24
RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES REQUEST FOR STATEMENT OF QUALIFICATIONS (RFSOQ), REQUEST FOR PROPOSALS (RFP) AND SEALED RATE SCHEDULES (SRS) FOR THE CITY OF REDWOOD CITY COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE/ SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES November 6, 2020 Proposal Responses are due: November 20, 2020 by 3:00 PM City of Redwood City Attention: Joel B. Evora Associate Engineer Community Development and Transportation Department Engineering and Transportation Division 1017 Middlefield Road Redwood City, CA 94063

REQUEST FOR STATEMENT OF QUALIFICATIONS (RFSOQ), REQUEST

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

REQUEST FOR STATEMENT OF QUALIFICATIONS (RFSOQ), REQUEST FOR

PROPOSALS (RFP) AND SEALED RATE SCHEDULES (SRS)

FOR THE

CITY OF REDWOOD CITY

COMMUNITY FACILITIES DISTRICT NO. 2020-1

(SEAPORT CENTRE/ SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

November 6, 2020

Proposal Responses are due:

November 20, 2020 by 3:00 PM

City of Redwood City Attention: Joel B. Evora Associate Engineer

Community Development and Transportation Department Engineering and Transportation Division

1017 Middlefield Road Redwood City, CA 94063

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 2 of 13

TABLE OF CONTENTS

SECTION I OVERVIEW OF PROCESS Page

A. Introduction / Background

3 B. Purpose of this RFP 4

3 C. Scope of Services 4 D.. Consultant Selection Schedule 7 E. Questions and Inquiries 8 F. Delivery of Responses 9 G. Selection Process 9

SECTION II SUBMITTAL REQUIREMENTS

A. Mandatory RFSOQ Submittal 10

B. Mandatory RFP Submittal Materials 11

C. Sealed Fee Schedules/Manpower Allocation 12

SECTION III EVALUATION OF RESPONSES

A. Summary of Evaluation Process 12

LIST OF EXHIBITS (For reference use only)

Exhibit “A” – Sample Agreement for Professional Services

Exhibit “B” - Seaport Centre/Seaport Plaza - Utilities Easement Map

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 3 of 13

REQUEST FOR STATEMENT OF QUALIFICATIONS (RFSOQ), REQUEST FOR

PROPOSALS (RFQ) AND SEALED RATE SCHEDULES (SRS)

For The

CITY OF REDWOOD CITY

COMMUNITY FACILITIES DISTRICT NO. 2020-1

(SEAPORT CENTRE/ SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

SECTION I – OVERVIEW OF PROCESS

A. INTRODUCTION / BACKGROUND

On October 26, 2020 the City Council passed a resolution declaring the intention to form Community Facilities District No. 2020-1 (Seaport Centre/Seaport Plaza). The proposed new CFD will cover the cost of building new improvements such as the levees as well as the ongoing maintenance and operation of certain public improvements determined to be of sole benefit to the parcels within the District. See attached exhibit showing District boundary and easements. A general description of the improvements includes:

Condition assessments and evaluation of storm drain pump station facilities and storm drain utilities and facilities within easement, consisting of approximately 330 inlets, 21 manholes, one (1) storm drain pump station and approximately 31,540 linear feet of reinforced concrete pipe ranging in size from 36-inches to 60-inches in diameter. Condition assessments of wet wells, valves. Perform closed circuit television inspection using Win Can, coding pipe in NASSCO PACP format including elevations surveys and cathodic protections, SCADA systems communications evaluations, air quality assessments and all necessary work to determine the conditions and provide recommendation for improvements.

Condition assessments and evaluation of water utilities and facilities within easement, consisting of approximately one (1) meter stations, 62 fire hydrants 28 fire connections, 72 water meters, 140 system valves, 23 control valves, 16,797 lineal feet of PVC water mains and 160 water service laterals including sacrificial anode cathodic protection systems to protect the metallic valves and fittings. It also includes condition assessments and evaluations of system pressure and flow rate analysis, perform inspections with documentation of existing condition(s) for the following appurtenances; gate valves/butterfly valves (including exercising), air relief valves (ARVs), hydrants (including fire flows), cathodic protection (including anode test stations), Perform elevations surveys and cathodic protections, SCADA systems communications evaluations, and all necessary work to determine the conditions and provide recommendation for improvements.

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 4 of 13

Condition assessments and evaluations of sanitary sewer utilities and facilities within

easement, consisting of approximately of two (2) sanitary sewer pump stations, 32

sewer manholes, 10,762 lineal feet of sewer mains and 24 sanitary sewer laterals, all gravity, type of pipe, force mains, valve configurations, and linear ft. of force mains: type, sizes and condition, including Inflow and Infiltration I/I: bay water, sewer flows from this location average and wet weather for possible location of flow meter to determine flows from this district. Perform closed circuit television inspection using Win Can, coding pipe in NASSCO PACP format including elevations surveys and cathodic protections, SCADA systems communications evaluations, air quality assessments and all necessary work to determine the conditions and provide recommendation for improvements.

The consultant shall provide assessment documentation of the conditions report, summary of recommendations, with estimates of probable construction cost.

