HomeMy WebLinkAbout01-03-2017 Item 05 RFQ - Water and Wastewater Engineering Services Meeting Date: 1/3/2017
FROM: Carrie Mattingly, Director of Utilities
Prepared By: Jennifer Metz, Utilities Projects Manager
SUBJECT: REQUEST FOR QUALIFICATIONS – WATER AND WASTEWATER
ENGINEERING SERVICES
RECOMMENDATION
1. Approve the Request for Qualifications to provide Water and Wastewater Engineering
Services, Specification No. 91537 and authorize staff to advertise the Request for
Qualifications; and
2. Authorize the City Manager to execute agreements with selected consulting firms; and
3. Authorize the Finance Director to execute and amend Purchase Orders for individual
consultant services contracts in an amount not-to-exceed the authorized project budget.
DISCUSSION
The City has used an on-call service approach for many years to assist with implementing
priorities for operating, maintaining and improving its water and wastewater infrastructure.
Consultants on the current on-call list have also been used to conduct specialized studies and
investigations such as water tank inspections, water modelling, feasibility studies, energy
analyses, and specialized engineering work. Identifying a list of prequalified on -call service
consultants that provide engineering services specializing in water and wastewater issues and
infrastructure will enable the Utilities Department to complete project delivery expectations. The
Request for Qualifications (RFQ) generally draws local consulting firms. Consultants remain
under contract for two years, and may be extended by mutual consent for an additional year.
The RFQ model is used to identify the skill set of the consultants submitting qualifications and
determine whether those skills align with the type of specialized water and wastewater work
anticipated by the Utilities Department. This is in contrast to a Request for Proposals (RFP)
model, which is project specific. After evaluating the RFQ submittal packages, top consultants in
each specialized area will be selected to enter into an agreement with the City. Consultant
selection will be based on the consultant’s demonstrated ability to provide engineering services
specializing in water and wastewater, in a timely manner, with qualified staff. Once the selected
consultants enter into an agreement with the City, their services on an individual project are
implemented rapidly, without the need for an individual RFP.
The consultants will operate under the conditions of the agreement included in the RFQ.
Individual projects will be scoped by the Utilities Department. The project manager will work
with the consultant to determine the final cost for engineering services. The specific project work
will then be authorized via a Purchase Order through the Finance Department, referencing the
signed agreement for the terms and conditions.
Packet Pg. 49
5
FISCAL IMPACT
The use of a competitive RFQ process to create an on-call services list streamlines the
procurement process, saving staff and Council time and saving potential consultants the time and
money it takes to propose on multiple individual projects. The RFQ process results in a list of
pre-qualified consultants that can be called upon to perform specialized work on an as needed
basis. Purchase orders authorize consultant project work under specific scopes of work within
City Council-authorized project budgets. RFPs would continue to be issued on a case-by-case
basis when specialized skills are needed that are not available through on-call contracts.
ALTERNATIVE
Individual Project RFPs. Council may desire to discontinue the use of on-call services for water
and wastewater projects. Should Council choose this alternative, individual project Requests for
Proposals would be issued for each project. Individual RFPs would come to City Council for
approval. This approach would lengthen project timelines and cost.
Attachments:
a - 2017 Water Wastewater Engineering RFQ
Packet Pg. 50
5
Notice Requesting Qualifications for
Water and Wastewater Engineering Services
Specification No. 91537
The City of San Luis Obispo is requesting qualification proposals from interested consultants to
provide for Water and Wastewater Engineering Services pursuant to Specification No. 91537.
The City proposes to select several qualified consultants to perform these services on an as-
needed basis for specific individual projects for a contract term of approximately two years, and
may be extended by mutual consent for an additional year.
Description of Services
In general, needed services consist of various engineering activities related to the City’s rate and
fee studies, fund analyses, cost allocation, operation, maintenance and capital improvement
programs for its water and wastewater infrastructure. Selected Consultants will prepare high-
quality reports, technical studies, construction plans and specifications, schedules, and other
engineering services in accordance with City requirements and standards.
Qualification Proposal Deadline
All qualification proposal must be received by the City of San Luis Obispo Finance Department at
955 Palm Street, San Luis Obispo, CA 93401 by 2:00 P.M. on February 9, 2017. Submittals
received after said time will not be considered. To guard against premature opening, each
qualification proposal shall be submitted to the Utilities Department in a sealed envelope plainly
marked with the following:
RFQ title
Specification number
Consultant name
Time and date of the opening
Qualification proposals shall be submitted using the forms provided in the specification package.
Obtaining a Specification Package
Download from the City’s Web site www.slocity.org - Doing Business / Bids & Proposals page.
Pick up a copy of the RFQ at the above address
A list of companies that have requested a copy of the RFQ is maintained on the web page.
Questions
Contact Jennifer Metz at (805) 781-7239 or jmetz@slocity.org with any questions regarding this
Request for Qualifications.
Disadvantaged Business Participation
DBE and other small businesses as defined in Title 49 CFR 26, are encouraged to participate in
the performance of agreements financed in whole or in part with federal funds.
