Loading...
HomeMy WebLinkAbout11-19-2013 c5 design services for margarita & foothill FROM: Carrie Mattingly, Utilities Director Prepared By: Jennifer Metz, Utilities Project Manager SUBJECT: DESIGN SERVICES FOR MARGARITA & FOOTHILL LIFT STATION REPLACEMENTS, SPEC. NO. 91214 – REQUEST FOR PROPOSALS RECOMMENDATIONS 1. Approve the request for proposals for design services for the Margarita and Foothill Lift Station Replacements, Spec. No. 91214 and authorize its issuance, and 2. Authorize the City Manager to award a contract if the selected proposal is within the estimate of $200,000. DISCUSSION Background The City’s wastewater collection system includes 136 miles of gravity sewer line, three miles of force main, and nine lift stations. The system’s older lift stations are a Smith & Loveless dry well/wet well design where the wastewater flows to a separate concrete wet well and the pumps are housed in a pre-manufactured, below-grade steel dry well structure. These lift stations were put into service in the 1960s and early 1970s with a life expectancy of 20 years per the manufacturer and have reached the end of their service life. This request is for the design of two lift stations, Margarita and Foothill. Margarita and Foothill Lift Stations and Force Mains The Margarita lift station was put into service in 1971 and serves approximately 91 parcels as well as future development in the Margarita Specific Plan Area. In 1995, the floor of the sump pump was leaking and repairs were made. Cathodic protection was added in 1996 to extend the life of the lift station structure. In 2010, additional leaks on the floor and walls were repaired. A report provided by Advantage Technical Services, Inc. noted a high risk of failure at the station as both the wet and dry well walls were deteriorating, causing leaks and structural issues. The force main is approximately 230 feet in length and is six-inch cast iron pipe. Based on a pipe condition assessment, the pipeline needs to be replaced. Foothill Lift Station serves approximately 43 parcels on the west end of Foothill Boulevard near the City limits. The equipment was originally installed in 1962 to serve the Broad Street and Orcutt area, but was removed and warehoused, then reconfigured and installed in its present location in 1986. The sump pump floor was repaired in 1995 and cathodic protection was installed in 1996 to extend the life of the station. The existing lift station does not have an auxiliary power source. The force main is approximately 440 feet in length and is four-inch cast iron pipe and will require replacement. Meeting Date Item Number 11-19-13 C5 - 1 Margarita & Foothill Lift Station Replacements, Spec. No. 91214 Page 2 Because of their age and condition, these lift stations have been prioritized for replacement. The design will include new wet wells, pumps, pump controllers, back-up generators, and Supervisory Control and Data Acquisition (SCADA) connection. City staff will work with the selected consultant related to design of an appropriate structure/enclosure to house the lift stations’ controls with a partition from the generator. The structure will be designed with sound attenuation, appropriate service access, and visual screening. Evaluation and Selection Process Utilities Department staff prepared a request for proposals (RFP), Attachment 1, for services to prepare construction documents and specifications for the replacement of the two lift stations. If approved, proposals for design services will be due on December 19, 2013. Based on the evaluation criteria set forth in the RFP, proposals will be reviewed and finalists will be invited for a follow-up presentation/interview before a review committee. The review committee will be composed of staff from the City’s Utilities and Public Works departments. Reference checks will be conducted. Based on the results of the selection process, a recommendation will be made to the City Manager to award the contract. Contract award is anticipated in Spring 2014. Prospective Proposers In addition to publishing a formal notice requesting proposals, the RFP will be mailed to engineering firms specializing in the design of lift stations. A list of prospective engineering firms is included in the RFP. FISCAL IMPACT A total of $300,000 was identified for design in the 2013-15 Financial Plan, Appendix B, Lift Station Replacements, on pages 3-152 through 3-156 for design of three replacement lift stations (Margarita, Madonna, and Foothill). At this time, the Utilities Department is moving forward with the design of two replacement lift stations (Margarita and Foothill) with $200,000 of the available funding which is expected to be adequate to complete the design phase of the project. Replacement of the Madonna Lift Station will be considered separately as City staff is looking at available options to replacing that station. An engineering estimate of construction costs will be prepared as part of the project’s work scope. Construction of the Margarita Lift Station is planned to begin during the 2014-15 fiscal year and construction of the Foothill Lift Station is planned to begin during the 2016-17 fiscal year. ALTERNATIVES Deny or defer approval to advertise. The City Council may choose to deny or defer the approval to issue this RFP for design services. Staff does not recommend this option as the existing facilities will continue to deteriorate and present a risk for failure. ATTACHMENT RFP Design Margarita Foothill Lift Stations, Spec 91214.doc ..\Design Services for Margarita & Foothill Lift Station (Mattingly-Metz) C5 - 2 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. City of San Luis Obispo 990 Palm Street  San Luis Obispo, CA 93401 Notice Requesting Proposals for the City of San Luis Obispo Utilities Department DESIGN SERVICES FOR MARGARITA AND FOOTHILL LIFT STATION REPLACEMENTS Specification No. 91214 The City of San Luis Obispo’s Utilities Department is requesting sealed proposals for professional engineering services for the MARGARITA AND FOOTHILL LIFT STATION REPLACEMENT PROJECT pursuant to Specification No. 91214. All proposals must be received by the Public Works Department at 919 Palm Street, San Luis Obispo, CA 93401 by December 19, 2013 by 3:00 PM, when they will be opened publicly. