Loading...
HomeMy WebLinkAbout05/17/2011, C4 - UTILITIES DEPARTMENT COMPUTERIZED MAINTENANCE MANAGEMENT AND ASSET MANAGEMENT SYSTEM REQUEST FOR PR Co un V i L Mcema Gj -\"I -Zo1� j acEnaa nEpont �N CITY OF SAN L U I S OBISPO FROM: Carne Mattingly, Utilities Director Prepared By: Gary Henderson, Water Division Manager-C;�Wkk Jennifer Metz, Utilities Project Manager SUBJECT: UTILITIES DEPARTMENT COMPUTERIZED MAINTENANCE MANAGEMENT AND ASSET MANAGEMENT SYSTEM REQUEST FOR PROPOSALS RECOMMENDATION 1. Approve a Request for Proposals for a Computerized Maintenance Management and Asset Management System for the Utilities Department, authorize soliciting requests for proposals and authorize the contract award by the City Manager if the selected proposal is within the available budget of$265,000. 2. Authorize the use and transfer of $120,000 from previously identified Utilities Department water fund general carryover, $120,000 from the sewer fund completed capital improvement plan project account, and $25,000 in available general carryover from the general fund to the Utilities Computerized Maintenance Management and Asset Management System project specific account. DISCUSSION Water Distribution, Wastewater Collection and Storm Water sections are responsible for overall operation, maintenance and capital planning of the City's water distribution, wastewater collections, stormwater infrastructure and related services. This infrastructure includes storage tanks, pump stations, pressure control stations, valves, hydrants, lift stations, stormdrain inlets and outfalls, catch basins and hundreds of miles of pipelines which provide critical water, wastewater and stormwater services to the community. These components are referred to as assets in this report. An integral part of these operations is the management of assets through preventative maintenance and/or infrastructure replacement. An important tool to assist in the administration of the maintenance and replacement programs is the use of computerized maintenance management software. Computerized maintenance management systems provide an effective tool for operations and maintenance. When facing escalating regulatory requirements, budgetary constraints, aging infrastructure, and increasing demands on these systems, utilizing these systems has become an essential tool for City staff to manage these complex systems in a cost-effective manner. The City is also considering acquiring an asset management software module that utilizes data from the computerized maintenance management system to optimize the management of the City's water distribution, wastewater collection, and storm water infrastructure assets. The City's C4-1 Y J Computerized Maintenance Management and Asset Management System Page 2 goal is to minimize the total cost of owning and operating these assets while continuously delivering a high-level of service at acceptable levels of risk. An asset management system would enhance long-range planning, life-cycle cost analysis, and assist in identifying capital replacement projects necessary to ensure efficient and effective oversight of the water and wastewater systems. The Water Treatment Plant and Water Reclamation Facility utilize computerized maintenance management systems specifically designed for treatment plant operations. These systems do not meet the needs of the distribution and collection systems, which have different needsbut are very effective for the treatment plant facilities. Background For the Water Distribution, Wastewater Collection, and Storm Water sections, computerized maintenance management and asset management systems are critical tools to ensure proper operation and maintenance and also provide information that contributes to more effective decisions for replacement of infrastructure. For the past twenty years, Water Distribution and Wastewater Collection sections have utilized software developed by Hansen Corporation for maintenance management tasks. The Storm Water section began using this software in 2006. This management tool has produced significant benefits in the City's preventative maintenance activities which, for example, is demonstrated by a considerable reduction in sewer line blockages and corresponding sewage spills over the past twenty years. In 2005, the Utilities Department was informed by Hansen that the software version used by the City would no longer be supported and it would need to upgrade to the newest version. Since maintenance operations depend on this tool, migrating to the newer version became a necessity. Initially it was anticipated that the Hansen upgrade would happen as part of the 2005-07 Financial Plan and was included as a Capital Improvement Project at that time. In 2007, Hansen was sold to a larger corporation, Infor Global Solutions (Infor). With the sale of the company, Infor agreed to extend the support for the older version which decreased the urgency to move to the newer Hansen product at that time. In 2007, the Utilities Department utilized a graduate student intern to perform research on asset management software options. This project included an evaluation of the current practices and needs in regards to asset and maintenance management in each section of the department. The conclusion of the Asset Management and Database Evaluation project confirmed that multiple software options existed that could effectively be used by the department to provide for management of historical data, preventative maintenance planning activities, and improved GIS integration. At that time, staff determined there was a need to evaluate other software vendor options to ensure the best software was selected to meet the long term needs of the Utilities Department. In 2009, the City recognized the customized FoxPro software programs being used throughout the City organization were obsolete and embarked on a database conversion project. Because of the timing, it was determined by the Utilities Department that it would be prudent to delay the decision to