to provide operational flexibility for moving water out of the treatment
plant and into the City or up Stenner Canyon to Reservoir No.2.
C�
i
• Analysis and recommendations related to a new onsite clearwell, including sizing,
siting, geotechnical considerations, piping and appurtenances, impacts on septic
system and leach fields, operational scenarios, construction materials, coatings,
and cost estimates
• An assessment of improvements associated with new pumps and motors at the
Transfer Pump Station, including above grade piping, valves, etc. New pump and
motor specifications shall be provided which are suitable for bidding under a
separate project to be undertaken by the City.
• Analysis of the potential to serve onsite plant water demand by connection to a
water supply line from Reservoir No. 2, including evaluation of the adequacy of
the new supply source to serve the existing fire sprinkler system and on-site fire
hydrants. This evaluation will include cost estimates for a new system and shall
include existing equipment which will no longer be needed or maintained
following construction.
• Seismic evaluation and risk assessment of the existing 4 million gallon (mg)
clearwell and the older 180,000-gallon wash water tank. Recommendations for
needed improvements will be made, and cost estimates will be prepared for these
improvements to ensure proper performance during a typical design earthquake
event.
• Review of dive reports and on-site visual inspections for the existing 4.0 mg
clearwell and recommendations and cost estimates will be provided for necessary
repairs and recoating of the tank.
• Evaluate existing wash water control structure to more effectively utilize existing
wash water recovery basins..
Subtask 205. Monthly Status Report and Project Invoices
During Phase I, project invoices will be submitted monthly accompanied by a project status
report documenting key activities of the previous and upcoming months, project action
items,project expenditures, and project schedule updates.
Deliverables: 1 copy of Status Report and Project Invoice each month for the
duration of the phase(4 months).
Subtask 210. Conference Calls/Coordination
During Phase I, continual communication and coordination of activities will be maintained
with the City. Regular conference calls will be conducted with the City to review progress
and exchange ideas and information.
Assumptions: 3 Conference Calls are assumed for this phase.
Deliverables: Draft Agenda(3 days before call).
Conference Call Agenda-copies as required.
Conference Call Minutes (within 1 week following call) —copies as
required.
4,q
Subtask 215. Develop Design Criteria
Gather and review available documentation on WTP construction and operational
procedures and establish criteria and standards to be utilized in conducting hydraulic studies,
seismic evaluations, and developing preliminary design for all project elements. Potential
regulatory changes and alternative treatment processes, such as Actiflo®, will be considered.
in developing preliminary design. Conduct discussions with City staff to establish
parameters and alternatives to be considered. Submit to City a letter report summarizing
findings and recommendations related to project design criteria and standards.
Deliverables: Letter Report—Design Criteria(5 copies of draft and final).
Subtask 220. Design Development Workshop No. 1
Present the findings and recommendations related to project design criteria and standards to
be used in the preliminary design. In a workshop format, project team will solicit feedback
from City staff and reach consensus on design criteria and standards to be utilized for the
preliminary design.
Deliverables: Draft Workshop Agenda(1 day before workshop).
Workshop Agenda-copies as required.
Minutes(within 1 week following workshop)—copies as required.
Subtask 225. Incorporate Workshop No. l Input
Incorporate comments received from City staff and decisions made during Workshop No. 1
into preliminary design activities,including hydraulic analyses.
Subtask 230. Develop Alternatives/Refine Scope of Work
Based on Workshop No. 1 decisions, conduct hydraulic analyses and seismic evaluations
and develop preliminary design alternatives for the project elements. Conduct discussions
with City staff to refine project alternatives and project scope. Submit to City a letter report
outlining preliminary design alternatives,findings, and recommendations from this subtask
Deliverables: Letter Report—Preliminary Design Alternatives (5 copies of draft
and final).
Subtask 235. Design Development Workshop No. 2
Present the alternatives, findings, and recommendations related to the previous task. In a
workshop format, solicit feedback from City staff to reach consensus on preferred
alternatives and establish detailed scoping of project elements. Decisions reached during
this workshop will be the basis of preliminary design.
Deliverables: Draft Workshop Agenda(one day before workshop).
Workshop Agenda-copies as required
Minutes (within 1 week following workshop)—copies as required.
A-1 C)
Subtask 240. Incorporate Workshop No.2 Input
Incorporate comments received from City staff and decisions made during Workshop No. 2
to complete the preliminary design work.
Subtask 245. Draft Preliminary Design Report
Based on Workshop No. 2 decisions, develop preliminary design of project elements.
