Loading...
HomeMy WebLinkAbout08/16/2011, C 2 - DESIGN SERVICES FOR CALLE JOAQUIN AND LAGUNA LIFT STATION REPLACEMENTS - REQUEST FOR PROPOSALS C Ancouncil '" lCo aoi i aacEnas uepoin CITY OF SAN LU I S OB ISP O FROM: Came Mattingly, Utilities Director Prepared By: Jennifer Metz, Utilities Project Manager SUBJECT: DESIGN SERVICES FOR CALLE JOAQUIN AND LAGUNA LIFT STATION REPLACEMENTS—REQUEST FOR PROPOSALS RECOMMENDATIONS 1. Approve the request for proposals for Design Services for the Replacement of the Calle Joaquin and Laguna Lift Stations, Specification Number 91133, and authorize its issuance, and 2. Authorize the City Manager to award the contract if the selected proposal is within the total project budget of$700,000. DISCUSSION Background 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, and approximately 2,900 manholes. The City's collection system also includes inverted siphons in 21 locations that form a "U" shaped flow path in the gravity sewer line to traverse under sensitive areas like a creek corridor or conflicting infrastructure. These siphons are critical wastewater infrastructure due to their location. The collection system includes nine lift stations. Six of these lift stations (Calle Joaquin, Margarita, Silver City, Foothill, Madonna, and Airport) 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. The lift stations were put into service in the 1960s and early 1970s. Per the manufacturer, the typical life of this type of steel dry well is approximately 20 years. Calle Joaquin Siphon, Gravity Sewer Line, Lift Station, and Force Main The existing Calle Joaquin Lift Station, located south of Los Osos Valley Road near 1625 Calle Joaquin, was put into service in 1967. The dry weather flow to the station is approximately 100,000 gallons per day and 280,000 during wet weather. The lift station receives wastewater from two gravity sewer lines serving the south end of the City including one on Los Osos Valley Road, which serves the Irish Hills Plaza and auto center area, and one that conveys wastewater from the Los Verdes neighborhoods through a siphon traversing under San Luis Obispo Creek and continuing under the north-bound freeway off ramp and US 101. - While the lift station remains operational at this time, at 44 years old it is operating significantly beyond its life expectancy of 20 years and is showing signs of deterioration. Replacement of the lift station has been prioritized with the other necessary system components (siphon and gravity C2-1 Council Agenda Report—Design Services for Calle Joaquin and Laguna Lift Station Replacements RFP,Spec. No.91133 Page 2 line) to insure that all components function effectively as a system. The siphon, a ductile iron pipe, is partially exposed resulting from a shift in the alignment of San Luis Obispo Creek and corrosion of the concrete encasement. There is a high-level of risk associated with the failure of the siphon as it would result in the discharge of wastewater directly to San Luis Obispo Creek. From the siphon, a twelve-inch gravity sewer line extends approximately 450 feet where it connects to the Calle Joaquin wet well below optimal wet well operational range. Due to design and operational constraints, the station's wet well must fill to approximately four feet causing the gravity sewer line and siphon to back up during each pump cycle. Due to the system backing up, the siphon is on a six-month preventive maintenance schedule to prevent grease and debris build- up and subsequent clogging. Wastewater is pumped 4,270 feet from the lift station via an eight-inch force main north of the end of Calle Joaquin where the flow is taken by gravity under US 101 to the Laguna Lift Station. A portion of the existing force main was replaced in 2006 from approximately 100 feet north of the lift station to the intersection of Los Osos Valley Road. The remaining 2,300 feet of eight- inch asbestos concrete force main has structural deficiencies and is in need of repair. The proposed project includes the following components: 1. Replacement of an existing 12-inch siphon under San Luis Obispo Creek with a new siphon. 2. Replacement of approximately 450 feet of existing 12-inch gravity sewer line including the section of gravity sewer line under US 101. 3. Replacement of the existing lift station with a pre-fabricated, pre-engineered concrete wet well, two submersible pumps, site lighting, and auxiliary power. 4. Development of a new control strategy and connection of the replacement Lift Station to the City's existing supervisory control and data acquisition (SCADA) system. 