B. PURPOSE OF THIS RFP / RFSOQ

The purpose of this document is to facilitate the selection of a qualified consulting firm to assist the City in creating a Conditions Report documenting the existing Community Facilities District No. 2020-1 (Seaport/Seaport Plaza) wet utilities improvements. The project consists of creating conditions report for improvements of storm, water and sewer utilities and facilities within the easement. This conditions report will be used for repair and replacement plan for wet utilities. This repair and replacement plan for wet utilities will inform the budget and tax assessment for the district.

The Request for Statement of Qualifications (RFSOQ) allows the City to select and add additional qualified professional firms to the City’s Consultant List, which was established in June 2016. If your firm wishes to be considered for the list and has NOT previously submitted or pre-qualified as part of the original process from May 2016, you may submit them now for evaluation.

If your firm has already demonstrated the ability to provide the required consultant services, it is not necessary to include firm qualifications. Consultants are urged to submit concise proposals appropriate to City’s requirements.

The Fee Proposal shall be submitted in a separate sealed envelope marked “Community Facilities District No. 2020-1 (Seaport Centre/Seaport Plaza)” Conditions Report for Wet Utilities

It is recommended that the proposer submits two separate documents for consideration. One responding to the RFSOQ, if your firm is not currently on the City’s Consultant List, and one which responds to the RFP part of this request.

The City of Redwood City reserves the right to reject any or all responses received as a result of this solicitation; to extend the submission due date for; to modify, amend, reissue or rewrite this document; and to procure any or all services by other means.

C. SCOPE OF SERVICES

The scope of engineering services described herein is the minimum necessary to meet the City's objectives. The consultant is expected to expand on the scope by incorporating their expertise and propose method of approach.

The following scope of services for the proposed work is detailed below:

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 5 of 13

TASK 1 –DATA COLLECTION AND EXISTING CONDITIONS EVALUATIONS

TASK 1A –PROJECT MANAGEMENT

This task provides the overall management of the project. This task includes but is not limited to the following:

1. Provide project coordination; communicating project issues with the City; setting up the project,

including developing the Consultant's project work plan; preparing a project schedule as well as monitoring and updating that schedule; tracking and reporting job progress.

2. Attend meetings as needed.

3. Coordinate with the City and coordinate with property owners and tenants to ensure timely progress is made.

4. Coordinate site access for sub-consultants and survey crews.

5. Perform permit coordination if necessary.

TASK 1B –SITE REVIEW, SURVEY AND OBSERVATIONS

This task provides site review, survey and observations of the project. This task includes but is not limited to the following:

Perform a site review of the pertinent areas of the project.

Perform condition assessments and evaluation of storm drain pump station facilities and storm drain utilities and facilities within easement as mentioned above. Perform closed circuit television inspection, including elevations surveys and cathodic protections, SCADA systems communications evaluations, air quality assessments and all necessary work to determine the conditions and provide recommendation for improvements.

Perform condition assessments and evaluation of water utilities and facilities within easement, as mentioned above, including sacrificial anode cathodic protection systems to protect the metallic valves and fittings, evaluations of system pressure and flow rate analysis, perform inspections with documentation of existing condition(s) for the following appurtenances; gate valves/butterfly valves (including exercising), air relief valves (ARVs), hydrants (including fire flows), cathodic protection (including anode test stations), Perform elevations surveys and cathodic protections, SCADA systems communications evaluations, and all necessary work to determine the conditions and provide recommendation for improvements.

Condition assessments and evaluations of sanitary sewer utilities and facilities within easement, as mentioned above, all gravity, type of pipe, force mains, valve configurations, linear ft. of force mains: type, sizes and condition, including Inflow and Infiltration I/I: bay water, sewer flows from this location average and wet weather for possible location of flow meter to determine flows from this district. Perform closed circuit television inspection using Win Can, coding pipe in NASSCO PACP format including elevations surveys and cathodic protections, SCADA systems communications evaluations, air quality assessments and all necessary work to determine the conditions and provide recommendation for improvements.

Locate property lines, right of way, or easement areas.

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 6 of 13

Perform utility inspections using potholing or other subsurface exploration including

Locate sewer and storm forcemain locations add visual ground markers.

Perform geotechnical engineering services and environmental reviews.

Deliverables: The consultant shall furnish hard and digital copies of monthly progress reports, invoices showing budgeted and actual costs.

TASK 2 –EVALUATE PROPOSED PROJECTS AND PROBABLE CONSTRUCTION

COSTS

TASK 2A –INSPECTION AND OBSERVATION EVALUATION

This task provides the inspection and observation evaluation for the project. The tasks include, but are not limited to, the following:

1. Compile the inspection and observation data for further review.

2. Identify specific deficiencies and areas that may need repair in the near future.

3. Tabulate and locate the areas that may need repair and the specific deficiencies on an

exhibit for future use. Deliverables:

The Consultant shall provide inspection and observation data.

TASK 2B–PROPOSED PROJECT IDENTIFICATION

This task provides project identification for the project. The tasks include, but are not limited to, the following:

1. Outline conceptual repair projects based on the deficiencies areas identified in Task 2A.

2. Described concepts in short list form. Give identification numbers for cross-referencing.

3. Develop concepts to the extent that it will be able to obtain engineer’s opinion of probable

construction cost.

Deliverables: The Consultant shall provide project identification and concepts.

TASK 2C –ENGINEER’S OPINION OF PROBABLE COST

This task provides Engineer’s opinion of probable cost for the project. The tasks include, but are not limited to, the following:

1. Prepare an Engineer’s Opinion of Probable Construction cost based on the projects

identified in Task 2B. These costs will be based on typical linear feet of pipe repair/replacement/rehabilitation and reflective of the conceptual nature of the proposed.