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Public Works Department in a sealed envelope plainly marked with the proposal title, specification number, proposer’s name, time and date of the proposal opening. Proposals shall be submitted using the forms provided in the specification package. Specification packages and additional information may be obtained on the City’s website at http://www.slocity.org. Questions may be submitted to Jennifer Metz via e-mail at jmetz@slocity.org until December 13, 2013. All questions will be answered and distributed to all interested parties. Onsite review of information related to the City’s existing lift stations will be provided at a Mandatory Pre-Proposal Meeting to be held on Wednesday, December 4, 2013 at 10 a.m. at the City’s Corporation Yard located at 25 Prado Road, San Luis Obispo, CA. C5 - 3 - i - Specification No. 91214 TABLE OF CONTENTS A. Description of Work ................................................................1 A1. Overview A2. Background A3. Scope of Work A4. Project Schedule / Cost B. General Terms & Conditions ..................................................8 B1. Proposal Requirements B2. Contract Award and Execution C. Proposal Content & Selection Process .................................10 C1. Proposal Content Submittal Forms Qualifications Work Program Compensation Proposal Length and Copies C2. Proposal Evaluation & Selection Proposal Review Criteria Proposal Review and Award Schedule D. Form of Agreement ................................................................12 E. Insurance Requirements .......................................................20 F. Proposal Submittal Forms ....................................................22 F1. Proposal Submittal Form F2. References F3. Statement of Past Contract Disqualifications F4. Proposers List FIGURE 1: Margarita Lift Station Catchment Area ..............2 FIGURE 2: Foothill Lift Station Catchment Area ..................4 C5 - 4 City of San Luis Obispo Specification No. 91214 - 1 - Section A DESCRIPTION OF WORK A1. OVERVIEW The City’s wastewater collection system includes 136 miles of gravity sewer line ranging from six-inch to 48-inch pipe, three miles of force main ranging from four-inch to ten-inch pipe, approximately 2,900 manholes. The collection system includes nine lift stations. Six of these lift stations (Calle Joaquin, Margarita, Silver City, Foothill, Madonna and Airport) are Smith & Loveless pre-manufactured steel structures with a dry well/wet well design put into service in the 1960s and early 1970s. Replacement of the Calle Joaquin Lift Station is in the design phase and the remaining three lift stations (Prefumo, Tank Farm and Laguna) have Wemco Hidrostal submersible pumps installed in 2005, 2009, and 2013 respectively. A2. BACKGROUND As part of the City’s 2013-15 Financial Plan, the City proposed the design and construction for the replacement of three existing lift stations. Two of those lift stations (Margarita and Foothill) are included in this project. In each case, replacement of the existing lift station and force main is proposed with a pre-fabricated, pre-engineered eight-foot diameter wet well (fiberglass or concrete), two submersible pumps (Wemco Hidrostal or equal), site lighting, development of a new control strategy and connection of the replacement lift station to the City’s existing SCADA system, and HDPE force main. Each site is constrained by limited available property for siting a replacement station. Margarita Lift Station and Force Main The Margarita Lift Station was put in to service in 1971 and serves approximately 25 acres (91 parcels) as well as future development in the Margarita Specific Plan Area (See Figure 1). This station is 41 years old and it is operating beyond its life expectancy of 20 years. This station is a Smith & Loveless dry well/ wet well design. In 1995, the floor of the sump pump was leaking and repairs were made. Cathodic protection was added in 1996 to extend the life of the lift station structure. In 2010, additional leaks on the floor and walls were repaired. A report provided by Advantage Technical Services, Inc. noted a high risk of failure at the station as both the wet and dry well walls were deteriorating, causing leaks and structural issues. Because of its age and condition, replacement of the lift station has been prioritized with the other necessary system components that include the wet well and force main. The force main is approximately 230 feet in length and is six-inch cast iron pipe. Based on a pipe condition assessment, the pipeline is operating beyond its useful life expectancy. The City proposes that the replacement station include a tier-four rated, back-up generator, with an automatic transfer switch and SCADA connection. City staff will work with the Consultant related to design of an appropriate structure/enclosure to house the lift station’s controls with a partition from the generator. The structure should be designed with sound attenuation, appropriate service access, and visual screening. Consultant will acquire necessary permits for the generator on the City’s behalf for the generator through the Air Pollution Control District (APCD), described in Scope of Work, Task 7. C5 - 5 ! ! ! ! ! ! ! !! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! ! ! @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ MARGARITA HI G U E R A S OJAI CUYAMA VIA LA P A Z PRAD O CACHUMA LO M P O C SI S Q U O C CA L L E M A L V A CA L L E J A Z M I N AL I C I T A ES T E L I T A LIR I O VIA SAN BLAS CALLE LUPITA VIA E N S E N A D A CA M E L L I A CHUMASHNOJOQUI J-14 J-15 K-14 K-15 Margarita Lift Station Basin Lift Station !MANHOLE !CLEANOUT !CLEANOUT-MH XY XY XY XY XY FORCE MAIN GRAVITY MAIN Margarita Lift Station Basin µ Margarita Lift Station 0 250 500 750 1,000125Feet C5 - 6 City of San Luis Obispo Specification No. 91214 - 3 - Foothill Lift Station & Force Main The Foothill Lift Station serves approximately 20 acres (43 parcels) on the west end of Foothill Boulevard near the city limits (See Figure 2). This station is over 50 years old and is operating beyond its life expectancy of 20 years. This station is a Smith & Loveless dry well/wet well design. The equipment was originally installed in 1962 to serve the Broad Street and