Packet Pg. 51
5
Water and Wastewater Engineering Services Page 2 of 25
Specification No. 91537
TABLE OF CONTENTS
SECTION A
DESCRIPTION OF WORK ....................................................................................................................... 3
SECTION B
GENERAL TERMS AND CONDITIONS ................................................................................................. 5
SECTION C
QUALIFICATION CONTENT AND SELECTION PROCESS .............................................................. 7
QUALIFICATION CONTENT ................................................................................................... 7
QUALIFICATION EVALUATION AND CONSULTANT SELECTION ....................................... 7
SECTION D
FORM OF AGREEMENT .......................................................................................................................... 9
SECTION E
SUBMITTAL FORMS ............................................................................................................................... 19
ACKNOWLEDGEMENT ........................................................................................................ 19
INSURANCE CERTIFICATE ................................................................................................. 19
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ............................................... 20
REFERENCES ..................................................................................................................... 20
SECTION F
INSURANCE REQUIREMENTS: Consultant Services ...................................................................... 23
SECTION G
APPENDICES ........................................................................................................................................... 25
APPENDIX 1: Federally Funded Contract Forms .................................................................. 25
Packet Pg. 52
5
Water and Wastewater Engineering Services Page 3 of 25
Specification No. 91537
Section A
DESCRIPTION OF WORK
The City of San Luis Obispo’s Utilities Department is looking for consultants interested in providing
Water and Wastewater Engineering Services necessary to operate, maintain and improve its
water and wastewater infrastructure.
Background
The City is requesting qualifications from qualified consultants to provide Water and Wastewater
Engineering Services. The City is interested in generating a list of qualified consultants
specializing in this type of work to draw from as needed to supplement existing staff expertise.
While the exact list of the City’s future Water and Wastewater Engineering Services is unknown
at this time, consultants should expect these services will be required to help facilitate the City’s
water, wastewater, and Whale Rock enterprise funds operations, maintenance and capital
improvement plan work. The City’s existing Capital Improvement Plan may be found on the City’s
website:
http://www.slocity.org/Home/ShowDocument?id=7563
Staff anticipates that the City’s water, wastewater, and Whale Rock 2017-19 Capital Improvement
Plan will be similar in variety and scope to the 2015-17 Plan. The successful consultants will be
expected to perform the types of services outlined in this request.
Work Scope – Water and Wastewater Engineering Services
The consultant(s) selected will be responsible to perform the necessary work to deliver a high
quality projects or work items consistent with current policies and procedures. Necessary work
may include studies, investigations, design, plan review, surveying, schedules, modeling, or other
engineering analysis, construction management services, or reports to support development of
project plans, specifications or work programs. The City encourages engineering firms that
specialize in specific services such as water, wastewater, energy or separate, but applicable,
technical fields, to submit qualifications as specialty engineering services. The City may, at its
sole discretion, add specialty service categories to the Engineering Services on call list.
The outline below is meant to clarify the consultant’s role, but not be an all-inclusive list of every
task needed to achieve the work product. A City staff person will be assigned as your contact for
each individual project.
1. Attend scoping meeting with project proponent.
2. Submit a detailed work scope including:
a. list of key work items
b. schedule which includes required turn-around times for City staff input and
products
c. list of any sub-consultants needed for the work
d. cost proposal which is subject to negotiation
Packet Pg. 53
5
Water and Wastewater Engineering Services Page 4 of 25
Specification No. 91537
3. Obtain information by:
a. completing research of City archives of record drawings,
b. contacting affected utility companies,
c. performing facility investigation,
d. researching code requirements
e. any other record searches required to complete the work.
4. Complete preliminary reports or studies, if required in the project scope.
5. Engage in public review process as required in the work scope.
6. Prepare and submit initial 50%, 90%, and 100% documents (such as plans, specifications,
schedules, and construction estimates), or at other defined intervals, for City review and
comment. Address comments.
7. If applicable, submit plans to the Building Division for building permits, addressing
comments and resubmitting as needed.
8. Prepare and submit completed approved bid package including plans, specifications,
schedule and construction estimates signed and stamped by the professional of record.
9. Receive red line plans after construction work is complete and prepare record plans and
submit to City.
10. Review, analyze and provide comments on draft documents (such as but not limited to:
studies, investigations, surveying, modeling, plans, specifications, schedules, construction
estimates, Request for Information (RFI), Request for Proposal (RFP), and change orders)
for City review and comment.
11. Plans must be completed using AutoCAD software and compliant with City Engineering
Standards Appendix F, including:
a. borders
b. layer name
c. layer color
d. layer line weight
City Staff will typically complete, or manage through others, the following items:
1. Obtain the environmental document.
2. Pay all permit fees.
3. Obtain permits for creek-related work from regulatory agencies.
4. Complete staff reports for approval.
5. Advertise and award construction contracts.
6. Provide construction management.
This work may be assigned to the consultant depending upon consultant’s capabilities, available
City staffing and available funding.
Packet Pg. 54
5
Water and Wastewater Engineering Services Page 5 of 25
Specification No. 91537
Section B
GENERAL TERMS AND CONDITIONS
SUBMITTAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting qualifications
(Consultant) shall meet all of the terms, and conditions of the Request for Qualifications (RFQ)
specifications package. By virtue of its submittal, the Consultant acknowledges agreement
with and acceptance of all provisions of the RFQ specifications.
2. Qualification Proposals. Each qualification proposal must be made on the form(s) provided
in the specifications and accompanied by any other required submittals or supplemental
materials. Qualification proposals shall be enclosed in an envelope that shall be sealed and
addressed to the City of San Luis Obispo Finance Department, 955 Palm Street, San Luis
Obispo, CA, 93401. Each qualification proposal shall include one electronic copy of the
material in Adobe Acrobat format on Universal Serial Bus (USB) Flash Drive. In order to guard
against premature opening, the qualification proposal should be clearly labeled with the title,
specification number, name of Consultant, and date and time of opening. No FAX submittals
will be accepted.
3. Insurance Certificate. Each qualification 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 Consultant’s
insurance coverage during submittal evaluation; as discussed under paragraph 13 below,
endorsements are not required until contract award. The City’s insurance requirements are
detailed in Section F.
4. Submittal of References. Each proposer shall submit a statement of qualifications and
references on the form provided in Section E of these specifications.
5. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding
any past government disqualifications on the form provided in Section E of these
specifications.
6. Qualification Proposal Withdrawal and Opening. A Consultant may withdraw its
qualification proposal, without prejudice prior to the time specified for the opening, by
submitting a written request to the City Engineer for its withdrawal, in which event the submittal
will be returned to the Consultant unopened. No submittal received after the time specified or
at any place other than that stated in the "Notice Requesting Qualifications" will be considered.
All submittals will be opened and declared publicly. Consultants or their representatives are
invited to be present at the opening of the qualification proposals.
7. Communications. All timely requests for information submitted in writing will receive a written
response from the City. Telephone communications with City staff are not encouraged, but
will be permitted. However, any such oral communication shall not be binding on the City.
Packet Pg. 55
5
Water and Wastewater Engineering Services Page 6 of 25
Specification No. 91537
CONTRACT AWARD AND EXECUTION
8. Qualification Proposal Retention and Award. The City reserves the right to retain all
qualification proposals for a period of 60 days for examination and comparison. The City also
reserves the right to waive non-substantial irregularities in any qualification proposal, to reject
any or all qualification proposals, to reject or delete one part of a qualification proposal and
accept the other, except to the extent that proposals are qualified by specific limitations. See
the "Special Terms and Conditions" in of these specifications for evaluation and contract
award criteria.
9. Competency and Responsibility of Consultant. The City reserves full discretion to
determine the competence and responsibility, professionally and/or financially, of Consultants.
Consultants will provide, in a timely manner, all information that the City deems necessary to
make such a decision.
10. Contract Requirement. The Consultant to whom award is made (Consultant) shall execute
a written contract with the City within ten (10) calendar days after notice of the award has
been sent by mail to it at the address given in its qualification proposal. The contract shall be
made in the form adopted by the City and incorporated in these specifications.
11. Insurance Requirements. The Consultant shall provide proof of insurance in the form,
coverages and amounts specified in Section F of these specifications within 10 (ten) calendar
days after notice of contract award as a precondition to contract execution.
12. Business License & Tax. The Consultant must have a valid City of San Luis Obispo
business license and tax certificate before execution of the contract. Additional information
regarding the City's business license and tax program may be obtained by calling (805) 781-
7134.
13. Failure to Accept Contract. The following will occur if the Consultant to whom the award is
made (Consultant) fails to enter into the contract: the award will be annulled; any bid security
will be forfeited in accordance with the special terms and conditions if a Consultant's bond or
security is required; and an award may be made to the next highest ranked Consultant with
whom a responsible compensation is negotiated, who shall fulfill every stipulation as if it were
the party to whom the first award was made.
Packet Pg. 56
5
Water and Wastewater Engineering Services Page 7 of 25
Specification No. 91537
Section C
QUALIFICATION PROPOSAL CONTENT AND SELECTION PROCESS
QUALIFICATION PROPOSAL CONTENT
1. Submittal Forms
a. Acknowledgement
b. Certificate of Insurance
c. References
d. Statement of Past Disqualifications
2. Qualifications
a. Experience of your firm in performing Water and Wastewater Engineering Services for
government clients and facilities, any other qualifications or specialties which you make
your firm well-suited in assisting the City in engineering work other similar activities.
b. Experience of the staff to be assigned to this work in performing Water and Wastewater
Engineering Services.
c. Redundancy in the company of staff experienced in this type of work.
d. Resumes of the individuals who would be assigned to this work.
e. Proximity and staffing levels of the nearest company office.
f. Statement and explanation of any instances where your firm has been removed from a
project or disqualified from proposing on a project.
g. Standard hourly billing rates for consultant and sub-consultant staff.
h. Detailed list of services available directly from your firm.
3. Work Program
a. Description of your approach to working with City staff to achieve their goal of
completing the assigned Water and Wastewater Engineering Services on schedule.
b. Services or data anticipated to be provided by the City.
c. Any other information that would assist us in making this contract award decision.
4. Qualification Proposal Length and Copies
a. Qualification proposals should be the minimum length to provide the required information.
Charts and other short form approaches to conveying information are encouraged.
b. Six copies of the qualification proposal must be submitted.
c. One PDF format electronic copy must be submitted on a USB Flash Drive.
QUALIFICATION PROPOSAL EVALUATION AND CONSULTANT SELECTION
Qualification proposals will be evaluated by a review committee and contract award process as
follows:
Packet Pg. 57
5
Water and Wastewater Engineering Services Page 8 of 25
Specification No. 91537
5. Written Proposal Review/Finalist Candidate Selection
Evaluation of the qualification proposals will be based on the following:
1. Understanding of the desired Water and Wastewater Engineering Services.
2. Demonstrated competence, professional qualifications of proposed staff.
3. Recent experience in successfully performing similar Water and Wastewater
Engineering Services.
4. Ability to respond quickly to work requests.
Qualification proposals will be reviewed by a selection committee and ranked in accordance
with the above criteria. Where one or more qualification proposals are rated consistently
higher than others, the consultants may be selected as the top ranked consultants for
purposes of contract negotiation.
Alternatively, a group of finalist candidates (generally the top 3 to 5 five proposers) may be
selected for follow-up interviews and presentations, or requests for additional clarifying
information, before the final top ranked consultants for contract negotiation are determined.
6. Qualification Proposal Review and Award Schedule
The following is an outline of the anticipated schedule for qualification proposal review and
contract award:
Issue RFQ ........................................... January 4, 2017
Receive qualification proposals .......... February 9, 2017
Complete evaluation ......................... February 24, 2017
Award contract ..................................... March 13, 2017
Packet Pg. 58
5
Water and Wastewater Engineering Services Page 9 of 25
Specification No. 91537
Section D
FORM OF AGREEMENT
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date,
year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter
referred to as City, and [CONSULTANT’S NAME IN CAPITAL LETTERS], hereinafter referred to
as Consultant.