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 7 of 13

We will not be obtaining bid costs from contractors Deliverables:

The Consultant shall provide Engineer’s Opinion of probable construction cost.

TASK 3 –PROJECT PRIORITIZATION, ASSESSMENT CALCULATIONS, AND REPORT

TASK 3A –PROJECT PRIORITIZATION

This task provides project prioritization for the project. The tasks include, but are not limited to, the following:

1. Prioritize the proposed projects identified in Task 2B.

2. Coordinate with the City staff to review the projects and evaluate the critical projects that would result in failure or poor performance of the system.

3. Rank the projects and provide an expected date for repair/replacement/rehabilitation for

the upcoming budget cycle. Deliverables:

The Consultant shall provide a priority list for the Engineer’s Opinion of probable construction cost as completed per Task 2C.

TASK 3B –ASSESMENT CALCULATIONS (OPTIONAL)

This task provides project prioritization for the project. The tasks include, but are not limited to, the following:

1. Calculate the expected assessments of the prioritized projects with Engineer’s opinion of

probable cost.

2. Breakdown the assessments by system type and proposed project to create the overall program for repair and replacement plan.

3. Breakdown assessments by parcel to identify individual parcel assessment, based on the prior City Manager’s report.

Deliverables: The Consultant shall provide assessments calculations and breakdown of assessments. .

TASK 3C –CONDITIONS REPORT

This task provides conditions report for the project. The tasks include, but are not limited to, the following:

1. Compile all the information from previous tasks to create the Conditions Report.

2. Include Exhibits from as-built and record information, as available.

Deliverables: The Consultant shall provide all information from previous tasks and the exhibits from As-built and record information.

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 8 of 13

TASK 4 –REPAIR AND REPLACEMENT PLAN, EXHIBITS, SCHEMATIC AND

CONCEPTUAL DRAWINGS This task provides repair and exhibits, schematic and conceptual drawings for the project. The tasks include, but are not limited to, the following:

1. Provide repair and replacement plan.

2. Provide exhibits, schematic and conceptual drawings.

D. CONSULTANT SELECTION SCHEDULE

A following schedule has been established for conducting this consultant selection process.

The City of Redwood City reserves the right, however, to modify this schedule at any time.

Approximate Dates Task

Nov. 6, 2020 Issuance of Request for Proposals

Nov. 11, 2020 Deadline to submit questions to City regarding the RFP

Nov.20, 2020 Proposals Due In-Hand

Nov. 23 - Nov. 27, 2020 City to review and rank proposals

Dec. 1, 2020 Interview Consultant (if needed)

Dec. 4, 2020 Select Consultant

Jan. 29, 2021 Consultant to submit draft of Conditions Report

Feb. 12, 2021 Consultant to submit final report of Conditions Report

Feb, 25, 2020 Consultant to submit draft report of the Repair and Replacement plan

March 12, 2020 Consultant to submit final report of the Repair and Replacement plan

E. QUESTIONS AND INQUIRIES Questions regarding the information contained in the RFP document must be submitted in writing or by E-mail to the following location: Joel B. Evora Telephone: (650) 780-7328 Associate Engineer email: [email protected] City of Redwood City Community Development and Transportation Department Engineering and Transportation Department Division 1017 Middlefield Road Redwood City, CA 94063

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 9 of 13

Mr. Joel B. Evora is the only individual authorized to receive or respond to questions or comments. All questions must be received by 3:00 p.m. on or before November 11, 2020. Questions will be responded to in writing. Written summaries of all questions

and answers will be distributed to each consultant. Anonymity of the source of specific written questions will be maintained in the written responses. A clarification addendum will be issued, if necessary.

Telephone requests for information or inquiries will be allowed only if the nature of the request or inquiry does not lend itself to formulation into a written question. Verbal Inquiries, however, are discouraged and calling parties may be requested to submit written questions in lieu of receiving a verbal response. The intent behind this requirement is to ensure that consultants have available to them the same information and no inconsistent, incomplete or misinformation is communicated to any team.

F. DELIVERY OF RESPONSES

All responses to this RFP must be received by Joel B. Evora, Associate Engineer,

City of Redwood City, Community Development Department, Engineering and Transportation Division, 1017 Middlefield Road, Redwood City, CA 94063, on or before 3:00 pm on Nov. 20, 2020. Proposals received after the stated deadline will

not be accepted. Advance submittals are permitted. Hand or courier deliveries shall be delivered to the same addressee at the City of Redwood City – City Hall, 1017 Middlefield Road, Redwood City, CA. City Hall business hours are 8:00 AM - 5:00 PM Monday – Friday, except observed legal holidays. The City will not be liable for any costs incurred by the consulting firms’ incidentals to the preparation of proposals or for developing and carrying out interview presentations.

Six (6) copies of the Proposal Response materials shall be submitted in accordance

with all requirements set forth in this RFP/F document. Clearly mark the submittals as follows:

“PROPOSAL – COMMUNITY FACILITIES DISTRICT NO. 2020-1

(SEAPORT CENTRE / SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES”

Also include one (1) sealed fee envelope as described in Section II.B, Manpower Allocation (7 TOTAL ITEMS TO BE DELIVERED TO THE CITY).

