Loading...
HomeMy WebLinkAbout07/05/2011, C5 - RECYCLED WATER SYSTEM ASSESSMENT - REQUEST FOR PROPOSALS council M j acenaa nepottt CITY O F SAN Lu i s O B I S P O FROM: Came Mattingly, Utilities Director Prepared By: Jennifer Metz, Utilities Project Manager SUBJECT: RECYCLED WATER SYSTEM ASSESSMENT—REQUEST FOR PROPOSALS RECOMMENDATION 1. Approve the request for proposals (RFP) for professional engineering services for the preparation of a Recycled Water System Assessment, Specification No. 91091, and authorize its issuance, and; 2. Authorize the City Manager to award a contract if the selected proposal is within the approved budget of$40,000. DISCUSSION The City's recycled water system must be a reliable alternative to potable water for landscape applications in terms of both water quality and delivery. Existing pressure fluctuations on the City's recycled water,distribution system are problematic to the long-term integrity of the main pipelines as well as the performance of the end user's irrigation system. The purpose of the RFP is to secure the services of a qualified engineering consultant to provide professional engineering services for a Recycled Water System Assessment. Thee assessment will include hydraulic modeling and surge analysis to identify short-term and long-term corrective measures to minimize or eliminate system pressure fluctuations. Additional background on the City's existing system is provided in the RFP as well as a scope of work for the City's desired assessment services. Background The City received regulatory approval for the delivery of recycled water for landscape irrigation and other approved uses in 2002. The 2004 Water Reuse Master Plan identified the areas of the City to be served with recycled water, as well as potential customers and future recycled water demand. The Master Plan identified potential demand for approximately 1,000 acre feet of recycled water as the distribution system expands. Recycled Water Usage The City completed construction of the Water Reuse Project in 2006 2007-2010 and recycled water deliveries began in October of that year. The project was designed and constructed in two parts which included Year usage (in acre feet) eight miles of pipeline ranging in size from eight to 18-inches and improvements at the Water Reclamation Facility including a 600,000 2007 77.17 2008 89.95 gallon storage tank. Other facility improvements were a pump station, 2009 138.07 a valve to split flow between the storage tank and San Luis Obispo 2010 i52.ss Creek, and a 220,000-gallon chlorine contact tank to meet recycled Source:City of San Luis water disinfection requirements. Obispo Utilities Dept,2011. C5-1 Council Agenda Report- RFP for Recycled Water System Assessment Page 2 Additional recycled water distribution pipelines have been installed since 2006 as part of the City's capital improvement program. A map of the Master Plan area and Recycled Water Distribution System is provided as Attachment 1. After the retrofit and connection of four City parks to the recycled water distribution system in 2009, fluctuating system pressures led to operational problems with irrigation systems. With pressures rapidly changing from under 50 psi to nearly 150 psi, City park sites located at the end of the recycled. water distribution system experienced problems with the ability of pressure regulating valves to respond quickly enough to control irrigation system pressure. Subsequently, irrigation flow sensors, assuming pressure spikes represented irrigation main line breaks, shut down the operation of the irrigation systems. Staff reviewed background material on the system's design, collected new pressure.data from the system, reviewed pump curves, and made modifications to the system's pump controls. These modifications were somewhat effective; however, the City must identify corrective measures to further minimize the pressure fluctuations to insure the efficient and reliable delivery of recycled water in both the short-term and long-term. Evaluation and Selection Process Proposals for the Recycled Water System Assessment are due no later than July 28,.201.1. Based on the evaluation criteria set forth in the RFP, proposals will be reviewed and finalists will be invited for a follow-up presentation/interview before a review committee from the City's Utilities Department. Reference checks will be conducted. Based on the results of the selection process, a recommendation will be made to the City Manager to award the contract. It is anticipated contract award will be made during late August 2011. Prospective Proposers In addition to publishing a formal notice requesting proposals, the RFP will be mailed to firms specializing in these services. A list of prospective firms is part of the RFP. FISCAL IMPACT A total of$40,000 is budgeted for this project from the Water Fund. These funds were.approved as part of the 2011-13 Financial Plan, Capital Improvement Plan, Appendix B, pages 3-57 through 3-59. ALTERNATIVE 1. Deny the issuance of the Recycled Water System Assessment RFP. Council should only select this alternative if it feels addressing the current pressure fluctuations in the recycled water distribution system should be deferred. Pressure fluctuations may lead to recycled water service disruptions and negative impacts to users. Identification of corrective measures through the Assessment will allow for planning and efficient implementation of future capital improvement projects. Staff does not recommend this alternative. C5-2 Council Agenda Report - RFP for Recycled Water System Assessment Page 3 ATTACHMENTS 1. Recycled Water Master Plan Area and Distribution System 2. Request for Proposals for Recycled Water System Assessment, Specification#91091 C5-3 Attachment 1 E F G H 1 J I N --c—I M TN I o p —� 1 I 3 2011 RECYCLED3 WATER SITES �I ' 1 Damon Garcia Sports Fields-City 1 2 Los Osos Valley Rd.Medians(3 meters)-City , 3 Calle Joaquin Park 4 Courtyard by Marriott fott(2(2 meters) 5 Irish Hills Plaza(2 meters) ', I ! city O 6 6 Costco I San lUis OBIS O 6 7 Laguna Village Shopping Center 8 Laguna Lake Goff Course-City - — 6 9 Laguna Middle School 10 Laguna Hills Park-City 6 11 Laguna Lake Park-City t 12 French Park-City --1-� � - - - � - ---'- - 7 13 Islay Park-City 14 Cal Trans-Highway 101 Landscape 15 DeVaulPark-City 16 DeTolosa Homes(2 meters) ,o ° 17 Los Verdes Park 1(2 meters) 18 Meathead Movers / 19 Mission Community Bank T- t— -r - 9 20 Margarita Medians(3 meters)-City j .w 21 Prefumo Creek Commons(2 meters) 9 I 9 ,9 I 11 1 qqI ~ 12 t.,. t.8 ' 1 12 19 - 13 I 13 14 2 I _ rpomlii 14 Water — s eelarnation Faciligr 6 16 ar 16 I ! 