5. Replacement of approximately 2,300 feet of eight-inch asbestos concrete force main in the Calle Joaquin right-of-way. Laguna Lift Station The Laguna Lift Station (Laguna) is located within the City's Water Reclamation Facility at 35 Prado Road and serves the western portion of the City, including receiving flow from the Calle Joaquin, Silver City, and Prefu no lift stations, gravity flow from the Laguna Lake area, and tank drains from the Water Reclamation Facility. Laguna pumps approximately 750,000 gallons of wastewater daily during dry weather and over two million gallons per day during wet weather. Laguna has three, ten-inch, 40-horsepower vertical turbine solids-handling pumps that run on variable frequency drives. The station's wet well was designed (and the pumps were selected) to operate within particular flow-matching parameters. With the depth of the wet well, the full operational range of the lift station is 4.5 feet (to mid-pipe). Since 2003 when Laguna was put into service, the City has never been able to operate the lift station consistent with the operational specifications due to varied and repeated failures that have occurred. Failures at the existing lift C2-2 Council Agenda Report—Design Services for Calle Joaquin and Laguna Lift Station Replacements RFP,Spec.No. 91133 Page 3 station have included: 1. Flow characteristics within the wet well leading to pump clogging, 2. .Pumps out of balance leading to seal water and bearing failures, 3. Pump motor stalling due to accumulation of debris and/or other unknown conditions, 4. Debris accumulation behind impeller leading to shaft binding, 5. Variable frequency drives (VFD) failure due to over-current failure, and 6. Catastrophic pump failure(broken 21-foot shaft, etc.). Laguna has required extensive repairs, costly maintenance, and utilized excessive staff time to keep it operational and functional. The high level of risk associated with Laguna's continuous failure, and the ongoing operations and maintenance costs, make continuing its operation infeasible. The replacement of the lift station will be sited approximately 20 feet north of the existing station and include: I. Replacement of the lift station's existing trench-style wet well and pumps with a 12-foot diameter pre-fabricated, pre-engineered, coated wet well and three submersible pumps. 2. Use of the existing motor control center(MCC)building. 3. Development of a new control strategy and connection of the replacement lift station to the City's existing SCADA system. 4. New discharge manifold that connects to the existing 15" force main. Services to be part of this contract include engineering design services, surveying, geotechnical investigation, easement acquisition, floodplain analysis, and environmental permitting. 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 as one construction project. An aggressive timeline is proposed for these design services in order to have the project under construction during the summer of 2012 to address the noted deficiencies in the existing lift stations and siphon. Proposals for design services are due no later than September 13, 2011. 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. It is anticipated contract award will be made in late September 2011. C2-3 Council Agenda Report—Design Services for Calle Joaquin and Laguna Lift Station Replacements RFP, Spec. No.91133 Page 4 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 combined total of $700,000 is budgeted for design services for the project from the Sewer Fund. These funds were approved as part of the 2011-13 Financial Plan and available in the Preliminary 2011-13 Financial Plan, Appendix B, Capital Improvement Plan, pages 3-87 through 3-89 (Calle Joaquin Lift Station) and pages 3-77 through 3-79 (Laguna Lift Station). A budget amendment request will be processed at time of contract award based on actual costs. An engineering estimate of construction costs will be prepared as part of the project's work scope. CONCURRENCES The Public Works Department staff concurs with this request to issue a request for proposals for Design Services for Calle Joaquin and Laguna Lift Station Replacements. ALTERNATIVE 1. Deny the issuance of the Request for Proposals for Design Services for the Calle Joaquin and Laguna Lift Station Replacements. Council should only select this alternative if it feels addressing the current issues with the identified lift stations should be deferred. The replacement of the Calle Joaquin and Laguna lift stations is necessary due to the existing lift stations' lack of reliability and ongoing cost of repairs, maintenance, and use of excessive staff time,including overtime. This alternative is not recommended. ATTACHMENTS 1. Request for Proposals for Design Services for the Calle Joaquin and Laguna Lift Station Replacements C2-4 J Attachment City Of san Luis ompo 990 Palm Street ■ San Luis Obispo,CA 93401 Notice Requesting Proposals for the City of San Luis Obispo Utilities Department DESIGN SER VICES FOR CALLS JOA Q UIN AND LAGUNA LIFT STA TION REPLA CEMENTS Specification No.91133 The City of San Luis Obispo's Utilities Department is requesting sealed proposals for professional engineering services for the CALLE JOAQUIN AND LAGUNA LIFT STATION REPLACEMENT PROJECT pursuant to Specification No. 91133. All proposals must be received by the Finance Department at 990 Palm Street, San Luis Obispo, CA 93401 by Thursday, September 13, 2011 by 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 