Orcutt area, but was removed and warehoused, then reconfigured and installed in its present location in 1986. The sump pump floor was repaired in 1995. Cathodic protection was installed in 1996 to extend the life of the station. The existing lift station does not have an auxiliary power source. Because of its age and condition, replacement of the lift station has been prioritized with the other necessary system components that include the wet well and force main. The force main is approximately 440 feet in length and is four-inch cast iron pipe. The City proposes that the replacement station include a tier-four rated, back-up generator, with an automatic transfer switch and SCADA connection. City staff will work with the Consultant related to design of an appropriate structure/enclosure to house the lift station’s controls with a partition from the generator. The structure should be designed with sound attenuation, appropriate service access, and visual screening. Consultant will acquire necessary permits for the generator on the Cit y’s behalf for the generator through the Air Pollution Control District (APCD), described in Scope of Work, Task 7. The City will provide additional background information on each existing lift station, such as project drawings and specifications, operations and maintenance records and other relevant information at Notice to Proceed. A3. SCOPE OF WORK The purpose of this Request for Proposals is for the City to enter into a contract for necessary services for the replacement of the lift stations including engineering design services, surveying, geotechnical investigation, easement acquisition, and environmental review/permitting (if necessary). It is the City’s goal to have the first replacement (Margarita Lift Station) out to bid for construction in late 2014. The City’s desired scope of work for the project is described below. Alternate proposals will be considered as described in Section B1.9, Proposal Requirements, of this specification package. TASK 1: Project Meetings and Coordination During project design, the Consultant will attend progress/coordination meetings with the City staff to discuss issues related to the project design and to update the City regarding progress of the design phase. Anticipated meetings are as follows: Project kick-off meeting (both lift stations) Feasibility Studies/Alternative Sites Analysis (both lift stations) Design Confirmation (both lift stations) Preliminary Design Reports (both lift stations) 50 Percent Design Submittal (Margarita) Meeting at 90 Percent Design Submittal(Margarita) C5 - 7 ! ! ! ! ! ! !! !! !!!! !!! !!! ! !! ! ! ! ! !! !! ! ! ! !!! ! ! ! ! ! ! !!! ! ! @@ @@@ @@@ @ @ @ @ @ @@ @ @ FOO T H I L L DEL SUR RAMONA LA E N T R A D A DEL NORTE SAN JOSE RO S I T A LA LOMA PA T R I C I A L O S C E R R O S CATALINA CER R O DEL MAR RAMONA H-06G-06 H-07 G-07 Foothill Lift Station Basin Lift Station !MANHOLE !CLEANOUT !CLEANOUT-MH XY XY XY XY XY FORCE MAIN GRAVITY MAIN Foothill Lift Station Basin µ 010020030040050Feet Foothill Lift Station C5 - 8 City of San Luis Obispo Specification No. 91214 - 5 - Meeting at Final Design Submittal(Margarita) 50 Percent Design Submittal (Foothill) Meeting at 90 Percent Design Submittal (Foothill) Meeting at Final Design Submittal (Foothill) The consultant shall attend as many other working meetings as needed to complete the project’s design phase. The Consultant shall provide coordination between City staff and all subconsultants. The Consultant will coordinate with the City’s Project Manager on acti vities including scheduling meetings, tracking and reporting on work in progress. The Consultant will prepare meeting notes and distribute them to the City and Consultant team. TASK 2: Feasibility Study The City has limited site area near the existing Margarita and Foothill lift stations for siting replacement facilities. After preliminary discussions with City staff at Kickoff/Meeting #1 and to confirm the project’s overall design approach, the Consultant will develop two conceptual -level alternatives for each lift station replacement. The conceptual level alternatives will be developed with input from City staff. These alternatives will be presented and discussed with City staff at Meeting #2 to reach consensus on the preferred alternative prior to proceeding with development of the Preliminary Design Report for the preferred alternative. The Feasibility Study shall include preliminary cost estimates for each alternative and the Consultant’s recommended alternative. TASK 3: Easement Acquisition Following the identification of the preferred replacement option in Task 2, the Consultant shall work with City staff to acquire permanent easements for the siting each of the replacement lift stations and temporary construction easements as needed. This work shall include: Title search and appraisals of all properties encroached by any proposed utility easement. Preparation of all easement acquisition documents. Acquisition of all easements from owners of property encroached by the proposed project. Utility easements and negotiations related thereto. The Consultant will coordinate with the City and provide the services of a qualified land surveyor to prepare legal descriptions for the proposed lift stations site and utility easements. TASK 4: Survey/Right of Way, Geotechnical Investigation, and Potholing The Consultant shall conduct necessary field survey work and topographic mapping, which may utilize an aerial survey, for the existing and proposed lift stations. The Consultant will provide and coordinate the services of a qualified geotechnical subconsultant to perform a detailed geotechnical investigation at the two project sites and to explore subsurface conditions at each proposed lift station site where the new wet well will be installed. Field investigations will be performed for collection of pertinent data and information, which will be analyzed to develop geotechnical engineering recommendations for each lift station’s final design. The Consultant will review the geotechnical reports and confirm that the analysis C5 - 9 City of San Luis Obispo Specification No. 91214 - 6 - addresses the needs of the City. Consultant shall assume a total of three borings will be required at each lift station site. The