17 12 - - n / v is 18 w , I I s I Ad�E"rR5® ^�... i tetlwtL/ 19 saa x N 1 .I u on Wars I I 19 wwwmev+,.ua.euyv.�r ; 29 �^wl...whMOMw,Cp YW[.Y.wtlrtwp,v I E F G X 1 N l M N I 0 9 ATTACHMENT 1: Recycled Water Master Plan Area & Distribution System Recycled Water Site# Water Reuse - Recycled Water t (See Legend, above) Master Plan Area Distribution System Wharf Head Hydrant Source:City of San Luis Obispo Utilities Department,2011. C5-4 Attachment 2 Clay of san tins oBispo 990 Palm Street ■ San Luis Obispo,CA 93401 Notice Requesting Proposals for the City of San Luis Obispo Utilities Department RECYCLED WATER SYSTEM ASSESSMENT .Specification No. 91091 The City of San Luis Obispo's Utilities Department is requesting sealed proposals for professional engineering services for a RECYCLED WATER SYSTEM ASSESSMENT pursuant to Specification No. 91091. All proposals must be received by the Finance Department at 990 Palm Street, San Luis Obispo, CA 93401 by July 28, 2011 by 3:00 PM, when they will be opened publicly in the City Hall Council Chambers. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Finance & 'I,T Department in a sealed envelope plainly marked with the proposal title, specification number, bidder name, time and date of the.proposal opening. Proposals shall be submitted using the forms provided in the specification package. Specification packages and additional information may be obtained on the City's website at htto://www.slocitv.or2/finalice/bids.asp. Questions may be submitted to Jennifer Metz via e-mail at jmetz@slocity.org until July 22, 2011. All questions will be answered and distributed to all interested parties. Onsite review of the City's current recycled water system will be provided at a Mandatory Pre-Proposal Meeting to be held on Wednesday, July 20, 2011 at 10 a.m. at the City's Water Reclamation Facility at.35 Prado Road, San Luis Obispo, CA. ® 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. C5-5 Attachment 2 Specification No. 91091 TABLE OF CONTENTS A. Description of Work.................................................:.........:....1 A I. Overview A2. Background A3. Scope of Work A4. Project Schedule/Cost B. General Terms& Conditions....................:....:.........:...........:..5 B 1. Proposal Requirements B2. Contract Award and Execution C. Proposal Content& Selection Process...................................7 Cl. Proposal Content Submittal Forms Qualifications Work Program Compensation Proposal Length and Copies C2. Proposal Evaluation& Selection Proposal Review Criteria Proposal Review and Award Schedule D. Agreement....:..:.........................................................................9 E. Insurance Requirements.......:..........:.....:..............................16 F. Proposal Submittal Forms................................................:...18 F1. Proposal Submittal Form F2. References F3. Statement of Past Contract Disqualifications F4. Proposers List Appendix 1: Recycled Water Master Plan Area&Distribution System Appendix 2: Pump Station Programming Appendix 3: Recycled Water Distribution System Pressure Fluctuations C5-6 Attachment 2 City of San Luis Obispo Specification No.91091 Section A DESCRIPTION OF WORK Al. OVERVIEW The City's recycled water system must be'a reliable alternative to potable water in terms of both water quality and delivery. Existing pressure fluctuations on the City's recycled water distribution system are problematic to the long-term integrity of the pipeline as well as the performance of the end user's irrigation system. The purpose of this Request for Proposals (RFP) is to secure the services of a qualified engineering consultant to provide professional engineering services for a Recycled Water System Assessment, including hydraulic modeling and surge analysis, to identify short-term and long-term corrective measures to minimize or eliminate system pressure fluctuations. Additional background on the City's existing system is provided in this RFP as well as a scope of work for the City's desired assessment services. A2. BACKGROUND The City completed construction of the Water Reuse Project in 2006. and recycled water deliveries began in October of that year. The project was designed and constructed.in two parts which included eight miles of ductile iron pipeline ranging in size from eight- to 18-inches and the following improvements at the Water Reclamation Facility: • A 600,000 gallon buried concrete recycled water storage tank. Recycled Water Usage • A pump station with two 40-horsepower and three 20074010 120-horsepower vertical turbine, variable speed pumps. The usage pump station was designed to accommodate two additional 120- Year (in acre feet) horsepower pumps for future system expansion. The system was 2007 77.17 designed to provide up to 1,750 gpm of reclaimed water at a 2008 89.95 pressure of 133 psig. The maximum design capacity is 2009 138.07 approximately 2.5 million gallons per day. 2010 152.63 • A diversion structure and modulating control valve to split the source: City of San effluent flow between the recycled water tank and San Luis Luis Obispo utilities Obispo Creek. Department,2011. • A 220,000-gallon chlorine contact tank to meet recycled water disinfection requirements. The.City's 2004 Water Reuse Master Plan identifies the areas of the City to be served with recycled water, as well as potential customers and future recycled water demand. The Master Plan identified potential demand for 1,000 acre feet of recycled water as the distribution system expands. Since the completion of the Water Reuse Project