35
CITY OF MANTECA REQUEST FOR PROPOSAL (RFP) FOR SANITARY SEWER CONDITIONS ASSESSMENT PROJECT IN THE CITY OF MANTECA Issued: Friday, January 29, 2016 Due: 3:00 PM, Monday, February 29, 2016

CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

  • Upload
    dodan

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

CITY OF MANTECA

REQUEST FOR PROPOSAL (RFP)

FOR

SANITARY SEWER CONDITIONS ASSESSMENT

PROJECT

IN THE

CITY OF MANTECA

Issued: Friday, January 29, 2016 Due: 3:00 PM, Monday, February 29, 2016

Page 2: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page 1   

CITY OF MANTECA

REQUEST FOR PROPOSALS FOR

SANITARY SEWER CONDITIONS ASSESSMENT PROJECT

I. INTRODUCTION

The City of Manteca (City) is requesting proposals from qualified firms to conduct a Sanitary Sewer Conditions Assessment (Conditions Assessment). The Conditions Assessment report will be used to establish existing conditions for the gravity sewer collection system, improve maintenance and operations, and will aid in the development of a cleaning schedule. The sewer collection system piping is shown in Exhibit A.

II. PROJECT AND SERVICES DESCRIPTION

The City’s sewer collection system is composed of gravity and force main lines. The materials of the system are PVC, vitrified clay, RCP and concrete lined pipes. The objective of the project is to establish comprehensive baseline conditions by cleaning, inspecting and assessing the existing conditions of the City’s gravity sanitary sewer collection system. The system components should be graded based on the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP) and Manhole Assessment Certification Program (MACP) version 6 or higher. The conditions assessment report will recommend proposed repairs, rehabilitation and cleaning priorities and implementation schedule.

III. PROJECT DETAILS

The following section presents some of the requirements for this project that should be considered in preparing a proposal. The objective is to inspect a portion of the City’s Sanitary Sewer System and provide a report on the conditions of the system along with recommendations regarding repairs, replacements, operation and maintenance. Proposing consultants shall incorporate the following into their proposals, and elaborate regarding details and their specific approach, as appropriate.

1. Prepare a detailed Work Plan, consistent with the scope of services to be negotiated for this project, which summarizes project materials, methods, tasks, activities, and deliverables. The Work Plan should include discussion of any required permits, relevant public agency contacts, key project team contacts, and other information necessary to coordinate and inform field crews, project managers, and City Personnel. The Work Plan should include an external hard drive with a completed sample inspection PACP and MACP database as well as ESRI shapefiles of the sample inspection area. The Work Plan shall include a schedule for all activities and tasks incorporated within. The Schedule will include key milestones, deliverable deadlines, review time, and permitting and coordination with agencies. The Work Plan will be submitted to the City and any other applicable agencies as an administrative draft for review and approval prior to implementing any field work activities. Anticipate three (3) weeks for review and approval of all draft submittals and deliverables.

2. Prepare a Health and Safety Plan (HASP) summarizing any necessary health and safety measures or activities to be undertaken while conducting field work or

Page 3: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page 2   

activities. This should include discussion of any Personal Protective Equipment to be used and practices or testing to be performed to protect workers health and safety. The HASP should include discussion and coordination of health and safety officers, hospitals, fire, police, and other emergency contacts, contact numbers, addresses, maps, and other relevant information necessary to coordinate and inform field crews, project managers, and City Personnel should an emergency arise. The HASP shall be submitted to the City and any other applicable agencies as an administrative draft for review and approval prior to implementing any field work activities. Submittal shall be concurrent with the submittal of the draft Work Plan. The consultant shall be responsible for implementing all health and safety procedures in conformance with the HASP and all applicable laws and ordinances.

3. Prepare a Traffic Control Plan (TCP) summarizing any necessary traffic control measures or activities to be undertaken while conducting field work or activities. The TCP shall conform to provisions of the CAMUTCD 2014 and any local agency standards or requirements. The TCP shall include contact numbers for fire, police and other City or agency departments for notifications and coordination regarding proposed traffic control activities. A preliminary schedule for implementing traffic control activities shall be included, and scheduling coordinated with all relevant City or agency departments as needed. Maps and figures showing locations of proposed traffic control and measures shall be included. The TCP will be submitted to the City and any other applicable agencies as an administrative draft for review and approval prior to implementing any field work activities. Submittal shall be concurrent with the submittal of the draft Work Plan. All appropriate agency contacts shall be properly notified before any activities involving traffic control are undertaken. The consultant shall be responsible for implementing Traffic Control in conformance with the TCP and all applicable laws and ordinances.

4. Conduct cleaning and CCTV inspection of the sanitary sewer system shown on Exhibit A. Refer to Special Provisions for details relating to the proposed procedures and requirements for Cleaning and Video Inspection (Exhibit B). Assess the conditions of the existing pipes and manholes utilizing NASSCO’s PACP and MACP version 6 or higher. Provide a copy of the NASSCO PACP and MACP Database in electronic format for utilization by the City.

5. Prepare a draft conditions assessment report for the sanitary sewer systems including maps, tables, and graphical presentations to demonstrate findings. Submit five (5) hard copies and one (1) electronic copy in MS Word format for review. Anticipate three (3) weeks for review by the City. The report shall at minimum include:

a. Discussion of standards, procedures, materials and methods utilized, including precision and accuracy of findings.

b. Discussion regarding the components of the systems assessed, including grade/rank of the various components assessed, and a copy of the PACP and MACP Database output forms in the appendices.

c. Findings regarding deficiencies, defects, observations or potential failures and any conclusions relating to underlying cause of deficiencies, defects and failures.

d. Recommendations regarding repairs, replacement, operations and maintenance.

e. A prioritized list and schedule for implementing recommendations.

Page 4: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page 3   

f. Itemized estimate of cost to implement each of the proposed recommendations and/or a table showing costs estimates for all recommendations.

g. Coordination with the City on proposed schedule and priorities.

h. Meeting with the City to discuss draft report and coordinate the City Council presentation.

