Loading...
HomeMy WebLinkAbout03-19-2013 c4 rpf wastewater collection infrastructure renewal strategy spec 91117M.ia 3/19/1 3 "ern C 4 counci lj agenba l2Epont C I T Y O F S A N L U I S O B I S P O FROM : Carrie Mattingly, Utilities Directo r Prepared By :Jennifer Metz, Utilities Project Manage r SUBJECT : INFRASTRUCTURE RENEWAL STRATEGY, SPEC . NO . 91117 — REQUEST FOR PROPOSAL S RECOMMENDATION 1.Approve the request for proposals for the Infrastructure Renewal Strategy, Spec . No . 9111 7 and authorize its issuance, and 2.Authorize the City Manager to award a contract if the selected proposal is within the estimat e of $300,000 . DISCUSSIO N Backgroun d The City's wastewater collection system includes 138 miles of gravity sewer line, and three mile s •of force main . Approximately 2,900 manholes provide access to the collection system . The sewe r lines are made of a variety of materials, including terra cotta salt glazed pipe, vitrified clay pip e and others . Portions of the sewer system are over 100 years old . The City's collection system serves residential, commercial and industrial customers . With limited exceptions, sewer service is provided only to properties within the city limits . The City serves California Polytechnic State University (Cal Poly) and the County of San Luis Obisp o Airport . The numbers of service connections, or laterals, are estimated to be 14,000 . The entire sewer lateral including the connection at the main is owned by the property owner . The City's Utilities Department Wastewater Collection staff has developed a detailed databas e on the components of the collection system over the past 20 years . The database, which i s connected to the City's geographic information system, is utilized and updated daily b y Wastewater Collection staff. The last system-wide wastewater collection system model was don e in 1989 . It has not been maintained. Recently two modeling efforts have been performed i n response to specific development proposals (South Broad Street area in 2010, Airport Area i n 2009). The City is seeking proposals for professional serviccc to devdop a data-driven,long-range infrastructure replacement strategy for the wastewater collection system .The chosen consultan t will, in part, develop and evaluate a dynamic model of the wastewater collection system an d •identify existing and future system deficiencies . They will also develop a prioritized replacemen t program that addresses these deficiencies . S Council Agenda Report — Infrastructure Renewal Strateg y Page 2 Connecting to the LUCE and Economic Development Strateg y Inherent in the analysis performed as part of the infrastructure replacement strategy is th e evaluation and identification of the appropriate sizing of the pipes and pump stations that mov e the community's wastewater to the Water Reclamation Facility for treatment and reuse . Thi s evaluation will incorporate the impacts of the land use changes envisioned in the Land Use an d Circulation Element of City's General Plan . For example, understanding how increased infil l development will impact the system and whether larger pipes are needed to accommodat e increased population densities is a component of the study . This effort, in turn, will suppor t desired economic activity and the creation of head of household jobs by identifying developmen t constraints in key locations . Additionally, aligned with the City's Economic Development Strategic Plan, the analysis will look at future infrastructure needs in the City's growth areas an d develop a strategy for sizing and routing of pipes to achieve an efficient and cost-effectiv e wastewater collection system . Prospective Proposers, Evaluation, and Selection Proces s In addition to publishing a formal notice requesting proposals, the Infrastructure Renewa l Strategy RFP will be mailed to firms specializing in these services . A list of prospective firms i s included in the RFP . Proposals are due no later than April 18, 2013 . Based on the evaluation criteria set forth in th e RFP, proposals will be reviewed and finalists will be invited for a follow-up • presentation/interview before a review committee . The review committee will be composed o f City staff. Based on the results of the selection process, staff will conduct reference checks an d negotiate project's price with the selected consultant . When agreement is reached on price for th e project's scope of services, a recommendation will be made to the City Manager to award th e contract . It is anticipated contract award will be made during May 2013 . FISCAL IMPAC T A total of $300,000 was identified in the 2011-13 Financial Plan, Appendix B, Wastewate r Collection System Infrastructure Renewal Strategy, on pages 3-80 and 3-82 . This funding i s expected to be adequate to support the proposed Infrastructure Renewal Strategy project . CONCURRENCE S As the project will support the ongoing Land Use and Circulation Element Update, th e Community Development Department concurs with the recommendations . ATTACHMEN T 1 .Request for Proposals, Infrastructure Renewal . Strategy, Specification #91117 • • city o f san Luis ornsp o 990 Palm Street ■San Luis Obispo,CA 9340 1 Notice Requesting Proposals for th e City of San Luis Obisp o Utilities Departmen t WASTEWATER COLLECTIO N INFRASTRUCTURE RENEWAL STRATEG Y Specification No . 9111 7 March, 201 3 The City of San Luis Obispo's Utilities Depaent is requesting sealed proposals for a WASTEWATER COLLECTION INFRASTRUCTURE RENEWAL STRATEGY pursuant to Specification No . 91117 . All proposals must be received by the Department o f Finance/Information Technology, 990 Palm Street, by 2 :00 p .m . on Thursday, April 18, 2013 . Proposals received after said time will not be considered . To guard against premature opening , •each proposal shall be submitted in a sealed envelope plainly marked with the proposal title , specification number, Consultant name, and time and date of the proposal opening . Proposal s shall be submitted using the forms provided in the specification package . To obtain a Specification Package : •Download from the City's Web site www .slocity.org - Bids & Proposals page. ▪Pick up a copy of the RFP at the above address . •Mail a request to the City of San Luis Obispo Finance/Informatio n Technology Department at the above address . Requests must include the RF P title and specification number . Onsite review of available data to support this effort is offered at a Mandatory Pre-Proposa l Meeting to be held on Tuesday, April 2, 2013 at 10 a .m . at the City of San Luis Obisp o Corporation Yard at 25 Prado Road, San Luis Obispo, CA. Questions may be submitted to Jennifer Metz, Utilities Project Manager, via e-mail a t jmetz@slocity .org until Friday,April 12, 2013 .All questions will be answered and distribute d to all parties attending the pre-proposal meeting . 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 . • C4-3 Specification No . 