Loading...
HomeMy WebLinkAbout12/18/1990, C-7 - TREE INVENTORY & MAINTENANCE MANAGEMENT PROGRAM jII��I���II Y ti Bili; CIS O� San LUIS S OBI SpO MEETING DATE: ONGs IIIi� COUNCIL AGENDA REPORT ITEM NUMBER l r-: FROM: David F. Romero, Public Works Directors' PREPARED BY: Lane Wilson, Parks and BuildingsM nagef7eW David P. Pierce, Projects Manager SUBJECT: Tree Inventory & Maintenance Management Program CAO RECOMMENDATION: By motion, approve request for proposals for "Tree Inventory & Maintenance Management Program" and authorize soliciting of proposals and contract award by the CAO for an amount not to exceed $50,000. DISCUSSION: The FY 1989-91 Financial Plan established an objective and provided funds in the Tree Maintenance Program to obtain a comprehensive inventory of trees and a computer based work order system. The inventory is to catalog the location, species, size, and condition of each tree. The Forest Management Software is to help assess maintenance needs, and to schedule maintenance activities for the protection of trees and the elimination of hazardous conditions. This RFP seeks consulting services to inventory all trees for which the City has responsibility (street trees and trees on City owned property) and to provide the corputer software that will be the heart of an urban forest management program. The inventory will catalog: - Existing street trees - Other existing trees under city control - Potential locations for additional street trees - Type and condition of the trees - Potential problems such as low clearance, raised sidewalks, urgent tree maintenance needs The Forest Management Software will - Maintain the inventory - Schedule pruning and maintenance work. - Identify priority work for day-to-day activities - Assist in planning for long-term growth of the city's urban forest. - assist in developing plans to plant street trees in vacant sites. Approving the FY 1989-91 Financial Plan and approving revisions to the Tree Regulations in November 1989 were the first steps in a significant upgrade of the program to care for and improve the Urban Forest. The City took on the responsibility to trim and spray more than 10, 000 additional street trees in order to ensure healthy and attractive growth. Cl ty osari _ais osispo COUNCIL AGENDA REPORT Tree Inventory Page 2 The inventory and work order systems are tools to assist the City Arborist manage the resources required to accomplish the program. Other Cities have documented significant savings through the use of these tools to manage a scheduled maintenance program. Since the City effort in managing the tree program is expanding, savings here will not be documented as reductions in cost. However, the revised program should not cost as much as it would have without these tools. The inventory will identify potential trip and fall locations so that these can be corrected. The work history and inventory information will be used to identify trees that cause maintenance problems and which should be replaced. Species that cause problems or 'are expensive to maintain will be identified so that they will not be planted in the future. The information will also provide assistance in deciding when trees should be replaced. Information may be consolidated to assist in decisions to replace mature trees when they start to become too expensive to maintain. A vigorous forest is least susceptible to disease and makes the greatest impact on the environment. COORDINATION: This request has been approved by the Management Information Committee. (MIC) . The Request for Proposals clearly addresses their concerns that the computer program must provide tree inventory information that is compatible with both dBase III+ and Autocad. During the evaluation of the proposals the software will be reviewed with the MIC members who operate the Land Use Data Base and who are involved with AutoCAd. FISCAL IMPACT: Estimate $50, 000 The FY 1989-90 Trees Operating Budget included $81, 000 for this work. These funds are available in the Public Works Department Carry-over Account. RECOMMENDATION: By motion, approve request for proposals for "Tree Inventory & Maintenance Management. Program" and authorize soliciting of proposals and contract award by the CAO for an amount not to exceed $50, 000. Attachments: Request for Proposal �;!� i;i city of San tins OBISPO WMRZA COUNCIL AGENDA REPORT Tree Inventory Page 2 APPROVED: - �_- Date• i , c /q d City ministrative Officer ' pfrttbrnr Fin nce Director Technical Systems Coordin or g:cy0073ag.wp C Tree Inventory and Maintenance Management Program SPEC. NO.. CY 90-013 O g:cy0013.wp I CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90=013 REQUEST FOR PROPOSAL NOTICE IS HEREBY GIVEN THAT the City Clerk of the City of San Luis Obispo, State of California, will receive sealed proposals pursuant to Specification No. CY 90-013 at the City Clerk's Office, City Hall, 990 .Palm Street, until for the purchase of the following services: Tree Inventory and Maintenance Management Program Proposals received after said time will not be considered. Each proposal shall be submitted in a sealed