in 2006, additional recycled water distribution pipelines have been installed as part of the City's Capital Improvement Program with new lines (or tie-ins) on Calle Joaquin (6" DI), Broad Street (10" DI), Madonna Road (4" DI), Capitolio Road (4" DI), South Higuera (12" HDPE and 10" DI), and Margarita (6" DI). A map of the distribution system and Master Plan area is provided in Appendix 1. The system provides recycled water for landscape irrigation to 22 sites (26 metered locations). Additional sites are added through irrigation retrofits and new development in the Master Plan C5-7 Attachment 2 City of San Luis Obispo Specification No.91091 area. The largest recycled water users are City parks, the Laguna Lake Golf Course; and Laguna Middle School. The system also has eight wharf head hydrants used for system flushing and water truck filling stations within the City's Corporation Yard and at the WRF. Initial demand on the system in 2006 was approximately 100,000 gallons per day during the irrigation season. Annual usage for 2007 through 2010 is provided in the adjacent Table. Peak daily demand on the recycled water system was 497,084 gallons per day on August 3, 2009. However, demand exceeding 400,000 gallons per day is uncommon with only one day in 2010 and four days in 2009. The average daily demand in June, July, and August 2010 was 280,000 gallons per day. Peak monthly demand was 8,901,368 gallons per month during August 2010. With the retrofit and connection of four City parks to the recycled water distribution system in 2009, concerns were. expressed by Parks Maintenance staff from the City's Public Works Department noting that fluctuating system pressure led to operational problems with their irrigation systems. With pressures rapidly ranging from under 50 psi to nearly 150 psi, City park sites located at the end of the recycled water distribution system experienced problems with their pressure regulating valves' ability to respond quickly enough to control irrigation system pressure. Subsequently irrigation flow sensors assuming pressure spikes represented irrigation mainline breaks shut down the operation of the irrigation system. Utilities Department staff from the WRF and Water Distribution reviewed background material on the system's design, collected new pressure data from the wharf head hydrants, reviewed pump curves and made modifications to pump parameters to adjust pressure set points, timing between the small demand mode (<350 gpm) and the large demand mode (>350 gpm), ,and adjusted the variable frequency drive (VFD) ramp up rate (see Appendices 2 and 3). These modifications were somewhat effective; however the City is interested in identifying corrective measures to further minimize the pressure fluctuations to insure the efficient delivery of recycled water in both the short-term and long-term. Onsite review of the City's current recycled water system is offered at a Mandatory Pre-Proposal Meeting to be held on Wednesday, July 20 at loam at the City's Water Reclamation Facility at 35 Prado Road. Proposers that are unfamiliar with the City's existing recycled water system are encouraged to attend. A3. SCOPE OF WORK The. City's desired scope of work for the Recycled Water System Assessment project is described below. Alternate proposals will be considered as described in Section 131.9, Proposal Requirements, of this specification package. TASK 1: Project Meetings and Coordination To kickoff the Recycled Water System Assessment project, the Consultant will meet with the City's project team, tour the Water Reclamation Facility, the existing recycled water distribution system, and individual irrigation sites, to gather appropriate information that will be used in the System.Assessment. This information may include: • Water Reuse Project design drawings (distribution system and WRF improvements) • 2004 Water Reuse Master Plan • Pump curves and pump station protocol -2- C5-p Attachment 2 City of San Luis Obispo Specification No. 91091 • Average daily and peak daily demand conditions • Irrigation system operating pressures and flows • Hours of irrigation/ irrigation system operating protocols Consultant's proposal shall identify any other information that may be necessary to conduct a thorough Recycled Water System Assessment. Consultant should suggest a specific approach to conducting meetings with stakeholders in their proposal. As a component of this task, the Consultant shall prepare the agendas and minutes for these meetings. The City envisions the consultant attending a total of four meetings on the project(two with Task 1, one each with Tasks 4 and 5). The Consultant will coordinate with the City's Project Manager on activities including scheduling meetings, tracking and reporting on work in progress. This includes watching for any technical roadblocks that will either jeopardize the agreed upon schedule or the allocated budget for the work. TASK 2: System Assessment For the Recycled Water System Assessment project, the Consultant shall develop a hydraulic model and surge analysis of the existing recycled water distribution system. Because the distribution system will be incrementally expanded, a future scenario should also be modeled. The hydraulic model should be used to assess pump station response, flow capacity and pressure as well as to simulate various operational and surge scenarios on the distribution system to evaluate the impact of transient pressure surges and identify surge protection appurtenances and locations along the recycled water distribution system. The goal is through hydraulic modeling and surge analysis that alternative corrective measures will be identified for the City to implement. to minimize, or potentially eliminate pressure fluctuations to insure the efficient delivery of recycled water in both the short-term and long-term. Consultant's proposal shall include a description of the software used for the hydraulic modeling and surge analysis. As part of the Recycled Water System Assessment, the City is also interested in the Consultant's identifying specific modifications to the