6. Receive and tabulate comments and recommendations, respond to comments and incorporate responses into the reports as appropriate. Indicate if and where comments are incorporated in the conditions assessment report.

7. Prepare a final sanitary sewer systems conditions assessment report. Submit five (5) bound hard copies, one (1) electronic copy in MS Word format, and one (1) electronic copy in pdf format. Include maps graphically demonstrating the findings of the conditions assessment and grades/ranks of components in the sanitary sewer systems.

8. Prepare a map that graphically demonstrates the findings of the conditions assessment and grades/ranks of components in the sanitary sewer systems. The map submittal shall be one (1) hard copy (size 42-inch by 48-inch) and an electronic copy in an ESRI Map Package (.mpk) version 10.2.2 format.

9. Prepare an MS Powerpoint presentation, coordinate with City staff, and attend one City Council meeting, if requested, to present a summary of the final report including methodology, findings and recommendations. City Council meetings occur on the 1st and 3rd Tuesday of each month. Presentations need to be completed and placed on the City Council Agenda at least two weeks prior to the meeting. Following submittal of the final report, anticipate approximately two weeks for preparing and submitting the final presentation, and one month until the next City Council meeting.

Please refer to the Special Provisions in Exhibit B for additional details or submittals.

IV. CONTRACT TYPE

The design contract for this project will be a time and materials professional services contract with a total not to exceed amount. Any services provided by the Consultant which are not specifically covered by the Contract will not be reimbursed unless previously approved in writing by the City. It is the Consultant’s responsibility to recognize and notify City when services not covered under the Contract have been requested.

V. MINORITY BUSINESS OPPORTUNITIES

There are no DBE/UDBE/WBE contract goals under this project contract.

VI. QUALIFICATIONS/PROPOSAL INSTRUCTIONS

Proposals will be accepted until 3:00 p.m., Pacific Time, on Monday, February 29, 2016. One original and five (5) copies are to be submitted to:

Bret Swain Senior Engineer

City of Manteca – Public Works Department 1001 West Center Street, Suite E

Manteca, CA 95337

Page 5: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page 4   

All Proposals are to be submitted in a sealed package and clearly marked with “RFP, Sanitary Sewer Conditions Assessment Project.” The City reserves the right to accept or reject late proposals at its sole discretion.

Proposers shall include the following information in their Proposals.

A. COVER LETTER & MEMORANDA

Provide the following information:

A statement requesting City to evaluate the submitted qualifications based upon the Scope of Services for the proposed Sanitary Sewer Conditions Assessment Project.

Identification of all proposed sub-consultants including description of the work to be performed by firm and each sub-consultant firm proposed for the project.

Indicate the location of the office for the prime consultant from which the work will be performed.

Acknowledgement of any and all addenda.

A signed statement by an officer of the firm attesting that all information in the proposal is true and correct.

B. CONTRACT TERMINATION CIRCUMSTANCES

Provide a response to the following question: Has your firm ever been terminated from a contract?

If Consultant has been terminated from a contract, describe the facts and circumstances in detail on a separate sheet.

C. TECHNICAL CONTENT

1. Qualifications, Related Experience, and References This section of the Proposal should establish the ability of the proposed team to satisfactorily perform the required work by reasons of: (1) experience in performing work of the same or similar nature; (2) demonstrated experience working with local agencies and cities directly involved in this project; (3) staffing capability; (4) work load; (5) record of meeting schedules on similar projects; and (6) supportive client references. Specifically:

a. Provide a brief profile of the firm including: the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees.

b. Provide a general description of the firm's current financial condition; identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede ability to complete the project.

c. Describe the firm's experience in performing work of a similar nature to that solicited in this RFP and the participation in such work by the key personnel proposed for assignment to this project. Highlight the firm’s and key personnel’s experience with PACP and MACP Sanitary Sewer Conditions Assessments and Sanitary Sewer cleaning, engineering, and inspection

Page 6: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page 5   

experience. Include a discussion of at least four (4) previous projects of similar nature completed by the proposed project team.

d. Furnish brief resumes [not more than two (2) pages each] for the proposed Project Manager and other key personnel (resumes are included in the total page count). and a project team organization chart. The project organization chart should clearly delineate the communication and reporting relationships among the project team members including subconsultants. Resumes should be provided for only key personnel substantially involved in the project (performing more than 10% of the billable work), including the project manager and principal in-responsible-charge for the design. Project experience should highlight and discuss those projects of similar nature as this proposed project. Project experience should correlate with the experience discussed under item c above. Provide education, experience and applicable professional credentials of project staff. Include the person's name, current location, proposed position for this project, current assignment, level of commitment to that assignment, availability for this assignment, and how long each person has been with the firm. Identify key personnel who are California-licensed Professional Engineers (PE) that will be in responsible charge, and approve and stamp the final report. Include a copy of the license for said personnel.

e. Include a statement that key personnel will be available to the extent proposed for the duration of the project, acknowledging that no person designated as "key" to the project shall be removed or replaced without the prior written concurrence of the City.

f. Provide a minimum of three (3) references who can discuss the firm and project team’s qualifications to deliver the project Scope of Services. The references shall be knowledgeable and able to discuss the qualifications of the firm and project team based on the work experience cited under items c and d above. Furnish the name, title, address and telephone number of the person(s) at the client organization who is most knowledgeable about the work performed.

g. Provide a list of past joint work by the prime consultant and each sub-consultant if applicable. The list should clearly identify the project and provide a summary of the roles and responsibilities of each party.

2. Proposed Scope of Services A Final Scope of Services has not yet been determined and will be negotiated with the selected consultant. Consultants shall provide a proposed Scope of Services and narrative to illustrate their understanding of the specific project needs, requirements, and potential risks. The scope of services should include detailed discussions of the means and methods for achieving the following objectives and requirements below:

a. Describe the approach and proposed scope of services for completing the project as specified herein. The scope of services shall be of such detail to demonstrate ability to accomplish the project objectives and overall schedule.

b. Outline sequentially the activities that would be undertaken in completing the tasks and specify who in the firm would perform them.

