CITY OF PITTSBURG WATER UTILTIES DEPARTMENT 65 Civic Ave., Pittsburg, California 94565

REQUEST FOR PROPOSAL

RFP# 05252021 RESERVOIR INSPECTIONS

Contract 2021-07 In-Service Inspection, Cleaning, Maintenance & Repair of Potable Water Storage Reservoirs

Submittal Date and Time. Proposals

must be received by Wednesday, May

26, 2021, 2:00 P.M.

Submittal Date and Time. Proposals must be received by the City of Pittsburg at the front of City Hall, 65 Civic Avenue, until 2:00 P.M. on May 26, 2021, at which time they will be opened and read aloud.

City of Pittsburg, Engineering Department Attn: Gina Haynes 65 Civic Ave Pittsburg, CA 94565

Submissions may be made via United States Postal Service, private courier, or hand delivered (a separate envelope containing a sealed and marked proposal shall be contained within the shipping envelope). If by hand delivery the bidder shall call (925) 250-3790 and arrange a time for drop off prior to the submission date as City offices are

1 currently closed. Faxes and emails will not be accepted. For a bid proposal to be considered valid, all submission procedures must be followed.

I. GENERAL

The City of Pittsburg (COP) is required by the California Department of Public Health to periodically inspect its potable water storage reservoirs. Inspections are typically performed with the reservoirs in service and are coordinated with cleaning, maintenance and limited repairs. Inspections are performed on a five- year cycle; an inspection is currently due. COP is soliciting proposals for the in service, underwater cleaning, inspection and maintenance/repairs of eight (8) storage reservoirs located throughout the City as described in Appendix A, “Tank Specifications”.

The project includes:

• Visual inspection of inside and outside of reservoirs and written evaluation report for each reservoir. • Internal spot coating and other repairs, if necessary, and after authorization from the City. (Add alternate item) • Associated recording and/or photographing of inspections and repairs. • Cleaning of accumulated sediment and removal of debris inside the reservoirs, if needed. • Reporting the findings.

Inspection must be done by certified commercial divers trained in potable water operations or experienced ROV operators. Documentation of the project shall consist of a written report on the findings and copies of all photographs and/or video. The operations shall be conducted while the tanks are in service, without causing disruption to the treatment or distribution system. Down time or reservoir bypassing shall not be required, except for emergencies.

The purpose of this Request for Proposal (RFP) is to establish a contract for this work, to begin within thirty (30) days after award. To be considered for award, each vendor submitting a proposal must meet or exceed all specifications and requirements stated herein. In this RFP, the terms “Proposer”, “Bidder”, “Contractor” and “Vendor” are used interchangeably, as are “Proposal”, “Bid”, and “Quote”. COP is requesting specific documentation as detailed below.

II. SCOPE OF SERVICES

Inspection. The inspection should be focused on documenting findings related to the following criteria and standards and shall document in the report any OSHA, Cal-OSHA, AWWA, California State Water Resources Control Board and NFPA-22 compliance discrepancies related to the reservoirs. Generally, all reservoirs shall be inspected for condition of floors, walls, roofs, ladders, hatches, welds, vents and screens, inlets,

2 outlets, interior piping, systems and flaps, overflow structures, cathodic protection systems, and potential points and sources of contamination.

For welded steel tanks, interior coatings are also to be inspected for conditions including, but not limited to, peeling, blistering and other indications of loss of coating integrity. Any areas of pitting or rust, as well as any associated undercutting or migration, should be documented in the final report. A representative pit and blister survey shall be conducted. Interior pitting depth measurements, to 10 mils accuracy, shall be reported by location and character. A non-destructive thickness test shall be performed to establish the dry film thickness (DFT) of installed coating systems. DFT sampling shall be performed on various surfaces of the reservoirs, paying particular attention to obvious or suspected deficient or degraded areas. Representative readings (location and findings) from accessible areas of the interior and exterior coating shall be provided in the final report. Welded steel tanks shall also be inspected for chime corrosion and findings reported.

For concrete tanks, interiors shall also be inspected for conditions including cracking, spalling and exposed reinforcement. Any areas of identified or suspected leaking should be documented in the final report.

All findings are to be graded in accordance with the applicable standards from the following agencies:

• Coatings - Society for Protective Coatings, ANSI/SSPC VIS 2-82/ASTM D610- 85 • Corrosion - National Association of Corrosion Engineers, ASM/NACE RPO178- 91- A,B,C • Welds - American Welding Society, ANSI/AWS B1.11:2000 • Concrete - American Concrete Institute, ACI 201.1R-92.

Cleaning. The contractor shall provide the procedure, labor, equipment and supplies necessary to thoroughly remove accumulated sediment and debris from the reservoirs in a manner that does not compromise the tank integrity and/or coating system. The work shall not cause disruption to the use or quality of the water.

• The reservoir shall remain in operation while the cleaning is in progress. The operation shall not require draining of the reservoir. Lowering of water level up to forty percent (40%) is permissible on approval from COP. • The total price entered on the Cost Summary/Bid Worksheet shall include up to eight (8) hour of sediment/debris removal from each reservoir. An hourly rate will be provided for the base bid amount. An hourly rate for sediment/debris removal more than eight hour per reservoir shall be provided in Appendix B. Should sediment/debris removal exceed eight (8) hours per reservoir, COP will be notified, and a signed authorization will be obtained to proceed prior to the COP incurring any additional cost.

3 Repairs. Spot coating repair shall be performed where appropriate in accordance with SSPC Standards and guidelines. Coating shall be AquataPoxy A-6, A-6 Thick, A-61, or approved equal, applied in accordance with manufacturers recommendations. Cost estimates for more substantial repairs shall be provided to COP and approved prior to performance of work. All repairs shall be made in accordance with applicable standards. The total price entered on the Appendix B (Alternate Bid Items) shall include one (1) hour of spot repair for each reservoir..

Reporting. At a minimum, delivered reports for each reservoir shall include the following:

1. Narrated interior video documentation both above and below the waterline, detailing, at a minimum, the conditions of internal floors, walls, roofs, ladders, hatches, welds, inlets, outlets, piping and mixing systems, overflow structures, cathodic protection systems, sediment, debris and any identified or suspected discrepancies and/or deficiencies

2. A written report comprised of a. Details on identified corrosion and estimates of corrosion both above and below the waterline based on NACE and SSPC guidelines b. Description and grading of the weld seams based on AWS criteria c. Description of concrete condition denoting any problem areas such as cracking, spalling or general deterioration including exposed reinforcing steel d. General condition of walls, floors, roofs, hatches, vents and screens, ladders, inlets, outlets, diffusion systems and flaps, chime and overflow structures e. Specific details of pit and blister survey and DFT measurements f. General details of repairs authorized and completed. g. Recommendations and cost estimates for needed repairs not made.