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 httv://www.sloci!y.orgJfinanceibids.aW. Questions may be submitted to Jennifer Metz via e-mail at jmetz@slocity.org until September 6, 2011. All questions will be answered and distributed to all interested parties. Onsite review of the City's existing Calle Joaquin and Laguna lift stations will be provided at a Mandatory Pre-Proposal Meeting to be held on August 30, 2011 at 10 a.m. at the Laguna lift station located within the City's Water Reclamation Facility at 35 Prado Road, San Luis Obispo, CA. ® 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. C2-5 � o Attachment Specification No. 91133 TABLE OF CONTENTS A. Description of Work................................................................1 A I. Overview A2. Background A3. Scope of Work A4. Project Schedule/Cost B. General Terms& Conditions..................................................9 B 1. Proposal Requirements B2. Contract Award and Execution C. Proposal Content& Selection Process.................................11 Cl. 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................................................................13 E. Insurance Requirements.......................................................21 F. Proposal Submittal Forms....................................................23 Fl. Proposal Submittal Form F2. References F3. Statement of Past Contract Disqualifications F4. Proposers List FIGURE 1: Project Components...............................................2 C2-6 Attachment City of San Luis Obispo Specification No. 91133 Section A DESCRIPTION OF WORK Al. 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. The collection system includes inverted siphons(single-and double-barrel) in 21 locations where sewer lines traverse sensitive areas. In the City, the siphons form a "U" shaped flow path in the gravity sewer line to dip below creek corridors or conflicting infrastructure. Due to their sensitive location,these siphons are critical wastewater infrastructure. A2. BACKGROUND As part of the City's 2011-13 Financial Plan, the City proposed the design and construction for the replacement of two existing lift stations and associated gravity and force mains at the Calle Joaquin lift station(see Figure 1, Project Components). Calle Joaquin Siphon,Gravity Sewer Line,Lift Station, and Force Main The existing Calle Joaquin lift station was put into service in 1967 and is located south of Los Osos Valley Road near 1625 Calle Joaquin. The lift station receives wastewater from a gravity sewer on Los Osos Valley Road (which serves the Irish Hills Plaza and auto center area) and from the 12-inch line described above. The station has two-15 horsepower flooded-suction pumps (660 gpm at 60 feet of total dynamic head). The existing wet well is approximately 21 feet deep with a dry weather flow to the station of approximately 100,000 gallons per day during dry weather and 280,000 during wet weather. Replacement of the lift station was prioritized with the other system components (siphon and gravity line) to eliminate the need for future repairs. To correct the siphon/grade issue discussed above, staff estimates that a replacement wet well at the lift station will be approximately 28 feet deep. Other components of the project include: • Replacement of an existing 12-inch single-barrel siphon (approximately 100 feet in length) under San Luis Creek with a new siphon in a parallel alignment. • Replacement of approximately 450 feet of existing 12-inch gravity sewer line in a parallel alignment to the existing line. • Replacement of the existing lift station with a pre-fabricated, pre-engineered eight-foot diameter wet well (fiberglass or concrete), two submersible pumps (two-speed), site lighting, and auxiliary power (back-up generator). The wet well could be either fiberglass or concrete. C2-7 U � Attachment 4 Laguna t Lift Station • city of san Luis oBispo a• f \ h�,�- ice. ^„ � y - �r: elq1W Sliver tilt}/ + J�. r•y ,Lift Station - .c ✓ •/ !,�lis' 76 • �' �, e�` #` � - -,_.mss- - M tor:�z i tt Calle ti� b5 / Joaquin "+�c�« .. T9► . „ / 1 Caltge �� Siphon Lift Station u FIGURE 1 : project Components Q Lift Station o 0 0 0 0 o Gravity Sewer Line (to be replaced) Gravity Sewer Line 1]0 CO 0 0 Force Main Force Main (to be replaced) Source:City of San Luis Obispo Wities Department,2200E11. C2-p Attachment City of San Luis Obispo Specification No. 91133 • Development of a new control strategy and connection of the replacement lift station to the City's existing SCADA system. • Replacement of approximately 2,300 feet of eight-inch AC force main in a parallel alignment to the existing force main in Calle Joaquin. The solution for the Calle Joaquin project, including the gravity discharge pipe, the siphon, the lift station wet well and pumps, and force main shall function effectively as a system. Additional detail on the project's components is provided below. An existing 12-inch gravity sewer line conveys wastewater west from the Los Verdes neighborhoods east through a single-barrel