Conduct discussions with City staff to refine preliminary design assumptions.. Submit to
City a Draft Preliminary Design Report describing the entire project in narrative form, with
drawings, tables, and schematics to illustrate the text. The report is intended to present the
project in adequate detail to enable designers and subeonsultants to proceed with subsequent
phases of the project. The report will include a preliminary project schedule, applicable
codes and standards, preliminary geotechnical information, and a conceptual opinion of
probable construction cost.
Deliverables: Draft Preliminary Design Report(5 copies).
Subtask 250. Incorporate Comments into Final Preliminary Design Report
Incorporate comments received from City staff and revise and submit Final Preliminary
Design Report.
Deliverables: Final Preliminary Design Report(5 copies).
Subtask 255. Performance Test of WTP at Full Capacity
During the development of preliminary design, conduct a 2-day hydraulic performance
test for determining the capability of the City of San Luis Obispo Water Treatment Plant
(WTP) of producing water at a design capacity of 16-mgd. Prior to the 2-day onsite test,
a testing protocol will be preparing outlining the responsibilities of test participants.
In order to perform the hydraulic performance test, the plant must be in a ready standby
mode, with the following assumptions:
• 8-mgd of supply available from Whale Rock source.
• 8-mgd of supply available from Salinas source.
• Both ozonelflocculation trains operational and available.
• Sedimentation basin to serve Salinas only (ozone, coagulation, flocculation,
sedimentation,filtration).
• Direct filtration for Whale Rock source (ozone, coagulation, flocculation,
sedimentation,filtration).
• Chemical tanks charged,and metering pumps feeding and calibrated
The WTP will be operated for a minimum continuous period of 4 hours, at a constant rate
of 16-mgd. Filter levels shall be controlled as necessary for proper operation without
overtopping basins. Water surface levels shall be measured throughout the process,
where accessible from the operating deck.
An overview technical memorandum will be prepared as a basis of findings, identifying
areas where headloss appears to be excessive for continuous operation at 16-mgd.
Assumptions: Two Black and Veatch team members will observe testing and plant
performance. City staff is expected to be responsible for all
operational preparation and adjustments, such as opening or closing
valves and modifying operational parameters.
Subtask 260. City Council/Architectural Review Commission Presentation
Project status and design recommendations will be presented to:
• City Council at the conclusion on the Study and Preliminary Design Phase and,
Assumptions: Up to 20 Microsoft Power Point slides will be prepared for each
presentation.
Deliverables: Presentation Materials for Presentation.
Task 300 - WTP Geotechnical Investigation and Evaluation
Geomatrix, as a subconsultant to Black & Veatch, will perform the geotechnical
investigation and evaluation services for the Project.
Subtask 305. Provide Geotechnical Consultation and Attend Meetings (Phase I)
Conduct periodic telephone conversations and informal discussions with the City as work
progresses. Geomatrix has assumed that their attendance will be required at 2 progress
meetings.
Subtask 310. Compile and Review Information (Phase I)
Review published and unpublished information, reports, and drawings relevant to
geologic and geotechnical conditions at the subject site.. Review available aerial
photographs of the project vicinity for features or conditions that may affect the design of
the project.
Subtask.315. Field Exploration/Mapping (Phase I)
Geologic and subsurface conditions at the new and existing clearwell sites, the wash
water tank site, and along the proposed connecting pipeline alignment will be explored
using the following techniques.
• Geologic mapping will be performed to examine surface geologic conditions or
features that may affect the proposed locations or designs of facilities.
• Borings will be drilled to explore subsurface conditions at the 2 clearwell sites,
and the wash water tank site.
As many as 7 borings (approximately 20 to 30 feet deep) will be drilled to explore
conditions at the existing and new clearwell sites and the wash water tank site. The
ata
borings will be drilled using rotary wash techniques to obtain high quality samples of soil
and rock for laboratory testing. Borings will be terminated at least 10 feet into bedrock.
One boring at the new clearwell site will be converted into a piezometer to measure
groundwater levels. It is assumed that access to the site will be provided by the City. It
is also assumed there are no unusual permitting requirements for performing the
exploratory work and the drilling sites can be accessed with truck-mounted drilling rigs.
The borings not converted into piezometers will be backfilled with cement grout.
Drilling fluids/cuttings will be spread over the ground surface near each borehole site or
taken to an on-site disposal area. Locations of the exploration points will be staked
and/or otherwise marked in the field for later identification and surveying.
Subtask 320. Conduct Laboratory Testing(Phase I)
Laboratory tests will be performed on selected samples of the soils and rock encountered
in the borings. The types and numbers of tests proposed herein represent our best
estimate of the level of effort that may be required to evaluate the character and
geotechnical properties of the natural soils and rock and the usefulness of the soils for site
fill and backfill. The actual number of tests that will be performed may differ depending
on the findings of the field exploration program. It is anticipated that the following tests
will be performed:
• Visual classification(all samples).