proceed with a separate computerized maintenance management software evaluation C4-2 Computerized Maintenance Management and Asset Management System Page 3 process until the FoxPro "replacement software was selected and implemented. There was a potential that the selected computer system for other city wide applications could also provide the computerized maintenance management needs of the Utilities Department. EnerGov was chosen as the FoxPro replacement in 2010 and implementation of that project is currently underway. The option of implementing EnerGov as the computerized maintenance management solution for the Utilities Department was explored extensively during early 2011. Finance and Information Technology staff arranged for demonstrations and provided a forum for Utilities stakeholders to evaluate EnerGov capabilities for the Utilities Department asset and maintenance management needs. The conclusion of the stakeholders was that EnerGov did not have an "off the shelf' computerized maintenance management module available and would instead need to rely on City staffs expertise and support to develop the software module. In essence, the Utilities Department would be involved in developing and beta testing EnerGov's product while having to pay for its services. The stakeholders deemed this not acceptable and that other alternatives needed to be explored. Based on this conclusion, the attached request for proposals has been prepared. Request for Proposal Summary The Utilities Department needs to upgrade or replace the current computerized maintenance management system for Water Distribution, Wastewater Collection and Storm Water sections. The current version of the Hansen product is no longer supported by the vendor and will not integrate with the City's new EnerGov system. Hansen has a new product available, but Utilities staff would like to consider the available products and options before making a final recommendation. • The Request for Proposals (Attachment) identifies the Utilities Department's needs and expectations for an appropriate computerized maintenance management system to serve the three sections and an asset management module. It has been acknowledged by the stakeholders that one software application may not meet the operational needs of the Water Distribution, Wastewater Collection and Storm Water sections. During the proposal review process, Utilities Department staff will need to evaluate the pros and cons of each software proposal, how the proposal will individually and jointly best suit the needs of the sections, and ultimately make a decision on the best fit for each section. This could result in two different software programs being recommended for implementation. The anticipated project schedule is as follows: o Issue RFP 05/18/11 o Receive proposals 06/16/11 o Complete proposal evaluation 06/24/11 o Finalist Interviews week of 06/27/11 o Finalize staff recommendation 07/01/11 o Award and execute contract 07/13/11 C4-3 Computerized Maintenance Management and Asset Management System Page 4 CONCURRENCES The Finance and Information Technology Department and Public Works Department staff concur with this request to issue a request for proposals for an updated or new Computerized Maintenance Management and Asset Management System. FISCAL IMPACT Funding for this project is currently available within existing budget resources. Funding for the Utilities computerized maintenance management system was identified in the Utilities Department 2009-10 Year End Financial Report dated August 10, 2010 for the water and wastewater components of the system. At this time Utilities staff is requesting the use and transfer of $120,000 in general carryover from the water fund, which has a current available balance of $200,000. For the wastewater component, staff is requesting approval to transfer $120,000 from the sewer fund completed capital improvement plan (CIP) projects account, which has a current available balance of$300,000. For the stormwater component, staff is requesting the use and transfer of $25,000 in general carryover from the general fund, which has a current available balance of $599,600 (for the general fund citywide). It is important to note, that the Public Works Department 2009-10 Year End Financial Report reflected a year-end budget savings of approximately $64,000 in the Flood and Creek(siormwater)operating program. Project Funding ; Current Proposed Revised Computerized Maintenance Management System Budget Change Budget Water Fund General Carryover _ 200,000 _(120,000)_ 80,000 Sewer Fund Completed CIP Account 300,000 (120,000) 180,000 General Fund General Carryover _ 559,600 (25,000) 534,600 Computerized Maintenance Management System CIP 0 265,000 265,000 Total $ 1,059,600F$ - 1 $ 1,059,600 A Budget Amendment Request will be processed to transfer a total of $265,000 to the Computerized Maintenance Management and Asset Management System CIP project specific account. ATTACHMENT Request for Proposals for a Computerized Maintenance Management and Asset Management System, Specification No. 91079 C4-4 Attachment City of San Luis Obispo Specification No. 91079 City of San tins osispo 990 Palm Street■San Luis Obispo, CA. 93401 Notice Requesting Proposals for COMPUTERIZED MAINTENANCE MANAGEMENT AND ASSET MANAGEMENT SYSTEM Specification No. 91079 The City of San Luis Obispo ("City") invites interested software vendors to submit a proposal to provide a Computerized Maintenance Management and Asset Management System, for the City's Utilities Department. The City of San Luis Obispo is requesting sealed proposals pursuant to Specification No. 91079. All proposals must be received by the Finance Department at 990 Palm Street, San Luis Obispo, CA 93401 by June 16, 2011 at 3:00 PM, when they will be opened publicly in the City Hall Council Chambers. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Finance & IT Department in a sealed envelope plainly marked with the proposal title, specification number, bidder name, time and date of the proposal opening. Proposals shall be submitted using the forms provided in the specification package. Specification packages and additional information may be obtained on the City's website at hqp://www.slocity.orWfinance/bids.asp or by email to spec91079(a),slocity.org. Questions may be submitted at the above email address until June 9, 2011. All questions will be answered and distributed to all interested parties. ® The City of San Luis Obispo is committed to including disabled persons in all of our services,programs and activities. Telecommunications Device for the Deaf(805)781-7410. C4-5 Attachment City of San Luis Obispo Specification No. 91079 Specification No. 91079 TABLE OF CONTENTS A. Description of Work......................................................................1 Overview..........................................................................................1 Background......................................................................................1 Scopeof Work.................................................................................4 Project Schedule and Cost ...............................................................5 B. General Terms and Conditions.....................................................6 Proposal Requirements ....................................................................6 Contract Award and Execution........................................................7 Contract Performance......................................................................8 C. Special Terms and Conditions......................................................9 ProposalContent..............................................................................9 Proposal Evaluation and Selection...................................................9 Proposal Review and Award Schedule..........................................10 Required Deliverable Products......................................................10 D. Form of Agreement......................................................................14 E. Insurance Requirements .............................................................16 F. Proposal Summary Form............................................................18 References......................................................................................20 Statement of Past Contract Disqualifications ................................21 i C4-6 Attachment City of San Luis Obispo Specification No. 91079 Section A DESCRIPTION OF WORK OVERVIEW The City of San Luis Obispo (City) invites interested software vendors to submit a proposal to provide a Computerized Maintenance Management System and Asset Management System for the City's Utilities Department. This implementation will be focused on the Water Distribution, Wastewater Collection and Storm Water sections responsible for overall operation, maintenance and capital planning of the City's water distribution, wastewater collections, stormwater infrastructure and related services.. BACKGROUND Water Distribution and Customer Service The City has over 180 miles of water transmission and distribution piping ranging from two- to 30-inches in diameter. The City also delivers recycled water from the Water Reclamation Facility (WRF) to users and hydrants via approximately nine miles of pipelines. The day to day operation of the City's water distribution system is managed by skilled staff that uses their experience and judgment to adjust pumps and valves to insure customer demands are met. Maintenance operations and activities include: • Pump station and tank maintenance. Potable water system maintenance. • Recycled water system inaintenance. • Water service installation and service renewal. • Fire hydrant installation. • Backflow and cross connection control. • USA mark-outs. • Bacteriological sampling. • Low Threat Discharge Permit Compliance. With over 14,000 water customers, Customer Service staff is responsible for over 170,000 meter readings annually. Staff is also responsible for account activations, billing disputes, and investigating high meter reads. Wastewater Collection The City's wastewater collection system includes 133 miles of gravity sewer line ranging from six-inch to 48-inch pipe. The system includes three miles of force main ranging from four-inch to ten-inch pipe and nine lift stations. Approximately 2,900 manholes provide access to the collection system. The sewer lines are made of a variety of materials, including terra cotta salt glazed pipe, vitrified clay pipe (VCP), polyvinyl chloride (PVC), and asbestos concrete. Portions of the sewer system are over 100 years old. Maintenance operations and activities include: • Preventive and group sewer main maintenance. 1 C4-7 Attachment. City of San Luis Obispo Specification No. 91079 • CCTV inspections. • Manhole inspections. • Lift station operation and maintenance. • Inflow and infiltration reduction. • Customer complaints/ Service requests. • Sewer main point repairs. • Sewer lateral connections. • Work order costs including labor, equipment and materials. Storm Water Infrastructure The City's storm drain system includes 64 miles of storm drain pipe. The system also includes 504 storm manholes, 213 inlets, outfalls, and junction structures and 2,692 catch basins. The storm drain system and components has been on a CMMS work order system since 2006. Scheduled maintenance operations and activities include: • Storm drain pipe maintenance and cleaning. • Storm drain pipe inspections including CCTV. • Catch basin cleaning and inspections. • Storm manhole cleaning and inspections. Computerized Maintenance Management System The City's Utilities Department uses a computerized maintenance management system, or CMMS (Infor Global Solutions, Hansen Information Technologies, version 7.7), to support of operations and maintenance programs for its Water Distribution, Wastewater Collection and Storm Water sections. The City has utilized this software since 1988 upgrading to version 7.7 in 1997. The City's