Video documentation shall be provided by real-time, closed circuit, high-resolution, underwater color/sound video equipment and shall be delivered on DVD format (including dive technician’s narrative summary). A comprehensive listing of all substantive discrepancies found (interior and exterior), with corresponding photos and recommendations for repairs not made shall be included in the written report. Three copies of both the video and bound written report shall be delivered to COP within thirty (30) days of completion of facilities inspection.

COP Department of Public Works Policy DP- W3 “Water Distribution System Reservoir Maintenance – Inspection, Cleaning and Disinfection” is a component of the operations and maintenance plan. Appendix C of the policy, “Water Reservoir Examination & Inspector’s Report”, addresses mandatory items that are part of Comprehensive Inspections and is hereby incorporated as an element of this RFP (Attachment 1). All applicable items of this document shall be fully addressed in the reports.

4 III. REQUIREMENTS FOR SUBMITTING PROPOSALS

Submittal Date and Time. Proposals must be received by COP no later than Wednesday, May 26, 2021, 2:00 P.M. at the following address:

City of Pittsburg, Engineering Department Attn: Gina Haynes 65 Civic Ave Pittsburg, CA 94565

Submissions may be made via United States Postal Service, private courier, or hand delivered (a separate envelope containing a sealed and marked proposal shall be contained within the shipping envelope). Faxes and emails will not be accepted. This is a formal solicitation with a formal due date and time. No late proposals will be accepted. Proposer is solely responsible for ensuring proposal is received by COP in accordance with all requirements set forth in this solicitation. COP shall not be responsible for any delays caused by USPS, private delivery service or courier, or any other delivery error.

• Prior to submitting a proposal, Proposer must fully inform themselves of the conditions, requirements and specifications of the work and materials to be furnished. Failure to do so will be at Proposer’s risk and they cannot secure relief on the plea of error or oversight. • Bid and proposal information and references must be submitted on COP furnished forms (if provided), or exact copy thereof, and shall be based upon the work specifications and other information contained in this RFP. Information not submitted on COP forms may be cause for rejection of the Proposal. • Requests for information related to this solicitation shall be faxed to the Water Plant Superintendent, Jason Moser at (925) 427-4723. Responses will be distributed to all solicited firms. • COP reserves the right to extend the closing date and time at its discretion. All solicited Proposers shall be notified of any such extension. • COP reserves the right to reject any or all proposals and to waive any formalities in the selection process. All materials and documents submitted become the property of COP.

Ink or Typewritten. All information, prices, notations, signatures and corrections must be submitted in black ink or typewritten. Errors shall be lined through and corrections typed or printed adjacent to the strike and initialed in ink by the person signing the proposal.

Prices. Proposer’s prices shall be provided in the designated spaces on the Cost Summary/Bid Worksheet. Prices shall remain firm for a period of ninety (90) days from the due date.

5 Signature. The proposal must be signed by an authorized officer or agent of the firm.

Sealed. The Proposer must submit three (3) complete printed copies of the proposal in a sealed envelope. Proposals received electronically, by facsimile or any other method not described in this Request for Proposal will be considered non-responsive and will be rejected. On the outside of the sealed envelope, print the words, “RFP # 05252021 RESERVOIR INSPECTIONS”.

A is provided (Appendix H) to assist in assuring all components of the proposal are submitted.

IV. STATEMENT OF QUALIFICAITONS

Executive Summary/Certification. Proposer shall provide a brief statement detailing why the firm is qualified to perform the services of this RFP. Names of principals, their professional qualifications and registrations shall be incorporated in this statement. It shall include the training inspectors received for potable water reservoir cleaning and inspection. Certificates of training and/or licenses for all personnel conducting inspections shall be provided, as shall professional qualifications of the project manager.

References. Proposer must provide at least five (5) references on Appendix C, “Professional References Worksheet”. References shall be for similar projects in type and size conducted in the State of California and includes contacts for confirmation (name, phone number and/or email).

Sample and format of proposed report to be provided with proposal

Method of disinfection of personnel and/or equipment entering the potable water shall be provided. Method(s) to meet State Water Resources Control Board discharge requirements, including field de-chlorination shall be provided.

V. TERMS AND CONDITIONS

Addenda. COP retains the right to issue Addenda for items not covered in the original RFP. If issued, COP will notify all solicited bidders. However, it shall be the responsibility of each bidder to ensure that their proposal is inclusive of all Addenda. Failure to acknowledge all Addenda may result in rejection of your proposal as non- responsive.

Cancellation of Solicitation. COP may cancel this RFP at any time.

Agreement. Submission of a signed Proposal constitutes agreement to all the terms and conditions of this RFP. Bidder’s signed quote and COP written acceptance or purchase order shall constitute a contract in the absence of a formal document.

6

Award. COP intends to award the contract to a qualified bidder with the lowest base bid in accord with its evaluation of the proposals and the professional services to be rendered. Award will be made within fifteen (15) days from the date of opening.

Assignment of Rights and Obligations. Contractor shall not assign any of the duties, responsibilities, or obligations of any contractual agreement resulting from this RFP to any other firm, company, entity, or individual, except with the express written consent of COP.

Rights Reserved.

• Rejection. COP reserves the right to waive any informality or irregularity and/or reject any bid whenever it is deemed to be in the best interest of the City. • Cover. Should the successful Proposer fail to comply with the conditions of this proposal or fail to complete the required work or furnish the required materials within the time stipulated, COP reserves the right to perform the contracted work at the expense of the Proposer. • Severability. If any provision or any portion thereof, of any contract resulting from this proposal shall be held invalid, illegal, or unenforceable, the remaining provisions or portions shall be valid and enforceable to the extent possible.

Days/Hours of Work. Specific days and hours will be determined between the contractor and the City upon award of the contract. Absent any other agreement, normal works hours will be 7 am to 3:30 P.M., Monday through Friday. A proposed schedule shall be presented to COP after contract award and prior to issuance of a notice to proceed detailing the order of tasks (i.e., reservoir sequencing).

Completion. The project shall be completed within forty (40) working days from date of Award.

Compensation. The Contractor agrees to receive and accept the prices shown in the proposal as full compensation for furnishing all the materials and for doing all the work contemplated and embraced in the contract; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of all elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner according to the requirements of COP inspection. Payment shall be thirty (30) days on receipt of an approved invoice by the COP project manager.

7

Indemnification. The Contractor shall indemnify, defend and hold harmless COP against and from any and all claims or suits for damages or injury arising from Contractor’s performance of this agreement or from any activity, work, or thing done, permitted or suffered by Contractor in conjunction with the performance of this contract, and shall further indemnify, defend and hold harmless COP against and from any and all claims or suits arising from any breach or default of any performance of any obligation of Contractor hereunder, and against and from all costs, attorney’s fees, expenses and liabilities related to any claim or any action or proceeding brought within the scope of this indemnification.