siphon under San Luis Obispo Creek through a 24-inch steel encasement for approximately 450 feet under the north-bound freeway off ramp and US 101, to the Calle Joaquin lift station. In October 2005 during creek crossing inspections, staff found that the siphon (a ductile iron pipe) was partially exposed resulting from a shift in the alignment of San Luis Creek and corrosion of the concrete encasement. There is a high level of risk associated with the failure of the siphon as it would result in the discharge of wastewater directly to San Luis Obispo Creek. Replacement of the existing siphon will likely utilize a directional boring process along a route parallel to the existing siphon. Due to the location of construction in the San Luis Obispo Creek environment, this work will likely require consultation/regulatory permitting (with California Department of Fish and Game, Army Corps of Engineers, Regional Water Quality Control Board, and/or US Fish and Wildlife Service) and may require easement acquisition. From the siphon, a 12-inch gravity sewer line extends approximately 450 feet where it connects to the Calle Joaquin wet well below optimal wet well operational range. With the pumps set to cycle when the wet well fills to approximately four feet, the gravity sewer line and siphon back up during each pump cycle. Due to the system backing up, the siphon is on a six-month preventive maintenance schedule to prevent grease and debris build up and clogging. If the pumps were set to prevent the siphon and sewer line from backing up, the pumps would run almost constantly with approximately two feet of operational range in the wet well causing the pumps to vortex, cavitate and lose prime. In May 2011 when inspecting the 12-inch gravity line with CCTV, staff identified a failed connection approximately 100 feet an offset joint (or failed gasketed connection) 100 feet from the upstream manhole between the north-bound freeway off ramp and US 101. While making this repair staff noted that the steel casing and spacers had deteriorated and that the gravity line was significantly out of grade. The sewer line is therefore not a candidate for lining. Replacement of approximately 450 feet of existing 12-inch gravity sewer line in a parallel alignment to the existing line under US 101 will require coordination/permitting with Cal Trans and may require easement acquisition. The existing lift station does not have an auxiliary power source. The City proposes that the replacement station to include a tier-four rated, 40 KW back-up generator, with an automatic transfer switch and SCADA connection. City staff will work with the Consultant related to the design of an approximately 12-foot by 20-foot structure, to be designed with sound attenuation, appropriate service access,and visual screening. The structure should also house the lift station's controls with a partition from the generator. Consultant will acquire necessary permits for the -3- -2-9 V Attachment City of San Luis Obispo Specification No.91133 generator on the City's behalf for the generator through the Air Pollution Control District (APCD),described in Scope of Work, Task 7. Wastewater is pumped 4,270-feet from the lift station via a eight-inch force main to a manhole (I15-18) located on the north of the end of Calle Joaquin (on the Dalidio property)where it flows by gravity under US 101 to the Laguna lift station and on to the Water Reclamation Facility. A portion of the existing force main was replaced in 2006 from approximately 100-feet north of the lift station to the intersection of Los Osos Valley Road. As part of this project, approximately 2,300 feet of the force main from LOVR to manhole I15-18 is asbestos concrete pipe shall be replaced. In 2007, the force main had several failures associated with structural deficiencies. Staff installed clamps as temporary repairs until the force main could be replaced. Laguna Lift Station The Laguna lift station serves the western portion of the City, including receiving flow from the Calle Joaquin, Silver City and Prefumo lift stations, gravity flow from the Laguna Lake area and tank drains from the Water Reclamation Facility. The station pumps approximately 750,000 gallons of wastewater daily during dry weather and over two million gallons per day during wet weather. The lift station has three, ten-inch vertical turbine solids handling pumps that run on variable frequency drives (VFDs). The lift station's wet well was designed and the pumps were selected to operate within particular flow matching parameters. With the depth of the wet well, the full operation range of the lift station is 4.5 feet (to mid-pipe). However, the City has never been able to operate the lift station consistent with the operational specifications due to varied and repeated failures that have occurred since 2003 when the station:was put into service. Failures at the existing lift station have included: • Flow characteristics within the wet well leading to pump clogging, • Pumps out of balance leading to seal water and bearing