Page 7: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page 6   

c. Furnish an anticipated project schedule for completed key milestones and tasks.

d. Identify methods that will be used to provide quality assurance, ensure contractor quality control, and control the budget and schedule for the project.

e. Identify any special issues or problems that are likely to be encountered during this project and how they will be addressed.

f. Consultants are encouraged to propose enhancements or procedural or technical innovations to the scope of services that do not materially deviate from the objectives or required content of the project.

It is anticipated that at a minimum the elements of the scope of services will include details consistent with the proposed Special Provisions provided in Exhibit B. 

3. Appendices Information considered being pertinent to this project and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Consultants are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and brief.

D. COST PROPOSAL COST REQUIREMENTS

The cost proposal shall be submitted in a separate sealed envelope. An electronic copy shall be included as a separate CD or Flash Drive included with the hard-bound cost proposal sheets in the sealed envelope.

The consultants cost proposal shall contain the following:

a. The fee proposal shall be submitted for the consultant services outline in the proposed scope of work. The fee proposal shall be submitted on the Bid Sheet provided in Exhibit C of this RFP. The payment for the services provided under this agreement shall be on a time and materials basis with a maximum Not-To-Exceed fee. The fee proposal shall be identified for each task of work.

b. The consultant shall submit a breakdown of the anticipated cost based on tasks outlined in the proposed Scope of Services. Indicate the anticipated number of staff hours and hourly rates. Include all anticipated materials and equipment costs that will be necessary in completing this task.

c. Cost proposals shall also be separated out and clearly identified into the tasks as described in Exhibit C.

E. CONTRACT COMMENTS:

The City’s standard contract has been included as Exhibit D for review and comment. Provide a written discussion of any proposed deviations to the City’s standard contract. Please note that City reserves the right to disqualify any Consultant that does not provide a complete written discussion of its contractual objections or to disqualify any Consultant based on objections that the City considers non-negotiable. The City does not anticipate making substantive changes to its Terms and Conditions.

Page 8: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page 7   

F. ENTIRE PROPOSAL PACKAGE

The Consultant’s statement of qualifications package is limited to 30 (8 ½” x 11”) pages single-sided or 15 pages double-sided. Charts and schedules may be included in 11” x 17” format. Proposals shall not include any unnecessarily elaborate or promotional material. Lengthy narratives are discouraged, and presentations should be brief and concise. Page limit does not include the outside cover, section dividers, cover letters, or appendices. Statements that do not contain the required information or submittals that do not contain the required number of copies may be rejected.

G. CHANGES

If at any time during the procurement process a firm makes any changes to proposed key personnel or sub-consultants they must notify the City in writing of those proposed changes. The City reserves the right to accept or reject such proposed changes or to revise the evaluation scoring to reflect the proposed staffing changes.

VII. ACCEPTANCE OF PROPOSALS

The City reserves the right to accept or reject any and all qualifications/proposals, or any item for part thereof, or to waive any informalities or irregularities in proposals. The City reserves the right to withdraw or cancel this RFP at any time without prior notice and the City makes no representation that any contract will be awarded to any firm responding to this RFP. The City reserves the right to re-issue a new RFP for the same or similar services. The City reserves the right to postpone proposal openings for its own convenience. Proposals received by the City are public information and must be made available to any person upon request. Submitted proposals are not to be copyrighted.

VIII. CONSULTANT SELECTION

The primary objective of the City is to select a qualified firm to perform necessary services or the City at a fair and reasonable cost. To that end, the City has established the following criteria for the selection process:

1. The selection process shall be fair, open, and competitive.

2. The selection of the consultant firm will be based on clearly stated objectives.

3. Selection of consultants/firms shall be based upon demonstrated competence, professional qualifications, experience, and capabilities to perform the required services.

4. The contract will be awarded to the most technically qualified responsible and responsive firm best conforming to the RFP, and is in the opinion of the City, most advantageous to the City. The City reserves the right to reject any and all proposals and to negotiate with any responsible, responsive firm. The City is under no obligation to issue contracts for the subject services.

Scoring Criteria

A. Quality of RFP, understanding of goods and/or services to be provided by the Proposer. (1-10, Weighted 20% Max)

B. Project understanding and effectiveness of approach. (1-10, Weighted 20% Max)

Page 9: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page 8   

C. Project Manager/ Firm Qualifications. Engagements on projects of similar scope and complexity, project performance following completion, quality of references. (1-10, Weighted 20% Max)

D. Project Team Qualifications. Staff experience, education and licensure as applicable on projects of similar scope and complexity, and relevent to this project scope. (1-10, Weighted 20% Max)

E. Proposer's ability to perform the work within the specified time/schedule. (1-10, Weighted 5% Max)

F. Proposer's prior record of performance with the City or others. (1-10, Weighted 15% Max)

IX. NEGOTIATIONS AND ENGAGEMENT

Upon selection, City staff will enter into negotiations with the top-ranked firm to negotiate a final Scope of Services and request a formal cost proposal.

The final contract and Scope of Services will be negotiated. Consultants are encouraged to include in their proposal any comments relating to the terms and conditions of the City’s standard contract. In addition, Consultants are reminded that any comments regarding the terms and conditions of the City’s standard contract must be noted in the proposal. The City reserves the right to disqualify any firm that does not provide written comments it has relative to the City’s terms and conditions. The City does not anticipate making any substantive changes to its terms and conditions.

In the event that contract negotiations with the top-ranked firm are unsuccessful, the City shall begin negotiations with the second-ranked firm and so on.

X. CONFLICT OF INTEREST

The selected consultant will not be prevented from participating in future projects to the extent that no direct conflict of interest exists at the time. Consultants responsible for a project’s design may not participate in construction management/construction inspection of the project. The determination of a conflict of interest, direct or incidental, shall be at the sole discretion of the City.