Laws to Be Observed. The Contractor shall keep fully informed of, and shall comply with, all existing and future Federal, State and County laws and regulations; and all municipal ordinances and regulations of COP which in any manner affect those engaged, or employed in the work, or the equipment and materials used in the work, or which in any way affect the conduct of the work, and all such orders and decrees of bodies having any jurisdiction or authority over same. Attention is directed to provisions of the California Business and Professions Code concerning the licensing of Contractors. All contractors and subcontractors shall be licensed in accordance with the laws of the State of California. Parties further stipulate that this contract was entered into in the County of Contra Costa and the State of California is the only appropriate forum for any litigation resulting from breach thereof or any questions arising here from.

Standards & Regulations. All dive operations shall be conducted in accordance with Appendix D, “Specifications for Potable Water Diving Operations”, and other applicable standards; the Contractor shall have familiarity with and comply with all Standards and Regulations listed in Appendix F, “Regulatory Compliance”.

Permits or Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. Contractor shall coordinate and conduct all activities with the proper regulatory agencies and have their representatives on site at the proper time.

Hours of Work. Eight hours labor constitutes a legal day’s work. The Contractor shall forfeit, as a penalty to COP, $25 for each worker employed in the execution of the contract by the Contractor or any Subcontractor under him/her for each calendar day during which such worker is required or permitted to work more than eight hours in any one calendar day and forty hours in any one calendar week in violation of the Provisions of the California Labor Law. Unless compensated per California Labor Law.

Prevailing Wages. As applicable, and as required, by Section 1770 et seq. of the California Labor Code, the Contractor shall comply and pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Information is obtained at the following website: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm. The Contractor shall post a copy of such determination at each job site. The Contractor shall forfeit to the City, as a penalty, the amount of $200.00 for each calendar day, or portion thereof, for each

8 worker paid less than the prevailing rate for such work or craft in which each worker is employed or subcontracted.

Excused for Non-Performance. Either party shall be absolved from its obligations under this contract when and to the extent that performance is delayed or prevented (and to the extent and when COP needs for the articles, materials or work to be supplied hereunder is reduced or eliminated) by reason of acts of God, fire, explosion, war, riots, strikes, labor disputes, or governmental laws, orders or regulations.

Default. If Contractor or Subcontractor shall breach any provision hereof or shall become insolvent, enter voluntary or involuntary bankruptcy or receivership proceeding, or make an assignment for the benefit of creditors, COP shall have the right (without limiting any other rights or remedies) to terminate this contract by written notice to Contractor whereupon COP shall be relieved of all further obligation hereunder except the obligation to pay the reasonable value of Contractor’s prior performance (at not exceeding the contract rate), and Contractor shall be liable to COP for all costs incurred by COP in completing or procuring the completion of performance in excess of the specified contract price. COP’s right to require strict performance of any obligation hereunder shall not be affected by any previous waiver, forbearance or course of dealing.

Taxes. Unless otherwise provided herein or required by law, Contractor assumes exclusive liability for, and shall pay before delinquency, all sales, use, excise and other taxes, charges or contributions of any kind now or hereafter imposed on or with respect to, or measured by the articles sold or material or work furnished hereunder, on the wages, salaries or other remunerations paid to persons employed in connection with the performance of this contract. Contractor shall indemnify and hold harmless the COP from any liability and expense by reason of Contractor’s failure to pay such taxes or contributions.

Independent Contractor. The Contractor is an independent contractor retained by COP to perform the work described. All personnel employed by the Contractor, including Subcontractors and personnel of said Subcontractors, are not and shall not be deemed to be employees of the City. The Contractor and Subcontractors shall comply with all Federal, State and County laws pertaining to employment and compensation of their employees or agents, including provision of Workers’ Compensation. COP shall not, under any circumstances, be liable to Contractor for any person or persons acting for him/her for any death, injury, or property destruction or damage received or claimed relating to or stemming from the activities undertaken pursuant to this agreement.

Attorney’s Fees. In the event that is becomes necessary for either party to bring a lawsuit to enforce any of the provisions of this contract, the parties agree that a court of competent jurisdiction may determine and fix a reasonable attorney’s fee to be paid the prevailing party.

VI. SPECIAL PROVISIONS

9

Accessibility. The contractor shall be fully informed regarding any peculiarities and limitations of the spaces available for the performance of all work and installation of all materials under the contract. The Contractor shall exercise due and particular caution to determine that all parts of his work are made quickly and easily accessible.

Authority of the City of Pittsburg. COP shall in all cases solely determine the quantity, quality, and acceptability of the work, materials and supplies for which payment is to be made under contract derived from this RFP. COP shall decide the questions that may arise relative to the fulfillment of any contract or the obligations of the contractor hereunder. Contractor agrees that COP has the sole right to make the final determination as to satisfactory completion of all work and rejection thereof.

Business License. Upon receipt of the Notice to Proceed, the successful Proposer must provide proof of COP business license prior to the start of work. Section 5.04.050 of the City of Pittsburg Municipal Code states in part “…It is unlawful for a person to transact and carryon business, trade, profession, calling or occupation in the City without a license from the City…” For additional information, contact the City of Pittsburg at (925) 252-4955.

Cleanup. During performance and upon completion of work on this project, Contractor will remove all unused equipment and instruments of service, all excess or unsuitable material, trash, rubbish and debris, and legally dispose of same, unless otherwise directed by these specifications. Contractor shall leave entire area in a neat, clean and acceptable condition as determined by the COP Water Plant Supervisor.

Cooperation between Contractors. The City of Pittsburg reserves the rights to contract for and perform other or additional work on or near the work covered by these specifications. When separate contracts are let within the limits of any one project, each contractor shall conduct his work so as not to interfere with or hinder the progress or completion of the work being performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. Each contractor involved shall assume all liability, financial or otherwise, in connection with the respective contract, and shall protect and save harmless COP from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other contractors working within the limits of the same project.

Damage. The Contractor shall be held responsible for any breakage or loss of COP facilities, equipment or supplies through negligence of the contractor or his employees while working on or off COP premises. The Contractor shall be responsible for restoring/replacing any equipment, facilities, etc. so damaged. Contractor shall immediately report to COP Water Plant Supervisor any and all such damage.

Examination of Specification and Site. Proposers are expected to carefully examine the site of the proposed work, the RFP, specifications, and the all forms. They shall

10 satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished and the requirements and propriety of the specifications.

Hold Harmless. Successful Proposer agrees to indemnify, defend, and hold harmless COP, it’s governing body, officers, employees, and insurance carriers, individually and collectively, from all losses, claims, suits, demands, expenses, subrogation, attorneys’ fees, or actions of any kind in nature resulting from personal injury to any person (including bodily injury and death), or damage to any property, arising, or alleged to have, from Proposer’s negligent acts, errors, omissions, or performance of the work under the terms of the resultant contract. The amount and type of insurance coverage set forth herein will in no way be construed as limiting the scope of indemnity in this paragraph. Such indemnity shall survive the termination of the contract.