9111 7 TABLE OF CONTENT S A . Description of Work 1 Al . Backgroun d A2.Scope of Work A3.Project Schedule / Cos t B . General Terms &Conditions 7 B1 . Proposal Requirement s B2 . Contract Award and Executio n C .Proposal Content &Selection Process 9 Cl . Proposal Content Submittal Form s Qualification s Work Progra m Compensatio n Proposal Length and Copie s C2 . Proposal Evaluation & Selection Proposal Review Criteri a Proposal Review and Award Schedul e D . Agreement 1 1 E . Insurance Requirements 2 0 F. Proposal Submittal Forms 2 2 Proposal Submittal Form References Statement of Past Contract Disqualification s Proposers List • • • C4-4 City of San Luis Obisp o Specification No. 9111 7 •Section ADESCRIPTION OF WOR K BACKGROUN D The City of San Luis Obispo's wastewater collection system includes approximately 138 mile s of gravity sewer line ranging from 6-inch to 48-inch pipe, three miles of force main ranging fro m four-inch to 16-inch pipe . Approximately 2,100 manholes and 800 clean outs provide access t o the collection system . The sewer lines are made of a variety of materials, including terra cott a salt glazed pipe, vitrified clay pipe (VCP), polyvinyl chloride (PVC), high density polyethylen e (HDPE), steel, cast iron, and asbestos concrete . Approximately half (48 percent) of the collectio n system is 6-inch pipe . Portions of the sewer system are over 100 years old . The collection system serves residential, Table 1 : Collection System Component s commercial, and industrial uses . Sewer service i s provided only to properties within the city limits , with the exception of a few residential propertie s located just outside of the city limits, the San Lui s Obispo campus of California Polytechnic Stat e University (Cal Poly), and the County of San Lui s Obispo Airport. The number of servic e connections/laterals is estimated at approximatel y • 14,000 . In the city, the entire sewer lateral to th e service connection in the street (or easement) i s owned by the property owner . The City's terrain is marked by hills, creeks , highways, and railroad tracks that have influence d the layout and expansion of the collection system . The system includes 199 sewer lines that cros s creeks (20 are inverted siphons), 18 sewer lines tha t cross railroad tracks, approximately 7,900 feet (1 .5 miles) of pipe within CalTrans jurisdiction, an d 83,000 feet (approximately 16 miles) of sewer line s in easements . GRAVITY SEWER LINE S Pipe Size Length (in feet) Lengt h (in miles) Percent of System 6 inch 348,488 66 .0 48 % 8 inch 229,274 43 .4 31 % 10 inch 48,949 9 .2 6% 12 inch 21,232 4 .0 3% 15 inch 22,737 4.3 3% 16 inch 4,817 0 .90 6 .5 % 18 inch 19,997 3 .8 2 .7 % 21 inch 3,272 0 .60 0 .4% 24 inch 6,896 1 .30 0 .9 % 27 inch 1,484 0 .28 0 .2 % 30 inch 4,616 0 .87 0 .6 % 36 inch 6,683 1 .27 0 .9 % 48 inch 1,253 0 .23 0 .1 % Tot a I 704,733 136 .8 100 % SEWER FORCE MAIN S • There are nine lift stations in the City's wastewate r collection system, as summarized in Table 2 . The Prefumo and Tank Farm lift stations were installe d in 2003 and 2009 respectively . A replacement of the Source :City of San Luis Obispo Utilities Laguna lift station is under construction in 2013 and Department,2013 . the Calle Joaquin lift station is planned for replacement in late 2013 . The five remaining lift stations are Smith & Loveless pre - manufactured steel structures with a dry well/wet well design put into service in the 1960s an d early 1970s, all at or nearing the end of their useful service life . A tenth lift station, Buckley, i s planned to serve development in the southern portion of the Airport Area Specific Plan includin g the Avila Ranch area . Land uses in the Avila Ranch area are being considered that differ fro m Pipe Size Length (in feet)Lift Station 16 inch 2,070 Lagun a 14 inch 3,772 Tank Far m 8 inch 700 Airport 8 inch 4,040 Calle Joaqui n 6 inch 594 Silver City 6 inch 225 Margarita 4 inch 735 Madonn a 4 inch 325 Foothil l 4 inch 580 Prefum o Total 13,04 1 City of San Luis Obispo Specification No . 9111 7 those identified in the City's specific plan (residential instead of business park) which ma y impact the design of this future facility. The City's Utilities Department Wastewater Collection staff has developed a detailed databas e on the components of the collection system over the past 20 years . It includes detail on al l gravity lines, force mains, flow basins, lift stations and their service areas . The database i s utilized and updated daily by Wastewater Collection staff . This database is connected to th e City's geographic information system . The condition of approximately half of the collectio n system has been documented by video inspection . The City has not conducted or maintained a system-wide wastewater collection system model since 1989 . Some modeling efforts have bee n performed in response to specific development proposals (Airport Area in 2009 and South Broa d Street area in 2010). Table 2 :Lift Station Summar y tpumps/Punip capacity (gpm)/ 7otaGt yna(nic Head {feet) t ,' Horsepower (hp) tl otes R Lsxs ~ Installed in 1986 with prefabricated drywell/pump s Foothill 2 pumps/300 gpm / 65 feet / 15 hp relocated from another site . Planned for replacement i n 2016 . Call e _Joaquin 2 pumps / 660 gpm / 60 feet / 15 hp Installed in 1967, an upgrade of this station is in th e design phase . Planned for replacement in 2013 . Laguna 3 pumps / 2200 gpm / 54 feet A replacement (Laguna 3) is under construction in 2013 . Largest of the City's lift stations . The Silver City, Call e Joaquin and Prefumo pump to the Laguna lift station . I t also receives gravity flow from the Laguna Lake area . Madonna 2 pumps / 260 gpm / 70 feet / 15 hp Installed in 1963 ; serves the Madonna Inn and adjacen t development . There is some steel deterioration noted i n the station's floor and can . Although the wet well is small , the station has sufficient pumping capacity . Planned fo r replacement in 2014 . Margarita 2 pumps / 400 gpm / 31 feet / 5 hp Installed in 1971 near the intersection of Margarita an d South Higuera Street . The lift station needs an auxiliary power backup system . It will serve future annexatio n areas . Planned for replacement in 2015 . Silver City 2 pumps/ 450 gpm / 43 feet / 18 .5 hp Installed in 1971 within the adjacent trailer park . Statio n needs back up controllers or an auxiliary power system . I t will serve future annexation areas . Tank Farm 4 pumps / 2,000 gpm / NA / 35 hp Installed in 2009 ;receives flow from the Airport lift station . Will serve portions of the Airport and Margarit a Specific Plan areas . Prefumo 2 pumps / 35 gpm / NA / 3 .9 hp Installed in 2003 .Serves limited population/area .N o backup power available due to limited service availability . Airport 2 pumps / 240 gpm / NA / 5 hp City took over operation/maintenance from the County i n 2000 .Serves the airport and adjacent development . Pumps to Tank Farm lift station flow basin . Buckley TBD Planned facility to serve portions of the Airport Specifi c Plan area . Source :City of San Luis Obispo Utilities