XI. SCHEDULE FOR CONSULTANT SELECTION

Issue Request for Proposal Friday, January 29, 2016

Written Questions Before 3:00 PM, Monday, February 09, 2016

Proposals Due Before 3:00 PM, Monday, February 29, 2016

Select Consultant Thursday March 7, 2016 (tentative)

Award Contract Tuesday, April 5, 2016 (tentative)

Notice to Proceed Monday April 18, 2016 (tentative)

Draft Deliverables Due November 2016 (tentative)

Final Deliverable Due December 2016 (tentative)

Present to City Council January 2017 (tentative)

Page 10: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page 9   

Dates are subject to change. Schedule updates will be posted on City’s internet website:

http://www.ci.manteca.ca.us/pwt/Engineering/ProjectInfo.aspx

Any questions or comments to this RFP shall be submitted in writing to:

Bret Swain, Senior Engineer [email protected] 

Page 11: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

 

Exhibit A

Sewer CCTV Map 2016

Page 12: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works
Page 13: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

 

Exhibit B

Special Provisions

Page 14: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page B1 

SPECIAL PROVISIONS

SANITARY SEWER LINE CLEANING AND VIDEO INSPECTION

Sanitary sewer line cleaning and video inspection, and the manhole video inspection shall be performed in accordance with the NASSCO PACP and MACP Standards, version 6 or higher, and the requirements of these Special Provisions.

SP-1.0 SANITARY SEWER BYPASS PUMPING AND DEWATERING

Prior to performing work, Contractor shall submit plans and procedures for sanitary sewer plugging or bypass pumping or dewatering needed during cleaning and video inspection operations. Plugging, bypass pumping, or dewatering shall not cause sanitary sewer overflows or other prohibited discharges.

SP-1.1 GENERAL

Contractor shall furnish all labor, materials and equipment necessary to remove foreign materials from the lines prior to video inspection.

SP-1.2 CLEANING EQUIPMENT

The equipment shall be capable of removing roots, dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. At the pre-construction meeting contractor shall submit for approval a list of sewer cleaning equipment to be used and manufacturer’s specifications for each truck and nozzle attachment.

The following requirements for the cleaning equipment must be met:

1. Hydraulically Propelled Equipment including rotating nozzles, root saws and rotating chain flails shall be used.

2. Hydraulically Propelled Equipment such as sewer balls or movable dam shall not be used.

3. High-Velocity Hydraulic (Hydro-Cleaning) Equipment: High-velocity sewer cleaning equipment shall have a minimum working pressure of 1,500 psi at a 30 gpm rate. The nozzles shall be capable of producing a scouring action in the lines designated to be cleaned to remove roots, debris and sand from the flow line. The equipment shall carry a nominal 800 gallon minimum water tank and have a minimum of 400 feet of high pressure hose.

4. Mechanical Cleaning Equipment such as bucket machines may be used for pipelines larger than 15” in diameter.

5. Vacuum truck/loader: vacuum loader shall been a 3 axle, 27” mercury (high-vacuum unit) with a positive displacement blower that produces a minimum of 3500 CFM air flow, 8” suction tubes, and 16 yard capacity.

6. Debris catching baskets to prohibit debris continuing downstream for pipe sizes: 10”, 12”, 15”, 21”, 24”, 30”, and 36”.

7. All water to be utilized for the project shall be recycled water. The recycled water is available at no cost to the contractor at the City of Manteca Wastewater Quality Control Facility (WQCF), 2450 West Yosemite Avenue, Manteca Ca.

Page 15: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page B2 

SP-1.33 CLEANING PRECAUTIONS

During sewer cleaning operations precautions shall be taken in the use of cleaning equipment, so as to prevent damage to the existing pipe, manholes, and catch basins, and to prevent backflow into building structures through laterals. Contractor must also notify the owner or engineer of any backups or spills if applicable.

SP-1.4 SEWER CLEANING

The designated sewer sections shall be cleaned using both hydraulically propelled and high-velocity jet equipment necessary to remove blockages and allow successful video capture of the entire length of pipe. Work shall be performed at 1500 psi unless unusual circumstances occur or a lesser pressure is notated on the plan sheets for specific pipes. Selection of the equipment used shall be based on the conditions encountered with each individual line. The equipment and methods selected shall be in accordance within these special provisions.

If cleaning of the entire section cannot be successfully performed from one manhole, the equipment shall be set up at the destination manhole and cleaning attempted again. A minimum of one operator and two laborers shall be at the job site at all times. Hydraulic cleaning equipment, rotating nozzles, one vacuum loader, and a minimum of 400 linear feet of flexible hose for vacuuming, shall be at the job site at all times. Debris catching baskets shall be used inside manholes during cleaning operations as necessary to prohibit debris from continuing downstream.

Clean sanitary sewer pipes to remove debris, grease, and roots, and to provide for a clear picture to view 95% of the original diameter or area. When using high-velocity hydraulic cleaning equipment independently or in combination with other cleaning methods, a step cleaning method or a minimum of four (4) complete passes (forward and backward) with the hydraulic nozzle will be done.Contractor shall utilize their own hydraulic and/or mechanical cleaning equipment to adequately clear and remove blockages for successful capture of video within the pipe. If the step cleaning method or the four passes with a hydraulic jet nozzle have failed to adequately clear and remove blockages, contractor is responsible for attempting to clear blockages using other means. City crews are not to be dispatched except under extenuating circumstances and as directed by the City’s representative. Any structural failures that impede the ability to capture the full length of sewer pipe shall be brought to the attention of the City’s representative.

SP-1.5 MATERIAL REMOVAL

All sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole to manhole will not be permitted.

SP-1.6 DISPOSAL OF MATERIALS

All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed at the City of Manteca Wastewater Quality Control Facility (WQCF), 2450 West Yosemite Avenue Manteca CA. Contractor shall comply with all federal, state, and local regulations regarding disposal of debris outside city limits. However, the contractor may elect to provide and install a temporary solids transfer facility (including phase separator with cover, filter screens, and ramp). The location of this facility will be determined at the Pre-Construction Meeting. Liquid in the phase separator shall be drained directly to a City sanitary sewer manhole designated by the Engineer. The contractor is required to ensure that materials dewatered at the temporary solids transfer facility contain a minimum of 50% solids.