Measurements. It is the responsibility of the Proposer to make all measurements necessary to determine the bid price. COP is not responsible for determining measurements or quantities of work and materials necessary to complete the project.

Protection of the Public. Adequate warning devices, barricades, guards, flagmen, or other necessary precautions shall be taken by the contractor to give advice and reasonable protection, safety and warning to persons and vehicular traffic in the project area.

VII. MANDATORY REQUIREMENTS

Insurance. The successful Proposer will be required, for the life of the contract, to carry and pay for the cost of insurance that is applicable or required and submit certificate(s) before the commencement of work.

• Without limiting the foregoing in any way, Contractor shall possess Commercial Automobile Liability Insurance in an amount not less than One Million Dollars ($1,000,000) per occurrence combined single limit Bodily Injury and Property Damage Coverage. • Vendor shall carry Commercial General Liability insurance in an amount of One Million Dollars ($1,000,000) per occurrence. • Contractor shall obtain and maintain, during the life of the agreement, Workers’ Compensation Insurance, covering all of its employees on the project. • Required insurances shall provide that the same cannot expire, be canceled or modified except upon thirty (30) days written notice to COP. • Except for Worker’s Compensation, all insurance provided above shall name COP, its officers, agents and employees as an additional insured and shall include cross liability in favor of COP and its officers, agents and employees.

11

• Contractor agrees to provide COP, within ten days after award, and prior to Notice to Proceed, certificates of insurance for the required coverages. The certificates shall be sent to:

Jason Moser Water Treatment Plant Superintendent 300 Olympia Drive Pittsburg, CA 94565.

Alternatively, they may be faxed to (925) 427-4723, Attn. Jason Moser. All policies shall be subject to examination and approval by COP for their adequacy as to form, content, forms of protection and carrier.

Agreements. The successful Proposer will be required to execute the City’s standard form agreements included in Appendix I.

Warranty. As applicable, for a period of one (1) year, commencing on written notice of acceptance of work performed, the Contractor shall warrant that all material, equipment and installations are of good and merchantable quality and workmanship; free from any defects in design and material; conform to all specifications and standards; are fit for their intended purpose in the environment reasonably anticipated; and will not fail to accomplish all stated objectives. Contractor shall provide a copy of the manufacturer’s warranty for all equipment used in any repair, replacement or improvement, as required by COP. Manufacturer’s warranty shall be for a minimum of one (1) year. COP identifies a valid warranty request as a request to repair or replace devices and/or repairs that malfunction or cease to function due to a parts defect or poor workmanship. Requests for repair or replacement due to neglect or inevitable damage are not considered valid warranty claims. Contractor shall respond to all such requests in writing within ten (10) days, and complete repairs within thirty (30) days from that response.

Materials. Contractor shall submit to COP, for approval, all materials to be used in the repair of all reservoirs.

Subcontractors. Proposer must provide names, addresses and phone numbers of all subcontractors that will perform any service during this project, and what services they will provide. Proposers must submit this information as a component of the Proposer’s RFP on Appendix G “List of Subcontractors”. If no subcontractors are to be used, a statement to that effect shall be provided on the form. All Subcontractors are subject to COP approval.

Subcontractor information provided shall include: Firm Name Mailing Address License Number

12

Dollar Amount of Percentage of Total Bid Amount

Experience. Proposers must have a minimum of five years experience in underwater cleaning, inspection, and repair of potable water reservoirs. Contractor to provide the City of Pittsburg a list of projects of similar nature with the project and contact information to be used as a reference. (Complete Appendix C and submit with proposal).

Discharge Requirements. Contractor must meet City’s and the State Water Resources Control Board discharge requirements, which requires dechlorination of discharged water to below 0.10 mg/L.

Security Policies & Procedures. Contractor shall submit their proposed security policies and procedures plan to the City for approval after being awarded a contract and at least five working days prior to starting work on the contract. No work shall begin without an approved Security Policies and procedures plan.

Diver’s Certifications/Training. Contractor shall submit Diver’s Certifications/Training to the City after being awarded a contract and at least five working days prior to starting work on the contract. No work shall begin without submitting ’s Certification/Training within the time frame specified.

Disinfection and Discharge Procedures Plan. Contractor shall submit their proposed Disinfection and Discharge Procedures Plan (Appendix E) to the City for approval after being awarded a contract and at least five working days prior to starting work on the contract. No work shall begin without an approved Disinfection and Discharge Procedures Plan. Dive teams shall comply with the approved plan. The sediment from cleaning the two WTP reservoirs may be discharged to the lower settling lagoon at the WTP.

13

APPENDIX A

TANK SPECIFICATIONS

Tank WTP 1MG WTP 5MG Stoneman Oak Hills Type SB concrete SB concrete SB concrete SB concrete Hatch Size (#, size) 2, 4x6 2, 4x6 1, 4x6 1, 4x6 Tank Dimensions, ft. 86 x 26 190 x 25 131 x 25 118 x 25 (diameter x height) Tank Capacity 1.0 5.0 2.5 2.0 (million gallons) Exterior Ladders 1, cage 1 n/a n/a (#, rail or cage) Interior Ladders 2, safety rail 2, safety rail 1, cage 1, safety rail (#, rail or cage) Vehicle Access Yes Yes Yes Yes 110 Volts on Site Yes Yes No Yes Year Built 1998 1998 1986 1990

Last Inspected 2015 2015 2015 2015 Last Cleaned 2015 2015 2015 2015 Inlet Piping Modified no no Oct 2013 Oct 2013 Expected Sediment Silt Silt Silt Silt (silt, sand, etc.)

SB – semi buried WTP – Water Treatment Plant

14

APPENDIX A Continued

TANK SPECIFICATIONS

Highlands Tank Hillview W. Leland Shadybrook Ranch Above Ground Above Ground Type SB concrete SB concrete Welded Steel Welded Steel Hatch Size (#, size) 1, 4x6 1, 4x6 1, 5x5 1, 4x6 A Tank Dimensions, ft. 127 x 33 85 x 25 148 x 25 118x24 (diameter x height) Tank Capacity 3.0 1.0 3.0 1.75 (million gallons) Exterior Ladders 1, cage 1, safety rail n/a n/a (#, rail or cage) Interior Ladders 1, none 1, safety rail 1, Saf-T-Climb 1, safety rail (#, rail or cage) Vehicle Access Yes Yes Yes Yes 110 Volts on Site No Yes Yes Yes Year Built 1976 1999 2009 1998 Last Inspected 2015 2015 2015 2015

Last Cleaned 2015 2015 2015 2015 Inlet Piping Modified no no na Oct 2013 Expected Sediment Silt Silt Silt Silt (silt, sand, etc.)