asset database and maintenance history has been developed over more than 20 years. More than 20 employees currently access the database from different sections. The City's CMMS stores information in a retrievable format, eliminates paperwork and manual tracking activities, and saves time allowing staff to maintain productivity. The City's CMMS assists staff in detection of impending problems before a failure occurs, maintaining critical services and minimizing customer complaints. Existing functions/features essential in a new CMMS include: • Storing the City's asset inventory. • Generating work orders for scheduled maintenance activities and customer service calls, including new service installations. • Tracking scheduled and unscheduled maintenance activities. • Providing flow continuity for sewerline assets. • Generating reports of ongoing work activity (currently using Crystal Reports software). • Enabling performance tracking.by crew, inventory control and project costing. • Offering mobile features to allow data and imagery to be remotely entered into the CMMS via a live remote connection and have full remote access to the database and GIS system. 2 C4-8 Attachment City of San Luis Obispo Specification No. 91079 • Importing, storing, and linking digital video reports and image capture from video inspections to assets. • Use of a sewer inspection module including CCTV sewer main inspection, manhole inspection, sewer main field inspection (smoke testing), sewer service lateral inspection, and Pipeline Assessment and Certification Program (PACP) inspection criteria. • Fire hydrant flow testing. With a strong focus on providing exceptional service to the community, the City is interested in a CMMS that offers features to maintain and improve the Water Distribution, Wastewater Collection, and Storm Water sections' efficiency, and that enables the most cost effective use of available funding and staff resources. The City is looking for the proper match in terms of a CMMS system with a user-friendly interface that has been industry-tested, from a vendor offering a high level of service that is cost effective. The City prefers "browser-based" applications. Asset Management System The City is considering acquiring an Asset Management module that utilizes data from the City's CMMS to optimize the management of the City's water distribution, wastewater collection, and storm water infrastructure assets. The City's goal is to minimize the total cost of owning and operating these assets while continuously delivering a high-level of service at acceptable levels of risk. Examples include: • Using condition assessment information gathered from CCTV inspections, as well as information on maintenance frequency, blockage history, inflow and infiltration, capacity, and infrastructure age, the City's Wastewater Division is interested in annual cost of maintenance information and prioritizing work efforts to return the greatest condition increase with the least amount of expenditure. • The City's Water Division is interested in conducting life cycle analysis of water distribution assets to facilitate CII' planning and maintenance, identify and prioritize available resources to plan for asset replacement and repair, and conduct cost comparisons between asset repair and replacement. Proposer shall provide a cost for the City's consideration of an Asset Management module designed for use by Water Distribution,Wastewater Collection and Storm Water sections. City Hardware and Software Standards The City prefers solutions that comply with the following City standards: Server hardware—HP Servers. Server operating system—Windows 2008 R2. Databases—Microsoft SQL. Virtual Infrastructure—VMware vSphere 4.0 update 1. Minimum workstation—Dell Optiplex 760 (Windows XP Pro SP3,4 GB of RAM, Intel Q9550 CPU). Networking— l OGb Ethernet Core with 1 Gb connections to the desktops. 3 C4-9 i Attachment City of San Luis Obispo Specification No. 91079 Vehicle mounted laptops—Panasonic Toughbook CF-19 or CF-31. Mobile connection—Verizon Wireless EVDO Rev A. Virtual Private Network(VPN)—Juniper SSL VPN appliance. Printers—HP LaserJet. Exceptions to the City's standards may be accepted and could be considered if there are compelling reasons. Proposer shall make note of any exceptions in their proposal and provide a brief explanation of why that exception is necessary. Data Sources A Microsoft SQL database, managed by EnerGov, is the City's authoritative data source for all addressing and contact information. The CMMS is expected to be able use and stay concurrent with the addresses and contacts in the EnerGov system. The City's geographic information system (GIS) is the authoritative data source for the following: • Buildings, parcels, units, and related land management entities. • Assets such as streets and sidewalks. • Map services for display and analysis. The CMMS must use and stay concurrent with the information stored in the City's GIS system. The System will exploit and incorporate functionality from the City's enterprise GIS system. The City maintains utility assets in formal, geometric networks. Problem analysis, including upstream and downstream analysis for service discontinuities will be performed using GIS methods. The results will be accessible and suitable for mapping, reporting, and additional business and spatial analysis. Data management will be consistent with GIS best practices, and exploit the capabilities of the modem enterprise geodatabase. SCOPE OF WORK The tasks associated with the City's selection of and migration to a new CMMS, and consideration of an Asset Management System module, are described below. Project Implementation Proposer shall work with City staff from Water, Wastewater, Storm Water, Geographic Information Systems, and IT to fully understand each section's current situation and build a plan for the execution of the migration to the new CMMS. The proposal shall include a description of the implementation plan for the project. Migration/Conversion