existing pump station, pump protocols and recommendations on the location of additional recycled water storage, including elevated storage, to minimize the existing pressure fluctuations in the recycled water distribution system. TASK 3: Draft System Assessment/Technical Memorandum To document the results of Task 2, the Consultant shall prepare a Technical Memorandum that describes in detail the Consultant's understanding of the City's recycled water pump station, controls, storage, existing distribution system and its future expansion, the goals of the Recycled Water System Assessment project, the assumptions that went into the hydraulic modeling and surge.analysis, and specific alternatives available to the City, both in the short-term and long- term,_to minimize the existing pressure fluctuations. This technical memorandum shall include a budget-level cost estimate for implementing each identified alternative and the life cycle cost (accounting for staff time, maintenance, energy use, and replacement) of each alternative. -3- 05-9 Attachment 2 City of San Luis Obispo Specifcafion No.91091 The Consultant shall provide the City five bound and one unbound copy of the Draft Recycled Water System Assessment. If a menu of alternatives are identified, the Consultant shall rank each alternative based on effectiveness to reduce the pressure fluctuations in the short- and long-term, cost of implementation,life cycle cost, and ease of implementation. TASK 4: Alternatives Review Following preparation of the Technical Memorandum described in Task 3, the Consultant shall meet with the City's project team to discuss the results of the hydraulic modeling and surge analysis and the identified alternatives toaddress the existing pressure fluctuations. The Consultant shall provide their recommendation on the preferred altemative(s) for effectively minimizing the pressure fluctuations the recycled Water system. The City will provide concurrence or direction on the selection of short- and long-term preferred alternatives for the preparation of a Final Recycled Water System Assessment Report. TASK 5: Final System Assessment After the completion of Task 4, Consultant will prepare a Final Recycled Water System Assessment. The Final Assessment shall include a summary of all alternatives identified in Task 3 including their ranking, cost, etc. The discussion of the alternatives selected in Task 4 shall be expanded in the Final Assessment. The Consultant shall provide the City five bound and one unbound copy of the Final Recycled Water System Assessment. Hydraulic modeling and surge analysis data files shall also be provided to the City. The City acknowledges that the software programs used to conduct the modeling and surge analysis are not included as deliverables to the City. A4. PROJECT SCHEDULE & COST Please provide a detailed schedule for the completion of the five tasks above that comprise the City's desired scope of work or for an alternative work scope as described in Section B1.9. The Recycled Water System Assessment project schedule shall correspond to the award schedule included in Section C. Also provide a corresponding cost breakdown with estimated hours to perform each task described in the scope of work and an hourly rate work sheet to be used for additional services. Costs shall be consistent with those provided in Section F. Costs should include any required travel and expenses. -4- 05-10 � 7 Attachment 2 City of San Luis Obispo Specification No.91091 Section B GENERAL TERMS & CONDITIONS 131. PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or fum submitting a proposal (Consultant) shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the Consultant acknowledges agreement with and acceptance of all provisions of these 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 enclosed in an envelope that shall be sealed and addressed to the Public Works Department, City of San Luis Obispo, 919 Palm Street, San Luis Obispo, CA, 93401. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, specification number, name of proposer, 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. The purpose of this submittal is to generally assess the adequacy of the proposer's insurance coverage during proposal evaluation; as discussed under paragraph 13 below, endorsements are not required until contract award. The City's Insurance Requirements are detailed in Section E of this RFP package. 4. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 5. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency proposing or contract disqualifications on the form provided in Section F of this RFP package. 6. Proposal Withdrawal and Opening. A Consultant may withdraw its proposal, without prejudice prior to the time specified for the proposal opening,by submitting a written request to the City Engineer for its withdrawal, in which event the proposal will be retumed to the proposer unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Inviting Proposals/Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Consultants or their representatives are invited to be present at the opening of the proposals. 7. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested 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 Consultant submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other Consultant's submitting proposals. -5- 05-11 C5-11 Attachment 2 City of San Luis Obispo Specification No. 91091 8. Communications. All timely requests for information submitted in writing (via e-mail to jmetz@slocity.org) will receive a written response from the City. Telephone communications with City staff are not encouraged. However, any such oral communication shall not be binding on the City. 9. Alternative Proposals. The proposer may submit an alternative proposal that it believes will also meet the City's project goals but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives submitted. B2. CONTRACT AWARD & EXECUTION 10. 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 Section C of these specifications for Proposal Evaluation and Contract Award criteria. 