Loading...
HomeMy WebLinkAboutR-10882 ADOPTING BIDDER PREQUALIFICATION PROCEDURES AND DOCUMENTS AND ESTABLISHING THE BIDDER PRE-QUALIFICATION APPEALS PANEL FOR THE WATER RESOURCE RECOVERY FACILITY PROJECTRESOLUTION NO. 10882 (2018 Series) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, ADOPTING BIDDER PREQUALIFICATION PROCEDURES AND DOCUMENTS AND ESTABLISHING THE BIDDER PRE -QUALIFICATION APPEALS PANEL FOR THE WATER RESOURCE RECOVERY FACILITY PROJECT WHEREAS, Section 20101 of the California Public Contract Code established procedures for certain local agencies wishing to pre -qualify bidders on public works projects; and WHEREAS, the Department of Industrial Relations ("DIR") has developed standardized questionnaires and model guidelines for rating bidders pursuant to Public Contract Code Section 20201 (hereafter "Model Guidelines"); and WHEREAS, under Section 20101, the City Council may formally adopt bidder pre - qualification procedures and documents modeled after the Model Guidelines and establish a process by which disqualified bidders may appeal; and WHEREAS, the City has modeled the "Request for Statements of Qualification of General Contractors for Construction of the Water Resource Recovery Facility Project for the City of San Luis Obispo," attached hereto as Exhibit "A", after the Model Guidelines; and WHEREAS, the City has modeled the "Request for Statements of Qualification of Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project for the City of San Luis Obispo" attached hereto as Exhibit "B", after the Model Guidelines; and WHEREAS, the City has modeled the "Request for Statements of Qualification of Control System Integration Subcontractors for Construction of the Water Resource Recovery Facility Project for the City of San Luis Obispo" attached hereto as Exhibit "C", after the Model Guidelines; and WHEREAS, the City Council has determined that adopting bidder pre -qualification procedures and establishing an appeal committee will streamline the formal bidding process for the Water Resource Recovery Facility Project and further the City Council's goals to operate efficiently and in a businesslike manner. Resolution No. 10882 (2018 Series) Page 2 NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. The City Council hereby adopts the "Request for Statements of Qualification of General Contractors for Construction of the Water Resource Recovery Facility Project for the City of San Luis Obispo" attached hereto as Exhibit "A," "Request for Statements of Qualification of Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project for the City of San Luis Obispo," attached hereto as Exhibit `B", "Request for Statements of Qualification of Control System Integration Subcontractors for Construction of the Water Resource Recovery Facility Project for the City of San Luis Obispo," attached hereto as Exhibit "C," and incorporated herein by reference ("Pre -Qualification Guidelines"). The City Manager, or his or her designee, is hereby authorized to pre -qualify bidders on the public works contract with the City of San Luis Obispo for the Water Resource Recovery Facility Project pursuant to the attached Pre -Qualification Guidelines. The City Manager may use the scoring system provided in the attached Pre -Qualification Guidelines consistent with the requirements of the Public Contract Code. SECTION 2. The City Council hereby establishes the Bidder Pre -Qualification Appeals Panel ("Appeal Panel") consisting of the following, or their designee(s): the City Manager, the City Engineer, and the Director of Utilities. Except as otherwise provided for herein, appeals shall be conducted by the Appeal Panel in accordance with the rules set forth in the Uniform Administrative Code. The sole issue before the Appeals Panel shall be the scoring of a prospective bidder. The decision of the Appeals Panel shall the City's final administrative decision and any judicial review thereof shall be instituted no later than the time period referred to in section 1094.6 of the Code of Civil Procedure. SECTION 3. The City Council hereby determines that this Resolution is exempt from review under the California Environmental Quality Act (CEQA) (California Public Resources Code Section 21000 et sem.) because the Resolution, pursuant to State CEQA Guidelines section 15378, subdivision (b), constitutes a continuing administrative activity and the creation of a governmental fiscal activity that does not involve any commitment to any specific project that may result in a potentially significant physical impact on the environment. 1.. Resolution No. 10882 (2018 Series) Page 3 SECTION 4. Effective Date. This Resolution shall take effect immediately upon its adoption. Upon motion of Vice Mayor Christianson, seconded by Council Member Pease, and on the following roll call vote: AYES: Council Members Gomez, Pease and Rivoire, Vice Mayor Christianson and Mayor Harmon NOES: None ABSENT: None The foregoing resolution was adopted this 17th day of April 201 r i Harmon ATTEST: Teresa Purrington City Clerk APPROVED AS VChristine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this ;, �" day of Teresa Purrington City Clerk 1.. CITY OF SAN LUIS OBISPO REQUEST FOR STATEMENTS OF QUALIFICATION General Contractors FOR CONSTRUCTION OF THE WATER RESOURCE RECOVERY FACILITY PROJECT April 2018 Resolution No. 10882 (2018 Series) EXHIBIT A Page 4 TABLE OF CONTENTS 1.INTRODUCTION ................................................................................................. 1 OBJECTIVE ........................................................................................................ 2 PREQUALIFICATION OUTREACH MEETING .................................................... 2 PROJECT DESCRIPTION .................................................................................. 2 2.INSTRUCTIONS FOR PREPARATION AND SUBMISSION OF PREQUALIFICATION PACKAGES .................................................................... 3 CERTIFICATION ................................................................................................. 4 PUBLIC RECORDS ............................................................................................. 4 TIME AND PLACE FOR SUBMISSION OF CANDIDATE RESPONSES ............. 5 EVALUATION PROCESS ................................................................................... 6 NOTIFICATION ................................................................................................... 6 PROTEST PROCEDURE .................................................................................... 7 APPEALS PROCESS .......................................................................................... 7 3.PROJECT SCHEDULE ....................................................................................... 8 4.TERMS AND CONDITIONS GOVERNING THE RFQ ........................................ 9 COSTS OF RESPONDING; RETENTION BY CITY OF QUESTIONNAIRES AND RELATED DOCUMENTS .............................................................................. 9 RESERVATION OF RIGHTS BY CITY ................................................................ 9 5.CANDIDATE QUESTIONS, REQUESTS FOR CLARIFICATION, AND REQUESTS FOR EXCEPTIONS ....................................................................... 9 6.PROJECT ADMINISTRATION .......................................................................... 10 7.ACKNOWLEDGMENT ...................................................................................... 10 APPENDIX A: CANDIDATE CONTACT INFORMATION FORM APPENDIX B: PREQUALIFICATION QUESTIONNAIRE APPENDIX C: PROJECT DATA SHEET PERFORMANCE RECORD APPENDIX D: RELEASE AND WAIVER AGREEMENT APPENDIX E: PROJECT REFERENCE QUESTIONNAIRE APPENDIX F: AFFIDAVIT Resolution No. 10882 (2018 Series) EXHIBIT A Page 5 TABLE OF CONTENTS (CONTINUED) APPENDIX G: KEY PERSONNEL DATA SHEET APPENDIX H: CITY MINIMUM INSURANCE REQUIREMENTS APPENDIX I: CERTIFICATION OF SURETY APPENDIX J: SCORING INSTRUCTIONS APPENDIX K: PREQUALIFICATION EVALUATION APPENDIX L: REFERENCE DRAWINGS Resolution No. 10882 (2018 Series) EXHIBIT A Page 6 Request for STATEMENTS OF QUALIFICATION General Contractors for Construction of the WATER RESOURCE RECOVERY FACILITY PROJECT 1. INTRODUCTION The City of San Luis Obispo (“City”) is issuing this Request for Statements of Qualification (RFQ) in search of candidates (“Candidates”) who have the necessary qualifications as set forth in this RFQ to be prequalified to bid on the City’s Water Resource Recovery Facility Project (“Project”). The City has determined that all general contractors, electrical subcontractors, and control systems integrators interested in bidding on this Project must be prequalified prior to submitting a bid. General contractors specifically experienced with large-scale municipal wastewater, recycled water, or potable water treatment plant construction are invited to participate in the prequalification process. Candidates must fully complete the prequalification application package (“Prequalification Package”), including but not limited to the Prequalification Questionnaire (“Questionnaire”), provide all materials requested herein, and be deemed prequalified by City to be on the list of eligible bidders (“Project Bidders List”). The final list of prequalified general contractors, electrical subcontractors, and control systems integrators will be issued following evaluation of the Prequalification Packages. The City will not accept a bid proposal from any general contractor that is not on the Project Bidders List and the City will not accept a bid from any prequalified general contractor that does not list a prequalified electrical subcontractor for the electrical portion of the Project scope and a prequalified control systems integrator for the control systems integration portion of the Project scope, or complete the separate prequalification process for electrical subcontractors and control systems integrators itself and be prequalified to self-perform that work. If two or more business entities intend to submit a bid as part of a Joint Venture, each entity within the Joint Venture must submit a fully complete Prequalification Package and be separately qualified to bid. The prequalification procedure involves the review and evaluation of information regarding the proven experience of Candidates to construct the Project in a manner acceptable to the City. The experience of each Candidate will be evaluated on the basis of the qualification submittal and information gathered by the City from the references of related projects. Proven experience is defined as the actual performance of the Candidate on previous construction projects of a similar size and complexity as corroborated by said references. The City is not obligated to prequalify or accept a Candidate with no or unsatisfactory related experience. Candidates may obtain an electronic copy of the Prequalification Package and excerpts from the preliminary design plans from www.bidsync.com. Responses to Candidates’ questions and any addenda to the RFQ will be posted to www.bidsync.com. Portions of the 60% preliminary design submittal are provided for information only and are not intended for bidding or construction purposes. Prequalified bidders will be responsible to prepare bids based on the final design plans and contract documents to be issued with the Notice Inviting Bids. The City reserves the right to cancel this Notice or to reject any and all responses and Prequalification Packages, if it determines, in its sole discretion, that such cancellation or rejection is in the best interest of the City. The City reserves the right to bid the Project without use of the Bidders List. Resolution No. 10882 (2018 Series) EXHIBIT A Page 7 Objective The objective of this RFQ is to provide sufficient information to enable Candidates to submit written Prequalification Packages. Only qualified Candidates will be eligible to submit a bid proposal as a prime contractor for the Project. Candidates responding to this RFQ do so with the understanding that they are not guaranteed the awarding of contracts and work. Qualified Candidates may be required to meet additional qualifications as detailed in the Project bid package. In addition to this Prequalification Package for general contractors, electrical subcontractors and control systems integrators must also be prequalified under a separate, but concurrent, prequalification process. Should a general contractor plan to self -perform the electrical work or the control systems integration work, it will need to submit an electrical subcontractor Prequalification Package and a control systems integrator Prequalification Package. Should a general contractor be prequalified by the Owner as a general contractor and not an electrical subcontractor and/or a control systems integrator, that general contractor will not be allowed to self-perform the electrical work and the control systems integration work and must use one of the electrical subcontractors and control systems integrators that is approved by the City for the electrical work and control systems integration work. Likewise, should a general contractor be prequalified as an electrical subcontractor or a control systems integrator and not as a general contractor, that general contractor will not be allowed to submit a bid to the City as a general contractor. However, that same general contractor can submit a quote for the electrical work or the control systems integration work to any of the general contractors that are prequalified by the City. Prequalification Outreach Meeting A non-mandatory prequalification outreach meeting and site tour is scheduled for May 8, 2018 at 10 AM. The purpose of the prequalification outreach meeting is to introduce the Project and the prequalification process. The prequalification meeting will be held at the City’s Corporation Yard, 25 Prado Road, San Luis Obispo, 93401. The prequalification outreach meeting will be broadcast via video conference for those Candidates unable to attend in person. Details for the video broadcast and login instructions will be posted to www.bidsync.com in advance of the meeting. Project Description The City owns and operates the Water Resource Recovery Facility (“WRRF”) located on Prado Road in San Luis Obispo, California. The WRRF treats municipal wastewater collected from the City, California Polytechnic State University (Cal Poly), and the San Luis Obispo County Airport under Waste Discharge Requirements (WDR) R3-2014-0033 and National Pollutant Discharge Elimination System (NPDES) No. CA0049224. The WRRF is currently rated for 5.1 million gallons per day (mgd) of average dry weather flow (ADWF) conditions and currently treats an average of approximately 3.1 mgd under ADWF conditions. After being treated, the water is either recycled or discharged to San Luis Obispo Creek. The WRRF was originally constructed in 1923 and upgraded or expanded in 1942, 1962, 1982, and 1994, and in 2006 the water reuse facilities were added. The Project will upgrade the WRRF to meet City’s new NPDES permit, treat future flows and loading, replace aging equipment, maximize the production of recycled water, and incorporate interpretive features and public amenities. Resolution No. 10882 (2018 Series) EXHIBIT A Page 8 A key driver of the Project is the new NPDES permit adopted in September 2014 (effective December 1, 2014). The new permit includes discharge limitations that will require significant process upgrades. Specifically, the new permit includes strict disinfection byproduct limits which will require a new disinfection technology, as well as nitrate limits which will require a significant upgrade of the secondary treatment processes. A new Time Schedule Order (TSO) was also adopted in September 2014 which requires City to achieve the disinfection byproduct limits and nitrate limits by November 30, 2019. Project improvements include the construction of a new Water Resource Center with process laboratory and educational space; expanded flow equalization basin, flow structure modifications and new flow equalization pump station; headworks modifications; odor control system; primary clarifier modifications, new primary sludge pumping system, and new primary scum pumping system; new chemical facilities; new primary effluent screens; modifications to existing bioreactor basins; new bioreactor basins and a membrane bioreactor (MBR) facility; new ultraviolet (UV) disinfection facility; new effluent cooling facility; gravity thickener modifications; new sludge thickening facility; new aerobic digester, modifications to existing digester, modifications to sludge storage tank, and modifications to existing digester equipment; site electrical facilities; site work; and landscaping. The Project has been conditionally approved to receive funding from the State Water Resources Control Board through the Clean Water State Revolving Fund (CWSRF). Eligible bidders will be required to comply with all CWSRF requirements including Disadvantaged Business Enterprise (DBE) outreach, Federal Davis Bacon wage rates, and utilization of American Iron and Steel. Preliminary Construction Drawings Select drawings from the 60% preliminary design submittal have been included as Appendix L. These drawings are provided for reference only, are subject to change through the design process, and are not to be used for bidding purposes. Engineer’s Opinion of Probable Construction Cost The estimated construction cost of the Project is between $90 million and $110 million. 2. INSTRUCTIONS FOR PREPARATION AND SUBMISSION OF PREQUALIFICATION PACKAGES Each general contractor wishing to bid on the contract to construct the Project must fully complete the Prequalification Package and provide all information and materials requested and satisfy the prequalification criteria. If two or more business entities wish to bid the Project as a joint venture ("JV"), each entity must fully complete the Prequalification Package and be separately deemed prequalified to bid. The JV must be properly licensed by the California Contractors State License Board and registered with the California Department of Industrial Relations before the construction contract is executed. Answers to questions contained in the Prequalification Package, information about current bonding capacity, a notarized statement from surety, with accompanying notes and supplemental information, will be used by the City in order to rate Candidates with respect to their qualifications to bid on the Project. The City reserves the right to check any other sources available to verify Candidate’s statements, prior performance and veracity. The City’s decision will be based on objective evaluation criteria described in the Evaluation Process Section below. Resolution No. 10882 (2018 Series) EXHIBIT A Page 9 While the prequalification process is intended to assist the City in determining bidder responsibility prior to bid, neither the fact of prequalification, nor any prequalification rating, will preclude the City from a post-bid consideration and determination of whether a bidder has the quality, fitness, capacity and experience to satisfactorily perform the proposed work, and has demonstrated the requisite trustworthiness. Candidates shall provide only complete and accurate information. The Candidate acknowledges that the City is relying on the truth and accuracy of the responses contained herein. If any information provided by a Candidate becomes inaccurate, the Candidate must immediately notify the City and provide updated accurate information in writing, accompanied by an affidavit made under penalty of perjury. Should a Candidate omit requested information or falsify information, the City may determine that the contractor is not qualified. Attach additional sheets as needed to provide complete responses. Except where information related to former entities is expressly required, for purposes of evaluation, scoring and prequalification, all required Candidate information, including but not limited to experience, personnel and finances, must be provided for the licensed entity that will be bidding for the contract to construct the Project. Information related to parent companies, subsidiaries, and any other related entity or proposed subcontractors will not be considered. The prequalification of contractors will be determined by evaluation of the information submitted by Candidates. The City may verify any or all information provided in completed Prequalification Package, consider information provided by sources other than the Candidate, and conduct such investigations as the City deems appropriate to assist in the evaluation of Candidate's responsibility, qualifications, and financial capacity. If a Candidate seeking prequalification has not been in business for the time period for which information is requested, it shall submit information on predecessor entities covering that time period. The City may refuse to grant prequalification where the requested information and materials are not provided. There is no appeal from the City’s decision not to prequalify a Candidate due to an incomplete or late application. Certification Each Prequalification Package must be completed with all information requested and be signed under penalty of perjury by an individual who has the legal authority to bind the Candidate seeking prequalification. The City must receive all Prequalification Packages and materials requested therein by the date and time stated in this RFQ. Prequalification Packages that are incomplete, unsigned or received after the specified time may be returned unopened, and the Candidate will not be eligible to participate in the bidding of the Project. Public Records As provided in Public Contract Code Section 20101, the Prequalification Packages submitted by Candidates are not public records and are not open to public inspection. All information provided will be kept confidential to the extent permitted by law. However, the contents may be disclosed to third parties for purpose of verification or investigation, or in an appeal hearing. State law requires that the names of Candidates applying for prequalification status shall be public records subject to disclosure, and the first page of the Questionnaire will be used for that purpose. Resolution No. 10882 (2018 Series) EXHIBIT A Page 10 Time and Place for Submission of Candidate Responses The Prequalification Package shall be submitted in person or sent via courier or U.S. mail (other means of transmission, including facsimile and email, will not be accepted) in a sealed envelope and clearly marked “CONFIDENTIAL” by 2 PM, local prevailing time, on June 5, 2018, as follows: “City of San Luis Obispo, Public Works Department 919 Palm Street San Luis Obispo, CA 93401 Attn: David Hix CONFIDENTIAL – Statement of Qualifications: General Contractors for Construction of Water Resource Recovery Facility Project” Candidate shall submit one (1) hard copy original, bound or in a three-ring binder, clearly marked “CONFIDENTIAL, ORIGINAL” on the outside cover and containing an original “ink” signature. In addition, the Candidate shall submit one (1) electronic version of the Prequalification Package on a separate CD ROM, DVD, or solid state “flash” USB drive containing the Prequalification Package in one searchable PDF file. Each Candidate shall submit a Prequalification Package, which consists of the following, in one (1) sealed envelope: • One (1) copy of the completed Acknowledgement (Page 10 of RFQ); • One (1) copy of the completed Candidate Contact Information Form (Appendix A); • One (1) copy of the Prequalification Questionnaire and related information (Appendix B); • One (1) copy of each Project Data Sheet (Appendix C); • One (1) copy of each Release and Waiver Agreement (Appendix D); • One (1) copy of EMR verification letter from insurance carrier (Appendix B, Part II, Question G.32) • One (1) copy of each Key Personnel Data Sheet (Appendix G); • One (1) copy of the completed Affidavit (Appendix F); • One (1) copy of completed Certification of Surety (Appendix I); and • One (1) CD, DVD, or solid state “flash” USB drive containing a PDF file of the above documents. The list of Qualified Candidates will be posted on www.bidsync.com on the date indicated in the schedule below. Candidates receiving a determination of “Not Qualified” will be notified of their status. Prequalification Packages received after the deadline will not be considered. There is no appeal from a denial due to an incomplete application. The City reserves the right to contact a Candidate for clarification or further information. The City will not be responsible for submittals that are delinquent, lost, mismarked, sent to an address other than the address provided above or sent by mail or courier service and not signed for by the City. Resolution No. 10882 (2018 Series) EXHIBIT A Page 11 Evaluation Process To prequalify, a Candidate must fully complete the Candidate Contact Information Form, Prequalification Questionnaire, and other information requested within this RFQ. In the case of joint ventures, a complete Prequalification Package must be submitted individually for each joint venture partner. A committee formed by the City will evaluate responses to the RFQ. Members of the evaluation committee may include some or all of the following: City officials and staff and City’s consultants. Evaluations of RFQs are subject to the sole discretion of the evaluation committee. Following completion of the evaluation process, the evaluation committee will forward its determination to the Candidates. The City reserves the right to rescind any Candidate’s Qualified Candidate status if it is determined that the facts provided by the Candidate are inaccurate. Candidates will be evaluated based upon their responses to the Prequalification Questionnaire, which consists of the following three (3) parts: Part I, Essential Requirements for Qualification: All questions are pass/fail. Candidates must pass all of the questions to be qualified to submit a Bid on the Project. Part II, Information Regarding the Organization, History, Performance, and Compliance with Civil and Criminal Laws: ▪ Candidates are required to provide information related to the team composition, company organization, business history and performance, and licenses. ▪ Candidates are required to answer questions regarding history of financial and professional responsibility. ▪ Candidates are required to provide information regarding disputes, criminal matters and related suits, compliance with occupational safety and health laws, and compliance with labor laws. Part III, Mandatory Project Experience ▪ Candidates are required to complete a minimum technical qualification questionnaire and submit Project Data Sheets for the referenced projects. ▪ In addition, for each of the required Project Data Sheets, a Reference Questionnaire will be sent to the project owners. Candidates must score a minimum of 122 points out of a possible 175 points on each Reference Questionnaire to be qualified to proceed with the evaluation process. Notification The City will notify each Candidate as to whether it has been prequalified to bid on the Project through a Notice of Determination. Following issuance of a Notice of Determination, the City reserves the right to suspend or rescind the Qualified Candidate rating of Candidates based on subsequently learned information. Resolution No. 10882 (2018 Series) EXHIBIT A Page 12 Protest Procedure A. Any protest relating to the form or content of the RFQ must be submitted in writing at least ten (10) business days before the original deadline for submitting Statements of Qualification. Any Candidate who submits a Statement of Qualifications without making a protest shall be deemed to have waived any objection to the form and content of the RFQ documents and evaluation process. B. A Candidate may file a “protest” of the RFQ with the City. C. Any protest must meet all of the following requirements: 1. Be filed in writing within five (5) business days after the RFQ is first posted or published; 2. Clearly identify the alleged irregularity or other basis for the protest; and 3. Specify, in detail, the factual and legal grounds for the protest. D. If the protest does not meet all of these requirements, the City may reject it without further review. E. If the protest is timely and complies with all of the above requirements, the City shall review the protest and all relevant information. The City will provide a written response to the protestor. F. The procedure and time limits set forth in this paragraph are mandatory and are the sole and exclusive remedy in the event of a protest. Failure to comply with these procedures shall constitute a failure to exhaust administrative remedies and a waiver of any right to further pursue the protest, including filing a Government Code Claim or legal proceedings. Appeals Process Where a timely and completed prequalification application results in a rating below that necessary to prequalify, the Candidate can appeal the determination. To appeal, the Candidate must deliver written notice to City of its appeal of the decision with respect to its prequalification determination, no later than five (5) business days after City staff issues its recommendation of the qualified Project Bidders List. Without a timely notice of appeal, the Candidate waives any and all rights to challenge the decision of the City, whether by administrative process, judicial process, or any other legal process or proceeding. The procedure and time limits set forth in this paragraph are mandatory and are the sole and exclusive remedy in the event a Candidate contests the City’s decision. Failure to comply with these procedures shall constitute a failure to exhaust administrative remedies and a waiver of any right to further pursue the bid protest, including filing a Government Code Claim or legal proceedings. The letter of appeal must include a written statement specifying in detail each and every one of the grounds asserted for the appeal. The letter of appeal must be signed by an individual authorized to represent the Candidate and must cite the relevant section of the RFQ or Appendix on which the appeal is based. In addition, the Candidate must specify facts and evidence sufficient for the City to determine the validity of the appeal. If a letter of appeal is mailed, the Candidate bears the risk of non-delivery within the deadlines specified herein. Letters of appeal should be transmitted by a means that will conclusively establish the date the City receives the appeal. Appeals or notice of appeals made orally (e.g., by telephone) will not be considered. Letters of appeal must be delivered to the Project Manager as described in Section 6 “Project Administration”. Resolution No. 10882 (2018 Series) EXHIBIT A Page 13 If the Candidate files a complete and timely letter of appeal, a review of the appeal shall commence soon after receipt of the request. The review shall be conducted by the City or its designee and will be based upon the information submitted by the Candidate in its letter of appeal. The City will notify the Candidate in writing of its decision at the conclusion of the review. The decision of the City is final. If a Candidate provides the required notice of appeal and requests a hearing, the hearing shall be conducted so that it is concluded no later than ten (10) business days after the City’s receipt of the notice of appeal. The hearing shall be an informal process conducted by the City’s designee, who is delegated responsibility to hear such appeals (the “Appeals Panel”). At or prior to the hearing, the Candidate will be advised of the basis for the City’s prequalification determination. The Candidate will be given the opportunity to present information and reasons opposing the rating. Within two (2) business days after the conclusion of the hearing, the Appeals Panel shall render its decision, which will be final and binding. It is the intention of the City that the date for the submission and opening of any bids will not be delayed or postponed to allow for completion of an appeal process. 3. PROJECT SCHEDULE The anticipated prequalification and bidding schedule is summarized as follows: Date Milestone April 21, 2018 City issues Request for Statements of Qualification from Candidates May 8, 2018 Prequalification Outreach Meeting May 18, 2018 Deadline for submitting questions June 5, 2018 City receives Prequalification Packages June 25, 2018 City issues prequalified Project Bidders List and issues Notices of Determination to Candidates Five days after City notifies contractors of ratings Last day for Candidates to appeal City’s decision with respect to prequalification ratings July 17, 2018 Last day for appeals to be heard by City July 20, 2018 City adopts final Project Bidders List November 2018 City issues Notice Inviting Bids for Project December 2018 City receives Bids for the Project City may, in its sole discretion, modify the prequalification and bidding schedule. A non-mandatory prequalification outreach meeting and site tour is scheduled for May 8, 2018 at 10 AM. The purpose of the prequalification outreach meeting is to introduce the Project and the prequalification process. The prequalification meeting will be held at the City’s Corporation Yard, 25 Prado Road, San Luis Obispo, 93401. The prequalification outreach meeting will be broadcast via video conference for those Candidates unable to attend in person. Details for the video broadcast and login instructions will be posted to www.bidsync.com in advance of the meeting. Resolution No. 10882 (2018 Series) EXHIBIT A Page 14 4. TERMS AND CONDITIONS GOVERNING THIS RFQ Costs of Responding, Retention by City of Questionnaires, and Related Documents The City accepts no financial responsibility for any costs incurred by a Candidate in responding to this RFQ. Completed questionnaires and any other documents or materials submitted in response to this RFQ shall, upon submission, become the property of the City and may be used by the City in any way the City deems appropriate. Reservation of Rights by City The issuance of this RFQ does not constitute an agreement by the City that any subsequent selection process will occur or that any contract will be entered into by the City. The City expressly reserves the right at any time to: • Waive any defect or informality in any Prequalification Package or the procedure set forth in this RFQ. • Reject any or all questionnaires. • Issue a new request for statements of qualification in lieu of this RFQ. • Change the subsequent selection process. • Procure all or any portion of the Work by any other means. • Determine that the Work will not be pursued. The Prequalification Package, its completion and submission by the Candidate, and its use by the City, shall not give rise to any liability on the part of the City to the Candidate or any third party or person. This is not a solicitation for bid. No guarantees are made or implied that the Project will be constructed, either in part or whole. The Candidate accepts all risk and cost associated with the completion of the Prequalification Package without financial guarantee. The City reserves the right to adjust, increase, limit, suspend or rescind any prequalification rating based on information acquired outside of the prequalification process. Candidates whose rating changes sufficient to disqualify them will be notified and given an opportunity for a hearing consistent with the hearing procedures contained herein. 5. CANDIDATE QUESTIONS, REQUESTS FOR CLARIFICATION, AND REQUESTS FOR EXCEPTIONS In the event that a Candidate has any questions or requests for clarification, the Candidate must notif y the City with its concerns no later than May 18, 2018. Should the Candidate wish to take any exceptions regarding any part of this RFQ or its attachments, the Candidate shall follow the procedures set forth in Section 2 of the RFQ. Questions, requests for clarification, and requests for exceptions submitted after this date will not be considered. Questions, requests for clarification and requests for exceptions submitted with a Prequalification Package may result in the Prequalification Package being deemed non-responsive. Questions regarding any aspect of this RFQ should be formally directed to the Project Manager via email as described in Section 6 “Project Administration”. The City’s responses will be delivered in the f orm of an addendum to this RFQ. The City’s consideration of any exception shall not, in any way, be construed as the City’s intent to grant said exception. Exceptions will be evaluated on a case-by-case basis and will be granted only to correct errors in the documentation or when it is deemed to be in the best interest of the City . Resolution No. 10882 (2018 Series) EXHIBIT A Page 15 6. PROJECT ADMINISTRATION The Project Manager for this engagement is: Project Manager: Justin Pickard, Water Systems Consulting, Inc. Email Address: jpickard@wsc-inc.com 7. ACKNOWLEDGEMENT The submission of a Prequalification Package shall constitute an acknowledgement upon which the City may rely that the Candidate has thoroughly examined and is familiar with the prequalification requirements and that the Candidate has waived any objections or contentions regarding the RFQ document and/or the prequalification requirements set forth by the City to determine if a Candidate is eligible to submit a bid proposal for this Project. By my signature below, I acknowledge receipt of this document and agree to be bound by its terms and agree to submit it as part of the Prequalification Package. Signature Printed Name Date Name of contractor on whose behalf document is signed Resolution No. 10882 (2018 Series) EXHIBIT A Page 16 APPENDIX A Candidate Contact Information Form RFQ: General Contractors for Construction of the Water Resource Recovery Facility Project Firm Name (as it appears on license): Check One: Corporation Partnership Sole Proprietor Name of Contact Person: Street Address: City: State: Zip: Phone: Fax: Email Address: Contractor’s License Number(s) and Expiration Date(s): Tax ID Number: General Tax Exemption Number: Dun & Bradstreet Number (if applicable): Resolution No. 10882 (2018 Series) EXHIBIT A Page 17 If firm is a partnership or sole proprietor: Owner of Company: Responsible Managing Employee Name: Responsible Managing Employee License Number and Expiration Date: THIS DOCUMENT IS SUBJECT TO DISCLOSURE TO THIRD PARTIES Each prospective Candidate must have a General Engineering Class “A" California Contractor’s license which is current, active and in good standing with the California Contractors State License Board (CSLB), on the date and time the request for qualifications submittal is due and must submit this request for qualification with all portions completed, including required attachments. Each prospective Candidate must answer all of the following questions and provide all requested information, where applicable. Any prospective Candidate failing to do so may be deemed unqualified to submit a proposal. It is critical that prospective a Candidate fill out all information required accurately, completely, truthfully and to the best of its knowledge. Ambiguous or incomplete information may lead to an unfavorable evaluation resulting in a determination of non- responsibility. The undersigned hereby agrees and declares that receipt of this submittal by the City of San Luis Obispo does not constitute either a direct or implied guarantee that Prequalification is or will be granted. I, the undersigned, certify and declare that I have read all the foregoing answers to this prequalification questionnaire and know their contents. The matters stated in the questionnaire answers are true of my own knowledge and belief, except as to those matters stated on information and belief, and as to those matters I believe them to be true. I declare under penalty of perjury under the laws of the State of California, that the foregoing is correct. The undersigned is a legally authorized representative of the Candidate for the legal name noted above. Candidate Signature Date Printed Name/Title Resolution No. 10882 (2018 Series) EXHIBIT A Page 18 Subscribed and sworn to before me this day of , 20 Notary Public in and for the State of: Residing at: Expiration Date: **END OF CANDIDATE CONTACT INFORMATION FORM** Resolution No. 10882 (2018 Series) EXHIBIT A Page 19 APPENDIX B Prequalification Questionnaire RFQ: General Contractors for Construction of the Water Resource Recovery Facility Project Candidates will need to demonstrate specific, relevant experience as a prime contractor or joint venture managing partner on construction of wastewater, recycled water, or potable water treatment facilities similar in size, scope and complexity to the Water Resource Recovery Facility Project (“Project”). Candidates shall complete Parts I, II and III of the Prequalification Questionnaire, per the instructions listed below. It is expected that the prime contractor or joint venture shall self-perform the majority of the Work. For Candidates forming joint ventures, each member of the joint venture must be individually prequalified as Qualified Candidates. Those Candidates who are evaluated to be qualified to perform the Project based on the submitted Prequalification Questionnaire (Qualified Candidates) will be allowed to submit bids for the Project. Instructions for completing the Prequalification Questionnaire If additional sheets are necessary to complete the questionnaire, Candidates shall use 8-½ in. x 11 in. paper, attached in order, and shall reference the section and question being answered. Candidates shall sign each additional sheet. PART I – ESSENTIAL REQUIREMENTS FOR QUALIFICATION PART II – INFORMATION REGARDING THE ORGANIZATION, HISTORY, PERFORMANCE, AND COMPLIANCE WITH CIVIL AND CRIMINAL LAWS A. Current Organization and Structure of the Business Candidates must respond to each question. B. History of the Business and Organizational Performance Candidates must respond to each question. C. Licenses Candidates must respond to each question. D. Disputes Candidates must respond to each question. E. Criminal Matters and Related Civil Suits Candidates must respond to each question. F. Bonding Candidates must provide the requested information and respond to each question. G. Compliance with Occupational Safety and Health Laws and with Other Labor and Safety Legislation Candidates must provide the requested information and respond to each question. Resolution No. 10882 (2018 Series) EXHIBIT A Page 20 H. Prevailing Wage and Apprenticeship Compliance Record Candidates must respond to each question. PART III – MANDATORY PROJECT EXPERIENCE Candidates must complete all of the questions. All questions are pass/fail with criteria for passing listed for each question. Candidates must pass all questions in order to be qualified to submit a Bid on the project. Using the Project Data Sheet (see Appendix C), Candidates must provide three (3) project references to validate the response to Part A Question 1 and one (1) project reference for each project to validate the response to Part B Questions 2 through 4. For projects completed by the Candidate as a member of a joint venture, Candidate shall indicate percent ownership of the joint venture and indicate the type and percentage of the work completed by the Candidate. The City will forward a questionnaire entitled “Project Reference Questionnaire” directly to the project owners identified in each Project Data Sheet. Each owner will be asked to complete and return the questionnaire directly to the City (see Appendix E for a sample Project Reference Questionnaire). The individual furnishing the information in the Project Reference Questionnaire shall be the project managers or the heads of the department in charge of the construction of the projects listed. These individuals must have personal knowledge of the Candidate’s performance on the project. The City reserves the right to seek additional information from any individual who has information about the listed projects. To effectuate the candid completion of information requested in the Project Reference Questionnaire, Candidates are required to execute and submit the attached Release and Waiver Agreement (Appendix D) in favor of each individual furnishing information requested in the Questionnaire. The Candidates shall verify that all previous project contact information listed is current and accurate. Failure of the Candidate to provide current and accurate project contact information may be grounds for the City to determine the Candidate as non-responsive and ineligible for further prequalification consideration. The City will not research current contact information on the Candidate’s behalf. It is the responsibility of the Candidates to ensure that the named reference individuals will respond in a timely manner and furnish the information requested in the Project Reference Questionnaire within the RFQ schedule. Candidate’s Prequalification Package shall be deemed nonresponsive if, without limitation, the Project Reference Questionnaires from the referenced individuals are not returned on time or do not provide all requested information. Resolution No. 10882 (2018 Series) EXHIBIT A Page 21 PART I. ESSENTIAL REQUIREMENTS FOR QUALIFICATION An answer of “no” to any of the Questions 1 through 3 will be rated a “Fail” and the Candidate will be immediately disqualified. An answer of “yes” to any of the Questions 4 through 13 below will be rated a “Fail” and the Candidate will be immediately disqualified. 1. Does your firm possess a valid and current General Engineering Class “A” California Contractor’s license? Yes No 2. Will the Candidate comply with and provide all insurance as defined in Appendix H “City Minimum Insurance Requirements”? Yes No NOTE: Candidate shall furnish a statement indicating the contractor’s ability to provide the insurance provided as Appendix H. The Candidate will be required to provide insurance as provided for in the Contract Documents upon actual bid and award. 3. Has the Candidate attached a notarized statement from an admitted surety insurer (approved by the California Department of Insurance) authorized to transact surety business issue bonds in the State of California, which states the Candidate’s current total available bonding capacity and individual project bonding capacity? Yes No NOTE: Candidate shall furnish a notarized statement from the surety company, not an agent or broker, similar to the sample certification provided as Appendix I. A notarized statement from the Candidate’s surety is being requested in lieu of an audited financial statement to verify the financial fitness of the Candidate. 4. Has the Candidate’s contractor’s license been revoked at any time in the last five (5) years? Yes No 5. During the last eight (8) years, has your firm ever been denied performance and payment bonds by a surety company because of the surety's determination that the entity failed to perform adequately on an existing or prior project? Yes No Resolution No. 10882 (2018 Series) EXHIBIT A Page 22 6. Has a surety firm completed a contract on the Candidate’s behalf, or paid for completion because the Candidate was terminated for default by the project owner or the Candidate was otherwise unable to complete a contract within the last five (5) years? Yes No 7. Has your contractor’s license been revoked or suspended at any time for more than 90 days in the last five years, pursuant to Article 7 of the California Business and Professional Code (construction without a permit, failure to pay civil penalties or compliance with order or correction, etc.)