Submission of a proposal indicates acceptance by the firm of the conditions contained in this Request for Proposals and Sealed Rate Fee unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City of Redwood City and the firm selected.

G. SELECTION PROCESS

Redwood City Community Development and Transportation Department, Engineering and Transportation Division staff will evaluate the proposals submitted and rank each firm’s proposal. Based on this evaluation, the City may choose to invite up to three (3) firms to participate in an oral presentation/interview session or select the firm based on the results from the evaluation of the proposal.

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 10 of 13

In the event the City chooses to conduct interviews as part of the selection process, the selected firms will be asked to present a panel of only three (3) members: the Project Manager, Project Engineer, and one sub-consultant (if required) that will perform the work. The firms selected for the interview will be allowed thirty (30) minutes to present their firm experience and project approach. Following the presentation there will be a thirty (30) minute informal question and answer discussion. At the conclusion of the evaluation (or if a best-qualified firm is selected without the need for an oral presentation), the City will enter into contract negotiations with the top ranking firm. If negotiations with the top-ranking firm are unsuccessful, negotiations will terminate and the City will undertake negotiations with the second-rank firm. City staff will make recommendations to the City Council, which reserve the right to reject any or all proposals. The selection process will be completed when a contract is executed. Furthermore, the City of Redwood City reserves the right to reject any or all proposals, and to waive any and all irregularities to choose the firm which, in the City’s opinion, best serves the City’s interests. The City will not be liable for any costs incurred by the consulting firms’ incidentals to the preparation of proposals or for developing and carrying out interview presentations.

All candidates on the pre-qualified list of firms and issued this RFP were

previously asked to certify that they would execute a contract with the City of

Redwood City with no exceptions or additions.

SECTION II - SUBMITTAL REQUIREMENTS

A. MANDATORY RFSOQ SUBMITTAL MATERIALS

For firms that are not already on the City’s Qualified Consultant List, please address the points below in the RFSOQ. Brief responses are acceptable and encouraged.

1) Date of Submittal 2) Firm’s structure, background, general qualifications, include employee count

by title and profession, year firm was established 3) How to deliver successful, high quality projects while working with low bid

contractors, including quality control 4) Please attach individual resumes, with relevant experience working with public

entities, specific role and responsibility, number of similar projects completed within the last 5 years. Also include the primary point of contact’s name, address, telephone number and email address, as well as an alternate point of contact for each qualification submitted

5) Firm’s current work load and backlog 6) Recent experience of the firm in providing services for representative projects

identify costs and project complexities that distinguishes your firm’s services. Provide the name, address and phone number for owner/client, contractor, operator/facilities manager, or other person that may serve as references

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 11 of 13

7) Sub consultants that would be utilized and their specific role. Include firm qualifications

8) Location of the office(s) where work will be performed. Professional license and registration to practice specific discipline in the State of California

9) Please identify any recent or pending litigation 10) Confirmation that the required City standard /insurance levels are acceptable

All submittals shall be in an 8 ½ x 11’ format. Foldout 11 x 17” pages may be used to exhibit projects. All submittals must have an executive summary, numbered pages, tabbed and a table of contents. Responses must be numerically identified to correspond to each request itemized below. Candidate firms will be selected on the basis of professional qualifications and demonstrated competence. Statements of Qualifications shall be typed and shall not exceed thirty (30) pages of written material not including the cover letter. Submittals failing to comply with the page limitation will not be considered. The thirty (30) page limitation includes any photographic or graphic material contained in the body of the statement and any appendices. The limitation does not include:

The cover (although narrative on the reverse side of the front cover or front of the back cover will be counted ;

A title page;

A table of contents and/or index; or

Blank tab pages

RFSOQ Submittals shall not include proposed fee or compensation amounts

B. MANDATORY RFP SUBMITTAL MATERIALS

Each RFP response shall be 8-1/2” x 11” vertical format for written materials and 11” x 17” horizontal format for drawings, consisting only of the specified materials requested below. Submit six (6) copies of each bound document, in a spiral bound soft cover. Do not submit in a loose leaf, 3-ring binder or other hard cover binder. In the event the City chooses to conduct interviews as part of the selection process, presentation boards may be used in the interview/presentation. Presentation boards shall be 30” x 42”, unframed with appropriate scale and identification. Copies of all presentation boards shall be reduced to 11” x 17” paper size and included in the submittal in the numbers of copies indicated above. Electronic and slide presentations will be permitted; however, any materials so presented must be included in the written RFP submittal response. To be responsive, each RFP submission must include only the following information in the format indicated. The submittal shall be tabbed in separate sections to match the following categories. Submittals not organized according to the following format may be rejected.

a. Cover Letter. The cover letter shall be signed by an officer of the engineering

firm or joint venture or by another person with authority to act on behalf of and bind the entity. Indicate contact person for the project.

b. Table of Contents.

c. Executive Summary. Provide a summary of the submittal.

d. Conditions Report Approach. The conditions report narrative should include a description of the conditions report, condition assessments of the wet utilities of

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 12 of 13

storm, water and sewer utilities and facilities features, which articulates the scope of services to be provided.

e. Company’s Key Features and Structures. Include a narrative statement articulating the conditions report, condition assessments of the wet utilities of storm, water and sewer utilities and facilities features. This section should address the specific conditions report of the project. This narrative should only be several succinct descriptive sentences for each item, not a detailed specification.