The City currently maintains utility assets in both Infor, Hansen version 7.7, and ESRI ArcGIS geodatabase, with more than twenty years of history for some assets. Proposals must include a description of the proposed method for migrating asset data and history from Infor, Hansen version 7.7, into the new CMMS, and integrating utility assets from GIS. Migrations options 4 C4-10 - Attachment City of San Luis Obispo Specification No. 91079 shall be clearly articulated. Proposer should provide references/details about previous similar migrations involving Infor, Hansen version 7.7. Integration Proposal shall include a cost for necessary services to integrate the new CMMS with the following enterprise systems: • ESRI ArcGIS v10 for server, desktop, and mobile GIS (mandatory), • EnerGov 9 for land management and enterprise work orders (desired in the future), and • Springbrook v7 for utility billing(desired in the future). Training Amongst the City's highest priorities is to offer adequate training to staff on proper use of the CMMS. City staff from each section, Water Distribution, Wastewater Collection, Stormwater and Finance & IT (which includes GIS staff), must receive dedicated training on how to input information, how the system functions, and on necessary system maintenance. Proposal shall include a cost for on-site training of approximately 20 staff on the new CMMS at the City's facilities. Proposal shall also include, for the City's consideration, training costs associated with the Asset Management System module. Maintenance and Support Proposal shall include documentation on manufacturer's warranty for all products specified associated with the new CMMS, as well as cost estimates for all levels of support. The City will determine the maintenance and support option for the new CMMS based on provided documentation. Proposal shall also include, for the City's consideration, similar maintenance and support costs associated with the Asset Management System module. PROJECT SCHEDULE & COST Please provide a detailed schedule for the completion of the scope of work described above with key project milestones and deliverables. Schedule start up shall correspond to the award schedule included in Section C. Also provide a corresponding cost breakdown between Water, Wastewater and Storm Water. Costs shall be consistent with provided in Section E. Costs provided should include any required travel and expenses. 5 C4-11 Attachment City of San Luis Obispo Specification No. 91079 Section B GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, bidder acknowledges agreement with and acceptance of all provisions of the 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 Department of Finance & Information Technology, City of San Luis Obispo, 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 bidder, 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 12 below, endorsements are not required until contract award. The City's insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extension. The extension of.unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum proposal shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder's intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance & Information Technology for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Requesting Proposals" 6 C4-12 Attachment City of San Luis Obispo Specification No. 91079 will be considered. All proposals will be opened and declared publicly. Bidders or their representatives are invited to be present at the opening of the proposals. 6. 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 bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. 7. Cooperative Purchasing. During the term of the contract, the successful bidder will extend all terms and conditions to any other local governmental agencies upon their request. These agencies will issue their own purchase orders, will directly receive goods or services at their place of business and will be directly billed by the successful Proposer. 8. 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. CONTRACT AWARD AND EXECUTION 9. Proposal Retention and Award. The City reserves the right to retain 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 the "special terms and conditions" in Section C of these specifications for proposal evaluation and contract award criteria. 10. Competency and Responsibility of Proposer. The City reserves full discretion to determine Proposer's competence and responsibility, professionally and/or financially. Bidders will provide, in a timely manner; all information that the City deems necessary to make such a decision. 11. Contract Requirement. The bidder to whom award is made (Contractor) 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. 12. Insurance Requirements. The Contractor 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. 13. Business Tax. The Contractor must have a valid City of San Luis Obispo business license and tax certificate before execution of the contract. Additional information 7 C4-13 Attachment City of San Luis Obispo Specification No. 9/079 regarding the City's business license and tax program may be obtained by calling (805) 781-7134. 8 C4-14 Attachment City of San Luis Obispo " Specification No. 91079 CONTRACT PERFORMANCE 14. Ability to Perform. The Contractor 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 federal, state, county, city, and special district laws, ordinances, and regulations. 15. Laws to be Observed. The Contractor 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. 16. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 17. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 18. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 19. Public and Employee Safety. Whenever the Contractor'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. 20. Preservation of City Property. The Contractor 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 Contractor's operations, it shall be replaced or restored at the Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 21. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors 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. 22. Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 23. Work Delays. Should the Contractor 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 9 C4-15 Attachment City of San Luis Obispo Specification No. 91079 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 Contractor. 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. 24. 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 Contractor(Net 30). 25. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor 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 Contractor of any of its obligations to fulfill its contract requirements. 26. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 27. Interests of Contractor. The Contractor 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 Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor 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 Contractor shall at all times be deemed an independent Contractor and not an agent or employee of the City. 28. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. to C4-16 Attachment City of San Luis Obispo Specification No. 91079 29. Contract Assignment. The Contractor 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. 30. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor 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 Contractor 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 Contractor'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 Contractor shall be entitled to the reasonable value of its services performed from the beginning daze 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 Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor 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 Contractor be entitled to receive in excess of the compensation quoted in its proposal. 11 C4-17 Attachment City of San Luis Obispo Specification No. 91079 Section C SPECIAL TERMS AND CONDITIONS 1. Delivery. Prices quoted by the Proposer for all software and services to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo by the successful bidder. 2. Submittal of References. Each Proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 3. Statement of Contract Disqualifications. Each Proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. 4. Proposal Content. Proposals must include the following information: Submittal Forms a. Proposal summary form. b. Certificate of insurance. C. References from at least three firms for whom you have provided similar services. d. Statement of past contract disqualifications. Qualifications e. Experience of your firm in performing similar services to water and sewer utilities (including migration of existing data, integration with other software, and ). Compensation f. Detailed pricing for software, existing data migration, license by stationary user, license by mobile user and on-going maintenance and support. Proposal Length and Copies g. Proposals shall be double sided and not exceed 50 pages, including attachments and supplemental materials. h. Seven copies of the proposal and one electronic copy must be submitted. Response Requirements i. Cover letter j. Project management experience k. Interface development—proposed process 1. System security description in. Migration — process, any experience with previous conversions from Infor Version 7.7 n. System acceptance testing 12 C4-18 Attachment City of San Luis Obispo Specification No. 91079 o. Go-live support description P. Post go-live support description q. Reporting capability/flexibility r. Interfaces with Microsoft Office applications (i.e. ability to download into Excel) S. Does the vendor have other recommendations or applications the City should consider? If so, include the information and cost 5. Proposal Evaluation and Selection. Proposals will be evaluated by a staff review committee based on the following criteria: a. Understanding of the work required by the City. b. Technical merit and capability. C. Maintenance packages and alternatives. d. Software upgrades mechanisms and cost. e. Known or intended changes to hardware and/or software over the next year. f. Quality, clarity and responsiveness of the proposal. g. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. h. Recent experience in successfully performing similar services. i. References. j. Proposed compensation. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected Proposer, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. The City may find that one software application may not meet the operational needs of both the Water Distribution and Wastewater Collection sections. This may result in the selection of two software applications. 6. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a. Issue RFP 05/18/11 b. Receive proposals 06/16/11 c. Complete proposal evaluation 06/24/11 d. Finalist Interviews week of 06/27/11 e. Finalize staff recommendation 07/01/11 f. Award and execute contract 07/13/11 7. Ownership of Materials. All materials prepared by or in possession of the Proposer as part of the work or services under these specifications shall become the permanent property of the City, and shall be delivered to the City upon demand. 13 C4-19 Attachment City of San Luis Obispo Specification No. 91079 8. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor 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 Contractor without the prior written approval of the City. 9. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 10. Required Deliverable Products.The Proposer will be required to provide the following: a. Computerized Maintenance Management System software. b. Asset Management System software. c. System documentation (user guides, administration guides, etc.) submitted in Adobe Acrobat PDF format. 