? Yes No 8. At the time of submitting this prequalification form, is the Candidate ineligible to bid on or be awarded a public works contract, or perform as a subcontractor on a public works contract, pursuant to either California Labor Code section 1777.1 or California Labor Code Section 1777.7? Yes No If the answer is “Yes,” state the beginning and ending dates of the period of debarment: 9. Is your firm, or any owners or officers of your firm, currently listed on the State Water Board’s List of Disqualified Businesses and Persons? Yes No 10. At any time during the last five (5) years, has the Candidate or any of its owners, or officers been convicted of a crime involving the bidding, award or performance of a government contract? Yes No 11. At any time during the last eight (8) years, has your firm, or any owners or officers of your firm, been found liable in civil or criminal court for false claims, material misrepresentation, dishonesty, or fraud against a public entity? Yes No Resolution No. 10882 (2018 Series) EXHIBIT A Page 23 12. In the last eight (8) years has your firm, or any firm with which your firm’s owners, principals or officers associated with, been debarred, disqualified, removed or otherwise prevented from bidding on, from being awarded or from completing, any public work or government project for any reason? Note: “Associated with” refers to another construction firm in which an owner, partner or officer of your firm held an ownership, principal, or management position, and which is listed in response to question Part II, Section A on this form. Yes No 13. List your firm’s Experience Modification Rate (EMR) (California workers’ compensation insurance) issued to your firm annually by your workers’ compensation insurance carr ier for the current year: Current year: ____________________ Is your current year EMR higher than 1.00? Yes No Note: Verification of your EMR must be provided as detailed in Section II, Paragraph G, Question 32. END OF PART I Resolution No. 10882 (2018 Series) EXHIBIT A Page 24 PART II. INFORMATION REGARDING THE ORGANIZATION, HISTORY, PERFORMANCE, AND COMPLIANCE WITH CIVIL AND CRIMINAL LAWS A. Current Organization and Structure of the Business For Candidates That Are Corporations: 1a. Date incorporated: 1b. Under the laws of what state: 1c. Provide all the following information for each person who is either (a) an officer of the corporation (president, vice president, secretary, treasurer), or (b) the owner of at least ten (10) percent of the corporation’s stock. Name Position Years with Co. % Ownership 1d. Identify every construction, equipment manufacturer, or material supply firm that any person listed above has been associated with (as owner, general partner, limited partner or officer) at any time during the last five (5) years. NOTE: For this question, “owner” and “partner” refer to ownership of ten (10) percent or more of the business, or ten (10) percent or more of its stock, if the business is a corporation. Name Name of Company Dates of Person’s Participation with Company Resolution No. 10882 (2018 Series) EXHIBIT A Page 25 For Candidates That Are Partnerships: 1a. Date of formation: 1b. Under the laws of what state: 1c. Provide all the following information for each partner who owns ten (10) percent or more of the firm. Name Position Years with Co. % Ownership 1d. Identify every construction, equipment manufacturer, or material supply company that any partner has been associated with (as owner, general partner, limited partner or officer) at any time during the last five (5) years. NOTE: For this question, “owner” and “partner” refer to ownership of ten (10) percent or more of the business, or ten (10) percent or more of its stock, if the business is a corporation. Name Name of Company Dates of Person’s Participation with Company For Candidates That Are Sole Proprietorships: 1a. Date of commencement of business: 1b. Identify every construction, equipment manufacturer, or material supply firm that the business owner has been associated with (as owner, general partner, limited partner or officer) at any time during the last five (5) years. NOTE: For this question, “owner” and “partner” refer to ownership of ten (10) percent or more of the business, or ten (10) percent or more of its stock, if the business is a corporation. Resolution No. 10882 (2018 Series) EXHIBIT A Page 26 Name Position Years with Co. % Ownership B. History of the Business and Organizational Performance 2. Has there been any change in ownership of the Candidate’s firm at any time during the last five (5) years? NOTE: A corporation whose shares are publicly traded is not required to answer this question. Yes No If “yes,” explain on a separate signed page. 3. Is the Candidate a subsidiary, parent, holding company or affiliate of another construction, equipment manufacturer, or material supply firm? NOTE: Include information about other firms if one firm owns 50 percent or more of another, or if an owner, partner, or officer of the Candidate holds a similar position in another firm. Yes No If “yes”, and a firm seeks to prequalify based on the financial status or the experience of an affiliate or parent company, that affiliate or parent company will be required to provide an affidavit guaranteeing the contract performance of the prequalifying firm in every respect including indemnity. Provide a detailed explanation on a separate signed page. 4. Are any corporate officers, partners or owners connected to any other construction, equipment manufacturer, or material supply firms? NOTE: Include information about other firms if an owner, partner, or officer of the Candidate holds a similar position in another firm. Yes No If “yes,” explain on a separate signed page. 5. State the Candidate’s gross revenues for each of the last three (3) years: Year Gross Revenue Resolution No. 10882 (2018 Series) EXHIBIT A Page 27 6. How many years has the Candidate been in business in California as a contractor under the Candidate’s present business name and license number? Years 7. Is the Candidate currently the debtor in a bankruptcy case? Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number, and the date on which the petition was filed. 8. Was the Candidate in bankruptcy at any time during the last five (5) years? This question refers only to a bankruptcy action that was not described in answer to question 7, above. Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number and the date on which the petition was filed, and a copy of the Bankruptcy Court’s discharge order, or of any other document that ended the case, if no discharge order was issued. C. Licenses 9. List all California construction license numbers, classifications and expiration dates of the California contractor licenses held by the Candidate. At a minimum, general contractors shall possess a valid Class A – General Engineering Contractor’s License to be considered. License Number Classification Expiration Date 10. If any of the Candidate’s license(s) are held in the name of a corporation or partnership, list below the names of the qualifying individual(s) listed on the California Contractors State License Board (CSLB) records who meet(s) the experience and examination requirements for each license. License Number Classification Name of Qualifying Individual(s) Expiration Date 11. Has the Candidate changed names or license number in the past five (5) years? Yes No If “yes,” explain on a separate signed page, including the reason for the change. Resolution No. 10882 (2018 Series) EXHIBIT A Page 28 12. Has any owner, partner or (for corporations) officer of the Candidate operated a construction, equipment manufacturer, or material supply firm under any other name in the last five (5) years? Yes No If “yes,” explain on a separate signed page, including the reason for the change. 13. Has any CSLB license held by the Candidate or its Responsible Managing Employee (RME) or Responsible Managing Officer (RMO) been suspended or revoked within the last five (5) years? Yes No If “yes,” please explain on a separate signed sheet. D. Disputes 14. At any time in the last five (5) years has the Candidate been assessed liquidated damages under a construction contract with either a public or private owner? Yes No If yes, explain on a separate signed page, identifying all such projects by owner, owner’s address, the date of completion of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. 15. In the last five (5) years has the Candidate been denied an award of a public works contract based on a finding by a public agency that the Candidate was not a responsible bidder? Yes No If “yes,” explain on a separate signed page. Identify the year of the event, the owner, the project and the basis for the finding by the public agency. 16. In the past five (5) years has any action against the contractor concerning the Candidate’s performance of a construction project been filed in court or arbitration? Yes No If “yes,” on separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). If “yes”, are there any current claims against the contractor that should you lose the claim(s), would adversely affect the contractor’s financial position or the contractor’s ability to meet the contractor’s obligations if awarded the contract for this project? If so, please explain. Resolution No. 10882 (2018 Series) EXHIBIT A Page 29 17. In the past five (5) years has the contractor made any claim against a project owner concerning work on a project or payment for a contract and filed that an action in court or arbitration? Yes No If “yes,” on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). If “yes”, are there any current claims against a project owner t hat should the Candidate lose the claim(s), would adversely affect the Candidate’s financial position or the Candidate’s ability to meet the Candidate’s obligations if awarded the contract for this project? If so, please explain. 18. At any time during the past five (5) years, has any surety company made any payments on the Candidate’s behalf, to satisfy any claims made against a performance or payment bond issued on the Candidate’s behalf, in connection with a construction project, either public or private? Yes No If “yes,” explain on a separate signed page the amount of each such claim, the name and telephone number of the claimant, the date of the claim, the grounds for the claim, the present status of the claim, the date of resolution of such claim if resolved, the method by which such was resolved if resolved, the nature of the resolution and the amount, if any, at which the claim was resolved. 19. In the last five (5) years has any insurance carrier, for any form of insurance, refused to renew the insurance policy for the Candidate? Yes No If “yes,” explain on a separate signed page. Name the insurance carrier, the form of insurance and the year of each refusal. E. Criminal Matters and Related Civil Suits 20. Has the Candidate or any of its owners, officers or partners ever been convicted of a crime involving any federal, state, or local law related to construction? Yes No If “yes,” explain on a separate signed page, including identifying who was involved, the name of the public agency, the date of the conviction and the grounds for the conviction. 21. Has the Candidate or any of its owners, officers or partners ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty? Yes No If “yes,” identify on a separate signed page the person or persons convicted, the court (the county if a state court, the district or location of the federal court), the year and the criminal conduct. Resolution No. 10882 (2018 Series) EXHIBIT A Page 30 F. Bonding 22. Attach a certified statement from a bonding firm authorized to do business in the State of California. The certification shall be submitted in original form and must indicate the maximum bonding coverage the surety will issue on the applicant’s behalf for a single contract, and shall also specify the total bonding that the surety will issue for all of the Candidate’s work, including uncompleted contracts, and the Candidate’s current bonding capacity is sufficient for this Project for which the Candidate is seeking prequalification. A sample Certification of Surety is included as Appendix I to this RFQ. Minimum bonding for this Project is currently estimated at $125 million. 23. If the Candidate was required to pay a premium of more than one (1) percent for a performance and payment bond on any project(s) on which the Candidate worked at any time during the last five (5) years, state the percentage that the Candidate was required to pay. The Candidate may provide an explanation for a percentage rate higher than one (1) percent, if the Candidate wishes to do so. 24. List all other sureties (name and full address) that have written bonds for the Candidate during the last five (5) years, including the dates during which each wrote the bonds: 25. During the last five (5) years, has the Candidate ever been denied bond coverage by a surety company, or has there ever been a period of time when the Candidate had no surety bond in place during a public construction project when one was required? Yes No If yes, provide details on a separate signed sheet indicating the date when the Candidate was denied coverage and the name of the company or companies which denied coverage; and the period during which the Candidate had no surety bond in place. G. Compliance with Occupational Safety and Health Laws and with Other Labor Legislation Safety 26. Has Cal/OSHA cited and assessed penalties against the Candidate for any “serious,” “willful” or “repeat” violations of its safety or health regulations in the past five (5) years? Yes No If “yes,” attach a separate signed page describing the citations, including information about the dates of the citations, the nature of the violation, the project on which the citation(s) was or were issued, and the amount of penalty paid, if any. If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued, state the case number and the date of the decision. 27. Has the federal Occupational Safety and Health Administration cited and assessed penalties against the Candidate in the past five (5) years? Yes No If “yes,” attach a separate signed page describing each citation. Resolution No. 10882 (2018 Series) EXHIBIT A Page 31 28. As a result of the Candidate’s actions or inactions, has the EPA or any Air Quality Management District or any Regional Water Quality Control Board cited and assessed penalties against either the Candidate or the owner of a project on which the Candidate was the contractor, in the past five (5) years? Yes No If “yes,” attach a separate signed page describing each citation. 29. How often does the Candidate require documented safety meetings to be held for construction employees and field supervisors during the course of a project? 30. Experience Modification Rate (EMR): Please obtain a letter from the Candidate’s insurance carrier (or state fund if applicable) with the Candidate’s interstate EMR’s for the last three (3) years. If the Candidate does not have an interstate rating, obtain the Candidate’s intrastate EMRs. Attach the letter as part of this package. The Candidate shall list the Experience Modification Rate for the last three (3) years (available from the Candidate’s insurance carrier). Year EMR Three Year Average = Are the above rates interstate or intrastate? NOTE: Any of the following methods of “obtaining a letter” are acceptable: (1) Furnish a letter from the Candidate’s insurance agent, insurance carrier or state fund (on their letterhead) verifying the EMR data listed above; or (2) Furnish a photocopy of the applicable Experience Rating Calculation Sheets, which the Candidate’s insurance carrier should forward to the Candidate annually. 31. Within the last five (5) years has there ever been a period when the Candidate had employees but was without workers’ compensation insurance or state-approved self- insurance? Yes No If “yes,” please explain the reason for the absence of workers’ compensation insurance on a separate signed page. If “no,” please provide a statement by the Candidate’s current workers’ compensation insurance carrier that verifies periods of workers’ compensation insurance coverage for the last five (5) years. (If the Candidate has been in the construction business for less than five (5) years, provide a statement by the Candidate’s workers’ compensation insurance carrier verifying continuous workers’ compensation insurance coverage for the period that the Candidate has been in the construction business.) Resolution No. 10882 (2018 Series) EXHIBIT A Page 32 H. Prevailing Wage and Apprenticeship Compliance Record 32. Has Candidate been required at any time during the last five (5) years to pay either back wages or penalties for the Candidate’s own firm’s failure to comply with California’s prevailing wage laws? NOTE: This question refers only to the Candidate’s own firm’s violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. Yes No If ”yes,” attach a separate signed page or pages, describing the nature of each violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed, the number of employees who were initially underpaid and the amount of back wages and penalties that the Candidate was required to pay. 33. During the last five (5) years, has the Candidate’s own firm has been penalized or required to pay back wages for failure to comply with the federal Davis-Bacon prevailing wage requirements? Yes No If “yes,” attach a separate signed page or pages describing the nature of the violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed, the number of employees who were initially underpaid, the amount of back wages the Candidate was required to pay along with the amount of any penalty paid. 34. At any time during the last five (5) years, has the Candidate been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: The Candidate may omit reference to any incident that occurred if the violation was by a subcontractor and the Candidate, as general contractor on a project, had no knowledge of the subcontractor’s violation at the time it occurred. Yes No If “yes,” provide the date(s) of such findings and attach copies of the Department’s final decision(s). END OF PART II Resolution No. 10882 (2018 Series) EXHIBIT A Page 33 PART III. MANDATORY PROJECT EXPERIENCE Candidates must complete Questions 1 through 5 in this section. In the case of joint ventures, each joint venture partner must complete Questions 1 through 5. Questions 1 through 4 in this section are pass/fail with criteria for passing listed for each question. Candidates must pass all questions in this section in order to be qualified to submit a Bid for the Project. Using the Project Data Sheet (see Appendix C), Candidates (each partner for joint ventures) must provide three (3) project references to validate the responses to Questions 1 and one (1) project reference for each project to validate the response to Questions 2 through 4. Please note the projects provided as references for Question 1 can be used as references for Questions 2 through 4 where applicable. Candidates (each partner for joint ventures) must provide at least three (3) different reference projects. The City will forward a questionnaire entitled “Project Reference Questionnaire,” directly to the list of Project owners specified in each Project Data Sheet. Each owner will be asked to complete and return the questionnaire directly to the City (see Appendix E for a sample Project Reference Questionnaire). The individual furnishing the information in the Project Reference Questionnaire shall be the project managers or the heads of the department in charge of the construction of the projects listed. These individuals must have personal knowledge of the Candidate’s performance on the project. The City reserves the right to seek additional information from any individual who has information about the listed projects. Candidates are required to score a minimum of 122 points out of a possible 175 points on each Project Reference Questionnaire to be qualified to proceed with the evaluation process. To effectuate the candid completion of information requested in the Project Reference Questionnaire, Candidates are required to execute and submit the attached Release and Waiver Agreement (Appendix D) in favor of each individual furnishing information requested in the Questionnaire. A. Firm Experience 1. Has your firm completed at least three (3) treatment facility projects (wastewater, recycled water, or potable water) within the past ten (10) years that meet all the following criteria: • Your firm self-performed at least 30% of the work (based on total craft hours); • Construction took place within an active treatment facility that remained in operation during construction; • The treatment capacity was at least two (2) million gallons per day (average dry weather flow); and • Contract value was at least $50 million, with one (1) of the three (3) projects valued at $75 million or greater? Resolution No. 10882 (2018 Series) EXHIBIT A Page 34 Note: Contract values for projects completed prior to January 1, 2018, can be converted to equivalent 2018 costs by utilizing the Engineering News Record (ENR) Construction Cost Index (20-city average) in accordance with the following formula: INDEX 2018 x Cost (year completed) = Cost 2018 INDEX (year completed) Where: INDEX 2018 corresponds to the ENR CCI for January 2018 INDEX (year completed) corresponds to the ENR CCI for the month and year when the project was completed Cost (year completed) is the final construction cost at the completion of the project, including change orders Candidate (each partner if a joint venture) must meet the requirements of this question on its own as a firm/entity; the City will not consider the experience/qualifications of other joint venture partners, subcontractors, or Candidate’s employees when evaluating the Candidate's (each partner’s if a joint venture) qualifications in response to this question. Yes No If “no”, your firm is not qualified to submit a Bid on the Project. List the qualifying projects, citing the following: project name, project owner, original and final contract amount, original and final contract time, project scope, percentage of the work self-performed, and year of completion. Complete and submit a Project Data Sheet (Appendix C) for each of the projects listed below. Project 1: Project 2: Project 3: Resolution No. 10882 (2018 Series) EXHIBIT A Page 35 B. Key Personnel Experience 2. Does your proposed Project Manager have at least ten (10) years of experience managing complex wastewater, recycled water, or potable water treatment facility projects including at least one (1) project with a contract value of $75 million or greater and has the proposed Project Manager been employed by your firm for at least one (1) year? Candidate (each partner if a joint venture) must meet the requirements of this question with its own employees; the City will not consider the experience/qualifications of employees of other joint venture partners or subcontractors. Yes No If “no”, your firm is not qualified to submit a Bid on the project. List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self -performed, and year of completion. Complete and submit a Project Data Sheet for the project listed below. Project 4: 3. Has your proposed Project Manager managed the construction of a wastewater, recycled water, or potable water treatment facility project that included the construction, startup and commissioning of a membrane filtration system (microfiltration, ultrafiltration, or membrane bioreactor) with a capacity of at least 500,000 gallons per day? Candidate (each partner if a joint venture) must meet the requirements of this question with its own employees; the City will not consider the experience/qualifications of employees of other joint venture partners or subcontractors. Yes No If “no”, your firm is not qualified to submit a Bid on the project. List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self -performed, and year of completion. Complete and submit a Project Data Sheet for the project listed below. Project 5: 4. Does your proposed Superintendent for this Project have at least fifteen (15) years of experience constructing complex wastewater, recycled water, or potable water treatment facility projects including at least one (1) project with a contract value of $75 million or Resolution No. 10882 (2018 Series) EXHIBIT A Page 36 greater and has the proposed Superintendent been employed by your firm for at least one (1) year? Candidate (each partner if a joint venture) must meet the requirements of this question with its own employees; the City will not consider the experience/qualifications of employees of other joint venture partners or subcontractors. Yes No If “no”, your firm is not qualified to submit a Bid on the project. List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self -performed, and year of completion. Complete and submit a Project Data Sheet for the project listed below. Project 6: 5. List the qualifying Project Manager and Superintendent proposed for this Project below. Also list the names of other key lead personnel, including the Contractor Quality Control System Manager, Startup and Commissioning Manager, and Health and Safety Officer. Complete and submit a Key Personnel Data Sheet (Appendix G) for each of the individuals listed below. Project Manager Superintendent(s) Quality Control System Manager Startup and Commissioning Manager Health and Safety Officer In the event that changes to key lead personnel occur after a Candidate has been designated as qualified to bid, Candidate shall provide at least three (3) resumes (using Appendix G resume forms) of proposed candidate replacement personnel in advance of submitting its bid. Proposed replacement personnel shall have qualifications that meet or exceed those of the personnel being replaced, as determined by the City. The City reserves the right to exclude any prospective Bidder or reject any bid in the event that there are differing key personnel from those which were prequalified. END OF PART III Resolution No. 10882 (2018 Series) EXHIBIT A Page 37 APPENDIX C Project Data Sheet Performance Record RFQ: General Contractors for Construction of the Water Resource Recovery Facility Project As directed in the Prequalification Questionnaire instruction for Part III, Candidates (each partner if a joint venture) must provide a minimum of three (3) project references to validate the responses to Question 1 . If the three (3) project references provided for Question 1 do not meet the requirements of Questions 4 through 4, Candidates must provide additional reference projects to validate the responses to those questions. Resolution No. 10882 (2018 Series) EXHIBIT A Page 38 Project Reference 1 of 3 for Part III-A, Question 1: To be considered for prequalification, Candidate (each partner if a joint venture) shall have completed at least three (3) treatment facility construction projects (wastewater, recycled water, and/or potable water) each within the past ten (10) years for which your firm self-performed at least 30% of the work, construction took place within an active treatment facility that remained in operation during construction, the treatment capacity was at least 2.0 million gallons per day (average daily flow), and the contract value was at least $50 million. At least one (1) of the three (3) reference projects must have a contract value of at least $75 million. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 1 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 Names of JV Partners/Major Subs Performing more than 10% of the Work 4 Roles of JV Partners/Major Subs 5 Names of Project Manager and Superintendents 6 Engineering Firm (Contact Name/Address/Telephone/e-mail) 7 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT A Page 39 No. Item Description Project No. 1 8 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes 9 Description of Project, Scope of Work Performed 10 Contract Award Date 11 Substantial Completion Date 12 Original Contract Period (calendar days) 13 Actual Construction Time (calendar days) 14 Reason for Delays 15 Bid Price 16 Final Construction Cost Basis for Increase or Decrease in Final Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT A Page 40 No. Item Description Project No. 1 17 Number of Claims Filed (and who filed: Owner or Contractor) 18 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT A Page 41 Project Reference 2 of 3 for Part III-A, Question 1: To be considered for prequalification, Candidate (each partner if a joint venture) shall have completed at least three (3) treatment facility construction projects (wastewater, recycled water, and/or potable water) each within the past ten (10) years for which your firm self-performed at least 30% of the work, construction took place within an active treatment facility that remained in operation during construction, the treatment capacity was at least 2.0 million gallons per day (average daily flow), and the contract v alue was at least $50 million. At least one (1) of the three (3) reference projects must have a contract value of at least $75 million. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 2 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 Names of JV Partners/Major Subs Performing more than 10% of the Work 4 Roles of JV Partners/Major Subs 5 Names of Project Manager and Superintendents 6 Engineering Firm (Contact Name/Address/Telephone/e-mail) 7 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT A Page 42 No. Item Description Project No. 2 8 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes 9 Description of Project, Scope of Work Performed 10 Contract Award Date 11 Substantial Completion Date 12 Original Contract Period (calendar days) 13 Actual Construction Time (calendar days) 14 Reason for Delays 15 Bid Price 16 Final Construction Cost Basis for Increase or Decrease in Final Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT A Page 43 No. Item Description Project No. 2 17 Number of Claims Filed (and who filed: Owner or Contractor) 18 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT A Page 44 Project Reference 3 of 3 for Part III-A, Question 1: To be considered for prequalification, Candidate (each partner if a joint venture) shall have completed at least three (3) treatment facility construction projects (wastewater, recycled water, and/or potable water) each within the past ten (10) years for which your firm self-performed at least 30% of the work, construction took place within an active treatment facility that remained in operation during construction, the treatment capacity was at least 2.0 million gallons per day (average daily flow), and the contract valu e was at least $50 million. At least one (1) of the three (3) reference projects must have a contract value of at least $75 million. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 3 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 Names of JV Partners/Major Subs Performing more than 10% of the Work 4 Roles of JV Partners/Major Subs 5 Names of Project Manager and Superintendents 6 Engineering Firm (Contact Name/Address/Telephone/e-mail) 7 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT A Page 45 No. Item Description Project No. 3 8 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes 9 Description of Project, Scope of Work Performed 10 Contract Award Date 11 Substantial Completion Date 12 Original Contract Period (calendar days) 13 Actual Construction Time (calendar days) 14 Reason for Delays 15 Bid Price 16 Final Construction Cost Basis for Increase or Decrease in Final Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT A Page 46 No. Item Description Project No. 3 17 Number of Claims Filed (and who filed: Owner or Contractor) 18 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT A Page 47 Project Reference 1 of 1 for Part III-B, Question 2: To be considered for prequalification, Candidate’s proposed Project Manager (each partner if a joint venture) must have at least ten (10) years of experience managing complex wastewater, recycled water, or potable water treatment facility projects including at least one (1) project with a contract value of $75 million or greater and the proposed Project Manager must have been employed by your firm for at least one (1) year. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 4 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 Names of JV Partners/Major Subs Performing more than 10% of the Work 4 Roles of JV Partners/Major Subs 5 Names of Project Manager and Superintendents 6 Engineering Firm (Contact Name/Address/Telephone/e-mail) 7 Construction Manager (Contact Name/Address/Telephone/e-mail) 8 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes Resolution No. 10882 (2018 Series) EXHIBIT A Page 48 No. Item Description Project No. 4 9 Description of Project, Scope of Work Performed 10 Contract Award Date 11 Substantial Completion Date 12 Original Contract Period (calendar days) 13 Actual Construction Time (calendar days) 14 Reason for Delays 15 Bid Price 16 Final Construction Cost Basis for Increase or Decrease in Final Construction Cost 17 Number of Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT A Page 49 Project Reference 1 of 1 for Part III-B, Question 3: To be considered for prequalification, Candidate’s (each partner if a joint venture) proposed Project Manager shall have managed the construction of at least one (1) wastewater, recycled water, or potable water treatment facility construction project within the past five (5) years that included the construction, startup and commissioning of a membrane filtration system (microfiltration, ultrafiltration, or membrane bioreactor) with a capacity of at least 500,000 gallons per day. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 5 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 Names of JV Partners/Major Subs Performing more than 10% of the Work 4 Roles of JV Partners/Major Subs 5 Names of Project Manager and Superintendents 6 Engineering Firm (Contact Name/Address/Telephone/e-mail) 7 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT A Page 50 No. Item Description Project No. 5 8 Treatment Facility: • Wastewater or Recycled Water • Total Operating Capacity (million gallons per day - mgd) • Microfilration, Ultrafiltration or Membrane Bioreactor • Capacity of membrane filtration process • Other Treatment Processes 9 Description of Project, Scope of Work Performed 10 Contract Award Date 11 Substantial Completion Date 12 Original Contract Period (calendar days) 13 Actual Construction Time (calendar days) 14 Reason for Delays 15 Bid Price 16 Final Construction Cost Basis for Increase or Decrease in Final Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT A Page 51 No. Item Description Project No. 5 17 Number of Claims Filed (and who filed: Owner or Contractor) 18 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT A Page 52 Project Reference 1 of 1 for Part III-B, Question 4: To be considered for prequalification, Candidate’s proposed Superintendent (each partner if a joint venture) must have at least fifteen (15) years of experience constructing complex wastewater, recycled water, or potable water treatment facility projects including at least one (1) project with a contract value of $75 million or greater and the proposed Superintendent must have been employed by your firm for at least one (1) year. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 6 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 Names of JV Partners/Major Subs Performing more than 10% of the Work 4 Roles of JV Partners/Major Subs 5 Names of Project Manager and Superintendents 6 Engineering Firm (Contact Name/Address/Telephone/e-mail) 7 Construction Manager (Contact Name/Address/Telephone/e-mail) 8 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes Resolution No. 10882 (2018 Series) EXHIBIT A Page 53 No. Item Description Project No. 6 9 Description of Project, Scope of Work Performed 10 Contract Award Date 11 Substantial Completion Date 12 Original Contract Period (calendar days) 13 Actual Construction Time (calendar days) 14 Reason for Delays 15 Bid Price 16 Final Construction Cost Basis for Increase or Decrease in Final Construction Cost 17 Number of Claims Filed (and who filed: Owner or Contractor) 18 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT A Page 54 APPENDIX D Release and Waiver Agreement RFQ: General Contractors for Construction of the Water Resource Recovery Facility Project This Release and Waiver of Liability (hereinafter the “Release”) is entered into between the City of San Luis Obispo, and _________________________________________________________ , a “Candidate.” RECITALS 1. The City of San Luis Obispo ("City”) has issued a Request for Statements of Qualification to establish a pool of Candidates qualified to submit bids for the Water Resource Recovery Facility Project. 2. Candidate has submitted a response to the City’s Request for Statements of Qualification and has listed projects and owners as references for its qualifications. 3. The City seeks candid comments on the Candidate’s performance on the listed projects from the owners and the owners’ representatives. RELEASE AND WAIVER Candidate hereby fully and forever releases, exonerates, discharges, and covenants not to sue the City, its officers and employees, its consultants and subconsultants, and all individuals and entities furnishing comments on Candidate’s performance, from and does hereby waive, any an d all claims, causes of action, demands, damages and any and all other liabilities of any kind or description, in law, equity, or otherwise, arising out of information furnished about Candidate’s performance on the projects Candidate has identified pursuant to Recital number 2, hereinabove. INTENDED BENEFICIARIES The City, its officers and employees and all individuals and entities furnishing any information relating to Candidate’s qualifications are intended beneficiaries of this Release and Waiver and are entitled to enforce its terms. Candidate Authorized Representative Date Resolution No. 10882 (2018 Series) EXHIBIT A Page 55 APPENDIX E Project Reference Questionnaire RFQ: General Contractors for Construction of the Water Resource Recovery Facility Project THIS PAGE PROVIDED FOR INFORMATIONAL PURPOSES ONLY The City of San Luis Obispo (“City”) is undertaking a process to prequalify Prime Contractors ("Candidates") for construction of the Water Resource Recovery Facility (WRRF) Project. The following Candidate, _____________________________________, has provided the City with the name of your organization and the following project: ____________________________ as references regarding the Candidate’s experience and qualifications to perform Work on the WRRF Project. The Candidate has signed a Release and Waiver of Liability form as to the information you provide, a copy of which is attached for your reference. Please complete and return the questionnaire to the City’s Program Manager: Name: Justin Pickard, Water Systems Consulting, Inc. Email Address: jpickard@wsc-inc.com Please give a brief description of the project; be sure to include the value of the project, the type of contract utilized, and the scope of work involved. 1. On a scale of 1-5, with 5 being the best, did the Candidate respond in a timely and responsible manner to stop notices or liens on the project? (Max. 5 points) ____ / 5 pts 2. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate project management personnel to administer the contract in accordance with the contract documents? (Max. 10 points) ____ / 10 pts 3. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate field personnel to construct the work in accordance with the contract documents? (Max. 10 points) ____ / 10 pts 4. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate supervision of the work? (Max. 10 points) ____ / 10 pts Resolution No. 10882 (2018 Series) EXHIBIT A Page 56 5. On a scale of 1-5, with 5 being the best, was there adequate equipment provided on the job to meet the contract schedule? (Max. 5 points) ____ / 5 pts 6. On a scale of 1-10, with 10 being the best, was the Candidate timely in providing reports and other paperwork, including submittals, certified payroll reports, change order paperwork, and monthly schedule updates? (Max. 10 points) ____ / 10 pts 7. On a scale of 1-10, with 10 being the best, did the Candidate adhere to the project schedule that your agency approved? (Max. 10 points) ____ / 10 pts 8. Was the project completed within the contract time originally set forth in the bid documents? (10 points if the answer is “Yes”). Or, if the answer is “no,” on a scale of 1-10, with 10 being not responsible and 1 being fully responsible, to what extent was the Candidate responsible for the delay in completion? (Max. 10 points) ____/10 pts 9. On a scale of 1-10, with 10 being the best, rate the contractor on the timely submission of reasonable cost and time estimates to perform change order work. (Max. 10 points) ____ / 10 pts 10. On a scale of 1-10, with 10 being the best, rate the Candidate on how well the contractor performed the work after a change order was issued, and how well the contractor integrated the change order work into the existing work. (Max. 10 points). ____ / 10 pts 11. On a scale of 1-10, with 10 being the best, rate the Candidate’s performance in regard to timely submittal of operation & maintenance manuals, maintaining and completing as-built drawings, providing required training and taking care of warranty items? (Max. 10 points) ____ / 10 pts 12. On a scale of 1-10, with 10 being the best, rate the Candidate on whether there were an unusually high number of contractor-initiated change orders, claims, and disputes given the nature of the project, or unusual difficulty in resolving them. (Max. 10 points) ____ / 10 pts 13. On a scale of 1-10, with 10 being the highest, rate the Candidate with respect to timely payments by the contractor to either subcontractors or suppliers. (If the person being interviewed knows of no such difficulties, the score on this question should be “10”.) ____/10 pts 14. On a scale of 1-15, with 15 being the best, how would you rate the overall quality of the Candidate’s work? (Max. 15 points) ____/15 pts 15. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to maintain operation of the existing facilities during the course of the improvements through advance planning, coordination with the owner, preparation of maintenance of plant operation (MOPO) submittals, and proper execution of the work? (If the improvements were not constructed in an existing facility that remained in operation during construction, the score on this question should be “15”.) (Max 15 points) ____/15 pts Resolution No. 10882 (2018 Series) EXHIBIT A Page 57 16. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to prepare a comprehensive startup and commissioning plan for the project in a timely manner and to successfully start-up the facility within a reasonable amount of time? (Max. 15 points) ____/15 pts 17. On a scale of 1-10, with 10 being the best, rate the contractor with respect to compliance with safety requirements established by law and best industry practice, including but not limited to: was shoring provided properly, were lock-out/tag-out procedures followed, did the contractor provide routine safety training? (Max. 10 points) ____/10 pts To Be Completed by Person Providing Reference: Reference is provided by: ____________________________________________________ Job Title: _________________________________________________________________ Date: ____________________________________________________________________ Company/Agency: __________________________________________________________ Business Address; __________________________________________________________ Telephone Number: ________________________________________________________ E-Mail Address: ____________________________________________________________ Relationship to Referenced Contract/Project: _____________________________________ Resolution No. 10882 (2018 Series) EXHIBIT A Page 58 APPENDIX F Affidavit We, the undersigned, (name) as the authorized representatives for (company) an interested contractor for the City of San Luis Obispo’s (City) Water Resource Recovery Facility Project (Project) Bidders List, do hereby attest that all statements and representations made herein are true and correct to the best of our knowledge. These statements are made openly and freely without intent to influence or embellish actual conditions or circumstances that occurred. I declare under penalty of perjury under the laws of the State of California that the foregoing is correct. We acknowledge that we have received Addendum through . We understand that the City will investigate any and all statements and representations made by us and our firm in this Statement of Qualifications and we freely give our permission for them to do so. Should releases be required by any of our professional, financial, or bonding institutions to release verification of the enclosed data, we have provided them. We agree to waive any claims against the City, Construction Manager, Design Engineer and/or any third party designated by the City for the release of the information necessary to evaluate this Statement of Qualifications. We further understand that any false statement or representations made in this application will result in disqualification of our firm as a bidder for the Project. If it is determined that these false statements or representations were purposefully made to change, hide, or obscure negative information from City in an attempt to qualify under these false pretenses, the action will result in loss of eligibility for our firm to qualify for any City contracts for a minimum period of one (1) year and a maximum period of five (5) years from the date of discovery. (Name) (Signature) (Title) Attested: Corporate Seal (Name) (Signature) (Title) Date , 2018 END OF AFFIDAVIT Resolution No. 10882 (2018 Series) EXHIBIT A Page 59 APPENDIX G Key Personnel Data Sheet RFQ: General Contractors for Construction of the Water Resource Recovery Facility Project The following information shall be submitted for each person listed below (additional pages shall be attached and properly designated if necessary). 1. Project Manager 2. All Contract Superintendent positions 3. Contractor Quality Control System Manager 4. Startup and Commissioning Manager 5. Health and Safety Officer Name Position Title Education/Qualifications: Present Position with Contractor or Subcontractor: _____________________________________________________________________________ Number of Years of Experience in Present/Proposed Position: Number of Years with Company in Present/Proposed Position: Resolution No. 10882 (2018 Series) EXHIBIT A Page 60 Relevant Experience (List project name, scope of work, start and end dates of person’s participation with the work, and position key personnel held during project, for the last three relevant projects): _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ Employment History (within past 10 years): _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ Resolution No. 10882 (2018 Series) EXHIBIT A Page 61 APPENDIX H City Minimum Insurance Requirements (Subject to Revision in Accordance with the Contract Documents) Prior to the beginning of and throughout the duration of the Project, Contractor and its subcontractors shall maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth herein, Contractor agrees to amend, supplement or endorse the existing coverage to do so. If Contractor’s existing coverage exceeds the coverage limits set forth herein, then those higher limits shall apply. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to Contractor or its subcontractors in excess of the limits and coverage identified in this Agreement and which is applicable to a given loss, claim or demand, will be equally available to City. A. Contractor shall provide the following types and amounts of insurance: Without limiting Contractor’s indemnification of City, and prior to commencement of the Project, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. General Liability Insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $25,000,000 per occurrence, $35,000,000 general aggregate, for bodily injury, personal injury, and property damage, and a $35,000,000 completed operations aggregate. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $5,000,000 combined single limit for each accident. Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer’s liability. Such policy or policies shall include the following terms and conditions: • A drop-down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall “follow form” to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Resolution No. 10882 (2018 Series) EXHIBIT A Page 62 Workers’ Compensation Insurance. Contractor shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000) for Contractor’s employees in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor’s employees. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. Pollution Liability Insurance. Environmental Impairment Liability Insurance shall be written on a Contractor’s Pollution Liability form or other form acceptable to City providing coverage for liability arising out of sudden, accidental and gradual pollution and remediation. The policy limit shall be no less than $1,000,000 dollars per claim and in the aggregate. All activities contemplated in this Agreement shall be specifically scheduled on the policy as “covered operations.” The policy shall provide coverage for the hauling of waste from the project site to the final disposal location, including non-owned disposal sites. Contractor’s Equipment Insurance. Contractors’ equipment insurance sufficient to cover the physical damage to all owned, leased, rented, or borrowed equipment used on the jobsite, including rental charges. All contractors’ miscellaneous tools shall be covered by the individual contractor or Subcontractor. Builder’s Risk Insurance. Upon commencement of construction and with approval of City, Contractor shall obtain and maintain builder’s risk insurance for the entire duration of the Project until only the City has an insurable interest. The Builder’s Risk coverage shall include the coverages as specified below. The named insureds shall be Contractor and City, including its officers, officials, employees, and agents. All Subcontractors (excluding those solely responsible for design Work) of any tier and suppliers shall be included as additional insureds as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to City. The policy shall contain a provision that all proceeds from the builder’s risk policy shall be made payable to the City. The City will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, Nonconforming Work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub-limits sufficient to insure the full replacement value of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub-limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Site or any staging area. Such insurance shall be on a form acceptable to City to ensure adequacy of terms and sublimits and shall be submitted to the City prior to commencement of construction. Resolution No. 10882 (2018 Series) EXHIBIT A Page 63 OTHER PROVISIONS OR REQUIREMENTS Proof of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be approved by City’s risk manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Duration of Coverage. 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 Contractor, his agents, representatives, employees or subcontractors. Contractor must maintain general liability and umbrella or excess liability insurance for as long as there is a statutory exposure to completed operations claims. City and its officers, officials, employees, and agents shall continue as additional insureds under such policies. Primary/Noncontributing. Coverage provided by Contractor shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of pr imary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. Products/Completed Operations Coverage. Products/completed operations coverage shall extend a minimum of ten (10) years after project completion. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using subcontractors, the Policy must include work performed “by or on behalf” of the insured. Policy shall contain no language that would invalidate or remove the insurer’s duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the insurer. The City, its officials, officers, agents, and employees, shall be included as additional insureds under the Products and Completed Operations coverage. Agency’s Rights of Enforcement. In the event any policy of insurance required under this Agreement does not comply with these requirements or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay premium from Contractor payments. In the alternative, City may cancel this Agreement. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s risk manager. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of Resolution No. 10882 (2018 Series) EXHIBIT A Page 64 recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Enforcement of contract provisions (non estoppel). Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. Notice of Cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. Additional Insured Status. General liability policies shall provide or be endorsed to provide that AGENCY and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. Separation of Insureds. A severability of interests provision must apply for all additional insureds ensuring that Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. Pass Through Clause. Contractor agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage and endorsements required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. Agency’s Right to Revise Requirements. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor a ninety (90) day advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor’s compensation. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self -insured retentions be eliminated, lowered, or replaced Resolution No. 10882 (2018 Series) EXHIBIT A Page 65 by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. END OF INSURANCE REQUIREMENTS Resolution No. 10882 (2018 Series) EXHIBIT A Page 66 APPENDIX I Certification of Surety (To be submitted on bonding agency letterhead) THIS PAGE PROVIDED FOR INFORMATIONAL PURPOSES ONLY Date: To: City of San Luis Obispo XXXX XXXX Attn: XXXX Re: RFQ General Contractors for Construction of the Water Resource Recovery Facility Project Name of Contractor: City/State: is authorized to execute bid, performance, (Name of Bonding Agency) and payment bonds for the above named contractor subject to the following conditions: 1. Contract price of any one contract does not exceed $ . 2. Total amount of uncompleted work on hand, both bonded and unbonded, does not exceed $ . 3. This work authority expires June 30, _____ unless previously rescinded in writing. Written notice of rescission will be provided to the above addressee within seven days of such rescission. Signed by: (Authorized Bonding Agency Representative) Resolution No. 10882 (2018 Series) EXHIBIT A Page 67 Candidate Name:_____________________________________ Date:_________________ Email: ______________________________________________ Subscribed and sworn to before me this day of , 20 Notary Public in and for the State of: Residing at: Expiration Date: Resolution No. 10882 (2018 Series) EXHIBIT A Page 68 APPENDIX J Scoring Instructions The scorable questions are in three different parts of the Prequalification Questionnaire: Part II(B)-(F) History of the business and organizational performance Part II(G)-(H) Compliance with occupational safety and health laws, workers’ compensation and other labor legislation Part III Mandatory Project Experience PART II SCORING INSTRUCTIONS B. Questions about History of the Business and Organizational Performance 6. How many years has the Candidate been in business in California as a contractor under the Candidate’s present business name and license number? 0 – 5 years = 0 points 5 – 9 years or more = 2 points 9 – 12 years = 3 points 12 – 15 years = 4 points 15 years or more = 5 points 7. Is the Candidate currently the debtor in a bankruptcy case? Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number, and the date on which the petition was filed. “No” = 3 points “Yes” = 0 points 8. Was the Candidate in bankruptcy at any time during the last five (5) years? This question refers only to a bankruptcy action that was not described in answer to question 7, above. Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number and the date on which the petition was filed, and a copy of the Bankruptcy Court’s discharge order, or of any other document that ended the case, if no discharge order was issued. “No” = 3 points “Yes” = 0 points C. Licenses 13. Has any CSLB license held by the Candidate or its Responsible Managing Employee (RME) or Responsible Managing Officer (RMO) been suspended or revoked within the last five (5) years? Yes No “No” = 5 points “Yes” = 0 points Resolution No. 10882 (2018 Series) EXHIBIT A Page 69 D. Disputes 14. At any time in the last five (5) years, has the Candidate been assessed liquidated damages after completion of a project, under a construction contract with either a public or private owner? Yes No No projects with liquidated damages of more than $100,000 = 5 points Only one project with liquidated damages of more than $100,000 = 2 points Any other answer = 0 points 15. In the last five (5) years, has the Candidate been denied an award of a public works contract based on a finding by a public agency that the Candidate was not a responsible bidder? Yes No “No” = 5 points “Yes” = 0 points 16. In the past five (5) years, has any claim against the Candidate concerning the Candidate’s performance of a construction project, been filed in court or arbitration? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” if more than 2 such instances 17. In the past five (5) years, has the Candidate made any claim against a project owner concerning work on a project or payment for a contract, and filed that claim in court or arbitration? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” if indicating more than 2 such instances 18. At any time during the past five (5) years, has any surety company made any payments on the Candidate’s behalf, to satisfy any claims made against a performance or payment bond issued on the Candidate’s behalf in connection with a construction project, either public or private? Yes No 5 points for “No” 3 points for “Yes” indicating no more than 1 such claim Subtract five points for “Yes” indicating more than 1 such claim 19. In the last five (5) years, has any insurance carrier, for any form of insurance, refused to renew the insurance policy for the Candidate? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” or if more than 2 such instances Resolution No. 10882 (2018 Series) EXHIBIT A Page 70 E. Criminal Matters and Related Civil Suits 20. Has the Candidate, or any of its owners, officers or partners ever been convicted of a crime involving any federal, state, or local law related to construction? Yes No “No” = 5 points “Yes” = subtract 5 points 21. Has the Candidate or any of its owners, officers or partners ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty? Yes No “No” = 5 points “Yes” = subtract 5 points F. Bonding 23. If the Candidate was required to pay a premium of more than one (1) percent for a performance and payment bond on any project(s) on which the Candidate worked at any time during the last five (5) years, state the percentage that the Candidate was required to pay. The Candidate may provide an explanation for a percentage rate higher than one (1) percent, if the contractor wishes to do so. __________________% 5 points if the rate is less than or equal to 1.1 percent 3 points if the rate is greater than 1.1 percent but less than or equal to 1.2 percent 0 points for any other answer 25. During the last five (5) years, has the Candidate ever been denied bond credit by a surety company, or has there ever been a period of time when the Candidate had no surety bond in place during a public construction project when one was required? Yes No “No” = 5 points “Yes” = 0 points G. Questions about compliance with safety, workers compensation, prevailing wage and apprenticeship laws. 26. Has CAL OSHA cited and assessed penalties against the Candidate for any “serious”, “willful” or “repeat” violations of its safety or health regulations in the past five (5) years? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” indicating more than 2 such instances Resolution No. 10882 (2018 Series) EXHIBIT A Page 71 27. Has the federal Occupational Safety and Health Administration cited and assessed penalties against the Candidate in the past five (5) years? Yes No If yes, attach a separate signed page describing each citation. 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” indicating more than 2 such instances 28. As a result of the Candidate’s actions or inactions, has the EPA or any Air Quality Management District or any Regional Water Quality Control Board cited and assessed penalties against either the Candidate or the owner of a project on which the Candidate was the contractor, in the past five (5) years? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” indicating more than 2 such instances 29. How often does the Candidate require documented safety meetings to be held for construction employees and field supervisors during the course of a project? 3 points for an answer of once each week or more often 0 points for any other answer 30. Experience Modification Rate (EMR): Please obtain a letter from the Candidate’s insurance carrier (or state fund if applicable) with the Candidate’s interstate EMRs for the last three (3) years. If the Candidate does not have an interstate rating, obtain the Candidate’s intrastate EMRs. Attach the letter as part of this package. The Candidate shall list the EMR for the last three (3) years (available from the Candidate’s insurance carrier). Year EMR Three Year Average = Are the above rates interstate or intrastate? ____________________ NOTE: Any of the following methods of “obtaining a letter” are acceptable: (1) Furnish a letter from the Candidate’s insurance agent, insurance carrier or state fund (on their letterhead) verifying the EMR data listed above; or (2) Furnish a photocopy of the applicable Experience Rating Calculation Sheets, which the Candidate’s insurance carrier should forward to the contractor annually. 5 points for three-year average EMR of .75 or less 3 points for three-year average of EMR of more than .75 but no more than 1.00 0 points for any other EMR Resolution No. 10882 (2018 Series) EXHIBIT A Page 72 31. Within the last five (5) years, has there ever been a period when the Candidate had employees but was without workers’ compensation insurance or state-approved self- insurance? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 0 points for any other answer H. Prevailing Wage and Apprenticeship Compliance Record 32. Has Candidate been required at any time during the last five (5) years to pay either back wages or penalties for the Candidate’s own firm’s failure to comply with California’s prevailing wage laws? Yes No NOTE: This question refers only to the Candidate’s own firm’s violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. 5 points for “No” 3 points for “Yes” indicating 1 or 2 such instances 0 points for “Yes” indicating more than 2 such instances 33. During the last five (5) years, has the Candidate’s own firm has been penalized or required to pay back wages for failure to comply with the federal Davis-Bacon prevailing wage requirements? Yes No 5 points for “No” 3 points for “Yes” indicating 1 or 2 such instances 0 points for “Yes” indicating more than 2 such instances 34. At any time during the last five (5) years, has the Candidate been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: The Candidate may omit reference to any incident that occurred if the violation was by a subcontractor and the Candidate, as general contractor on a project, had no knowledge of the subcontractor’s violation at the time they occurred. Yes No If yes, provide the date(s) of such findings, and attach copies of the Department’s final decision(s). 5 points for “No” 3 points for “Yes” indicating 1 or 2 such instances 0 points for “Yes” indicating more than 3 such instances Resolution No. 10882 (2018 Series) EXHIBIT A Page 73 PART III SCORING WORKSHEET Question Score 1. On a scale of 1-5, with 5 being the best, did the Candidate respond in a timely and responsible manner to stop notices or liens on the project? (Max. 5 points) 2. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate project management personnel to administer the contract in accordance with the contract documents? (Max. 10 points) 3. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate field personnel to construct the work in accordance with the contract documents? (Max. 10 points) 4. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate supervision of the work? (Max. 10 points) 5. On a scale of 1-5, with 5 being the best, was there adequate equipment provided on the job to meet the contract schedule? (Max. 5 points) 6. On a scale of 1-10, with 10 being the best, was the Candidate timely in providing reports and other paperwork, including certified payroll reports, change order paperwork, and monthly schedule updates? (Max. 10 points) 7. On a scale of 1-10, with 10 being the best, did the Candidate adhere to the project schedule that your agency approved? (Max. 10 points) 8. Was the project completed within the contract time originally set forth in the bid documents? (10 points if the answer is “Yes”). Or, if the answer is “no,” on a scale of 1-10, with 10 being not responsible and 1 being fully responsible, to what extent was the Candidate responsible for the delay in completion? (Max. 10 points) 9. On a scale of 1-10, with 10 being the best, rate the contractor on the timely submission of reasonable cost and time estimates to perform change order work. (Max. 10 points) 10. On a scale of 1-10, with 10 being the best, rate the Candidate on how well the contractor performed the work after a change order was issued, and how well the contractor integrated the change order work into the existing work. (Max. 10 points) 11. On a scale of 1-10, with 10 being the best, rate the Candidate’s performance in regard to timely submittal of operation & maintenance manuals, maintaining and completing as-built drawings, providing required training and taking care of warranty items? (Max. 10 points) Resolution No. 10882 (2018 Series) EXHIBIT A Page 74 12. On a scale of 1-10, with 10 being the best, rate the Candidate on whether there were an unusually high number of contractor-initiated change orders, claims, and disputes given the nature of the project, or unusual difficulty in resolving them. (Max. 10 points) 13. On a scale of 1-10, with 10 being the highest, rate the Candidate with respect to timely payments by the contractor to either subcontractors or suppliers. (If the person being interviewed knows of no such difficulties, the score on this question should be “10”.) (Max. 10 points) 14. On a scale of 1-15, with 15 being the best, how would you rate the overall quality of the Candidate’s work? (Max. 15 points) 15. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to maintain operation of the existing facilities during the course of the improvements through advance planning, coordination with the owner, preparation of maintenance of plant operation (MOPO) submittals, and proper execution of the work? (If the improvements were not constructed in an existing facility that remained in operation during construction, the score on this question should be “15”.) (Max. 15 points) 16. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to prepare a comprehensive startup and commissioning plan for the project in a timely manner and to successfully start-up the facility within a reasonable amount of time? (Max. 15 points) 17. On a scale of 1-10, with 10 being the best, rate the contractor with respect to compliance with safety requirements established by law and best industry practice, including but not limited to: was shoring provided properly, were lock- out/tag-out procedures followed, did the contractor provide routine safety training? (Max. 10 points) TOTAL Resolution No. 10882 (2018 Series) EXHIBIT A Page 75 APPENDIX K Prequalification Evaluation CITY OF SAN LUIS OBISPO PREQUALIFICATION OF GENERAL CONTRACTORS FOR THE WATER RESOURCE RECOVERY FACILITY PROJECT Contractor Name: Evaluation Criteria Maximum Points Available Required Score Actual Score Part I: Essential Requirements Pass Pass Pass/Fail (circle one) Part II: B - F History of Business and Organizational Performance 66 points 50 points G - H Safety, Prevailing Wage and Apprenticeship 43 points 31 points Part III: Mandatory Project Experience 175 points (per project) 122 points (each project) Pass/Fail (circle one) Resolution No. 10882 (2018 Series) EXHIBIT A Page 76 APPENDIX L Reference Drawings RFQ: General Contractors for Construction of the Water Resource Recovery Facility Project The following preliminary construction drawings attached hereto are preliminary for reference only and are not for bidding purposes. ID Sheet No. Sheet Title 1 01-G-0001 Title, Vicinity and Location Maps 2 01-G-0041 Process Flow Diagram Liquids and Solids 1 3 01-G-0042 Process Flow Diagram Liquids and Solids 2 4 01-G-0043 Hydraulic Profile 1 5 01-G-0043A Hydraulic Profile 2 6 05-XF-1000 Overall Site Facility and Piping Demolition Plan 7 05-C-1000 Overall Key Plan 8 05-CG-1000 Grading and Drainage – Overall Key Plan 9 06-Y-1000 Overall Yard Piping Plan 10 09-E-1000 Electrical Site Plan – Overall 11 10-A-0050 Renderings Resolution No. 10882 (2018 Series) EXHIBIT A Page 77 FILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO.DSGNDRREVISIONCHKAPVDBYAPVDSHEETDWGACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.66887660% DESIGNWATER RESOURCE RECOVERYOCTOBER 2017APPVD BY--------FACILITY PROJECTCIVILSITE PLANOVERALL KEY PLANJ TOMACJ TOMACK KAUO05-C-100005-C-1000 668876.d FACILITY KEYWATER RESOURCE CENTERAIR GAP BUILDINGPROCESS LAB (EXISTING)EQUALIZATION PONDHEADWORKS (EXISTING)FERRIC CHLORIDE FACILITY (EXISTING)PRIMARY INFLUENT FLOW METER VAULTPRIMARY CLARIFIERS (EXISTING)PRIMARY EFFLUENT FLOW METER VAULTPRIMARY SLUDGE PUMP STATIONPRIMARY EFFLUENT DIVERSIONBOX 1 (EXISTING)RECIRCULATION PUMP STATION (EXISTING)PRIMARY EFFLUENT DIVERSIONBOX 2 (EXISTING)PRIMARY EFFLUENT SCREENINGCALCIUM HYDROXIDE FACILITYBIOREACTOR BASINS 1 & 2 (EXISTING)AERATION BLOWERSBIOREACTOR BASINS 3 & 4CHEMICAL STORAGE FACILITYMEMBRANE BUILDINGFINAL CLARIFIERS (EXISTING)SECONDARY CLARIFIER (EXISTING)SWITCHGEAR BUILDING (EXISTING)FILTERS (EXISTING)EQUALIZATION BASINS (EXISTING)CHEMICAL STORAGE BUILDING (EXISTING)COOLING TOWERS (EXISTING)UV ELECTRICAL BUILDINGUV DISINFECTIONCHLORINE CONTACT BASIN/3W PUMPS (EXISTING)RECYCLED WATER FLOW METER VAULTRECYCLED WATER TANK (EXISTING)SIDESTREAM TREATMENTEFFLUENT COOLINGSOLIDS BLEND TANK (EXISTING)THICKENINGSOLIDS ELECTRICAL BUILDINGDIGESTER NO. 1 (EXISTING)DIGESTER NO. 2DIGESTER BUILDINGCOGENERATION (EXISTING)DIGESTED SLUDGE STORAGE TANKDEWATERING (EXISTING)ODOR CONTROL (EXISTING)MCC-A BUILDINGMCC-B BUILDINGMCC-G BUILDINGMCC-R BUILDINGMCC-J BUILDING1012141520223035364042434446505254556064707280828384868810121415202022303640424243444650505255607072808283848688542526272927HWY 101SLO CREEKPRADO ROADSLO CREEK0100 200 3001" = 100'7373GENERAL NOTES1. THE HORIZONTAL CONTROL FOR THIS PROJECT IS NAD 83 ZONE 5STATE PLANE COORDINATES AS PUBLISHED IN THE CITY OF SANLUIS OBISPO'S HORIZONTAL CONTROL NETWORK.THE BENCHMARK USED FOR THIS MAPPING WAS THE CITY OF SANLUIS OBISPO'S BM NO. 53 HAVING A PUBLISHED NAVD88 ELEVATIONOF 134.44 AND IS DESCRIBED AS A L&T AT THE BCR AT THE NEC OFPRADO ROAD AND ELKS LANE.2628NO. 75284EXP.35851010AREA 12AREA 10AREA 7AREA 11AREA 8AREA 9AREA 5AREA 6 - NOT USEDAREA 2AREA 1AREA 4AREA 3BOB JONESTRAIL6868CONTRACTORSTAGING AREA53531164111618212934515885909194965851979490182591GENERATOR34BENCHMARK NO. 539616971128 FILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO.DSGNDRREVISIONCHKAPVDBYAPVDSHEETDWGACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.66887660% DESIGNWATER RESOURCE RECOVERYOCTOBER 2017APPVD BY--------FACILITY PROJECTCIVILGRADING & DRAINAGEOVERALL KEY PLANJ TOMACJ TOMACK KAUO05-CG-100005-CG-1000 668876.d 080160 2401" = 80'SLO CREEKSLO CREEKPRADO ROADHWY 101GENERAL NOTES1. THE HORIZONTAL CONTROL FOR THIS PROJECT IS NAD 83 ZONE 5STATE PLANE COORDINATES AS PUBLISHED IN THE CITY OF SANLUIS OBISPO'S HORIZONTAL CONTROL NETWORK.THE BENCHMARK USED FOR THIS MAPPING WAS THE CITY OF SANLUIS OBISPO'S BM NO. 53 HAVING A PUBLISHED NAVD88 ELEVATIONOF 134.44 AND IS DESCRIBED AS A L&T AT THE BCR AT THE NEC OFPRADO ROAD AND ELKS LANE.BENCH MARKNO. 53NO. 75284EXP.AREA 12AREA 10AREA 7AREA 11AREA 8AREA 9AREA 5AREA 6 - NOT USEDAREA 2AREA 1AREA 4AREA 3 VERIFY SCALEAPVDBYREVISIONCHKDRDATEDSGNNO.APVDDATEPROJDWGSHEET60% DESIGNTHIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:BAR IS ONE INCH ONORIGINAL DRAWING.CH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.6688761"0CH2M HILL 2017. ALL RIGHTS RESERVED.cBCDA123456JEFFERY J. MCGRAWC-24100"NOT FOR CONSTRUCTION"WATER RESOURCE RECOVERYFACILITY PROJECT10/17/2017 10:10:27 AMC:\Users\lrandolph\Documents\WRC Central_60%_lrandolph.rvtSEPTEMBER 2017WATER RESOURCE CENTERRENDERINGSJ.MCGRAWJ.MCGRAWL.RANDOLPHJ.ROOT10-A-0050ARCHITECTURAL-1PERSPECTIVE LOOKING SOUTHEAST-2PERSPECTIVE LOOKING NORTHWEST CITY OF SAN LUIS OBISPO REQUEST FOR STATEMENTS OF QUALIFICATION Electrical Subcontractors FOR CONSTRUCTION OF THE WATER RESOURCE RECOVERY FACILITY PROJECT April 2018 Resolution No. 10882 (2018 Series) EXHIBIT B Page 89 TABLE OF CONTENTS 1.INTRODUCTION ................................................................................................. 1 OBJECTIVE ........................................................................................................ 2 PREQUALIFICATION OUTREACH MEETING .................................................... 2 PROJECT DESCRIPTION .................................................................................. 2 2.INSTRUCTIONS FOR PREPARATION AND SUBMISSION OF PREQUALIFICATION PACKAGES .................................................................... 3 CERTIFICATION ................................................................................................. 4 PUBLIC RECORDS ............................................................................................. 4 TIME AND PLACE FOR SUBMISSION OF CANDIDATE RESPONSES ............. 5 EVALUATION PROCESS ................................................................................... 6 NOTIFICATION ................................................................................................... 6 PROTEST PROCEDURE .................................................................................... 7 APPEALS PROCESS .......................................................................................... 7 3.PROJECT SCHEDULE ....................................................................................... 8 4.TERMS AND CONDITIONS GOVERNING THE RFQ ........................................ 9 COSTS OF RESPONDING; RETENTION BY CITY OF QUESTIONNAIRES AND RELATED DOCUMENTS .............................................................................. 9 RESERVATION OF RIGHTS BY CITY ................................................................ 9 5.CANDIDATE QUESTIONS, REQUESTS FOR CLARIFICATION, AND REQUESTS FOR EXCEPTIONS ....................................................................... 9 6.PROJECT ADMINISTRATION .......................................................................... 10 7.ACKNOWLEDGMENT ...................................................................................... 10 APPENDIX A: CANDIDATE CONTACT INFORMATION FORM APPENDIX B: PREQUALIFICATION QUESTIONNAIRE APPENDIX C: PROJECT DATA SHEET PERFORMANCE RECORD APPENDIX D: RELEASE AND WAIVER AGREEMENT APPENDIX E: PROJECT REFERENCE QUESTIONNAIRE APPENDIX F: AFFIDAVIT Resolution No. 10882 (2018 Series) EXHIBIT B Page 90 TABLE OF CONTENTS (CONTINUED) APPENDIX G: KEY PERSONNEL DATA SHEET APPENDIX H: CITY MINIMUM INSURANCE REQUIREMENTS APPENDIX I: CERTIFICATION OF SURETY APPENDIX J: SCORING INSTRUCTIONS APPENDIX K: PREQUALIFICATION EVALUATION APPENDIX L: REFERENCE DRAWINGS Resolution No. 10882 (2018 Series) EXHIBIT B Page 91 Request for STATEMENTS OF QUALIFICATION Electrical Subcontractors for Construction of the WATER RESOURCE RECOVERY FACILITY PROJECT 1. INTRODUCTION The City of San Luis Obispo (“City”) is issuing this Request for Statements of Qualification (RFQ) in search of candidates (“Candidates”) who have the necessary qualifications as set forth in this RFQ to be prequalified to submit an electrical subcontract bid to prequalified general contractors on the City’s Water Resource Recovery Facility Project (“Project”). The City has determined that electrical subcontractors interested in bidding on this Project must be prequalified prior to submitting a bid (to general contractors). Electrical subcontractors specifically experienced with large scale municipal wastewater, recycled water, or potable water treatment plant construction are invited to participate in the prequalification process. Candidates must fully complete the prequalification application package (“Prequalification Package”), including but not limited to the Prequalification Questionnaire (“Questionnaire”), provide all materials requested herein, and be deemed prequalified by City to be eligible to submit bids for the electrical scope of the Project to prequalified general contractors. The final list of prequalified general contractors, electrical subcontractors, and control systems integrators will be issued following evaluation of the Prequalification Packages. The City will not accept a bid proposal from any general contractor that is not on the Project Bidders List and the City will not accept a bid from any prequalified general contractor that does not list a prequalified electrical subcontractor for the electrical portion of the Project scope and a prequalified control systems integrator for the systems integration portion of the Project scope, or complete the separate prequalification process for electrical subcontractors and control systems integrators itself and be prequalified to self-perform that work. If two or more business entities intend to submit a bid as part of a Joint Venture, each entity within the Joint Venture must submit a fully complete Prequalification Package and be separately qualified to bid. The prequalification procedure involves the review and evaluation of information regarding the proven experience of Candidates to construct the Project in a manner acceptable to the City. The experience of each Candidate will be evaluated on the basis of the qualification submittal and information gathered by the City from the references of related projects. Proven experience is defined as the actual performance of the Candidate on previous construction projects of a similar size and complexity as corroborated by said references. The City is not obligated to prequalify or accept a Candidate with no or unsatisfactory related experience. Candidates may obtain an electronic copy of the Prequalification Package and excerpts from the preliminary design plans from www.bidsync.com. Responses to Candidates’ questions and any addenda to the RFQ will be posted to www.bidsync.com. Portions of the 60% preliminary design submittal are provided for information only and are not intended for bidding or construction purposes. Prequalified bidders will be responsible to prepare bids based on the final design plans and contract documents to be issued with the Notice Inviting Bids. The City reserves the right to cancel this Notice or to reject any and all responses and Prequalification Packages, if it determines, in its sole discretion, that such cancellation or rejection is in the best interest of the City. The City reserves the right to bid the Project without use of the Bidders List. Resolution No. 10882 (2018 Series) EXHIBIT B Page 92 Objective The objective of this RFQ is to provide sufficient information to enable Candidates to submit written Prequalification Packages. Only qualified Candidates will be eligible to submit a bid to the general contractor for electrical construction services for the Project. It is required that the electrical subcontractor perform the majority of the electrical work. Candidates responding to this RFQ do so with the understanding that they are not guaranteed the awarding of contracts and work. Qualified Candidates may be required to meet additional qualifications as detailed in the Project bid package. In addition to this Prequalification Package for electrical subcontractors, general contractors and control systems integrators must also be prequalified under a separate, but concurrent, prequalification process. Should a general contractor plan to self-perform the electrical work or the control systems integration work, it will need to submit an electrical subcontractor Prequalification Package and a control systems integrator Prequalification Package. Should a general contractor be prequalified by the Owner as a general contractor and not an electrical subcontractor and/or a control systems integrator, that general contractor will not be allowed to self-perform the electrical work and/or the control systems integration work and must use one of the electrical subcontractors and control systems integrators that is approved by the City for the electrical work and control systems integration work. Likewise, should a general contractor be prequalified as an electrical subcontractor and/or a control systems integrator and not as a general contractor, that general contractor will not be allowed to submit a bid to the City as a general contractor. However, that same general contractor can submit a quote for the electrical work and/or the control systems integration work to any of the general contractors that are prequalified by the City. Prequalification Outreach Meeting A non-mandatory prequalification outreach meeting and site tour has been scheduled for May 8, 2018 at 10 AM. The purpose of the prequalification outreach meeting is to introduce the Project and the prequalification process. The prequalification meeting will be held at the City’s Corporation Yard, 25 Prado Road, San Luis Obispo, 93401. Project Description The City owns and operates the Water Resource Recovery Facility (“WRRF”) located on Prado Road in San Luis Obispo, California. The WRRF treats municipal wastewater collected from the City, California Polytechnic State University (Cal Poly), and the San Luis Obispo County Airport under Waste Discharge Requirements (WDR) R3-2014-0033 and National Pollutant Discharge Elimination System (NPDES) No. CA0049224. The WRRF is currently rated for 5.1 million gallons per day (mgd) of average dry weather flow (ADWF) conditions and currently treats an average of approximately 3.1 mgd under ADWF conditions. After being treated, the water is either recycled or discharged to San Luis Obispo Creek. The WRRF was originally constructed in 1923 and upgraded or expanded in 1942, 1962, 1982, and 1994, and in 2006 the water reuse facilities were added. The Project will upgrade the WRRF to meet City’s new NPDES permit, treat future flows and loading, replace aging equipment, maximize the production of recycled water, and incorporate interpret ive features and public amenities. A key driver of the Project is the new NPDES permit adopted in September 2014 (effective December 1, 2014). The new permit includes discharge limitations that will require significant Resolution No. 10882 (2018 Series) EXHIBIT B Page 93 process upgrades. Specifically, the new permit includes strict disinfection byproduct limits which will require a new disinfection technology, as well as nitrate limits which will require a significant upgrade of the secondary treatment processes. A new Time Schedule Order (TSO) was also adopted in September 2014 which requires City to achieve the disinfection byproduct limits and nitrate limits by November 30, 2019. Project improvements include the construction of a new Water Resource Center with process laboratory and educational space; expanded flow equalization basin, flow structure modifications and new flow equalization pump station; headworks modifications; odor control system; primary clarifier modifications, new primary sludge pumping system, and new primary scum pumping system; new chemical facilities; new primary effluent screens; modifications to existing bioreactor basins; new bioreactor basins and a membrane bioreactor (MBR) facility; new ultraviolet (UV) disinfection facility; new effluent cooling facility; gravity thickener modifications; new sludge thickening facility; new aerobic digester, modifications to existing digester, modifications to sludge storage tank, and modifications to existing digester equipment; site electrical facilities; site work; and landscaping. The Project has been conditionally approved to receive funding from the State Water Resources Control Board through the Clean Water State Revolving Fund (CWSRF). Eligible bidders will be required to comply with all CWSRF requirements including Disadvantaged Business Enterprise (DBE) outreach, Federal Davis Bacon wage rates, and utilization of American Iron and Steel. Preliminary Construction Drawings Select drawings from the 60% preliminary design submittal have been included as Appendix L. These drawings are for reference only, are subject to change through the design process and are not to be used for bidding purposes. Engineer’s Opinion of Probable Construction Cost The estimated construction cost of the Project is between $90 million and $110 million. The estimated cost of the electrical portion of the work is approximately $20 million. 2. INSTRUCTIONS FOR PREPARATION AND SUBMISSION OF PREQUALIFICATION PACKAGES Each electrical subcontractor wishing to submit a bid to a prequalified general contractor for electrical construction services must fully complete the Prequalification Package and provide all information and materials requested and satisfy the prequalification criteria. If two or more business entities wish to bid the Project as a joint venture ("JV"), each entity must fully complete the Prequalification Package and be separately deemed prequalified to bid. The JV must be properly licensed by the California Contractors State License Board and registered with the California Department of Industrial Relations before the construction contract is executed. Answers to questions contained in the Prequalification Package, information about current bonding capacity, a notarized statement from surety, with accompanying notes and supplemental information, will be used by the City in order to rate Candidates with respect to their qualifications to provide electrical construction services on the Project. The City reserves the right to check any other sources available to verify Candidate’s statements, prior performance and veracity. The City’s decision will be based on objective evaluation criteria described in the Evaluation Process Section below. Resolution No. 10882 (2018 Series) EXHIBIT B Page 94 While the prequalification process is intended to assist the City in determining bidder responsibility prior to bid, neither the fact of prequalification, nor any prequalification rating, will preclude the City from a post-bid consideration and determination of whether a bidder has the quality, fitness, capacity and experience to satisfactorily perform the proposed work, and has demonstrated the requisite trustworthiness. Candidates shall provide only complete and accurate information. The Candidate acknowledges that the City is relying on the truth and accuracy of the responses contained herein. If any information provided by a Candidate becomes inaccurate, the Candidate must immediately notify the City and provide updated accurate information in writing, accompanied by an affidavit made under penalty of perjury. Should a Candidate omit requested information or falsify information, the City may determine that the contractor is not qualified. Attach additional sheets as needed to provide complete responses. Except where information related to former entities is expressly required, for purposes of evaluation, scoring and prequalification, all required Candidate information, including but not limited to experience, personnel and finances, must be provided for the licensed entity that will be bidding for the contract to construct the Project. Information related to parent companies, subsidiaries, and any other related entity or proposed subcontractors will not be considered. The prequalification of contractors will be determined by evaluation of the information submitted by Candidates. The City may verify any or all information provided in completed Prequalification Package, consider information provided by sources other than the Candidate, and conduct such investigations as the City deems appropriate to assist in the evaluation of Candidate's responsibility, qualifications, and financial capacity. If a Candidate seeking prequalification has not been in business for the time period for which information is requested, it shall submit information on predecessor entities covering that time period. The City may refuse to grant prequalification where the requested information and materials are not provided. There is no appeal from the City’s decision not to prequalify a Candidate due to an incomplete or late application. Certification Each Prequalification Package must be completed with all information requested and be signed under penalty of perjury by an individual who has the legal authority to bind the Candidate seeking prequalification. The City must receive all Prequalification Packages and materials requested therein by the date and time stated in This RFQ. Prequalification Packages that are incomplete, unsigned or received after the specified time may be returned unopened, and the Candidate will not be eligible to participate in the bidding of the Project. Public Records As provided in Public Contract Code Section 20101, the Prequalification Packages submitted by Candidates are not public records and are not open to public inspection. All information provided will be kept confidential to the extent permitted by law. However, the contents may be disclosed to third parties for purpose of verification or investigation, or in an appeal hearing. State law requires that the names of Candidates applying for prequalification status shall be public records subject to disclosure, and the first page of the Questionnaire will be used for that purpose. Resolution No. 10882 (2018 Series) EXHIBIT B Page 95 Time and Place for Submission of Candidate Responses The Prequalification Package shall be submitted in person or sent via courier or U.S. mail (other means of transmission, including facsimile and email, will not be accepted) in a sealed envelope and clearly marked “CONFIDENTIAL” by 2 PM, local prevailing time, on June 5, 2018, as follows: “City of San Luis Obispo, Public Works Department 919 Palm Street San Luis Obispo, CA 93401 Attn: David Hix CONFIDENTIAL – Statement of Qualifications: Electrical Subcontractors for Construction of Water Resource Recovery Facility Project” Candidate shall submit one (1) hard copy original, bound or in a three-ring binder, clearly marked “CONFIDENTIAL, ORIGINAL” on the outside cover and containing an original “ink” signature. In addition, the Candidate shall submit one (1) electronic version of the Prequalification Package on a separate CD ROM, DVD, or solid state “flash” USB drive containing the Prequalification Package in one searchable PDF file. Each Candidate shall submit a Prequalification Package, which consists of the following, in one (1) sealed envelope: • One (1) copy of the completed Acknowledgement (Page 10 of RFQ); • One (1) copy of the completed Candidate Contact Information Form (Appendix A); • One (1) copy of the Prequalification Questionnaire and related information (Appendix B); • One (1) copy of each Project Data Sheet (Appendix C); • One (1) copy of each Release and Waiver Agreement (Appendix D); • One (1) copy of EMR verification letter from insurance carrier (Appendix B, Part II, Question G.32) • One (1) copy of each Key Personnel Data Sheet (Appendix G); • One (1) copy of the completed Affidavit (Appendix F); • One (1) copy of completed Certification of Surety (Appendix I); and • One (1) CD, DVD, or solid state “flash” USB drive containing a PDF file of the above documents. The list of Qualified Candidates will be posted on www.bidsync.com on the date indicated in the schedule below. Candidates receiving a determination of “Not Qualified” will be notified of their status. Prequalification Packages received after the deadline will not be considered. There is no appeal from a denial due to an incomplete application. The City reserves the right to contact a Candidate for clarification or further information. The City will not be responsible for submittals that are delinquent, lost, mismarked, sent to an address other than the address provided above or sent by mail or courier service and not signed for by the City. Resolution No. 10882 (2018 Series) EXHIBIT B Page 96 Evaluation Process To prequalify, a Candidate must fully complete the Candidate Contact Information Form, Prequalification Questionnaire, and other information requested within this RFQ. In the case of joint ventures, a complete Prequalification Package must be submitted individually for each joint venture partner. A committee formed by the City will evaluate responses to the RFQ. Members of the evaluation committee may include some or all of the following: City officials and staff and City’s consultants. Evaluations of RFQs are subject to the sole discretion of the evaluation committee. Following completion of the evaluation process, the evaluation committee will forward its determination to the Candidates. The City reserves the right to rescind any Candidate’s Qualified Candidate status if it is determined that the facts provided by the Candidate are inaccurate. Candidates will be evaluated based upon their responses to the Prequalification Questionnaire, which consists of the following three (3) parts: Part I, Essential Requirements for Qualification: All questions are pass/fail. Candidates must pass all of the questions to be qualified to submit a Bid on the Project. Part II, Information Regarding the Organization, History, Performance, and Compliance with Civil and Criminal Laws: ▪ Candidates are required to provide information related to the team composition, company organization, business history and performance, and licenses. ▪ Candidates are required to answer questions regarding history of financial and professional responsibility. ▪ Candidates are required to provide information regarding disputes, criminal matters and related suits, compliance with occupational safety and health laws, and compliance with labor laws. Part III, Mandatory Project Experience ▪ Candidates are required to complete a minimum technical qualification questionnaire and submit Project Data Sheets for the referenced projects. ▪ In addition, for each of the required Project Data Sheets, a Reference Questionnaire will be sent to the project owners. Candidates must score a minimum of 122 points out of a possible 175 points on each Reference Questionnaire to be qualified to proceed with the evaluation process. Notification The City will notify each Candidate as to whether it has been prequalified to bid on the Project through a Notice of Determination. Following issuance of a Notice of Determination, the City reserves the right to suspend or rescind the Qualified Candidate rating of Candidates based on subsequently learned information. Resolution No. 10882 (2018 Series) EXHIBIT B Page 97 Protest Procedure A. Any protest relating to the form or content of the RFQ must be submitted in writing at least ten (10) business days before the original deadline for submitting Statements of Qualification. Any Candidate who submits a Statement of Qualifications without making a protest shall be deemed to have waived any objection to the form and content of the RFQ documents and evaluation process. B. A Candidate may file a “protest” of the RFQ with the City. C. Any protest must meet all of the following requirements: 1. Be filed in writing within five (5) business days after the RFQ is first posted or published; 2. Clearly identify the alleged irregularity or other basis for the protest; and 3. Specify, in detail, the factual and legal grounds for the protest. D. If the protest does not meet all of these requirements, the City may reject it without further review. E. If the protest is timely and complies with all of the above requirements, the City shall review the protest and all relevant information. The City will provide a written response to the protestor. F. The procedure and time limits set forth in this paragraph are mandatory and are the sole and exclusive remedy in the event of a protest. Failure to comply with these procedures shall constitute a failure to exhaust administrative remedies and a waiver of any right to further pursue the protest, including filing a Government Code Claim or legal proceedings. Appeals Process Where a timely and completed prequalification application results in a rating below that necessary to prequalify, the Candidate can appeal the determination. To appeal, the Candidate must deliver notice to the City of its appeal of the decision with respect to its prequalification determination, no later than five (5) business days after City staff issues its recommendation of the qualified Project Bidders List. Without a timely notice of appeal, the Candidate waives any and all rights to challenge the decision of the City, whether by administrative process, judicial process, or any other legal process or proceeding. The procedure and time limits set forth in this paragraph are mandatory and are the sole and exclusive remedy in the event a Candidate contests the City’s decision. Failure to comply with these procedures shall constitute a failure to exhaust administrative remedies and a waiver of any right to further pursue the bid protest, including filing a Government Code Claim or legal proceedings. The letter of appeal must include a written statement specifying in detail each and every one of the grounds asserted for the appeal. The letter of appeal must be signed by an individual authorized to represent the Candidate and must cite the relevant section of the RFQ or Appendix on which the appeal is based. In addition, the Candidate must specify facts and evidence sufficient for the City to determine the validity of the appeal. If a letter of appeal is mailed, the Candidate bears the risk of non-delivery within the deadlines specified herein. Letters of appeal should be transmitted by a means that will conclusively establish the date the City receives the appeal. Appeals or notice of appeals made orally (e.g., by telephone) will not be considered. Letters of appeal must be delivered to the Project Manager as described in Section 6 “Project Administration”. Resolution No. 10882 (2018 Series) EXHIBIT B Page 98 If the Candidate files a complete and timely letter of appeal, a review of the appeal shall commence soon after receipt of the request. The review shall be an informal process conducted by the City or its designee and will be based upon the information submitted by the Candidate in its letter of appeal. The City will notify the Candidate in writing of its decision at the conclusion of the review. The decision of the City is final. If a Candidate provides the required notice of appeal and requests a hearing, the hearing shall be conducted so that it is concluded no later than ten (10) business days after the City’s receipt of the notice of appeal. The hearing shall be an informal process conducted by the City’s designee, who is delegated responsibility to hear such appeals (the “Appeals Panel”). At or prior to the hearing, the Candidate will be advised of the basis for the City’s prequalification determination. The Candidate will be given the opportunity to present information and reasons opposing the rating. Within two (2) business days after the conclusion of the hearing, the Appeals Panel shall render its decision, which will be final and binding. It is the intention of the City that the date for the submission and opening of any bids will not be delayed or postponed to allow for completion of an appeal process. 