failures, • Pump motor stalling due to accumulation of debris and/or other unknown conditions, • Debris accumulation behind impeller leading to shaft binding, • VFD failure due to over current failure, and • Pump catastrophic failure (broken 21-foot shaft). The Laguna lift station has required extensive repairs, costly maintenance, and utilized excessive staff time to keep it operational which has impacted the City's Sewer Fund in general, more specifically, the Wastewater Collection section's operating and capital improvement budget. These costs are associated with Wastewater Collection staff overtime, rental of emergency portable pumps for by-pass pumping, crane rental, shipping, and pump and motor repairs. All possible options have been explored to make the lift station operational and functional. The high level of risk associated with the lift station's continuous failure and the ongoing operations and maintenance costs make continuing its operation infeasible. As described below,the replacement of the Laguna lift station will include: • Replacement of the existing lift station's trench style wet well and three 40-horse power vertical turbine pumps with a pre-fabricated, pre-engineered, coated wet well and three submersible pumps. -4- C2-10 V Attachment City of San Luis Obispo Specification No.91/33 • Use of the existing motor control center (MCC) building to house a new control panel to operate the new lift station. • Development of a new control strategy and connection of the replacement lift station to the City's existing SCADA system. • New discharge manifold that connects to the existing 15" force main. The replacement lift station will be sited approximately 20 feet north of the existing Laguna lift station which is located within the City's Water Reclamation Facility at 35 Prado Road. The City will provide additional background information on the Calle Joaquin and Laguna lift stations, 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 Laguna and Calle Joaquin lift stations including engineering design services, surveying, geotechnical investigation, easement acquisition, floodplain analysis and environmental review and permitting. It is the City's goal to have these projects out to bid for construction in May 2012. The City's desired scope of work for the project is described below. Alternate proposals will be considered as described in Section 131.9, Proposal Requirements,of this specification package. TASK 1: Project Meetings and Coordination During project design, the Consultant will attend a minimum of five 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 to evaluate and define scope and coordination • Design Confirmation/Alternatives Review • Preliminary Design Report/50 Percent Design Submittal • Meeting at 90 Percent Design Submittal • Meeting at Final Design Submittal The Consultant shall provide coordination between City staff and all subconsultants. The Consultant will coordinate with the City's Project Manager on activities 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: Easement Acquisition (CJ) The City has limited site area near the existing Calle Joaquin lift station for siting the replacement facility. The Consultant shall work with City staff to acquire a permanent easement for the siting of the replacement lift station and temporary construction easements for the siphon and gravity sewer line work. This work shall include: • Title search and appraisals of all properties encroached by any proposed utility easement. • Preparation of all easement acquisition documents. -5- C2-11 Attachment City of San Luis Obispo Specification No.91133 • 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 station site and utility easements. The site under consideration for the siting of the new Calle Joaquin lift station is a portion of the Motel 6 property, at 1625 Calle Joaquin,to the west of the existing lift station.. TASK 3: Survey/Right of Way (CJ), Geotechnical Investigation (CJ, Lag), Potholing (CJ, Lag) and Evaluation of Flood Conditions (CJ) The Consultant shall conduct necessary field survey work and topographic mapping, which may utilize an aerial survey, for the existing and proposed gravity line, force main and Calle Joaquin lift station. 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 the final design. The Consultant will review the geotechnical reports and confirm that the analysis addresses the needs of the City. Consultant shall assume a total of four borings will be required (Calle Joaquin lift station site, Calle Joaquin force main, east of Highway 101 at San Luis Obispo Creek and Laguna 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. The area surrounding the.Calle Joaquin lift station has been inundated during past storm events (notably in 1995). Utilizing information from FEMA and the City's Watershed Management Model, the Consultant will identify the site constraints of the 100-year flood elevation to ensure that the new lift station is designed so that all equipment and openings are above this elevation. TASK 4: Design Confirmation After preliminary discussions with City staff at Kickoff/Meeting #1 and to confirm the project's overall design approach, the Consultant will develop three conceptual-level alternatives for the replacement of the Calle Joaquin lift station, including the siphon and gravity line, and two conceptual level lift station alternatives for the Laguna lift station. 