f. Key Members. Include a description of the key members of the team and the organizational structure. Main factors will be how your team addresses the issue of quality control in producing your conditions report, condition assessments of the wet utilities of storm, water and sewer utilities and facilities and the accuracy of your team’s estimates.

g. Schedule -This should be milestone schedule for the entire project from

authorization through all stages indicating at minimum the following:

i. Task 1- Data Collection and Existing Conditions Evaluations

ii. Task 1a- Project Management

iii. Task 1b- Review, Survey and Observations

iv. Task 2- Evaluate Proposed Projects and Probable Construction Costs

v. Task2a- Inspection and Observation Evaluation

vi. Task 2b- Proposed Project Identification

vii. Task2c- Engineer’s Opinion of Probable Cost

viii. Task 3- Project Prioritization, Assessment Calculations and Report

ix. Task 3a- Project Prioritization

x. Task 3b- Assessment Calculations (Optional)

xi. Task 3c- Conditions Report

xii. Task 4- Repair and Replacement Plan, Exhibits, Schematic and

Conceptual Drawings.

C. SEALED FEE SCHEDULES / MANPOWER ALLOCATION

Consultant shall provide an estimate of the required personnel hours by task and job title in the proposal for the tasks described in the scope of services. This information is not meant as a fee proposal, but only an indication of the level of effort envisioned for completion of the project at hand. Another copy of the same estimate, but with proposed hourly rates listed, shall also be prepared and submitted in a sealed envelope together with the proposal. The sealed “Fee Proposal” is considered confidential and will be used for contract negotiations only.

SECTION III - EVALUATION OF RESPONSES

A. SUMMARY OF EVALUATION PROCESS

Redwood City’s Community Development Department, Engineering and Transportation Division staff will evaluate the proposals based upon the proposal’s effectiveness and efficiency in supporting each of the following items:

Understanding of the Request for Proposal.

Overall responsiveness to the Request for Proposals.

Deliverable schedule outlining each phase and associated sub-tasks.

RFP- COMMUNITY FACILITIES DISTRICT NO. 2020-1 (SEAPORT CENTRE.SEAPORT PLAZA) CONDITIONS REPORT FOR WET UTILITIES

Page 13 of 13

Qualifications, experience and commitment of the designated Project Manager. The Project Manager shall preferably have successfully completed at least two

(2) projects of similar nature, complexity, and size during the last 2 years.

Qualifications of other key personnel assigned to the project team (other than the Project Manager).

Demonstrated expert knowledge of storm, sewer and water facilities.

Completeness of proposal content.

Approach, effective and innovative strategy (realistic solution proposed.)

Adequate personnel effort proposed

Ability to provide quality control and management.

Ability to sign City’s Standard Professional or General Agreement.

Each candidate submitting a response to this Request for Proposals and Fee acknowledges and agrees that the preparation of all materials for submittal to the City and all presentations, related costs and travel expenses are at the candidate’s sole expense and the City shall not, under any circumstances, be responsible for any cost or expense incurred by the candidate. In addition, each candidate acknowledges and agrees that all documentation and/or materials submitted with in response to this request shall remain the property of the City.

SECTION IV – LIST OF EXHIBITS

All candidates on the shortlist of firms selected will be asked to certify that they will execute a contract with the City of Redwood City with no exceptions or additions.

“Exhibit A”-Sample Standard City Agreement for Professional Services

“Exhibit B”-Seaport Center/Seaport Plaza Utilities –Utility Easement Map

* * *

Agreement City for Professional services Page 1 of 10 City Attorney Approved Version 10-05-16 JS

(This document to be used for City Professional Services Agreement, remove before

finalizing)

AGREEMENT FOR PROFESSIONAL SERVICES (Insert Name of Consultant)

THIS AGREEMENT is made and entered into as of the _____ day of __________________, 2020, by and between the CITY OF REDWOOD CITY, a charter city and municipal corporation of the State of California ("City"), and ______________________________ ("Consultant").

RECITALS

A. City requires the professional services of a ______________________.

B. Consultant has the necessary experience in providing professional services and advice.

C. Selection of Consultant is expected to achieve the desired results in an

expedited fashion. D. Consultant has submitted a proposal to City and has affirmed its willingness

and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants

contained herein, the Parties agree as follows: 1. Scope of Work. City retains Consultant to perform, and Consultant agrees to render, those services (the "Services") that are defined in attached Exhibit "A," which is incorporated herein by reference. In the event of a conflict between the provisions of Exhibit “A” and the terms of this Agreement, the terms of this Agreement shall prevail. City shall have the right to modify the scope of work to delete tasks in whole or in part. 2. Standard of Performance. While performing the Services, Consultant will exercise the reasonable professional care and skill customarily exercised by reputable members of Consultant's profession practicing in the urban Northern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. Term. Unless earlier terminated, the term of this Agreement will be effective for a period of ________ from the date first above written. Engineering Staff may amend the Agreement to extend it for additional periods in an amount not to exceed $_________ per _________. Extensions will be based upon a satisfactory review of Consultant's performance, City needs, and appropriation of funds by the City. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement.