• Atterberg limits (3 tests).
• Grain size distribution (4 tests).
• Moisture content and dry density(14 tests).
• Moisture-density relations(compaction test- 1 test).
• Unconfined compression or direct shear(4 tests).
• Consolidation(2 tests).
Subtask 325. Perform Engineering Analyses and Evaluations (Phase I)
Perform engineering analyses and evaluations to develop recommendations and
geotechnical parameters for final design of (1) the new clearwell, (2) retrofit of the
existing clearwell and wash water tank, and (3) the new connecting pipelines (pipeline
evaluations will be based on the findings from exploratory work at tank sites). Analyses
and evaluations will include:
• Anticipated soil/rock conditions.
• Anticipated groundwater conditions.
• Site preparation (ground modification or improvement).
• Excavation conditions.
• Fill and backfill materials,compaction,and methods of placement.
• Drainage requirements beneath and adjacent to structures and fills.
• Methods to resist uplift forces,if appropriate.
• Suitable foundation types:
- Spread and strip-type footings
• Geotechnical design parameters:
a- 13
- Allowable bearing pressures.
• Amount of settlement and methods for reducing same.
• Discussions concerning the mitigation of specific geologic/geotechnical hazards.
• Design of pipelines:
- Pipe zone bedding and backfill requirements (materials and compaction).
- Trench zone and final backfill.
- Unit weight of backfill.
- Rankine's lateral pressure ratio times the coefficient of friction of backfill.
- Modulus of soil reaction.
- Coefficient of friction between pipe and backfill.
- Cohesiveness.
• Seismic design parameters (i.e., based on the 1997 Uniform Building Code
[UBC]).
Subtask 330. Prepare Geologic/Geotechnical Report(Phase II)
Prepare a formal report that includes findings frorn the previous subtask and summarizes
all design recommendations. In addition to the text, the report will contain geologic
maps, maps showing the locations of exploration points, profiles and cross sections
showing soil types, logs of borings, results of laboratory and field tests, and other
supporting data. The final report will include text, tables, and graphs that present the
geotechnical information pertinent to design of the project.
Deliverables: Geologic/Geotechnical Report (5 copies of draft and final).
Subtask 335. Geotechnical Review of Plans and Specifications (Phase II)
Review the geotechnical aspects of the 90% Design plans and specifications. Review
comments will be summarized in a letter and/or on copies of drawings and will outline
discrepancies that may exist between the contract documents and the geotechnical report.
Task 400-WTI?Environmental Documentation-Phase I & II
ESA, as a subconsultant to Black & Veatch, will prepare the environmental
documentation for the Project in accordance with the California Environmental Quality
Act(CEQA) and State CEQA Guidelines.
Subtask 405. Meetings and Consultation (Phase I)
Conduct periodic telephone conversations and informal discussions with the City as work
progresses. ESA has assumed that their attendance will be, required at 3 progress
meetings.
Subtask 410. Screencheck Initial Survey (Phase I)
Prepare an Initial Study to identify issues that could potentially cause significant impacts.
Review existing reports relating to the project site and surrounding.areas including
previous CEQA compliance documents, site assessments, and preliminary design reports.
The Initial Study will assess the potential impacts resulting from the construction and
operation of the proposed treatment and storage facilities on water quality, air quality,
aesthetics, public hazards, recreation; population and housing, traffic; noise, land use,
biological resources, cultural resources, geology, public services, and utilities. Much of
the analysis will focus on construction impacts such as biology, cultural resources, air
emissions, noise, and storm water control. Operational/long-term effects will also be
assessed including the aesthetic effects of the proposed facility on the local viewshed. It
is assumed that the analysis would not include an assessment of the project's potential to
induce growth or evaluate secondary effects of growth, since these issues are covered in
the City's General Plan. The project will be evaluated for consistency with the City's
General Plan.
Once site plans and elevations are obtained, ESA will visit the WTP and evaluate the
potential for the proposed clearwell to adversely affect sensitive views (e.g., views of
scenic resources from publicly accessible vantage points, such as parks and recreation
areas). The Initial Study analysis will include photo-documentation, as appropriate. The
evaluation will reflect existing visual conditions of the WTP site and surrounding area. It
is not anticipated that visual simulations will be needed(see Optional Task 425).
Perform a reconnaissance level biological survey of the site, and prepare an assessment of .
potential endangered species and sensitive habitat that could be affected by the project. If
warranted, conduct an informal consultation with California Department of Fish and
Game staff to evaluate appropriate mitigation measures. Conduct a cultural records
search for known archaeological sites in the project area. The results of the search will
be summarized in the Initial Study. It is assumed that the property does not include
structures that would be eligible for the National Register of Historic Places. Conduct a
Phase I Cultural Resources Survey of the project site and prepare a report of the survey.