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.. 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: -6- -2-12 Attachment City of San Luis Obispo Specification No.91133 • 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, 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, incoming sewer elevations, force main discharge elevation, and wet well operating levels, • Pumping schematic, • Electrical instrumentation requirements and improvements, including backup generator(see discussion in Background, Calle Joaquin lift station) and power supply to allow the existing and new station to run in parallel during commissioning, • Preliminary construction sequencing and construction constraints analysis for both the Calle Joaquin and Laguna sites, • 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 (See Task 2). 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 the Calle Joaquin and Laguna lift station replacement project, in accordance with City direction. The Consultant shall submit seven sets of blueprints 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, the project's specifications shall include a detailed 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. -7- C2-13 0 0 Attachment City of San Luis Obispo Specification No.91133 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: Permitting and Environmental Review Following the selection of the preferred alternative discussed in Task 3 above, Consultant shall prepare and submit the applications and supporting documents for permits as required for the construction of this project, except those normally obtained by the construction contractor. The permits anticipated for this project include those required by Cal Trans, the Air Pollution Control District, California Department of Fish and Game, and compliance with the California Environmental Quality Act, likely a Mitigated Negative Declaration. The City will provide permit fees associated with filing the permit applications. Consultant shall work with City staff including the Utilities Project Manager, staff from the Community Development Department and the City Biologist on the project's permitting and environmental review. It is the City's desire that the lift station replacement project be "self mitigating" by design in that including protective measures related to surface migration (frac- out) of drilling mud during horizontal directional drilling work associated with the Calle Joaquin siphon and gravity line San Luis Creek and other standard permit requirements. The project shall be designed so that horizontal directional drilling entry and exit points shall be far enough from the creek banks to have minimal impact on these areas. Consultant shall also respond to questions or requests for additional information from the permitting agencies up to two"requests for information"per permit application. 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 meeting; assisting in observing operational test for the lift stations;and completing as-built drawings. Consultant shall obtain "record" information from the City's Contractor at the conclusion of the project, review the as-built drawings provided by the Contractor and as provided by the City's inspection staff, and develop a set of record drawings for the project based on the as-built information obtained from the Contract, City staff, and the Consultant's records from construction. 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 eight tasks above that comprise the City's desired scope of work or for an alternative work scope as described in Section B 1.9. 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. -s- C2-14 Attachment City of San Luis Obispo Specification No.91133 Section B GENERAL TERMS & CONDITIONS 131. 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. -9- -2-15 Attachment City of San Luis Obispo Specification No.91133 8. Communications. All timely requests for information submitted in writing (via e-mail to jmetz@slocity.org)will receive a written response from the City. Telephone communications with City staff are 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. 132. 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. _ 10- C2-16 � O Attachment City of San Luis Obispo Specification No.91133 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 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 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. 1. Tentative schedule by phase and task for completing the work. in. 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. 