Agreement City for Professional services Page 2 of 10 City Attorney Approved Version 10-05-16 JS

4. Schedule. Consultant will adhere to the schedule set forth in Exhibit “A”, provided, that City in its discretion may grant reasonable extensions of time for the performance of such services occasioned by unusually lengthy governmental reviews of Consultant’s work product or other unavoidable delays occasioned by circumstances; provided, further, that such unavoidable delay will not include strikes, lockouts, work stoppages, or other labor disturbances conducted by, or on behalf of, Consultant’s officers or employees. Consultant acknowledges the importance to City of City’s project schedule and agrees to use its best professional efforts to meet the schedule. City understands that Consultant’s performance must be governed by sound practices. 5. Time is of the Essence. Time is of the essence for each and every provision of this Agreement.

6. Compensation. City shall pay to Consultant an amount not to exceed __________ Dollars ($_____) for the completion of all the work and services described herein, which sum shall include all costs or expenses incurred by Consultant, payable as set forth in Exhibit B, attached hereto and made a part hereof by reference. 6.1 An application for payment form must be submitted to City which shall include the following: a clear, detailed invoice reflecting work being billed for, a summary sheet showing hourly rates, hours worked, percentage of work completed to date, amount/percent billed to date and current status of all tasks within a project; any/all backup documentation supporting the above items. Work schedule updates must also be included with the payment requests. 6.2 Consultant shall maintain adequate records and shall permit inspection and audit by City of Consultant's charges under this Contract. Consultant shall make such records available to City during normal business hours upon reasonable notice. Nothing herein shall convert such records into public records, and they will be available only to City and any specified public agencies. Such records shall be maintained by Consultant for one (1) year following completion of the work under this Contract unless a longer period of time is required by state or federal law, in which event Consultant shall retain its records for the time required by such laws. 6.3. The payment made to Consultant pursuant to the Agreement will be the full and complete compensation to which Consultant is entitled. City will not make any federal or state tax withholdings on behalf of Consultant or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Consultant or its employees or subcontractors. Consultant agrees to reimburse City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City makes on behalf of

Agreement City for Professional services Page 3 of 10 City Attorney Approved Version 10-05-16 JS

Consultant or any agent, employee, or subcontractor of Consultant for work done under this Agreement. At the City’s election, City may deduct the reimbursable amount from any balance owing to Consultant. OR 6. Compensation. The total fee payable for the Services to be performed during the initial term of this Agreement will be $_________. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. City has the authority to withhold a 10% percent retention until City has accepted all of the services specified in Exhibit "A." Incremental payments, if applicable, will be made as outlined in attached Exhibit "A." 6.1 An application for payment form must be submitted to City which shall include the following: a clear, detailed invoice reflecting work being billed for, a summary sheet showing hourly rates, hours worked, percentage of work completed to date, amount/percent billed to date and current status of all tasks within a project; any/all backup documentation supporting the above items. Work schedule updates must also be included with the payment requests. 6.2 Consultant shall maintain adequate records and shall permit inspection and audit by City of Consultant's charges under this Contract. Consultant shall make such records available to City during normal business hours upon reasonable notice. Nothing herein shall convert such records into public records, and they will be available only to City and any specified public agencies. Such records shall be maintained by Consultant for one (1) year following completion of the work under this Contract unless a longer period of time is required by state or federal law, in which event Consultant shall retain its records for the time required by such laws. 6.3. The payment made to Consultant pursuant to the Agreement will be the full and complete compensation to which Consultant is entitled. City will not make any federal or state tax withholdings on behalf of Consultant or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Consultant or its employees or subcontractors. Consultant agrees to reimburse City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City makes on behalf of Consultant or any agent, employee, or subcontractor of Consultant for work done under this Agreement. At the City’s election, City may deduct the reimbursable amount from any balance owing to Consultant.

CHOOSE THE APPROPRIATE PARAGRAPH 6 AND DELETE THE OTHER. 7. Status of Consultant. Consultant will perform the Services as an independent contractor and not as an employee of City. The persons used by Consultant to provide

Agreement City for Professional services Page 4 of 10 City Attorney Approved Version 10-05-16 JS

services under this Agreement shall not be considered employees of City for any purposes. 8. Subcontracting. Consultant will not subcontract any portion of the Services without prior written approval of City Manager or his/her designee. If Consultant subcontracts any of the Services, Consultant will be fully responsible to City for the acts and omissions of Consultant's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Consultant is for the acts and omissions of persons directly employed by Consultant. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Consultant and City. Consultant will be responsible for payment of subcontractors. Consultant will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Consultant's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9. Other Consultants. City reserves the right to employ other consultants in connection with the Services. 10. Indemnification. Consultant will defend, indemnify and hold harmless City and its officers, agents, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the Services, caused in whole or in part by the willful misconduct or any negligent act or omission of the Consultant, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the sole negligence or willful misconduct of City. The Parties expressly agree that any reasonable payment, attorney's fee, cost or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section. The parties expressly agree that this section shall survive the expiration or early termination of the Agreement. 11. Insurance. Consultant shall obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the Services by Consultant or Consultant’s agents, representatives, employees or subcontractors. The insurance carrier is required to maintain an A.M. Best rating of not less than “A-:VII”.

11.1 Coverages and Limits. Consultant, at its sole expense, shall maintain the types of coverages and minimum limits indicated below, unless otherwise approved by City in writing. These minimum amounts of coverage will not constitute any limitations or cap on Consultant's indemnification obligations under this Agreement.