W I T N E S S E T H
WHEREAS, on January 4, 2017, the City requested qualification proposals for Water and
Wastewater Engineering Services per Specification No. 91537.
WHEREAS, pursuant to said request, Consultant submitted a proposal that was accepted
by City for said services.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants
hereinafter contained, the parties hereto agree as follows:
1. Term. The term of this Agreement shall be from the date this Agreement is made and entered,
as first written above, until acceptance or completion of said services.
2. Contract Term for On-Call Service Contracts. The Water and Wastewater Engineering
Services identified in this specification will be used by the City between March 2017 and March
2019.
3. Contract Extension and Cost Increases for On-call Service Contracts. The term of the
contract may be extended by mutual consent for an additional year. During this extended
period, labor rates may be increased to reflect increased labor costs and overhead at each
one-year contract anniversary, provided the City is notified of the increases in advance. Rates
may be increased to reflect actual cost increases up to a percentage equal to the percentage
increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) from March in the
previous year to March in the year of adjustment upon request of Contractor.
4. Work Delays. Should the Consultant be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes,
fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or
labor due to federal government restrictions arising out of defense or war programs, then the
time of completion may, at the City's sole option, be extended for such periods as may be
agreed upon by the City and the Consultant. In the event that there is insufficient time to grant
such extensions prior to the completion date of the contract, the City may, at the time of
acceptance of the work, waive liquidated damages that may have accrued for failure to
complete on time, due to any of the above, after hearing evidence as to the reasons for such
delay, and making a finding as to the causes of same.
5. Termination. If, during the term of the contract, the City determines that the Consultant is not
faithfully abiding by any term or condition contained herein, the City may notify the Consultant
Packet Pg. 59
5
Water and Wastewater Engineering Services Page 10 of 25
Specification No. 91537
in writing of such defect or failure to perform. This notice must give the Consultant a 10 (ten)
calendar day notice of time thereafter in which to perform said work or cure the deficiency.
If the Consultant has not performed the work or cured the deficiency within the ten days
specified in the notice, such shall constitute a breach of the contract and the City may
terminate the contract immediately by written notice to the Consultant to said effect.
Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights
under the contract except, however, any and all obligations of the Consultant's surety shall
remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived
by the termination thereof.
In said event, the Consultant shall be entitled to the reasonable value of its services performed
from the beginning date in which the breach occurs up to the day it received the City's Notice
of Termination, minus any offset from such payment representing the City's damages from
such breach. "Reasonable value" includes fees or charges for goods or services as of the last
milestone or task satisfactorily delivered or completed by the Consultant as may be set forth
in the Agreement payment schedule; compensation for any other work, services or goods
performed or provided by the Consultant shall be based solely on the City's assessment of
the value of the work-in-progress in completing the overall work scope.
The City reserves the right to delay any such payment until completion or confirmed
abandonment of the project, as may be determined in the City's sole discretion, so as to permit
a full and complete accounting of costs. In no event, however, shall the Consultant be entitled
to receive in excess of the compensation quoted in its proposal.
The City also reserves the right to terminate the contract for convenience, providing a 30
(thirty) calendar day notice, at any time upon a determination by the Director that termination
of the contract is in the best interest of the City. In this case the Consultant will be paid
compensation due and payable to the date of termination.
6. Ability to Perform. The Consultant warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to
carry out and complete the work hereunder in compliance with any and all applicable federal,
state, county, city, and special district laws, ordinances, and regulations.
7. Sub-contract Provisions. No portion of the work pertinent to this contract shall be
subcontracted without written authorization by the City, except that which is expressly
identified in the Consultant’s qualification proposal. Any substitution of sub-consultants must
be approved in writing by the City. For any sub-contract for services in excess of $25,000, the
subcontract shall contain all provisions of this agreement.
8. Contract Assignment. The Consultant shall not assign, transfer, convey or otherwise
dispose of the contract, or its right, title or interest, or its power to execute such a contract to
any individual or business entity of any kind without the previous written consent of the City.
9. Inspection. The Consultant shall furnish City with every reasonable opportunity for City to
ascertain that the services of the Consultant are being performed in accordance with the
requirements and intentions of this contract. All work done and all materials furnished, if any,
shall be subject to the City's inspection and approval. The inspection of such work shall not
relieve Consultant of any of its obligations to fulfill its contract requirements.
Packet Pg. 60
5
Water and Wastewater Engineering Services Page 11 of 25
Specification No. 91537
10. Record Retention and Audit. For the purpose of determining compliance with various laws
and regulations as well as performance of the contract, the Consultant and sub-consultants
shall maintain all books, documents, papers, accounting records and other evidence
pertaining to the performance of the contract, including but not limited to the cost of
administering the contract. Materials shall be made available at their respective offices at all
reasonable times during the contract period and for three years from the date of final payment
under the contract. Authorized representatives of the City shall have the option of inspecting
and/or auditing all records. For Federally funded projects, access to records shall also include
authorized representatives of the State and Federal government. Copies shall be furnished if
requested.
11. Conflict of Interest. The Consultant shall disclose any financial, business, or other
relationship with the City that may have an impact upon the outcome of this contract, or any
ensuing City construction project. The Consultant shall also list current clients who may have
a financial interest in the outcome of this contract, or any ensuing City construction project
which will follow. The Consultant staff shall provide a Conflict of Interest Statement where
determined necessary by the City.