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. C2-17 � J Attachment City of San Luis Obispo Specification No.91133 C2. Proposal Evaluation & Selection Proposals will be evaluated by a seven-member review committee composed of Utilities Department and Public Works staff and the City Biologist 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's proposal review. The Consultant team should be aware of these dates, beginning with the finalist interviews, and have the ability to allocate adequate staffing resources to meet the City's schedule for completing the project. a. Issue Request for Proposals August 17,2011 b. Mandatory Pre-Proposal Meeting August 30, 2011 c. Receive proposals 3pm, September 13, 2011 d. City staff to complete proposal evaluation Thursday, September 15, 2011 e. Conduct finalist interviews Wednesday, September 21,2011 f. Finalize staff recommendation Friday, September 23, 2011 g. Award and execute contract Week of October 3, 2011 h. Start work Week of October 10, 2011 i. Complete Design Services April 20,2012 j. Project advertised for Construction May 5,2012 -12- -2-18 i Attachment City of San Luis Obispo Specification No.91133 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. WITNESSETH WHEREAS, on 2011 City requested proposals for the Calle Joaquin and Laguna Lift Station Replacement project per Specification No. 91133. 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: I. 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. - 13- C2-19 Attachment City of San Luis Obispo Specification No. 91133 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 -14- C2-20 U Attachment City of San Luis Obispo Specification No.91133 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. - 15- C2-21 C C Attachment City of San Luis Obispo Specification No.91133 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. -16- C2-22 Attachment City ofSan Luis Obispo Specification No.91133 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 fumish 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 - 17- C2-23 Attachment City of San Luis Obispo Specification No.91133 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 famish 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. " - ts- C2-24 Attachment City of San Luis Obispo Specification No.91133 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 terns 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, City of San Consultant: Luis Obispo 879 Morro Street San Luis Obispo,CA 93401 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. 91133 and Consultant's proposal dated ,2011,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. - 19= C2-25 Attachment City of San Luis Obispo Specification No. 91133 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: hristine Dietrick,City Attomey By: -20- C2-26 Attachment City of San Luis Obispo Specification No.91133 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 patty, reduced in coverage or in limits except after thirty (30) days'prior written notice by certified mail,return receipt requested,has been given to the City. -21 - C2-27 C C Attachment City of San Luis Obispo Specification No.91133 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANIL 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. _22- C2-28 Attachment _ City of San Luis Obispo Specification No.91133 Section F PROPOSAL SUBMITTAL FORMS F1. ACKNOWLEDGEMENT The undersigned declares that she or he has carefully examined Specification No. 91133, 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 • Calle Joaquin&Laguna Lift Station Replacement TASK 1: Project Meetings and Coordination $ TASK 2: Easement Acquisition $ TASK 3: SurveyiRight of Way, Geotechnical Investigation, Potholing $ and Evaluation of Flood Conditions TASK 4: Design Confirmation $ 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 TOTAL $ Firm Name and Address Contact Phone I i nature of Authorized Re resentadve Date -23- C2-29 Attachment City of San Luis Obispo Specification No.91133 F2. INSURANCE CERTIFICATE 0 Certificate of insurance attached Insurance Company's A.M. Best Rating -24- C2-30 Attachment City of San Luis Obispo Specification No.91133 F3. REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: Describe fitlly 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 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 -25- C2-31 O J Attachment City of Son Luis Obispo Specification No. 91133 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 -31 - -2-32 J Attachment City of San Luis Obispo Specification No.91133 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 -32- -2-33 o � Attachment City of San Luis Obispo Specification No.91133 PROPOSERS LIST Design Services for Calle Joaquin and Laguna Lift Station Replacements—Spec.No.91133 Amando Garza Jon Hanlon Carollo Engineers AECOM 7580 N. Ingram Avenue, Suite 112 1194 Pacific Street; Suite 204 Fresno, CA 93711 San Luis Obispo , CA 93401 Brianna Daniels Jeff Spannbauer Penfield& Smith Cannon 210 E. Enos Drive, Suite A 1050 Southwood Drive Santa Maria, CA 93454 San Luis Obispo, CA 93401 Steve Tanaka Wallace Group 612 Clarion Court, Suite B-5 San Luis Obispo, California 93401 -33- C2-34