Loading...
HomeMy WebLinkAboutItem 06 - Agreement with Ascent Environmental (Resilient San Luis Obispo) Department Name: Community Development Cost Center: 4001 For Agenda of: April 21, 2020 Placement: Consent Estimated Time: N/A FROM: Michael Codron, Community Development Director Prepared By: Teresa McClish, Special Projects Manager SUBJECT: AGREEMENT WITH ASCENT ENVIRONMENTAL TO PREPARE THE COMPREHENSIVE HAZARD AND VULNERABILITY ASSESSMENTS AND ADAPTATION STRATEGIES FOR THE GENERAL PLAN SAFETY ELEMENT (RESILIENT SAN LUIS OBISPO) RECOMMENDATION Authorize the Community Development Director to enter into an agreement (Attachment A) with Ascent Environmental in the amount of $287,500 (grant funded) to prepare the comprehensive hazard and vulnerability assessments and adaptation strategies (Attachment B) for the General Plan Safety Element update funded through the Caltrans Climate Change Adaptation Grant, “Resilient SLO.” DISCUSSION Background In May 2019 the City was awarded a climate change adaptation grant from Caltrans titled, “Resilient San Luis Obispo” for $435,250 with a local in-kind staff time match valued at approximately $56,400 over a three-year period. The staff time match has been allocated to implement objectives and work program tasks in the Climate Action and Housing Major City Goals in the 2019- 21 Financial Plan, including an update to the Safety Element of the General Plan. The grant will fund consultant assistance to conduct a comprehensive assessment of the community’s vulnerability to the impacts of climate change and support the update to the Safety Element of the General Plan to include a strong adaptation and resilience focus. On January 21, 2020, the Council approved a contract with the Local Government Commission (LGC) to support much of the work. LGC is a co-applicant on the grant and their contract was required to formalize the roles and responsibilities associated with work under the grant. On February 10, 2020 the City released a Request for Proposals (RFP) for work emphasizing the hazard and vulnerability assessments and adaptation strategy work, including technical modeling and analyses for the project (Attachment C). Three proposals were received on the due date of March 2, 2002. A team of reviewers was assembled that included staff from Pubic Works, Engineering, the Office of Sustainability, Planning, and LGC, as well as representatives from another City and the private sector. Ascent was selected after proposals and interviews were rated. Item 6 Packet Page 9 Approval of the contract will allow Ascent to begin work on the project in coordination with the LGC and City staff on preparation of the comprehensive hazard and vulnerability assessments and adaptation strategies for the General Plan Safety Element update. Previous Council or Advisory Body Action On October 15, 2018, Council authorized staff to submit a grant application for this program and further affirmed a commitment to updating the Safety Element of the General Plan as part of the 2019- 21 budget, as approved on June 3, 2019. On August 20, 2019, Council approved a resolution accepting the Caltrans Climate Change Adaptation Planning Grant. On January 21, 2020 the Council awarded a contract with the LGC. Policy Consistency Major City Goals The Climate Action and Housing core priority Major City Goals in the 2019- 21 Financial Plan include an update to the Safety Element of the General Plan. Safety Element State law requires policies in a safety element to identify hazards and emergency response priorities, as well as mitigation through avoidance of hazards by new projects and reduction of risk in developed areas. As California confronts mounting climate change impacts, local governments are now required, in accordance with Senate Bill 379, to include a climate change vulnerability assessment, measures to address vulnerabilities, and comprehensive hazard mitigation and emergency response strategies. AB3065 and SB 1241 require safety element requirements for state responsibility areas and very high fire hazard severity zones. There are also several closely related statutory requirements with most General Plan elements, specifically, the Land Use, Conservation and Housing Elements. Consistency COVID-19 Orders and Current Fiscal Contingency Plan. This activity, safety planning and building community resiliency, is presently allowed under the State and Local emergency orders associated with COVID-19. Work products, timelines and 88.53% grant funds and 11.47% in-kind staff match for this Project have been approved through a Restricted Grant Agreement with Caltrans. Public Engagement The update to the Safety Element of the General Plan is included as a work task in the 2019- 21 Climate Action Major City Goal (MCG) and Housing MCG. The MCGs were developed as part of an extensive and comprehensive public engagement process. CONCURRENCE The Office of Sustainability secured this grant and are working with Community Development on the project and the MCG work task and concurs with this report. Item 6 Packet Page 10 ENVIRONMENTAL REVIEW The California Environmental Quality Act does not apply to the recommended action in this report, because