The Consultant covenants that it presently has no interest, and shall not acquire any interest—
direct, indirect or otherwise—that would conflict in any manner or degree with the performance
of the work hereunder. The Consultant further covenants that, in the performance of this work,
no sub-consultant or person having such an interest shall be employed. The Consultant
certifies that no one who has or will have any financial interest in performing this work is an
officer or employee of the City. It is hereby expressly agreed that, in the performance of the
work hereunder, the Consultant shall at all times be deemed an independent Consultant and
not an agent or employee of the City.
12. Rebates, Kickbacks or Other Unlawful Consideration. The Consultant warrants that this
contract was not obtained or secured through rebates, kickbacks or other unlawful
consideration, either promised or paid to any City employee. For breach or violation of the
warranty, the City shall have the right in its discretion; to terminate the contract without liability;
to pay only for the value of the work actually performed; to deduct from the contract price; or
otherwise recover the full amount of such rebate, kickback or other unlawful consideration.
13. Covenant Against Contingent Fees. The Consultant warrants by execution of this contract
that no person or selling agency has been employed, or retained, to solicit or secure this
contract upon an agreement or understanding, for a commission, percentage, brokerage, or
contingent fee, excepting bona fide employees or bona fide established commercial or selling
agencies maintained by the Consultant for the purpose of securing business. For breach or
violation of this warranty, the City has the right to annul this contract without liability; pay only
for the value of the work actually performed, or in its discretion, to deduct from the contract
price or consideration, or otherwise recover the full amount of such commission, percentage,
brokerage, or contingent fee.
14. Compliance with Laws and Wage Rates. The Consultant shall keep itself fully informed of
and shall observe and comply with all applicable state and federal laws and county and City
of San Luis Obispo ordinances, regulations and adopted codes during its performance of the
work. This includes compliance with prevailing wage rates and their payment in accordance
with California Labor Code. For purposed of this paragraph, “construction” includes work
performed during the design and preconstruction phases of construction, including but not
limited to, inspection and land surveying work.
Packet Pg. 61
5
Water and Wastewater Engineering Services Page 12 of 25
Specification No. 91537
15. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Consultant is required to pay.
16. Permits, Licenses and Filing Fees. The Consultant shall procure all permits and licenses,
pay all charges and fees, and file all notices 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 including building and regulatory permit application fees. Consultant will provide
a 10-day notice for the City to issue a check.
17. Safety Provisions. The Consultant shall conform to the rules and regulations pertaining to
safety established by OSHA and the California Division of Industrial Safety.
18. Public and Employee Safety. Whenever the Consultant's operations create a condition
hazardous to the public or City employees, it shall, at its expense and without cost to the City,
furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other
devices and take such other protective measures as are necessary to prevent accidents or
damage or injury to the public and employees.
19. Preservation of City Property. The Consultant shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured
or damaged resulting from the Consultant's operations, it shall be replaced or restored at the
Consultant's expense. The facilities shall be replaced or restored to a condition as good as
when the Consultant began work.
20. Immigration Act of 1986. The Consultant warrants on behalf of itself and all sub-consultants
engaged for the performance of this work that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws
shall be employed in the performance of the work hereunder.
21. Consultant Non-Discrimination. In the award of subcontracts or in performance of this work,
the Consultant agrees that it will not engage in, nor permit such sub-consultants as it may
employ, to engage in discrimination in employment of persons on any basis prohibited by
State or Federal law.
22. Accuracy of Specifications. The specifications for this project are believed by the City to be
accurate and to contain no affirmative misrepresentation or any concealment of fact.
Consultants are cautioned to undertake an independent analysis of any test results in the
specifications, as City does not guaranty the accuracy of its interpretation of test results
contained in the specifications package. In preparing its qualification proposal, the Consultant
and all sub-consultants named shall bear sole responsibility for preparation errors resulting
from any misstatements or omissions in the specifications that could easily have been
ascertained by examining either the project site or accurate test data in the City's possession.
Although the effect of ambiguities or defects in the specifications will be as determined by law,
any patent ambiguity or defect shall give rise to a duty of Consultant to inquire prior to submittal
of the qualification proposal. Failure to so inquire shall cause any such ambiguity or defect to
be construed against the Consultant. An ambiguity or defect shall be considered patent if it is
of such a nature that the Consultant, assuming reasonable skill, ability and diligence on its
part, knew or should have known of the existence of the ambiguity or defect. Furthermore,
failure of the Consultant or sub-consultants to notify City in writing of specification defects or
Packet Pg. 62
5
Water and Wastewater Engineering Services Page 13 of 25
Specification No. 91537
ambiguities prior to submittal of the qualification proposal shall waive any right to assert said
defects or ambiguities subsequent to submittal of the qualification proposal.
To the extent that these specifications constitute performance specifications, the City shall not
be liable for costs incurred by the successful Consultant to achieve the project’s objective or
standard beyond the amounts provided therefor in the qualification proposal.
In the event that, after awarding the contract, any dispute arises as a result of any actual or
alleged ambiguity or defect in the specifications, or any other matter whatsoever, Consultant
shall immediately notify the City in writing, and the Consultant and all sub-consultants shall
continue to perform, irrespective of whether or not the ambiguity or defect is major, material,
minor or trivial, and irrespective of whether or not a change order, time extension, or additional
compensation has been granted by City. Failure to provide the hereinbefore described written
notice within one (1) working day of Consultant's becoming aware of the facts giving rise to
the dispute shall constitute a waiver of the right to assert the causative role of the defect or
ambiguity in the plans or specifications concerning the dispute.