Department, 2013 . • • • City of San Luis Obisp o Specification No. 9111 7 •The City's wastewater collection system and the Water Reclamation Facility (WRF) have lon g experienced problems associated with excessive wet weather infiltration and inflow (I/I). I/I overloads the collection system during heavy rains and can result in sewage spills . In the past , the City minimized spills by installing relief sewers which only served to convey the problem t o the WRF . During periods of significant rain events, the WRF can become hydraulically overwhelmed with instantaneous flows exceeding 25 MGD, increasing the chance of effluen t violations and the release of partially treated wastewater to San Luis Obispo Creek . SCOPE OF WOR K The City is seeking proposals for professional services to develop a hydraulic model of th e wastewater collection system and a data-driven, long-range Infrastructure Replacement Strateg y that identifies existing and future system deficiencies and a prioritized replacement program t o address these deficiencies . The proposed work will include analysis of existing syste m conditions, future build-out including infill development, and increased densities in the City . The City has budgeted a total of $300,000 for this work effort . The City's desired scope of work fo r the project is described below . Alternate proposals will be considered as described in Sectio n B1 .9, Proposal Requirements, of this specification package . TASK 1 : Project Meetings, Coordination and Project Managemen t During the project, the Consultant will attend progress/coordination meetings with City staff t o discuss issues related to the project and to update the City regarding progress of the modelin g and development of the infrastructure replacement strategy . Anticipated meetings are as follows : • • Project kick-off meetin g •Meeting(s) to review background dat a •Meeting(s) to discuss model approach and model verificatio n •Meeting(s) at Draft and Final Infrastructure Renewal Strategy Repor t This task includes all project monitoring and administration, attendance at progress meeting s with City staff, and project quality assurance/quality control (QA/QC) activities . The Consultan t will conduct bi-weekly conference calls, no longer than an hour, with the City's Projec t Manager . The Consultant will coordinate with the City's Project Manager on activities includin g scheduling meetings, tracking, and reporting on work in progress . The Consultant will prepar e meeting notes and distribute them to the City and Consultant team. The Consultant will also prepare a schedule of items to be submitted by the City and Consultant and a log of decisions t o be made and action items . Task 2 : Review of Available Data and Assessment of Wastewater Collection Syste m •The Consultant shall become familiar with the wastewater collection system including mains , flow basins, lift stations, other critical infrastructure, current, and planned capital improvement City of San Luis Obisp o Specification No . 9111 7 projects, and existing master plans . The City has the following information to assist th e •GIS data of existing wastewater collection syste m •Sanitary Sewer Flow Monitoring and Inflow/Infiltration Study (V&A, March 2012 ) •Sewer System Management Plan (2010) and associated regulatory document s (WDRs ) •1989 Wastewater Master Pla n ▪2000 Wastewater Master Pla n •Historical Water Reclamation Facility flow dat a •2010 Wastewater Master Plan Update, Airport Study Area (update underway in 2013 ) •Utility billing data (monthly water consumption data by address ) •2011 Water Reclamation Facility Master Pla n •2010 Engineering Standards and Standard Specification s •2011-13 Financial Plan (Appendix B Capital Improvement Plan) and Draft 2013-1 5 Financial Plan (Appendix B Capital Improvement Plan ) The Consultant shall also become familiar with the City's planning/land use related document s to help anticipate future wastewater flows . These include : •General Plan, specifically the Draft Land Use Element and Housing Elemen t •Specific Plans for the Orcutt Area, Margarita, and Airport Are a •South Broad Street Area Pla n Stakeholder Interviews and Facility Tour s It will be critical for the Consultant to conduct interviews with City staff to confirm it s understanding of the City's wastewater collection system and future growth in the City . Preliminary topics include the condition and operations of the existing wastewater collectio n system, existing and anticipated future bottlenecks, cost of wastewater treatment and WR F upgrade plans, and WRF operations during storm events (existing and future). Consultant shoul d suggest a specific approach to conducting Stakeholder Workshops in their proposal . Stakeholders include : •Utilities Directo r •Wastewater Division Manage r •Wastewater Collection Supervisor and staff •Water Reclamation Facility Supervisor and staff •Environmental Programs Manager and staff Stakeholder interviews may also include Community Development Director, Communit y Development Deputy Director and long-range planning staff and/or Public Works Director , Public Works Deputy Director (City Engineer) and engineering staff, and Economi c Development Manager . This task also includes a tour of the collection system and Water Reclamation Facility by staff from the City's Wastewater Division . -6 - • • Consultant with the preparation of the Wastewater Collection Infrastructure Renewal Strategy : • C4-8 City of San Luis Obisp o Specification No. 9111 7 Task 3 :GPS Data Collection and Hydraulic Model Developmen t The wastewater collection system was installed beginning in the late 1800's and has expande d incrementally . Today the system includes approximately 2,100 manholes and 800 clean outs . The existing elevation data for the City's manholes is of questionable quality with minimal reliability . In this task, the Consultant will collect horizontal and vertical coordinates of manhol e rim and invert elevations utilizing Global Positioning System (GPS), for hydraulic modelin g purposes . The consultants proposed approach to collect adequate GPS data shall be detailed in it s proposal, including specifying the number of manholes for which data would be collected . Consultant should assume that the City will provide staff assistance and necessary traffic contro l during the GPS data collection effort . Proposal should include a schedule of how man y hours/days of staff assistance is needed . The Consultant will develop a hydraulic model of the City's existing wastewater collectio n system and exercise the model to evaluate deficiencies in the collection system . The City prefers • the use of Bentley SewerCAD for the development of the model but will consider alternatives i f adequate data is provided to support use of alternative software . The proposal shall confir m which software is proposed . Proposal shall include cost to maintain the model for the City on a n annual basis following the completion of the Infrastructure Replacement Strategy . This modelin g effort should integrate with the City's Computerized Maintenance Management Syste m (Cityworks). The Consultant will work with the City's GIS staff to populate the manhole an d pipeline database fields with invert and rim elevations . The model will identify existing dry weather flows based upon available flow monitoring an d water consumption data . Model results will be reviewed and the model flow factors adjusted an d rerun, as needed, to align the flow monitoring data . The existing wet weather flows may b e calibrated based on the flow monitoring data . Model results will be reviewed and the mode l adjusted, as needed, to align the flow monitoring data . Consultant will prepare scenarios for dr y and wet weather flows for existing and future conditions . • City ofSan Luis Obispo Specification No . 