3. PROJECT SCHEDULE The anticipated prequalification and bidding schedule is summarized as follows: Date Milestone April 21, 2018 City issues Request for Statements of Qualification from Candidates May 8, 2018 Prequalification Outreach Meeting May 18, 2018 Deadline for submitting questions June 5, 2018 City receives Prequalification Packages June 25, 2018 City issues prequalified Project Bidders List and issues Notices of Determination to Candidates. Five days after City notifies contractors of ratings Last day for Candidates to appeal City’s decision with respect to prequalification ratings July 17, 2018 Last day for appeals to be heard by City July 20, 2018 City adopts Project Bidders List November 2018 City issues Notice Inviting Bids for Project December 2018 City receives Bids for the Project The City may, in its sole discretion, modify the prequalification and bidding schedule. A non-mandatory prequalification outreach meeting and site tour is scheduled for May 8, 2018 at 10 AM. The purpose of the prequalification outreach meeting is to introduce the Project and the prequalification process. The prequalification meeting will be held at the City’s Corporation Yard, 25 Prado Road, San Luis Obispo, 93401. The prequalification outreach meeting will be broadcast via video conference for those Candidates unable to attend in person. Details for the video broadcast and login instructions will be posted to www.bidsync.com in advance of the meeting. Resolution No. 10882 (2018 Series) EXHIBIT B Page 99 4. TERMS AND CONDITIONS GOVERNING THIS RFQ Costs of Responding; Retention by City of Questionnaires and Related Documents The City accepts no financial responsibility for any costs incurred by a Candidate in responding to this RFQ. Completed questionnaires and any other documents or materials submitted in response to this RFQ shall, upon submission, become the property of the City and may be used by the City in any way the City deems appropriate. Reservation of Rights by City The issuance of this RFQ does not constitute an agreement by the City that any subsequent selection process will occur or that any contract will be entered into by the City. The City expressly reserves the right at any time to: • Waive any defect or informality in any Prequalification Package or the procedure set forth in this RFQ. • Reject any or all questionnaires. • Issue a new request for qualifications in lieu of this RFQ. • Change the subsequent selection process. • Procure all or any portion of the Work by any other means. • Determine that the Work will not be pursued. The Prequalification Package, its completion and submission by the Candidate, and its use by the City, shall not give rise to any liability on the part of the City to the Candidate or any third party or person. This is not a solicitation for bid. No guarantees are made or implied that the Project will be constructed, either in part or whole. The Candidate accepts all risk and cost associated with the completion of the Prequalification Package without financial guarantee. The City reserves the right to adjust, increase, limit, suspend or rescind any prequalification rating based on information acquired outside of the prequalification process. Candidates whose rating changes sufficient to disqualify them will be notified and given an opportunity for a hearing consistent with the hearing procedures contained herein. 5. CANDIDATE QUESTIONS, REQUESTS FOR CLARIFICATION, AND REQUESTS FOR EXCEPTIONS In the event that a Candidate has any questions or requests for clarification the Candidate must notif y the City with its concerns no later than May 18, 2018. Should the Candidate wish to take any exceptions regarding any part of this RFQ or its attachments, the Candidate shall follow the procedures set forth in Section 2 of the RFQ. Questions, requests for clarification, and requests for exceptions submitted after this date will not be considered. Questions, requests for clarification and requests for exceptions submitted with a Prequalification Package may result in the Prequalification Package being deemed non-responsive. Questions regarding any aspect of this RFQ should be formally directed to the Project Manager via email as described in Section 6 “Project Administration”. The City’s responses will be delivered in the f orm of an addendum to this RFQ. The City’s consideration of any exception shall not, in any way, be construed as the City’s intent to grant said exception. Exceptions will be evaluated on a case-by-case basis and will be granted only to correct errors in the documentation or when it is deemed to be in the best interest of the City . Resolution No. 10882 (2018 Series) EXHIBIT B Page 100 6. PROJECT ADMINISTRATION The Project Manager for this engagement is: Project Manager: Justin Pickard, Water Systems Consulting, Inc. Email Address: jpickard@wsc-inc.com 7. ACKNOWLEDGEMENT The submission of a Prequalification Package shall constitute an acknowledgement upon which the City may rely that the Candidate has thoroughly examined and is familiar with the prequalification requirements and that the Candidate has waived any objections or contentions regarding the RFQ document and/or the prequalification requirements set forth by the City to determine if a Candidate is eligible to submit a bid proposal for this Project. By my signature below, I acknowledge receipt of this document and agree to be bound by its terms and agree to submit it as part of the Prequalification Package. Signature Printed Name Date Name of contractor on whose behalf document is signed Resolution No. 10882 (2018 Series) EXHIBIT B Page 101 APPENDIX A Candidate Contact Information Form RFQ: Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project Firm Name (as it appears on license): Check One: Corporation Partnership Sole Proprietor Name of Contact Person: Street Address: City: State: Zip: Phone: Fax: Email Address: Contractor’s License Number(s) and Expiration Date(s): Tax ID Number: General Tax Exemption Number: Dun and Bradstreet Number (if applicable): Resolution No. 10882 (2018 Series) EXHIBIT B Page 102 If firm is a partnership or sole proprietor: Owner of Company: Responsible Managing Employee Name: Responsible Managing Employee License Number and Expiration Date: THIS DOCUMENT IS SUBJECT TO DISCLOSURE TO THIRD PARTIES Each prospective Candidate must have an Electrical Contractor Class “C-10” California Contractor’s license which is current, active and in good standing with the California Contractors State License Board (CSLB), on the date and time the request for qualifications submittal is due and must submit this request for qualification with all portions completed, including required attachments. Each prospective Candidate must answer all of the following questions and provide all requested information, where applicable. Any prospective Candidate failing to do so may be deemed unqualified to submit a proposal. It is critical that prospective a Candidate fill out all information required accurately, completely, truthfully and to the best of its knowledge. Ambiguous or incomplete information may lead to an unfavorable evaluation resulting in a determination of non-responsibility. The undersigned hereby agrees and declares that receipt of this submittal by the City of San Luis Obispo does not constitute either a direct or implied guarantee that Prequalification is or will be granted. I, the undersigned, certify and declare that I have read all the foregoing answers to this prequalification questionnaire and know their contents. The matters stated in the questionnaire answers are true of my own knowledge and belief, except as to those matters stated on information and belief, and as to those matters I believe them to be true. I declare under penalty of perjury under the laws of the State of California, that the foregoing is correct. The undersigned is a legally authorized representative of the Candidate for the legal name noted above. Candidate Signature Date Printed Name/Title Resolution No. 10882 (2018 Series) EXHIBIT B Page 103 Subscribed and sworn to before me this day of , 20 Notary Public in and for the State of: Residing at: Expiration Date: **END OF CANDIDATE CONTACT INFORMATION FORM** Resolution No. 10882 (2018 Series) EXHIBIT B Page 104 APPENDIX B Prequalification Questionnaire RFQ: Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project Candidates will need to demonstrate specific, relevant experience as an electrical contractor on construction of wastewater, recycled water, or potable water treatment facilities similar in size, scope and complexity to the Water Resource Recovery Facility Project (“Project”). Candidates shall complete Parts I, II and III of the Prequalification Questionnaire, per the instructions detailed below. It is expected that the Candidate shall self-perform the electrical portion of the Work. For Candidates forming joint ventures, each member of the joint venture must be individually pre- qualified as Qualified Candidates Those Candidates who are evaluated to be qualified to perform the Project based on the submitted Prequalification Questionnaire (Qualified Candidates) will be eligible to submit bids to prequalified general contractors for the Project. Instructions for completing the Prequalification Questionnaire If additional sheets are necessary to complete the questionnaire, Candidates shall use 8-½ in. x 11 in. paper, attached in order, and shall reference the section and question being answered. Candidates shall sign each additional sheet. PART I – ESSENTIAL REQUIREMENTS FOR QUALIFICATION PART II – INFORMATION REGARDING THE ORGANIZATION, HISTORY, PERFORMANCE, AND COMPLIANCE WITH CIVIL AND CRIMINAL LAWS A. Current Organization and Structure of the Business Candidates must respond to each question. B. History of the Business and Organizational Performance Candidates must respond to each question. C. Licenses Candidates must respond to each question. D. Disputes Candidates must respond to each question. E. Criminal Matters and Related Civil Suits Candidates must respond to each question. F. Bonding Candidates must provide the requested information and respond to each question. G. Compliance with Occupational Safety and Health Laws and with Other Labor and Safety Legislation Candidates must provide the requested information and respond to each question. Resolution No. 10882 (2018 Series) EXHIBIT B Page 105 H. Prevailing Wage and Apprenticeship Compliance Record Candidates must respond to each question. PART III – MANDATORY PROJECT EXPERIENCE Candidates must complete all of the questions. All questions are pass/fail with criteria for passing listed for each question. Candidates must pass all questions in order to be qualified to submit a Bid on the project. Using the Project Data Sheet (see Appendix C), Candidates must provide three (3) project references to validate the response to Part A Questions 1 and 2 and one (1) project reference for each project to validate the response to Part B Questions 3 through 5. For projects completed by the Candidate as a member of a joint venture, Candidate shall indicate percent ownership of the joint venture and indicate the type and percentage of the work completed by the Candidate. The City will forward a questionnaire entitled “Project Reference Questionnaire” directly to the project owners identified in each Project Data Sheet. Each owner will be asked to complete and return the questionnaire directly to the City (see Appendix E for a sample Project Reference Questionnaire). The individual furnishing the information in the Project Reference Questionnaire shall be the project managers or the heads of the department in charge of the construction of the projects listed. These individuals must have personal knowledge of the Candidate’s performance on the project. The City reserves the right to seek additional information from any individual who has information about the listed projects. To effectuate the candid completion of information requested in the Project Reference Questionnaire, Candidates are required to execute and submit the attached Release and Waiver Agreement (Appendix D) in favor of each individual furnishing inform ation requested in the Questionnaire. The Candidates shall verify that all previous project contact information listed is current and accurate. Failure of the Candidate to provide current and accurate project contact information may be grounds for the City to determine the Candidate as non-responsive and ineligible for further prequalification consideration. The City will not research current contact information on the Candidate’s behalf. It is the responsibility of the Candidates to ensure that the named reference individuals will respond in a timely manner and furnish the information requested in the Project Reference Questionnaire within the RFQ schedule. Candidate’s Prequalification Package shall be deemed nonresponsive if, without limitation, the Project Reference Questionnaires from the referenced individuals are not returned on time or do not provide all requested information. Resolution No. 10882 (2018 Series) EXHIBIT B Page 106 PART I. ESSENTIAL REQUIREMENTS FOR QUALIFICATION An answer of “no” to any of the Questions 1 through 3 will be rated a “Fail” and the Candidate will be immediately disqualified. An answer of “yes” to any of the Questions 4 through 13 below will be rated a “Fail” and the Candidate will be immediately disqualified. 1. Does your firm possess a valid and current Electrical “C-10” California Contractor’s license? Yes No 2. Will the Candidate comply with and provide all insurance as defined in Appendix H “City Minimum Insurance Requirements”? Yes No NOTE: Candidate shall furnish a statement indicating the contractor’s ability to provide the insurance provided as Appendix H. The Candidate will be required to provide insurance as provided for in the Contract Documents upon actual bid and award. 3. Has the Candidate attached a notarized statement from an admitted surety insurer (approved by the California Department of Insurance) authorized to transact surety business in the State of California, which states the Candidate’s current total available bonding capacity and individual project bonding capacity? Yes No NOTE: Candidate shall furnish a notarized statement from the surety company, not an agent or broker, similar to the sample certification provided as Appendix I. A notarized statement from the Candidate’s surety is being requested in lieu of an audited financial statement to verify the financial fitness of the Candidate. Please note that the provision of a performance and/or payment bond from the electrical subcontractor will be at the discretion of the general contractor. 4. Has the Candidate’s contractor’s license been revoked at any time in the last five (5) years? Yes No 5. During the last eight (8) years, has your firm ever been denied performance and payment bonds by a surety company because of the surety's determination that the entity failed to perform adequately on an existing or prior project? Yes No Resolution No. 10882 (2018 Series) EXHIBIT B Page 107 6. Has a surety firm completed a contract on the Candidate’s behalf, or paid for completion because the Candidate was terminated for default by the project owner or the Candidate was otherwise unable to complete a contract within the last five (5) years? Yes No 7. Has your contractor’s license been revoked or suspended at any time for more than 90 days in the last five (5) years, pursuant to Article 7 of the California Business and Professional Code (construction without a permit, failure to pay civil penalties or compliance with order or correction, etc.)? Yes No 8. At the time of submitting this prequalification form, is the Candidate ineligible to bid on or be awarded a public works contract, or perform as a subcontractor on a public works contract, pursuant to either Labor Code section 1777.1 or Labor Code Section 1777.7? Yes No If the answer is “Yes,” state the beginning and ending dates of the period of debarment: 9. Is your firm, or any owners or officers of your firm, currently listed on the State Water Board’s List of Disqualified Businesses and Persons? Yes No 10. At any time during the last five (5) years, has the Candidate or any of its owners, or officers been convicted of a crime involving the bidding, award or performance of a government contract? Yes No 11. At any time during the last eight (8) years, has your firm, or any owners or officers of your firm, been found liable in civil or criminal court for false claims, material misrepresentation, dishonesty, or fraud against a public entity? Yes No 12. In the last eight (8) years has your firm, or any firm with which your firm’s owners, principals or officers associated with, been debarred, disqualified, removed or otherwise prevented from bidding on, from being awarded or from completing, any public work or government project for any reason? Note: “Associated with” refers to another construction firm in which an owner, partner or officer of your firm held an ownership, principal, or management position, and which is listed in response to question Part II, Section A on this form. Yes No Resolution No. 10882 (2018 Series) EXHIBIT B Page 108 13. List your firm’s Experience Modification Rate (EMR) (California workers’ compensation insurance) issued to your firm annually by your workers’ compensation insurance carrier for the current year: Current year: ____________________ Is your current year EMR higher than 1.00? Yes No Note: Verification of your EMR must be provided as detailed in Section II, Paragraph G, Question 32. END OF PART I Resolution No. 10882 (2018 Series) EXHIBIT B Page 109 PART II. INFORMATION REGARDING THE ORGANIZATION, HISTORY, PERFORMANCE, AND COMPLIANCE WITH CIVIL AND CRIMINAL LAWS A. Current Organization and Structure of the Business For Candidates That Are Corporations: 1a. Date incorporated: 1b. Under the laws of what state: 1c. Provide all the following information for each person who is either (a) an officer of the corporation (president, vice president, secretary, treasurer), or (b) the owner of at least ten (10) percent of the corporation’s stock. Name Position Years with Co. % Ownership 1d. Identify every construction, equipment manufacturer, or material supply firm that any person listed above has been associated with (as owner, general partner, limited partner or officer) at any time during the last five (5) years. NOTE: For this question, “owner” and “partner” refer to ownership of ten (10) percent or more of the business, or ten (10) percent or more of its stock, if the business is a corporation. Name Name of Company Dates of Person’s Participation with Company Resolution No. 10882 (2018 Series) EXHIBIT B Page 110 For Candidates That Are Partnerships: 1a. Date of formation: 1b. Under the laws of what state: 1c. Provide all the following information for each partner who owns ten (10) percent or more of the firm. Name Position Years with Co. % Ownership 1d. Identify every construction, equipment manufacturer, or material supply company that any partner has been associated with (as owner, general partner, limited partner or officer) at any time during the last five (5) years. NOTE: For this question, “owner” and “partner” refer to ownership of ten (10) percent or more of the business, or ten (10) percent or more of its stock, if the business is a corporation. Name Name of Company Dates of Person’s Participation with Company For Candidates That Are Sole Proprietorships: 1a. Date of commencement of business: 1b. Identify every construction, equipment manufacturer, or material supply firm that the business owner has been associated with (as owner, general partner, limited partner or officer) at any time during the last five (5) years. NOTE: For this question, “owner” and “partner” refer to ownership of ten (10) percent or more of the business, or ten (10) percent or more of its stock, if the business is a corporation. Resolution No. 10882 (2018 Series) EXHIBIT B Page 111 Name Position Years with Co. % Ownership B. History of the Business and Organizational Performance 2. Has there been any change in ownership of the Candidate’s firm at any time during the last five (5) years? NOTE: A corporation whose shares are publicly traded is not required to answer this question. Yes No If “yes,” explain on a separate signed page. 3. Is the Candidate a subsidiary, parent, holding company or affiliate of another construction, equipment manufacturer, or material supply firm? NOTE: Include information about other firms if one firm owns 50 percent or more of another, or if an owner, partner, or officer of the Candidate holds a similar position in another firm. Yes No If “yes”, and a firm seeks to prequalify based on the financial status or the experience of an affiliate or parent company, that affiliate or parent company will be required to provide an affidavit guaranteeing the contract performance of the prequalifying firm in every respect including indemnity. Provide a detailed explanation on a separate signed page. 4. Are any corporate officers, partners or owners connected to any other construction, equipment manufacturer, or material supply firms? NOTE: Include information about other firms if an owner, partner, or officer of the Candidate holds a similar position in another firm. Yes No If “yes,” explain on a separate signed page. 5. State the Candidate’s gross revenues for each of the last three (3) years: Year Gross Revenue Resolution No. 10882 (2018 Series) EXHIBIT B Page 112 6. How many years has the Candidate been in business in California as a Candidate under the Candidate’s present business name and license number? Years 7. Is the Candidate currently the debtor in a bankruptcy case? Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number, and the date on which the petition was filed. 8. Was the Candidate in bankruptcy at any time during the last five (5) years? This question refers only to a bankruptcy action that was not described in answer to question 7, above. Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number and the date on which the petition was filed, and a copy of the Bankruptcy Court’s discharge order, or of any other document that ended the case, if no discharge order was issued. C. Licenses 9. List all California construction license numbers, classifications and expiration dates of the California contractor licenses held by the Candidate. At a minimum, Candidates shall possess a valid Class C-10 – Electrical Contractor’s License to be considered. License Number Classification Expiration Date 10. If any of the Candidate’s license(s) are held in the name of a corporation or partnership, list below the names of the qualifying individual(s) listed on the California Contractors State Licensing Board (CSLB) records who meet(s) the experience and examination requirements for each license. License Number Classification Name of Qualifying Individual(s) Expiration Date 11. Has the Candidate changed names or license number in the past five (5) years? Yes No If “yes,” explain on a separate signed page, including the reason for the change. Resolution No. 10882 (2018 Series) EXHIBIT B Page 113 12. Has any owner, partner or (for corporations) officer of the Candidate operated a construction, equipment manufacturer, or material supply firm under any other name in the last five (5) years? Yes No If “yes,” explain on a separate signed page, including the reason for the change. 13. Has any CSLB license held by the Candidate or its Responsible Managing Employee (RME) or Responsible Managing Officer (RMO) been suspended or revoked within the last five (5) years? Yes No If “yes,” please explain on a separate signed sheet. D. Disputes 14. At any time in the last five (5) years has the Candidate been assessed liquidated damages under a construction contract with either a public or private owner? Yes No If yes, explain on a separate signed page, identifying all such projects by owner, owner’s address, the date of completion of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. 15. In the last five (5) years has the Candidate been denied an award of a public works contract based on a finding by a public agency that the Candidate was not a responsible bidder? Yes No If “yes,” explain on a separate signed page. Identify the year of the event, the owner, the project and the basis for the finding by the public agency. 16. In the past five (5) years has any action against the Candidate concerning the Candidate’s performance of a construction project been filed in court or arbitration? Yes No If “yes,” on separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). If “yes”, are there any current claims against the Candidate that should you lose the claim(s), would adversely affect the Candidate’s financial position or the Candidate’s ability to meet the Candidate’s obligations if awarded the contract for this project? If so, please explain. Resolution No. 10882 (2018 Series) EXHIBIT B Page 114 17. In the past five (5) years has the Candidate made any claim against a project owner concerning work on a project or payment for a contract and filed an action in court or arbitration? Yes No If “yes,” on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). If “yes”, are there any current claims against a project owner that should the Candidate lose the claim(s), would adversely affect the Candidate’s financial position or the Candidate’s ability to meet the Candidate’s obligations if awarded the contract for this project? If so, please explain. 18. At any time during the past five (5) years, has any surety company made any payments on the Candidate’s behalf, to satisfy any claims made against a performance or payment bond issued on the Candidate’s behalf, in connection with a construction project, either public or private? Yes No If “yes,” explain on a separate signed page the amount of each such claim, the name and telephone number of the claimant, the date of the claim, the grounds for the claim, the present status of the claim, the date of resolution of such claim if resolved, the method by which such was resolved if resolved, the nature of the resolution and the amount, if any, at which the claim was resolved. 19. In the last five (5) years has any insurance carrier, for any form of insurance, refused to renew the insurance policy for the Candidate? Yes No If “yes,” explain on a separate signed page. Name the insurance carrier, the form of insurance and the year of each refusal. E. Criminal Matters and Related Civil Suits 20. Has the Candidate or any of its owners, officers or partners ever been convicted of a crime involving any federal, state, or local law related to construction? Yes No If “yes,” explain on a separate signed page, including identifying who was involved, the name of the public agency, the date of the conviction and the grounds for the conviction. 21. Has the Candidate or any of its owners, officers or partners ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty? Yes No If “yes,” identify on a separate signed page the person or persons convicted, the court (the county if a state court, the district or location of the federal court), the year and the criminal conduct. Resolution No. 10882 (2018 Series) EXHIBIT B Page 115 F. Bonding 22. Attach a certified statement from a bonding firm authorized to do business in the State of California. The certification shall be submitted in original form and must indicate the maximum bonding coverage the surety will issue on the applicant’s behalf for a single contract, and shall also specify the total bonding that the surety will issue for all of the Candidate’s work, including uncompleted contracts, and the Candidate’s current bonding capacity is sufficient for this Project for which the Candidate is seeking prequalification. A sample Certification of Surety is included as Appendix I to this RFQ. Minimum bonding for this Project is currently estimated at $25 million. 23. If the Candidate was required to pay a premium of more than one (1) percent for a performance and payment bond on any project(s) on which the Candidate worked at any time during the last five (5) years, state the percentage that the Candidate was required to pay. The Candidate may provide an explanation for a percentage rate higher than one (1) percent, if the Candidate wishes to do so. 24. List all other sureties (name and full address) that have written bonds for the Candidate during the last five (5) years, including the dates during which each wrote the bonds: 25. During the last five (5) years, has the Candidate ever been denied bond coverage by a surety company, or has there ever been a period of time when the Candidate had no surety bond in place during a public construction project when one was required? Yes No If yes, provide details on a separate signed sheet indicating the date when the Candidate was denied coverage and the name of the company or companies which denied coverage; and the period during which the Candidate had no surety bond in place. G. Compliance with Occupational Safety and Health Laws and with Other Labor Legislation Safety 26. Has Cal/OSHA cited and assessed penalties against the Candidate for any “serious,” “willful” or “repeat” violations of its safety or health regulations in the past five (5) years? Yes No If “yes,” attach a separate signed page describing the citations, including information about the dates of the citations, the nature of the violation, the project on which the citation(s) was or were issued, and the amount of penalty paid, if any. If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued, state the case number and the date of the decision. 27. Has the federal Occupational Safety and Health Administration cited and assessed penalties against the Candidate in the past five (5) years? Yes No If “yes,” attach a separate signed page describing each citation. Resolution No. 10882 (2018 Series) EXHIBIT B Page 116 28. As a result of the Candidate’s actions or inactions, has the EPA or any Air Quality Management District or any Regional Water Quality Control Board cited and assessed penalties against either the Candidate or the owner of a project on which the Candidate was the contractor, in the past five (5) years? Yes No If “yes,” attach a separate signed page describing each citation. 29. How often does the Candidate require documented safety meetings to be held for construction employees and field supervisors during the course of a project? 30. Experience Modification Rate (EMR): Please obtain a letter from the Candidate’s insurance carrier (or state fund if applicable) with the Candidate’s interstate EMR’s for the last three (3) years. If the Candidate does not have an interstate rating, obtain the Candidate’s intrastate EMRs. Attach the letter as part of this package. The Candidate shall list the Experience Modification Rate for the last three years (available from the Candidate’s insurance carrier). Year EMR Three Year Average = Are the above rates interstate or intrastate? NOTE: Any of the following methods of “obtaining a letter” are acceptable: (1) Furnish a letter from the Candidate’s insurance agent, insurance carrier or state fund (on their letterhead) verifying the EMR data listed above; or (2) Furnish a photocopy of the applicable Experience Rating Calculation Sheets, which the Candidate’s insurance carrier should forward to the Candidate annually. 31. Within the last five (5) years has there ever been a period when the Candidate had employees but was without workers’ compensation insurance or state-approved self- insurance? Yes No If “yes,” please explain the reason for the absence of workers’ compensation insurance on a separate signed page. If “no,” please provide a statement by the Candidate’s current workers’ compensation insurance carrier that verifies periods of workers’ compensation insurance coverage for the last five (5) years. (If the Candidate has been in the construction business for less than five (5) years, provide a statement by the Candidate’s workers’ compensation insurance carrier verifying continuous workers’ compensation insurance coverage for the period that the Candidate has been in the construction business.) Resolution No. 10882 (2018 Series) EXHIBIT B Page 117 H. Prevailing Wage and Apprenticeship Compliance Record 32. Has the Candidate been required at any time during the last five (5) years to pay either back wages or penalties for the Candidate’s own firm’s failure to comply with California’s prevailing wage laws? NOTE: This question refers only to the Candidate’s own firm’s violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. Yes No If ”yes,” attach a separate signed page or pages, describing the nature of each violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed, the number of employees who were initially underpaid and the amount of back wages and penalties that the Candidate was required to pay. 33. During the last five (5) years, has the Candidate’s own firm has been penalized or required to pay back wages for failure to comply with the federal Davis-Bacon prevailing wage requirements? Yes No If “yes,” attach a separate signed page or pages describing the nature of the violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed, the number of employees who were initially underpaid, the amount of back wages the Candidate was required to pay along with the amount of any penalty paid. 34. At any time during the last five (5) years, has the Candidate been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: The Candidate may omit reference to any incident that occurred if the violation was by a subcontractor and the Candidate, as general contractor on a project, had no knowledge of the subcontractor’s violation at the time it occurred. Yes No If “yes,” provide the date(s) of such findings, and attach copies of the Department’s final decision(s). END OF PART II Resolution No. 10882 (2018 Series) EXHIBIT B Page 118 PART III. MANDATORY PROJECT EXPERIENCE Candidates must complete Questions 1 through 6 in this section. In the case of joint ventures, each joint venture partner must complete Questions 1 through 5. Questions 1 through 5 in this section are pass/fail with criteria for passing listed for each question. Candidates must pass all questions in this section in order to be qualified to submit a Bid for the Project. Using the Project Data Sheet (see Appendix C), Candidates (each partner for joint ventures) must provide three (3) project references to validate the responses to Questions 1 and 2 and one (1) project reference for each project to validate the response to Questions 3 through 5. Please note the projects provided as references for Question 1 can be used as references for Questions 2 through 5 where applicable. Candidates (each partner for joint ventures) must provide at least three (3) different reference projects. The City will forward a questionnaire entitled “Project Reference Questionnaire,” directly to the list of Project owners specified in each Project Data Sheet. Each owner will be asked to complete and return the questionnaire directly to the City (see Appendix E for a sample Project Reference Questionnaire). The individual furnishing the information in the Project Reference Questionnaire shall be the project managers or the heads of the department in charge of the construction of the projects listed. These individuals must have personal knowledge of the Candidate’s performance on the project. The City reserves the right to seek additional information from any individual who has information about the listed projects. Candidates are required to score a minimum of 122 points out of a possible 175 points on each Project Reference Questionnaire to be qualified to proceed with the evaluation process. To effectuate the candid completion of information requested in the Project Reference Questionnaire, Candidates are required to execute and submit the attached Release and Waiver Agreement (Appendix D) in favor of each individual furnishing information req uested in the Questionnaire. A. Firm Experience 1. Has your firm completed electrical work for construction of at least three (3) municipal treatment facilities (wastewater, recycled water, or potable water) treatment facility construction projects within the past ten (10) years that meet all the following criteria: • Your firm self-performed at least 75% of the electrical work (based on total craft hours); • Construction took place within an active treatment facility that remained in operation during construction [for one (1) of the three (3) reference projects]; and • Electrical contract value was at least $10 million? Note: Contract values for projects completed prior to January 1, 2018, can be converted to equivalent 2018 costs by utilizing the Engineering News Record (ENR) Construction Cost Index (20-city average) in accordance with the following formula: INDEX 2018 x Cost (year completed) = Cost 2018 INDEX (year completed) Where: Resolution No. 10882 (2018 Series) EXHIBIT B Page 119 INDEX 2018 corresponds to the ENR CCI for January 2018 INDEX (year completed) corresponds to the ENR CCI for the month and year when the project was completed Cost (year completed) is the final construction cost at the completion of the project, including change orders Candidate (each partner if a joint venture) must meet the requirements of this question on its own as a firm/entity; the City will not consider the experience/qualifications of other joint venture partners, subcontractors, or Candidate’s employees when evaluating the Candidate's (each partner’s if a joint venture) qualifications in response to this question. Yes No If “no”, your firm is not qualified to submit a Bid on the Project. List the qualifying projects, citing the following: project name, project owner, original and final contract amount, original and final contract time, project scope including the type and size of the facility, percentage of the electrical work self-performed, and year of completion. Complete and submit a Project Data Sheet (Appendix C) for each of the projects listed below. Project 1: Project 2: Project 3: 2. Has your firm completed the construction of at least three (3) projects within the last fifteen (15) years that included the installation of medium voltage (1 kV to 35 kV) switchgear and medium voltage conductors with a minimum electrical contract value of $2 million for which your firm self-performed at least 50% of the electrical work? Candidate (each partner if a joint venture) must meet the requirements of this question on its own as a firm/entity; the City will not consider the experience/qualifications of other joint venture partners, subcontractors, or Candidate’s employees when evaluating the Candidate's (each partner’s if a joint venture) qualifications in response to this question. Yes No If “no”, your firm is not qualified to submit a Bid on the Project. Resolution No. 10882 (2018 Series) EXHIBIT B Page 120 List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self-performed, and year of completion. Complete and submit a Project Data Sheet for each of the projects listed below. Project 4: Project 5: Project 6: B. Key Personnel Experience 3. Does your proposed Project Manager have at least ten (10) years of experience managing electrical construction for complex treatment facility projects (wastewater, recycled water, or potable water) including at least one (1) project with a contract value of $10 million or greater and has the proposed Project Manager been employed by your firm for at least one (1) year? Candidate (each partner if a joint venture) must meet the requirements of this question with its own employees; the City will not consider the experience/qualifications of employees of other joint venture partners or subcontractors. Yes No If “no”, your firm is not qualified to submit a Bid on the project. List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self-performed, and year of completion. Complete and submit a Project Data Sheet for the project listed below. Project 7: 4. Has your proposed Project Manager managed a project that included the installation of medium voltage (1kV to 35 kV) switchgear and medium voltage conductors? Candidate (each partner if a joint venture) must meet the requirements of this question with its own employees; the City will not consider the experience/qualifications of employees of other joint venture partners or subcontractors. Yes No Resolution No. 10882 (2018 Series) EXHIBIT B Page 121 If “no”, your firm is not qualified to submit a Bid on the project. List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self -performed, and year of completion. Complete and submit a Project Data Sheet for the project listed below. Project 8: 5. Does your proposed Superintendent for this Project have at least ten (10) years of experience constructing electrical systems for complex treatment facility projects (wastewater, recycled water, or potable water) including at least one (1) project with a contract value of $10 million or greater and has the proposed Superintendent been employed by your firm for at least one (1) year? Candidate (each partner if a joint venture) must meet the requirements of this question with its own employees; the City will not consider the experience/qualifications of employees of other joint venture partners or subcontractors. Yes No If “no”, your firm is not qualified to submit a Bid on the project. List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self -performed, and year of completion. Complete and submit a Project Data Sheet for the project listed below. Project 9: 6. List the qualifying Project Manager and Superintendent proposed for this Project below. Complete and submit a Key Personnel Data Sheet (Appendix G) for each of the individuals listed below. Project Manager Superintendent(s) In the event that changes to key lead personnel occur after a Candidate has been designated as qualified to bid, Candidate shall provide at least three (3) resumes (using Appendix G resume forms) of proposed candidate replacement personnel in advance of submitting its bid. Proposed replacement personnel shall have qualifications that meet or exceed those of the personnel being replaced, as determined by the City. The City Resolution No. 10882 (2018 Series) EXHIBIT B Page 122 reserves the right to exclude any prospective Bidder or reject any bid in the e vent that there are differing key personnel from those which were pre-qualified. END OF PART III Resolution No. 10882 (2018 Series) EXHIBIT B Page 123 APPENDIX C Project Data Sheet Performance Record RFQ: Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project As directed in the Pre-Qualification Questionnaire instruction for Part III, Candidates (each partner if a joint venture) must provide a minimum of three (3) project references to validate the responses to Questions 1 and 2. If the three (3) project references provided for Questions 1 and 2 do not meet the requirements of Questions 3 through 5, Candidates must provide additional reference projects to validate the responses to those questions. Resolution No. 10882 (2018 Series) EXHIBIT B Page 124 Project Reference 1 of 3 for Part III-A, Question 1: To be considered for pre-qualification, Candidate (each partner if a joint venture) shall have completed at least three (3) municipal treatment facility projects (wastewater, recycled water, and/or potable water) each within the past ten (10) years for which your firm self-performed at least 75% of the electrical work, construction took place within an active treatment facility that remained in operation during construction[for one (1) of the three (3) reference projects], and the contract value was at least $10 million. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 1 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager and Superintendents 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT B Page 125 No. Item Description Project No. 1 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes 10 Description of Project, Scope of Electrical Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) 15 Reason for Delays 16 Electrical Portion of Contract Bid Price 17 Final Electrical Work Portion of Construction Cost Basis for Increase or Decrease in Final Electrical Work Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT B Page 126 No. Item Description Project No. 1 18 Number of Electrical Work Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed 20 Facility Remained in Operation During Construction (yes or no) Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT B Page 127 Project Reference 2 of 3 for Part III-A, Question 1: To be considered for pre-qualification, Candidate (each partner if a joint venture) shall have completed at least three (3) municipal treatment facility projects (wastewater, recycled water, and/or potable water) each within the past ten (10) years for which your firm self-performed at least 75% of the work, construction took place within an active treatment facility that remained in operation during construction [for one (1) of the three (3) reference projects], and the contract value was at least $10 million. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 2 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager and Superintendents 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT B Page 128 No. Item Description Project No. 2 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes 10 Description of Project, Scope of Electrical Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) 15 Reason for Delays 16 Electrical Portion of Contract Bid Price 17 Final Electrical Work Portion of Construction Cost Basis for Increase or Decrease in Final Electrical Work Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT B Page 129 No. Item Description Project No. 2 18 Number of Electrical Work Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed 20 Facility Remained in Operation During Construction (yes or no) Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT B Page 130 Project Reference 3 of 3 for Part III-A, Question 1: To be considered for pre-qualification, Candidate (each partner if a joint venture) shall have completed at least three (3) municipal treatment facility projects (wastewater, recycled water, and/or potable water) each within the past ten (10) years for which your firm self-performed at least 75% of the work, construction took place within an active treatment facility that remained in operation during construction [for one (1) of the three (3) reference projects], and the contract value was at least $10 million. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 3 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager and Superintendents 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT B Page 131 No. Item Description Project No. 3 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes 10 Description of Project, Scope of Electrical Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) 15 Reason for Delays 16 Electrical Portion of Contract Bid Price 17 Final Electrical Work Portion of Construction Cost Basis for Increase or Decrease in Final Electrical Work Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT B Page 132 No. Item Description Project No. 3 18 Number of Electrical Work Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed 20 Facility Remained in Operation During Construction (yes or no) Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT B Page 133 Project Reference 1 of 3 for Part III-A, Question 2: To be considered for pre-qualification, Candidate (each partner if a joint venture) shall have completed construction of at least three (3) projects within the last fifteen (15) years that included the installation of medium voltage (1 kV to 35 kV) switchgear and m edium voltage conductors with a minimum electrical contract value of $2 million for which your firm self-performed at least 50% of the electrical work. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 4 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager and Superintendents 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT B Page 134 No. Item Description Project No. 4 9 Description of Project, Scope of Electrical Work Performed 10 Contract Award Date 11 Substantial Completion Date 12 Original Contract Period (calendar days) 13 Actual Construction Time (calendar days) 14 Reason for Delays 15 Electrical Portion of Contract Bid Price 16 Final Electrical Work Portion of Construction Cost Basis for Increase or Decrease in Final Electrical Work Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT B Page 135 No. Item Description Project No. 4 17 Number of Electrical Work Related Claims Filed (and who filed: Owner or Contractor) 18 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT B Page 136 Project Reference 2 of 3 for Part III-A, Question 2: To be considered for pre-qualification, Candidate (each partner if a joint venture) shall have completed construction of at least three (3) projects within the last fifteen (15) years that included the installation of medium voltage (1 kV to 35 kV) switchgear and m edium voltage conductors with a minimum electrical contract value of $2 million for which your firm self-performed at least 50% of the electrical work. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 5 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager and Superintendents 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT B Page 137 No. Item Description Project No. 5 9 Description of Project, Scope of Electrical Work Performed 10 Contract Award Date 11 Substantial Completion Date 12 Original Contract Period (calendar days) 13 Actual Construction Time (calendar days) 14 Reason for Delays 15 Electrical Portion of Contract Bid Price 16 Final Electrical Work Portion of Construction Cost Basis for Increase or Decrease in Final Electrical Work Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT B Page 138 No. Item Description Project No. 5 17 Number of Electrical Work Related Claims Filed (and who filed: Owner or Contractor) 18 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT B Page 139 C. Project Reference 3 of 3 for Part III-A, Question 2: To be considered for pre-qualification, Candidate (each partner if a joint venture) shall have completed construction of at least three (3) projects within the last fifteen (15) years that included the installation of medium voltage (1 kV to 35 kV) switchgear and m edium voltage conductors with a minimum electrical contract value of $2 million for which your firm self-performed at least 50% of the electrical work. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 6 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager and Superintendents 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT B Page 140 No. Item Description Project No. 6 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes 10 Description of Project, Scope of Electrical Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) 15 Reason for Delays 16 Electrical Portion of Contract Bid Price 17 Final Electrical Work Portion of Construction Cost Basis for Increase or Decrease in Final Electrical Work Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT B Page 141 No. Item Description Project No. 6 18 Number of Electrical Work Related Claims Filed (and who filed: Owner or Contractor) 19 Lost Time Accident Frequency Rate1 20 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT B Page 142 Project Reference 1 of 1 for Part III-B, Question 3: To be considered for pre-qualification, Candidate’s proposed Project Manager (each partner if a joint venture) must have at least ten (10) years of experience managing electrical construction for complex wastewater, recycled water, or potable water treatment facility projects including at least one (1) project with a contract value of $10 million or greater and the proposed Project Manager must have been employed by your firm for at least one (1) year. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 7 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager and Superintendents 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT B Page 143 No. Item Description Project No. 7 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes 10 Description of Project, Scope of Electrical Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) 15 Reason for Delays 16 Electrical Portion of Contract Bid Price 17 Final Electrical Work Portion of Construction Cost Basis for Increase or Decrease in Final Electrical Work Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT B Page 144 No. Item Description Project No. 7 18 Number of Electrical Work Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT B Page 145 Project Reference 1 of 1 for Part III-B, Question 4: To be considered for pre-qualification, Candidate’s (each partner if a joint venture) proposed Project Manager shall have managed the electrical construction of a project that included the installation of medium voltage (1kV to 35 kV) switchgear and medium voltage conductors. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 8 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager and Superintendents 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT B Page 146 No. Item Description Project No. 8 9 Description of Project, Scope of Electrical Work Performed 10 Contract Award Date 11 Substantial Completion Date 12 Original Contract Period (calendar days) 13 Actual Construction Time (calendar days) 14 Reason for Delays 15 Electrical Portion of Contract Bid Price 16 Final Electrical Work Portion of Construction Cost Basis for Increase or Decrease in Final Electrical Work Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT B Page 147 No. Item Description Project No. 8 17 Number of Electrical Work Related Claims Filed (and who filed: Owner or Contractor) 18 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT B Page 148 Project Reference 1 of 1 for Part III-B, Question 5: To be considered for pre-qualification, Candidate’s proposed Superintendent (each partner if a joint venture) must have at least ten (10) years of experience managing electrical construction for complex treatment facility projects (wastewater, recycled water, or potable water) including at least one (1) project with a contract value of $10 million or greater and the proposed Superintendent must have been employed by your firm for at least one (1) year. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 9 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager and Superintendents 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT B Page 149 No. Item Description Project No. 9 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Treatment Processes 10 Description of Project, Scope of Electrical Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) 15 Reason for Delays 16 Electrical Portion of Contract Bid Price 17 Final Electrical Work Portion of Construction Cost Basis for Increase or Decrease in Final Electrical Work Construction Cost Resolution No. 10882 (2018 Series) EXHIBIT B Page 150 No. Item Description Project No. 9 18 Number of Electrical Work Related Claims Filed (and who filed: Owner or Contractor) 19 Lost Time Accident Frequency Rate1 20 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. 1 Lost Time Frequency Rate = Number of Lost Time Accidents x 100,000/Labor Hours Worked. Resolution No. 10882 (2018 Series) EXHIBIT B Page 151 APPENDIX D Release and Waiver Agreement RFQ: Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project This Release and Waiver of Liability (hereinafter the “Release”) is entered into between the City of San Luis Obispo, and _______________________________________________________________ , a “Candidate.” RECITALS 1. The City of San Luis Obispo ("City”) has issued a Request for Qualifications to establish a pool of Candidates qualified to perform electrical work for the Water Resource Recovery Facility Project. 2. Candidate has submitted a response to the City’s Request for Qualifications and has listed projects and owners as references for its qualifications. 3. The City seeks candid comments on the Candidate’s performance on the listed projects from the owners and the owners’ representatives. RELEASE AND WAIVER Candidate hereby fully and forever releases, exonerates, discharges, and covenants not to sue the City, its officers and employees, its consultants and subconsultants, and all individuals and entities furnishing comments on Candidate’s performance, from and does hereby waive, any and all claims, causes of action, demands, damages and any and all other liabilities of any kind or description, in law, equity, or otherwise, arising out of information furnished about Candidate’s performance on the projects Candidate has identified pursuant to Recital number 2, hereinabove. INTENDED BENEFICIARIES The City, its officers and employees and all individuals and entities furnishing any information relating to Candidate’s qualifications are intended beneficiaries of this Release and Waiver and are entitled to enforce its terms. Candidate Authorized Representative Date Resolution No. 10882 (2018 Series) EXHIBIT B Page 152 APPENDIX E Project Reference Questionnaire RFQ: Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project THIS PAGE PROVIDED FOR INFORMATIONAL PURPOSES ONLY The City of San Luis Obispo (“City”) is undertaking a process to prequalify electrical subcontractors ("Candidates") for construction of the Water Resource Recovery Facility (WRRF) Project. The following Candidate, _____________________________________, has provided the City with the name of your organization and the following project: ____________________________ as references regarding the Candidate’s experience and qualifications to perform Work on the WRRF Project. The Candidate has signed a Release and Waiver of Liability form as to the information you provide, a copy of which is attached for your reference. Please complete and return the questionnaire to City’s Program Manager: Name: Justin Pickard, Water Systems Consulting, Inc. Email Address: jpickard@wsc-inc.com Please give a brief description of the project; be sure to include the value of the project, the type of contract utilized, and the scope of work involved. 1. On a scale of 1-5, with 5 being the best, did the Candidate respond in a timely and responsible manner to stop notices or liens on the project? (Max. 5 points) ____ / 5 pts 2. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate project management personnel to administer the contract in accordance with the contract documents? (Max. 10 points) ____ / 10 pts 3. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate field personnel to construct the electrical work in accordance with the contract documents? (Max. 10 points) ____ / 10 pts 4. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate supervision of the electrical portion of the work? (Max. 10 points) ____ / 10 pts Resolution No. 10882 (2018 Series) EXHIBIT B Page 153 5. On a scale of 1-5, with 5 being the best, was there adequate equipment provided on the job to meet the contract schedule? (Max. 5 points) ____ / 5 pts 6. On a scale of 1-10, with 10 being the best, was the Candidate timely in providing reports and other paperwork, including submittals, certified payroll reports, change order paperwork, and monthly schedule updates? (Max. 10 points) ____ / 10 pts 7. On a scale of 1-10, with 10 being the best, did the Candidate adhere to the project schedule that your agency approved? (Max. 10 points) ____ / 10 pts 8. Was the electrical portion of the project completed within the contract time originally set forth in the bid documents? (10 points if the answer is “Yes”). Or, if the answer is “no,” on a scale of 1-10, with 10 being not responsible and 1 being fully responsible, to what extent was the Candidate responsible for the delay in completion? (Max. 10 points) ____/10 pts 9. On a scale of 1-10, with 10 being the best, rate the contractor on the timely submission of reasonable cost and time estimates to perform change order work. (Max. 10 points) ____ / 10 pts 10. On a scale of 1-10, with 10 being the best, rate the Candidate on how well the contractor performed the work after a change order was issued, and how well the contractor integrated the change order work into the existing work. (Max. 10 points) ____ / 10 pts 11. On a scale of 1-10, with 10 being the best, rate the Candidate’s performance in regard to timely submittal of operation & maintenance manuals, maintaining and completing as-built drawings, providing required training and taking care of warranty items? (Max. 10 points) ____ / 10 pts 12. On a scale of 1-10, with 10 being the best, rate the Candidate on whether there were an unusually high number of contractor-initiated change orders, claims, and disputes given the nature of the project, or unusual difficulty in resolving them. (Max. 10 points) ____ / 10 pts 13. On a scale of 1-10, with 10 being the highest, rate the Candidate with respect to timely payments by the contractor to either subcontractors or suppliers. (If the person being interviewed knows of no such difficulties, the score on this question should be “10”.) (Max. 10 points) ____/10 pts 14. On a scale of 1-15, with 15 being the best, how would you rate the overall quality of the Candidate’s work? (Max. 15 points) ____/15 pts 15. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to maintain operation of the existing facilities during the course of the improvements through advance planning, coordination with the owner, preparation of maintenance of plant operation (MOPO) submittals, and proper execution of the work? (If the improvements were not constructed in an existing facility that remained in operation during construction, the score on this question should be “15”.) (Max 15 points) ____/15 pts Resolution No. 10882 (2018 Series) EXHIBIT B Page 154 16. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to prepare a comprehensive startup and commissioning plan for the project in a timely manner and to successfully start-up the facility within a reasonable amount of time? (Max. 15 points) ____/15 pts 17. On a scale of 1-10, with 10 being the best, rate the contractor with respect to compliance with safety requirements established by law and best industry practice, including but not limited to: was shoring provided properly, were lock-out/tag-out procedures followed, did the contractor provide routine safety training? (Max. 10 points) ____/10 pts To Be Completed by Person Providing Reference: Reference is provided by: ____________________________________________________ Job Title: _________________________________________________________________ Date: ____________________________________________________________________ Company/Agency: __________________________________________________________ Business Address; __________________________________________________________ Telephone Number: ________________________________________________________ E-Mail Address: ____________________________________________________________ Relationship to Referenced Contract/Project: _____________________________________ Resolution No. 10882 (2018 Series) EXHIBIT B Page 155 APPENDIX F Affidavit We, the undersigned, (name) as the authorized representatives for (company) an interested contractor for the City of San Luis Obispo’s (City) Water Resource Recovery Facility Project (Project ) Bidders List, do hereby attest that all statements and representations made herein are true and correct to the best of our knowledge. These statements are made openly and freely without intent to influence or embellish actual conditions or circumstances that occurred. I declare under penalty of perjury under the laws of the State of California that the foregoing is correct. We acknowledge that we have received Addendum through . We understand that the City will investigate any and all statements and representations made by us and our firm in this Statement of Qualifications and we freely give our permission for them to do so. Should releases be required by any of our professional, financial, or bonding institutions to release verification of the enclosed data, we have provided them. We agree to waive any claims against the City, Construction Manager, Design Engineer and/or any third party designated by the City for the release of the information necessary to evaluate this Statement of Qualifications. We further understand that any false statement or representations made in this application will result in disqualification of our firm as a bidder for the Project. If it is determined that these false statements or representations were purposefully made to change, hide, or obscure negative information from City in an attempt to qualify under these false pretenses, the action will result in loss of eligibility for our firm to qualify for any City contracts for a minimum period of one (1) year and a maximum period of five (5) years from the date of discovery. (Name) (Signature) (Title) Attested: Corporate Seal (Name) (Signature) (Title) Date , 2018 END OF AFFIDAVIT Resolution No. 10882 (2018 Series) EXHIBIT B Page 156 APPENDIX G Key Personnel Data Sheet RFQ: Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project The following information shall be submitted for each person listed below (additional pages shall be attached and properly designated if necessary). 1. Project Manager 2. All Contract Superintendent positions Name Position Title Education/Qualifications: Present Position with Contractor or Subcontractor: _____________________________________________________________________________ Number of Years of Experience in Present/Proposed Position: Number of Years with Company in Present/Proposed Position: Resolution No. 10882 (2018 Series) EXHIBIT B Page 157 Relevant Experience (List project name, scope of work, start and end dates of person’s participation with the work, and position key personnel held during project, for the last three relevant projects): _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ Employment History (within past 10 years): _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ Resolution No. 10882 (2018 Series) EXHIBIT B Page 158 APPENDIX H City Minimum Insurance Requirements (Subject to Revision in Accordance with the Contract Documents) Prior to the beginning of and throughout the duration of the Project, Contractor and its subcontractors shall maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth herein, Contractor agrees to amend, supplement or endorse the existing coverage to do so. If Contractor’s existing coverage exceeds the coverage limits set forth herein, then those higher limits shall apply. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to Contractor or its subcontractors in excess of the limits and coverage identified in this Agreement and which is applicable to a given loss, claim or demand, will be equally available to City. A. Contractor shall provide the following types and amounts of insurance: Without limiting Contractor’s indemnification of City, and prior to commencement of the Project, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. General Liability Insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $25,000,000 per occurrence, $35,000,000 general aggregate, for bodily injury, personal injury, and property damage, and a $35,000,000 completed operations aggregate. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $5,000,000 combined single limit for each accident. Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer’s liability. Such policy or policies shall include the following terms and conditions: • A drop-down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall “follow form” to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Resolution No. 10882 (2018 Series) EXHIBIT B Page 159 Workers’ Compensation Insurance. Contractor shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000) for Contractor’s employees in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor’s employees. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. Pollution Liability Insurance. Environmental Impairment Liability Insurance shall be written on a Contractor’s Pollution Liability form or other form acceptable to City providing coverage for liability arising out of sudden, accidental and gradual pollution and remediation. The policy limit shall be no less than $1,000,000 dollars per claim and in the aggregate. All activities contemplated in this Agreement shall be specifically scheduled on the policy as “covered operations.” The policy shall provide coverage for the hauling of waste from the project site to the final disposal location, including non-owned disposal sites. Contractor’s Equipment Insurance. Contractors’ equipment insurance sufficient to cover the physical damage to all owned, leased, rented, or borrowed equipment used on the jobsite, including rental charges. All contractors’ miscellaneous tools shall be covered by the individual contractor or Subcontractor. Builder’s Risk Insurance. Upon commencement of construction and with approval of City, Contractor shall obtain and maintain builder’s risk insurance for the entire duration of the Project until only the City has an insurable interest. The Builder’s Risk coverage shall include the coverages as specified below. The named insureds shall be Contractor and City, including its officers, officials, employees, and agents. All Subcontractors (excluding those solely responsible for design Work) of any tier and suppliers shall be included as additional insureds as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to City. The policy shall contain a provision that all proceeds from the builder’s risk policy shall be made payable to the City. The City will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, Nonconforming Work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub-limits sufficient to insure the full replacement value of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub-limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Site or any staging area. Such insurance shall be on a form acceptable to City to ensure adequacy of terms and sublimits and shall be submitted to the City prior to commencement of construction. Resolution No. 10882 (2018 Series) EXHIBIT B Page 160 OTHER PROVISIONS OR REQUIREMENTS Proof of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be approved by City’s risk manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Duration of Coverage. 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 Contractor, his agents, representatives, employees or subcontractors. Contractor must maintain general liability and umbrella or excess liability insurance for as long as there is a statutory exposure to comp leted operations claims. City and its officers, officials, employees, and agents shall continue as additional insureds under such policies. Primary/Noncontributing. Coverage provided by Contractor shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. Products/Completed Operations Coverage. Products/completed operations coverage shall extend a minimum of ten (10) years after project completion. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using subcontractors, the Policy must include work performed “by or on behalf” of the insured. Policy shall contain no language that would invalidate or remove the insurer’s duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the insurer. The City, its officials, officers, agents, and employees, shall be included as additional insureds under the Products and Completed Operations coverage. Agency’s Rights of Enforcement. In the event any policy of insurance required under this Agreement does not comply with these requirements or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay premium from Contractor payments. In the alternative, City may cancel this Agreement. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s risk manager. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of Resolution No. 10882 (2018 Series) EXHIBIT B Page 161 recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Enforcement of contract provisions (non estoppel). Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a g iven coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. Notice of Cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. Additional Insured Status. General liability policies shall provide or be endorsed to provide that AGENCY and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. Separation of Insureds. A severability of interests provision must apply for all additional insureds ensuring that Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. Pass Through Clause. Contractor agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage and endorsements required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the req uirements of this section. Contractor agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. Agency’s Right to Revise Requirements. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor a ninety (90) day advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor’s compensation. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self -insured retentions be eliminated, lowered, or replaced Resolution No. 10882 (2018 Series) EXHIBIT B Page 162 by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. END OF INSURANCE REQUIREMENTS Resolution No. 10882 (2018 Series) EXHIBIT B Page 163 APPENDIX I Certification of Surety (To be submitted on bonding agency letterhead) THIS PAGE PROVIDED FOR INFORMATIONAL PURPOSES ONLY Date: To: City of San Luis Obispo XXXX XXXX Attn: XXXX Re: RFQ Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project Name of Contractor: City/State: is authorized to execute bid, performance, (Name of Bonding Agency) and payment bonds for the above named contractor subject to the following conditions: 1. Contract price of any one contract does not exceed $ . 2. Total amount of uncompleted work on hand, both bonded and unbonded, does not exceed $ . 3. This work authority expires June 30, _____ unless previously rescinded in writing. Written notice of rescission will be provided to the above addressee within seven days of such rescission. Signed by: (Authorized Bonding Agency Representative) Resolution No. 10882 (2018 Series) EXHIBIT B Page 164 Candidate Name:_____________________________________ Date:_________________ Email: ______________________________________________ Subscribed and sworn to before me this day of , 20 Notary Public in and for the State of: Residing at: Expiration Date: Resolution No. 10882 (2018 Series) EXHIBIT B Page 165 APPENDIX J Scoring Instructions The scorable questions are in three different parts of the Prequalification Questionnaire: Part II(B)-(F) History of the business and organizational performance Part II(G)-(H) Compliance with occupational safety and health laws, workers’ compensation and other labor legislation Part III Mandatory Project Experience PART II SCORING INSTRUCTIONS B. Questions about History of the Business and Organizational Performance 6. How many years has the Candidate’s organization been in business in California as a contractor under the Candidate’s present business name and license number? 0 – 5 years = 0 points 5 – 9 years or more = 2 points 9 – 12 years = 3 points 12 – 15 years = 4 points 15 years or more = 5 points 7. Is the Candidate currently the debtor in a bankruptcy case? Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number, and the date on which the petition was filed. “No” = 3 points “Yes” = 0 points 8. Was the Candidate in bankruptcy at any time during the last five years? This question refers only to a bankruptcy action that was not described in answer to question 7, above. Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number and the date on which the petition was filed, and a copy of the Bankruptcy Court’s discharge order, or of any other document that ended the case, if no discharge order was issued. “No” = 3 points “Yes” = 0 points C. Licenses 13. Has any CSLB license held by the Candidate or its Responsible Managing Employee (RME) or Responsible Managing Officer (RMO) been suspended or revoked within the last five (5) years? Yes No “No” = 5 points “Yes” = 0 points Resolution No. 10882 (2018 Series) EXHIBIT B Page 166 D. Disputes 14. At any time in the last five (5) years, has the Candidate been assessed liquidated damages after completion of a project, under a construction contract with either a public or private owner? Yes No No projects with liquidated damages of more than $50,000 = 5 points Only one project with liquidated damages of more than $50,000 = 2 points Any other answer = 0 points 15. In the last five (5) years, has the Candidate been denied an award of a public works contract based on a finding by a public agency that the Candidate’s company was not a responsible bidder? Yes No “No” = 5 points “Yes” = 0 points 16. In the past five (5) years, has any claim against the Candidate concerning the Candidate’s performance of a construction project, been filed in court or arbitration? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” if more than 2 such instances 17. In the past five (5) years, has the Candidate made any claim against a project owner concerning work on a project or payment for a contract, and filed that claim in court or arbitration? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” if indicating more than 2 such instances 18. At any time during the past five (5) years, has any surety company made any payments on the Candidate’s behalf, to satisfy any claims made against a performance or payment bond issued on the Candidate’s behalf in connection with a construction project, either public or private? Yes No 5 points for “No” 3 points for “Yes” indicating no more than 1 such claim Subtract five points for “Yes” indicating more than 1 such claim 19. In the last five (5) years, has any insurance carrier, for any form of insurance, refused to renew the insurance policy for the Candidate? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” or if more than 2 such instances Resolution No. 10882 (2018 Series) EXHIBIT B Page 167 E. Criminal Matters and Related Civil Suits 20. Has the Candidate, or any of its owners, officers or partners ever been convicted of a crime involving any federal, state, or local law related to construction? Yes No “No” = 5 points “Yes” = subtract 5 points 21. Has the Candidate or any of its owners, officers or partners ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty? Yes No “No” = 5 points “Yes” = subtract 5 points F. Bonding 23. If the Candidate was required to pay a premium of more than one (1) percent for a performance and payment bond on any project(s) on which the Candidate worked at any time during the last five (5) years, state the percentage that the Candidate was required to pay. The Candidate may provide an explanation for a percentage rate higher than one (1) percent, if the Candidate wishes to do so. __________________% 5 points if the rate is less than or equal to 1.1 percent 3 points if the rate is greater than 1.1 percent but less than or equal to 1.2 percent 0 points for any other answer 25. During the last five (5) years, has the Candidate ever been denied bond credit by a surety company, or has there ever been a period of time when the Candidate had no surety bond in place during a public construction project when one was required? Yes No “No” = 5 points “Yes” = 0 points G. Questions about compliance with safety, workers compensation, prevailing wage and apprenticeship laws. 26. Has CAL OSHA cited and assessed penalties against the Candidate for any “serious”, “willful” or “repeat” violations of its safety or health regulations in the past five (5) years? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” indicating more than 2 such instances Resolution No. 10882 (2018 Series) EXHIBIT B Page 168 27. Has the federal Occupational Safety and Health Administration cited and assessed penalties against the Candidate in the past five (5) years? Yes No If yes, attach a separate signed page describing each citation. 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” indicating more than 2 such instances 28. As a result of the Candidate’s company’s actions or inactions, has the EPA or any Air Quality Management District or any Regional Water Quality Control Board cited and assessed penalties against either the Candidate or the owner of a project on which the Candidate was the contractor, in the past five (5) years? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” indicating more than 2 such instances 29. How often does the Candidate require documented safety meetings to be held for construction employees and field supervisors during the course of a project? 3 points for an answer of once each week or more often 0 points for any other answer 30. Experience Modification Rate (EMR): Please obtain a letter from the Candidate’s insurance carrier (or state fund if applicable) with the Candidate’s interstate EMR’s for the last three (3) years. If the Candidate does not have an interstate rating, obtain the Candidate’s intrastate EMR’s. Attach the letter as part of this package. The Candidate shall list the Experience Modification Rate for the last three (3) years (available from the Candidate’s insurance carrier). Year EMR Three Year Average = Are the above rates interstate or intrastate? ____________________ NOTE: Any of the following methods of “obtaining a letter” are acceptable: (1) Furnish a letter from the Candidate’s insurance agent, insurance carrier or state fund (on their letterhead) verifying the EMR data listed above; or (2) Furnish a photocopy of the applicable Experience Rating Calculation Sheets, which the Candidate’s insurance carrier should forward to the Candidate annually. 5 points for three-year average EMR of 0.75 or less 3 points for three-year average of EMR of more than 0.75 but no more than 1.00 0 points for any other EMR Resolution No. 10882 (2018 Series) EXHIBIT B Page 169 31. Within the last five (5) years, has there ever been a period when the Candidate had employees but was without workers’ compensation insurance or state-approved self- insurance? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 0 points for any other answer H. Prevailing Wage and Apprenticeship Compliance Record 32. Has the Candidate been required at any time during the last five (5) years to pay either back wages or penalties for the Candidate’s own firm’s failure to comply with the California’s prevailing wage laws? Yes No NOTE: This question refers only to the Candidate’s own firm’s violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. 5 points for “No” 3 points for “Yes” indicating 1 or 2 such instances 0 points for “Yes” indicating more than 2 such instances 33. During the last five (5) years, has the Candidate’s own firm has been penalized or required to pay back wages for failure to comply with the federal Davis-Bacon prevailing wage requirements? Yes No 5 points for “No” 3 points for “Yes” indicating 1 or 2 such instances 0 points for “Yes” indicating more than 2 such instances 34. At any time during the last five (5) years, has the Candidate been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: The Candidate may omit reference to any incident that occurred if the violation was by a subcontractor and the Candidate, as general contractor on a project, had no knowledge of the subcontractor’s violation at the time they occurred. Yes No If yes, provide the date(s) of such findings, and attach copies of the Department’s final decision(s). 5 points for “No” 3 points for “Yes” indicating 1 or 2 such instances 0 points for “Yes” indicating more than 2 such instances Resolution No. 10882 (2018 Series) EXHIBIT B Page 170 PART III SCORING WORKSHEET Question Score 1. On a scale of 1-5, with 5 being the best, did the Candidate respond in a timely and responsible manner to stop notices or liens on the project? (Max. 5 points) 2. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate project management personnel to administer the contract in accordance with the contract documents? (Max. 10 points) 3. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate field personnel to construct the work in accordance with the contract documents? (Max. 10 points) 4. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate supervision of the work? (Max. 10 points) 5. On a scale of 1-5, with 5 being the best, was there adequate equipment provided on the job to meet the contract schedule? (Max. 5 points) 6. On a scale of 1-10, with 10 being the best, was the Candidate timely in providing reports and other paperwork, including submittals, certified payroll reports, change order paperwork, and monthly schedule updates? (Max. 10 points) 7. On a scale of 1-10, with 10 being the best, did the Candidate adhere to the project schedule that your agency approved? (Max. 10 points) 8. Was the project completed within the contract time originally set forth in the bid documents? (10 points if the answer is “Yes”). Or, if the answer is “no,” on a scale of 1-10, with 10 being not responsible and 1 being fully responsible, to what extent was the Candidate responsible for the delay in completion? (Max. 10 points) 9. On a scale of 1-10, with 10 being the best, rate the Candidate on the timely submission of reasonable cost and time estimates to perform change order work. (Max. 10 points) 10. On a scale of 1-10, with 10 being the best, rate the Candidate on how well the Candidate performed the work after a change order was issued, and how well the Candidate integrated the change order work into the existing work. (Max. 10 points) 11. On a scale of 1-10, with 10 being the best, rate the Candidate’s performance in regard to timely submittal of operation & maintenance manuals, maintaining and completing as-built drawings, providing required training and taking care of warranty items? (Max. 10 points) Resolution No. 10882 (2018 Series) EXHIBIT B Page 171 12. On a scale of 1-10, with 10 being the best, rate the Candidate on whether there were an unusually high number of Candidate-initiated change orders, claims, and disputes given the nature of the project, or unusual difficulty in resolving them. (Max. 10 points) 13. On a scale of 1-10, with 10 being the highest, rate the Candidate with respect to timely payments by the Candidate to either subcontractors or suppliers. (If the person being interviewed knows of no such difficulties, the score on this question should be “10”.) (Max. 10 points) 14. On a scale of 1-15, with 15 being the best, how would you rate the overall quality of the Candidate’s work? (Max. 15 points) 15. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to maintain operation of the existing facilities during the course of the improvements through advance planning, coordination with the owner, preparation of maintenance of plant operation (MOPO) submittals, and proper execution of the work? (If the improvements were not constructed in an existing facility that remained in operation during construction, the score on this question should be “15”.) (Max. 15 points) 16. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to prepare a comprehensive startup and commissioning plan for the project in a timely manner and to successfully start-up the facility within a reasonable amount of time? (Max. 15 points) 17. On a scale of 1-10, with 10 being the best, rate the Candidate with respect to compliance with safety requirements established by law and best industry practice, including but not limited to: was shoring provided properly, were lock-out/tag-out procedures followed, did the Candidate provide routine safety training? (Max. 10 points) TOTAL Resolution No. 10882 (2018 Series) EXHIBIT B Page 172 APPENDIX K CITY OF SAN LUIS OBISPO PREQUALIFICATION OF ELECTRICAL SUBCONTRACTORS FOR THE WATER RESOURCE RECOVERY FACILITY PROJECT Prequalification Evaluation Candidate Name: Evaluation Criteria Maximum Points Available Required Score Actual Score Part I: Essential Requirements Pass Pass Pass/Fail (circle one) Part II: B - F History of Business and Organizational Performance 66 points 50 points G - H Safety, Prevailing Wage and Apprenticeship 43 points 31 points Part III Mandatory Project Experience 175 points (per project) 122 points (each project) Pass/Fail (circle one) Resolution No. 10882 (2018 Series) EXHIBIT B Page 173 APPENDIX L Reference Drawings RFQ: Electrical Subcontractors for Construction of the Water Resource Recovery Facility Project The following preliminary construction drawings attached hereto are preliminary for reference only and are not for bidding purposes. ID Sheet No. Sheet Title 1 01-G-0001 Title, Vicinity and Location Maps 2 01-G-0041 Process Flow Diagram Liquids and Solids 1 3 01-G-0042 Process Flow Diagram Liquids and Solids 2 4 01-G-0043 Hydraulic Profile 1 5 01-G-0043A Hydraulic Profile 2 6 05-XF-1000 Overall Site Facility and Piping Demolition Plan 7 05-C-1000 Overall Key Plan 8 05-CG-1000 Grading and Drainage – Overall Key Plan 9 06-Y-1000 Overall Yard Piping Plan 10 09-E-1000 Electrical Site Plan – Overall 11 10-A-0050 Renderings 12 10-E-6000 Electrical – Single Line Diagram 13 98-X-6001 Electrical Main Single Line Diagram Demolition 14 98-X-6010 Electrical Emergency Power Single Line Diagram 15 98-E-6001 Electrical Main Single Line Diagram Revised 16 98-E-6011 Electrical Overall Single Line Diagram 44-MSG-01 Resolution No. 10882 (2018 Series) EXHIBIT B Page 174 Resolution No. 10882 (2018 Series) EXHIBIT B Page 175 Resolution No. 10882 (2018 Series) EXHIBIT B Page 176 Resolution No. 10882 (2018 Series) EXHIBIT B Page 177 Resolution No. 10882 (2018 Series) EXHIBIT B Page 178 Resolution No. 10882 (2018 Series) EXHIBIT B Page 179 Resolution No. 10882 (2018 Series) EXHIBIT B Page 180 FILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO.DSGNDRREVISIONCHKAPVDBYAPVDSHEETDWGACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.66887660% DESIGNWATER RESOURCE RECOVERYOCTOBER 2017APPVD BY--------FACILITY PROJECTCIVILSITE PLANOVERALL KEY PLANJ TOMACJ TOMACK KAUO05-C-100005-C-1000 668876.d FACILITY KEYWATER RESOURCE CENTERAIR GAP BUILDINGPROCESS LAB (EXISTING)EQUALIZATION PONDHEADWORKS (EXISTING)FERRIC CHLORIDE FACILITY (EXISTING)PRIMARY INFLUENT FLOW METER VAULTPRIMARY CLARIFIERS (EXISTING)PRIMARY EFFLUENT FLOW METER VAULTPRIMARY SLUDGE PUMP STATIONPRIMARY EFFLUENT DIVERSIONBOX 1 (EXISTING)RECIRCULATION PUMP STATION (EXISTING)PRIMARY EFFLUENT DIVERSIONBOX 2 (EXISTING)PRIMARY EFFLUENT SCREENINGCALCIUM HYDROXIDE FACILITYBIOREACTOR BASINS 1 & 2 (EXISTING)AERATION BLOWERSBIOREACTOR BASINS 3 & 4CHEMICAL STORAGE FACILITYMEMBRANE BUILDINGFINAL CLARIFIERS (EXISTING)SECONDARY CLARIFIER (EXISTING)SWITCHGEAR BUILDING (EXISTING)FILTERS (EXISTING)EQUALIZATION BASINS (EXISTING)CHEMICAL STORAGE BUILDING (EXISTING)COOLING TOWERS (EXISTING)UV ELECTRICAL BUILDINGUV DISINFECTIONCHLORINE CONTACT BASIN/3W PUMPS (EXISTING)RECYCLED WATER FLOW METER VAULTRECYCLED WATER TANK (EXISTING)SIDESTREAM TREATMENTEFFLUENT COOLINGSOLIDS BLEND TANK (EXISTING)THICKENINGSOLIDS ELECTRICAL BUILDINGDIGESTER NO. 1 (EXISTING)DIGESTER NO. 2DIGESTER BUILDINGCOGENERATION (EXISTING)DIGESTED SLUDGE STORAGE TANKDEWATERING (EXISTING)ODOR CONTROL (EXISTING)MCC-A BUILDINGMCC-B BUILDINGMCC-G BUILDINGMCC-R BUILDINGMCC-J BUILDING1012141520223035364042434446505254556064707280828384868810121415202022303640424243444650505255607072808283848688542526272927HWY 101SLO CREEKPRADO ROADSLO CREEK0100 200 3001" = 100'7373GENERAL NOTES1. THE HORIZONTAL CONTROL FOR THIS PROJECT IS NAD 83 ZONE 5STATE PLANE COORDINATES AS PUBLISHED IN THE CITY OF SANLUIS OBISPO'S HORIZONTAL CONTROL NETWORK.THE BENCHMARK USED FOR THIS MAPPING WAS THE CITY OF SANLUIS OBISPO'S BM NO. 53 HAVING A PUBLISHED NAVD88 ELEVATIONOF 134.44 AND IS DESCRIBED AS A L&T AT THE BCR AT THE NEC OFPRADO ROAD AND ELKS LANE.2628NO. 75284EXP.35851010AREA 12AREA 10AREA 7AREA 11AREA 8AREA 9AREA 5AREA 6 - NOT USEDAREA 2AREA 1AREA 4AREA 3BOB JONESTRAIL6868CONTRACTORSTAGING AREA53531164111618212934515885909194965851979490182591GENERATOR34BENCHMARK NO. 539616971128Resolution No. 10882 (2018 Series) EXHIBIT B Page 181 FILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO.DSGNDRREVISIONCHKAPVDBYAPVDSHEETDWGACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.66887660% DESIGNWATER RESOURCE RECOVERYOCTOBER 2017APPVD BY--------FACILITY PROJECTCIVILGRADING & DRAINAGEOVERALL KEY PLANJ TOMACJ TOMACK KAUO05-CG-100005-CG-1000 668876.d 080160 2401" = 80'SLO CREEKSLO CREEKPRADO ROADHWY 101GENERAL NOTES1. THE HORIZONTAL CONTROL FOR THIS PROJECT IS NAD 83 ZONE 5STATE PLANE COORDINATES AS PUBLISHED IN THE CITY OF SANLUIS OBISPO'S HORIZONTAL CONTROL NETWORK.THE BENCHMARK USED FOR THIS MAPPING WAS THE CITY OF SANLUIS OBISPO'S BM NO. 53 HAVING A PUBLISHED NAVD88 ELEVATIONOF 134.44 AND IS DESCRIBED AS A L&T AT THE BCR AT THE NEC OFPRADO ROAD AND ELKS LANE.BENCH MARKNO. 53NO. 75284EXP.AREA 12AREA 10AREA 7AREA 11AREA 8AREA 9AREA 5AREA 6 - NOT USEDAREA 2AREA 1AREA 4AREA 3Resolution No. 10882 (2018 Series) EXHIBIT B Page 182 Resolution No. 10882 (2018 Series) EXHIBIT B Page 183 Resolution No. 10882 (2018 Series) EXHIBIT B Page 184 VERIFY SCALEAPVDBYREVISIONCHKDRDATEDSGNNO.APVDDATEPROJDWGSHEET60% DESIGNTHIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:BAR IS ONE INCH ONORIGINAL DRAWING.CH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.6688761"0CH2M HILL 2017. ALL RIGHTS RESERVED.cBCDA123456JEFFERY J. MCGRAWC-24100"NOT FOR CONSTRUCTION"WATER RESOURCE RECOVERYFACILITY PROJECT10/17/2017 10:10:27 AMC:\Users\lrandolph\Documents\WRC Central_60%_lrandolph.rvtSEPTEMBER 2017WATER RESOURCE CENTERRENDERINGSJ.MCGRAWJ.MCGRAWL.RANDOLPHJ.ROOT10-A-0050ARCHITECTURAL-1PERSPECTIVE LOOKING SOUTHEAST-2PERSPECTIVE LOOKING NORTHWESTResolution No. 10882 (2018 Series) EXHIBIT B Page 185 600AT600AF'10-SWBD-LV' 600A,120/208V, 3PH, 4W, 65kAIC, NEMA 1225A3PUNDERGROUNDPULLSECTIONNG#___MECHPANEL225A3P225A3P225A3P225A3P225A3P300A3P225A3P225A3P225A3P10-ACCU-01(17.6 MCA)25A3P15A3P600A3P800AT1200AFUNDERGROUNDPULLSECTIONG10-AHU-023A3P10-AHU-015A3P10-XFMR-01225 KVA480-120/208300A3PUNDERGROUNDPULL SECTION10-XFMR-PV500 KVA480-480/277(IF REQUIRED BYPV INSTALLER)SPACE10-ACCU-02(8.4 MCA)7.0KVA14.6KVA20A3P10-ACCU-03(13.0 MCA)10.8KVA__A3P10-ACCU-04(__ MCA)__KVA7A3P10-DOAS-01(5.0 MCA)4.2KVA15A3P10-EWH-01(10.8 FLA)9.0KW15A3P10-EWH-02(10.8 FLA)9.0KW15A3P20A3PSPARESPARESPACEMECHPANELMECHPANELMECHPANELPOWERPANELLIGHTINGPANELPOWERPANELLIGHTINGPANELPOWERPANELLIGHTINGPANELPOWERPANELLIGHTINGPANELPOWERPANELLIGHTINGPANELPOWERPANEL(F)POWERPANEL(F)MECHPANEL1. SEE GENERAL NOTES AND SYMBOLS ON SHEET10-E-0900.MEQUIPMENT DESIGNEDAND INSTALLED BY PVSYSTEM INSTALLER600A3P'10-PNL-PV', 600A480V, 3PH, 4W, 65 KAIC NEMA 140A3P20A3P20A3P40A3P125A3P250A3P10-PV-0110-PV-CANOPY-0110-PV-CANOPY-02EQUIPMENT DESIGNED ANDINSTALLED BY PV SYSTEMINSTALLER10-PV-0210-PV-0310-PV-04SINGLE LINE DIAGRAM - METEREDSCALE: 1/4"=1'-0"GENERAL NOTESKEYED NOTES1MAIN BREAKER SHALL BE BACK-FED CAPABLE.2 BREAKER MUST BE LOCATED AT FURTHESTBREAKER LOCATION. DO NOT RELOCATEDBREAKER. LABEL PER NEC 705.12(D)(2)(3).3 COORDINATE NUMBER OF BREAKERS AND SIZESWITH PV SYSTEM INSTALLER.'10-SWBD' 1200A480V, 3PH, 3W, 65kAIC, NEMA 110-PNLM1A10-PNLM1B10-PNLM2A10-PNLM2B10-PNLP1A10-PNLL1A10-PNLP1B10-PNLL1B10-PNLP1C10-PNLL1C10-PNLP1D10-PNLL1D10-PNLP2A10-PNLL2A10-PNLP2B10-PNLP1E10-PNLM1C3121FILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO.DSGN DRREVISIONCHKAPVDBYAPVDSHEETDWGACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.PRELIMINARYNOT FOR CONSTRUCTION66887660% DESIGNSEPTEMBER 2017APPVD BY10/23/20179:51 AMWATER RESOURCE RECOVERYFACILITY PROJECTG OTTOBM APFELNO. 16396DEREK E. ROMER REGISTERED PROFESSIONAL E N G I N EER S TATE OF CALIFORNIAEXP. 06-30-19ELECTRICALWATER RESOURCE CENTERELECTRICAL DRAWINGSSINGLE LINE DIAGRAM10-E-6000#10-E-6000.DWGResolution No. 10882 (2018 Series) EXHIBIT B Page 186 Resolution No. 10882 (2018 Series) EXHIBIT B Page 187 Resolution No. 10882 (2018 Series) EXHIBIT B Page 188 Resolution No. 10882 (2018 Series) EXHIBIT B Page 189 Resolution No. 10882 (2018 Series) EXHIBIT B Page 190 CITY OF SAN LUIS OBISPO REQUEST FOR STATEMENTS OF QUALIFICATION Control Systems Integration Subcontractors FOR CONSTRUCTION OF THE WATER RESOURCE RECOVERY FACILITY PROJECT April 2018 Resolution No. 10882 (2018 Series) EXHIBIT C Page 191 CITY OF SAN LUIS OBISPO i Water Resource Recovery Project Request for Qualifications TABLE OF CONTENTS 1.INTRODUCTION ................................................................................................. 1 OBJECTIVE ........................................................................................................ 2 PREQUALIFICATION OUTREACH MEETING .................................................... 2 PROJECT DESCRIPTION .................................................................................. 2 2.INSTRUCTIONS FOR PREPARATION AND SUBMISSION OF PREQUALIFICATION PACKAGES .................................................................... 3 CERTIFICATION ................................................................................................. 4 PUBLIC RECORDS ............................................................................................. 5 TIME AND PLACE FOR SUBMISSION OF CANDIDATE RESPONSES ............. 5 EVALUATION PROCESS ................................................................................... 6 NOTIFICATION ................................................................................................... 7 PROTEST PROCEDURE .................................................................................... 7 APPEALS PROCESS .......................................................................................... 7 3.PROJECT SCHEDULE ....................................................................................... 8 4.TERMS AND CONDITIONS GOVERNING THE RFQ ........................................ 9 COSTS OF RESPONDING; RETENTION BY CITY OF QUESTIONNAIRES AND RELATED DOCUMENTS .............................................................................. 9 RESERVATION OF RIGHTS BY CITY ................................................................ 9 5.CANDIDATE QUESTIONS, REQUESTS FOR CLARIFICATION, AND REQUESTS FOR EXCEPTIONS ....................................................................... 9 6.PROJECT ADMINISTRATION .......................................................................... 10 7.ACKNOWLEDGMENT ...................................................................................... 