Packet Pg. 63
5
Water and Wastewater Engineering Services Page 14 of 25
Specification No. 91537
23. Indemnification for Professional Liability. To the fullest extent permitted by law, the
Consultant shall indemnify, protect, defend and hold harmless the City and any and all
of its officials, employees and agents (“Indemnified Parties”) from and against any and
all losses, liabilities, damages, costs and expenses, including attorney’s fees and cost
which arise out of, pertain to, or relate to the negligence, recklessness, or willful
misconduct of the Consultant.
24. Non-Exclusive Contract. The City reserves the right to contract for the services listed in this
RFQ from other consultants during the contract term.
25. Standards. Documents shall conform to City Standards and City furnished templates shall
be used.
26. Consultant Endorsement. Technical reports, plans and specifications shall be stamped and
signed by the Consultant where required.
27. Required Deliverable Products and Revisions. The Consultant will be required to provide
documents addressing all elements of the work scope. Plans shall be prepared using City’s
standardized title blocks and coversheets. Draft plans may be submitted for review using
either the full D (24 x 36) format or a reduced 11 x 17 format. Consultant shall ensure that
drawings and notes are clearly legible if using the reduced format. Specifications and bid
documents shall conform to standard City formats unless authorized. The City’s current
Standard Specifications and Engineering Standards must be incorporated where applicable.
City staff will review any documents or materials provided by the Consultant and, where
necessary, the Consultant will respond to staff comments and make such changes as deemed
appropriate. Submittals shall include the previous marked up submittal (returned to the
Consultant) to assist in the second review. Changes shall be made as requested or a notation
made as to why the change is not appropriate.
2 copies of the draft preliminary reports, technical studies and 50% plans and estimate
1 copy of the final preliminary reports, technical studies plus markups
2 copies of the 90% plans, specifications and estimate plus 50% markups
1 copy of the 100% plans, specifications and estimate plus 90% markups
1 copy of the final plans, specifications and estimates plus 100% markups
1 copy of the final record drawings after construction
Draft reports and plan submittals shall be submitted as paper copies or electronic files as
determined by the City’s Project Manager.
Final documents shall be submitted as camera-ready original, unbound, each page printed on
only one side, including any original graphics in place and scaled to size, ready for
reproduction AND one electronic copy submitted in Adobe Acrobat format including all original
stamps and signatures.
In the event the City will be compiling the final specifications, incorporating the Consultant’s
work, the final specifications will also be required to be submitted in Microsoft Word format.
In the event the City will be completing the Record Drawings, the final plans will also be
required to be submitted in AutoCAD
Packet Pg. 64
5
Water and Wastewater Engineering Services Page 15 of 25
Specification No. 91537
Electronic files shall be submitted on a USB Flash Drive and all files must be compatible with
the Microsoft operating system.
28. Ownership of Materials. Upon completion of all work under this contract, ownership and title
to all reports, documents, plans, specifications, and estimates produced as part of this contract
will automatically be vested in the city and no further agreement will be necessary to transfer
ownership to the City. The Consultant shall furnish the City all necessary copies of data
needed to complete the review and approval process.
It is understood and agreed that all calculations, drawings and specifications, whether in hard
copy or machine readable form, are intended for one-time use in the construction of the project
for which this contract has been entered into.
The Consultant is not liable for claims, liabilities, or losses arising out of, or connected with
the modification, or misuse by the City of the machine-readable information and data provided
by the Consultant under this agreement. Further, the Consultant is not liable for claims,
liabilities, or losses arising out of, or connected with any use by City of the project
documentation on other projects, except such use as may be authorized in writing by the
Consultant.
29. Release of Reports and Information. Any reports, information, data, or other material given
to, prepared by or assembled by the Consultant as part of the work or services under these
specifications shall be the property of City and shall not be made available to any individual
or organization by the Consultant without the prior written approval of the City.
The Consultant shall not issue any news release or public relations item of any nature,
whatsoever, regarding work performed or to be performed under this contract without prior
review of the contents thereof by the City and receipt of the City’s written permission.
30. Copies of Reports and Information. If the City requests additional copies of reports,
drawings, specifications, or any other material in addition to what the Consultant is required
to furnish in limited quantities as part of the work or services under these specifications, the
Consultant shall provide such additional copies as are requested, and City shall compensate
the Consultant for the costs of duplicating of such copies at the Consultant's direct expense.
31. Attendance at Meetings And Hearings. As part of the work scope and included in the
contract price is attendance by the Consultant at up to one public meeting to present and
discuss its findings and recommendations. Consultant shall attend as many "working"
meetings with staff as necessary in performing work scope tasks.
32. Requests for Review. The Consultant shall respond to all requests for submittal review or
contractor RFI’s within two weeks of receipt of the information from the City.
33. Project Proposal Submittal. Upon completion of the project scoping meeting, the Consultant
shall submit a proposed work scope, compensation and schedule within 10 working days. The
cost proposal shall include all costs including miscellaneous direct cost items.
34. Consultant Invoices. The Consultant shall deliver a monthly invoice to the City, itemized by
project work phase or, in the case of on-call contracts, by project title. Invoice must include a
breakdown of hours billed and miscellaneous charges and any sub-consultant invoices,
similarly broken down, as supporting detail.
Packet Pg. 65
5
Water and Wastewater Engineering Services Page 16 of 25
Specification No. 91537
35. Payment. For providing services as specified in this Agreement, City will pay and Consultant
shall receive therefore compensation in a total sum not to exceed the individual agreed upon
project fee. Should the Consultant’s designs, drawings or specifications contain errors or
deficiencies, the Consultant shall be required to correct them at no increase in cost to the City.
For on-call services, the City will pay and the Consultant shall receive compensation as
agreed to on a project by project basis.