Page 16: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page B3 

The contractor shall be responsible for cleaning and maintenance of the area and shall ensure any spilled materials are flushed into the sanitary sewer manhole. A containment system, approved by the Engineer, shall be installed to keep debris from entering the storm drain system. It is the responsibility of the contractor to keep odors to a minimum by removing/disposing of the debris on a regular basis, covering the debris box during off hours, and cleaning the area around the facility on a daily basis. At a minimum, debris boxes shall be emptied and replaced once a week or as directed by the Engineer. All debris boxes shall be emptied prior to the weekend.

Debris boxes and vacuum trucks shall be clean before they are used for the debris from this project. The Contractor will provide the City’s representative access to the debris boxes and vacuum truck for inspection prior to being used by the Contractor for this project.

Disposal of debris shall include all work associated with the provision of the temporary solids transfer facility and with the removal/disposal of debris at the WQCF. Sampling and testing of materials prior to disposal shall be the responsibility of the Contractor. Contractor will provide copies of tests to the City within one week of receipt of the results. Bid item for debris removal/disposal shall include the testing, hauling and disposal of non-hazardous material at the WQCF.

If the results of the tests do not meet the waste acceptance guidelines for non-hazardous disposal, then the debris shall be hauled to and disposed of at WQCF which is certified to accept it.

Costs for removal/disposal of debris shall be at the unit price per cubic yard. Contractor shall be reimbursed based on the actual quantity delivered to the WQCF. The contractor will provide trucking manifests to the City within one week of debris disposal.

SP-1.7 ACCEPTANCE OF CLEANING

Acceptance of sewer line cleaning shall be made upon demonstration, through the television inspection, that the line has been cleaned sufficiently to allow determination of its condition.

SP-1.88 PAYMENT

Sewer cleaning shall be paid at the unit price per lineal foot (LF) as shown on the project quantities sheet. The pipe lineal foot (LF) cleaning shall include four (4) complete passes (forward and backward) or the step cleaning method.

SP-2.1 GENERAL

Contractor shall furnish all labor, materials, and equipment necessary to perform closed circuit television inspection of the sewer lines in the drawings. The inspection shall be done one line section at a time and the flow in the section being inspected shall be suitably controlled as specified. Contractor will perform video inspection within two (2) weeks of cleaning the line.

SP-2.2 TELEVISION INPECTION EQUIPMENT

The television camera used for the inspection shall be one specifically designed and constructed for operation in connection with sewer inspection. It shall be operative in 100 percent humidity conditions and have a 360-degree radial view rotating head. The camera head shall be capable of rotating to view up lateral connections and to evaluate defects. Lighting and camera quality shall be suitable to allow a clear in-focus picture of a minimum of six linear feet of the entire inside periphery of the sewer pipe. Lighting for the camera shall minimize reflective glare. To insure peak picture quality throughout all conditions encountered during the survey, a variable intensity

Page 17: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page B4 

control of the camera lights and remote control adjustments for focus and iris shall be located at the monitoring station. Focal distance shall be adjustable through a range of from six inches to infinity. The remote reading footage counter shall be accurate to two-tenths of a foot. The camera, television monitor and other components shall be capable of producing a minimum 500 line resolution color video picture.

Contractor shall submit for approval at the pre-construction meeting a list of video camera equipment to be used including manufacturers specifications for each camera type.

SP-2.3 RETRIEVAL OF EQUIPMENT

Contractor will retrieve television camera equipment stuck or lost in mains immediately at the time of incident. No additional compensation will be made for retrieval of equipment. The City of Manteca personnel and equipment are not available to assist the Contractor in retrieval of equipment.

SP-2.4 OPERATION

The camera shall first be moved through the pipeline in a downstream direction at a uniform rate, stopping when necessary to permit proper documentation of the sewer condition. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line.

As the camera approaches a lateral connection or substantial defect, the camera progress shall be halted and the camera lens panned to further view the lateral pipe and connection (including looking up the lateral) or defect to thoroughly evaluate its condition. A clear picture shall be provided looking into each service connection.

Contractor shall set up his equipment so that the inspection can be performed from the destination manhole. If, during the inspection operation, the television camera will not pass through the entire line section as a result of obstructions, efforts to televise this pipe shall be temporarily suspended until Contractor can remove the obstruction. Upon removal of the obstruction, Contractor shall complete a video inspection of the entire line.

If the camera fails to pass through the entire line section as a result of offset joints, broken pipe, or other structural deficiency, Contractor shall notify City. In the case of submerged lines or sags or when the viewable portion of the pipe is reduced to less than 270 degrees of the circumference of the interior pipe wall, Contractor shall block the upstream manhole(s) and vacuum clean or jet flush the line to remove or lower the standing water level and proceed concurrently with the television inspection. In the event Contractor is still unable to televise the entire line and has demonstrated to the City that every reasonable effort has been made to clean the line for inspection or reverse the camera path, Contractor will move on to the next setup. However, City reserves the right to perform spot repairs to the line and have Contractor re-inspect the line. Reverse taping segments shall be checked for total coverage of manhole to manhole runs.

In the event sewage flows are too great to allow inspection or plugging at the upstream manhole(s), then the Contractor shall coordinate with City to reschedule television inspection during low flow periods such as early morning (i.e., between midnight and 5:00 a.m.).

Page 18: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page B5 

When manually operated winches are used to pull the television camera through the line, walkie talkie radios or other suitable means of communication shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew.

The importance of accurate distance measurements is emphasized. The accuracy of the remote reading footage counter shall be checked by use of a walking meter, roll-a-tape, or other suitable device and the accuracy shall be satisfactory to the Engineer.

In the event the section being televised has substantial flow entering the sewer between manholes, such that inspection of the sewer is impaired, the Contractor shall coordinate with the owner to have the flow temporarily stopped and/or reschedule television inspection of the particular section to a time when the flow is reduced to permit proceeding with the television inspection.

SP-2.5 DOCUMENTATION

The Contractor shall furnish daily inspection logs for both pipe cleaning pipe and manhole CCTV. Logs shall specify the date, number of persons working, and shall list the specific pipe segments cleaned or CCTV’d (PipeID’s), manhole CCTV’d (ManholeID’s), time spent per pipe segment, time spent per manhole and equipment used.