9111 7 Task 4 : Capacity Assurance, Evaluation, and Report • Using the hydraulic model developed in Task 3, the Consultant will evaluate the collectio n system's performance under multiple scenarios including : •2013 dry weather conditions , •2013 wet weather conditions (with I/I), •Build-out conditions under the existing General Plan, an d •Future conditions proposed under the Land Use Element that is underway in 2013 . Consultant will establish hydraulic conditions for future sewer mains, siphons, lift stations, forc e mains, and other components of the collection system . The Consultant will also analyze up t o two additional future scenarios (such as the proposed collection system for the Orcutt Specifi c Plan Area), which may include different assumptions of sewer design criteria, I/I, or other factor s which affect analysis results . Prior to the analyses, the Consultant shall coordinate with the City the selection of additional parameters to be used . The City is interested in having a ful l understanding of how I/I influences the need for future infrastructure replacement . Consultant will identify and model capacity improvement alternatives designed to reflect the potentia l impact of I/I reduction programs with reductions unique to each flow basin . Consultant will work with City staff to determine necessary improvements to correct the identified deficiencies . An Infrastructure Replacement Strategy will be developed to prioritiz e needed improvement projects (with estimated timing of when improvement is needed). The strategy will utilize a risk rating curve that provides for the orderly and efficient method of • determining needs based on capacity, critical service area(s), funding requirements, etc . The Strategy will identify and prioritize improvements giving cost summaries and timetable s necessary to remedy those deficiencies . Consultant will prepare a draft and final report that provides a clear rationale for identifying , prioritizing, and cost of recommended improvement . The report shall include an executiv e summary . The report shall also include a program for maintenance of the hydraulic model . • C4-10 City of San Luis Obisp o Specification No. 9111 7 • PROJECT SCHEDULE & COS T Please provide a detailed schedule for the completion of the scope of work described above wit h key project milestones and deliverables . Schedule start up shall correspond to the award schedul e included in Section C . The following is a list of significant project milestones : 1. Background Data Technical Memorandum, draft and final versio n 2. GPS Data Collectio n 3. Hydraulic Model Development Technical Memorandum, draft and final versio n 4. Infrastructure Replacement Strategy, draft and final report Also provide a corresponding cost breakdown with estimated hours to perform each task (an d proposed subtasks, if any) described in the scope of work . Provide an hourly rate work sheet t o be used for additional services . Costs shall be consistent with provided in Section F . Costs should include any required travel and expenses . • • -9 -C4-11 City of San Luis Obispo Specification No . 9111 7 Section B GENERAL TERMS & CONDITION S B1 . PROPOSAL REQUIREMENT S 1 .Requirement to Meet All Provisions .Each individual or firm submitting a proposa l (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 acknowledge s 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 th e 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 th e Finance and Information Technology Department, City of San Luis Obispo, 990 Palm Street , San Luis Obispo, CA, 93401 . In order to guard against premature opening, the proposa l should be clearly labeled with the proposal title, specification number, name of proposer, an d 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 insuranc e coverage during proposal evaluation ; as discussed under paragraph 13 below, endorsement s are not required until contract award . The City's Insurance Requirements are detailed i n Section E of this RFP package . 4 .Submittal of References .Each proposer shall submit a statement of qualifications an d references on the form provided in the RFP package . 5 .Statement of Contract Disqualifications .Each proposer shall submit a statement regardin g any past governmental agency proposing or contract disqualifications on the form provide d in Section F of this RFP package . 6 .Proposal Withdrawal and Opening .A Consultant may withdraw its proposal, withou t prejudice prior to the time specified for the proposal opening, by submitting a written reques t to the City Engineer for its withdrawal, in which event the proposal will be returned to th e proposer unopened . No proposal received after the time specified or at any place other tha n 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 b e 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 ha s submitted a sub-proposal to a Consultant submitting a proposal, or who has quoted prices o n materials to such proposer, is not thereby disqualified from submitting a sub-proposal o r -10 - • • C4-12 City of San Luis Obisp o Specification No . 9111 7 from quoting prices to other Consultant's submitting proposals . 8.Communications .All timely requests for information submitted in writing (via e-mail t o jmetz@slocity .org) will receive a written response from the City . Telephone communication s with City staff are not encouraged . However, any such oral communication shall not b e binding on the City . 9.Alternative Proposals .The proposer may submit an alternative proposal that it believes wil l also meet the City's project objectives but in a different way . In this case, the proposer mus t provide an analysis of the advantages and disadvantages of each of the alternatives, an d 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 expande d proportionately by the number of alternatives submitted . B2 . CONTRACT AWARD & EXECUTIO N 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 waiv e non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delet e one part of a proposal and accept the other, except to the extent that proposals are qualifie d by specific limitations . See Section C of these specifications for Proposal Evaluation an d Contract Award criteria . • 11 .Competency and Responsibility of Consultant .The City reserves full discretion t o determine the competence and responsibility, professionally and/or financially, o f consultants . Consultants will provide, in a timely manner, all information that the City deem s necessary to make such a decision . 