11. Attendance at Meetings and Hearings. As part of the scope of work described in Section A and included in the contract price is attendance by the Proposer at meetings with City staff. The Proposer shall attend as many "working" meetings with staff as necessary in performing scope of work tasks. 12. 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. Bidders 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 proposal, the bidder and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and 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 plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, 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 Proposer or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. 14 C4-20 1 l Attachment City of San Luis Obispo Specification No. 91079 To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful Proposer to achieve the project's objective or standard beyond the amounts provided therefore 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 plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors 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 contractor'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. 15 C4-21 Attachment City of San Luis Obispo Specification No. 91079 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 [CONTRACTOR'S NAME], hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on City requested proposals for a asset and maintenance management system per Specification No. 91079 . WHEREAS, pursuant to said request, Contractor 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 services. 2. INCORPORATION BY REFERENCE. City Specification No. 91079 and Contractor's proposal dated are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing Asset Management and Maintenance Software and related services, as specified in this Agreement, City will pay and Contractor shall receive therefore compensation in a total sum not to exceed [$ .001. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specification. 16 C4-22 I Attachment City of San Luis Obispo Specification No. 91079 5. 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 Council of the City. 6. 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. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Utilities Director City of San Luis Obispo 879 Morro Street San Luis Obispo, CA 93401 Contractor Name Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor 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. ATTEST: CITY OF SAN LUIS OBISPO By: City Clerk City Manager, Katie Lichtig APPROVED AS TO FORM: CONTRACTOR 17 C4-23 Attachment City of San Luis Obispo Specification No. 91079 y: I City Attorney,Christine Dietrick 18 C4-24 Attachment City of San Luis Obispo Specification No. 91079 Section E INSURANCE REQUIREMENTS: Contractor 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. Z. 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 19 C4-25 Attachment •s City of San Luis Obispo Specification No. 91079 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. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANU. 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. 20 C4-26 Attachment City of San Luis Obispo Specification No. 91079 PROPOSAL SUMMARY FORM ACKNOWLEDGEMENT The undersigned declares that she or he: • Has carefully examined Specification No. 91079, which is hereby made a part of this proposal. • Is thoroughly familiar with its contents. • Is authorized to represent the proposing firm. • Agrees to perform the work as set forth in this proposal for the following cost quoted in full: Unit Water Wastewater Storm Description Quantity Price Total Distribution Collection Water Application software -Computerized Maintenance Management System Module -Asset Management System Module Concurrent-User License Cost Enterprise Site License Cost (including mobile) Mobile License Cost Discounts: special pricing,etc. Sales tax @ 8.75% Shipping and Handling TOTAL BASE PRICE $ $ $ $ $ $ Warrant (list options) DescriptionWater Wastewater Storm Project Implementation Migration Integration Training (Hourly rate for additional on-site training: $ ) Maintenance and Support Year 1 Year 2 Year 3 Year 4 TOTAL $ $ $ Firm Name and Address Contact Phone 21 C4-27 Attachment City of San Luis Obispo Specification No. 91079 Signature of Authorized Representative Date INSURANCE CERTIFICATE ❑ Certificate of insurance attached; insurance company's A.M. Best rating: ❑ Technical proposal documentation attached. 22 C4-28 i Attachment J City of San Luis Obispo Specification No. 91079 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name or by the principal assigned to this engagement: years. Describe fully the last three contracts performed by your firm or the principal assigned to this engagement, which demonstrates 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. l Customer Name Contact Individual Telephone&FAX number Street Address J City,State,Zip Code Description of services provided including contract amount,software version,data conversion and integration,when provided and project outcome Reference No.2 Customer Name Contact Individual Telephone&FAX number Street Address City,State,Zip Code Description of services provided including contract amount,software version,data conversion and integration,when provided and J project outcome 23 C4-29 Attachment City of San Luis Obispo Specification No. 91079 Reference No.3 Customer Name Contact Individual Telephone&FAX number r Street Address City,State,Zip Code Description of services provided including contract amount,software version,data conversion and integration,when provided and project outcome 24 C4-30 Attachment City of San Luis Obispo Specification No. 91079 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The Contractor 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 proposing 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 ❑ E 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. u Signature of Authorized Contractor 25 C4-31 Attachment City of San Luis Obispo Specification No. 91079 PROPOSERS LIST Computerized Maintenance Management and Asset Management System Specification No. 91079 26 C4-32