15

APPENDIX B

Instructions. Execute this page, sign and submit with your proposal package. Documents noted below must accompany the proposal package.

Bid Proposal

City of Pittsburg Contract 2021-07 In Service Inspection, Cleaning, Maintenance & Repair Unit Bid Item Item Description Unit Quantity Amount ($) Price ($) BASE BID ITEMS 1 Inspection-WTP 1 MG EA 1 $ - 2 Inspection-WTP 5 MG EA 1 $ - 3 Inspection-Stoneman EA 1 $ - 4 Inspection-Oak Hills EA 1 $ - 5 Inspection-Shady Brook EA 1 $ - 6 Inspection-Highlands Ranch EA 1 $ - 7 Inspection-Hillview EA 1 $ - 8 Inspection-West Leland EA 1 $ - 9 Cleaning-WTP 1 MG HOUR 5 $ - 10 Cleaning WTP 5 MG HOUR 5 $ - 11 Cleaning-Stoneman HOUR 5 $ - 12 Cleaning-Oak Hills HOUR 5 $ - 13 Cleaning-Shady Brook HOUR 5 $ - 14 Cleaning-Highlands Ranch HOUR 5 $ - 15 Cleaning-Hillview HOUR 5 $ - 16 Cleaning-West Leland HOUR 5 $ -

In accordance with the plans and specifications noted in this RFP Total 1- document, the total base bid price is as follows: Base Bid 16

ALTERNATE BID ITEMS Unit Bid Item Item Description Unit Quantity Amount ($) Price ($)

Hourly sediment/debris removal 1A rate over 5 hours/per location HOUR 20 2A Hourly repair rate HOUR 20

16

Name of Firm

Type (indicate with x): Corporation Partnership Sole Proprietorship

Address City State Zip

Contact Person: Name Title

Email Website

Phone ( ) Fax ( )

Acknowledgement of Addenda (indicate with initials): #1 #2 #3

Authorized Signature Date

Printed Name Title

17

APPENDIX C

PROFESSIONAL REFERENCES WORKSHEET

1 Organization Name City/State

Contact Name Title Phone:( ) Fax ( ) Email Project Date Project Value $ Status Project description

2 Organization Name City/State

Contact Name Title Phone:( ) Fax ( ) Email Project Date Project Value $ Status Project description

3 Organization Name City/State

Contact Name Title Phone:( ) Fax ( ) Email Project Date Project Value $ Status Project description

4 Organization Name City/State

Contact Name Title Phone:( ) Fax ( ) Email Project Date Project Value $ Status Project description

5

18

Organization Name City/State Contact Name Title Phone:( ) Fax ( ) Email Project Date Project Value $ Status Project description

Status refers to state of completion (i.e., complete or in progress)

19

APPENDIX D

SPECIFICATIONS FOR POTABLE WATER DIVING OPERATIONS

1. All diving operations are to be conducted by certified commercial divers who have graduated from an Association of Educators (ACDE) approved commercial diving course or approved equal. Divers who have completed specialized military training shall also qualify (i.e., Navy 1st or 2nd Class Dive Courses or Master Dive School or approved equal). Certifications and/or equivalencies shall be submitted for approval prior to operation.

2. All diving operations shall be conducted with surface-supplied commercial grade , including compressor (or compressed air bottle storage system), volume tank, air control system, filter system and pneumofathometer. The air source shall have been tested within the past 180 days for oil mist and other contaminants, in accordance with OSHA 29 CFR.

3. All diving operations shall be conducted utilizing totally encapsulated diving dress, including diver hardhat with sealed neck dam and vulcanized rubber in good repair. A band mask is specifically prohibited for any use except emergency procedures.

4. The diver hard hat shall be equipped with operating voice communication to the surface. The diver umbilical shall consist of diver air hose, pneumofathometer, diver communication cable, video cable and high intensity lighting power cable, at minimum.

5. The dive team shall consist of no less than a three-person team (Diver, Tender & Dive Supervisor), all of whom shall be certified commercial divers. All team members shall have a current CPR & Card, 02 Administrator Card, and shall have had a complete diver physical within the previous 24 months.

6. Dive equipment and all other apparatus/equipment introduced into the reservoir shall be dedicated for potable water operations and shall be disinfected with no less than a 200ppm scrub/spray prior to entry into the reservoir or clearwell.

7. Dive contractor shall have available for examination, at the site, the following documentation: • Copy of Standards and Procedures Manual (including Emergency Response Plan) • Diver Logbooks • Current Air Testing Report.

20

8. Dive team shall be equipped with live color video with live voice recording between diver and surface team, to allow for real-time surface monitoring and recording of all diving activities and findings, as well as quality-control of the operation.

9. Dive team members shall be trained, certified and comply with the standards listed in Appendix E.

21

APPENDIX E

DISINFECTION AND DISCHARGE PROCEDURES PLAN

Discuss Disinfection techniques to be used:

______

______

______

______

______

______

______

______

Discuss reduction techniques to be used for discharges:

______

______

______

______

______

______

______

______

22

APPENDIX F

REGULATORY COMPLIANCE

Diving and Confined Space Standards and Regulations

OSHA 1910.401: Federal OSHA Commercial Diving Standards OSHA 1910.00, Subpart G & T: Federal OSHA Commercial Diving Operations OSHA 1910.00: Federal OSHA Safety and Health Standards OSHA 1910.146: Federal OSHA Permit Required Confined Space Regulations CAL OSHA Title 8, Sections 6050-6063: California OSHA Commercial Diving Standards CAL OSHA Title 8, Sections 5156-5158: California OSHA Confined Space Standards NIOSH 87-113: A Guide to Safety in Confined Spaces ANSI/ADC 01-1993: Commercial Minimum Standards ANSI Z117.1-2003: Safety Requirements for Confined Spaces ADC (Association of Diving Contractors): Standards for Commercial Diving Operations

AWWA Standards (most current versions)

D100- : Welded Steel Tanks for Water Storage D102- : Coating Steel Water Storage Tanks D104- : Automatically Controlled, Impressed Current Cathodic Protection for the Interior of Steel Water Tanks C652- : Disinfection of Water Storage Facilities M42: Steel Water Storage Tanks