envelope plainly marked: "P-roposal for Tree Inventory and Maintenance Management Program Spec. No. CY-90-013" Each proposal shall be made out in compliance with the General and Special Proposal Terms and Conditions and the Specifications, a copy of which may be obtained from the Office of the City Clerk, 990 Palm Street, San Luis Obispo, 93401. The City of San Luis Obispo reserves the right to accept such proposal or proposals as may be deemed most advantageous to the City, the right to wave any informality in a proposal, and the further right to reject any and all proposals. Additional information may be obtained by .contacting Lane Wilson at (805)549-7220. CITY OF SAN LUIS OBISPO Pamela Voges City Clerk U 7-S O CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90-013 TABLE OF CONTENTS Page General Proposal Terms and Conditions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1- 2. Special Proposal Terms and Conditions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3- 6 Preliminary Scope of Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7-11 Formof Agreement. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . A-C C� 0 i CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90-013 GENERAL PROPOSAL TERMS AND CONDITIONS 1. Requirement to Meet All Proposal Terms and Conditions - Each proposal shall meet all of the proposal terms and conditions. Nonsubstantial deviations may be considered provided the consultant submits a full description of the proposed deviations. Final determinations of any proposed deviation will be made by the City of San Luis Obispo. 2. Proposal Submission - Proposal documents shall be enclosed in an envelope which shall be sealed and addressed to the City Clerk, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA 93403-8100. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, name of consultant, and date and time of proposal opening. 3. Proposal Retention and Award - The City reserves the right to retain all proposals for a period of 150 days for examination and comparison. The City also reserves the right to waive nonsubstantial irregularities in any proposal, to reject any and all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that the proposals are qualified by specific limitations, and to make award to the consultant providing the services judged to be most advantageous to the City. 4. Proposal Price Quotations - Selection of providers of professional services is based on several factors including a negotiated price. The —' proposal should include an approximate cost for the services, supplies, and equipment that are proposed. After a consultant is selected based on many factors, the City will negotiate a contract to define the services to be provided and the price for these services. 5. Proposal Withdrawal - A consultant may withdraw its proposal, without prejudice prior to the time specified for the proposals to be received, by submitting a written request to the City Clerk, in which event the proposal will be returned to the consultant unopened. No proposal received after the time specified or at any place other than the place stated in the "Request for Proposals" will be considered. 6. Contract Assignment- The consultant shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, of its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City of San Luis Obispo. 7. Non-Discrimination - In the performance of the terms of this contract, the consultant 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, or religion of such persons. 7!7 O CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90-013 GENERAL PROPOSAL TERMS AND CONDITIONS 8. Communications Regarding Proposal - 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. 9. Business Tax - All consultants should be aware of the City's Business Tax Ordinance which requires that a business tax receipt be obtained before any business, trade, profession, enterprise, establishment, occupation, or calling is conducted with the City. The amount of the tax is based on gross receipts resulting from business conducted in the City of San Luis Obispo, and is required to be paid when business is conducted in the City even though the principal location of the business may be outside of the City. Issuance of a business tax. receipt is only evidence of the. fact that the tax has been paid; it does not sanction or approve any operation not otherwise permitted. Verification that the consultant has a valid City of San Luis Obispo business tax receipt will be obtained by the City prior to the execution of the contract. Additional information regarding the City's Business Tax Program may be obtained by calling (805)54977134. O10. Payment Terms - Payments will be made within 30 days of the submittal of an invoice after the completion of each phase of the project. A retention of 108 shall be withheld until the entire project is complete and the City has been operating the system for 60 days. An additional retention of 40% of any payment .shall. be made if any phase of the project is-more -than 30 days behind schedule. That additional retention will bereleasedat the time all phases of the project -are on-schedule, 2 CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90-013 SPECIAL PROPOSAL TERMS AND CONDITIONS 1. DESIRED QUALIFICATIONS This project is of significant importance to the City. It is the desire of the City to hire a consultant who can demonstrate: a. Experience with all aspects of urban forest management. b. Specific experience with urban forest inventory and the installation of computer software to manage the urban forest. C. Previous experience working with commissions and councils. d. Familiarity with local tree species and environment. The consultant's project manager should have the types of experience listed above. 