11. Competency and Responsibility of Consultant. The City reserves. full discretion to determine the competence and responsibility,, professionally and/or financially, of consultants. Consultants will provide, in a timely manner, all information that the City deems necessary to make such a decision. 12. Contract Requirement. The Consultant to whom award is made shall execute a written contract with the City within ten(10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 13. Insurance Requirements. The Consultant shall provide proof of insurance in the form, coverages and amounts specified in Section E of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. 14. Business License and Tax. The Consultant must have a valid City of San Luis Obispo business license and tax certificate before contract execution. Additional information regarding this requirement may be obtained by calling(805)781-7134. 15. Failure to Accept Contract. The following will occur if the Consultant to whom the award is made 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 Consultant's bond or security is required; and an award may be made to the next highest ranked consultant with whom a responsible compensation is negotiated, who shall fulfill every stipulation as if it were the party to whom the first award was made. -6- 05-12 Attachment 2 City of San Luis Obispo Specification No. 91091 Section C PROPOSAL CONTENT & SELECTION PROCESS C1. Proposal Content Submittal Forms a. Proposal submittal summary. b. Certificate of Insurance. c. References from at least three Agencies for whom you have provided similar services. d. Statement of Past Disqualifications. Qualifications e. Experience of your firm in performing similar services. f. Experience of the staff to be assigned to the project in performing similar services. g. Redundancy in the company of staff experienced in this type of work. h. Resumes of the individuals who would be assigned to this project, including any sub-consultants. i. Siandard hourly billing rates for the assigned staff, including any sub-consultants. j. Statement and explanation of any instances where your firm has been removed from a project or disqualified from proposing on a project. Work Program k. Description of your approach to working with City staff to achieve their goal of completing the work. 1. Tentative.schedule by phase and task for completing the work. m. Estimated hours for your staff in performing each phase of the work, including any sub- consultants. n. Services or data to be provided by the City. o. Any other information that would assist us in making this contract award decision. Compensation p. Proposed compensation and payment schedule tied to accomplishing key tasks. Proposal Length and Copies q. Proposals should be double sided and not exceed 50 pages, including attachments and supplemental materials. r. Five copies of the proposal and one electronic copy on a compact disk must be submitted. -7- 05-13 Attachment 2 City of San Luis Obispo Specification No.91091 C2. Proposal Evaluation & Selection Proposals will be evaluated by a review committee based on the following criteria: a. Understanding of the work required by the City. b. Proposed approach in completing the work. c. Quality, clarity and responsiveness of the proposal. d: Recent experience in successfully performing similar services. e. Background and related experience of the specific individuals to be assigned to this project. f. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. g. References. h. Proposed compensation. As reflected above, contract award will be based on a combination of factors as determined to be in the best interest of the City and will not be based solely on price. 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 scope and/or method and amount of compensation. The following is the anticipated schedule for the project: a, Issue Request for Proposals Thursday,July 7, 2011 b. Receive proposals 4pm, Thursday,July 28, 2011 c. Complete proposal evaluation Friday,August 5, 2011 d. Conduct finalist interviews Week of August 8,2011 e. Finalize staff recommendation Friday, August 12,2011 f. Award and execute contract Week of August 22, 2011 g. Start work Week of September 6, 2011 h, Complete Assessment Week of December 26, 2011 C5-14 �Y Attachment 2 City of San Luis Obispo Specification No.91091 Section D FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the-City of San Luis Obispo on [day,date,year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City,and [CONSULTANT'S NAME IN CAPITAL LETTERS],hereinafter referred to as Consultant. WITNESSETH WHEREAS, on July 5, 2011 City requested proposals for the Recycled Water System . Assessment project per Specification No. 91091. 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 first written above,until acceptance or completion of said services. 2. Start and Completion of Work. Work on this project shall begin within five calendar days after contract execution. Individual projects shall be completed in accordance with approved project schedules. 3. Work Delays. Should the 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. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time,due to any of the above, after hearing evidence as to the reasons for such delay,and making a finding as to the causes of same. 4. Termination: If, during the term of the contract, the City determines that the Consultant is not faithfully abiding by any term or condition contained herein, or the Consultant's work is determined to be deficient,the City may notify the Consultant in writing of such defect or failure to perform. This notice will give the Consultant a ten calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the 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 the Consultant to said effect. Thereafter,neither party shall have any further duties,.obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Consultant's surety shall remain in full force and effect, and shall not be extinguished,reduced,or in any manner waived by the termination thereof. 