12.Contract Requirement .The Consultant to whom award is made shall execute a writte n 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 adopte d by the City and incorporated in these specifications . 13.Insurance Requirements .The Consultant shall provide proof of insurance in the form, type s of coverage 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 Obisp o business license and tax certificate before contract execution . Additional informatio n 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 awar d is made fails to enter into the contract : the award will be annulled ; any bid security will b e forfeited in accordance with the special terms and conditions if a Consultant's bond o r security is required ; and an award may be made to the next highest ranked consultant wit h whom a responsible compensation is negotiated, who shall fulfill every stipulation as if i t • were the party to whom the first award was made . -11 - • C4-13 City of San Luis Obisp o Specification No . 9111 7 Section C PROPOSAL CONTENT & SELECTION PROCES S Cl . Proposal Conten t Submittal Form s a.Proposal submittal summary . b.Certificate of Insurance . c.References from at least three Agencies for whom you have provided similar service s in the past ten years with systems of similar size, age, and complexity . d.Statement of Past Disqualifications . Qualifications e.Qualification statement shall concisely detail the experience of your firm i n performing similar other GPS data collection, hydraulic modeling and sanitary sewe r system investigative projects . 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 . In the event of any proposed subcontractors, please provide details of the expertise and scope being provided by the firm as well as the firm's relevant experience and depth of qualifie d personnel as it relates to the projec t i.Standard 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 its goal o f 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 an y sub-consultants . n.Services or data to be provided by the City . o.Any other information that would assist City staff in making this contract awar d decision . Proposal Length and Copies p.Proposals should be double sided and not exceed 50 pages, including attachments an d supplemental materials . q.Seven copies of the proposal and one electronic copy (compact disk, DVD, or thum b drive) must be submitted . Compensation (Submit one copy only in a separate sealed envelope) r.Proposed compensation and payment schedule tied to accomplishing key tasks . -12 - • • C4-14 City of San Luis Obisp o Specification No. 9111 7 C2 . Proposal Evaluation & Selectio n 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 assigne d to this project. f.Demonstrated competence and professional qualifications necessary fo r successfully performing the work required by the City . g .References . As reflected above, contract award will be based on a combination of factors as determined to b e in the best interest of the City and will not be based solely on price . After evaluating th e proposals and discussing them further with the finalists or the tentatively selected contractor, th e City reserves the right to further negotiate the proposed work scope and/or method and amoun t of compensation . The following is the anticipated schedule for proposal review and contract award : • •a.Issue request for proposal s b.Mandatory pre-proposal meetin g c.Receive proposal s d.Complete proposal evaluatio n e.Conduct finalist interview s f Finalize staff recommendatio n Award and execute contrac t Start work • -13 - March 20, 201 3 Tuesday, April 2, 201 3 2pm, Thursday, April 18 , 201 3 Friday, April 26, 201 3 Week of May 6, 201 3 Friday, May 10, 201 3 Week of May 20, 201 3 Week of June 3, 201 3 g. h . C4-15 City of San Luis Obisp o Specification No . 9111 7 Section D FORM OF AGREEMENT AGREEMEN T THIS AGREEMENT is made and entered into in the City of San Luis Obispo on ,2013 by and between the CITY OF SAN LUIS OBISPO, a municipal corporation , hereinafter referred to as City, and [CONSULTANT'S NAME IN CAPITAL LETTERS], hereinafte r referred to as Consultant . WITNESSET H WHEREAS, on March 20, 2013, City requested proposals for the Wastewater Collectio n Infrastructure Renewal Strategy Project per Specification No . 91117 . WHEREAS, pursuant to said request, Consultant submitted a proposal that was accepted by Cit y for said services . NOW THEREFORE, in consideration of their mutual promises, obligations and covenant s 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, a s 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 afte r contract execution . Individual projects shall be completed in accordance with approved projec t schedules . 3.Work Delays . Should the Consultant be obstructed or delayed in the work required to be don e 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 t o federal government restrictions arising out of defense or war programs, then the time of completio n may, at the City's sole option, be extended for such periods as may be agreed upon by the City and th e Consultant . In the event that there is insufficient time to grant such extensions prior to the completio n date of the contract, the City may, at the time of acceptance of the work, waive liquidated damage s that may have accrued for failure to complete on time, due to any of the above, after hearing evidenc e 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 no t faithfully abiding by any term or condition contained herein, or the Consultant's work is determine d 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 perfor m said work or cure the deficiency . If the Consultant has not performed the work or cured the deficiency within the ten days specified i n 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 hav e any further duties, obligations, responsibilities, or rights under the contract except, however, any an d all obligations of the Consultant's surety shall remain in full force and effect, and shall not b e extinguished, reduced, or in any manner waived by the termination thereof . -14- • • • C4-16 City of San Luis Obisp o Specification No . 