Agreement City for Professional services Page 5 of 10 City Attorney Approved Version 10-05-16 JS

11.1.1 Commercial General Liability Insurance. Consultant shall maintain occurrence based coverage with limits not less than $2,000,000 per occurrence. If the submitted policies contain aggregate limits, such limits will apply separately to the Services, project, or location that is the subject of this Agreement or the aggregate will be twice the required per occurrence limit. The Commercial General Liability insurance policy shall be endorsed to name the City, its officers, agents, employees and volunteers as additional insureds, and to state that the insurance will be primary and not contribute with any insurance or self-insurance maintained by the City.

11.1.2 Business Automobile Liability Insurance. Consultant shall maintain coverage with limits not less than $1,000,000 per each accident for owned, hired and non-owned automobiles.

11.1.3 Workers' Compensation Insurance. Consultant shall maintain coverage as required by the California Labor Code. The Workers’ Compensation policy shall contain an endorsement stating that the insurer waives any right to subrogation against the City, its officers, agents, employees and volunteers. 11.1.4 Employer's Liability Insurance. Consultant shall maintain coverage with limits not less than $1,000,000 per each accident for bodily injury or disease.

11.1.5 Professional Liability Insurance. Consultant shall maintain coverage with limits not less than $1,000,000 per occurrence. Professional Liability may be written as claims-made coverage.

11.2. Notice of Cancellation. This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without Consultant providing thirty (30) days prior written notice to City sent pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City’s execution of this Agreement, Consultant shall provide to City certificates of insurance and above-referenced endorsements sufficient to satisfaction of City’s Risk Manager. In no event shall Consultant commence any work or provide any Services under this Agreement until certificates of insurance and endorsements have been accepted by City’s Risk Manager. 11.4 Failure to Maintain Coverage. If Consultant fails to comply with these insurance requirements, then City will have the option to declare Consultant in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Consultant is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Consultant or deduct the amount paid from any sums due Consultant under this Agreement.

Agreement City for Professional services Page 6 of 10 City Attorney Approved Version 10-05-16 JS

11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete copies of any or all required insurance policies and endorsements.

12. Business License. Consultant will obtain and maintain a City of Redwood City Business License for the term of the Agreement, as may be amended from time-to-time. 13. Maintenance of Records. Consultant will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Consultant will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Consultant will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14. Ownership of Documents. Any reports and other material prepared by or on behalf of Consultant under this Agreement (collectively, the "Documents") shall be and remain the property of Consultant. City may request copies of such Documents, and to the extent Consultant agrees to provide copies of such Documents, they may be used by City and its agents, employees, representatives, and assigns, in whole or in part, or in modified form, for all purposes City may deem appropriate without further employment of or payment of any compensation to Consultant. 15. Copyrights. Consultant agrees that all copyrights that arise from the Services will be vested in City and Consultant relinquishes all claims to the copyrights in favor of City. 16. Notices. The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Consultant under this Agreement. For City: City of Redwood City Attention: City Manager 1017 Middlefield Road Redwood City, CA 94063 (650) 780-7000

For Consultant:

Name___________________________

Title ____________________________

Address _________________________

________________________________

Phone No. _______________________

Agreement City for Professional services Page 7 of 10 City Attorney Approved Version 10-05-16 JS

Except as otherwise stated, all notices to be provided or that may be provided under this Agreement must be in writing and delivered by regular and certified mail. Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17. Conflict of Interest. If disclosure under the Political Reform Act and City’s Conflict of Interest Code is required of Consultant or any of Consultant’s employees, agents, or subcontractors, Consultant or Consultant’s affected employees, agents, or subcontractors shall complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Consultant, for Consultant and on behalf of Consultant’s agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Consultant further warrants that neither Consultant, nor Consultant’s agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that shall be affected by this Agreement or, alternatively, that Consultant shall file with City an affidavit disclosing this interest. 18. General Compliance with Laws. Consultant will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Consultant, or in any way affect the performance of the Services by Consultant. Consultant will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Consultant's Services with all applicable laws, ordinances and regulations. 19. Discrimination and Harassment Prohibited. Consultant will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. Termination. In the event of the Consultant's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Consultant in writing pursuant to the notice provisions of this Agreement. If City decides to abandon or postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Consultant pursuant to the notice provisions of this Agreement. Termination will be effective immediately upon notification. Either Party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. Within 10 days of termination Consultant will assemble the work product without charge and put it in order for proper filing and closing and deliver it to City. Consultant will be paid for work performed up to the termination date; however, the total will not exceed the

Agreement City for Professional services Page 8 of 10 City Attorney Approved Version 10-05-16 JS

lump sum fee payable under this Agreement. City will make a determination of final payment based upon the value of the work product delivered to City and the percentage of the services performed. 21. Covenants against Contingent Fees. Consultant warrants that Consultant has not employed or retained any company or person, other than a bona fide employee working for Consultant, to solicit or secure this Agreement, and that Consultant has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. Claims and Lawsuits. Consultant acknowledges that if a false claim is submitted to City by Consultant, it may be considered fraud and Consultant may be subject to criminal prosecution. Consultant acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Consultant acknowledges that the filing of a false claim may subject Consultant to an administrative debarment proceeding as the result of which Consultant may be prevented to act as a Consultant on any public work or improvement for a period of up to five (5) years. Consultant acknowledges disbarment by another jurisdiction is grounds for City to terminate this Agreement. 23. Jurisdiction and Venue. Any action at law or in equity brought by either of the Parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Mateo, State of California, and the Parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. Successors and Assigns. It is mutually understood and agreed that this Agreement will be binding upon the Parties and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Consultant without the prior consent of City, which will not be unreasonably withheld. 25. Paragraph Headings. Paragraph headings as used herein are for convenience only and will not be deemed to be a part of such paragraphs and will not be construed to change the meaning thereof. 26. Entire Agreement. This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties

Agreement City for Professional services Page 9 of 10 City Attorney Approved Version 10-05-16 JS

relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order and any other attachment or exhibit. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 27. Authority. The individuals executing this Agreement and the instruments referenced in it on behalf of Consultant each represent and warrant that they have the legal power, right and actual authority to bind Consultant to the terms and conditions of this Agreement. CITY: City of Redwood City, 1017 Middlefield Road Redwood City, CA 94063 By: __________________________ Melissa Stevenson Diaz, City Manager ATTEST: _______________________________ Pamela Aguilar, City Clerk CONSULTANT: [NAME] [ADDRESS] *By: _________________________ **By: __________________________ Printed Name: __________________ Printed Name: __________________ Title: __________________________ Title: __________________________ If required by City, proper notarial acknowledgment of execution by Consultant must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. **Group B. Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.

Agreement City for Professional services Page 10 of 10 City Attorney Approved Version 10-05-16 JS

EXHIBIT “A”

SCOPE OF SERVICES Itemized List of what Consultant will do for City and at what price and schedule.

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

(

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!

!!!!

!!

!!

!!!!

!!

!!

!!

!!

!!

!!

!!

!!

!(

!(

Seaport PumpStation #1

(#5549)

Seaport PumpStation #2

(#5378)

14'' P

VC

6''

PV

C

8'' P

VC

8'' PVC

8'' P

VC

8''

PV

C

6'' P

VC

6'' P

VC

8'' PVC

8'' PVC

8'' PVC

10''

PV

C

8'' P

VC

10'' PVC

10'' PVC

10'' P

VC

10'' PVC

8'' PVC

8''

PV

C

8'' PVC

10'' PVC

8'' PVC

8'' PVC

10'' PVC

8'' P

VC

6'' V

CP

6'' PVC

PE

NO

BS

CO

T D

R

SAGINAW

DR

CHESAPEAKE DR

DIS

CO

VER

YPKW

Y

LIDR

CARDINAL WAY

GALVESTON DR

#9317

#9403

#1298

#1354

#1318

#111

#1303

#9393

#1294

#1355

#1295

#1296

#4658

#1

29

7

#134

9

#1300

#1299

#1456

#9394

#1293

#1291

#1351

#1302

#1307

#1315

#1309

#1312

#1356

#1319

#1292

#1314

#1311

#1308

#788

#1353

#9

39

2

#1457

#1350

#1310

#9658#9656

#1316

#1313

#1

45

5

#1454

#4657

#1317

#1301

#1453 #1352

#5330

#2749

#2738

#2737

#

#9005

#9006

#9096

#3166

#2774

#2773

#2772

#2771

#2770

#2769

#2750

#2748

#2747

#2746

#2745

#2743

#2792

#2791

#2790

#2789

#2788

#2787

#2786

#2785

#2784

#2783

#2782

#2781

#2777

#2744

#5333

#2775

#9036#2751

#3167

!!!!!!!!!!!!!!((((

!!!!!!!!!!!!!!!!!((((

!!!!!!!!!!!!!!!!((((

!!!!!!!!!!!!((((

!!!!!!!!!!!((((

88PP

VCC

66PVCC

8 PVC

##

##1113003

9

##11302

##11

445

5

##446577

##1113300111

!!!!!!!!!!((((

!!!!!!!!!!!!!!((((

!!!!!!!!!!!((((

6

8 PVVCC

###99444

##7788

##11144455444

##114453

##31111666

#

4

3

##22

##2277811

#

##311

##1130000

!

!!!!

##44665588

8PP

VCC

##112966

!!!

##1129444

!!!!!!!!!!!!!!!!!!!!!

((((

#11298

0

!!!!

8'' PPVC

!!!!!!!!!!!!!!!!!!((((

6P

VVVC

!!!!!!!

!!!!!!!!!!!!((((

!!!!!!!!!!!!!!!!((((

8 PPVVC

8'''

PVV

C

##93944

##9

339

2

00

##227

3333

###90

##93993!!!

!!!!!!!!!!!!!((((

#

8PP

VCC

##11307

!!!!!!!!!!!!!!!!!!!!!!!!22

##11

2299

777

!!!!!!!!!!!((((

88PVCC

!!!!!!!!!!!!!!!((((

!!!!!!!((((

##9658

##90

#

##9096

6P

VVC

#

!!!!!!!!!!!!!!((((

6 ##

!!!!!!

!!!!!

MH?

37777

!!!!!!!!!

!!!!!!!!

!!!!!!!!!!!

6''' V

CCP

##227777

###

!!!

!!!!(((!!!!!!!

S

###1111335533

##11335522

7777444477777

446

!!!!!!!!!!

77777

!(((((!!!!!!!!!!!

1100''' PPPVVVCC

11000''' PPPVVCCC

SAAGIINNAWA

DDRR

77

#227777792

##227

##27790

100'''' PVVCC

6'' PPVCC

##

!!!!!!!!!!!!!!((((

#

#227777

7777

22