2. PROPOSALS The proposals must be submitted in three (3) copies and must contain at least the following information: a. Refined Scope of Services.: The firm making the proposal should review the Preliminary Scope of Services and make any refinements to it that are appropriate and necessary. Consultant is encouraged to submit a proposal that would include the option of additional phases to include all services for a comprehensive tree program. b. Project Manager.: Identify who will be the consultant's project manager. The project manager will be responsible for the day-to-day supervision of consultant services and will make any presentations as determined necessary by City's project manager which may include presentations to City staff and. City Council. The final contract will specify that the project manager may not be changed without written approval of the City. C. Resume Materials: Resume materials, including references, should demonstrate the consultant's and the project manager's experience with similar projects. References must include the name and phone number of a contact person as well as a description of the 'services provided. Resume materials should also include information on the full scope of tree related services that the consultant' is capable of providing. d. Software: Identify the software that is to be furnished, fully describe the capabilities and operation of the software and provide a history of development and ongoing, maintenance of the system. Discuss the ability 3 O CITY OF SAN LUIS OBISPO C` STATE OF CALIFORNIA SPEC NO. CY 90-013 SPECIAL PROPOSAL TERMS AND CONDITIONS of the software to interface with a GIS, dBase III+, and AutoCad. Discuss the ability of the software to export data in a universal format. Provide references to include names and phone numbers of current users. Identify the hardware requirements to make the system function effectively. Discuss the personnel requirements to operate the software in order to keep the data current on a daily basis. e. Cost Information: Although they are not of major significance in the selection process and although the final price will be negotiated based on a negotiated scope of services, an approximate cost of the services should be specified for each phase of the project. Prices for all supplies, software and software support should be specified. f. Work Schedule: The consultant must estimate how long it will take to complete the work for each major phase of the project.. Time is important so the consultant should demonstrate adequate staff and experience to complete the project in a timely manner. 3. SELECTION PROCESS All proposals will be evaluated by the Parks and Buildings Division Manager, the City Arborist, and the Projects Manager. Consultants submitting proposals that warrant further evaluation will be invited for interviews. The number of applicants invited to the interviews will depend on the number of proposals received, the qualifications and experience of the applicants and the quality of the proposals. City staff will interview the selected consultants, will rank consultants based on the information provided in the proposal and the interview, and will submit the ranking to the City Administrative Officer. The City Administrative Officer will authorize staff to negotiate a final work. program and service contract with the selected consultant. . The formal contract will be submitted to the City Administrative Officer for approval. 4. INTERVIEW AND SOFTWARE DEMONSTRATION A demonstration of the software is required as part of the interviews. The demonstration should: a. be on hardware similar to that recommended for operation at the Corporation Yard; b. use a data base for an urban forest with 15,000 to 30,000 trees; C' 4 CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90-013 SPECIAL PROPOSAL TERMS AND CONDITIONS C. use a work order history of at least one year to include preventive trimming of at least 5,000 trees and response to requests on 500 trees. The demonstration needs to show the full capability of the system and the interface that must be provided by trimmers, arborist, clerical staff, and managers .for the system to be used effectively. The demonstration also is intended to evaluate the speed of the system when operating under actual working conditions with one or more years worth of accumulated data. The demonstration may be on City hardware or Consultant hardware. 