Consultant shall also provide and coordinate the services of a subconsultant for potholing services to locate tie in locations of gravity lines, force main, and location of any potentially conflicting utility lines. TASK 5: Preliminary Design Report After selection of the preferred alternative for each replacement lift station, the Consultant shall prepare a draft and final Preliminary Design Report in a single document. The Report will include: Description of the existing facilities, conceptual alternatives evaluated, and the preferred alternative, including the reasons for selecting the preferred alternative, design concepts and the proposed improvements, Design criteria including discussion of flows, reliability and redundancy, pumps, piping, pump discharge manifold flow metering, wet well, valves and gates, odor control, sound attenuation, auxiliary systems and operations and maintenance, Hydraulic analysis, including system and pump curves and pump selection, (Wemco Hidrostal or equal) incoming sewer elevations, force main discharge elevation, and wet well operating levels, Pumping schematic, Electrical instrumentation requirements and improvements, including backup generator (if applicable) and power supply to allow the existing and new station to run in parallel during commissioning, Preliminary construction sequencing and construction constraints analysis for each lift station site, Design and construction schedule, with identified lead time for long lead equipment items and other critical needs, Preliminary Construction Cost Estimate, Equipment cut sheets for major equipment within the Report’s appendix, and Field survey information and geotechnical report within the Report’s appendix. Consultant shall provide seven copies of the draft and final Preliminary Design Report to the City. The Draft Preliminary Design Report contents will be discussed at a meeting with City staff. City comments will be incorporated into the Final Preliminary Design Report. TASK 6: Construction Documents and Specifications The Consultant will prepare construction plans and specifications for each lift station replacement project, in accordance with City direction. The Consultant shall submit PDF documents for review by the City at the 50 percent and 90 percent completion levels. The City will review the construction plans and provide comments to the Consultant. The Consultant will prepare and submit a construction cost estimate for the project at each completion level. In order to ensure each lift station commissioning process is successful (i.e. existing systems are maintained and cut over time minimized), the project’s specifications shall include a detailed C5 - 10 City of San Luis Obispo Specification No. 91214 - 7 - project commissioning specifications for the City’s review and acceptance. This portion of the project specifications shall include: A clear definition of commissioning procedures, including City and Contractor roles and responsibilities. Detailed schedules for independent commissioning of both lift stations. An organized system of commissioning documentation. Written testing and verification procedures. Clear definition of the criteria for acceptance. Procedures for correction and retesting in the case of failure. The City’s concerns include, but are not limited to, running the replacement lift stations in parallel with the existing stations, verifying SCADA communications, alarms, and operator control functions. TASK 7: Permit Applications Following the selection of the preferred alternative discussed in Task 2 above, Consultant shall prepare and submit the applications and supporting documents for permits as required for the construction of this project. The permits anticipated for this project include those required by the Air Pollution Control District. City staff will prepare necessary environmental review in compliance with the California Environmental Quality Act, likely a Categorical Exemption for each lift station replacement. The City will provide permit fees associated with filing of permit applications. TASK 8: Construction Phase Support and Preparation of Record Drawings Consultant shall provide engineering services pertaining to the bidding and construction phase of the project. This task includes responding to questions and/or clarifications during bidding; review of submittals; responding to requests for information from the City’s Contractor; attending pre-construction meetings; attending project progress meetings; assisting in observing operational test for the lift stations; and completing record drawings. Consultant shall obtain “record” information from the City’s Contractor at the conclusion of the project, review the information provided by the Contractor and as provided by the City’s inspection staff, and develop a set of record drawings. Consultant shall provide one set of reproducible record drawings and a set of electronic drawings and a signed set. A4. PROJECT SCHEDULE & COST Proposal shall include a detailed schedule for the completion of the tasks above that comprise the City’s desired scope of work or for an alternative work scope as described in Section B1.9. The project schedule shall correspond to the award schedule included in Section C. Also provide a corresponding cost breakdown with estimated hours to perform each task described in the scope of work and an hourly rate work sheet to be used for additional services. Costs shall be consistent with those provided in Section F. Costs should include any required travel and expenses. All cost information shall be provided in a separate sealed envelope accompanying the proposal. C5 - 11 City of San Luis Obispo Specification No. 91214 - 8 - Section B GENERAL TERMS & CONDITIONS B1. PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (Consultant) shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the Consultant acknowledges agreement with and acceptance of all provisions of these RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the City of San Luis Obispo Finance Department at 990 Palm Street, San Luis Obispo, CA 93401. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, specification number, name of proposer, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the proposer’s insurance coverage during proposal evaluation; as discussed under paragraph 13 below, endorsements are not required until contract award. The City’s Insurance Requirements are detailed in Section E of this RFP package. 4. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 5. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency proposing or contract disqualifications on the form provided in Section F of this RFP package. 6. Proposal Withdrawal and Opening. A Consultant may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the City Engineer for its withdrawal, in which event the proposal will be returned to the proposer unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Inviting Proposals/Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Consultants or their representatives are invited to be present at the opening of the proposals. 7. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a Consultant submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other Consultant’s submitting proposals. C5 - 12 City of San Luis Obispo Specification No. 91214 - 9 - 8. Communication. All timely requests for information submitted in writing (via e-mail to jmetz@slocity.org) will receive a written response from the City. Telephone communication with City staff is not encouraged. However, any such oral communication shall not be binding on the City. 9. Alternative Proposals. The proposer may submit an alternative proposal that it believes will also meet the City's project goals but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives submitted. B2. CONTRACT AWARD & EXECUTION 10. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See Section C of these specifications for Proposal Evaluation and Contract Award criteria. 11. Competency and Responsibility of Consultant. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of consultants. Consultants will provide, in a timely manner, all information that the City deems necessary to make such a decision. 12. Contract Requirement. The Consultant to whom award is made shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 13. Insurance Requirements. The Consultant shall provide proof of insurance in the form, coverages and amounts specified in Section E of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. 14. Business License and Tax. The Consultant must have a valid City of San Luis Obispo business license and tax certificate before contract execution. Additional information regarding this requirement may be obtained by calling (805)781-7134. 15. Failure to Accept Contract. The following will occur if the Consultant to whom the award is made fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a Consultant’s bond or security is required; and an award may be made to the next highest ranked consultant with whom a responsible compensation is negotiated, who shall fulfill every stipulation as if it were the party to whom the first award was made. C5 - 13 City of San Luis Obispo Specification No. 91214 - 10 - Section C PROPOSAL CONTENT & SELECTION PROCESS C1. Proposal Content Submittal Forms a. Proposal submittal summary. b. Certificate of Insurance. c. References from at least three Agencies for whom you have provided similar professional design services. d. Statement of Past Disqualifications. Qualifications e. Name and qualifications of the Project Manager to be assigned to the project. Include the Project Manager’s prior project experience that best illustrate his/her expertise to perform the requested services. f. Identify and provide the qualifications of Key Personnel (both prime and subconsultants) proposed to work on this project. Include expected project assignments, the extent of their project participation and the relevance of their prior experience to this project. g. Experience of your firm in performing similar lift station design services. h. Provide an organizational chart illustrating the relationship between the Project Manager and Key Personnel. Identify subconsultants and subcontractors in the organizational chart by firm name. 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 their goal of completing the lift station replacement work within the schedule. l. Tentative schedule by phase and task for completing the work. m. Estimated hours for your staff in performing each phase of the work, including any sub- consultants. n. Services or data to be provided by the City beyond what is expressed here. o. Any other information that would assist us in making this contract award decision. Compensation p. Proposed compensation and payment schedule tied to accomplishing key tasks. All cost information shall be provided in a separate sealed envelope accompanying the proposal. Proposal Length and Copies q. Proposals should be double sided and not exceed 100 total pages (50 double-sided pages), including attachments and supplemental materials. r. Seven copies of the proposal and one electronic copy on a compact disk must be submitted. C5 - 14 City of San Luis Obispo Specification No. 91214 - 11 - C2. Proposal Evaluation & Selection Proposals will be evaluated by a seven-member review committee composed of Utilities Department and Public Works staff 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 lift station design services. e. Background and related experience of the Project Manager and Key Personnel to be assigned to this project. f. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. g. References. h. Proposed compensation. As reflected above, contract award will be based on a combination of factors as determined to be in the best interest of the City and will not be based solely on price. After evaluating the proposals and discussing them further with the finalists or the tentatively selected Consultant, the City reserves the right to further negotiate the proposed work scope and/or method and amount of compensation. The following is the anticipated schedule for key dates associated with the project. The Consultant team should be aware of these dates, beginning with the finalist interviews, and have the ability to allocate adequate resources to meet the City’s schedule for completing the project. a. Issue Request for Proposals November 20, 2013 b. Mandatory Pre-Proposal Meeting Wednesday, December 4, 2013 c. Receive proposals Thursday, December 19, 2013 d. City staff to complete proposal evaluation Week of December 30, 2013 e. Conduct finalist interviews Week of January 6, 2014 f. Finalize staff recommendation Friday, January 13, 2014 g. Award and execute contract Week of January 20, 2014 h. Start work Week of February 3, 2014 i. Complete Design Services December, 2014 j. Margarita Lift Station Replacement Advertised for Construction January 2015 C5 - 15 City of San Luis Obispo Specification No. 91214 - 12 - 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 November 20, 2013 City requested proposals for the Margarita and Foothill Lift Station Replacement project per Specification No. 91214. WHEREAS, pursuant to said request, Consultant submitted a proposal that was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Term. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said services. 2. Start and Completion of Work. Work on this project shall begin within five calendar days after contract execution. Individual projects shall be completed in accordance with approved project schedules. 3. Work Delays. Should the Consultant be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Consultant. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 4. Termination. If, during the term of the contract, the City determines that the Consultant is not faithfully abiding by any term or condition contained herein, or the Consultant’s work is determined to be deficient, the City may notify the Consultant in writing of such defect or failure to perform. This notice will give the Consultant a ten calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Consultant has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Consultant to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Consultant's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. C5 - 16 City of San Luis Obispo Specification No. 91214 - 13 - 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 workscope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Consultant be entitled to receive in excess of the compensation quoted in its proposal. If, at any time during the term of the contract, the City determines that the proposed work is not feasible due to funding shortages or unforeseen circumstances, the City reserves the right to terminate the contract. Consultant will be paid compensation due and payable to the date of termination. 5. Ability to Perform. The Consultant warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all applicable federal, state, county, city, and special district laws, ordinances, and regulations. 6. Sub-contract Provisions. No portion of the work pertinent to this contract shall be subcontracted without written authorization by the City, except that which is expressly identified in the Consultant’s proposal. Any substitution of sub-consultants must be approved in writing by the City. For any sub- contract for services in excess of $25,000, the subcontract shall contain all provisions of this agreement. 7. Contract Assignment. The Consultant shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 8. Inspection. The Consultant shall furnish City with every reasonable opportunity for City to ascertain that the services of the Consultant are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Consultant of any of its obligations to fulfill its contract requirements. 9. Record Retention and Audit. For the purpose of determining compliance with various laws and regulations as well as performance of the contract, the Consultant and sub-consultants shall maintain all books, documents, papers, accounting records and other evidence pertaining to the performance of the contract, including but not limited to the cost of administering the contract. Materials shall be made available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records. For Federally funded projects, access to records shall also include authorized representatives of the State and Federal government. Copies shall be furnished if requested. 10. Conflict of Interest. The Consultant shall disclose any financial, business, or other relationship with the City that may have an impact upon the outcome of this contract, or any ensuing City construction C5 - 17 City of San Luis Obispo Specification No. 91214 - 14 - 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 covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Consultant further covenants that, in the performance of this work, no sub-consultant or person having such an interest shall be employed. The Consultant certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Consultant shall at all times be deemed an independent Consultant and not an agent or employee of the City. 11. Rebates, Kickbacks or Other Unlawful Consideration. The Consultant warrants that this contract was not obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any City employee. For breach or violation of the warranty, the City shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 12. Covenant Against Contingent Fees. The Consultant 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. 13. Compliance with Laws and Wage Rates. The Consultant shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code. For purposed of this paragraph, “construction” includes work performed during the design and preconstruction phases of construction, including but not limited to, inspection and land surveying work. 14. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Consultant is required to pay. 15. Permits, 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. 16. Safety Provisions. The Consultant shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 17. Public and Employee Safety. Whenever the Consultant's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, 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. C5 - 18 City of San Luis Obispo Specification No. 91214 - 15 - 18. Preservation of City Property. The Consultant shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Consultant's operations, it shall be replaced or restored at the Consultant's expense. The facilities shall be replaced or restored to a condition as good as when the Consultant began work. 19. Immigration Act of 1986. The Consultant warrants on behalf of itself and all sub-consultants engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 20. Consultant Non-Discrimination. In the award of subcontracts or in performance of this work, the Consultant agrees that it will not engage in, nor permit such sub-consultants as it may employ, to engage in discrimination in employment of persons on any basis prohibited by State or Federal law. 21. Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. In preparing its proposal, the Consultant and all sub-consultants named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of Consultant to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the Consultant. An ambiguity or defect shall be considered patent if it is of such a nature that the Consultant, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the Consultant or sub- consultants to notify City in writing of specification defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful Consultant to achieve the project’s objective or standard beyond the amounts provided therefor in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the specifications, or any other matter whatsoever, Consultant shall immediately notify the City in writing, and the Consultant and all sub-consultants shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of Consultant's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. 22. Indemnification for Professional Liability. To the fullest extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents (“Indemnified Parties”) from and against any and all losses, liabilities, damages, costs and expenses, including attorney’s fees and costs which arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant. 23. Standards. Documents shall conform to City Standards and City furnished templates shall be used. C5 - 19 City of San Luis Obispo Specification No. 91214 - 16 - 24. Consultant Endorsement. Technical reports, plans and specifications shall be stamped and signed by the Consultant where required. 25. Required Deliverable Products and Revisions. The Consultant will be required to provide documents addressing all elements of the workscope. Plans shall be prepared using City’s standardized title blocks and coversheets. Draft plans may be submitted for review using either the full D (24x36) format or a reduced 11x17 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. 7 copies of the draft preliminary reports, technical studies and 50% plans and estimate 1 copy of the final preliminary reports, technical studies plus markups 7 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 Draft reports and plan submittals shall be submitted as paper copies. 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 Electronic files shall be submitted on CD and all files must be compatible with the Microsoft operating system. Each CD must be clearly labeled and have a printed copy of the directory. Files may be emailed to the City in lieu of putting them on CD. 26. Ownership of Materials. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the city and no further agreement will be necessary to transfer ownership to the City. The Consultant shall furnish the City all necessary copies of data needed to complete the review and approval process. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine readable form, are intended for one-time use in the construction of the project for which this contract has been entered into. The Consultant is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by the City of the machine-readable information and data provided by the Consultant under this agreement. Further, the Consultant is not liable for claims, liabilities, or losses C5 - 20 City of San Luis Obispo Specification No. 91214 - 17 - arising out of, or connected with any use by City of the project documentation on other projects, except such use as may be authorized in writing by the Consultant. 27. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Consultant as part of the work or services under these specifications shall be the property of City and shall not be made available to any individual or organization by the Consultant without the prior written approval of the City. The Consultant shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this contract without prior review of the contents thereof by the City and receipt of the City’s written permission. 28. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Consultant is required to furnish in limited quantities as part of the work or services under these specifications, the Consultant shall provide such additional copies as are requested, and City shall compensate the Consultant for the costs of duplicating of such copies at the Consultant's direct expense. 29. Attendance at Meetings and Hearings. Consultant shall attend as many "working" meetings with staff as necessary to accomplish the workscope tasks. Consultant shall attend workshops with the public, and City commission, committee or Council meetings as identified in the individual project scoping. 30. Permit and Filing Fees. Unless noted here, the Consultant shall procure all permits, and licenses, pay all charges and fees and file all notices necessary as they pertain to the completion of the Consultant’s work. The City will pay all application fees for permits required for the completion of the project work. The City requires a 10 day notice to issue a check. 31. Consultant Invoices. The Consultant shall deliver a monthly invoice to the City, itemized by project title. Invoice must include a breakdown of hours billed and miscellaneous charges and any sub- consultant invoices, similarly broken down, as supporting detail. 32. Payment. For providing services as specified in this Agreement, City will pay and Consultant shall receive therefore compensation in a total sum not to exceed $ . 