All CCTV contractors performing work for the City shall use NASSCO PACP and MACP Standards Version 6 or higher. Operators of CCTV equipment and software are required to be NASSCO PACP and MACP certified operators. Contractors shall first upload the City of Manteca sewer GIS data information for use within CCTV software inside the CCTV vehicle prior to commencing work. Inspection software used by the contractor shall be IT Pipes. Any other proposed software format must be approved by CITY project manager prior to any work being performed. CCTV contractors must provide the data in a format (unaltered PACP and MACP Version 6 or higher database) that will permit uploading to the CITY’s computerized maintenance management system and GIS (keep field name headings and data types the same per City of Manteca GIS data). The contractor will setup one inspection project and submitt the continuing appending inspection data to the CITY. The contractor shall not start a new inspection project for every pipe segment or manhole inspection setup.

CCTV videos must be captured in MPEG format and still images in JPEG format. Other formats may be accepted but contractor must obtain approval from CITY project manager prior to work being performed. Contractor shall furnish color video recordings on external hard-drives provided by the contractor. Title to the external hard-drive(s) shall remain with the City.

SP-2.6 COORDINATION

Contractor shall accommodate City representative who may perform manhole inspections and compile inspection logs concurrent with Contractor’s activities. Contractor shall provide comfortable viewing access to the video monitor during the video inspection to allow City representative to compile a log of the inspection. City representative can direct Contractor to adjust camera speed and picture quality to allow adequate time to view the recording, accurately compile the inspection log, and note defects observed. The Contractor will notify the Engineer when any major defects are found.

  

End of SPECIAL PROVISIONS

Page 19: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

 

Exhibit C

Project Quantities

Page 20: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

Page C1 

SANITARY SEWER CONDITIONS ASSESSMENT PROJECT

Project Quantities

ITEM DESCRIPTION OF WORK EST. UNIT UNIT TOTAL

1 Prepare Workplan 1 LF $ $

2 Prepare and implement Health and Safety Plan 1 LF $ $

3 Prepare and implement Traffic Control Plan 1 LS $ $

4 Mobilization/Demobilization 1 LS $ $

5 Clean sewer main 10″ or less in diameter per Exhibit B 16,500 LF $ $

6 Clean sewer main 12″ or less in diameter per Exhibit B 7,150 LF $ $

7 Clean sewer main 15″ or less in diameter per Exhibit B 3,650 LF $ $

8 Clean sewer main 21″ or less in diameter per Exhibit B 1,850 LF $ $

9 Clean sewer main 24″ or less in diameter per Exhibit B 2,850 LF $ $

10 Clean sewer main 30″ or less in diameter per Exhibit B 12,400 LF $ $

11 Clean sewer main 36″ or less in diameter per Exhibit B 8,150 LF $ $

13 Disposal of debris (includes all work related to dewatering, testing and transfer to City’s disposal site).

160 CY $ $

14 Inspect Manholes 183 EA $ $

15 Video inspect sewer main 10″ or less in diameter 16,500 LF $ $

16 Video inspect sewer main 12″ or less in diameter 7,150 LF $ $

17 Video inspect sewer main 15″ or less diameter 3,650 LF $ $

18 Video inspect sewer main 21″ or less diameter 1,850 LF $ $

19 Video inspect sewer main 24″ or less diameter 2,850 LF $ $

20 Video inspect sewer main 30″ or less diameter 12,400 LF $ $

21 Video inspect sewer main 36″ or less diameter 8,150 LF $ $

22 Prepare Sanitary Sewer Conditions Assessment report per Project Details and Exhibit B 1 LS $ $

23 Prepare presentation and attend City Council meeting 1 LS $ $

Page 21: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

 

 

Exhibit D

Example Professional Services Agreement and

Insurance Requirements for Professional Service  

Page 22: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

1

AGREEMENT FOR PROFESSIONAL SERVICES

This Agreement is made and entered into this ____ day of _____, 2015, by and between the CITY OF MANTECA, a public body, corporate and politic ("City") and _____________, a ___________ corporation ("Consultant").

RECITALS

A. Consultant is specially trained, experienced, and competent to perform the professional services required by this Agreement.

B. Consultant possesses the skill, experience, ability, background, certification, and knowledge to provide the services described in this Agreement on the terms and conditions specified herein.

C. City desires to retain Consultant to render the professional services set forth in this Agreement.

AGREEMENT

1. Scope of Services. Consultant shall perform the __________ services described in the attached Exhibit A that is incorporated by this reference, and pursuant to the Proposal submitted by Consultant dated ______, and attached hereto as Exhibit B. Consultant shall provide these services at the time, place, and in the manner specified in Exhibit A, subject to the direction of the City through its staff that may be provided from time to time. Performance of the ______ services is sometimes referred to herein as “the Project.”

2. Work Through City Staff. Consultant shall perform its services pursuant to this Agreement solely through City staff. No communications, information or documentations shall be made directly to any applicant to the City without the prior written consent of the City. This shall not apply to the sole request of information or clarification of information by Consultant from the applicant. All requests shall be noted to City in an expeditious manner.

3. Time of Performance. Consultant’s services will commence upon execution of this Agreement and shall be completed in accordance with the Schedule of Activities, attached hereto as Exhibit C. All work shall be completed no later than _______________. Failure to submit work products in accordance with the Schedule of Activities may result in the City withholding progress payments. Repeated failure to complete work products in accordance with the Schedule of Activities may result in a reduction of the total compensation provided for in Section 4 herein.

4. Compensation. Without additional authorization from the City, compensation to be paid to Consultant shall not exceed _______________DOLLARS ($______). Payment by City under this Agreement shall not be deemed a waiver of any defects, even if those defects were known to the City at the time of payment.