5. HARDWARE The proposal is to contain recommendations for the hardware on which the system will operate most effectively. The City will provide the basic hardware. The consultant will provide any specialty hardware such as data recorders with their interfaces. The cost of additional hardware will be considered in the selection of a consultant. A consultant is encouraged to propose a preferred hardware configuration that r would make the system operate most effectively and An 'alternate configuration that would make the most cost effective use of existing hardware and still maintaining an effective system. The City Corporation Yard currently has a Novell Network with ten (10) work stations connected. An additional five (5) to ten (10) work stations could be added within the next two years. The file server is an Everex STEP 386/25 with 200 mb of disk memory. A work station will be purchased for the Arborist during the time this project is being completed. 6. SOFTWARE "INSURANCE" The proposal must address the question of continued availability of the program code to the City should the consultant or the current owner of the code no longer be in the position to make corrections or updates. The following two options should be addressed: a. The City be allowed to purchase the program source code for its own use. Any future update of the code would also be provided. The proposal should address the cost of this purchase and the cost of purchasing updated code. b. The code will be placed in an escrow account, to be legally available to the user community in the event of bankruptcy or other dissolution of the software consultant. 5 1 CITY •OF SAN LUIS OBISPO CSTATE OF CALIFORNIA SPEC N0. CY 90-013 SPECIAL PROPOSAL TERMS AND CONDITIONS 7. LIABILITY AND PROPERTY DAMAGE INSURANCE For the duration of the contract, the Consultant shall take out and maintain insurance against claims for injuries to persons or damages to property which may arise from the performance of the work under this contract by the Consultant and its agents, officers and employees. The cost of such insurance shall be included in the Consultant's fee. As a minimum the coverage shall include: a. comprehensive general liability with a $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage; and b. automobile liability with a $1,000,000 combined single limit per accident for bodily injury and property damage; and C. workers' compensation with limits required by the Labor Code of the State of California; and d. employers' liability in the limits of $500,000 per accident. Any deductibles or self-insured retentions must be declared to and approved by The City. Concurrently with the execution of the contract, the Consultant must submit and receive the City's approval of certificate(s) which: 1) evidence the required insurance coverage; 2) call for 30 day notice to the City before cancellation; 3) name all subcontractors as insureds' ; .and, 4) name the City and its agents, officers and employees as insureds. O6 CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90-013 - PRELIMINARY SCOPE OF SERVICES I. GENERAL The City of San Luis Obispo has approximately fourteen thousand (14,000) street trees of various types and sizes and approximately six thousand (6,000) other trees of various types and sizes located on other city facilities; .i.e. , parks, parking lots, playgrounds and public buildings. This City has approximately two hundred miles of street frontage that could possibly accommodate (at our .present requirement of one tree for every thirty five feet of street frontage) approximately thirty thousand (30,000) trees. This project is to inventory the entire urban forest located on property under the control of the City and to provide and install a computerized management program. II. PHASE 1 - Tree Inventory The tree inventory will be an accurate physical inventory of pertinent attributes of all city-owned trees and available street tree planting sites. THE PROPOSAL SHOULD ADDRESS THE ACCURACY THAT SHOULD BE EXPECTED FOR EACH TYPE OF INFORMATION BEING INVENTORIED. As a minimum, the J inventory shall include the following information: A. Site location 1) Maintenance Area (to be defined in this project) 2) House number 3) Street name 4) Side street name (when site is located on side of property) 5) Sequentially ordered tree site number 6) Site configuration: parkway width, tree well dimension, back of monolithic sidewalk or back of curb where no sidewalk exists or in City easement. 7) Electric wires overhead. - primary, secondary, service, none 8) Measurement +/- 1/2" of sidewalk and/or curb displacement within 10 feet in either direction from the tree trunk 9) Presence of root control barriers 10) Potential obstruction of traffic control devices or line- of-sight 11) Blank data elements for future use B. Tree Identification 1. Botanical taxonomy (genus and species) 2. Common name 7 1 CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90-013 PRELIMINARY SCOPE OF SERVICES 3. Condition a. DBH (+/- 2 inches) b. Estimated height (+/- 5 feet) C. Estimated canopy diameter (+/- 5 feet) d. Physical condition: (ISA rating) e. Vigor (growing - stable - declining) 4. Maintenance Classification (to be defined as part of this project to identify next maintenance required and when it. will be needed) . 