Operational and Inspection Standards and Regulations

ASTM D3359-92a: Testing of Coating Adhesion to Metallic Substrates ASTM/NACE RPO178-91 (A, B, C): Corrosion Inspection Standards ANSI/ AWS B1.11-88: Weld Inspection Standards ANSI/SSPC VIS 2-82/ASTM-D60-85: Coating Evaluation & Inspection Standards ACI 201.1R –92: Guide for Condition Surveys of Concrete in Service ACI 311.1R: Manual of Concrete Inspection ASNT-SNT-TC-1A 2001: Non-Destructive Structural Testing - Training and Certification ANSI/NSF 60, 61: Potable Water Certifications ANSI Z359.1: Fall Protection and Fall Prevention Requirements NACE RPO388-2001: Impressed Current Cathodic Protection of Internal Submerged Surfaces of Carbon Steel Water Storage Tanks NACE RPO196-1996: Galvanic Anode Cathodic Protection of Internal Submerged Surfaces of Carbon Steel Water Storage Tanks NACE RPO193-2001: External Cathodic Protection of On-Grade Carbon Steel Water Storage Tank Bottoms

23

OSHA HAZWOPER: Federal OSHA Hazardous Waste Operations and Emergency Response Standard USDOT Hazardous Materials Regulations: Title 49 CFR Parts 100-185 Applicable Provisions of Federal Clean Water Act (USC Title 33, Sections 1251 et seq.) Applicable Provisions of California Water Law and Porter-Cologne Water Quality Control Act

24

APPENDIX G

LIST OF SUBCONTRACTORS

1.

2.

3.

4.

5.

25

APPENDIX H

CHECKLIST

The following is a list of documents to be included with the bid submittal. This checklist is provided to assist bidders in submitting a complete bid package.

Contractor’s Proposal (Appendix B) .…………………

References (Appendix C) .………………...……………

Subcontractors List (Appendix G) .…….………………

Acknowledgement of Addenda on Contractor’s Proposal Form (Appendix B) .…………..………………

26

APPENDIX I

CONTRACT FOR SERVICES

THIS CONTRACT is made on , 2021, between the City of Pittsburg (“the City”), and ______(“Contractor”).

WITNESSETH:

WHEREAS, the City proposes to enter into a contract for the in service, underwater cleaning, inspection and maintenance/repairs of eight (8) storage reservoirs located throughout the City; and

WHEREAS, the Contractor has presented a proposal for such services to the City, dated , 2021, and is duly licensed, qualified and experienced to perform those services;

NOW, THEREFORE, the parties hereto mutually agree as follows:

I. SCOPE OF SERVICES:

A. Contractor shall do all work, attend all meetings, produce all reports and carry out all activities necessary to completion of the services described in the Work Program, attached hereto and incorporated herein by this reference as Exhibit “A“. This Contract and its exhibits shall be known as the “Contract Documents.” Terms set forth in any Contract Document shall be deemed to be incorporated in all Contract Documents as if set forth in full therein. In the event of conflict between terms contained in these Contract Documents, the more specific term shall control. If any portion of the Contract Documents shall be in conflict with any other portion, provisions contained in the Contract shall govern over conflicting provisions contained in the exhibits to the Contract.

B. Contractor enters into this Contract as an independent contractor and not as an employee of the City. The Contractor shall have no power or authority by this Contract to bind the City in any respect. Nothing in this Contract shall be construed to be inconsistent with this relationship or status. All employees, agents, contractors or subcontractors hired or retained by the Contractor are employees, agents, contractors or subcontractors of the Contractor and not of the City. The City shall not be obligated in any way to pay any wage claims or other claims made against Contractor by any such employees, agents, contractors or subcontractors, or any other person resulting from performance of this Contract.

C. The Contractor agrees it has satisfied itself by its own investigation and research regarding the conditions affecting the work to be done and labor and

27

materials needed, and that its decision to execute this Contract is based on such independent investigation and research.

II. TIME OF PERFORMANCE:

The following time schedule shall be followed:

A. The services of Contractor are to commence upon execution of this Contract by, and receipt of written notice to proceed from, City, and shall be undertaken and completed in a prompt and timely manner, in accordance with the Schedule of Performance attached hereto and incorporated herein by this reference as included in Exhibit “A“ .

The following time schedule shall be followed:

B. The City Manager or his or her designee may, by written instrument signed by the Parties, extend the duration of this Contract for an additional period not to exceed the lesser of one year or the original term of this Contract, provided that the extension does not require the payment of compensation in excess of the maximum compensation set forth in Section III, Compensation.

III. COMPENSATION:

A. The Contractor shall be paid for the actual fees, costs and expenses for all time and materials required and expended, pursuant to the Payment Plan incorporated herein as Exhibit “B” but in no event shall total compensation exceed ( ), without City’s prior written approval.

B. Said amount shall be paid upon submittal of a billing in accordance with the Payment Plan incorporated herein as Exhibit “B” showing completion of the tasks that month.

C. If the work is halted at the request of the City, compensation shall be based upon the proportion that the work performed bears to the total work required by this Contract.

IV. TERMINATION:

This Contract may be terminated, without cause, at any time by the City upon Ten (10) days’ written notice. Upon receipt of such notice, Contractor shall cease all work under this Contract. In the event of any such termination, the Contractor shall be compensated as provided for in this Contract. Upon such termination, the City shall be entitled to all work, including but not limited to, appraisals, inventories, studies, analyses, drawings and data estimates performed to that date in accordance with Section VII hereof. The obligations

28

of paragraph/section XV of this Contract relating to Contractor’s obligations to defend and indemnify the City shall survive any termination of this Contract.

Notwithstanding any provisions of this Contract, Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Contract by Contractor, and the City may withhold any payments due to Contractor until such time as the exact amount of damages, if any, due the City from Contractor is determined.

V. CHANGES:

The City may, from time to time, request changes in the scope of the services of Contractor to be performed hereunder. Such changes, including any increase or decrease in the amount of Contractor’s compensation and/or changes in the schedule must be authorized in advance by the City in writing. Mutually agreed changes shall be incorporated in written amendments to this Contract, or the attached work program.

VI. EXTENSIONS OF TIME:

Contractor may, for good cause, request extensions of time to perform the services required hereunder. Such extensions shall be authorized in advance by the City in writing and shall be incorporated in written amendments to this Contract or the attached work program.

VII. PROPERTY OF CITY:

It is mutually agreed that all materials prepared by the Contractor under this Contract shall become the property of the City, and the Contractor shall have no property right therein whatsoever. Immediately upon termination, the City shall be entitled to, and the Contractor shall deliver to the City, all data, drawings, specifications, reports, estimates, summaries and other such materials and commission as may have been prepared or accumulated to date by the Contractor in performing this Contract which is not Contractor’s privileged information, as defined by law, or Contractor’s personnel information.

VIII. COMPLIANCE WITH LOCAL LAW:

Contractor shall comply with all applicable laws, ordinances, and codes of federal, state and local governments, and shall commit no trespass on any public or private property in performing any of the work authorized by this Contract.

IX. WARRANTY:

Contractor agrees and represents that it is qualified to properly provide the services set forth in Exhibit “A“ in a manner which is consistent with the

29

generally accepted standards of Contractor’s profession. Contractor further represents and agrees that it will perform said services in a legally adequate manner in conformance with applicable federal, state and local laws and guidelines.