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. Progress payments shall be made on a monthly basis as invoiced by the Consultant for expenses incurred with cumulative monthly payments not to exceed: $ X (85%) Prior to submittal of 50% documents; and $ X (95%) Prior to submittal of final documents; and $ X (100%) Prior to completion of construction or as noted below The five percent (5%) retention until completion of construction shall be released upon completion of design if the City fails to authorize the advertising for construction within two months following the acceptance of a complete final submittal by the Consultant. For on-call services, the City will pay and the Consultant shall receive compensation as agreed to on a project by project basis. C5 - 21 City of San Luis Obispo Specification No. 91214 - 18 - The Consultant shall be reimbursed for hours worked at the hourly rates attached to this agreement. Hourly rates include direct salary costs, employee benefits, overhead and fee. In addition, the Consultant shall be reimbursed for direct costs other than salary and vehicle cost that have been identified and are attached to this agreement. The Consultant’s personnel shall be reimbursed for per diem expenses at a rate not to exceed that currently authorized for State employees under State Department of Personnel Administration rules. 33. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Consultant (Net 30). The Consultant shall pay all sub-consultants within 10 calendar days from receipt of each payment made to the Consultant by the City. 34. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of the City’s Project Manager and the City Director of Public Works, who may consider written or verbal information submitted by the Consultant. Not later than thirty days after completion of all deliverables necessary to complete the plans, specifications and estimate, the Consultant may request review by the City Council of unresolved claims or disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code. Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by agreement, shall be reviewed by the City’s Chief Fiscal Officer. Not later than 30 days after issuance of the final audit report, the Consultant may request a review by the City’s Chief Fiscal Officer of unresolved audit issues. The request for review must be submitted in writing. Neither the pendency of a dispute, nor its consideration by the City will excuse the consultant from full and timely performance in accordance with the terms of this contract. 35. Agreement Parties. City: Carrie Mattingly, Director 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. 36. Incorporation by Reference. City Request for Proposal Specification No. 91214 and Consultant's proposal dated , 2013, are hereby incorporated in and made a part of this Agreement. 37. Amendments. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Engineer. 38. 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. C5 - 22 City of San Luis Obispo Specification No. 91214 - 19 - 39. Complete Agreement. This written agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to do everything required by this Agreement, the said specification and incorporated documents. Failure by the Consultant to carry out the requirements of this Agreement is a material breach of this agreement which may result in the termination of this Agreement or such other remedy as the City deems appropriate. Authority to Execute Agreement. Both City and Consultant do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: Katie Lichtig, City Manager APPROVED AS TO FORM: CONSULTANT: Christine Dietrick, City Attorney By: C5 - 23 City of San Luis Obispo Specification No. 91214 - 20 - Section E INSURANCE REQUIREMENTS: Consultant Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees, or subcontractors. 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 Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $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 Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. C5 - 24 City of San Luis Obispo Specification No. 91214 - 21 - 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. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. C5 - 25 City of San Luis Obispo Specification No. 91214 - 22 - Section F PROPOSAL SUBMITTAL FORMS F1. ACKNOWLEDGEMENT The undersigned declares that she or he has carefully examined Specification No. 91214, which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: DESCRIPTION COST Margarita Lift Station Replacement Foothill Lift Station Replacement TASK 1: Project Meetings and Coordination $ TASK 2: Feasibility Analysis $ TASK 3: Easement Acquisition $ TASK 4: Survey/Right of Way, Geotechnical Investigation, and Potholing $ TASK 5: Preliminary Design Report $ TASK 6: Construction Documents and Specifications $ TASK 7: Permitting and Environmental Review $ TASK 8: Construction Phase Support and Preparation of Record Drawings $ SUBTOTAL $ TOTAL NOTE: Cost information shall be provided in a separate sealed envelope accompanying the proposal. Firm Name and Address Contact Phone Signature of Authorized Representative Date C5 - 26 City of San Luis Obispo Specification No. 91214 - 23 - F2. INSURANCE CERTIFICATE  Certificate of insurance attached __________________ Insurance Company’s A.M. Best Rating F3. REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages to provide references for any subconsultants. The City reserves the right to contact each of the references listed for additional information regarding your firm's and any subconsultant’s qualifications. Reference No. 1 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome C5 - 27 City of San Luis Obispo Specification No. 91214 - 24 - Reference No. 2 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 3 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome C5 - 28 City of San Luis Obispo Specification No. 91214 - 25 - F4. STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from proposal on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances.  Do you have any disqualification as described in the above paragraph to declare? Yes  No   If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative C5 - 29 City of San Luis Obispo Specification No. 91214 -26- PROPOSERS LIST Margarita and Foothill Lift Station Replacements Lift Station Replacement Specification No. 91214 Jeffrey Szytel Water Systems Consulting, Inc. P.O. Box 4255 San Luis Obispo, CA 93403 Kirk Gonzalez AECOM 1194 Pacific Street; Suite 204 San Luis Obispo , CA 93401 Steve Tanaka Wallace Group 612 Clarion Court, Suite B-5 San Luis Obispo, California 93401 Amando Garza Cannon 1050 Southwood Drive San Luis Obispo, CA 93401 Gino Fillipin Filippin Engineering P.O. Box 1555 Santa Ynez, CA 93460-1555 Jon Hanlon Michael K. Nunley & Associates, Inc. PO Box 1604 Arroyo Grande, CA 93421 C5 - 30