As necessary, mitigation measures will be identified to reduce potential environmental
effects of the project. To assist in compliance with CEQA and facilitate adoption of any
conditions of approval, prepare mitigation measures within the Initial Study identifying
specific standards where possible. Submit 5 copies of the draft Initial Study to the City
for review and comment.
Subtask 415. Prepare Draft Initial Study/Mitigated Negative Declaration (Phase II)
Following review by the City of the Initial Study, incorporate the necessary revisions into
the document. Assuming the Initial Study does not identify potentially significant
impacts that cannot be mitigated, produce and deliver 5 copies of the Initial
Study/Mitigated Negative Declaration to the City for publication and public review. It is
assumed the City will compile the mailing list and will mail the documents. (These
services can be provided at additional cost.) It is assumed that no public hearings will be
conducted for the project.
Subtask 420. Prepare Response to Comments (Phase II)
Meet with City staff to receive and review public comments on the Initial Study/
Mitigated Negative Declaration. Prepare written responses to public comments. In
addition, a written narrative of all received comments will be prepared for inclusion in
the Draft Response to Comments. Submit the draft Response to Comments/Final
Mitigated Negative Declaration document to the City for review and comments.
Incorporate the City's comments and submit 5 copiesof the Final Response to Continents
Initial Study / Mitigated Negative Declaration to the City for consideration by the City
Council.
Deliverables: 5 copies of Final Response to Comments Initial Study/Mitigated
Declaration.
Subtask 425. Preparation of Environmental Impact Report and Visual Simulations —
Optional Task
In the event the Initial Study identifies potentially significant impacts that cannot be
avoided through mitigation, prepare a focused Environmental Impact Report (EIR)
assessing those issues that the Initial Study identified as potentially significant. To
initiate the EIR process, prepare a draft Notice of Preparation (NOP) pursuant to CEQA
requirements. Incorporate the comments from the City and Black& Veatch, and prepare
a final NOP for submittal to interested agencies. Attend a scoping meeting to solicit
comments from interested parties. The NOP will circulate for 30 days. Prepare an
administrative Draft Focused EIR for submittal to the City. Incorporate City comments
and will submit 5 copies of the Draft Focused EIR to the City for public circulation with
visual simulations to depict the visual impact of the proposed facilities from several
vantage points.
It is assumed the City will compile the mailing list, make multiple copies of the
document, mail the documents, and post public notices as required by CEQA. ESA will
be available to assist as necessary. Attend a public hearing on the Draft Focused EIR,
and prepare responses to comments for inclusion in the Final Focused EIR. Incorporate
the City's comments into the Final Focused EIR, and submit 5 copies to the City for
consideration by the City Council.
Task 500 WTP Detailed Design—Phase H
The tasks and deliverables described below apply to each project element for which bid
documents are anticipated to be prepared:
• New onsite clearwell.
• New pumps and motors at the Transfer Pump Station.
• Components required to serve onsite plant water demand from.Reservoir No.2.
• Seismic upgrade of existing 4 million gallon (mg) clearwell and 180,000-gallon
wash water tank
• Recommendations for necessary repairs and recoating of the existing clearwell.
• Modifications to existing wash water control structure.
Subtask 505. Monthly Status Report and Project Invoices
During Phase 11, project invoices will be submitted monthly accompanied by a project status
report documenting key activities of the previous and upcoming months, project action
items,project expenditures,and project schedule updates.
Deliverables: 1 copy of Status Report and Project Invoice each month for the
duration of the phase(4 months).
Subtask 510. Progress Meetings/Coordination
Curing Phase IL continual communication and coordination of activities will be maintained
with the City. Regular meetings will be conducted with the City to review progress and
exchange ideas and information.
Assumptions: 3 Progress Meetings are assumed for this phase.
Deliverables: Draft Meeting Agenda(3 days before meeting).
Meeting Agenda-copies as required.
Meeting Minutes (within 1 week following meeting) — copies as
required.
Subtask 515. 30%Design Submittal
Develop drawings and specifications to approximately 30% completion. Specifications
will include a Table of Contents, all standard specification sections, and draft sections for
major engineered equipment systems. Under this subtask, survey work will be
conducted, through a subcontract, to supplement available topographical survey data and
to identify locations (horizontal and vertical) of key connection points.
Submit 5 copies for review.
Deliverables: 30%Drawing Set(5 copies).
Technical Specifications (5 copies).