X. SUBCONTRACTING:

Except as set forth in Exhibit “A” for work to be performed, no other services covered by this Contract shall be subcontracted without the prior written consent of the City, which will not be unreasonably withheld. Contractor shall be as fully responsible to the City for the negligent acts and omissions of its contractors and subcontractors, and of persons either directly or indirectly employed by them, as it is for the negligent acts and omissions of persons directly employed by Contractor.

XI. ASSIGNABILITY:

Contractor shall not assign or transfer any interest in this Contract whether by assignment or novation, without the prior written consent of the City which will not be unreasonably withheld. However, claims for money due or to become due Contractor from the City under this Contract may be assigned to a financial institution, or to a trustee in bankruptcy, without such approval. Contractor shall promptly furnish notice of any assignment or transfer, whether voluntary or involuntary, in writing to the City.

XII. INTEREST IN CONTRACT:

Contractor covenants that neither it, nor any of its employees, agents, contractors, and subcontractors has any interest, nor shall they acquire any interest, direct or indirect, in the subject of the Contract, nor any other interest which would conflict in any manner or degree with the performance of its services hereunder.

Contractor shall make all disclosures required by the City’s conflict of interest code in accordance with the category designated by the City, unless the City Manager determines in writing that Contractor’s duties are more limited in scope than is warranted by the category designated by the City code and that a narrower disclosure category should apply. Contractor also agrees to make disclosure in compliance with the City conflict of interest code if, at any time after the execution of this agreement, City determines and notifies Contractor in writing that Contractor’s duties under this agreement warrant greater disclosure by Contractor than was originally contemplated. Contractor shall make disclosures in the time, place and manner set forth in the conflict of interest code and as directed by the City.

XIII. CONFIDENTIAL MATERIALS:

30

All of the materials prepared or assembled by Contractor pursuant to performance of this Contract are confidential and Contractor agrees that they shall not be made available to any individual or organization without the prior written approval of the City, except by court order.

XIV. LIABILITY OF CONTRACTOR-NEGLIGENCE:

Contractor shall be responsible for performing the work under this Contract in a manner which is consistent with the generally accepted standards of the Contractor’s profession and shall be liable for its own negligence and the negligent acts of its employees, agents, contractors and subcontractors. The City shall have no right of control over the manner in which the work is to be done but only as to its outcome and shall not be charged with the responsibility of preventing risk to Contractor or its employees, agents, contractors or subcontractors.

XV. INDEMNITY AND LITIGATION COSTS:

Contractor shall indemnify, defend, and hold harmless the City, its officers, officials, agents, and employees from and against any and all claims, damages, demands, liability, costs, losses and expenses, including without limitation court costs and reasonable attorneys’ fees arising out of or in connection with Contractor’s negligent performance of work hereunder or its negligent failure to comply with any of its obligations contained in the Contract Documents, except such loss or damage which was caused by the active negligence, sole negligence, or willful misconduct of the City.

XVI. CONTRACTOR TO PROVIDE INSURANCE:

A. Contractor shall not commence any work before obtaining and shall maintain in at all times during the duration and performance of this Contract the policies of insurance specified in this Section. Such insurance must have the approval of the City as to limit, form, and amount, and shall be placed with insurers with a current A.M. Best’s rating of no less than A: VII.

B. Prior to execution of this agreement and prior to commencement of any work, the Contractor shall furnish the City with original endorsements effecting coverage for all policies required by the Contract. The endorsements shall be signed by a person authorized by the insurer to bind coverage on its behalf. The endorsements are to be on forms acceptable to the City. At the City’s discretion, the City may require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by this Section. If the City requests, the Contractor will furnish one copy of each required policy to the City, and additional copies if requested in writing, certified by an authorized representative of the insurer.

31

Approval of the insurance by the City shall not relieve or decrease any liability of Contractor.

C. In the case of the professional liability insurance required by this Section, the Contractor’s insurer will provide a complete, certified copy of the policy if so requested by the City.

D. In addition to any other remedy the City may have, if Contractor fails to maintain the insurance coverage as required in this Section, the City may obtain such insurance coverage as is not being maintained, in form and amount substantially the same as is required herein, and the City may deduct the cost of such insurance from any amounts due or which may become due Contractor under this Contract.

E. Each insurance policy required by this Contract shall be endorsed to state that coverage shall not be suspended, voided, canceled, terminated 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.

F. Any deductibles must be declared to, and approved by, the City.

G. The requirement as to types, limits, and the City’s approval of insurance coverage to be maintained by Contractor are not intended to, and shall not in any manner, limit or qualify the liabilities and obligations assumed by Contractor under the Contract.

H. The Contractor and its contractors and subcontractors shall, at their expense, maintain in effect at all times during the performance or work under the Contract not less than the following coverage and limits of insurance, which shall be maintained with insurers and under forms of policy satisfactory to the City. The maintenance by Contractor and its contractors and subcontractors of the following coverage and limits of insurance is a material element of this Contract. The failure of Contractor or of any of its contractors or subcontractors to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of this Contract.

1. Workers’ Compensation and Employer’s Liability Insurance.

a. Workers’ Compensation - Insurance to protect the Contractor, its contractors and subcontractors from all claims under Worker’s Compensation and Employer’s Liability Acts, including Longshoremen’s and Harbor Worker’s Act (“Acts”), if applicable. Such coverage shall be maintained, in type and amount, in strict compliance with all applicable state and federal statutes and regulations. The Contractor shall execute a certificate in compliance with Labor Code Section 1861, on the form provided in the Contract Documents.

32

b. Claims Against City - If an injury occurs to any employee of the Contractor for which the employee or his/her dependents, in the event of his/her death, may be entitled to compensation from the City under the provisions of said Acts, for which compensation is claimed from the City, there will be retained out of the sums due the Contractor under this Contract, an amount sufficient to cover such compensation as fixed by said Acts, until such compensation is paid or it is determined that no compensation is due. If the City is required to pay such compensation, the amount so paid will be deducted and retained from such sums due, or to become due to the Contractor.

2. Comprehensive General and Automobile Liability Insurance.

The insurance shall include, but shall not be limited to, protection against claims arising from death, bodily or personal injury, or damage to property resulting from actions, failures to act, or operations of the insured, or by its employees or agents, or by anyone directly or indirectly employed by the insured. The amount of insurance coverage shall not be less than $1,000,000.00 or more per occurrence.