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 -9= C5-15 Attachment 2 City of San Luis Obispo Specification No.91091 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 set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the 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 the Consultant be entitled to receive in excess of the compensation quoted in its proposal. If, at any time during the term of the contract, the City determines that the proposed work is not feasible due to funding shortages or unforeseen circumstances,the City reserves the right to terminate the contract. Consultant will be paid compensation due and payable to the date of termination. 5. Ability to Perform. The 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 any and all applicable federal, state, county, city, and special district laws,ordinances,and regulations. 6. Sub-contract Provisions. No portion of the work pertinent to this contract shall be subcontracted without written authorization by the City, except that which is expressly identified in the Consultant's proposal. Any substitution of sub-consultants must be approved in writing by the City. For any sub- contract for services in excess of $25,000, the subcontract shall contain all provisions of this agreement. 7. Contract Assignment. The 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. 8. Inspection. The Consultant shall furnish City with every reasonable opportunity for City to ascertain that the services of the 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. 9. Record Retention and Audit. For the purpose of determining compliance with various laws and regulations as well as performance of the contract, the Consultant and sub-consultants shall maintain all books, documents,papers,accounting records and other evidence pertaining to the performance of the contract, including but not limited to the cost of administering the contract. Materials shall be made available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records. For Federally funded projects, access to records shall also include authorized representatives of the State and Federal government. Copies shall be furnished if requested. 10. Conflict of Interest. The Consultant shall disclose any financial, business, or other relationship with the City that may have an impact upon the outcome of this contract, or any ensuing City construction project. The Consultant shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing City construction project which will follow. 10- C5-16 Attachment 2 City of San Luis Obispo Specification No. 91091 The Consultant covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Consultant further covenants that, in the performance of this work, no sub-consultant or person having such an interest shall be employed. The 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, the Consultant shall at all times be deemed an independent Consultant and not an agent or employee of the City. 11. Rebates, Kickbacks or Other Unlawful Consideration. The Consultant warrants that this contract was not obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any City employee. For breach or violation of the warranty, the City shall have the right in its discretion, to terminate the contract without liability; to pay only for the value of the work actually performed; to deduct from the contract price; or otherwise recover the full amount of such rebate,kickback or other unlawful consideration. 12. Covenant Against Contingent Fees..The Consultant wan-ants by execution of this contract that no person or selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Consultant for the purpose of securing business. For breach or violation of this warranty,the City has the right to annul this contract without liability; pay only for the value of the work actually performed, or in its discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such commission,percentage,brokerage,or contingent fee. 13. Compliance with Laws and Wage Rates. The 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. This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code. For purposed of this paragraph, "construction" includes work performed during the design and preconstruction phases of construction, including but not limited to, inspection and land surveying work. 14. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Consultant is required to pay. 15. Permits and Licenses. The Consultant shall procure all permits and licenses, pay all charges and fees,and give all notices necessary. 16. Safety Provisions. The Consultant shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 17. Public and Employee Safety. Whenever the Consultant's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, famish, 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. 18. 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 the Consultant's operations, it shall be replaced or restored at the Consultant's expense. The facilities shall be replaced or restored to a condition as good as when the Consultant began work. - 11 - 05-17 Attachment 2 City of San Luis Obispo Specification No. 91091 19. Immigration Act of 1986. The Consultant warrants on behalf of itself and all sub-consultants 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. 20. Consultant Non-Discrimination. In the award of subcontracts or in performance of this work, the Consultant agrees that it will not engage in, nor permit such sub-consultants as it may employ, to engage in discrimination in employment of persons on any basis prohibited by State or Federal law. 21. 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. In preparing its proposal, the Consultant and all sub-consultants named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or, omissions in the 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 specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of Consultant to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the Consultant. An ambiguity or defect shall be considered patent if it is of such a nature that the Consultant, 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 Consultant or sub- consultants to notify City in writing of specification 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 Consultant to achieve the project's objective or standard beyond the amounts provided therefor 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 specifications, or any other matter whatsoever, Consultant shall immediately notify the City in writing, and the Consultant and all sub-consultants 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 Consultant'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. 