Subtask 520. 50%Design Submittal
Develop drawings and specifications to approximately 50% completion. All major
drawings and specifications will be represented and will reflect in-house quality control
comments.
Submit 5 copies for review.
Deliverables: 50% Drawing Set(5 copies).
Technical Specifications (5 copies).
Subtwk 525. 909c' Design Submittal
Develop drawings and specifications to approximately 90% completion. All drawings
and specifications will be "engineering complete" and will reflect in-house quality
control comments.
Deliverables: 90%Drawing Set(5 copies).
Technical Specifications (5 copies).
a -t'►
Subtask 530. 100%Design Submittal
Incorporate City comments into the drawings and specifications, and provide a final
submittal.
Deliverables: Final Construction Drawings (Vellum Full-Size Drawings, 1
copy).
Technical Specifications.
Subtask 535. City CouncillArchitectural Review Commission Presentation
Project status and design recommendations will be presented to:
• City Council and Architectural Review Commission during the Final Design
Phase
Assumptions: Up to 20 Microsoft Power Point slides will be prepared for each
presentation.
Deliverables: Presentation Materials for Presentation.
Task 600—WTP Construction Administration—Phase III
Project administration services will be performed during the construction phase of the
Project. By performing these services, Black & Veatch shall not have authority or
responsibility to supervise, direct, or control the Contractor's work or the Contractor's
means, methods, techniques, sequences, or procedures of construction. Black & Veatch
shall not have authority or responsibility for safety precautions and programs incident to
the Contractors work or for any failure of the Contractor to comply with laws,
regulations, rules, ordinances, codes or orders applicable to the Contractor furnishing and
performing the work. Specific services to be performed by Black & Veatch are as
follows:
Subtask 605. Monthly Status Report and Project Invoices
During Phase III, project invoices will be submitted monthly accompanied by a project.
status report documenting key activities of the previous and upcoming months, project
action items,project expenditures,and.project schedule updates.
Deliverables: 1 copy of Status Report and Project Invoice each month for the
duration of the phase(10 months).
Subtask 610. Preparation of Addenda
As required during the bidding phase, addenda to the drawings and specifications will be
prepared to address questions or clarifications required.
Assumption: 2 addenda with 4 revised drawings each and minor modifications
to specifications.
� -IS
i I
Deliverables: Final Addenda Drawings (Vellum Full-Size Drawings, 1 copy)
Revised Technical Specifications.
Subtask 615. Pre-Bid Conference
Prepare for and attend the Pre-Bid conference with potential bidders and address
questions or clarifications. Written response to bidders' questions will be issued.
Subtask 620. Consultation/Review During Bidding and.Award Process
Issue written responses to questions and clarifications to bidders during bidding. Review
bid submissions and consult with City regarding qualifications and experience of bidders
and responsiveness of bids.
Subtask 625. Review/Evalualion of Submittals
Review drawings and other data submitted by the. Contractor as required by the
construction contract documents. Review shall be for general conformity to the
construction contract drawings and specifications for the Project and shall not relieve the
Contractor of any of his contractual responsibilities. Such reviews shall not extend to
means, methods, techniques, sequences, or procedures of construction, or to safety
precautions and programs incident thereto.
Evaluate requests for "substitute" and "or equal" items. Provide Construction Manager
with written evaluation of substitution requests. Distribute documents with 7 sets of
mark-ups of submittal reviews to the On-Site Construction Manager. The On—Site
Construction Manager shall be responsible. for maintaining the submittal log and
returning submittals to the Contractor.
Subtask 630. Review/Evaluation of RFls/Change Orders
Review and respond in writing to Requests for Information (RFIs) from the Contractor
and prepare the Design Clarifications (DCs) as required. Review and evaluate change
order requests issued by Contractor. Issue recommendations to City related to validity
and costs associated with change order requests. Assist the City in administering the
processing of change orders, including applications for extensions of construction time.
Evaluate the cost and scheduling aspects of all change orders and, where necessary, assist
the City in negotiating with the Contractor to obtain a fair price for the work. Said
negotiation shall be subject to the approval of the City.
Assumption: 5 claims with an average of 8 hours per claim for research/processing.
Subtask 635. Progress Meetings and Site Visits during Construction and Start-Up
Conduct periodic visits to the construction site to observe progress of the work and
consult with the City, On-Site Construction Manager, and Contractor concerning
problems and/or progress of the work.
Attend monthly progress meetings with the prime Contractor and the City to review and
discuss construction progress, scheduling, coordination, project administration
a - ►ei.
procedures, and other matters concerning the Project. Preparation meeting agenda and
minutes by On-site Construction Manager(8 Monthly Meetings Budgeted).