9111 7 • In said event, the Consultant shall be entitled to the reasonable value of its services performed fro m the beginning date in which the breach occurs up to the day it received the City's Notice o f 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 tas k satisfactorily delivered or completed by the Consultant as may be set forth in the Agreement paymen t schedule; compensation for any other work, services or goods performed or provided by th e Consultant shall be based solely on the City's assessment of the value of the work-in-progress i n completing the overall workscope . The City reserves the right to delay any such payment until completion or confirmed abandonment o f the project, as may be determined in the City's sole discretion, so as to permit a full and complet e accounting of costs . In no event, however, shall the Consultant be entitled to receive in excess of th e compensation quoted in its proposal . If, at any time during the term of the contract, the City determines that the proposed work is no t feasible due to funding shortages or unforeseen circumstances, the City reserves the right to terminat e 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 th e work hereunder in compliance with any and all applicable federal, state, county, city, and specia l district laws, ordinances, and regulations . 6.Sub-contract Provisions .No portion of the work pertinent to this contract shall be subcontracte d 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 thi s agreement. 7.Contract Assignment . The Consultant shall not assign, transfer, convey or otherwise dispose of th e contract, or its right, title or interest, or its power to execute such a contract to any individual o r 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 ascertai n that the services of the Consultant are being performed in accordance with the requirements an d intentions of this contract . All work done and all materials furnished, if any, shall be subject to th e 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 maintai n all books, documents, papers, accounting records and other evidence pertaining to the performance o f the contract, including but not limited to the cost of administering the contract . Materials shall b e made available at their respective offices at all reasonable times during the contract period and fo r three years from the date of final payment under the contract . Authorized representatives of the Cit y 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 wit h the City that may have an impact upon the outcome of this contract, or any ensuing City construction -15 - C4-17 City of San Luis Obisp o Specification No. 9111 7 project . The Consultant shall also list current clients who may have a financial interest in the outcom e of this contract, or any ensuing City construction project which will follow . 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 wor k hereunder . The Consultant further covenants that, in the performance of this work, no sub-consultan t or person having such an interest shall be employed . The Consultant certifies that no one who has o r will have any financial interest in performing this work is an officer or employee of the City. It i s hereby expressly agreed that, in the performance of the work hereunder, the Consultant shall at al l 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 contrac t was not obtained or secured through rebates, kickbacks or other unlawful consideration, eithe r promised or paid to any City employee . For breach or violation of the warranty, the City shall hav e the right in its discretion ; to terminate the contract without liability ; to pay only for the value of th e work actually performed ; to deduct from the contract price; or otherwise recover the full amount o f such rebate, kickback or other unlawful consideration . 12.Covenant Against Contingent Fees . The Consultant warrants by execution of this contract that n o person or selling agency has been employed, or retained, to solicit or secure this contract upon a n agreement or understanding, for a commission, percentage, brokerage, or contingent fee, exceptin g bona fide employees or bona fide established commercial or selling agencies maintained by th e Consultant for the purpose of securing business . For breach or violation of this warranty, the City ha s the right to annul this contract without liability ; pay only for the value of the work actuall y performed, or in its discretion, to deduct from the contract price or consideration, or otherwis e 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 an d shall observe and comply with all applicable state and federal laws and county and City of San Lui s Obispo ordinances, regulations and adopted codes during its performance of the work . This include s 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 an d preconstruction phases of construction, including but not limited to, inspection and land surveyin g work. 14.Payment of Taxes . The contract prices shall include full compensation for all taxes that th e Consultant is required to pay . 15.Permits and Licenses . The Consultant shall procure all permits and licenses, pay all charges an d fees, and give all notices necessary . 16.Safety Provisions .The Consultant shall conform to the rules and regulations pertaining to safet y established by OSHA and the California Division of Industrial Safety . 17.Public and Employee Safety. Whenever the Consultant's operations create a condition hazardous t o the public or City employees, it shall, at its expense and without cost to the City, furnish, erect an d maintain such fences, temporary railings, barricades, lights, signs and other devices and take suc h other protective measures as are necessary to prevent accidents or damage or injury to the public an d employees . -16- • • • C4-18 City of San Luis Obispo Specification No . 9111 7 •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 Consultan t began work. 19.Immigration Act of 1986 .The Consultant warrants on behalf of itself and all sub-consultant s engaged for the performance of this work that only persons authorized to work in the United State s pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall b e employed in the performance of the work hereunder . 20.Consultant Non-Discrimination .In the award of subcontracts or in performance of this work, th e Consultant agrees that it will not engage in, nor permit such sub-consultants as it may employ, t o 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 b e accurate and to contain no affirmative misrepresentation or any concealment of fact . In preparing it s proposal, the Consultant and all sub-consultants named in its proposal shall bear sole responsibilit y for proposal preparation errors resulting from any misstatements or omissions in the specification s that could easily have been ascertained by examining either the project site or accurate test data in th e City's possession . Although the effect of ambiguities or defects in the specifications will be a s determined by law, any patent ambiguity or defect shall give rise to a duty of Consultant to inquir e prior to proposal submittal . Failure to so inquire shall cause any such ambiguity or defect to b e 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 shoul d 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 submitta l 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 b e liable for costs incurred by the successful Consultant to achieve the project's objective or standar d 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 allege d ambiguity or defect in the specifications, or any other matter whatsoever, Consultant shal l immediately notify the City in writing, and the Consultant and all sub-consultants shall continue t o 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 specification s concerning the dispute . 