The comprehensive general and automobile liability insurance coverage shall also include, or be endorsed to include, the following:

a. Provision or endorsement naming the City and each of its officers, officials, employees, agents, and volunteers, as additional insureds in regards to: liability arising out of the performance of any work under the Contract; liability arising out of activities performed by or on behalf of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees, agents, or volunteers.

b. Provision or endorsement stating that for any claims related to this project, the Contractor’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents, and volunteers to the extent the City is an additional insured. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents, or volunteers shall be in excess of the Contractor’s insurance and shall not contribute with it.

c. Provision or endorsement stating that any failure to comply with reporting or other provisions of the policies including breaches of representations shall not affect coverage provided to the City, its officers, officials, employees, agents, or volunteers.

33

d. Provision or endorsement stating that the Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability.

e. Provision or endorsement stating that such insurance, subject to all of its other terms and conditions, applies to the liability assumed by the Contractor under the Contract, including, without limitation, that set forth in Section XV, Indemnity and Litigation Costs.

3. Professional Liability.

The Contractor and its contractors and subcontractors shall secure and maintain in full force, during the term of this Contract professional liability insurance policies appropriate to the respective professions and the work to be performed as specified in this Contract. The limits of such professional liability insurance coverage shall not be less than $1,000,000 or more per claim.

XVII. MISCELLANEOUS PROVISIONS:

A. The Contractor shall designate a project manager who at all times shall represent the Contractor before the City on all matters relating to this Contract. The project manager shall continue in such capacity unless and until he or she is removed at the request of the City, is no longer employed by Contractor or replaced with the written approval of the City, which approval shall not be unreasonably withheld.

B. The Contractor shall keep itself fully informed of, shall observe and comply with, and shall cause any and all persons, firms or corporations employed by it or under its control to observe and comply with, applicable federal, state, county and municipal laws, ordinances, regulations, orders and decrees which in any manner affect those engaged or employed on the work described by this Contract or the materials used or which in any way affect the conduct of the work.

C. Contractor shall not engage in unlawful employment discrimination. Such unlawful employment discrimination includes, but is not limited to, employment discrimination based upon a person’s race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, gender, citizenship or sexual orientation.

D. The Contractor shall maintain and make available for inspection by the City and its auditors accurate records of all of its costs, disbursements and receipts with respect to any work under this Contract. Such inspections may be made during regular office hours at any time until six (6) months after the final payments under this Contract are made to the Contractor.

34

E. This Contract constitutes the entire agreement between the parties relative to the services specified herein and no modification hereof shall be effective unless and until such modification is evidenced by a writing signed by both parties to this Contract. There are no understandings, agreements, conditions, representations, warranties or promises, with respect to this Contract, except those contained in or referred to in the writing.

F. All notices that are required to be given by one party to the other under this Contract shall be in writing and shall be deemed to have been given if delivered personally or enclosed in a properly addressed envelope and deposited in a United States Post Office for delivery by registered or certified mail addressed to the parties at the following addresses:

City: City of Pittsburg 65 Civic Avenue Pittsburg, CA 94565 ATTN: Gina Haynes

Contractor:

ATTN:

G. This Contract shall be interpreted and governed by the laws of the State of California.

H. Any action arising out of this Contract shall be brought in Contra Costa County, California, regardless of where else venue may lie.

I. In any action brought by either party to enforce the terms of this Contract, the prevailing party shall be entitled to recover its reasonable attorney’s fees.

Executed the day and year first above written, by the parties as follows.

CITY OF PITTSBURG CONTRACTOR

By: By:

Title: Title:

35

CERTIFICATE OF COMPLIANCE WITH LABOR CODE § 3700

I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.

CONTRACTOR

By:

Title:

EXHIBIT A

RFP# 0524221 RESERVOIR INSPECTIONS (Insert Request for Proposal)

EXHIBIT B

COST SUMMARY/BID WORKSHEET (Insert completed Appendix B form)

36

ATTACHMENT 1

Appendix C City of Pittsburg, Department of Public Works Policy DP- W3 Water Distribution System Reservoir Maintenance Inspection, Cleaning and Disinfection

Water Reservoir Examination & Inspector’s Report

I. Condition of Paint: Describe condition of the paint as found, stating: rough approximation of percent of rust area, special locations of such areas (if segregated), and character of rust areas (i.e. blotchy corrosion, loose paint)

II. Pitting: Determine and report the extent and depth of pitting, as well as dimensions and locations of areas selected, scaled and cleaned by the inspector. The extent of pitting should be described by location and general character (i.e. blotchy, deep, pinpoint, general corrosion). Depth gauges should be used to obtain specific data. If plates are badly pitted, inspector may recommend drilling holes to determine plate thickness.

III. Repair Recommendations: The inspector's report shall state specifically whether pitting has penetrated to a depth indicating the necessity for repairs, the extent of repairs necessary and recommended method of repair.

IV. In addition to the above, the inspector shall report in detail on these items: A. Anchor Bolts: Are bolts tight? Are they rusted so as to reduce their strength materially? If so, caliper and record smallest section. Advise replacement if necessary. B. Column Shoes: Are column shoes cleaned and painted? Has dirt accumulated? Are column shoes seriously rusted? If so, where and to what depth? C. Tower: Are tower posts in line? Is there any indication of settlement in the foundations? Tower rods in good adjustment and well turned up? In good condition? If badly rusted, measure smallest part and report. Advise if replacement is necessary. D. Cotter Pins: Examine each pin for presence of cotter pins. Report the location of any pins not so fitted. Where rod pins with nuts are used, advise if nuts are on with full thread and the end of the thread is well b E. Riser Pipe: Riser pipe straight? Stay rods in good condition? Frost casing in good condition and properly supported? F. Indications of Leakage: Are their any indications of leakage in the riser pipe? In the expansion joint? In the tank proper? If so, give location and type of repair indicated. G. Ladder: Is the ladder safe? H. Balcony: Is balcony safe? Balcony floor in good condition? State amount of rust accumulated. I. Bolts: Any bolts or rivets missing in spliced connections of tower, struts and balcony? J. Paint: Report on the condition of each of the following: the paint and metal of the tower; paint and metal on the outside of tank bottom, particularly underneath balcony; paint and metal outside of tank shell; paint and metal outside of the roof and under eaves of roof; paint and metal inside tank shell, based on areas carefully

Page 37 examined by inspector (remove accumulated scale and rust from each sheet to examine condition of metal beneath and extent of rust and pitting); paint and metal on inside of roof; finial connection; paint and metal on the inside of the bottom of tank; paint and metal inside riser pipe, particularly at the bottom of the riser pipe. K. Rivets: Report, by selecting, scaling and examining suitable areas, the condition of rivets at lap joints and post connections. L. Metal: Report, by selecting areas to be examined, the condition of the metal between the rivets at the laps and at post connections. M. Tank Bottom: Has bottom of the tank deteriorated because it has been covered with mud or scale? If so, note conditions observed. Scaling and repainting satisfactory remedy? Are repairs indicated? If so, describe in detail. N. Prior Painting: When was tank last painted? What material was used?

Page 38