The Consultant shall be reimbursed for hours worked at the hourly rates attached to this
agreement. Hourly rates include direct salary costs, employee benefits, overhead and fee. In
addition, the Consultant shall be reimbursed for direct costs other than salary and vehicle cost
that have been identified and are attached to this agreement. The Consultant’s personnel
shall be reimbursed for per diem expenses at a rate not to exceed that currently authorized
for State employees under State Department of Personnel Administration rules.
36. Payment Terms. The City's payment terms are 30 days from the receipt and approval by the
City of an original invoice and acceptance by the City of the materials, supplies, equipment or
services provided by the Consultant (Net 30).
37. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising
under this contract that is not disposed of by agreement shall be decided by a committee
consisting of the City’s Project Manager and the City Director of Public Works, who may
consider written or verbal information submitted by the Consultant. Not later than thirty days
after completion of all deliverables necessary to complete the plans, specifications and
estimate, the Consultant may request review by the City Council of unresolved claims or
disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the
Municipal Code.
Any dispute concerning a question of fact arising under an audit of this contract that is not
disposed of by agreement, shall be reviewed by the City’s Chief Fiscal Officer. Not later than
30 days after issuance of the final audit report, the Consultant may request a review by the
City’s Chief Fiscal Officer of unresolved audit issues. The request for review must be
submitted in writing.
Neither the pendency of a dispute, nor its consideration by the City will excuse the consultant
from full and timely performance in accordance with the terms of this contract.
38. Disadvantaged Business Enterprise (DBE) Use for Federally Funded Projects. This
agreement is subject to Title 49, Part 26 Code of Federal Regulations entitled “Participation
by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance
Programs” when project work is for a federally funded project. In order to ensure the State
Department of Transportation achieves its federally mandated statewide overall DBE goal,
the City encourages the participation of DBEs as defined in 49 CFR 26 in the performance of
this agreement. The City will make a determination on a project by project basis for reasonably
expected DBE participation to compete for the sub-consulting opportunities in this agreement.
The Consultant is responsible to be fully informed regarding the requirements of 49 CFR, Part
26
The Consultant shall notify the City of any changes to its anticipated DBE participation on
federally funded projects, maintain records of DBE usage and complete and submit to the City
Packet Pg. 66
5
Water and Wastewater Engineering Services Page 17 of 25
Specification No. 91537
the final report of DBE utilization prior to receiving final payment. Records shall show the name
and business address of each DBE and the total dollar amount actually paid to each.
The Consultant shall pay all sub-consultants within 10 calendar days from receipt of each
payment made to the Consultant by the City.
The Consultant shall carry out applicable requirements of Title 49 CFR 26 in the award and
administration of US DOT assisted agreements. Failure by the Consultant to carry out these
requirements is a material breach of this agreement, which may result in the termination of
this agreement or such other remedy as the City deems appropriate.
39. Agreement Parties.
City: Carrie Mattingly, Director of Utilities
City of San Luis Obispo
879 Morro Street
San Luis Obispo, CA 93401
Consultant:
All written notices to the parties hereto shall be sent by United States mail, postage prepaid
by registered or certified mail addressed as shown above.
40. Incorporation by Reference. City Request for Qualifications Specification No. 91537 and
Consultant's qualification proposal dated _________, are hereby incorporated in and made a
part of this Agreement.
41. Amendments. Any amendment, modification or variation from the terms of this Agreement
shall be in writing and shall be effective only upon approval by the City Engineer.
42. Working Out of Scope. If, at any time during the project, the consultant is directed to do
work by persons other than the City Project Manager and the Consultant believes that the
work is outside of the scope of the original contract, the Consultant shall inform the Project
Manager immediately. If the Project Manager and Consultant both agree that the work is
outside of the project scope and is necessary to the successful completion of the project, then
a fee will be established for such work based on Consultant's hourly billing rates or a lump
sum price agreed upon between the City and the Consultant. Any extra work performed by
Consultant without prior written approval from the City Project Manager shall be at
Consultant's own expense.
43. Complete Agreement. This written agreement, including all writings specifically incorporated
herein by reference, shall constitute the complete agreement between the parties hereto. No
oral agreement, understanding or representation not reduced to writing and specifically
incorporated herein shall be of any force or effect, nor shall any such oral agreement,
understanding or representation be binding upon the parties hereto. For and in consideration
of the payments and agreements hereinbefore mentioned to be made and performed by City,
Consultant agrees with City to do everything required by this Agreement, the said specification
and incorporated documents.
Authority to Execute Agreement. Both City and Consultant do covenant that each individual
executing this agreement on behalf of each party is a person duly authorized and empowered to
execute Agreements for such party.
Packet Pg. 67
5
Water and Wastewater Engineering Services Page 18 of 25
Specification No. 91537
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day
and year first above written.
CITY OF SAN LUIS OBISPO: CONSULTANT:
__________________________________
_
Name of Company
By:
__________________________________
_
Katie Lichtig, City Manager Name of CAO/President
Its: CAO/President
APPROVED AS TO FORM:
__________________________________
_
Christine Dietrick, City Attorney
Packet Pg. 68
5
Water and Wastewater Engineering Services Page 19 of 25
Specification No. 91537
Section E
SUBMITTAL FORMS
ACKNOWLEDGEMENT
The undersigned declares that she or he:
Has carefully examined Specification No. 91537
Is thoroughly familiar with its content
Is authorized to represent the proposing firm; and
Agrees to perform the work as set forth in the specification and this qualification proposal.
Firm Name and Address:
Contact Name:
Email:
Fax: Phone:
Signature of Authorized Representative:
Date:
INSURANCE CERTIFICATE
Insurance Company’s A.M. Best Rating
Certificate of insurance attached
Packet Pg. 69
5
Water and Wastewater Engineering Services Page 20 of 25
Specification No. 91537
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The Consultant shall state whether it or any of its officers or employees who have a proprietary
interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or
completing a federal, state, or local government project because of the violation of law, a safety
regulation, or for any other reason, including but not limited to financial difficulties, project delays,
or disputes regarding work or product quality, and if so to explain the circumstances.