22.Indemnification for Professional Liability.To the fullest extent permitted by law, Consultan t shall indemnify,protect,defend and hold harmless City and any and all of its officials, employee s and agents ("Indemnified Parties'9 from and against any and all losses, liabilities, damages, cost s and expenses, including attorney's fees and costs which arise out of pertain to, or relate to th e negligence, recklessness, or willful misconduct of the Consultant . • 23 .Standards .Documents shall conform to City Standards and City furnished templates shall be used . -17- C4-19 City of San Luis Obisp o Specification No . 9111 7 24.Consultant Endorsement.Technical reports, plans and specifications shall be stamped and signe d by the Consultant where required . 25.Required Deliverable Products and Revisions . The Consultant will be required to provide draf t and final documents addressing all elements of the workscope . City staff will review any document s or materials provided by the Consultant and, where necessary, the Consultant will respond to staf f comments and make such changes as deemed appropriate . Submittals shall include the previou s marked up submittal (returned to the Consultant) to assist in the second review . Changes shall b e 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 . File s 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 al l reports, documents, plans, specifications, and estimates produced as part of this contract wil l automatically be vested in the city and no further agreement will be necessary to transfer ownershi p to the City . The Consultant shall furnish the City all necessary copies of data needed to complete th e review and approval process . It is understood and agreed that all calculations, drawings and specifications, whether in hard copy o r machine readable form, are intended for one-time use in the construction of the project for which thi s contract has been entered into . The Consultant is not liable for claims, liabilities, or losses arising out of, or connected with th e modification, or misuse by the City of the machine-readable information and data provided by th e Consultant under this agreement . Further, the Consultant is not liable for claims, liabilities, or losse s 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 specification s shall be the property of City and shall not be made available to any individual or organization by th e 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 content s 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 limite d quantities as part of the work or services under these specifications, the Consultant shall provide suc h additional copies as are requested, and City shall compensate the Consultant for the costs o f duplicating of such copies at the Consultant's direct expense . 29.Attendance at Meetings and Hearings . Consultant shall attend as many "working" meetings wit h staff as necessary to accomplish the workscope tasks . Consultant shall attend workshops with th e public, and City commission, committee or Council meetings as identified in the individual projec t scoping . -18 - • • • C4-20 City of San Luis Obispo Specification No . 9111 7 •30 .Permit and Filing Fees . The Consultant shall procure all permits, and licenses, pay all charges an d 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 projec t title. Invoice must include a breakdown of hours billed and miscellaneous charges and any sub- consultant invoices, similarly broken down, as supporting detail . 32.Payment . For providing services as specified in this Agreement, City will pay and Consultant shal l 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 b e 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 expense s 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, th e 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 pe r diem expenses at a rate not to exceed that currently authorized for State employees under Stat e Department of Personnel Administration rules . • 33 .Payment Terms .The City's payment terms are 30 days from the receipt of an original invoice an d acceptance by the City of the materials, supplies, equipment or services provided by the Consultan t (Net 30). The Consultant shall pay all sub-consultants within 10 calendar days from receipt of eac h payment made to the Consultant by the City . 34.Resolution of Disputes .Any dispute, other than audit, concerning a question of fact arising unde r this contract that is not disposed of by agreement shall be decided by a committee consisting of th e City's Project Manager and the City Director of Public Works, who may consider written or verba l information submitted by the Consultant . Not later than thirty days after completion of al l deliverables necessary to complete the plans, specifications and estimate, the Consultant may reques t review by the City Council of unresolved claims or disputes, other than audit, in accordance wit h 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 dispose d of by agreement, shall be reviewed by the City's Chief Fiscal Officer . Not later than 30 days afte r issuance of the final audit report, the Consultant may request a review by the City's Chief Fisca l 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 fro m full and timely performance in accordance with the terms of this contract . 35.Agreement Parties . City : Carrie Mattingly Consultant : City of San Luis Obispo 879 Mono Stree t San Luis Obispo, CA 93401 -19- • C4-21 City of San Luis Obisp o Specification No . 91117 •All written notices to the parties hereto shall be sent by United States mail, postage prepaid b y registered or certified mail addressed as shown above . 36.Incorporation by Reference .City Request for Proposal Specification No . 91117 and Consultant's proposal dated , 2013, are hereby incorporated in and made a part of this Agreement . To the extent that any term or condition of Consultant's proposal conflicts with the City's Request fo r Proposal or this Agreement, the terms and conditions set forth in the City's documents shall prevai l unless expressly agreed otherwise by the parties in writing. 37.Amendments . Any amendment, modification or variation from the terms of this Agreement shall b e 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 th e Consultant believes that the work is outside of the scope of the original contract, the Consultant shal l inform the Project Manager immediately . If the Project Manager and Consultant both agree that th e work is outside of the project scope and is necessary to the successful completion of the project, the n a fee will be established for such work based on Consultant's hourly billing rates or a lump sum pric e agreed upon between the City and the Consultant . Any extra work performed by Consultant withou t prior written approval from the City Project Manager shall be at Consultant's own expense . 