Subtask 640. Conformance of Documents and Preparation of Record Drawings
Upon completion of the Project, revise the construction contract drawings to conform to the
construction records(record drawing mark-ups to be supplied by City).
Deliverables: Conformed Construction Drawings—full-size vellum(1 copy).
Conformed Specifications-bond paper(1 copy).
Conformed Project Documents-electronic files on CD-ROM.
Task 700—Stenner Canyon Hydroelectric Feasibility Study—Phase I
The objective of this feasibility study task is to identify and evaluate alternatives at a
conceptual design level for maximizing the hydroelectric power recovery potential of the
Stenner Canyon WTP raw water supply system. The result will be selection of a
recommended project concept that will be approved by the City then further developed
into a preliminary design in a subsequent work task.
Subtask 705. Data Collection/Site Visits/Review and Summarize Operating Conditions
Collect and review drawings and existing system operating information (geometry of
project facilities, operating flows, water levels, details of electrical connections).
Conduct project reconnaissance work, including a field trip to site to observe existing
facilities. Following data collection and the site visit, operating conditions related to the
hydroelectric facility and the WTP will be summarized in a letter report submitted for
City review.
Deliverables: Letter Report(5 copies).
Subtask 710. Identify and Develop Alternatives
Hydroelectric and WTP team members will review operating conditions and identify the
possible project concepts for the hydroelectric facility. The range of potential projects is
described in the following table:
a � �
Alt. Title Description
1 OPERATE EXISTING PLANT
lA Safety and Operational Use existing plant under existing WTP operating
Improvements regime. Supply power to PG&E and meter at plant.
Modify existing plant for safety and some operational
flexibility improvements only.
1B System Improvements Same as IA above, except add storage to system and
modify WTP operating regime.
1C Tie-In at WTP Construct 12kV line to WTP and move electrical
interconnection with PG&E to WTP.
2 CONSTRUCT AND OPERATE NEW PLANT
2A Existing WTP Construct new hydro plant at WTP and make PG&E
Operation interconnection at that location. Operate plant
according to existing WTP operating regime.
2B Modified WTP Same as 2A, except add storage to system and operate
Operation WTP on a revised operating regime that maximizes
energy revenue.
The potential projects identified will be discussed with the City, and comments will be
incorporated prior to proceeding with the development of alternatives. Alternative
projects will be further developed by better defining the technical aspects of each
potential project. Conceptual project descriptions will be provided with the following
components:
• Conceptual level figures.
• Modes of operation and operating conditions.
• Order of magnitude construction costs.
• Energy generation potential.
Subtask 715. Financial Analysis
Based on the order of magnitude construction costs, operating and maintenance costs; and
energy generation potential, the net present value and rate of return will be calculated for
each alternative.
Subtask 720. Selection of Recommended Alternative
In a workshop meeting with the City, present findings from previous tasks and discuss
and evaluate alternatives. Together with City staff, select preferred alternative based on
technical and financial analysis and priorities identified by the City.
Prepare a technical memorandum documenting the results of the activities described
above. Submit the draft technical memorandum and revise as final after incorporating
City comments.
� J
Deliverables: Technical Memorandum(5 copies,draft and final).
Subtask 725. Meetings and Consultation
Conduct meetings and discussions with City staff and others to assist in development of
Phase 700 activities.
i
Exhibit B
CONTRACT PERFORMANCE TERMS
1. Business Tag. Consultant must have a valid City of San Luis Obispo business tax
certificate prior to execution of the contract. Additional information regarding the City's
business tax program may be obtained by calling(805)781-7134.
2. Ability to Perform. Consultant warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to
carry out and complete the work hereunder in compliance with applicable federal, state,
county,city,and special district laws,ordinances,and regulations.
3. Laws to be Observed. Consultant shall keep itself fully informed of and shall observe
and comply with all applicable state and federal laws and county and City of San Luis
Obispo ordinances,regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes
which Consultant is required to pay.
5. Permits and Licenses. Consultant shall procure all permits and licenses, pay all charges
and fees,and give all notices necessary.
6. Safety Provisions. Consultant shall conform to the applicable rules and regulations
pertaining to safety established by OSHA and the California Division of Industrial
Safety.
7. Public and Employee Safety. Whenever Consultant'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.
8. Preservation of City Property. 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 as a result of Consultant's negligent performance, it shall be replaced
or restored at Consultant's expense. The facilities shall be replaced or restored to a
condition as good as when the Consultant began work.
9. Immigration Act of 1986. Consultant wan-ants on behalf of itself and all sub-contractors
engaged for the performance of this work 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 work hereunder.
