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
•
•