38.Complete Agreement .This written agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto . No ora l agreement, understanding or representation not reduced to writing and specifically incorporate d herein shall be of any force or effect, nor shall any such oral agreement, understanding o r representation be binding upon the parties hereto . For and in consideration of the payments an d agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with Cit y 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 thi s agreement which may result in the termination of this Agreement or such other remedy as the Cit y deems appropriate . Authority to Execute Agreement . Both City and Consultant do covenant that each individual executin g this agreement on behalf of each party is a person duly authorized and empowered to execute Agreement s for such party . IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and yea r first above written . CITY OF SAN LUIS OBISPO : Katie Lichtig, City Manager Maeve Grimes, City Cler k APPROVED AS TO FORM : CONSULTANT : Christine Dietrick, City Attorney By : -20 - • • C4-22 City of San Luis Obispo Specification No . 9111 7 •Section EINSURANCE REQUIREMENTS : Consultant Service s The Contractor shall procure and maintain for the duration of the contract insurance against claims fo r injuries to persons or damages to property which may arise from or in connection with the performance o f the work hereunder by the Contractor, its agents, representatives, employees, or subcontractors . Minimum 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 Liabilit y 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 : $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 th e 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 : $1,000,000 per accident for bodily injury and property damage . 3.Employer's Liability : $1,000,000 per accident for bodily injury or disease . • 4 . Errors and Omissions Liability : $1,000,000 per occurrence . Deductibles and Self-Insured Retentions . Any deductibles or self-insured retentions must be declared t o and approved by the City . At the option of the City, either : the insurer shall reduce or eliminate suc h 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, clai m administration and defense expenses . Other Insurance Provisions .The general liability and automobile liability policies are to contain, or b e endorsed to contain, the following provisions : 1.The City, its officers, officials, employees, agents and volunteers are to be covered as insureds a s 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 ; o r automobiles owned, leased, hired or borrowed by the Contractor . The coverage shall contain n o 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 b e 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 sui t 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 b e • 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 . -21 -C4-23 City of San Luis Obispo Specification No . 9111 7 Acceptability of Insurers . Insurance is to be placed with insurers with a current A .M . Best's rating of n o less than A :VII . Verification of Coverage . Contractor shall furnish the City with a certificate of insurance showin g maintenance of the required insurance coverage . Original endorsements effecting general liability an d automobile liability coverage required by this clause must also be provided . The endorsements are to b e signed by a person authorized by that insurer to bind coverage on its behalf . All endorsements are to b e received and approved by the City before work commences . • • • -22 - C4-24 City of San Luis Obispo Specification No . 9111 7 •Section FPROPOSAL SUBMITTAL FORM S Fl .ACKNOWLEDGEMEN T The undersigned declares that she or he has carefully examined Specification No . 91063, whic h is hereby made a part of this proposal ; is thoroughly familiar with its contents ; is authorized t o represent the proposing firm ; and agrees to perform the specified work for the following cos t quoted in full : DESCRIPTION COS T Wastewater Collection Infrastructure Strategy, Spec . No. 9111 7 TASK 1 :Project Meetings, Coordination and Project Management $ TASK 2 :Review of Available Data and Assessment of Wastewate r Collection System $ TASK 3 :GPS Data Collection and Hydraulic Model Development $ TASK 4 :Capacity Assurance, Evaluation, and Report $ SUBTOTAL $ OPTIONAL TASKS (if any) TOTAL $ Firm Name and Addres s Signature of Authorized Representative Date -23 - Phon eContact • • C4-2 5 City of San Luis Obisp o Specification No . 9111 7 F2.INSURANCE CERTIFICAT E q Certificate of insurance attache d Insurance Company's A .M . Best Ratin g F3.REFERENCE S Number of years engaged in providing the services included within the scope of the specifications unde r the present business name : Describe fully the last three contracts performed by your firm that demonstrate your ability to provide th e services included with the scope of the specifications . Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications . Reference No .1 Reference No . 2 -24 - Customer Nam e Contact Individua l Telephone & FAX number Street Addres s City, State, Zip Code Description of services provide d including contract amount, whe n provided and project outcom e Customer Nam e Contact Individua l Telephone & FAX numbe r Street Address City, State, Zip Cod e Description of services provide d including contract amount, whe n provided and project outcome • • C4-26 City of San Luis Obispo Specification No . 9111 7 • • Reference No .3 F4 . STATEMENT OF PAST CONTRACT DISQUALIFICATION S 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 othe r reason, including but not limited to financial difficulties, project delays, or disputes regarding work o r product quality, and if so to explain the circumstances . Do you have any disqualification as described in the above paragraph to declare ? Yes q No q Ifyes,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 -25 - Customer Name Contact Individua l Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome • C4-27 City of San Luis Obisp o Specification No. 9111 7 PROPOSERS LIS T Infrastructure Renewal Strategy - Specification No . 91117 • Jon Hanlon AECO M 1194 Pacific Street, Suite 204 San Luis Obispo, CA 9340 1 Amando Garz a Cannon Corp . 1050 Southwood Driv e San Luis Obispo, CA 93401 Andy Wrigh t IMS, Region Manage r 945 Hornblend Street, Suite G San Diego, CA 9210 9 Jennifer Jacobu s ESA, Water Practice Grou p 626 Wilshire Boulevard, Suite 110 0 Los Angeles, CA 9001 7 Steven Tanak a Wallace Group 612 Clarion Court, Suite B-5 San Luis Obispo, CA 9340 1 Jeffrey Szyte l Water Systems Consulting, Inc . P .O . Box 425 5 San Luis Obispo, CA 93403 -26 - C4-28 • •