10 APPENDIX A: CANDIDATE CONTACT INFORMATION FORM APPENDIX B: PREQUALIFICATION QUESTIONNAIRE APPENDIX C: PROJECT DATA SHEET PERFORMANCE RECORD APPENDIX D: RELEASE AND WAIVER AGREEMENT APPENDIX E: PROJECT REFERENCE QUESTIONNAIRE APPENDIX F: AFFIDAVIT Resolution No. 10882 (2018 Series) EXHIBIT C Page 192 CITY OF SAN LUIS OBISPO ii Water Resource Recovery Project Request for Qualifications TABLE OF CONTENTS (CONTINUED) APPENDIX G: KEY PERSONNEL DATA SHEET APPENDIX H: CITY MINIMUM INSURANCE REQUIREMENTS APPENDIX I: CERTIFICATION OF SURETY APPENDIX J: SCORING INSTRUCTIONS APPENDIX K: PREQUALIFICATION EVALUATION APPENDIX L: REFERENCE DRAWINGS Resolution No. 10882 (2018 Series) EXHIBIT C Page 193 City of San Luis Obispo 1 Water Resource Recovery Facility Project Request for Statements of Qualification Request for STATEMENTS OF QUALIFICATION Control Systems Integration Subcontractors for Construction of the WATER RESOURCE RECOVERY FACILITY PROJECT 1. INTRODUCTION The City of San Luis Obispo (“City”) is issuing this Request for Statements of Qualification (RFQ) in search of candidates (“Candidates”) who have the necessary qualifications as set forth in this RFQ to be prequalified to submit a control systems integration subcontract bid to prequalified general contractors on the City’s Water Resource Recovery Facility Project (“Project”). The City has determined that control systems integration subcontractors interested in bidding on this Project must be prequalified prior to submitting a bid (to general contractors). Candidates with a proven record as a control systems integrator and substantial experience as a supplier/integrator of real-time computer data acquisition, control and communication systems utilized on large scale municipal wastewater, recycled water, or potable water treatment plant construction are invited to participate in the prequalification process. Candidates must fully complete the prequalification application package (“Prequalification Package”), including but not limited to the Prequalification Questionnaire (“Questionnaire”), provide all materials requested herein, and be deemed prequalified by City to be eligible to submit bids for the control systems integration scope of the Project to prequalif ied general contractors. The final list of prequalified general contractors, electrical subcontractors, and control systems integrators will be issued following evaluation of the Prequalification Packages. The City will not accept a bid proposal from any general contractor that is not on the Project Bidders List and the City will not accept a bid from any prequalified general contractor that does not list a prequalified electrical subcontractor for the electrical portion of the Project scope and a prequalified control systems integrator for the control systems integration portion of the Project scope, or complete the separate prequalification process for electrical subcontractors and control systems integrators itself and be prequalified to self-perform that work. If two or more business entities intend to submit a bid as part of a Joint Venture, each entity within the Joint Venture must submit a fully complete Prequalification Package and be separately qualified to bid. The prequalification procedure involves the review and evaluation of information regarding the proven experience of Candidates to construct the Project in a manner acceptable to the City. The experience of each Candidate will be evaluated on the basis of the qualification submittal and information gathered by the City from the references of related projects. Proven experience is defined as the actual performance of the Candidate on previous construction projects of a similar size and complexity as corroborated by said references. The City is not obligated to prequalify or accept a Candidate with no or unsatisfactory related experience. Candidates may obtain an electronic copy of the Prequalification Package and excerpts from the preliminary design plans from www.bidsync.com. Responses to Candidates’ questions and any addenda to the RFQ will be posted to www.bidsync.com. Portions of the 60% preliminary design submittal are provided for information only and are not intended for bidding or construction purposes. Prequalified bidders will be responsible to prepare bids based on the final design plans and contract documents to be issued with the Notice Inviting Bids. The City reserves the right to cancel this Notice or to reject any and all responses and Prequalification Packages, if it determines, in its sole discretion, that such cancellation or rejection Resolution No. 10882 (2018 Series) EXHIBIT C Page 194 City of San Luis Obispo 2 Water Resource Recovery Facility Project Request for Statements of Qualification is in the best interest of the City. The City reserves the right to bid the Project without use of the Bidders List. Objective The objective of this RFQ is to provide sufficient information to enable Candidates to submit written Prequalification Packages. Only qualified Candidates will be eligible to submit a bid to the general contractor for control systems integration services for the Project. It is required that the electrical subcontractor perform the majority of the electrical work. Candidates responding to this RFQ do so with the understanding that they are not guaranteed the awarding of contracts and work. Qualified Candidates may be required to meet additional qualifications as detailed in the Project bid package. In addition to this Prequalification Package for control systems integrators, general contractors and electrical subcontractors must also be prequalified under a separate, but concurrent, prequalification process. Should a general contractor plan to self-perform the electrical work or the control systems integration work, it will need to submit an electrical subcontractor Prequalification Package and a control systems integrator Prequalification Package. Should a general contractor be prequalified by the Owner as a general contractor and not an electrical subcontractor and/or a control systems integrator, that general contractor will not be allowed to self-perform the electrical work and/or the control systems integration work and must use one of the electrical subcontractors and control systems integrators that is approved by the City for the electrical work and control systems integration work. Likewise, should a general contractor be prequalified as an electrical subcontractor and/or a control systems integrator and not as a general contractor, that general contractor will not be allowed to submit a bid to the City as a general contractor. However, that same general contractor can submit a quote for the electrical work and/or the control systems integration work to any of the general contractors that are prequalified by the City. Prequalification Outreach Meeting A non-mandatory prequalification outreach meeting and site tour has been scheduled for May 8, 2018 at 10 AM. The purpose of the prequalification outreach meeting is to introduce the Project and the prequalification process. The prequalification meeting will be held at the City’s Corporation Yard, 25 Prado Road, San Luis Obispo, 93401. Project Description The City owns and operates the Water Resource Recovery Facility (“WRRF”) located on Prado Road in San Luis Obispo, California. The WRRF treats municipal wastewater collected from the City, California Polytechnic State University (Cal Poly), and the San Luis Obispo County Airport under Waste Discharge Requirements (WDR) R3-2014-0033 and National Pollutant Discharge Elimination System (NPDES) No. CA0049224. The WRRF is currently rated for 5.1 million gallons per day (mgd) of average dry weather flow (ADWF) conditions and currently treats an average of approximately 3.1 mgd under ADWF conditions. After being treated, the water is either recycled or discharged to San Luis Obispo Creek. The WRRF was originally constructed in 1923 and upgraded or expanded in 1942, 1962, 1982, and 1994, and in 2006 the water reuse facilities were added. The Project will upgrade the WRRF to meet City’s new NPDES permit, treat future flows and loading, replace aging equipment, maximize the production of recycled water, and incorporate interpretive features and public amenities. Resolution No. 10882 (2018 Series) EXHIBIT C Page 195 City of San Luis Obispo 3 Water Resource Recovery Facility Project Request for Statements of Qualification A key driver of the Project is the new NPDES permit adopted in September 2014 (effective December 1, 2014). The new permit includes discharge limitations that will require significant process upgrades. Specifically, the new permit includes strict disinfection byproduct limits which will require a new disinfection technology, as well as nitrate limits which will require a significant upgrade of the secondary treatment processes. A new Time Schedule Order (TSO) was also adopted in September 2014 which requires City to achieve the disinfection byproduct limits and nitrate limits by November 30, 2019. Project improvements include the construction of a new Water Resource Center with process laboratory and educational space; expanded flow equalization basin, flow structure modifications and new flow equalization pump station; headworks modifications; odor control system; primary clarifier modifications, new primary sludge pumping system, and new primary scum pumping system; new chemical facilities; new primary effluent screens; modifications to existing bioreactor basins; new bioreactor basins and a membrane bioreactor (MBR) facility; new ultraviolet (UV) disinfection facility; new effluent cooling facility; gravity thickener modifications; new sludge thickening facility; new aerobic digester, modifications to existing digester, modifications to sludge storage tank, and modifications to existing digester equipment; site electrical facilities; site work; and landscaping. The Project has been conditionally approved to receive funding from the State Water Resources Control Board through the Clean Water State Revolving Fund (CWSRF). Eligible bidders will be required to comply with all CWSRF requirements including Disadvantaged Business Enterprise (DBE) outreach, Federal Davis Bacon wage rates, and utilization of American Iron and Steel. Preliminary Construction Drawings Select drawings from the 60% preliminary design submittal have been included as Appendix L. These drawings are for reference only, are subject to change through the design process and are not to be used for bidding purposes. Engineer’s Opinion of Probable Construction Cost The estimated construction cost of the Project is between $90 million and $110 million. The estimated cost of the electrical portion of the work is approximately $20 million. 2. INSTRUCTIONS FOR PREPARATION AND SUBMISSION OF PREQUALIFICATION PACKAGES Each control systems integrator wishing to submit a bid to a prequalified general contractor for systems integration services must fully complete the Prequalification Package and provide all information and materials requested and satisfy the prequalification criteria. If two or more business entities wish to bid the Project as a joint venture ("JV"), each entity must fully complete the Prequalification Package and be separately deemed prequalified to bid. The JV must be properly licensed by the California Contractors State License Board and registered with the California Department of Industrial Relations before the construction contract is executed. Answers to questions contained in the Prequalification Package, information about current bonding capacity, a notarized statement from surety, with accompanying notes and supplemental information, will be used by City in order to rate Candidates with respect to their qualifications to provide control systems integration services on the Project. The City reserves the right to check any other sources available to verify Candidate’s statements, prior performance and veracity. The City’s decision will be based on objective evaluation criteria described in the Evaluation Process Section below. Resolution No. 10882 (2018 Series) EXHIBIT C Page 196 City of San Luis Obispo 4 Water Resource Recovery Facility Project Request for Statements of Qualification While the prequalification process is intended to assist the City in determining bidder responsibility prior to bid, neither the fact of prequalification, nor any prequalification rating, will preclude the City from a post-bid consideration and determination of whether a bidder has the quality, fitness, capacity and experience to satisfactorily perform the proposed work, and has demonstrated the requisite trustworthiness. Candidates shall provide only complete and accurate information. The Candidate acknowledges that the City is relying on the truth and accuracy of the responses contained herein. If any information provided by a Candidate becomes inaccurate, the Candidate must immediately notify the City and provide updated accurate information in writing, accompanied by an affidavit made under penalty of perjury. Should a Candidate omit requested information or falsify information, the City may determine that the contractor is not qualified. Attach additional sheets as needed to provide complete responses. Except where information related to former entities is expressly required, for purposes of evaluation, scoring and prequalification, all required Candidate information, including but not limited to experience, personnel and finances, must be provided for the licensed entity that will be bidding for the contract to construct the Project. Information related to parent companies, subsidiaries, and any other related entity or proposed subcontractors will not be considered. The prequalification of contractors will be determined by evaluation of the information submitted by Candidates. The City may verify any or all information provided in completed Prequalification Package, consider information provided by sources other than the Candidate, and conduct such investigations as the City deems appropriate to assist in the evaluation of Candidate's responsibility, qualifications, and financial capacity. If a Candidate seeking prequalification has not been in business for the time period for which information is requested, it shall submit information on predecessor entities covering that tim e period. The City may refuse to grant prequalification where the requested information and materials are not provided. There is no appeal from the City’s decision not to prequalify a Candidate due to an incomplete or late application. Certification Each Prequalification Package must be completed with all information requested and be signed under penalty of perjury by an individual who has the legal authority to bind the Candidate seeking prequalification. The City must receive all Prequalification Packages and materials requested therein by the date and time stated in This RFQ. Prequalification Packages that are incomplete, unsigned or received after the specified time may be returned unopened, and the Candidate will not be eligible to participate in the bidding of the Project. Resolution No. 10882 (2018 Series) EXHIBIT C Page 197 City of San Luis Obispo 5 Water Resource Recovery Facility Project Request for Statements of Qualification Public Records As provided in Public Contract Code Section 20101, the Prequalification Packages submitted by Candidates are not public records and are not open to public inspection. All information provided will be kept confidential to the extent permitted by law. However, the contents may be disclosed to third parties for purpose of verification or investigation, or in an appeal hearing. State law requires that the names of Candidates applying for prequalification status shall be public records subject to disclosure, and the first page of the Questionnaire will be used for that purpose. Time and Place for Submission of Candidate Responses The Prequalification Package shall be submitted in person or sent via courier or U.S. mail (other means of transmission, including facsimile and email, will not be accepted) in a sealed envelope and clearly marked “CONFIDENTIAL” by 2 PM, local prevailing time, on June 5, 2018, as follows: “City of San Luis Obispo, Public Works Department 919 Palm Street San Luis Obispo, CA 93401 Attn: David Hix CONFIDENTIAL – Statement of Qualifications: Control Systems Integration Subcontractors for Construction of Water Resource Recovery Facility Project” Candidate shall submit one (1) hard copy original, bound or in a three-ring binder, clearly marked “CONFIDENTIAL, ORIGINAL” on the outside cover and containing an original “ink” signature. In addition, the Candidate shall submit one (1) electronic version of the Prequalification Package on a separate CD ROM, DVD, or solid state “flash” USB drive containing the Prequalification Package in one searchable PDF file. Each Candidate shall submit a Prequalification Package, which consists of the following, in one (1) sealed envelope: • One (1) copy of the completed Acknowledgement (Page 10 of RFQ); • One (1) copy of the completed Candidate Contact Information Form (Appendix A); • One (1) copy of the Prequalification Questionnaire and related information (Appendix B); • One (1) copy of each Project Data Sheet (Appendix C); • One (1) copy of each Release and Waiver Agreement (Appendix D); • One (1) copy of EMR verification letter from insurance carrier (Appendix B, Part II, Question G.32) • One (1) copy of each Key Personnel Data Sheet (Appendix G); • One (1) copy of the completed Affidavit (Appendix F); • One (1) copy of completed Certification of Surety (Appendix I); and • One (1) CD, DVD, or solid state “flash” USB drive containing a PDF file of the above documents. Resolution No. 10882 (2018 Series) EXHIBIT C Page 198 City of San Luis Obispo 6 Water Resource Recovery Facility Project Request for Statements of Qualification The list of Qualified Candidates will be posted on www.bidsync.com on the date indicated in the schedule below. Candidates receiving a determination of “Not Qualified” will be notified of their status in writing along with an explanation of the basis for the determination. Prequalification Packages received after the deadline will not be considered. There is no appeal from a denial due to an incomplete application. The City reserves the right to contact a Candidate for clarification or further information. The City will not be responsible for submittals that are delinquent, lost, mismarked, sent to an address other than the address provided above or sent by mail or courier service and not signed for by the City. Evaluation Process To prequalify, a Candidate must fully complete the Candidate Contact Information Form, Prequalification Questionnaire, and other information requested within this RFQ. In the case of joint ventures, a complete Prequalification Package must be submitted individually for each joint venture partner. A committee formed by the City will evaluate responses to the RFQ. Members of the evaluation committee may include some or all of the following: City officials and staff and City’s consultants. Evaluations of RFQs are subject to the sole discretion of the evaluation committee. Following completion of the evaluation process, the evaluation committee will forward its determination to the Candidates. The City reserves the right to rescind any Candidate’s Qualified Candidate status if it is determined that the facts provided by the Candidate are inaccurate. Candidates will be evaluated based upon their responses to the Prequalification Questionnaire, which consists of the following three (3) parts: Part I, Essential Requirements for Qualification: All questions are pass/fail. Candidates must pass all of the questions to be qualified to submit a Bid on the Project. Part II, Information Regarding the Organization, History, Performance, and Compliance with Civil and Criminal Laws: ▪ Candidates are required to provide information related to the team composition, company organization, business history and performance, and licenses. ▪ Candidates are required to answer questions regarding history of financial and professional responsibility. ▪ Candidates are required to provide information regarding disputes, criminal matters and related suits, compliance with occupational safety and health laws, and compliance with labor laws. Part III, Mandatory Project Experience ▪ Candidates are required to complete a minimum technical qualification questionnaire and submit Project Data Sheets for the referenced projects. ▪ In addition, for each of the required Project Data Sheets, a Reference Questionnaire will be sent to the project owners. Candidates must score a minimum of 122 points out of a possible 175 points on each Reference Questionnaire to be qualified to proceed with the evaluation process. Resolution No. 10882 (2018 Series) EXHIBIT C Page 199 City of San Luis Obispo 7 Water Resource Recovery Facility Project Request for Statements of Qualification Notification The City will notify each Candidate as to whether it has been prequalified to bid on the Project through a Notice of Determination. Following issuance of a Notice of Determination, the City reserves the right to suspend or rescind the Qualified Candidate rating of Candidates based on subsequently learned information. Protest Procedure A. Any protest relating to the form or content of the RFQ must be submitted in writing at least ten (10) business days before the original deadline for submitting a Statement of Qualifications. Any Candidate who submits a Statement of Qualification without making a protest shall be deemed to have waived any objection to the form and content of the RFQ documents and evaluation process. B. A Candidate may file a “protest” of the RFQ with the City. C. Any protest must meet all of the following requirements: 1. Be filed in writing within five (5) business days after the RFQ is first posted or published; 2. Clearly identify the alleged irregularity or other basis for the protest; and 3. Specify, in detail, the factual and legal grounds for the protest. D. If the protest does not meet all of these requirements, the City may reject it without further review. E. If the protest is timely and complies with all of the above requirements, the City shall review the protest and all relevant information. The City will provide a written response to the protestor. F. The procedure and time limits set forth in this paragraph are mandatory and are the sole and exclusive remedy in the event of a protest. Failure to comply with these procedures shall constitute a failure to exhaust administrative remedies and a waiver of any right to further pursue the protest, including filing a Government Code Claim or legal proceedings. Appeals Process Where a timely and completed prequalification application results in a rating below that necessary to prequalif y, the Candidate can appeal the determination. To appeal, the Candidate must deliver notice to the City of its appeal of the decision with respect to its prequalification determination, no later than five (5) business days after City staff issues its recommendation of the qualified Project Bidders List. Without a timely notice of appeal, the Candidate waives any and all rights to challenge the decision of the City, whether by administrative process, judicial process, or any other legal process or proceeding. The procedure and time limits set forth in this paragraph are mandatory and are the sole and exclusive remedy in the event a Candidate contests the City’s decision. Failure to comply with these procedures shall constitute a failure to exhaust administrative remedies and a waiver of any right to further pursue the bid protest, including filing a Government Code Claim or legal proceedings. The letter of appeal must include a written statement specifying in detail each and every one of the grounds asserted for the appeal. The letter of appeal must be signed by an individual authorized to represent the Candidate and must cite the relevant section of the RFQ or Appendix on which the appeal is based. In addition, the Candidate must specify facts and evidence sufficient for the City to determine the validity of the appeal. Resolution No. 10882 (2018 Series) EXHIBIT C Page 200 City of San Luis Obispo 8 Water Resource Recovery Facility Project Request for Statements of Qualification If a letter of appeal is mailed, the Candidate bears the risk of non-delivery within the deadlines specified herein. Letters of appeal should be transmitted by a means that will conclusively establish the date the City receives the appeal. Appeals or notice of appeals made orally (e.g., by telephone) will not be considered. Letters of appeal must be delivered to the Project Manager as described in Section 6 “Project Administration”. If the Candidate files a complete and timely letter of appeal, a review of the appeal shall commence soon after receipt of the request. The review shall be an informal process conducted by the City or its designee and will be based upon the information submitted by the Candidate in its letter of appeal. The City will notify the Candidate in writing of its decision at the conclusion of the review. The decision of the City is final. If a Candidate provides the required notice of appeal and requests a hearing, the hearing shall be conducted so that it is concluded no later than ten (10) business days after the City’s receipt of the notice of appeal. The hearing shall be an informal process conducted by the City’s designee, who is delegated responsibility to hear such appeals (the “Appeals Panel”). At or prior to the hearing, the Candidate will be advised of the basis for the City’s prequalification determination. The Candidate will be given the opportunity to present information and reasons opposing the rating. Within two (2) business days after the conclusion of the hearing, the Appeals Panel shall render its decision, which will be final and binding. It is the intention of the City that the date for the submission and opening of any bids will not be delayed or postponed to allow for completion of an appeal process. 3. PROJECT SCHEDULE The anticipated prequalification and bidding schedule is summarized as follows: Date Milestone April 21, 2018 City issues Request for Statements of Qualification from Candidates May 8, 2018 Prequalification Outreach Meeting May 18, 2018 Deadline for submitting questions June 5, 2018 City receives Prequalification Packages June 25, 2018 City issues prequalified Project Bidders List and issues Notices of Determination to Candidates Five days after City notifies contractors of ratings Last day for Candidates to appeal City’s decision with respect to prequalification ratings July 17, 2018 Last day for appeals to be heard by City July 20, 2018 City adopts final Project Bidders List November 2018 City issues Notice Inviting Bids for Project December 2018 City receives Bids for the Project The City may, in its sole discretion, modify the prequalification and bidding schedule. A non-mandatory prequalification outreach meeting and site tour is scheduled for May 8, 2018 at 10 AM. The purpose of the prequalification outreach meeting is to introduce the Project and the prequalification process. The prequalification meeting will be held at the City’s Corporation Yard, 25 Prado Road, San Luis Obispo, 93401. Resolution No. 10882 (2018 Series) EXHIBIT C Page 201 City of San Luis Obispo 9 Water Resource Recovery Facility Project Request for Statements of Qualification The prequalification outreach meeting will be broadcast via video conference for those Candidates unable to attend in person. Details for the video broadcast and login instructions will be posted to www.bidsync.com in advance of the meeting. 4. TERMS AND CONDITIONS GOVERNING THIS RFQ Costs of Responding; Retention by City of Questionnaires and Related Documents The City accepts no financial responsibility for any costs incurred by a Candidate in responding to this RFQ. Completed questionnaires and any other documents or materials submitted in response to this RFQ shall, upon submission, become the property of the City and may be used by the City in any way the City deems appropriate. Reservation of Rights by City The issuance of this RFQ does not constitute an agreement by the City that any subsequent selection process will occur or that any contract will be entered into by the City. The City expressly reserves the right at any time to: • Waive any defect or informality in any Prequalification Package or the procedure set forth in this RFQ. • Reject any or all questionnaires. • Issue a new request for statements of qualification in lieu of this RFQ. • Change the subsequent selection process. • Procure all or any portion of the Work by any other means. • Determine that the Work will not be pursued. The Prequalification Package, its completion and submission by the Candidate, and its use by the City, shall not give rise to any liability on the part of the City to the Candidate or any third party or person. This is not a solicitation for bid. No guarantees are made or implied that the Project will be constructed, either in part or whole. The Candidate accepts all risk and cost associated with the completion of the Prequalification Package without financial guarantee. The City reserves the right to adjust, increase, limit, suspend or rescind any prequalification rating based on information acquired outside of the prequalification process. Candidates whose rating changes sufficient to disqualify them will be notified and given an opportunity for a hearing consistent with the hearing procedures contained herein. 5. CANDIDATE QUESTIONS, REQUESTS FOR CLARIFICATION, AND REQUESTS FOR EXCEPTIONS In the event that a Candidate has any questions or requests for clarification the Candidate must notif y the City with its concerns no later than May 18, 2018. Should the Candidate wish to take any exceptions regarding any part of this RFQ or its attachments, the Candidate shall follow the procedures set forth in Section 2 of the RFQ. Questions, requests for clarification, and requests for exceptions submitted after this date will not be considered. Questions, requests for clarification and requests for exceptions submitted with a Prequalification Package may result in the Prequalification Package being deemed non-responsive. Resolution No. 10882 (2018 Series) EXHIBIT C Page 202 City of San Luis Obispo 10 Water Resource Recovery Facility Project Request for Statements of Qualification Questions regarding any aspect of this RFQ should be formally directed to the Project Manager via email as described in Section 6 “Project Administration”. The City’s responses will be delivered in the f orm of an addendum to this RFQ. The City’s consideration of any exception shall not, in any way, be construed as the City’s intent to grant said exception. Exceptions will be evaluated on a case-by-case basis and will be granted only to correct errors in the documentation or when it is deemed to be in the best interest of the City . 6. PROJECT ADMINISTRATION The Project Manager for this engagement is: Project Manager: Justin Pickard, Water Systems Consulting, Inc. Email Address: jpickard@wsc-inc.com 7. ACKNOWLEDGEMENT The submission of a Prequalification Package shall constitute an acknowledgement upon which the City may rely that the Candidate has thoroughly examined and is familiar with the prequalification requirements and that the Candidate has waived any objections or contentions regarding the RFQ document and/or the prequalification requirements set forth by the City to determine if a Candidate is eligible to submit a bid proposal for this Project. By my signature below, I acknowledge receipt of this document and agree to be bound by its terms and agree to submit it as part of the Prequalification Package. Signature Printed Name Date Name of contractor on whose behalf document is signed Resolution No. 10882 (2018 Series) EXHIBIT C Page 203 City of San Luis Obispo Page A-1 Water Resource Recovery Facility Project APPENDIX A Candidate Contact Information Form RFQ: Control Systems Integration Subcontractors for Construction of the Water Resource Recovery Facility Project Firm Name (as it appears on license): Check One: Corporation Partnership Sole Proprietor Name of Contact Person: Street Address: City: State: Zip: Phone: Fax: Email Address: Contractor’s License Number(s) and Expiration Date(s): Tax ID Number: General Tax Exemption Number: Dun & Bradstreet Number (if applicable): Resolution No. 10882 (2018 Series) EXHIBIT C Page 204 City of San Luis Obispo Page A-2 Water Resource Recovery Facility Project If firm is a partnership or sole proprietor: Owner of Company: Responsible Managing Employee Name: Responsible Managing Employee License Number and Expiration Date: THIS DOCUMENT IS SUBJECT TO DISCLOSURE TO THIRD PARTIES Each prospective Candidate must have an Electrical Contractor Class “C-10” California Contractor’s license which is current, active and in good standing with the California Contractors State License Board (CSLB), on the date and time the request for qualifications submittal is due and must submit this request for qualification with all portions completed, including required attachments. Each prospective Candidate must answer all of the following questions and provide all requested information, where applicable. Any prospective Candidate failing to do so may be deemed unqualified to submit a proposal. It is critical that prospective a Candidate fill out all information required accurately, completely, truthfully and to the best of its knowledge. Ambiguous or incomplete information may lead to an unfavorable evaluation resulting in a determination of non-responsibility. The undersigned hereby agrees and declares that receipt of this submittal by the City of San Luis Obispo does not constitute either a direct or implied guarantee that Prequalification is or will be granted. I, the undersigned, certify and declare that I have read all the foregoing answers to this prequalification questionnaire and know their contents. The matters stated in the questionnaire answers are true of my own knowledge and belief, except as to those matters stated on information and belief, and as to those matters I believe them to be true. I declare under penalty of perjury under the laws of the State of California, that the foregoing is correct. The undersigned is a legally authorized representative of the Candidate for the legal name noted above. Candidate Signature Date Printed Name/Title Resolution No. 10882 (2018 Series) EXHIBIT C Page 205 City of San Luis Obispo Page A-3 Water Resource Recovery Facility Project Subscribed and sworn to before me this day of , 20 Notary Public in and for the State of: Residing at: Expiration Date: **END OF CANDIDATE CONTACT INFORMATION FORM** Resolution No. 10882 (2018 Series) EXHIBIT C Page 206 City of San Luis Obispo Page B-1 Water Resource Recovery Facility Project APPENDIX B Prequalification Questionnaire RFQ: Control Systems Integration Subcontractors for Construction of the Water Resource Recovery Facility Project Candidates will need to demonstrate specific, relevant experience as a control systems integrator including supply/integration of real-time computer data acquisition, controls, and communications systems; control panel assembly; PLC programming; and HMI/SCADA graphics development for the construction of wastewater, recycled water, or potable water treatment facilities similar in size, scope and complexity to the Water Resource Recovery Facility Project (“Project”). Candidates shall complete Parts I, II and III of the Prequalification Questionnaire, per the instructions detailed below. It is expected that the Candidate shall self-perform the electrical portion of the Work. For Candidates forming joint ventures, each member of the joint venture must be individually prequalified as Qualified Candidates Those Candidates who are evaluated to be qualified to perform the Project based on the submitted Prequalification Questionnaire (Qualified Candidates) will be eligible to submit bids to prequalified general contractors for the Project. Instructions for completing the Prequalification Questionnaire If additional sheets are necessary to complete the questionnaire, Candidates shall use 8-½ in. x 11 in. paper, attached in order, and shall reference the section and question being answered. Candidates shall sign each additional sheet. PART I – ESSENTIAL REQUIREMENTS FOR QUALIFICATION PART II – INFORMATION REGARDING THE ORGANIZATION, HISTORY, PERFORMANCE, AND COMPLIANCE WITH CIVIL AND CRIMINAL LAWS A. Current Organization and Structure of the Business Candidates must respond to each question. B. History of the Business and Organizational Performance Candidates must respond to each question. C. Licenses Candidates must respond to each question. D. Disputes Candidates must respond to each question. E. Criminal Matters and Related Civil Suits Candidates must respond to each question. F. Bonding Candidates must provide the requested information and respond to each question. G. Compliance with Occupational Safety and Health Laws and with Other Labor and Safety Legislation Resolution No. 10882 (2018 Series) EXHIBIT C Page 207 City of San Luis Obispo Page B-2 Water Resource Recovery Facility Project Candidates must provide the requested information and respond to each question. H. Prevailing Wage and Apprenticeship Compliance Record Candidates must respond to each question. PART III – MANDATORY PROJECT EXPERIENCE Candidates must complete all of the questions. All questions are pass/fail with criteria for passing listed for each question. Candidates must pass all questions in order to be qualified to submit a Bid on the project. Using the Project Data Sheet (see Appendix C), Candidates must provide three (3) project references to validate the response to Part A Question 1 and two (2) project references for each project to validate the responses to Part B Questions 5 and 6. For projects completed by the Candidate as a member of a joint venture, Candidate shall indicate percent ownership of the joint venture and indicate the type and percentage of the work completed by the Candidate. The City will forward a questionnaire entitled “Project Reference Questionnaire” directly to the project owners identified in each Project Data Sheet. Each owner will be asked to complete and return the questionnaire directly to the City (see Appendix E for a sample Project Reference Questionnaire). The individual furnishing the information in the Project Reference Questionnaire shall be the project managers or the heads of the department in charge of the construction of the projects listed. These individuals must have personal knowledge of the Candidate’s performance on the project. The City reserves the right to seek additional information from any individual who has information about the listed projects. To effectuate the candid completion of information requested in the Project Reference Questionnaire, Candidates are required to execute and submit the attached Release and Waiver Agreement (Appendix D) in favor of each individual furnishing information requested in the Questionnaire. The Candidates shall verify that all previous project contact information listed is current and accurate. Failure of the Candidate to provide current and accurate project contact information may be grounds for the City to determine the Candidate as non-responsive and ineligible for further prequalification consideration. The City will not research current contact information on the Candidate’s behalf. It is the responsibility of the Candidates to ensure that the named reference individuals will respond in a timely manner and furnish the information requested in the Project Reference Questionnaire within the RFQ schedule. Candidate’s Prequalification Package shall be deemed nonresponsive if, without limitation, the Project Reference Questionnaires from the referenced individuals are not returned on time or do not provide all requested information. Resolution No. 10882 (2018 Series) EXHIBIT C Page 208 City of San Luis Obispo Page B-3 Water Resource Recovery Facility Project PART I. ESSENTIAL REQUIREMENTS FOR QUALIFICATION An answer of “no” to any of the Questions 1 through 3 will be rated a “Fail” and the Candidate will be immediately disqualified. An answer of “yes” to any of the Questions 4 through 13 below will be rated a “Fail” and the Candidate will be immediately disqualified. 1. Does your firm possess a valid and current Electrical “C-10” California Contractor’s license? Yes No 2. Will the Candidate comply with and provide all insurance as defined in Appendix H “City Minimum Insurance Requirements”? Yes No NOTE: Candidate shall furnish a statement indicating the contractor’s ability to provide the insurance provided as Appendix H. The Candidate will be required to provide insurance as provided for in the Contract Documents upon actual bid and award. 3. Has the Candidate attached a notarized statement from an admitted surety insurer (approved by the California Department of Insurance) authorized to transact surety business in the State of California, which states the Candidate’s current total available bonding capacity and individual project bonding capacity? Yes No NOTE: Candidate shall furnish a notarized statement from the surety company, not an agent or broker, similar to the sample certification provided as Appendix I. A notarized statement from the Candidate’s surety is being requested in lieu of an audited financial statement to verify the financial fitness of the Candidate. Please note that the provision of a performance and/or payment bond from the control systems integrator will be at the discretion of the general contractor. 4. Has the Candidate’s contractor’s license been revoked at any time in the last five (5) years? Yes No 5. During the last eight (8) years, has your firm ever been denied performance and payment bonds by a surety company because of the surety's determination that the entity failed to perform adequately on an existing or prior project? Yes No Resolution No. 10882 (2018 Series) EXHIBIT C Page 209 City of San Luis Obispo Page B-4 Water Resource Recovery Facility Project 6. Has a surety firm completed a contract on the Candidate’s behalf, or paid for completion because the Candidate was terminated for default by the project owner or the Candidate was otherwise unable to complete a contract within the last five (5) years? Yes No 7. Has your contractor’s license been revoked or suspended at any time for more than 90 days in the last five (5) years, pursuant to Article 7 of the California Business and Professional Code (construction without a permit, failure to pay civil penalties or compliance with order or correction, etc.)? Yes No 8. At the time of submitting this prequalification form, is the Candidate ineligible to bid on or be awarded a public works contract, or perform as a subcontractor on a public works contract, pursuant to either Labor Code section 1777.1 or Labor Code Section 1777.7? Yes No If the answer is “Yes,” state the beginning and ending dates of the period of debarment: 9. Is your firm, or any owners or officers of your firm, currently listed on the State Water Board’s List of Disqualified Businesses and Persons? Yes No 10. At any time during the last five (5) years, has the Candidate or any of its owners, or officers been convicted of a crime involving the bidding, award or performance of a government contract? Yes No 11. At any time during the last eight (8) years, has your firm, or any owners or officers of your firm, been found liable in civil or criminal court for false claims, material misrepresentation, dishonesty, or fraud against a public entity? Yes No 12. In the last eight (8) years has your firm, or any firm with which your firm’s owners, principals or officers associated with, been debarred, disqualified, removed or otherwise prevented from bidding on, from being awarded or from completing, any public work or government project for any reason? Note: “Associated with” refers to another construction firm in which an owner, partner or officer of your firm held an ownership, principal, or management position, and which is listed in response to question Part II, Section A on this form. Yes No Resolution No. 10882 (2018 Series) EXHIBIT C Page 210 City of San Luis Obispo Page B-5 Water Resource Recovery Facility Project 13. List your firm’s Experience Modification Rate (EMR) (California workers’ compensation insurance) issued to your firm annually by your workers’ compensation insurance carrier for the current year: Current year: ____________________ Is your current year EMR higher than 1.00? Yes No Note: Verification of your EMR must be provided as detailed in Section II, Paragraph G, Question 32. END OF PART I Resolution No. 10882 (2018 Series) EXHIBIT C Page 211 City of San Luis Obispo Page B-6 Water Resource Recovery Facility Project PART II. INFORMATION REGARDING THE ORGANIZATION, HISTORY, PERFORMANCE, AND COMPLIANCE WITH CIVIL AND CRIMINAL LAWS A. Current Organization and Structure of the Business For Candidates That Are Corporations: 1a. Date incorporated: 1b. Under the laws of what state: 1c. Provide all the following information for each person who is either (a) an officer of the corporation (president, vice president, secretary, treasurer), or (b) the owner of at least ten (10) percent of the corporation’s stock. Name Position Years with Co. % Ownership 1d. Identify every construction, equipment manufacturer, or material supply firm that any person listed above has been associated with (as owner, general partner, limited partner or officer) at any time during the last five (5) years. NOTE: For this question, “owner” and “partner” refer to ownership of ten (10) percent or more of the business, or ten (10) percent or more of its stock, if the business is a corporation. Name Name of Company Dates of Person’s Participation with Company Resolution No. 10882 (2018 Series) EXHIBIT C Page 212 City of San Luis Obispo Page B-7 Water Resource Recovery Facility Project For Candidates That Are Partnerships: 1a. Date of formation: 1b. Under the laws of what state: 1c. Provide all the following information for each partner who owns ten (10) percent or more of the firm. Name Position Years with Co. % Ownership 1d. Identify every construction, equipment manufacturer, or material supply company that any partner has been associated with (as owner, general partner, limited partner or officer) at any time during the last five (5) years. NOTE: For this question, “owner” and “partner” refer to ownership of ten (10) percent or more of the business, or ten (10) percent or more of its stock, if the business is a corporation. Name Name of Company Dates of Person’s Participation with Company For Candidates That Are Sole Proprietorships: 1a. Date of commencement of business: 1b. Identify every construction, equipment manufacturer, or material supply firm that the business owner has been associated with (as owner, general partner, limited partner or officer) at any time during the last five (5) years. NOTE: For this question, “owner” and “partner” refer to ownership of ten (10) percent or more of the business, or ten (10) percent or more of its stock, if the business is a corporation. Resolution No. 10882 (2018 Series) EXHIBIT C Page 213 City of San Luis Obispo Page B-8 Water Resource Recovery Facility Project Name Position Years with Co. % Ownership B. History of the Business and Organizational Performance 2. Has there been any change in ownership of the Candidate’s firm at any time during the last five (5) years? NOTE: A corporation whose shares are publicly traded is not required to answer this question. Yes No If “yes,” explain on a separate signed page. 3. Is the Candidate a subsidiary, parent, holding company or affiliate of another construction, equipment manufacturer, or material supply firm? NOTE: Include information about other firms if one firm owns 50 percent or more of another, or if an owner, partner, or officer of the Candidate holds a similar position in another firm. Yes No If “yes”, and a firm seeks to prequalify based on the financial status or the experience of an affiliate or parent company, that affiliate or parent company will be required to provide an affidavit guaranteeing the contract performance of the prequalifying firm in every respect including indemnity. Provide a detailed explanation on a separate signed page. 4. Are any corporate officers, partners or owners connected to any other construction, equipment manufacturer, or material supply firms? NOTE: Include information about other firms if an owner, partner, or officer of the Candidate holds a similar position in another firm. Yes No If “yes,” explain on a separate signed page. 5. State the Candidate’s gross revenues for each of the last three (3) years: Year Gross Revenue Resolution No. 10882 (2018 Series) EXHIBIT C Page 214 City of San Luis Obispo Page B-9 Water Resource Recovery Facility Project 6. How many years has the Candidate been in business in California as a Candidate under the Candidate’s present business name and license number? Years 7. Is the Candidate currently the debtor in a bankruptcy case? Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number, and the date on which the petition was filed. 8. Was the Candidate in bankruptcy at any time during the last five (5) years? This question refers only to a bankruptcy action that was not described in answer to question 7, above. Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number and the date on which the petition was filed, and a copy of the Bankruptcy Court’s discharge order, or of any other document that ended the case, if no discharge order was issued. C. Licenses 9. List all California construction license numbers, classifications and expiration dates of the California contractor licenses held by the Candidate. At a minimum, Candidates shall possess a valid Class C-10 – Electrical Contractor’s License to be considered. License Number Classification Expiration Date 10. If any of the Candidate’s license(s) are held in the name of a corporation or partnership, list below the names of the qualifying individual(s) listed on the California Contractors State Licensing Board (CSLB) records who meet(s) the experience and examination requirements for each license. License Number Classification Name of Qualifying Individual(s) Expiration Date 11. Has the Candidate changed names or license number in the past five (5) years? Yes No If “yes,” explain on a separate signed page, including the reason for the change. Resolution No. 10882 (2018 Series) EXHIBIT C Page 215 City of San Luis Obispo Page B-10 Water Resource Recovery Facility Project 12. Has any owner, partner or (for corporations) officer of the Candidate operated a construction, equipment manufacturer, or material supply firm under any other name in the last five (5) years? Yes No If “yes,” explain on a separate signed page, including the reason for the change. 13. Has any CSLB license held by the Candidate or its Responsible Managing Employee (RME) or Responsible Managing Officer (RMO) been suspended or revoked within the last five (5) years? Yes No If “yes,” please explain on a separate signed sheet. D. Disputes 14. At any time in the last five (5) years has the Candidate been assessed liquidated damages under a construction contract with either a public or private owner? Yes No If yes, explain on a separate signed page, identifying all such projects by owner, owner’s address, the date of completion of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. 15. In the last five (5) years has the Candidate been denied an award of a public works contract based on a finding by a public agency that the Candidate was not a responsible bidder? Yes No If “yes,” explain on a separate signed page. Identify the year of the event, the owner, the project and the basis for the finding by the public agency. 