the action does not constitute a “Project” under CEQA Guidelines Sec. 15378. FISCAL IMPACT Budgeted: Yes Budget Year: 2019-20 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund State $287,500 $287,500 $0 Federal 0 Fees 0 Other: 0 Total $287,500 $287,500 $0 This project is supported by a $435,250 grant from Caltrans. The Agreement for LGC’s services encumbers $147,750 of the grant. The Agreement for Ascent Environmental encumbers the remaining grant funds ($287,500). The $56,000 required grant match from the City is provided through staff time including the project manager in Community Development, support staff from the Office of Sustainability and the Fire Department, and support staff throughout the City over the three year project and is included in the existing City Financial Plan. ALTERNATIVES Council could choose not to authorize the agreement. Staff does not recommend this action as this would require significant staff resources to manage the grant and prepare the General Plan Safety Element update, without valuable technical expertise offered through Ascent Environmental. Attachments: a - Agreement with Ascent Environmental b - COUNCIL READING FILE - Exhibit A to Agreement with Ascent Environmental c - Request for Proposals Item 6 Packet Page 11 Agreement Page 1 AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this _____day of ______, 2020 by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and Ascent Environmental hereinafter referred to as Contractor or Consultant. W I T N E S S E T H: WHEREAS, on August 20, 2019, the City Council accepted a Climate Change Adaptation Grant (Grant) from the California Transportation Commission in order to conduct an assessment of the commun to the impacts of climate change and update the Safety Element of the General Plan to include a strong adaptation and resilience focus.; and WHEREAS, on January 21, 2020, they City Council approved a contract with the Local Government Commission, a co-applicant on the grant,for a portion of the work required for the project including support for project management, an audit of current adaptation policies, a capacity and coordination assessment and community outreach and education along with subject-matter expertise throughout the duration of the project ; WHEREAS, The City distributed a Request For Proposals for the project on February 10, 2020 to prepare the hazard and vulnerability assessments and adaptation strategies in support of the General Plan Safety Element update; WHEREAS, after a competitive selection process, the City wants to engage the services of Ascent Environmental for the project as outlined in the Request for Proposals; and WHEREAS, Contractor is qualified to perform this type of service and has submitted a cost proposal to do so which has been accepted by City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until as first written above, until acceptance or completion of said services. Item 6 Packet Page 12 Agreement Page 2 2.INCORPORATION BY REFERENCE The Contractor scope of work incorporated in and made a part of this Agreement a ttached as Exhibit A. The City conditions are hereby incorporated in an made a part of this Agreement as Exhibit B. The City insurance requirements and contractor s proof of insurance are hereby incorporated in and made part of this Agreement attached as Exhibit C. To the extent that there are any conflicts between the Contractor scope of work and the City rms and conditions, the City conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3.CITY'S OBLIGATIONS. For providing services as specified in this Agreement,City agrees to cooperate with Consultant in the completion of the work described in the Scope of Work attached her eto and incorporated by reference. City will pay and Consultant shall therefore receive payments in accordance with that scope of work for the total sum of $287,500. 4.CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to provide all specified services as set forth in the Scope of Work attached hereto and incorporated herein by this reference. Consultant may not amend the Scope of Work, either to modify provisions or to add or delete provisions, without prior written consent of the City's Project Manager. 5.AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the authorized agent of the City, in compliance with City policies. 6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7.NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City of San Luis Obispo 919 Palm Street San Luis Obispo,CA 93401 Attn: Michael Codron, Community Development Director Contractor Ascent Environmental 455 Capitol Mall, Suite 300 Sacramento, CA 95814 Attn: Honey Walters, Principal Item 6 Packet Page 13 Agreement Page 3 8.AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and em powered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrumen t to be executed the day and year first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation By:_____________________________________ Heidi Harmon, Mayor ATTEST: _______________________________ City Clerk APPROVED AS TO FORM:Ascent Environmental ________________________________By: _____________________________________ City Attorney Item 6 Packet Page 14 EXHIBIT B GENERAL TERMS AND CONDITIONS 1.Insurance Requirements. The Contractor shall provide proof of insurance in the form, coverages and amounts specified in Section E of paragraph 2 of the Agreement, unless changes are otherwise approved and agreed to in writing between the parties. If the Agreement is entered into outside of a Request for Proposal, Contractor shall provide proof of insurance in the form in the form coverages and amounts specified in Exhibit B 2.Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information -7134. 3.Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with all federal, state, county, city, and special district laws, ordinances, and regulations. 4.Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 5.Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 6.Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 7.Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 8.Public and Employee Safety. W hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 9.Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City good as when the Contractor began work. 10.Immigration Act of 1986. The Contractor warrants on behalf of itself and all Item 6 Packet Page 15 subcontractors engaged for the performance of this work that only persons authorized to work in the United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 11.Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 12.Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 13.Payment Terms. invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). 14.Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, nspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 15.Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 16.Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest direct, indirect or otherwise that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 17.Hold Harmless and Indemnification. (a) Non-design, non-construction Professional Services: To the fullest extent permitted by Item 6 Packet Page 16 law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, action, claims, liabilities, obligations, judgments, or damages, including reasonable legal f the operations or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising including reasonable legal fees, incurred in defense of such claims. (b) Non-design, construction Professional Services: To the extent the Scope of Services paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees,volunteers, and perform its obligations under this Agreement or out of the operations conducted by Consultant, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, burse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (c) Design Professional Services Scope of Services require Consultant t are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its against all claims, damages, injuries, losses, and expenses including costs,attorney fees, expert consultant and expert witness fees arising out of, pertaining to or relating to, the negligence, recklessness or willful misconduct of Consultant, except to the extent caused by the sole negligence, active negligence or willful misconduct of the City. Negligence, recklessness or willful misconduct of any subcontractor employed by Consultant shall be conclusively deemed to be the negligence, recklessness or willful misconduct of Consultant unless adequately corrected by Consultant. In the event the City Indemnitees are made a party to any action, option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event shall the cost to defend charged to Consultant Item 6 Packet Page 17 ever, notwithstanding the previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and confer with other parties regarding unpaid defense costs. obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 18.Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 19.Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this A will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor progress and finished goods. 20.Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs u milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in Item 6 Packet Page 18 the Agreement payment schedule; compensation for any other work, services or goods value of the work-in-progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. Item 6 Packet Page 19 Item 6 Packet Page 20 Item 6 Packet Page 21 Item 6 Packet Page 22 Item 6 Packet Page 23 1 City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 REQUEST FOR PROPOSALS Resilient San Luis Obispo: Comprehensive Vulnerability Assessment and Adaptation Strategy in Support of the General Plan Safety Element Update Specification No. 2020-1000145 RFP Issued: February 10, 2020 Proposals Due: March 2, 2020 at 3:00 PM PST City of San Luis Obispo in partnership with Local Government Commission is requesting sealed proposals for the following purpose according to the terms and conditions attached for Specification No. 2020-1000145. The purpose of this Request for Proposal is to solicit bids from qualified entities with in-depth expertise on and experience in developing vulnerability assessments and adaptation plans. The Consultant’s primary