5. Roadway and sidewalk clearance a. Height of trunk or limb above curb or sidewalk if under the required clearance height. b. Can the tree be pruned to meet the clearance requirements without devastating the natural Appearance of the tree.. 6. Identification of trees that may be unusual for size., C species, exceptional examples -of a species, etc. C. Project Submittals During the course of this phase of the project, the City would receive as a minimum the following submittals: 1. Concise report on methods to be used in data collection 2. Dictionary of all terms and assumptions 3. Computer file containing inventory information (compatible with tree management system) . III. PHASE 2 - Computerized Tree Management System The computerized Tree Management System shall provide for the effective management of the maintenance program for the urban forest under City control. As a minimum, it shall include the following features: A. Interface With Other Software The software shall interface with AutoCad and dBase III+ programs so as to integrate with other City mapping and data base programs. The City currently has a dBase III+ data base of the ownership and use of all parcels within the City. The Tree inventory data must interface with this program. Preferably the files could be used O8 i CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY .90-013 PRELIMINARY SCOPE OF SERVICES as maintained in the Tree Inventory Records. As an alternative the Tree Management Software could export files that would interface with the dBase III+ programs. B. Inventory Control The software shall have the ability to add, delete., store, retrieve, and update individual tree or tree site records or any combination of individual tree or tree site records. C. Work Request-Monitoring The software shall have the capability of entering, storing, summarizing and printing incoming work requests in a prompt, efficient manner. The work request system shall keep track of the name, address, and phone number of the requestor to facilitate follow-up when the work is complete. D. Work Order System The work order system should provide work orders for all types of tree related work .including: a. Individual jobs b. Similar work grouped by maintenance area C. Groups of trees selected by several search conditions The system should print work orders using the inventory data and should fully describe the work to be done. The system must be able to handle work orders for non-tree work that is accomplished by the tree maintenance crews. This work typically includes the installation of banners, installation or Christmas decorations, assisting other. City crews, etc. The processing of completed work orders needs to update the work history for each tree site that was involved without the need to make entries for each. site. The system shall have the capability of generating a multiple site work order based on several search conditions such as type, age, condition, last .prune, location, etc. of the trees. 9 O CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90-013 PRELIMINARY SCOPE OF SERVICES E. Work Histories The software needs to maintain a history of all the work accomplished at each tree site. Information must include the source of the request, the date and type of work performed. The work history will begin with the implementation of the computerized management system and will maintain these records in active files for on-line recall for at least five years. F. Archive of History The system needs to be able to archive records older than five (5) years in order to manage memory space. The system must have a feature to allow these records to be searched for the generation of special reports on specific sites. G. Printed Reports The software needs the ability to print a variety of 'summary O reports by tree record or by various combinations of tree record fields. The software should include a custom report generator that is easy to use and is capable of manipulating data selected from any fields based on any combination of criteria. H. Software Support The software must be fully supported and there must be a history of upgrades and modifications to allow the software to adapt to hardware improvements and changing customer needs. I. Project Submittals During the course of this phase of the project, the City would receive as a minimum the following submittals: 1. Tree Management Software master disks with a working copy loaded onto City hardware 2. Comprehensive User's Manuals (two copies minimum) 3. Provide an annual support agreement 10 CITY OF SAN LUIS OBISPO _ STATE OF CALIFORNIA SPEC NO. CY 90--013 - PRELIMINARY SCOPE OF SERVICES IV. PHASE 3 - Software Installation Testing and Training A. Software Installation and Data Loading The Consultant shall install and test all software and shall install and test of all hardware necessary. to make the system fully operational on the computers that will be provided by the City. The Consultant shall load all data collected in Phase 1 and shall insure that the system is fully operational. B. Trainine The consultant shall provide training after the system is fully installed on the computer hardware at the City of San Luis Obispo Corporation Yard. The training shall be specifically oriented to each of the user groups (Tree. Trimmers, Arborist, Clerks, and Managers.) C. Project Submittals During the course of this phase of the project, the City would receive as a minimum the following submittals: 1. Demonstration that all data is loaded and the system is fully operational. 