16. In the past five (5) years has any action against the Candidate concerning the Candidate’s performance of a construction project been filed in court or arbitration? Yes No If “yes,” on separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). If “yes”, are there any current claims against the Candidate that should you lose the claim(s), would adversely affect the Candidate’s financial position or the Candidate’s ability to meet the Candidate’s obligations if awarded the contract for this project? If so, please explain. Resolution No. 10882 (2018 Series) EXHIBIT C Page 216 City of San Luis Obispo Page B-11 Water Resource Recovery Facility Project 17. In the past five (5) years has the Candidate made any claim against a project owner concerning work on a project or payment for a contract and filed an action in court or arbitration? Yes No If “yes,” on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). If “yes”, are there any current claims against a project owner that should the Candidate lose the claim(s), would adversely affect the Candidate’s financial position or the Candidate’s ability to meet the Candidate’s obligations if awarded the contract for this project? If so, please explain. 18. At any time during the past five (5) years, has any surety company made any payments on the Candidate’s behalf, to satisfy any claims made against a performance or payment bond issued on the Candidate’s behalf, in connection with a construction project, either public or private? Yes No If “yes,” explain on a separate signed page the amount of each such claim, the name and telephone number of the claimant, the date of the claim, the grounds for the claim, the present status of the claim, the date of resolution of such claim if resolved, the method by which such was resolved if resolved, the nature of the resolution and the amount, if any, at which the claim was resolved. 19. In the last five (5) years has any insurance carrier, for any form of insurance, refused to renew the insurance policy for the Candidate? Yes No If “yes,” explain on a separate signed page. Name the insurance carrier, the form of insurance and the year of each refusal. E. Criminal Matters and Related Civil Suits 20. Has the Candidate or any of its owners, officers or partners ever been convicted of a crime involving any federal, state, or local law related to construction? Yes No If “yes,” explain on a separate signed page, including identifying who was involved, the name of the public agency, the date of the conviction and the grounds for the conviction. 21. Has the Candidate or any of its owners, officers or partners ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty? Yes No If “yes,” identify on a separate signed page the person or persons convicted, the court (the county if a state court, the district or location of the federal court), the year and the criminal conduct. Resolution No. 10882 (2018 Series) EXHIBIT C Page 217 City of San Luis Obispo Page B-12 Water Resource Recovery Facility Project F. Bonding 22. Attach a certified statement from a bonding firm authorized to do business in the State of California. The certification shall be submitted in original form and must indicate the maximum bonding coverage the surety will issue on the applicant’s behalf for a single contract, and shall also specify the total bonding that the surety will issue for all of the Candidate’s work, including uncompleted contracts, and the Candidate’s current bonding capacity is sufficient for this Project for which the Candidate is seeking prequalification. A sample Certification of Surety is included as Appendix I to this RFQ. Minimum bonding for this Project is currently estimated at $5 million. 23. If the Candidate was required to pay a premium of more than one (1) percent for a performance and payment bond on any project(s) on which the Candidate worked at any time during the last five (5) years, state the percentage that the Candidate was required to pay. The Candidate may provide an explanation for a percentage rate higher than one (1) percent, if the Candidate wishes to do so. 24. List all other sureties (name and full address) that have written bonds for the Candidate during the last five (5) years, including the dates during which each wrote the bonds: 25. During the last five (5) years, has the Candidate ever been denied bond coverage by a surety company, or has there ever been a period of time when the Candidate had no surety bond in place during a public construction project when one was required? Yes No If yes, provide details on a separate signed sheet indicating the date when the Candidate was denied coverage and the name of the company or companies which denied coverage; and the period during which the Candidate had no surety bond in place. G. Compliance with Occupational Safety and Health Laws and with Other Labor Legislation Safety 26. Has Cal/OSHA cited and assessed penalties against the Candidate for any “serious,” “willful” or “repeat” violations of its safety or health regulations in the past five (5) years? Yes No If “yes,” attach a separate signed page describing the citations, including information about the dates of the citations, the nature of the violation, the project on which the citation(s) was or were issued, and the amount of penalty paid, if any. If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued, state the case number and the date of the decision. 27. Has the federal Occupational Safety and Health Administration cited and assessed penalties against the Candidate in the past five (5) years? Yes No If “yes,” attach a separate signed page describing each citation. Resolution No. 10882 (2018 Series) EXHIBIT C Page 218 City of San Luis Obispo Page B-13 Water Resource Recovery Facility Project 28. As a result of the Candidate’s actions or inactions, has the EPA or any Air Quality Management District or any Regional Water Quality Control Board cited and assessed penalties against either the Candidate or the owner of a project on which the Candidate was the contractor, in the past five (5) years? Yes No If “yes,” attach a separate signed page describing each citation. 29. How often does the Candidate require documented safety meetings to be held for construction employees and field supervisors during the course of a project? 30. Experience Modification Rate (EMR): Please obtain a letter from the Candidate’s insurance carrier (or state fund if applicable) with the Candidate’s interstate EMR’s for the last three (3) years. If the Candidate does not have an interstate rating, obtain the Candidate’s intrastate EMRs. Attach the letter as part of this package. The Candidate shall list the Experience Modification Rate for the last three years (available from the Candidate’s insurance carrier). Year EMR Three Year Average = Are the above rates interstate or intrastate? NOTE: Any of the following methods of “obtaining a letter” are acceptable: (1) Furnish a letter from the Candidate’s insurance agent, insurance carrier or state fund (on their letterhead) verifying the EMR data listed above; or (2) Furnish a photocopy of the applicable Experience Rating Calculation Sheets, which the Candidate’s insurance carrier should forward to the Candidate annually. 31. Within the last five (5) years has there ever been a period when the Candidate had employees but was without workers’ compensation insurance or state-approved self- insurance? Yes No If “yes,” please explain the reason for the absence of workers’ compensation insurance on a separate signed page. If “no,” please provide a statement by the Candidate’s current workers’ compensation insurance carrier that verifies periods of workers’ compensation insurance coverage for the last five (5) years. (If the Candidate has been in the construction business for less than five (5) years, provide a statement by the Candidate’s workers’ compensation insurance carrier verifying continuous workers’ compensation insurance coverage for the period that the Candidate has been in the construction business.) Resolution No. 10882 (2018 Series) EXHIBIT C Page 219 City of San Luis Obispo Page B-14 Water Resource Recovery Facility Project H. Prevailing Wage and Apprenticeship Compliance Record 32. Has the Candidate been required at any time during the last five (5) years to pay either back wages or penalties for the Candidate’s own firm’s failure to comply with California’s prevailing wage laws? NOTE: This question refers only to the Candidate’s own firm’s violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. Yes No If ”yes,” attach a separate signed page or pages, describing the nature of each violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed, the number of employees who were initially underpaid and the amount of back wages and penalties that the Candidate was required to pay. 33. During the last five (5) years, has the Candidate’s own firm has been penalized or required to pay back wages for failure to comply with the federal Davis-Bacon prevailing wage requirements? Yes No If “yes,” attach a separate signed page or pages describing the nature of the violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed, the number of employees who were initially underpaid, the amount of back wages the Candidate was required to pay along with the amount of any penalty paid. 34. At any time during the last five (5) years, has the Candidate been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: The Candidate may omit reference to any incident that occurred if the violation was by a subcontractor and the Candidate, as general contractor on a project, had no knowledge of the subcontractor’s violation at the time it occurred. Yes No If “yes,” provide the date(s) of such findings, and attach copies of the Department’s final decision(s). END OF PART II Resolution No. 10882 (2018 Series) EXHIBIT C Page 220 City of San Luis Obispo Page B-15 Water Resource Recovery Facility Project PART III. MANDATORY PROJECT EXPERIENCE Candidates must complete Questions 1 through 8 in this section. In the case of joint ventures, each joint venture partner must complete Questions 1 through 8. Questions 1 through 7 in this section are pass/fail with criteria for passing listed for each question. Candidates must pass all questions in this section in order to be qualified to submit a Bid for the Project. Using the Project Data Sheet (see Appendix C), Candidates (each partner for joint ventures) must provide three (3) project references to validate the response to Question 1 and two (2) project references for each project to validate the response to Questions 5 and 6. Please note the projects provided as references for Question 1 can be used as references for Questions 2 through 5 where applicable. Candidates (each partner for joint ventures) must provide at least three (3) different reference projects. The City will forward a questionnaire entitled “Project Reference Questionnaire,” directly to the list of Project owners specified in each Project Data Sheet. Each owner will be asked to complete and return the questionnaire directly to the City (see Appendix E for a sample Project Reference Questionnaire). The individual furnishing the information in the Project Reference Questionnaire shall be the project managers or the heads of the department in charge of the construction of the projects listed. These individuals must have personal knowledge of the Candidate’s performance on the project. The City reserves the right to seek additional information from any individual who has information about the listed projects. Candidates are required to score a minimum of 122 points out of a possible 175 points on each Project Reference Questionnaire to be qualified to proceed with the evaluation process. To effectuate the candid completion of information requested in the Project Reference Questionnaire, Candidates are required to execute and submit the attached Release and Waiver Agreement (Appendix D) in favor of each individual furnishing information req uested in the Questionnaire. A. Firm Experience 1. Has your firm assembled and wired control panels; written programmable logic controller (PLC) programming using ladder logic, function data blocks, and structured text; developed supervisory control and data acquisition (SCADA) systems; developed human machine interface (HMI) and SCADA graphics; and provided control systems integration for construction of at least three (3) treatment facility projects (wastewater, recycled water, or potable water) within the last ten (10) years that meet the following criteria: • Your firm self-performed at least 75% of the instrumentation, controls and systems integration work; • Improvements took place within an active treatment facility that remained in operation during construction; and • The value of the instrumentation, controls and systems integration work was at least $500,000? Note: Contract values for projects completed prior to January 1, 2018, can be converted to equivalent 2018 costs by utilizing the Engineering News Record (ENR) Construction Cost Index (20-city average) in accordance with the following formula: Resolution No. 10882 (2018 Series) EXHIBIT C Page 221 City of San Luis Obispo Page B-16 Water Resource Recovery Facility Project INDEX 2018 x Cost (year completed) = Cost 2018 INDEX (year completed) Where: INDEX 2018 corresponds to the ENR CCI for January 2018 INDEX (year completed) corresponds to the ENR CCI for the month and year when the project was completed Cost (year completed) is the final construction cost at the completion of the project, including change orders Candidate (each partner if a joint venture) must meet the requirements of this question on its own as a firm/entity; the City will not consider the experience/qualifications of other joint venture partners, subcontractors, or Candidate’s employees when evaluating the Candidate's (each partner’s if a joint venture) qualifications in response to this question. Yes No If “no”, your firm is not qualified to submit a Bid on the Project. List the qualifying projects, citing the following: project name, project owner, original and final contract amount, original and final contract time, project scope including the type and size of the facility, percentage of the electrical work self-performed, and year of completion. Complete and submit a Project Data Sheet (Appendix C) for each of the projects listed below. Project 1: Project 2: Project 3: 2. Is your firm certified by the Control Systems Integrators Association (CSIA)? Candidate (each partner if a joint venture) must meet the requirements of this question on its own as a firm/entity; the City will not consider the experience/qualifications of other joint venture partners, subcontractors, or Candidate’s employees when evaluating the Candidate's (each partner’s if a joint venture) qualifications in response to this question. Yes No If “no”, your firm is not qualified to submit a Bid on the Project. Resolution No. 10882 (2018 Series) EXHIBIT C Page 222 City of San Luis Obispo Page B-17 Water Resource Recovery Facility Project List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self-performed, and year of completion. 3. Is your control panel assembly/fabrication shop certified by Underwriters Laboratories (UL) in accordance with the UL 508A standard? Candidate (each partner if a joint venture) must meet the requirements of this question on its own as a firm/entity; the City will not consider the experience/qualifications of other joint venture partners, subcontractors, or Candidate’s employees when evaluating the Candidate's (each partner’s if a joint venture) qualifications in response to this question. Yes No If “no”, your firm is not qualified to submit a Bid on the Project. B. Key Personnel Experience 4. Does your proposed Project Manager for this Project have at least ten (10) years of experience with instrumentation and controls, communication protocols, and control systems integration for treatment facility projects (wastewater, recycled water, and/or potable water) of similar size and complexity as the Project and have they been employed by your firm for at least one (1) year? Candidate (each partner if a joint venture must meet the requirements of this question on its own as a firm/entity; City will not consider the experience/qualifications of other joint venture partners, subcontractors, or Candidate’s employees when evaluating the Candidate's (each partner’s if a joint venture) qualifications in response to this question. Yes No 5. Does your proposed PLC Programmer have at least ten (10) years of experience developing PLC programming in ladder logic, function block and structured text formats; have they completed at least two (2) projects in the last five (5) years with at least three (3) PLCs using the Allen Bradley Logix 5000 platform; and have they been employed by your firm for at least one (1) year? Candidate (each partner if a joint venture) must meet the requirements of this question with its own employees; the City will not consider the experience/qualifications of employees of other joint venture partners or subcontractors. Yes No If “no”, your firm is not qualified to submit a Bid on the project. List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self -performed, and year of completion. Resolution No. 10882 (2018 Series) EXHIBIT C Page 223 City of San Luis Obispo Page B-18 Water Resource Recovery Facility Project Complete and submit a Project Data Sheet for the projects listed below. Project 4: Project 5: 6. Does your proposed SCADA Programmer have at least ten (10) years of experience developing SCADA systems; have they completed at least two (2) projects in the last ten (10) years with at least ten (10) separate screens using the GE Digital iFIX SCADA platform; and have they been employed by your firm for at least one (1) year? Candidate (each partner if a joint venture) must meet the requirements of this question with its own employees; the City will not consider the experience/qualifications of employees of other joint venture partners or subcontractors. Yes No If “no”, your firm is not qualified to submit a Bid on the project. List the qualifying project, citing the following: project name, project owner, original and final contract amount, project scope, percentage of the work self -performed, and year of completion. Complete and submit a Project Data Sheet for the project listed below. Project 6: Project 7: 7. Has your proposed SCADA Programmer worked with, developed or acquired an understanding of High Performance HMI graphics? Candidate (each partner if a joint venture) must meet the requirements of this question with its own employees; the City will not consider the experience/qualifications of employees of other joint venture partners or subcontractors. Yes No If “no”, your firm is not qualified to submit a Bid on the project. Resolution No. 10882 (2018 Series) EXHIBIT C Page 224 City of San Luis Obispo Page B-19 Water Resource Recovery Facility Project 8. List the qualifying Project Manager, PLC Programmer, SCADA Programmer and other key personnel proposed for this Project below. Complete and submit a Key Personnel Data Sheet (Appendix G) for each of the individuals listed below. Project Manager PLC Programmer SCADA Programmer System Engineer (Registered EE or CSE) Field Services Engineer/Technician Start-Up Engineer In the event that changes to key lead personnel occur after a Candidate has been designated as qualified to bid, Candidate shall provide at least three (3) resumes (using Appendix G resume forms) of proposed candidate replacement personnel in advance of submitting its bid. Proposed replacement personnel shall have qualifications that meet or exceed those of the personnel being replaced, as determined by the City. The City reserves the right to exclude any prospective Bidder or reject any bid in the event that there are differing key personnel from those which were prequalified. END OF PART III Resolution No. 10882 (2018 Series) EXHIBIT C Page 225 City of San Luis Obispo Page C-1 Water Resource Recovery Facility Project APPENDIX C Project Data Sheet Performance Record RFQ: Control Systems Integration Subcontractors for Construction of the Water Resource Recovery Facility Project As directed in the Prequalification Questionnaire instruction for Part III, Candidates (each partner if a joint venture) must provide a minimum of three (3) project references to validate the response to Question 1. If the three (3) project references provided for Question 1 do not meet the requirements of Questions 5 and 6, Candidates must provide additional reference projects to validate the responses to those questions. Resolution No. 10882 (2018 Series) EXHIBIT C Page 226 City of San Luis Obispo Page C-2 Water Resource Recovery Facility Project Project Reference 1 of 3 for Part III-A, Question 1: To be considered for prequalification, Candidate (each partner if a joint venture) shall have assembled and wired control panels; written programmable logic controller (PLC) programming using ladder logic, function data blocks, and structured text; developed supervisory control and data acquisition (SCADA) systems; developed human machine interface (HMI) and SCADA graphics; and provided control systems integration services for construction of at least three (3) treatment facility projects (wastewater, recycled water, or potable water) within the last ten (10) years for which your firm self -performed at least 75% of the instrumentation, controls and systems integration work; improvements took place within an active treatment facility; and the value of the instrumentation, controls and systems integration work was at least $500,000. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 1 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager, PLC Programmer and SCADA Programmer 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT C Page 227 City of San Luis Obispo Page C-3 Water Resource Recovery Facility Project No. Item Description Project No. 1 8 Construction Manager (Contact Name/Address/Telephone/e-mail) 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Number of physical I/O points • Control panels provided • PLC hardware/software furnished • PLC programming language(s) • Network communications system • SCADA platform • Number of SCADA/HMI screens developed • Number of third-party/OEM control systems integrated into facility 10 Description of Project, Scope of Instrumentation, Controls and Systems Integration Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) Resolution No. 10882 (2018 Series) EXHIBIT C Page 228 City of San Luis Obispo Page C-4 Water Resource Recovery Facility Project No. Item Description Project No. 1 14 Actual Construction Time (calendar days) 15 Reason for Delays 16 Project Control System (PCS) Portion of Contract Bid Price 17 Final PCS Portion of Construction Cost Basis for Increase or Decrease in Final PCS Construction Cost 18 Number of PCS Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT C Page 229 City of San Luis Obispo Page C-5 Water Resource Recovery Facility Project Project Reference 2 of 3 for Part III-A, Question 1: To be considered for prequalification, Candidate (each partner if a joint venture) shall have assembled and wired control panels; written programmable logic controller (PLC) programming using ladder logic, function data blocks, and structured text; developed supervisory control and data acquisition (SCADA) systems; developed human machine interface (HMI) and SCADA graphics; and provided control systems integration services for construction of at least three (3) treatment facility projects (wastewater, recycled water, or potable water) within the last ten (10) years for which your firm self -performed at least 75% of the instrumentation, controls and systems integration work; improvements took place within an active treatment facility; and the value of the instrumentation, controls and systems integration work was at least $500,000. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 2 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager, PLC Programmer and SCADA Programmer 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT C Page 230 City of San Luis Obispo Page C-6 Water Resource Recovery Facility Project No. Item Description Project No. 2 8 Construction Manager (Contact Name/Address/Telephone/e-mail) 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Number of physical I/O points • Control panels provided • PLC hardware/software furnished • PLC programming language(s) • Network communications system • SCADA platform • Number of SCADA/HMI screens developed • Number of third-party/OEM control systems integrated into facility 10 Description of Project, Scope of Instrumentation, Control and Systems Integration Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) Resolution No. 10882 (2018 Series) EXHIBIT C Page 231 City of San Luis Obispo Page C-7 Water Resource Recovery Facility Project No. Item Description Project No. 2 14 Actual Construction Time (calendar days) 15 Reason for Delays 16 Project Control System (PCS) Portion of Contract Bid Price 17 Final PCS Portion of Construction Cost Basis for Increase or Decrease in Final PCS Construction Cost 18 Number of PCS Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT C Page 232 City of San Luis Obispo Page C-8 Water Resource Recovery Facility Project Project Reference 3 of 3 for Part III-A, Question 1: To be considered for prequalification, Candidate (each partner if a joint venture) shall have assembled and wired control panels; written programmable logic controller (PLC) programming using ladder logic, function data blocks, and structured text; developed supervisory control and data acquisition (SCADA) systems; developed human machine interface (HMI) and SCADA graphics; and provided control systems integration services for construction of at least three (3) treatment facility projects (wastewater, recycled water, or potable water) within the last ten (10) years for which your firm self -performed at least 75% of the instrumentation, controls and systems integration work; improvements took place within an active treatment facility; and the value of the instrumentation, controls and systems integration work was at least $500,000. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 3 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager, PLC Programmer and SCADA Programmer Resolution No. 10882 (2018 Series) EXHIBIT C Page 233 City of San Luis Obispo Page C-9 Water Resource Recovery Facility Project No. Item Description Project No. 3 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Number of physical I/O points • Control panels provided • PLC hardware/software furnished • PLC programming language(s) • Network communications system • SCADA platform • Number of SCADA/HMI screens developed • Number of third-party/OEM control systems integrated into facility 10 Description of Project, Scope of Instrumentation, Controls and Systems Integration Work Performed 11 Contract Award Date 12 Substantial Completion Date Resolution No. 10882 (2018 Series) EXHIBIT C Page 234 City of San Luis Obispo Page C-10 Water Resource Recovery Facility Project No. Item Description Project No. 3 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) 15 Reason for Delays 16 Project Control System (PCS) Portion of Contract Bid Price 17 Final PCS Portion of Construction Cost Basis for Increase or Decrease in Final PCS Construction Cost 18 Number of PCS Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT C Page 235 City of San Luis Obispo Page C-11 Water Resource Recovery Facility Project Project Reference 1 of 2 for Part III-B, Question 5: To be considered for prequalification, Candidate’s (each partner if a joint venture) proposed PLC Programmer shall have at least ten (10) years of experience developing PLC programming in ladder logic, function block and structured text formats; have completed at least two (2) projects in the last five (5) years with at least three (3) PLCs using the Allen Bradley Logix 5000 platform; a nd have been employed by your firm for at least one (1) year? Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 4 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager, PLC Programmer and SCADA Programmer 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT C Page 236 City of San Luis Obispo Page C-12 Water Resource Recovery Facility Project No. Item Description Project No. 4 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Number of physical I/O points • Control panels provided • PLC hardware/software furnished • PLC programming language(s) • Network communications system • SCADA platform • Number of SCADA/HMI screens developed • Number of third-party/OEM control systems integrated into facility 10 Description of Project, Scope of Instrumentation, Controls and Systems Integration Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) Resolution No. 10882 (2018 Series) EXHIBIT C Page 237 City of San Luis Obispo Page C-13 Water Resource Recovery Facility Project No. Item Description Project No. 4 15 Reason for Delays 16 Project Control System (PCS) Portion of Contract Bid Price 17 Final PCS Portion of Construction Cost Basis for Increase or Decrease in Final PCS Construction Cost 18 Number of PCS Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT C Page 238 City of San Luis Obispo Page C-14 Water Resource Recovery Facility Project Project Reference 2 of 2 for Part III-B, Question 5: To be considered for prequalification, Candidate’s (each partner if a joint venture) proposed PLC Programmer shall have at least ten (10) years of experience developing PLC programming in ladder logic, function block and structured text formats; have completed at least two (2) projects in the last five (5) years with at least three (3) PLCs using the Allen Bradley Logix 5000 platform; a nd have been employed by your firm for at least one (1) year? Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 5 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager, PLC Programmer and SCADA Programmer 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT C Page 239 City of San Luis Obispo Page C-15 Water Resource Recovery Facility Project No. Item Description Project No. 5 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Number of physical I/O points • Control panels provided • PLC hardware/software furnished • PLC programming language(s) • Network communications system • SCADA platform • Number of SCADA/HMI screens developed • Number of third-party/OEM control systems integrated into facility 10 Description of Project, Scope of Instrumentation, Controls and Systems Integration Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) Resolution No. 10882 (2018 Series) EXHIBIT C Page 240 City of San Luis Obispo Page C-16 Water Resource Recovery Facility Project No. Item Description Project No. 5 15 Reason for Delays 16 Project Control System (PCS) Portion of Contract Bid Price 17 Final PCS Portion of Construction Cost Basis for Increase or Decrease in Final PCS Construction Cost 18 Number of PCS Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT C Page 241 City of San Luis Obispo Page C-17 Water Resource Recovery Facility Project Project Reference 1 of 2 for Part III-B, Question 6: To be considered for prequalification, Candidate’s proposed SCADA Programmer (each partner if a joint venture) must have at least ten (10) years of experience developing SCADA systems; completed at least two (2) projects in the last ten (10) years with at lea st ten (10) separate screens using the GE Digital iFIX SCADA platform; and been employed by your firm for at least one (1) year. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 6 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager, PLC Programmer and SCADA Programmer 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT C Page 242 City of San Luis Obispo Page C-18 Water Resource Recovery Facility Project No. Item Description Project No. 6 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Number of physical I/O points • Control panels provided • PLC hardware/software furnished • PLC programming language(s) • Network communications system • SCADA platform • Number of SCADA/HMI screens developed • Number of third-party/OEM control systems integrated into facility 10 Description of Project, Scope of Instrumentation, Controls and Systems Integration Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) Resolution No. 10882 (2018 Series) EXHIBIT C Page 243 City of San Luis Obispo Page C-19 Water Resource Recovery Facility Project No. Item Description Project No. 6 15 Reason for Delays 16 Project Control System (PCS) Portion of Contract Bid Price 17 Final PCS Portion of Construction Cost Basis for Increase or Decrease in Final PCS Construction Cost 18 Number of PCS Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT C Page 244 City of San Luis Obispo Page C-20 Water Resource Recovery Facility Project Project Reference 2 of 2 for Part III-B, Question 6: To be considered for prequalification, Candidate’s (each partner if a joint venture) proposed SCADA Programmer shall have at least ten (10) years of experience developing SCADA systems; completed at least two (2) projects in the last ten (10) years with at lea st ten (10) separate screens using the GE Digital iFIX SCADA platform; and been employed by your firm for at least one (1) year. Candidate (each partner if a joint venture) shall list such projects below. No. Item Description Project No. 7 1 Project Name/Location 2 Owner (Reference) – Contact Info: Name/Address/Telephone/e-mail 3 General Contractor (Contact Name/Address/Telephone/e-mail) 4 Names of JV Partners/Major Subs Performing more than 10% of the Work 5 Roles of JV Partners/Major Subs 6 Names of Project Manager, PLC Programmer and SCADA Programmer 7 Engineering Firm (Contact Name/Address/Telephone/e-mail) 8 Construction Manager (Contact Name/Address/Telephone/e-mail) Resolution No. 10882 (2018 Series) EXHIBIT C Page 245 City of San Luis Obispo Page C-21 Water Resource Recovery Facility Project No. Item Description Project No. 7 9 Treatment Facility: • Wastewater, Recycled Water, or Potable Water • Total Operating Capacity (million gallons per day - mgd) • Number of physical I/O points • Control panels provided • PLC hardware/software furnished • PLC programming language(s) • Network communications system • SCADA platform • Number of SCADA/HMI screens developed • Number of third-party/OEM control systems integrated into facility 10 Description of Project, Scope of Instrumentation, Controls and Systems Integration Work Performed 11 Contract Award Date 12 Substantial Completion Date 13 Original Contract Period (calendar days) 14 Actual Construction Time (calendar days) Resolution No. 10882 (2018 Series) EXHIBIT C Page 246 City of San Luis Obispo Page C-22 Water Resource Recovery Facility Project No. Item Description Project No. 7 15 Reason for Delays 16 Project Control System (PCS) Portion of Contract Bid Price 17 Final PCS Portion of Construction Cost Basis for Increase or Decrease in Final PCS Construction Cost 18 Number of PCS Related Claims Filed (and who filed: Owner or Contractor) 19 Description and % of the Work Self- Performed Supplementary information - please provide any other explanatory notes on the above topics considered relevant on a separate sheet. Resolution No. 10882 (2018 Series) EXHIBIT C Page 247 City of San Luis Obispo Page D-1 Water Resource Recovery Facility Project APPENDIX D Release and Waiver Agreement RFQ: Control Systems Integration Subcontractors for Construction of the Water Resource Recovery Facility Project This Release and Waiver of Liability (hereinafter the “Release”) is entered into between the City of San Luis Obispo, and _______________________________________________________________ , a “Candidate.” RECITALS 1. The City of San Luis Obispo ("City”) has issued a Request for Statements of Qualification to establish a pool of Candidates qualified to perform control systems integration work for the Water Resource Recovery Facility Project. 2. Candidate has submitted a response to the City’s Request for Statements of Qualification and has listed projects and owners as references for its qualifications. 3. The City seeks candid comments on the Candidate’s performance on the listed projects from the owners and the owners’ representatives. RELEASE AND WAIVER Candidate hereby fully and forever releases, exonerates, discharges, and covenants not to sue the City, its officers and employees, its consultants and subconsultants, and all individuals and entities furnishing comments on Candidate’s performance, from and does hereby waive, any and all claims, causes of action, demands, damages and any and all other liabilities of any kind or description, in law, equity, or otherwise, arising out of information furnished about Candidate’s performance on the projects Candidate has identified pursuant to Recital number 2, hereinabove. INTENDED BENEFICIARIES The City, its officers and employees and all individuals and entities furnishing any information relating to Candidate’s qualifications are intended beneficiaries of this Release and Waiver and are entitled to enforce its terms. Candidate Authorized Representative Date Resolution No. 10882 (2018 Series) EXHIBIT C Page 248 City of San Luis Obispo Page E-1 Water Resource Recovery Facility Project APPENDIX E Project Reference Questionnaire RFQ: Control Systems Integration Subcontractors for Construction of the Water Resource Recovery Facility Project THIS PAGE PROVIDED FOR INFORMATIONAL PURPOSES ONLY The City of San Luis Obispo (“City”) is undertaking a process to prequalify control systems integration subcontractors ("Candidates") for construction of the Water Resource Recovery Facility (WRRF) Project. The following Candidate, _____________________________________, has provided the City with the name of your organization and the following project: ____________________________ as references regarding the Candidate’s experience and qualifications to perform Work on the WRRF Project. The Candidate has signed a Release and Waiver of Liability form as to the information you provide, a copy of which is attached for your reference. Please complete and return the questionnaire to City’s Program Manager: Name: Justin Pickard, Water Systems Consulting, Inc. Email Address: jpickard@wsc-inc.com Please give a brief description of the project; be sure to include the value of the project, the type of contract utilized, and the scope of work involved. 1. On a scale of 1-5, with 5 being the best, did the Candidate respond in a timely and responsible manner to stop notices or liens on the project? (Max. 5 points) ____ / 5 pts 2. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate project management personnel to administer the contract in accordance with the contract documents? (Max. 10 points) ____ / 10 pts 3. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate technical personnel to perform the instrumentation, control and systems integration work in accordance with the contract documents? (Max. 10 points) ____ / 10 pts Resolution No. 10882 (2018 Series) EXHIBIT C Page 249 City of San Luis Obispo Page E-2 Water Resource Recovery Facility Project 4. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate supervision of the instrumentation, controls and systems integration portion of the work? (Max. 10 points) ____ / 10 pts 5. On a scale of 1-10, with 10 being the best, was the Candidate timely in providing reports and other paperwork, including submittals, control system descriptions, draft HMI/SCADA graphics, etc.? (Max. 10 points) ____ / 10 pts 6. On a scale of 1-10, with 10 being the best, did the Candidate adhere to the project schedule that your agency approved? (Max. 10 points) ____ / 10 pts 7. Was the instrumentation, control and systems integration portion of the project completed within the contract time originally set forth in the bid documents? (10 points if the answer is “Yes”). Or, if the answer is “no,” on a scale of 1-10, with 10 being not responsible and 1 being fully responsible, to what extent was the Candidate responsible for the delay in completion? (Max. 10 points) ____/10 pts 8. On a scale of 1-10, with 10 being the best, rate the contractor on the timely submission of reasonable cost and time estimates to perform change order work. (Max. 10 points) ____ / 10 pts 9. On a scale of 1-10, with 10 being the best, rate the Candidate on how well the contractor performed the work after a change order was issued, and how well the contractor integrated the change order work into the existing work. (Max. 10 points) ____ / 10 pts 10. On a scale of 1-10, with 10 being the best, rate the Candidate’s performance in regard to timely submittal of operation & maintenance manuals, maintaining and completing as-built drawings, providing required training and taking care of warranty items? (Max. 10 points) ____ / 10 pts 11. On a scale of 1-10, with 10 being the best, rate the Candidate on whether there were an unusually high number of contractor-initiated change orders, claims, and disputes given the nature of the project, or unusual difficulty in resolving them. (Max. 10 points) ____ / 10 pts 12. On a scale of 1-10, with 10 being the highest, rate the Candidate with respect to timely payments by the contractor to either subcontractors or suppliers. (If the person being interviewed knows of no such difficulties, the score on this question should be “10”.) (Max. 10 points) ____/10 pts 13. On a scale of 1-15, with 15 being the best, how would you rate the overall quality of the Candidate’s work? (Max. 15 points) ____/15 pts Resolution No. 10882 (2018 Series) EXHIBIT C Page 250 City of San Luis Obispo Page E-3 Water Resource Recovery Facility Project 14. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to maintain operation of the existing facilities during the course of the improvements through advance planning, coordination with the owner, preparation of maintenance of plant operation (MOPO) submittals, and proper execution of the work? (If the improvements were not constructed in an existing facility that remained in operation during construction, the score on this question should be “15”.) (Max 15 points) ____/15 pts 15. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to prepare a comprehensive startup and commissioning plan for the project in a timely manner and to successfully start-up the facility within a reasonable amount of time? (Max. 15 points) ____/15 pts 16. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to collaborate with the Owner’s/Agency’s staff in the development of PLC and SCADA programming, development of HMI/SCADA graphics, and implementation of the instrumentation and control systems improvements? (Max. 15 points) ____/15 pts To Be Completed by Person Providing Reference: Reference is provided by: ____________________________________________________ Job Title: _________________________________________________________________ Date: ____________________________________________________________________ Company/Agency: __________________________________________________________ Business Address; __________________________________________________________ Telephone Number: ________________________________________________________ E-Mail Address: ____________________________________________________________ Relationship to Referenced Contract/Project: _____________________________________ Resolution No. 10882 (2018 Series) EXHIBIT C Page 251 City of San Luis Obispo Page F-1 Water Resource Recovery Facility Project APPENDIX F Affidavit We, the undersigned, (name) as the authorized representatives for (company) an interested contractor for the City of San Luis Obispo’s (City) Water Resource Recovery Facility Project (Project) Bidders List, do hereby attest that all statements and representations made herein are true and correct to the best of our knowledge. These statements are made openly and freely without intent to influence or embellish actual conditions or circumstances that occurred. I declare under penalty of perjury under the laws of the State of California that the foregoing is correct. We acknowledge that we have received Addendum through . We understand that the City will investigate any and all statements and representations made by us and our firm in this Statement of Qualifications and we freely give our permission for them to do so. Should releases be required by any of our professional, financial, or bonding institutions to release verification of the enclosed data, we have provided them. We agree to waive any claims against the City, Construction Manager, Design Engineer and/or any third party designated by the City for the release of the information necessary to evaluate this Statement of Qualifications. We further understand that any false statement or representations made in this application will result in disqualification of our firm as a bidder for the Project. If it is determined that these false statements or representations were purposefully made to change, hide, or obscure negative information from City in an attempt to qualify under these false pretenses, the action will result in loss of eligibility for our firm to qualify for any City contracts for a minimum period of one (1) year and a maximum period of five (5) years from the date of discovery. (Name) (Signature) (Title) Attested: Corporate Seal (Name) (Signature) (Title) Date , 2016 END OF AFFIDAVIT Resolution No. 10882 (2018 Series) EXHIBIT C Page 252 City of San Luis Obispo G-1 Water Resource Recovery Facility Project APPENDIX G Key Personnel Data Sheet RFQ: Control Systems Integration Subcontractors for Construction of the Water Resource Recovery Facility Project The following information shall be submitted for each person listed below (additional pages shall be attached and properly designated if necessary) 1. Project Manager 2. PLC Programmer 3. SCADA Programmer 4. System Engineer 5. Field Services Engineer/Technician 6. Start-Up Engineer Name Position Title Education/Qualifications: Present Position with Contractor or Subcontractor: _____________________________________________________________________________ Number of Years of Experience in Present/Proposed Position: Number of Years with Company in Present/Proposed Position: Resolution No. 10882 (2018 Series) EXHIBIT C Page 253 City of San Luis Obispo G-2 Water Resource Recovery Facility Project Relevant Experience (List project name, scope of work, start and end dates of person’s participation with the work, and position key personnel held during project, for the last three relevant projects): _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ Employment History (within past 10 years): _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ Resolution No. 10882 (2018 Series) EXHIBIT C Page 254 City of San Luis Obispo H-1 Water Resource Recovery Facility Project APPENDIX H City Minimum Insurance Requirements (Subject to Revision in Accordance with the Contract Documents) Prior to the beginning of and throughout the duration of the Project, Contractor and its subcontractors shall maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth herein, Contractor agrees to amend, supplement or endorse the existing coverage to do so. If Contractor’s existing coverage exceeds the coverage limits set forth herein, then those higher limits shall apply. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to Contractor or its subcontractors in excess of the limits and coverage identified in this Agreement and which is applicable to a given loss, claim or demand, will be equally available to City. A. Contractor shall provide the following types and amounts of insurance: Without limiting Contractor’s indemnification of City, and prior to commencement of the Project, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. General Liability Insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $25,000,000 per occurrence, $35,000,000 general aggregate, for bodily injury, personal injury, and property damage, and a $35,000,000 completed operations aggregate. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $5,000,000 combined single limit for each accident. Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer’s liability. Such policy or policies shall include the following terms and conditions: • A drop-down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall “follow form” to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Resolution No. 10882 (2018 Series) EXHIBIT C Page 255 City of San Luis Obispo H-2 Water Resource Recovery Facility Project Workers’ Compensation Insurance. Contractor shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000) for Contractor’s employees in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor’s employees. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. Pollution Liability Insurance. Environmental Impairment Liability Insurance shall be written on a Contractor’s Pollution Liability form or other form acceptable to City providing coverage for liability arising out of sudden, accidental and gradual pollution and remediation. The policy limit shall be no less than $1,000,000 dollars per claim and in the aggregate. All activities contemplated in this Agreement shall be specifically scheduled on the policy as “covered operations.” The policy shall provide coverage for the hauling of waste from the project site to the final disposal location, including non-owned disposal sites. Contractor’s Equipment Insurance. Contractors’ equipment insurance sufficient to cover the physical damage to all owned, leased, rented, or borrowed equipment used on the jobsite, including rental charges. All contractors’ miscellaneous tools shall be covered by the individual contractor or Subcontractor. Builder’s Risk Insurance. Upon commencement of construction and with approval of City, Contractor shall obtain and maintain builder’s risk insurance for the entire duration of the Project until only the City has an insurable interest. The Builder’s Risk coverage shall include the coverages as specified below. The named insureds shall be Contractor and City, including its officers, officials, employees, and agents. All Subcontractors (excluding those solely responsible for design Work) of any tier and suppliers shall be included as additional insureds as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to City. The policy shall contain a provision that all proceeds from the builder’s risk policy shall be made payable to the City. The City will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, Nonconforming Work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub-limits sufficient to insure the full replacement value of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub-limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Site or any staging area. Such insurance shall be on a form acceptable to City to ensure adequacy of terms and sublimits and shall be submitted to the City prior to commencement of construction. Resolution No. 10882 (2018 Series) EXHIBIT C Page 256 City of San Luis Obispo H-3 Water Resource Recovery Facility Project OTHER PROVISIONS OR REQUIREMENTS Proof of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be approved by City’s risk manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Duration of Coverage. 