Do you have any disqualification as described in the above paragraph to declare? Yes No
If yes, explain the circumstances.
Executed on ______________________at
_______________________________________under penalty of perjury of the laws of the State
of California, that the foregoing is true and correct.
______________________________________
Signature of Authorized Consultant Representative
REFERENCES
Number of years engaged in providing the services included within the scope of the specifications
under the present business name: _________
Describe fully the last three contracts performed by your firm that demonstrate your ability to
provide the services included with the scope of the specifications. Attach additional pages if
required. The City reserves the right to contact each of the references listed for additional
information regarding your firm's qualifications.
Reference No. 1
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Services
Contract Amount
Description of Services
Packet Pg. 70
5
Water and Wastewater Engineering Services Page 21 of 25
Specification No. 91537
Project Outcome
Reference No. 2
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Services
Contract Amount
Description of Services
Project Outcome
Reference No. 3
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Services
Contract Amount
Description of Services
Packet Pg. 71
5
Water and Wastewater Engineering Services Page 22 of 25
Specification No. 91537
Project Outcome
Packet Pg. 72
5
Water and Wastewater Engineering Services Page 23 of 25
Specification No. 91537
Section F
INSURANCE REQUIREMENTS: Consultant Services
The Consultant shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in connection with
the performance of the work hereunder by the Consultant, its agents, representatives, employees
or sub-consultants.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10
Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined
by the City).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability,
code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's
Liability Insurance.
4. Errors and Omissions Liability insurance as appropriate to the consultant's profession.
Minimum Limits of Insurance. Consultant 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 the general aggregate limit shall apply separately to this project/location or the general
aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: $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 to and approved by the City. At the option of the City, either: the insurer shall reduce or
eliminate such deductibles or self-insured retentions as respects the City, its officers, officials,
employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of
losses and related investigations, claim administration and defense expenses.
Other Insurance Provisions. The general liability and automobile liability policies are to contain,
or be endorsed to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as
insureds as respects: liability arising out of activities performed by or on behalf of the
Consultant; products and completed operations of the Consultant; premises owned, occupied
or used by the Consultant; or automobiles owned, leased, hired or borrowed by the
Consultant. The coverage shall contain no special limitations on the scope of protection
afforded to the City, its officers, official, employees, agents or volunteers.
2. For any claims related to this project, the Consultant's insurance coverage shall be primary
insurance as respects the City, its officers, officials, em ployees, agents and volunteers. Any
insurance or self-insurance maintained by the City, its officers, officials, employees, agents or
volunteers shall be excess of the Consultant's insurance and shall not contribute with it.
3. The Consultant's insurance shall apply separately to each insured against whom claim is
made or suit is brought, except with respect to the limits of the insurer's liability.
4. Each insurance policy required by this clause shall be endorsed to state that coverage shall
not be suspended, voided, canceled by either party, reduced in coverage or in limits except
Packet Pg. 73
5
Water and Wastewater Engineering Services Page 24 of 25
Specification No. 91537
after thirty (30) days prior written notice by certified mail, return receipt requested, has been
given to the City. The Consultant agrees to notify the City in the event that the policy is
suspended, voided or reduced in coverage or limits. A minimum of 30 days prior written notice
by certified mail, return receipt requested, will be provided.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's
rating of no less than A:VII.
Verification of Coverage. Consultant shall furnish the City with a certificate of insurance showing
maintenance of the required insurance coverage. Original endorsements effecting general liability
and automobile liability coverage required by this clause must also be provided. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on its
behalf. All endorsements are to be received and approved by the City before work commences.
Packet Pg. 74
5
Water and Wastewater Engineering Services Page 25 of 25
Specification No. 91537
Section G
APPENDICES
Appendix 1: Federally Funded Contract Forms
Caltrans Local Assistance Procedures Manual requires the Consultant and the City to complete
reporting forms for Federally Funded Contracts on a project-by-project basis.
At the time of federal project initiation, the Consultant will be required to furnish information to the
City in order for the City to complete the require Local Agency Forms. The Consultant must
complete and furnish to the City the forms required to be completed by the Consultant prior to the
issuance of the project Purchase Order.
Local Assistance Procedures Manual forms may be obtained from the Caltrans website:
http://www.dot.ca.gov/hq/LocalPrograms/lam/forms/lapmforms.htm .
Required forms include:
1. Exhibit 10-A: A&E Consultant Audit Request Letter and Checklist
2. Exhibit 10-B: Suggested Consultant Evaluation Sheet
3. Exhibit 10-C: Consultant Contract Reviewers Checklist
4. Exhibit 10-H: Sample Cost Proposal
5. Exhibit 10-I: Notice to Proposers DBE Information
6. Exhibit 10-K: Consultant Certification of Costs and Financial Management System
7. Exhibit 10-O1: Consultant Proposal DBE Commitment
8. Exhibit 10-O2: Consultant Contract DBE Information (Word version)
9. Exhibit 10-Q: Disclosure of Lobbying Activities
10. Exhibit 10-R: A&E Sample Contract Language
11. Exhibit 10-S: Consultant Performance Evaluation
12. Exhibit 10-T: Panel Member Conflict of Interest & Confidentiality Statement
13. Exhibit 10-U: Consultant in Management Position Conflict of Interest Statement
14. Exhibit 17-F: Final Utilization Report (to be completed at Project Completion)
Packet Pg. 75
5
Page intentionally left
blank.
Packet Pg. 76
5