Page 23: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

2

5. Method of Payment. Consultant shall submit monthly billings to City specifying and describing the work performed during the preceding month. Consultant's bills shall include a brief description of the services performed, the date the services were performed, the number of hours expended and by whom, and a description of any reimbursable expenditures. City shall retain ten percent (10%) of each invoiced amount as retention against satisfactory completion of this Agreement. One-half (1/2) of the retained amount shall be paid upon completion of the Draft final report. The balance of the retained amount shall be paid upon successful completion of the project.

City shall pay Consultant no later than 30 days after approval of the monthly invoice by City staff. Payments may be delayed by City if Consultant fails to provide services in accordance with the Schedule of Activities, unless the City has provided prior written consent to any delay in the schedule.

6. Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, the term "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without the City’s prior written authorization.

7. Termination. This Agreement may be terminated by the City immediately for cause, or by either party without cause upon 15 days’ prior written notice of termination. Upon termination, Consultant shall be entitled to compensation for services performed up to the effective date of termination upon submittal of an invoice for same.

8. Ownership of Documents; Confidentiality.

A. All plans, studies, documents, and other writings prepared by and for Consultant, its officers, employees, agents, and subcontractors in the course of implementing this Agreement, except working notes and internal documents, shall become the property of City upon payment to Consultant for such work. City shall have the sole right to use such materials in its discretion without further compensation to Consultant or to any other party. Consultant shall, at Consultant's expense, provide such reports, plans, studies, documents and other writings to City upon written request by City. Consultant shall not be responsible for any unauthorized modification or use of such information for other than its intended purpose.

B. All memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other documents and data, either created by or provided to Consultant in connection with the performance of this Agreement, shall be held confidential by Consultant. These materials shall not, without the City’s prior written consent, be used by Consultant for any purposes other than the performance of the services under this Agreement. Nor shall these materials be disclosed to any person or entity not connected with the performance of services under this Agreement. Nothing furnished to Consultant that is otherwise known to Consultant, or is generally known, or has become known to the related profession shall be deemed confidential. Consultant shall not use City's name or insignia, photographs relating to the Project for which Consultant's services are

Page 24: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

3

rendered, or any publicity pertaining to the Consultant's services under this Agreement in any magazine, trade paper, newspaper, television or radio production, or other similar medium without the City’s prior written consent.

9. Consultant's Books and Records.

A. Consultant shall maintain all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City, for a minimum period of three years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement.

B. Consultant shall maintain all records that document performance under this Agreement for a minimum period of three years, or for any longer period required by law, from the date of termination or completion of this Agreement.

C. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor, or a designated representative of any of these officers. Copies of such documents shall be provided to City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Consultant's address specified in Section 16 of this Agreement.

D. Where City has reason to believe that records or documents may be lost or discarded due to the dissolution or termination of Consultant's business, City may, by written request, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to these records and documents shall be granted to any party authorized by Consultant, Consultant's representatives, or Consultant's successor-in-interest.

10. Independent Contractor. In the performance of the work and services required by this Agreement, Consultant shall act as and be an independent contractor and not an agent, or employee of the City. Consultant shall obtain no rights to retirement or other benefits that accrue to City's employees, and Consultant expressly waives any claim it may have to any such rights.

11. Interest of Consultant.

A. Consultant represents that neither it nor any employee has any investment or interest in real property, and shall not acquire any such interest, direct or indirect, within the area covered by this Agreement, or any other source of income, interest in real property, or investment that would be affected in any manner or degree by the performance of Consultant's services hereunder. Consultant further represents that, in the performance of its duties hereunder, no person having any such interest shall perform any services under this Agreement.

B. Consultant is not a designated employee within the meaning of the Political Reform Act because Consultant:

Page 25: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

4

(1) will conduct research and arrive at conclusions with respect to its rendition of information, advice, recommendation, or counsel independent of the control and direction of the City, or of any City official, other than normal Agreement monitoring; and

(2) possesses no authority with respect to any City decision beyond the rendition of information, advice, recommendation, or counsel. (FPPC Reg. 18700(a)(2).)

12. Professional Ability of Consultant.

A. City is relying upon the professional training and ability of Consultant to perform the services hereunder as a material inducement to enter into this Agreement. Consultant shall therefore provide skilled professional and technical personnel to perform all services under this Agreement. All work performed by Consultant shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent professionals in Consultant's field of expertise.

B. The primary provider of the services required by this Agreement shall be ______________. A list of other individuals assigned to the Project will be provided to City for its review and approval, and these individuals shall not be replaced without the City’s prior written consent.

13. Compliance with Laws. Consultant shall use the customary standard of care in its profession to comply with all applicable federal, state, and local statutes, codes, ordinances, and regulations.

14. Licenses. Consultant represents and warrants to City that it has all licenses, permits, qualifications, insurance, and approvals that are legally required of Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance, and approvals that are legally required of Consultant to practice its profession.

15. Indemnification and Hold Harmless Consultant agrees to defend, indemnify, and hold harmless the City, its officers, officials, agents, employees, and volunteers, from and against any and all claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therewith), arising out of, pertaining to, or relating to the negligence, recklessness, or willful misconduct of Consultant’s performance of this Agreement, or Consultant’s failure to comply with any of its obligations contained in this Agreement.

16. Insurance Requirements.

Job specific insurance requirements can be found on the attached Exhibit 1. Other insurance provisions can be found below:

Page 26: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

5

B. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing an A.M. Best's rating of no less than A:VII and shall be endorsed with language substantially as follows:

(1) The City, its elected and appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant, including materials, parts, or equipment furnished in connection with such work.

(2) The policy shall be considered primary insurance as respects the City, its elected and appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it.

(3) The insurance shall apply to each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company.

(4) The insurer waives all rights of subrogation against the City, its elected and appointed officers, officials, employees, and agents.

(3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected and appointed officers, officials, employees, agents, or volunteers.

(4) The insurance provided by the policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after 30 days written notice has been received by the City.

(7) The City will not accept any endorsements that were issued in 2004. Acceptable endorsement forms are CG 20 10 11 85 or both CG 20 10 10 01 and CG 20 37 10 01.

C. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City's option, Consultant shall demonstrate financial capability for payment of those deductibles or self-insured retentions.