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 Contractor, his agents, representatives, employees or subcontractors. Contractor must maintain general liability and umbrella or excess liability insurance for as long as there is a statutory exposure to completed operations claims. City and its officers, officials, employees, and agents shall continue as additional insureds under such policies. Primary/Noncontributing. Coverage provided by Contractor shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. Products/Completed Operations Coverage. Products/completed operations coverage shall extend a minimum of ten (10) years after project completion. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using subcontractors, the Policy must include work performed “by or on behalf” of the insured. Policy shall contain no language that would invalidate or remove the insurer’s duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the insurer. The City, its officials, officers, agents, and employees, shall be included as additional insureds under the Products and Completed Operations coverage. Agency’s Rights of Enforcement. In the event any policy of insurance required under this Agreement does not comply with these requirements or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay premium from Contractor payments. In the alternative, City may cancel this Agreement. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s risk manager. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of Resolution No. 10882 (2018 Series) EXHIBIT C Page 257 City of San Luis Obispo H-4 Water Resource Recovery Facility Project recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Enforcement of contract provisions (non estoppel). Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. Notice of Cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. Additional Insured Status. General liability policies shall provide or be endorsed to provide that AGENCY and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. Separation of Insureds. A severability of interests provision must apply for all additional insureds ensuring that Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. Pass Through Clause. Contractor agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage and endorsements required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. Agency’s Right to Revise Requirements. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor a ninety (90) day advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor’s compensation. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self -insured retentions be eliminated, lowered, or replaced Resolution No. 10882 (2018 Series) EXHIBIT C Page 258 City of San Luis Obispo H-5 Water Resource Recovery Facility Project by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. END OF INSURANCE REQUIREMENTS Resolution No. 10882 (2018 Series) EXHIBIT C Page 259 City of San Luis Obispo I-1 Water Resource Recovery Facility Project APPENDIX I Certification of Surety (To be submitted on bonding agency letterhead) THIS PAGE PROVIDED FOR INFORMATIONAL PURPOSES ONLY Date: To: City of San Luis Obispo XXXX XXXX Attn: XXXX Re: RFQ Control Systems Integration Subcontractors for Construction of the Water Resource Recovery Facility Project Name of Contractor: City/State: is authorized to execute bid, performance, (Name of Bonding Agency) and payment bonds for the above named contractor subject to the following conditions: 1. Contract price of any one contract does not exceed $ . 2. Total amount of uncompleted work on hand, both bonded and unbonded, does not exceed $ . 3. This work authority expires June 30, _____ unless previously rescinded in writing. Written notice of rescission will be provided to the above addressee within seven days of such rescission. Signed by: (Authorized Bonding Agency Representative) Resolution No. 10882 (2018 Series) EXHIBIT C Page 260 City of San Luis Obispo I-2 Water Resource Recovery Facility Project Candidate Name:_____________________________________ Date:_________________ Email: ______________________________________________ Subscribed and sworn to before me this day of , 20 Notary Public in and for the State of: Residing at: Expiration Date: Resolution No. 10882 (2018 Series) EXHIBIT C Page 261 City of San Luis Obispo J-1 Water Resource Recovery Facility Project APPENDIX J Scoring Instructions The scorable questions are in three different parts of the Prequalification Questionnaire: Part II(B)-(F) History of the business and organizational performance Part II(G)-(H) Compliance with occupational safety and health laws, workers’ compensation and other labor legislation Part III Mandatory Project Experience PART II SCORING INSTRUCTIONS B. Questions about History of the Business and Organizational Performance 6. How many years has the Candidate’s organization been in business in California as a contractor under the Candidate’s present business name and license number? 0 – 5 years = 0 points 5 – 9 years or more = 2 points 9 – 12 years = 3 points 12 – 15 years = 4 points 15 years or more = 5 points 7. Is the Candidate currently the debtor in a bankruptcy case? Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number, and the date on which the petition was filed. “No” = 3 points “Yes” = 0 points 8. Was the Candidate in bankruptcy at any time during the last five years? This question refers only to a bankruptcy action that was not described in answer to question 7, above. Yes No If “yes,” please attach a copy of the bankruptcy petition, showing the case number and the date on which the petition was filed, and a copy of the Bankruptcy Court’s discharge order, or of any other document that ended the case, if no discharge order was issued. “No” = 3 points “Yes” = 0 points C. Licenses 13. Has any CSLB license held by the Candidate or its Responsible Managing Employee (RME) or Responsible Managing Officer (RMO) been suspended or revoked within the last five (5) years? Yes No “No” = 5 points “Yes” = 0 points Resolution No. 10882 (2018 Series) EXHIBIT C Page 262 City of San Luis Obispo J-2 Water Resource Recovery Facility Project D. Disputes 14. At any time in the last five (5) years, has the Candidate been assessed liquidated damages after completion of a project, under a construction contract with either a public or private owner? Yes No No projects with liquidated damages of more than $50,000 = 5 points Only one project with liquidated damages of more than $50,000 = 2 points Any other answer = 0 points 15. In the last five (5) years, has the Candidate been denied an award of a public works contract based on a finding by a public agency that the Candidate’s company was not a responsible bidder? Yes No “No” = 5 points “Yes” = 0 points 16. In the past five (5) years, has any claim against the Candidate concerning the Candidate’s performance of a construction project, been filed in court or arbitration? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” if more than 2 such instances 17. In the past five (5) years, has the Candidate made any claim against a project owner concerning work on a project or payment for a contract, and filed that claim in court or arbitration? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” if indicating more than 2 such instances 18. At any time during the past five (5) years, has any surety company made any payments on the Candidate’s behalf, to satisfy any claims made against a performance or payment bond issued on the Candidate’s behalf in connection with a construction project, either public or private? Yes No 5 points for “No” 3 points for “Yes” indicating no more than 1 such claim Subtract five points for “Yes” indicating more than 1 such claim 19. In the last five (5) years, has any insurance carrier, for any form of insurance, refused to renew the insurance policy for the Candidate? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” or if more than 2 such instances Resolution No. 10882 (2018 Series) EXHIBIT C Page 263 City of San Luis Obispo J-3 Water Resource Recovery Facility Project E. Criminal Matters and Related Civil Suits 20. Has the Candidate, or any of its owners, officers or partners ever been convicted of a crime involving any federal, state, or local law related to construction? Yes No “No” = 5 points “Yes” = subtract 5 points 21. Has the Candidate or any of its owners, officers or partners ever been convicted of a federal or state crime of fraud, theft, or any other act of dishonesty? Yes No “No” = 5 points “Yes” = subtract 5 points F. Bonding 23. If the Candidate was required to pay a premium of more than one (1) percent for a performance and payment bond on any project(s) on which the Candidate worked at any time during the last five (5) years, state the percentage that the Candidate was required to pay. The Candidate may provide an explanation for a percentage rate higher than one (1) percent, if the Candidate wishes to do so. __________________% 5 points if the rate is less than or equal to 1.1 percent 3 points if the rate is greater than 1.1 percent but less than or equal to 1.2 percent 0 points for any other answer 25. During the last five (5) years, has the Candidate ever been denied bond credit by a surety company, or has there ever been a period of time when the Candidate had no surety bond in place during a public construction project when one was required? Yes No “No” = 5 points “Yes” = 0 points G. Questions about compliance with safety, workers compensation, prevailing wage and apprenticeship laws. 26. Has CAL OSHA cited and assessed penalties against the Candidate for any “serious”, “willful” or “repeat” violations of its safety or health regulations in the past five (5) years? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” indicating more than 2 such instances Resolution No. 10882 (2018 Series) EXHIBIT C Page 264 City of San Luis Obispo J-4 Water Resource Recovery Facility Project 27. Has the federal Occupational Safety and Health Administration cited and assessed penalties against the Candidate in the past five (5) years? Yes No If yes, attach a separate signed page describing each citation. 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” indicating more than 2 such instances 28. As a result of the Candidate’s company’s actions or inactions, has the EPA or any Air Quality Management District or any Regional Water Quality Control Board cited and assessed penalties against either the Candidate or the owner of a project on which the Candidate was the contractor, in the past five (5) years? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 3 points for “Yes” indicating 2 such instances 0 points for “Yes” indicating more than 2 such instances 29. How often does the Candidate require documented safety meetings to be held for construction employees and field supervisors during the course of a project? 3 points for an answer of once each week or more often 0 points for any other answer 30. Experience Modification Rate (EMR): Please obtain a letter from the Candidate’s insurance carrier (or state fund if applicable) with the Candidate’s interstate EMR’s for the last three (3) years. If the Candidate does not have an interstate rating, obtain the Candidate’s intrastate EMR’s. Attach the letter as part of this package. The Candidate shall list the Experience Modification Rate for the last three (3) years (available from the Candidate’s insurance carrier). Year EMR Three Year Average = Are the above rates interstate or intrastate? ____________________ NOTE: Any of the following methods of “obtaining a letter” are acceptable: (1) Furnish a letter from the Candidate’s insurance agent, insurance carrier or state fund (on their letterhead) verifying the EMR data listed above; or (2) Furnish a photocopy of the applicable Experience Rating Calculation Sheets, which the Candidate’s insurance carrier should forward to the Candidate annually. 5 points for three-year average EMR of 0.75 or less 3 points for three-year average of EMR of more than 0.75 but no more than 1.00 0 points for any other EMR Resolution No. 10882 (2018 Series) EXHIBIT C Page 265 City of San Luis Obispo J-5 Water Resource Recovery Facility Project 31. Within the last five (5) years, has there ever been a period when the Candidate had employees but was without workers’ compensation insurance or state-approved self- insurance? Yes No 5 points for either “No” or “Yes” indicating 1 such instance 0 points for any other answer H. Prevailing Wage and Apprenticeship Compliance Record 32. Has the Candidate been required at any time during the last five (5) years to pay either back wages or penalties for the Candidate’s own firm’s failure to comply with the California’s prevailing wage laws? Yes No NOTE: This question refers only to the Candidate’s own firm’s violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. 5 points for “No” 3 points for “Yes” indicating 1 or 2 such instances 0 points for “Yes” indicating more than 2 such instances 33. During the last five (5) years, has the Candidate’s own firm has been penalized or required to pay back wages for failure to comply with the federal Davis-Bacon prevailing wage requirements? Yes No 5 points for “No” 3 points for “Yes” indicating 1 or 2 such instances 0 points for “Yes” indicating more than 2 such instances 34. At any time during the last five (5) years, has the Candidate been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: The Candidate may omit reference to any incident that occurred if the violation was by a subcontractor and the Candidate, as general contractor on a project, had no knowledge of the subcontractor’s violation at the time they occurred. Yes No If yes, provide the date(s) of such findings, and attach copies of the Department’s final decision(s). 5 points for “No” 3 points for “Yes” indicating 1 or 2 such instances 0 points for “Yes” indicating more than 2 such instances Resolution No. 10882 (2018 Series) EXHIBIT C Page 266 City of San Luis Obispo J-6 Water Resource Recovery Facility Project PART III SCORING WORKSHEET Question Score 1. On a scale of 1-5, with 5 being the best, did the Candidate respond in a timely and responsible manner to stop notices or liens on the project? (Max. 5 points) 2. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate project management personnel to administer the contract in accordance with the contract documents? (Max. 10 points) 3. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate technical personnel to perform the instrumentation, control and systems integration work in accordance with the contract documents? (Max. 10 points) 4. On a scale of 1-10, with 10 being the best, did the Candidate provide adequate supervision of the instrumentation, controls and systems integration work? (Max. 10 points) 5. On a scale of 1-10, with 10 being the best, was the Candidate timely in providing reports and other paperwork, including submittals, control system descriptions, draft HMI/SCADA graphics, etc.? (Max. 10 points) 6. On a scale of 1-10, with 10 being the best, did the Candidate adhere to the project schedule that your agency approved? (Max. 10 points) 7. Was the instrumentation, control and systems integration portion of the project completed within the contract time originally set forth in the bid documents? (10 points if the answer is “Yes”). Or, if the answer is “no,” on a scale of 1-10, with 10 being not responsible and 1 being fully responsible, to what extent was the Candidate responsible for the delay in completion? (Max. 10 points) 8. On a scale of 1-10, with 10 being the best, rate the Candidate on the timely submission of reasonable cost and time estimates to perform change order work. (Max. 10 points) 9. On a scale of 1-10, with 10 being the best, rate the Candidate on how well the Candidate performed the work after a change order was issued, and how well the Candidate integrated the change order work into the existing work. (Max. 10 points) 10. On a scale of 1-10, with 10 being the best, rate the Candidate’s performance in regard to timely submittal of operation & maintenance manuals, maintaining and completing as-built drawings, providing required training and taking care of warranty items? (Max. 10 points) Resolution No. 10882 (2018 Series) EXHIBIT C Page 267 City of San Luis Obispo J-7 Water Resource Recovery Facility Project 11. On a scale of 1-10, with 10 being the best, rate the Candidate on whether there were an unusually high number of Candidate-initiated change orders, claims, and disputes given the nature of the project, or unusual difficulty in resolving them. (Max. 10 points) 12. On a scale of 1-10, with 10 being the highest, rate the Candidate with respect to timely payments by the Candidate to either subcontractors or suppliers. (If the person being interviewed knows of no such difficulties, the score on this question should be “10”.) (Max. 10 points) 13. On a scale of 1-15, with 15 being the best, how would you rate the overall quality of the Candidate’s work? (Max. 15 points) 14. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to maintain operation of the existing facilities during the course of the improvements through advance planning, coordination with the owner, preparation of maintenance of plant operation (MOPO) submittals, and proper execution of the work? (If the improvements were not constructed in an existing facility that remained in operation during construction, the score on this question should be “15”.) (Max. 15 points) 15. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to prepare a comprehensive startup and commissioning plan for the project in a timely manner and to successfully start-up the facility within a reasonable amount of time? (Max. 15 points) 16. On a scale of 1-15, with 15 being the best, how would you rate the Candidate’s ability to collaborate with the Owner’s/Agency’s staff in the development of PLC and SCADA programming, development of HMI/SCADA graphics, and implementation of the instrumentation and control systems improvements? (Max. 15 points) TOTAL Resolution No. 10882 (2018 Series) EXHIBIT C Page 268 City of San Luis Obispo K-1 Water Resource Recovery Facility Project APPENDIX K CITY OF SAN LUIS OBISPO PREQUALIFICATION OF CONTROL SYSTEMS INTEGRATION SUBCONTRACTORS FOR THE WATER RESOURCE RECOVERY FACILITY PROJECT Prequalification Evaluation Candidate Name: Evaluation Criteria Maximum Points Available Required Score Actual Score Part I: Essential Requirements Pass Pass Pass/Fail (circle one) Part II: B - F History of Business and Organizational Performance 66 points 50 points G - H Safety, Prevailing Wage and Apprenticeship 43 points 31 points Part III Mandatory Project Experience 175 points (per project) 122 points (each project) Pass/Fail (circle one) Resolution No. 10882 (2018 Series) EXHIBIT C Page 269 City of San Luis Obispo L-1 Water Resource Recovery Facility Project APPENDIX L Reference Drawings RFQ: Control Systems Integration Subcontractors for Construction of the Water Resource Recovery Facility Project The following preliminary construction drawings attached hereto are preliminary for reference only and are not for bidding purposes. ID Sheet No. Sheet Title 1 01-G-0001 Title, Vicinity and Location Maps 2 01-G-0041 Process Flow Diagram Liquids and Solids 1 3 01-G-0042 Process Flow Diagram Liquids and Solids 2 4 01-G-0043 Hydraulic Profile 1 5 01-G-0043A Hydraulic Profile 2 6 05-XF-1000 Overall Site Facility and Piping Demolition Plan 7 05-C-1000 Overall Key Plan 8 05-CG-1000 Grading and Drainage – Overall Key Plan 9 08-I-1001 Network Architecture – South Existing 10 08-I-1002 Network Architecture – North Existing 11 08-I-1003 Network Architecture – South New 12 08-I-1004 Network Architecture – Center New 13 08-I-1005 Network Architecture – North New 14 09-E-1000 Electrical Site Plan – Overall 15 10-A-0050 Renderings Resolution No. 10882 (2018 Series) EXHIBIT C Page 270 FILENAME:PLOT DATE:PLOT TIME:10/19/20171:52:00 PMCH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUM ENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUM ENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUM ENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISIO N CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN W HOLE OR IN PART, FOR ANY OTHER PROJECT W ITHO UT THE W RITTEN AUTHORIZATION OF CH2M HILL.668876APPVD BY FACILITY PRO JECT W ATER RESOURCE RECO VERY NOT FOR CONSTRUCTIONPRELIMINARY60% DESIG NOCTOBER 2017M ENTOSOLANOPLACERSA CRA-SONOMALAKENAPAYOLOALPINEMONOINYOMARIPOSATUOLUMNEAMADOREL DORADOSTA NISLA US CALAVERAS DEL NORTEMODOCSUTTERSISKIYOUTRINITYHUMBOLDTLASSENSHASTAYUBA GLENNBUTTEMENDOCINOCOLUSASIERRANEVADATEHAMAPLUMASLUISSAN BARBARAOBISPOTULAREMONTEREYKERNKINGSSANTARIVERSIDESAN BERNARDINOSAN DIEGOIMPERIALVENTURALOSANGELESORANGEALAMEDASANTAS A N JO A Q UIN MERCEDM A DER ACLARACRUZ CONTRAFRESNOSANTASANBENITOMARINCOSTASAN MATEOSAN FRANCISCOExp.L STED NEIESTATE OF CLF ORNI A06-30-2018REG IER P ROFSSEOIAL NGNER ICVI AI No. C37237NAIHSUOSORONOD A RIEF 01-G-0001 G ENERAL A HOW EB RO USH01-G-0001_668876.dgnRECOVERY FACILITY PROJECTWATER RESOURCECITY OF SAN LUIS OBISPO, CALOS OSOS VALLEY ROADU.S. HI GHW AY 101SOUTH HIGUERAMADONNA ROAD TANK FARMHIGUERALOCATION PLANNTSVICINITY MAPNTSNNVICINITYPROJECTLOCATIONPROJECTTL BAUER TITLE, VICINITY AND LO CATIO N M APS OCTOBER 201760% SUBMITTAL DRAWINGS MMSSFILENAME:PLOT DATE:PLOT TIME:10/19/20171:52:01 PMCH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUM ENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUM ENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUM ENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISIO N CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN W HOLE OR IN PART, FOR ANY OTHER PROJECT W ITHO UT THE W RITTEN AUTHORIZATION OF CH2M HILL.668876APPVD BY FACILITY PRO JECT W ATER RESOURCE RECO VERY NOT FOR CONSTRUCTIONPRELIMINARY60% DESIG NOCTOBER 2017Exp.L STED NEIESTATE OF CLF ORNI A06-30-2018REG IER P ROFSSEOIAL NGNER ICVIAI No. C37237NAIHSUOSORONOD A RIEFSTRUCTUREPOND CONTROLEQUALIZATIONPONDEQUALIZATIONFLOWTREATMENTSIDESTREAMDAFT TANK)TANK (EXISTINGBLENDINGSLUDGECLARIFIER 1PRIMARYCLARIFIER 2PRIMARYCOMPACTORWASHER/SCREENINGSBINSCREENINGSBINGRITSCREENINGS HANDLINGGRIT HANDLINGGRIT PUMPSWWWWHEADWORKSINFLUENT PSRAKECHAINRAKECHAINPIPIPEPEPSPSCPSCPSPRESSSCREWPRESSSCREWCOMPOSTINGFILL / OFFSITETO LANDSLUDGE PUMPSTHICKENEDMSBSPSPS PUMPSSLUDGEPRIMARYBSBOXJUNCTIONINFLUENTLIQUIDS AND SOLIDS PROCESS FLOW DIAGRAMPSCSEE 01-G-0042FOR CONTINUATION, 01-G-0041KL M CCO Y01-G-0041_668876.dgn G ENERAL PRO CESS FLO W DIAG RAM TR GREELEYFC PEDSDSTFTFLIQ UIDS AND SO LIDS 1(2)PUMPSFILTRATE(2)FEED PUMPSSIDESTREAMSEE 01-G-0042FOR CONTINUATION,PE SCREENS,PS (BYPASS) TO THICKENER 1SCREWTHICKENER 2SCREWBLOWERS (2)AGITATION AIRFCRACKBAR(2)SEPARATORGRITSLEGENDEQUALIZATIONFILTRATEDEWATERINGTANKSTORAGESLUDGEFILTSEE DWG 01-G-0042TO PE SCREENS,POS POSPOSWW / RW W / R PE / BYPJUNCTION BOXNITRIFIED EFFLUENTDIVERSION TOEMERGENCYPUMPS (2)FILTRATEBSBSWASBSTANK 1FLOCTANK 2FLOCTHSTHSDIGESTER 1DIGESTER 2FCFCPOSPOSPE / RPE / OFPI / OFREMOVAL TANKSAERATED GRITSTATIONSDRAIN PUMPUNIT 3 & 4 PLANTFILTTANK 1FLOCTANK 2FLOCDSDSFILTFILTPUMPSRETURNEQ PONDPDPDMMMMM MMMMBSMBSMFEED PUMPSDEWATERINGDSPUMPSFEEDTHICKENERMSBOXDIVERSION EFFLUENTPRIMARY FILT MFLOW MEASUREMENTGATE, NORMALLY CLOSEDGATE, NORMALLY OPENWET WEATHER EQUALIZATION FLOWAUTOMATIC SAMPLER LOCATIONWWWWWWWWPUMPSSCUMPRIMARYPSC/ DECANTWETWELLPO S MM FILENAME:PLOT DATE:PLOT TIME:10/19/20171:51:40 PMCH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUM ENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUM ENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUM ENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISIO N CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN W HOLE OR IN PART, FOR ANY OTHER PROJECT W ITHO UT THE W RITTEN AUTHORIZATION OF CH2M HILL.668876APPVD BY FACILITY PRO JECT W ATER RESOURCE RECO VERY NOT FOR CONSTRUCTIONPRELIMINARY60% DESIG NOCTOBER 2017Exp.L STED NEIESTATE OF CLF ORNI A06-30-2018REG IER P ROFSSEOIAL NGNER ICVIAI No. C37237NAIHSUOSORONOD A RIEFLIQUIDS PROCESS FLOW DIAGRAMBINSCREENINGSSEE 01-G-0041SLUDGE PUMPS,FROM PRIMARYPE SCREENSPEPEBIRASBIOREACTOR 1BIOREACTOR 2BIOREACTOR 3BIOREACTOR 4RASPUMPSPERMEATEWASPER1TANK2TANK3TANK4TANK5TANKDWG 01-G-0041CONTINUATIONBLENDING. FORWAS TO SLUDGEPS - BYPASS KL M CCO Y01-G-0042_668876.dgnG ENERAL PRO CESS FLO W DIAG RAM TR GREELEY01-G-0042 LIQ UIDS AND SO LIDS 2 SREUSEFUTURETOPUMPSWASPUMPSFEEDMEMBRANERASSEE DWG 01-G-0041CLARIFIERS,FROM PRIMARY(2)COMPACTORSWASHERRASPOND 1PLANT EFFLUENTPOND 2PLANT EFFLUENTDIVERSION BOX 2PLANT EFFLUENTOUTFALL STRUCTUREPLANT EFFLUENTEFFRWROBISPO CREEKSAN LUISDISTRIBUTIONWATERTO RECYCLEDDIVERSION BOX 1PLANT EFFLUENTALP EFFEFFTANKWATERRECYCLEDUVUVUVASBLOWERS (6)AIR SCOURBLOWERSAERATIONTOWERSCOOLINGPUMPSTOWERCOOLINGM3WUSESTO PLANT3W PUMPSSJUNCTION BOXPLANT EFFLUENTNAOHMMMMUVMUVMUVMUVMUVMUVMMM6TANKMMMMMMMMMMCAO H C CAO H/D RWRUV SYSTEM(8)PUMPSMLRSHSH FILENAME:PLOT DATE:PLOT TIME:10/23/201712:08:47 PMCH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUM ENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUM ENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUM ENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISIO N CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN W HOLE OR IN PART, FOR ANY OTHER PROJECT W ITHO UT THE W RITTEN AUTHORIZATION OF CH2M HILL.668876APPVD BY FACILITY PRO JECT W ATER RESOURCE RECO VERY NOT FOR CONSTRUCTIONPRELIMINARY60% DESIG NOCTOBER 2017 Exp.L STED NEIESTATE OF CLF ORNI A06-30-2018REG IER P ROFSSEOIAL NGNER ICVIAI No. C37237NAIHSUOSORONOD A RIEF KL M CCO Y01-G-0043_668876.dgnG ENERAL TR GREELEY01-G-0043 NOTES:1.2. 3.LEGENDPEAK HOURMAXIMUM EQUALIZED FLOWPRIMARY CLARIFIERS TO EQUALIZATION POND.FLOW IN EXCESS OF 22 MGD BYPASSES EQUALIZATION POND.PRIMARY EFFLUENT DIVERSION BOX TO FLOW IN EXCESS OF 16 MGD OVERFLOWS AT HEADWORKS TO EQUALIZATION POND.FLOW IN EXCESS OF 33 MGD BYPASSES MAXIMUM MONTHAVERAGE ANNUAL FLOW4.EXISTING STRUCTURES.FLOOD PROTECTION PROVIDED AROUND5.AT PEAK HOUR.SHADING ILLUSTRATES WATER SURFACEMINIMUM FLOW100 YR FLOOD133.80110115120125130135FO R CO NTINUATION, SEE ABOVE SCREENSFINE1 THRU 4BIOREACTORSBASINSMEMBRANEEL 114.62EL 137.00EL 125.00105ANOXICAEROBIC130.52130.48130.69130.70130.02129.98130.19130.20130.00129.96130.10130.11129.79127.71129.72129.79128.18128.11129.38129.48129.17129.10129.32125.21125.11125.59125.59135.00135.00135.00135.00NOTE 4EL 135.0030" RAS (4)129.85129.84129.01128.87128.87125.01135.00110115120125130135105FO R CONTINUATION, SEE 01-G-0043AFEED PUMPSMEMBRANE14014036" PE125.00125.00125.00125.00125.00EL 135.00EL 125.00129.40130.35115120125130135140FOR CO NTINUATION, SEE BELO WSCREENSINFLUENTSTATIONINFLUENT PUMPFLUMEPARSHALLCLARIFIERSPRIMARY115120125130135140100 YR FLOOD100 YR FLOOD135.60134.10IE 125.65EL 119.70132.34WEIR EL48" WW131.95EL 114.9554" INFEL 126.15EL 134.45128.60128.55129.55129.57128.51128.51128.55128.71EL 124.20GRIT TANKSAERATED110110BOXDIVERSIONEFFLUENTPRIMARY128.00128.00128.00128.00EL 130.65, NOTE 3OVERFLOW WEIRSTRUCTUREPOND CONTROLEQUALIZATION136.99137.08135.30135.13136.63136.40135.27135.12136.01136.01135.00134.79134.89134.90134.12134.0336" PE36" PE132.49132.49132.44132.43132.32131.92131.45131.41131.46131.24130.73130.73EL 136.50TOWNOTE 4EL 132.95EL 135.99, NOTE 1OVERFLOW WEIR30" PI (2)NOTE 2EL VARIES,EL 138.45TOW130.35131.35133.69132.38128.51128.50128.00134.87134.79134.87EL 133.84PONDEQUALIZATIONTO FLOW48" INFEL 130.34EL 131.34TO EQUALIZATION POND36" PIEL 134.82WEIREL 133.85EL 133.85EL 133.60EL 124.45MM36" PE/OFEQUALIZATION PONDEL 138.90EL 124.00 - 126.00140135130125120115DIVERSION BOXFROM PRIMARY EFFLUENT FROM HEADWORKSSTRUCTUREPOND CONTROLFROM EQUALIZATION MAX HGL134.75SEE 01-G-0043ATO UV TREATMENT EL 126.12EL 129.80WEIR EL 122.25EL 126.63EL 126.63EL 128.80WEIR EL 120.0048" MLEL 135.00XXXXXXXXXXXXXXXHYDRAULIC PRO FILE 15.ELEVATION UNITS ARE IN FEET. FILENAME:PLOT DATE:PLOT TIME:10/23/201712:08:40 PMCH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUM ENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUM ENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUM ENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISIO N CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN W HOLE OR IN PART, FOR ANY OTHER PROJECT W ITHO UT THE W RITTEN AUTHORIZATION OF CH2M HILL.668876APPVD BY FACILITY PRO JECT W ATER RESOURCE RECO VERY NOT FOR CONSTRUCTIONPRELIMINARY60% DESIG NOCTOBER 2017 0.00 Exp.L STED NEIESTATE OF CLF ORNI A06-30-2018REG IER P ROFSSEOIAL NGNER ICVIAI No. C37237NAIHSUOSORONOD A RIEF 01-G-0043A_668876.dgnG ENERAL LEGENDPEAK HOURMAXIMUM EQUALIZED FLOWMAXIMUM MONTHAVERAGE ANNUAL FLOW KL M CCOYTR G REELEY80859095100105110115120 125130135DISINFECTIONUVOUTFALL STRUCTUREPLANT EFFLUENT100 YR FLOOD100 YR FLOOD110.05EL 112.95EL 97.95CREEKOBISPOSAN LUIS24" EFFIE 89.95IE 91.45DIVERSION BOX 2PLANT EFFLUENT36" EFFIE 85.45119.39119.28119.09118.98112.78111.36EL 115.95EL 106.45EL 82.45110.81110.5691.56140121.94122.57122.41119.10119.63119.49126.60118.61110.5491.45121.38118.62122.11119.2491.66EL 106.45EL 111.95TOWERCOOLING 111.43111.23110.99110.89110.53EL 121.25WEIREL 128.95MINIMUM FLOW8085909510010511011512012513013514024" EFFEL 105.29FOR CONTINUATIO N, SEE 01-G-0043 BASINSMEMBRANE FROM EL 111.70WEIR EL 110.4536" EFF01-G-0043A112.13EL 95.00DIVERSION BOX 1PLANT EFFLUENT111.08EL 120.50TOWTIE IN BOXOUTFALL EL 117.0036" EFFMMTO REUSEEL 129.70MAX HGL 122.00TANKRECYCLED WATERCL 126.6130" EFFEL 111.70122.00TO EXCEED THIS BOX NOT ELEVATION IN 30" EFFWATER TANKTO RECYCLED EL 122.00OVERFLOWREUSE BASIN EL 118.50TOW EL 129.7WEIR EL 124.624" EFF30" PER42" EFFXXXXXXXXXXXXXXXHYDRAULIC PRO FILE 2 DISINFECTIONFROM UVNOTES:1.2.3.PRIMARY CLARIFIERS TO EQUALIZATION POND.FLOW IN EXCESS OF 22 MGD BYPASSES EQUALIZATION POND.PRIMARY EFFLUENT DIVERSION BOX TO FLOW IN EXCESS OF 16 MGD OVERFLOWS AT HEADWORKS TO EQUALIZATION POND.FLOW IN EXCESS OF 33 MGD BYPASSES 4.EXISTING STRUCTURES.FLOOD PROTECTION PROVIDED AROUND5.AT PEAK HOUR.SHADING ILLUSTRATES WATER SURFACE5.ELEVATION UNITS ARE IN FEET. 30" INF WWCONNECTED TO48" INF WW30" INF WW 48" INF WW30" WW/PE (BYPASS)48" INF WW30" INF WW128.54SSMH129.70SSMH131.91SSMH137.49104107137.86134.89134.28135.03110105109113W.L.125.34-14-144-14-14127.6W.L.4-14-14126.7W.L.4-14-14129.7W.L.129.41124.28130.281061024-14-14W.L.4-14-14W.L.4-14-14W.L.4-14-14W.L.COCOSCOCOSSCOCOSCOSCOSSCOCOSSCOSCOSCOSCOSCOCOSSSSCOCOCOCOSCOSCOCOCOSCOSSSCOCOSSCOCOCOCOCOCOCOCOSCOCOSCOCOSSCOCOSCOCOCOCOCOCOCOSCOSCOCOCOCOCOCOCOSSCOCOSSCOSCOCOCOSCOCOCOCOCOCOCOCOCOSCOCOCOSSSCOSCOCOCOSSCOSSSCOSSSSCOSSCOCOSCOCOCOCOCOCOCOSSSCOCOSSCOSCOVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVVLVSSVLVVLVVLVCOSSVLVVLVWWCOCOSSSSCOSCSSCO130.6130.7131.0131.0AREA 1AREA 2AREA 9AREA 11AREA 6AREA 10AREA 12AREA 3FILENAME:PLOT DATE:PLOT TIME:10/18/201711:28:29 AMCH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUM ENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUM ENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUM ENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISIO N CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN W HOLE OR IN PART, FOR ANY OTHER PROJECT W ITHO UT THE W RITTEN AUTHORIZATION OF CH2M HILL.ANSI_D_668876.dgn668876APPVD BY FACILITY PRO JECT W ATER RESOURCE RECO VERY NOT FOR CONSTRUCTIONPRELIMINARY60% DESIG NOCTOBER 2017Exp.L STED NEIESTATE OF CLF ORNI ANo. C 6657306-30-2018REG IER P ROFSSEOIAL NGNERHTOBON ANELLNJAE ICVI AI080160240Scale In FeetNFACILITY LEGEND12141520304244465052556070808486252643SAN LUIS OBISPO CREEKAREA 4AREA 5AREA 8AREA 7SEE FACILITY 14 DEMOLITION DRAWINGS FOR DEMOLITION IN THIS AREA.4.DEMOLITION.SEE 05-XC-5003 FOR DETAIL OF SECONDARY CLARIFIER MECHANISM 3.SEE 05-XC-5002 FOR DETAIL OF COOLING TOWER DEMOLITION.2.FACILITY.SEE 05-XC-5001 FOR DETAIL OF DEMOLITION OF AQUEOUS AMMONIA 1.GENERAL NOTES:NOTE 4LAGOONSUPERNATANT CONTROL HOUSEPUMP STATIONRECIRCULATION NOTE 3(MECHANISM ONLY),SECONDARY CLARIFIERRESEARCH CENTERCAL POLY BIOFILTER 3DRYING BEDSSLUDGE AND 9BPONDS 9A JONES TRAILBOB BLOWER STRUCTURESTATIONCHLORINATION(MECHANISM ONLY)FINAL CLARIFIERSSTORAGE SHEDFACILITY, NOTE 1AQUEOUS AMMONIA SLUDGE DRYING BEDSBONE YARD 05-XF-1000_668876.dgn05-XF-1000 A HOW E CIVIL D PETERSONAIR GAP STRUCTURESTORAGEPROPANE EXST 2" 1WEXST 3" 3WCONNECTIONCAP EXST FDC DEMOLISH AND 86142526911520208480709442424430431246529750505560SECONDARY CLARIFIER FINAL CLARIFIERSBIOREACTOR BASINS 1 AND 2RECIRCULATION PUMP STATIONBOX 1 (PED B1)PRIMARY EFFLUENT DIVERSIONPRIMARY CLARIFIERSHEADWORKSEQUALIZATION PONDPROCESS LABMCC-J BUILDINGMCC-G BUILDINGMCC-B BUILDINGMCC-A BUILDINGODOR CONTROLDEWATERINGCOGENERATIONDIGESTER NO. 1SOLIDS BLEND TANKRECYCLED WATER TANKCHLORINE CONTACT BASINS / 3W PUMPSCOOLING TOWERSEQUALIZATION BASINSFILTERSSWITCHGEAR BUILDING889097949188(MECHANISM ONLY)PRIMARY CLARIFIERSO VERALL SITE FACILITY AND PIPING DEM O LITIO N PLAN DIVERSION BOXSECONDARY EFFLUENT PUMP STATIONPRIMARY SLUDGE 1 AND 2BIOFILERS 90DIVERSION BOXPRIMARY EFFLUENT XF-1007XY-1008XF-1004XF-1008BICYCLE SHEDNOTE 2TOWERS,COOLING XY-1004XY-1005 FILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISION CHK APVDBY APVDSHEETDWG Aof$PWPATHCH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.$PWURL66887660% DESIGN WATER RESOURCE RECOVERYOCTOBER 2017APPVD BY--------FACILITY PROJECT CIVIL SITE PLAN OVERALL KEY PLAN J TOMAC J TOMAC K KAUO05-C-1000CIVIL05-C-1000_668876.dwgFACILITY KEYWATER RESOURCE CENTERAIR GAP BUILDINGPROCESS LAB (EXISTING)EQUALIZATION PONDHEADWORKS (EXISTING)FERRIC CHLORIDE FACILITY (EXISTING)PRIMARY INFLUENT FLOW METER VAULTPRIMARY CLARIFIERS (EXISTING)PRIMARY EFFLUENT FLOW METER VAULTPRIMARY SLUDGE PUMP STATIONPRIMARY EFFLUENT DIVERSIONBOX 1 (EXISTING)RECIRCULATION PUMP STATION (EXISTING)PRIMARY EFFLUENT DIVERSIONBOX 2 (EXISTING)PRIMARY EFFLUENT SCREENINGCALCIUM HYDROXIDE FACILITYBIOREACTOR BASINS 1 & 2 (EXISTING)AERATION BLOWERSBIOREACTOR BASINS 3 & 4CHEMICAL STORAGE FACILITYMEMBRANE BUILDINGFINAL CLARIFIERS (EXISTING)SECONDARY CLARIFIER (EXISTING)SWITCHGEAR BUILDING (EXISTING)FILTERS (EXISTING)EQUALIZATION BASINS (EXISTING)CHEMICAL STORAGE BUILDING (EXISTING)COOLING TOWERS (EXISTING)UV ELECTRICAL BUILDINGUV DISINFECTIONCHLORINE CONTACT BASIN/3W PUMPS (EXISTING)RECYCLED WATER FLOW METER VAULTRECYCLED WATER TANK (EXISTING)SIDESTREAM TREATMENTEFFLUENT COOLINGSOLIDS BLEND TANK (EXISTING)THICKENINGSOLIDS ELECTRICAL BUILDINGDIGESTER NO. 1 (EXISTING)DIGESTER NO. 2DIGESTER BUILDINGCOGENERATION (EXISTING)DIGESTED SLUDGE STORAGE TANKDEWATERING (EXISTING)ODOR CONTROL (EXISTING)MCC-A BUILDINGMCC-B BUILDINGMCC-G BUILDINGMCC-R BUILDINGMCC-J BUILDING1012141520223035364042434446505254556064707280828384868810121415202022303640424243444650505255607072808283848688542526272927HWY 101SLO CREEKPRADO ROADSLO CREEK01002003001" = 100'7373GENERAL NOTES1.THE HORIZONTAL CONTROL FOR THIS PROJECT IS NAD 83 ZONE 5STATE PLANE COORDINATES AS PUBLISHED IN THE CITY OF SANLUIS OBISPO'S HORIZONTAL CONTROL NETWORK.THE BENCHMARK USED FOR THIS MAPPING WAS THE CITY OF SANLUIS OBISPO'S BM NO. 53 HAVING A PUBLISHED NAVD88 ELEVATIONOF 134.44 AND IS DESCRIBED AS A L&T AT THE BCR AT THE NEC OFPRADO ROAD AND ELKS LANE.2628NO. 75284EXP.35851010AREA 12AREA 10AREA 7AREA 11AREA 8AREA 9AREA 5AREA 6 - NOT USEDAREA 2AREA 1AREA 4AREA 3BOB JONESTRAIL6868CONTRACTORSTAGING AREA53531164111618212934515885909194965851979490182591GENERATOR34BENCHMARK NO. 539616971128 FILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISION CHK APVDBY APVDSHEETDWG Aof$PWPATHCH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.$PWURL66887660% DESIGN WATER RESOURCE RECOVERYOCTOBER 2017APPVD BY--------FACILITY PROJECT CIVIL GRADING & DRAINAGE OVERALL KEY PLAN J TOMAC J TOMAC K KAUO05-CG-100005-CG-1000_668876.dwg0801602401" = 80'SLO CREEKSLO CREEKPRADO ROAD HWY 101GENERAL NOTES1.THE HORIZONTAL CONTROL FOR THIS PROJECT IS NAD 83 ZONE 5STATE PLANE COORDINATES AS PUBLISHED IN THE CITY OF SANLUIS OBISPO'S HORIZONTAL CONTROL NETWORK.THE BENCHMARK USED FOR THIS MAPPING WAS THE CITY OF SANLUIS OBISPO'S BM NO. 53 HAVING A PUBLISHED NAVD88 ELEVATIONOF 134.44 AND IS DESCRIBED AS A L&T AT THE BCR AT THE NEC OFPRADO ROAD AND ELKS LANE.BENCH MARKNO. 53NO. 75284EXP.AREA 12AREA 10AREA 7AREA 11AREA 8AREA 9AREA 5AREA 6 - NOT USEDAREA 2AREA 1AREA 4AREA 3 FIBER ETHERNET SWITCHADMIN BLDGIFIX WRFIFIX WEB WRF2DC OUTPUTPLC-PPLC-MNDC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT ETHERNETSWITCHFILTERSDC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT ETHERNETSWITCHETHERNETSWITCHI/ORIOI/OI/OI/OI/OBAPLC-JIDFFILTER 1 - SOUTH TOWERFILTER 2 - NORTH TOWER(12F)(12F)(2F)(2F)(96F)(2F)VWARE HOSTETHERNET SWITCH(2F)ETHERNETSWITCHOITI/O CNB ENBT CPU I/O CNB I/O ETHERNETSWITCHOITI/O CNB ENBT CPU I/O CNB I/O 1CONTINUED ON SHEET 08-I-1002IDFIDFFIBERS 1-12FIBERS 13-24SOUTHPATCHING HUB(48F)(96F)1.REFER TO SYMBOLS, LINETYPES AND GENERALNOTES ON SHEETS 01-G-0010 & 01-G-0011.2.ALL FIBER SHALL BE SINGLE-MODE.3.ALL FIBERS SHALL BE TERMINATED.1PLC-J IS EMERSON CONTROL WAVE DPC WITHREDUNDANT PROCESSORS.MCC-RMCC-JIDFIDFFIBERS 25-36(2F)(2F)FIBERS 37-48(2F)ALLEN-BRADLEYPS ALLEN-BRADLEYPS ALLEN-BRADLEYPS ALLEN-BRADLEYPS (12F)(12F)DM DUTCHER BM APFEL INSTRUMENTATION & CONTROL NETWORK ARCHITECTURE SOUTH - EXISTING08-I-1001.08-I-1001.DWGFILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISION CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.PRELIMINARYNOT FOR CONSTRUCTION66887660% DESIGNSEPTEMBER 2017APPVD BY10/23/20178:46 AMWATER RESOURCE RECOVERY FACILITY PROJECT DC OUTPUT DC OUTPUT HISTORIAN(TIER 2)ETHERNET SWITCHCORP YARDOPS BLDGMCC-A BLDGIDF-A(SCREEN WASH PRESS)PLC-D2(GRIT SEPARATOR)PLC-E(DEWATERING SCREW PRESS #1)PLC-BPLC-FMCC-FPLC-BPLC-GOITPLC-D1OITPLC-S2CAT-5PLC-AI/ORIOI/OI/OI/OETHERNETSWITCHOITI/O CNB ENBT CPU I/O CNB ETHERNETSWITCHOITI/O ENBT CPU ETHERNETSWITCHOITI/O ENBT CPU ETHERNETSWITCHOITI/O ENBT CPU (12F)(12F)(12F)(12F)(12F)(12F)(12F)(2F)(12F)(SLUDGE THICKENING)IDFFIBERS 1-96ETHERNET SWITCHIDFFIBERS 1-12CLIENTETHERNETSWITCHCPU I/O CPU I/O CPU I/O IDF-DFIBERS 13-24(2F)IDF-EFIBERS 85-96OITOITETHERNETSWITCHETHERNETSWITCHNORTHPATCHING HUBCONTINUED ON SHEET 08-I-1001 ETHERNET SWITCH1.REFER TO SYMBOLS, LINETYPES AND GENERALNOTES ON SHEETS 01-G-0010 & 01-G-0011.2.ALL FIBER SHALL BE SINGLE-MODE.3.ALL FIBERS SHALL BE TERMINATED.MCC-GCOGENFIBERS 49-60FIBERS 61-72FIBERS 25-36IDFIDFIDF(2F)(2F)(2F)FIBERS 73-84IDF(2F)CLIENTFIBERS 37-48ALLEN-BRADLEYPS ALLEN-BRADLEYPS ALLEN-BRADLEYPS ALLEN-BRADLEYPS ALLEN-BRADLEYPS ALLEN-BRADLEYPS2 111(E) EQUIPMENT TO BE DEMO'D.(E) MCC-G & (E) PLC-G TO BE MOVED TO (N)LOCATION. FIBER TO EXTEND TO (N) LOCATION.2I/O FILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISION CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.PRELIMINARYNOT FOR CONSTRUCTION66887660% DESIGNSEPTEMBER 2017APPVD BY10/23/20178:47 AMWATER RESOURCE RECOVERY FACILITY PROJECT INSTRUMENTATION & CONTROL NETWORK ARCHITECTURE NORTH - EXISTING DD BA CHECKED BY08-I-1002.08-I-1002.DWGDM DUTCHER BM APFEL ALLEN-BRADLEYALLEN-BRADLEYALLEN-BRADLEYFIBER ETHERNET SWITCHADMIN BLDGIFIX WRFDC OUTPUTPLC-PMCC-RPLC-MNMCC-JDC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT ETHERNETSWITCH(FILTERS)DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT DC OUTPUT ETHERNETSWITCHETHERNETSWITCHI/ORIOI/OI/OI/OI/OBAPLC-JIDFFILTER 1 - SOUTH TOWERFILTER 2 - NORTH TOWER(12F)(12F)(12F)(12F)(4F)(4F)(2F)ETHERNET SWITCH(2F)ETHERNETSWITCHOITI/O ENBT CPU PS ETHERNETSWITCHOITI/O CNB ENBT CPU I/O CNB I/O PS PS 1CONTINUED ON SHEET 08-I-1004 1PLC-J IS EMERSON CONTROL WAVE DPC WITHREDUNDANT PROCESSORS.FOR DEVICES NOT COMPATIBLE WITH ROCKWELLAUTOMATION DLR TOPOLOGY, USE 1783-ETAPDEVICE.I/O MODULES ARE SHOWN AS REPRESENTATIVEONLY. REFER TO PANEL LAYOUT DRAWINGS FOR I/OMODULE DETAILS.MCC NETWORK DIAGRAMS ARE IN PROCESS ANDWILL BE INCLUDED WITH 90% DESIGN SUBMITTALIDFIDFIDFIDFFIBERS 37-48FIBERS 25-36FIBERS 1-12FIBERS 13-24(48F)ETHERNETSWITCHEN2TR CPU VWARE HOSTI/O I/O EN2TR EN2TR EN2TR CPU EN2TR I/O I/O (4F)(4F)54-PLC-01A54-PLC-01B55-RIO-01(2F)IDF(UV)(FILTER INFLUENT)53-PLC-01ETHERNETSWITCHOITENBT CPU (4F)(COOLING TOWERS)(RE-USE PS)ALLEN-BRADLEYALLEN-BRADLEYALLEN-BRADLEYALLEN-BRADLEYPS PS PS PS SOUTHPATCHING HUBIMH-X(96F)(96F)(4F)RM2 RM2 2(96F)(12F)CONTINUED ON SHEET 08-I-1003IDF(12F)ETHERNETSWITCH(2F)(12F)1.REFER TO SYMBOLS, LINETYPES AND GENERAL NOTES ONSHEETS 01-G-0010 & 01-G-0011.2.NEW AND EXISTING FIBER SHALL BE SINGLE-MODE.3.SHADED ITEMS ARE EXISTING NETWORKINFRASTRUCTURE.4.M/IS = INTELLIGENT MOTOR STARTERPM = POWER MONITORSCS = SCADA CONTROL STATIONVFD = VARIABLE FREQUENCY DRIVEMOTOR STARTS FOR SIMILAR PROCESS FUNCTIONS WILLBE DISTRIBUTED ACROSS MOTOR NETWORKS A, BOIT**TO 54-MCC-03 NETWORKTO 54-MCC-01 NETWORK08-I-1105TO 54-MCC-02 NETWORKTO 54-MCC-03 NETWORKTO 54-MCC-01 NETWORKTO 54-MCC-02 NETWORKEN2TR EN2TR 08-I-110508-I-110508-I-110508-I-110508-I-1105*53-MCC-01UV ELECTRICAL FACILITY54-MCC-01UV FACILITY53-RIO-01ALLEN-BRADLEYPS I/O EN2TR I/O I/O I/O 33333I/O 344444442FILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISION CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.PRELIMINARYNOT FOR CONSTRUCTION66887660% DESIGNSEPTEMBER 2017APPVD BY10/23/20178:47 AMWATER RESOURCE RECOVERY FACILITY PROJECT INSTRUMENTATION & CONTROL NETWORK ARCHITECTURE SOUTH - NEW DD BA CHECKED BY08-I-1003.08-I-1003.DWGDM DUTCHER BM APFEL HISTORIAN(TIER 2)ETHERNET SWITCHCORP YARDWATER RESOURCE CENTERPLC-FMCC-FMCC-BETHERNETSWITCHOITI/O CNB ENBT CPU I/O CNB I/O ETHERNETSWITCHOITENBT CPU (12F)1.REFER TO SYMBOLS, LINETYPES AND GENERAL NOTES ONSHEETS 01-G-0010 & 01-G-0011.2.NEW AND EXISTING FIBER SHALL BE SINGLE-MODE.3.ALL FIBERS SHALL BE TERMINATED.4.M/IS = INTELLIGENT MOTOR STARTERPM = POWER MONITORSCS = SCADA CONTROL STATIONVFD = VARIABLE FREQUENCY DRIVEMOTOR STARTS FOR SIMILAR PROCESS FUNCTIONS WILLBE DISTRIBUTED ACROSS MOTOR NETWORKS A, BFIBERS 73-84FIBERS 49-60IDFFIBERS 1-96ETHERNET SWITCHSCS/CLIENTNORTHPATCHING HUBCONTINUED ON SHEET 08-I-1003 40-PLC-01AETHERNETSWITCHEN2TR CPU I/O I/O EN2TR EN2T EN2TR CPU EN2T40-PLC-01BI/O I/O40-RIO-01ETHERNETSWITCHMBR PLANT PLCCONTINUED ON SHEET 08-I-1005IDFIDF(4F)(4F)CITY VMWAREHISTORIAN(TIER 2)IFIX WRFIFIX WEB WRF2VMWARE HOST 2(12F)ALLEN-BRADLEYALLEN-BRADLEYPS PS (12F)(96F)(96F)ALLEN-BRADLEYALLEN-BRADLEYALLEN-BRADLEYPS PS PS(PE SCREENS)RM2 RM2 DC OUTPUT34-PLC-01(BLOWERS)CPU I/O OITETHERNETSWITCHPS DC OUTPUT34-PLC-02CPU I/O PS DC OUTPUT34-PLC-03CPU I/O PS DC OUTPUT34-PLC-04CPU I/O PS DC OUTPUT34-PLC-05CPU I/O PS OITETHERNETSWITCHOITETHERNETSWITCHOITETHERNETSWITCHOITETHERNETSWITCHDC OUTPUT28-PLC-01CPU I/O OITETHERNETSWITCHPS DC OUTPUT28-PLC-02CPU I/O PS OITETHERNETSWITCH(12F)(96F)IDFIDF(2F)(2F)(2F)(2F)(12F)NORTH PATCHINGHUB BCONTINUED ON SHEET 08-I-1003 SCS/CLIENTTO 40-MCC-01 NETWORKTO 40-MCC-01 NETWORK08-I-1103EN2TR TO 20-MCC-01 NETWORK08-I-1102TO 20-MCC-02 NETWORKTO 20-MCC-01 NETWORKTO 20-MCC-02 NETWORKI/O EN2TR08-I-110308-I-110208-I-110208-I-11021PLC-G RELOCATED TO NEW ELECTRICAL ROOM FOR SOLIDSPROCESSES.FOR DEVICES NOT COMPATIBLE WITH ROCKWELLAUTOMATION DLR TOPOLOGY, USE 1783-ETAP DEVICE.I/O MODULES ARE SHOWN AS REPRESENTATIVE ONLY. REFERTO PANEL LAYOUT DRAWINGS FOR I/O MODULE DETAILS.REFER TO COMPUTER ALLOWANCE IN SPECIFICATIONS FORSCADA HARDWARE PROVIDED AT WRC AND MBR ELECTRICALROOM.MCC NETWORK DIAGRAMS ARE IN PROCESS AND WILL BEINCLUDED WITH 90% DESIGN SUBMITTAL2IDF*****3333333333333(12F)(12F)MBR FACILITYREFER TO MBR VENDORPACKAGE SYSTEMNETWORK DIAGRAMSI/O I/O EN2TR I/O I/O40RIO02ALLEN-BRADLEYPS 3333EN2TR EN2TR TO 40-MCC-02 NETWORKTO 40-MCC-02 NETWORK08-I-110308-I-1103ALLEN-BRADLEY20-PLC-01PS 44**55555555543DM DUTCHER BM APFEL INSTRUMENTATION & CONTROL NETWORK ARCHITECTURE CENTER - NEW08-I-1004.08-I-1004.DWGFILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISION CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.PRELIMINARYNOT FOR CONSTRUCTION66887660% DESIGNSEPTEMBER 2017APPVD BY10/23/20178:47 AMWATER RESOURCE RECOVERY FACILITY PROJECT ALLEN-BRADLEY73-PLC-01PLC-S2(COGEN)ETHERNETSWITCHOITENBT CPU ETHERNETSWITCHOITI/O ENBT CPU FIBERS 61-72FIBERS 25-36DC OUTPUT DC OUTPUT(SCREEN WASH PRESS)PLC-D2(GRIT SEPARATOR)86-PLC-01(DEWATERING SCREW PRESS #1)OITPLC-D1CAT-5(4F)ETHERNETSWITCHCPU I/O CPU I/O CPU PS I/O IDF-DFIBERS 13-24(4F)IDF-EFIBERS 85-96OITOITETHERNETSWITCHETHERNETSWITCH(DEWATERING SCREW PRESS #2)86-PLC-02OITCPU I/O ETHERNETSWITCHCAT-5CONTINUED ON SHEET 08-I-1004 IDFIDF(4F)(4F)PS 1.REFER TO SYMBOLS, LINETYPES AND GENERAL NOTES ONSHEETS 01-G-0010 & 01-G-0011.2.ALL FIBER SHALL BE SINGLE-MODE.3.ALL FIBERS SHALL BE TERMINATED.4.M/IS = INTELLIGENT MOTOR STARTERPM = POWER MONITORSCS = SCADA CONTROL STATIONVFD = VARIABLE FREQUENCY DRIVEMOTOR STARTS FOR SIMILAR PROCESS FUNCTIONS WILLBE DISTRIBUTED ACROSS MOTOR NETWORKS A, B1PLC-A TO BE REPLACED WITH NEW ALLEN BRADLEYCONTROLLOGIX PLC.FOR DEVICES NOT COMPATIBLE WITH ROCKWELL AUTOMATIONDLR TOPOLOGY, USE 1783-ETAP DEVICE.I/O MODULES ARE SHOWN AS REPRESENTATIVE ONLY. REFERTO PANEL LAYOUT DRAWINGS FOR I/O MODULE DETAILS.RE-ROUTE FIBER FROM PLC-G TO (N) 73-PLC-01MCC NETWORK DIAGRAMS ARE IN PROCESS AND WILL BEINCLUDED WITH 90% DESIGN SUBMITTAL115-PLC-01ETHERNETSWITCHOITI/O EN2T CPU FIBERS 37-48IDF(4F)EN2TR EN2TR EN2TR EN2TR 1ALLEN-BRADLEYPS IN VAULTIDFPS PS ALLEN-BRADLEYALLEN-BRADLEYPS(MCC-A BLDG)15-MCC-0173-MCC-01(SLUDGE DEWATERING)2(12F)(SIDESTREAM EQUALIZATION)64-PLC-01ETHERNETSWITCHOITFIBERS 1-12IDF(4F)DC OUTPUT CPU I/O PS TO 15-MCC-01 NETWORKTO 15-MCC-02 NETWORKTO 15-MCC-01 NETWORKTO 15-MCC-02 NETWORKEN2T08-I-110608-I-110608-I-110608-I-1106ALLEN-BRADLEYPS 43**333I/O EN2TR EN2TR EN2TR EN2TR TO 73-MCC-01 NETWORK08-I-1106TO 73-MCC-02 NETWORKTO 73-MCC-01 NETWORKTO 73-MCC-02 NETWORK08-I-110608-I-110608-I-11063ALLEN-BRADLEYPS I/O EN2TR I/O I/O I/O 333373-RIO-01DC OUTPUT86-PLC-03ETHERNETSWITCHDC OUTPUT86-PLC-04ETHERNETSWITCH(DEWATERING LOADOUT #2)(DEWATERING LOADOUT #1)CPU I/O PS CPU I/O PS 4555555555DM DUTCHER BM APFEL INSTRUMENTATION & CONTROL NETWORK ARCHITECTURE NORTH - NEW08-I-1005.08-I-1005.DWGFILENAME:PLOT DATE:PLOT TIME:CH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISION CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.PRELIMINARYNOT FOR CONSTRUCTION66887660% DESIGNSEPTEMBER 2017APPVD BY10/23/20178:47 AMWATER RESOURCE RECOVERY FACILITY PROJECT FILENAME:PLOT DATE:PLOT TIME:10/17/20178:18:22 PMCH2M HILL 2015. ALL RIGHTS RESERVED.THIS DOCUM ENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUM ENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUM ENTS:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0cPROJDATEDATENO. DSGN DR REVISIO N CHK APVDBY APVDSHEETDWG ACH2M HILL AND IS NOT TO BE USED, IN W HOLE OR IN PART, FOR ANY OTHER PROJECT W ITHO UT THE W RITTEN AUTHORIZATION OF CH2M HILL.ANSI_D_668876.dgn668876APPVD BY FACILITY PRO JECT W ATER RESOURCE RECO VERY NOT FOR CONSTRUCTIONPRELIMINARY60% DESIG NOCTOBER 2017EGIS T ERED P ROFESSIONALENGINEERSTATEOFCALI F OR NI AELECTRI C R AL No. E18650Exp.12-31-18B AMEHWYSAE T080160240Scale In FeetNFACILITY LEGEND1012141520223035364042444650525455607072808283842527 09-E-100073432820304043443642251412465052TRANSFER PUMP STATIONDIGESTED SLUDGE 506055A M ATHEW S SITE ELECTRICALSITE PLAN - OVERALL1.:NOTESPUMP STATIONWATER REUSE DIVERSION BOXNITRIFIED EFF SAN LUIS OBISPO CREEKNOTE 154352810AREA 12AREA 10AREA 3AREA 7AREA 11AREA 1AREA 4AREA 8AREA 9AREA 5AREA 2AREA 6SITE PLAN - O VERALL ELECTRICAL6468 6822SL GOODRICH JK LANDM AN GENERATOR6453537372708280208385881584861010421116182129115158TO REROUTE ALL CIRCUITS AS NECESSARY.A NEW DUCTBANK WILL BE CONSTRUCTED EXISTING DUCTBANK WILL BE DEMOLISHED. 8688909194968558519794272129111690LOCATIONUTILITY POLECOMM MHCOMM MHCOMM MHMCC-J BUILDINGMCC-R BUILDINGMCC-G BUILDINGMCC-B BUILDINGMCC-A BUILDINGODOR CONTROLDEWATERING BUILDINGDIGESTED SLUDGE STORAGE TANK979691BUILDINGDEWATERING FINAL CLARIFIERSMEMBRANE BUILDINGCHEMICAL STORAGE FACILITYBIOREACTOR BASINS 3 & 4BIOREACTOR BASINS 1 & 2CALCIUM HYDROXIDE FACILITYPRIMARY EFFLUENT SCREENSBOXPRIMARY EFFLUENT DIVERSIONBOX (EXISTING)PRIMARY EFFLUENT DIVERSIONPRIMARY SLUDGE PUMP STATIONVAULTPRIMARY EFFLUENT FLOW METER PRIMARY CLARIFIERSVAULTPRIMARY INFLUENT FLOW METER FERRIC CHLORIDE FACILITYHEADWORKSEQUALIZATION PONDPROCESS LABAIR GAP BUILDINGWATER RESOURCE CENTERCOGENERATIONDIGESTER FACILITYDIGESTER NO. 2DIGESTER NO. 1SOLIDS ELECTRICAL BUILDINGTHICKENINGSLUDGE BLEND TANKEFFLUENT COOLINGSIDESTREAM TREATMENTRECYCLED WATER TANKRECYCLED WATER FLOW METER VAULTCHLORINE CONTACT BASINSUV DISINFECTION UV ELECTRICAL BUILDINGCOOLING TOWERSCHEMICAL STORAGE (EXISTING)EQUALIZATION BASINSFILTERSSWITCHGEAR BUILDINGSECONDARY CLARIFIER GEARPG&E METERING VERIFY SCALEAPVDBYREVISIONCHKDRDATEDSGNNO.APVDDATEPROJDWGSHEET60% DESIGNTHIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:BAR IS ONE INCH ONORIGINAL DRAWING.CH2M HILL AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL.6688761"0CH2M HILL 2017. ALL RIGHTS RESERVED.cBCDA123456JEFFERY J. MCGRAWC-24100"NOT FOR CONSTRUCTION"WATER RESOURCE RECOVERYFACILITY PROJECT10/17/2017 10:10:27 AMC:\Users\lrandolph\Documents\WRC Central_60%_lrandolph.rvtSEPTEMBER 2017WATER RESOURCE CENTERRENDERINGSJ. MCGRAWJ. MCGRAWL. RANDOLPHJ. ROOT10-A-0050ARCHITECTURAL-1PERSPECTIVE LOOKING SOUTHEAST-2PERSPECTIVE LOOKING NORTHWEST