2. Training for all users of the system 3. Copies of reports and work orders generated by the programs and data bases installed on City computers. O CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPEC NO. CY 90-013 PRELIMINARY SCOPE OF SERVICES List of Suggested Consultants Golden Coast Environmental Services, Inc. 18010 Skypark Circle, Suite 225 Irvine, CA 92714 (714)474-9230 Davey Tree 2617 S. Vasco Road Livermore, CA 94550 Attn: Rick Ramsey BSI 1415 E. 17th Street Santa Ana, CA 92701 Attn: Bob Kuhn O1800 Inc 18002 Cowan; Suite 1.00 Iryine, CA . 92714 Attn: David L. Dixon (714)660-8044 Thomas J. Pehrson Consulting Urban Forester P.- O. Box 100 - Orinda, CA 94563 (415)254-7072 O • 12 A7-�� FORM OF AGREEMENT PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into this - day of 1990, by and between the City of San Luis Obispo, hereinafter called the "CITY", and hereinafter called the "CONSULTANT". WHEREAS, the CITY has need for the professional services of an individual with the particular training, ability, knowledge and experience possessed by the CONSULTANT; NOW, THEREFORE, for the consideration set forth in the Statement of Services, the CONSULTANT agrees to perform the listed services during the period 1990 through 1991. In performing the above services, it is understood and agreed that: - 1. The CONSULTANT is engaged as an independent contractor and will be responsible for any federal or state taxes applicable to this payment. 2. The General and Special Proposal Terms and Conditions, the accepted proposal, the Approved Scope of Work and Schedule, and all software licenses are part of this agreement. 3. Payments will be made within 30 days of the submittal of an invoice after the completion of each phase of the project. A retention of 106 shall be withheld until the entire project is complete and the City has been operating the system for 60 days. An additional retention of 40% of any payment shall be made if any phase of the project is more than 30 days behind schedule. That additional retention will be released at the time all phases of the project are on schedule. 4. By mutual consent in writing of both parties signatory to this agreement,, changes may be made to the Scope of Work or Schedule. A O5. This agreement may be terminated at any time by the CITY by written notice to the CONSULTANT. At the completion of each phase, the CITY shall review the viability of the project. The CONSULTANT will not begin the next phase until notification is received from the CITY. If the agreement is terminated at the end of a phase; the CONSULTANT will be paid the amount specified in the Fee Schedule for the phases that have been completed. If the project is terminated during .a phase, the CONSULTANT will be paid the amount specified for completed phases plus the hourly rate attached for work on the current phase up to the amount specified in .the Schedule of Services. 6. All work for which payment has been made shall become the property of the City of San Luis Obispo. No other contract terms, written or verbal, are binding upon the CITY with regards to the use data provided prepared under this contract. This provision does not limit the CONSULTANT's use of these Odata.. 7. The City of San Luis Obispo shall be held harmless from any and all claims and losses accruing or resulting to CONSULTANT and any other person in connection with the performance of this contract. 8_ The CONSULTANT shall carry the following insurance minimums throughout the period of this contract: a. comprehensive general liability with a $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage; and b. automobile liability with a $1,000,000 combined single limit per accident for bodily injury .and property damage; and C. workers' compensation with limits required by the Labor Code of the State of California; and d. employers' liability in the limits of $500,000 per accident. O B . 9. In the event that any provision of this agreement shall be held to be invalid and unenforceable, the remaining provisions shall be valid and binding upon the parties. One _or more waivers by either party of any provision, term, condition or covenant shall not be construed by the other. party as a waiver of a subsequent breach of the same by the other party. This contract and any amendments to this contract will not be effective until approved by the Finance Director of the City of San Luis Obispo. CITY CONSULTANT Signed Signed Title Print Name Address Finance Director Date C g:cy900l3.wp