22. Indemnification for Professional Liability. To the fullest extent permitted bylaw, Consultant shall indemnify,protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties')from and against any and all losses, liabilities, damages, costs and expenses, including attorney's fees and costs which arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant 23. Standards. Documents shall conform to City Standards and City furnished templates shall be used. 24. Consultant Endorsement. Technical reports, plans and specifications shall be stamped and signed by the Consultant where required. 25. Required Deliverable Products and Revisions. The Consultant will be required to provide draft and final documents addressing all elements of the workscope. City staff will review any documents or materials provided by the Consultant and, where necessary, the Consultant will respond to staff comments and make such changes as deemed appropriate. Submittals shall include the previous 12 C5-18 Attachment 2 City of San Luis Obispo Specification No.91091 marked up submittal (returned to the Consultant) to assist in the second review. Changes shall be made as requested or a notation made as to why the change is not appropriate. Electronic files shall be submitted on CD and all files must be compatible with the Microsoft operating system. Each CD must be clearly labeled and have a printed copy of the directory. Files may be emailed to the City in lieu of putting them on CD. 26. Ownership of Materials. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the city and no further agreement will be necessary to transfer ownership to the City. The Consultant shall furnish the City all necessary copies of data needed to complete the review and approval process. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine readable form, are intended for one-time use in the construction of the project for which this contract has been entered into. The Consultant is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by the City of the machine-readable information and data provided by the Consultant under this agreement. Further, the Consultant is not liable for claims, liabilities, or losses arising out of, or connected with any use by City of the project documentation on other projects, except such use as may be-authorized in.writing by the Consultant. 27. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the 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 the Consultant without the prior written approval of the City. The Consultant shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this contract without.prior review of the contents thereof by the City and receipt of the City's written permission. 28. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications,or any other material in addition to what the Consultant is required to furnish in limited quantities as part of the work or services under these specifications,the Consultant shall provide such additional copies as are requested, and City shall compensate the Consultant for the costs of duplicating of such copies at the Consultant's direct expense. 29. Attendance at Meetings and Hearings. Consultant shall attend as many "working" meetings with staff as necessary to accomplish the workscope tasks. Consultant shall attend workshops with the public, and City commission, committee or Council meetings as identified in the individual project scoping. 30. Permit and Filing Fees. The Consultant shall procure all permits, and licenses, pay all charges and fees and file all notices necessary as they pertain to the.completion of the Consultant's work.The City will pay all application fees for permits required for the completion of the project work. The City requires a 10 day notice to issue a check. 31. Consultant Invoices. The Consultant shall deliver a monthly invoice to the City, itemized by project title. Invoice must include a breakdown of hours billed and miscellaneous charges and any sub- consultant invoices, similarly broken down,as supporting detail. - 13- 05-19 1 Attachment 2. City of San Luis Obispo Specification No.91091 32. Payment. For providing services as specified in this Agreement, City will pay and Consultant shall receive therefore compensation in a total sum not to exceed the individual agreed upon project fee. Should the Consultant's integration services contain errors or deficiencies, the Consultant shall be required to correct them at no increase in cost to the City. Progress.payments shall be made on a monthly basis as invoiced by the Consultant for expenses incurred with cumulative monthly payments,on an individual project basis,not to exceed: The Consultant shall be reimbursed for hours worked at the hourly rates attached to this agreement. Hourly rates include direct salary costs, employee benefits, overhead and fee. In addition, the Consultant shall be reimbursed for direct costs other than salary and vehicle cost that have been identified and are attached to this agreement. The Consultant's personnel shall be reimbursed for per diem expenses at a rate not to exceed that currently authorized for State employees under State Department of Personnel Administration rules. 33. 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). The Consultant shall pay all sub-consultants within 10 calendar days from receipt of each payment made to the Consultant by the City. 34. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of the City's Project Manager and the City Director of Public Works, who may consider written or verbal information submitted by the Consultant. Not later than thirty days after completion of all deliverables necessary to complete the plans, specifications and estimate, the Consultant may request review by the City Council of unresolved claims or disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code. Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by agreement, shall be reviewed by the City's Chief Fiscal Officer. Not later than 30 days after issuance of the final audit report, the Consultant may request a review by the City's Chief Fiscal Officer of unresolved audit issues. The request for review must be submitted in writing. Neither the pendency of a dispute, nor its consideration by the City will excuse the consultant from full and timely performance in accordance with the terms of this contract.. 35. Agreement Parties. City: Carrie Mattingly, City of San Consultant: Luis Obispo 879 Morro Street San Luis Obispo,CA 93401 All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as shown above. 36. Incorporation by Reference. City Request for Proposal Specification No. 91091 and Consultant's proposal dated XX/XX/11,are hereby incorporated in and made a part of this Agreement. 37. 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 City Engineer. If, at any time during the project, the consultant is directed to do work by persons other than the City Project Manager and the - 14- 05-20 Attachment 2 City of San Luis Obispo Specification No.91091 Consultant believes that the work is outside of the scope of the original contract, the Consultant shall inform the Project Manager immediately. If the Project Manager and Consultant both agree that the work is outside of the project scope and is necessary to the successful completion of the project,then a fee will be established for such work based on Consultant's hourly billing rates or a lump sum price agreed upon between the City and the Consultant. Any extra work performed by Consultant without prior written approval from the City Project Manager shall be at Consultant's own expense. 381. 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. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to do everything required by this Agreement, the said specification and incorporated documents. Failure by the Consultant to carry out the requirements of this Agreement is a material breach of this agreement which may result in the termination of this Agreement or such other remedy as the City deems appropriate. 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. CITY OF SAN LUIS OBISPO: Katie Lichtig,City Manager 7APPROEVETO FORM- CONSULTANT: Chri e Dietrick,City Attorney By: - 15- 05-21 Attachment 2 City of San Luis Obispo Specification No.91091 Section E INSURANCE REQUIREMENTS: Consultant Services The Contractor 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 the Contractor, its agents,representatives, employees,or subcontractors. Nlinimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage(occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance.Contractor shall maintain limits no less than: 1. General Liability: 51,000,000 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. 2. Automobile Liability: 51,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: 51,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: S 1,000,000 per occurrence. 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 the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain,the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection.afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. The Contractor'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. 4. 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. - 16- 05-22, Attachment 2 City of San Luis Obispo Specification No.91091 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANII. Verification of Coverage. Contractor 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. - 17- 05-23 -- Attachment 2 City of San Luis Obispo Specification No.91091 Section F PROPOSAL SUBMITTAL FORMS F1. ACKNOWLEDGEMENT The undersigned declares that she or he has carefully examined.Specification No. 91091, 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; DESCRIPTION COST Recycled Water System Assessment TASK 1: Project Meetings and Coordination $ TASK 2: System Assessment $ TASK 3: Draft System Assessment/Technical Memorandum $ TASK 4- Alternatives Review $ TASK 5:Final Assessment Report $ TOTAL S Firm Name and Address Contact Phone Si nature o Authorized Representative Date F2. INSURANCE CERTIFICATE ❑ Certificate of insurance attached Insurance Company's A.M. Best Rating - 18- 05-24 Attachment 2 City of San Luis Obispo Specification No.91091 F3. 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. I Customer Name Contact Individual Telephone&FAX number Street Address City,State,Zip Code Description of services provided including contract amount,when provided and project outcome Reference No.2 Customer Name Contact Individual Telephone&FAX number Street Address City, State,Zip Code Description of services provided including contract amount,when provided and project outcome - 19- 05-25 Attachment 2 City of San Luis Obispo Specification No.91091 Reference No.3 Customer Name Contact Individual Telephone&FAX number Street Address City,State,Zip Code Description of services provided including contract amount,when provided and project outcome -31 - 05-26 Attachment 2 City of San Luis Obispo Specification No.91091 F4. 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 proposal 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 -32- 05-27 �—" Attachment 2 City of San Luis Obispo Specification No.91091 PROPOSERS LIST Recycled Water System Assessment-Specification No.91091 Amando Garza Jon Hanlon Carollo Engineers AECOM, 7580 N. Ingram.Avenue, Suite 112 1194 Pacific Street; Suite 204 Fresno, CA 93711 San Luis Obispo , CA 93401 Brianna Daniels Jeff Spannbauer Penfield& Smith Cannon 210 E. Enos Drive, Suite A 1050 Southwood Drive Santa Maria, CA 93454 San Luis Obispo, CA 93401 Steve Tanaka Wallace Group 612 Clarion Court, Suite B-5 San Luis Obispo, California 93401 -33- 05-28