10. Consultant Non-Discrimination. In the performance of this work, Consultant agrees
that it will not engage in, nor permit such sub-contractors 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.
r 53
11. Work Delays. Should Consultant be obstructed or delayed in the work required to be
done hereunder by changes in the work or by any default,act,or omission of the City,or
by strikes, fire,earthquake,or any other Act of God,or by the inability to obtain
materials,equipment, or labor due to federal government restrictions arising out of
defense or war programs,then the time of completion may,at the City's sole option, be
extended for such periods as may be agreed upon by the City and the Consultant.
12. Payment Terms. The City's payment terms are 30 days from the receipt of an original
invoice and acceptance by the City of the services provided by Consultant(Net 30).
13. Inspection. Consultant shall furnish City with every reasonable opportunity for City to
ascertain that the services of Consultant are being performed in accordance with the
requirements and intentions of this contract. 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 to fulfill its contract requirements.
14. Audit. The City shall have the option of inspecting and/or auditing all records and other
written materials used by Consultant in preparing its invoices to City as a condition
precedent to any payment to Consultant.
15. Interests of Consultant. Consultant covenants that it presently has no interest,and shall
not acquire any interest direct or indirect or otherwise, which would conflict in any
manner or degree with the performance of the work hereunder. Consultant further
covenants that, in the performance of this work, no sub-contractor or person having such
an interest shall be employed. Consultant certifies that no one who has or will have any
financial interest in performing this work is an officer or employee of the City. It is
hereby expressly agreed that, in the performance of the work hereunder, Consultant shall
at all times be deemed an independent contractor and not an agent or employee of the
City.
16. Hold Harmless and Indemnification. Consultant agrees to defend, indemnify,protect
and hold the City and its officers and employees harmless from and against any and all
claims asserted or liability established for damages or injuries to any person or
property, including injury to Consultant's employees, subconsukants or officers which
arise from or are connected with or are caused or claimed to the extent caused by the
negligent acts or omissions of Consultant, and its subconsultants, officers or
employees, in performing the work or services herein,and all reasonable and necessary
expenses of investigating and defending against same; provided, however, that
Consultant's duty to indemnify and hold harmless shall not include any claims or
liability arising from the negligence or willful misconduct of the City, its agents,
officers or employees.
17. Year 2000 Compliance. The Consultant warrants that the goods or services provided to
the City, including those provided through subcontractors, are "Year 2000 compliant."
For the purpose of this contract, "Year 2000 compliant" means that goods or services
provided to the City will continue to fully function, fault-free, before, at and after the
Year 2000, without interruption or human intervention; and if applicable, any data
outside of the date range 1990-1999, including leap years, will be correctly processed in
any level of computer hardware or software, including, but not limited to, microcode,
firmware, application programs, files and data bases. This warranty supersedes all
a-a�
Y
warranty disclaimers or limitations, and all limitations on liability, otherwise provided by
the Contractor:
Upon request by the City, the Consultant will provide the City with a description of its
Year 2000 compliance strategy, or statement of why this is not relevant to contract
performance.
18. Contract Assignment.Consultant shall not assign,transfer,convey or otherwise dispose
of the contract,or its right,title or interest,or its power to execute such a contract to any
individual or business entity of any kind without the previous written consent of the City.
19. Termination. If, during the term of the contract, the City determines that Consultant is
not faithfully abiding by any term or condition contained herein, the City may notify
Consultant in writing of such defect or failure to perform; which notice must give
Consultant a 10 (ten) calendar day notice of time thereafter in which to perform said
work or cure the deficiency.
If Consultant has not performed the work or cured the deficiency within the ten days
specified in the notice, such shall constitute a breach of the contract and the City may
terminate the contract immediately by written notice to Consultant to said effect.
Thereafter, neither party shall have any further duties, obligations, responsibilities, or
rights under the contract.
In said event, 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
Consultant as may be set forth in the Agreement payment schedule; compensation for any
other work, services or goods performed or provided by Consultant shall be based solely
on the City's assessment of the value of the work-in-progress in completing the overall
workscope.
The City reserves the right to delay any 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 Consultant be
entitled to receive in excess of the compensation quoted in its proposal.
20. Ownership of Materials. All completed original drawings, plan documents and other
materials prepared by or in possession of Consultant 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. Any re-use of such materials on extensions of this
project or on another project without Consultants written approval shall be at the City's
sole risk.
Consultant shall retain its rights in its standard drawing details, designs, specifications,
databases, computer software and any other proprietary property. Rights to intellectual
property developed, utilized or modified in the performance of the services shall remain
the property of the Consultant.
a - �S
i
I
All documents, including, but not limited to, drawings, specifications, and computer
software prepared by Consultant pursuant to this Agreement are instruments of service in
respect to the Project. They are not intended or represented to be suitable for reuse by the
City or others on extensions of the Project or on any other project. Any reuse without
prior written verification or adaptation by Consultant for the specific purpose intended
will be at the City's sole risk and without liability or legal exposure to Consultant. City
shall defend, indemnify, and hold harmless Consultant against all claims, losses, damages,
injuries,and expenses,including attorneys' fees,arising out of or resulting from such reuse.