D. Certificates of Insurance. Consultant shall provide to City certificates of insurance with original endorsements as evidence of the required insurance coverage. Certificates of insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement.

17. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed

Page 27: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

6

to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section.

If to City: City of Manteca 1001 W. Center Street Manteca, CA 95337 Attention: _______________

If to Consultant: ________________________ ________________________ ________________________ Attention: _______________

18. Entire Agreement. This Agreement constitutes the complete and exclusive statement of Agreement between the City and Consultant. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in their entirety by this Agreement.

19. Amendments. This Agreement may be amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney.

20. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience, and competence of Consultant. Assignments of any or all rights, duties, or obligations of the Consultant under this Agreement will be permitted only with the express written consent of the City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of the City. If City consents to such subcontract, Consultant shall be fully responsible to City for all acts or omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of the City to pay any monies due to any such subcontractor other than as may be required by law.

21. Waiver. Waiver of any breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach or default of the same or any other provision under this Agreement.

22. Severability. If any provision of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect.

23. Controlling Law; Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California, and any legal action relating to this Agreement shall be brought in a state or federal court in the County of San Joaquin.

24. Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys' fees.

Page 28: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

7

25. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and shall divide the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS/ENDISPUTE ("JAMS") or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS, and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation.

26. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy has been signed by both parties.

27. Authority to Enter Agreement. Consultant warrants that it has all requisite power and authority to conduct its business and to execute, deliver, and perform this Agreement. Each party warrants to the other that the signatories to this Agreement have the legal power, right, and authority to enter into this Agreement and to bind each party.

28. Prohibited Interests.

A. Consultant warrants that it has not employed or retained any person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has neither paid nor agreed to pay any person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For any breach or violation of this warranty, City shall have the right to rescind this Agreement without liability.

B. For the term of this Agreement, no member, officer, or employee of City, during the period of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom.

29. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer, and it shall not discriminate against any subcontractor, employee, or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan, or other related programs or guidelines currently in effect or later enacted.

30. Precedence. In case of conflict between Consultant’s Proposal dated ____ and this Agreement (which includes Exhibit A and Exhibit C) this Agreement and its exhibits shall take precedence over Consultant’s proposal.

Page 29: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

8

This Space Purposely Left Blank

Page 30: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

9

TO EFFECTUATE THIS AGREEMENT, each of the parties has caused this Agreement to be executed by its duly authorized representative as of the date set forth in the introductory paragraph on page 1 above.

CITY OF MANTECA, CONSULTANT: a public body, corporate and politic _______________________________ a ___________ corporation

By:__________________________ By:__________________________ Name: _______________________ Name: ________________ Title: Mayor Title: _________________

ATTEST:

_____________________________ _______________, City Clerk

APPROVED AS TO FORM:

_________________________ City Attorney

Page 31: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

05/14

EXHIBIT 1

Insurance Requirements for Professional Services

INSURANCE REQUIREMENTS

Consultants shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, his agents, representatives, employees or subcontractors. Minimum Limits of Insurance: Coverage shall be at least as broad as: Commercial General Liability

Commercial General Liability Insurance with $1,000,000 minimum limit per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this

project/location or the general aggregate limit shall be twice the required occurrence limit. Commercial General Liability Additional Insured Endorsement naming the following as insured on

2001 or earlier issued endorsement forms: “City of Manteca, its officers, officials, employees, agents, and volunteers”. Automobile Liability If the vehicles are brought onto city facilities, covering any auto, or of Contractor has no owned autos, hired, and non-owned autos, the Contractor shall maintain automobile liability with limits no less than:

Automobile Liability Insurance with $1,000,000 minimum limit per accident for bodily injury and property damage.

Automobile Liability Additional Insured Endorsement naming the following as additional insured: “City of Manteca, its officers, officials, employees, agents, and volunteers”. Worker’s Compensation As required by the State of California, with Statutory Limits, and Employer’s Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. Professional Liability (Errors and Omissions) Insurance appropriates to the Contractor’s profession, with limit no less than $1,000,000 per occurrence or claim, $1,000,000 aggregate Other Insurance Provisions: The insurance policies are to contain, or be endorsed to contain, the following provisions:

1. The City of Manteca, its officers, officials, employees, agents and volunteers are to be covered as insured’s as respect to: liability arising out of work or operations performed by or on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work operations. General liability coverage can be provided in the form of an endorsement to the Consultant’s insurance (at least as broad as ISO form CG 20 10 11 85 or if not available, through the addition of both CG 20 10 and CG 20 37 if a later edition is used).

2. For any claims related to this contract, the Consultant’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers, shall be excess of the Consultant’s insurance and shall not contribute with it.

Page 32: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

05/14

3. The applicant’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability.

4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City of Manteca.

Verification of Coverage Consultant shall furnish the City with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the Entity before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant’s obligation to provide them. The City of Manteca reserves the right to require complete, certified copes of all required insurance policies, including endorsements required by these specifications, at any time. Notice of Cancellation Each insurance policy required above shall provide that coverage shall not be canceled, except with notice to the Entity. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best’s rating of no less than A:VII, unless otherwise acceptable to the City of Manteca Waiver of Subrogation Consultant hereby grants to The City of Manteca a waiver of any right to subrogation which any insurer of said Consultant may acquire against the Entity by virtue of the payment of any loss under such insurance. Consultant agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the Entity has received a waiver of subrogation endorsement from the insurer. Subcontractors Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that The City of Manteca is an additional insured on insurance required from subcontractors. SPECIAL RISKS OR CIRCUMSTANCES The City of Manteca reserves the right to modify these requirements based on the nature of the risk, prior events, insurance coverage, or other special circumstances.

Page 33: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

10

EXHIBIT A

REQUEST FOR PROPOSAL

Page 34: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

11

EXHIBIT B

CONSULTANT’S PROPOSAL

Page 35: CITY OF MANTECA · is to establish comprehensive baseline conditions by cleaning, ... Itemized estimate of cost to implement each of the proposed ... City of Manteca – Public Works

PSA2014

12

EXHIBIT C

SCHEDULE OF ACTIVITIES