21. Release of Reports and Information. Any reports, information, data, or other material
given to, prepared by or assembled by Consultant as part of the work or services under
these specifications shall be the property of City, and shall not be made available to any
individual or organization by Consultant without the prior written approval of the City.
22. Copies of Reports and Information. If the City requests additional copies of reports,
drawings, specifications, or any other material in addition to what Consultant is required
to furnish in limited quantities as part of the work or services under these specifications,
Consultant shall provide such additional copies as are requested, and City shall
compensate Consultant for the costs of duplicating of such copies at the Consultant's
direct expense.
23. Required Deliverable Products. Consultant will provide;
a. Five copies of the final report which addresses all elements of the workscope.
Any documents or materials provided by Consultant will be reviewed.by City
staff and, where necessary, Consultant will respond to staff comments and make
such changes as deemed appropriate.
b. One camera-ready original, unbound, each page printed on only one side,
including any original graphics in place and scaled to size, ready for
reproduction.
C. When computers have been used to produce materials submitted to the City as a
part of the workscope, Consultant must provide the corresponding computer files
to the City,compatible with the following programs whenever possible:
• Word Processing Word
u Spreadsheets Excel
• Desktop Publishing Coreldraw,Pagemaker
• Computer Aided Drafting(CAD) AutoCad
Computer files must be on Ni", high-density, write-protected diskettes or CD-
ROM,formatted for use on IBM-compatible systems. Each diskette/CD must be
clearly labeled and have a printed copy of the directory.
24. Insurance. Consultant shall procure and maintain for the duration of the contract
insurance against claim for injuries to persons or damages to property which may arise
from or in connection with the performance of the work hereunder by Consultant, its
agents,representatives, employees,or sub-contractors.
a. Minimum scope of insurance. Coverage shall be atleast as broad as:
a-�
1
• Insurance Services Office Commercial General Liability coverage
(occurrence form CG 0001).
• Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability,code 1 (any auto).
• Workers' Compensation insurance as required by the State of California
and Employers Liability Insurance.
• Errors and Omissions Liability insurance as appropriate to Consultant's
profession.
b. Minimum limits of insurance. Consultant shall maintain limits no less than:
• General Liability: $1,000,000 per occurrence for bodily injury, personal
injury and property damage. If Commercial General Liability or other
form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general
aggregate limit shall be twice the required occurrence limit.
• Automobile Liability: $1,000,000 per accident for bodily injury and
property damage.
• Employer's Liability: $1,000,000 per accident for bodily injury or
disease.
• Errors and Omissions Liability: $1,000,000 per occurrence.
C. Deductibles and self-insured retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the option of the
City,either. the insurer shall reduce or eliminate such deductibles or self-insured
retentions as respects the City,its officers;officials,employees and volunteers; or
Consultant shall procure a bond guaranteeing payment of losses and related
investigations,claim administration and defense expenses.
d. Other insurance provisions. The general liability and automobile liability
policies are to contain,or be endorsed to contain,the following provisions:
• The City, its officers, officials, and employees are to be covered as
additional insured's as respects: liability arising out of activities
performed by or on behalf of Consultant; products and completed
operations of Consultant; premises owned, occupied or used by
Consultant; or automobiles owned, leased, hired or borrowed by
Consultant. The coverage shall contain no special limitations on the
scope of protection afforded to the City, its officers, official or
employees.
• For any claims related to this project, Consultant's insurance coverage
shall be primary insurance as respects the City, its officers, officials and
employees. Any insurance or self-insurance maintained by the City, its
officers, officials or employees shall be excess of Consultant's insurance
and shall not contribute with it.
• Any failure to comply with reporting or other provisions of the policies
including breaches of warranties shall not affect coverage provided to the
City,its officers, officials or employees.
a-orl-n
1
• Consultant's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits
of the insurer's liability.
• Each insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, canceled by either party,
reduced in coverage or in limits except after.thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given
to the City.
e. Acceptability of insurers. Insurance is to be placed.with insurers with a current
A.M. Best's rating of no less than ANIL
f. Verifreation of coverage. Consultant shall furnish the City with a certificate of
insurance showing maintenance of the required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage
required by this clause must also be provided. The endorsements are to be signed
by a person authorized by that insurer to bind coverage on its behalf. All
endorsements are to be received and approved by the City before work
commences.
a ^ do