tasks will be to prepare a Comprehensive Vulnerability Assessment and to develop an Adaptation Strategy in support of the General Plan Safety Element Update. Proposals shall not exceed $287,500. All firms interested in receiving further correspondence regarding this RFP will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). Specification packages and additional information may be obtained by contacting Teresa McClish at (805) 783-7840, or via email at tmcclish@slocity.org. An optional pre-proposal teleconference will be held on February 18, 2020 to answer any questions that the prospective proposers may have regarding the City’s request for proposals. All proposals must be received electronically in BidSync by the Finance Division by March 2, 2020 at 3:00 PM Proposals received after said time may not be considered. The preferred method of submission is electronically via BidSync. If you wish to send a hard copy to guard against premature opening, each proposal shall be submitted to the Department of Finance in a sealed envelope plainly marked with the proposal title, project number, proposer name, and time and date of the proposal opening. Proposals shall be submitted using the forms provided in the project package. This project is funded through a Caltrans SB-1 Climate Adaptation Planning Grant awarded to City of San Luis Obispo. Local Government Commission is a grant subrecipient and will assist with the management and implementation of this project in coordination with the City. ACTIVITY PROPOSER CITY SCHEDULE RFP Release X February 10, 2020 Pre-Proposal Conference (optional) X February 18, 2020, 3:30 - 4:30 PM Responses due X March 2, 2020, 3:00 PM Interview consultants (If needed) X X March 9-12, 2020 Consultant selection X March 19, 2020 Item 6 Packet Page 24 2 Contract execution and start work X X April 28, 2020 TABLE OF CONTENTS A. Introduction 1 Project Background 1 Project Team 3 Project Scope 4 B. Proposal Requirement and Evaluation General Terms and Conditions Proposal Content Proposal Evaluation and Consultant Selection Contract Award and Execution Contract Performance C. Form of Agreement D. Insurance Requirements E. Proposal Submittal Forms References Past Contract Disqualifications G. Informational Resources Caltrans Grant Agreement General Plan Waterway Master Plan City Flood Control Program City Active Transportation Plan Status Item 6 Packet Page 25 - 1 - Section A INTRODUCTION 1. PROJECT BACKGROUND The City of San Luis Obispo’s transportation network is critical for regional and statewide connectivity, including all north/south traffic on Highway 101 and State Route 1. With the City serving as the region's economic hub with connectors to surrounding communities, risks to the transportation system have significant implications for people's livelihood and safety, particularly for the large parts of the City that are considered low-income under AB 1550’s designation. Recent studies, particularly the Central Coast Region Report (2018) completed as part of California’s Fourth Climate Change Assessment, reveal that the City (and the region as a whole) are at risk or can anticipate increased risks including exposure to wildfire, a 7-8 degree annual average maximum and minimum temperatures by the end of century relative to the historical period, an average of 26-50 extreme heat days between 2070-2099, and changing precipitation patterns. Known hazards are just the tip of the iceberg of exposures to climate- related hazards faced by the City and its transportation system, as risks are expected to grow as the result of climate change and shifting transportation needs and systems. Furthermore, with the risk of wildfire and flooding increasing in severity and frequency over time, the City must ensure that the transportation system is prepared and adapted to serve as reliable evacuation routes - not just for City residents, but for surrounding communities and the region at-large. Resilient San Luis Obispo aims to take a comprehensive approach to transportation and community adaptation for the City and its regional connections. This project takes a data-driven approach, utilizing best-available science with robust community engagement, to integrate activities along the adaptation planning continuum and address a variety of community sustainability and resilience objectives, including: • Adopting a comprehensively updated Safety Element of the General Plan based on best-available climate science that provides a broad and effective policy framework for reducing the City’s transportation system’s risk to the impacts of climate change. • Identifying and assessing vulnerabilities across the City’s existing and planned transportation system, physical assets, and social and economic conditions to identify current and projected areas of risk and vulnerability. • Engaging residents and stakeholders, particularly from low-income, disadvantaged, and hard-to-reach populations, to gather input on key vulnerabilities to address and priority adaptation measures to pursue. • Informing residents and stakeholders of current and future climate vulnerabilities, as well as adaptation best practices that can be pursued at the community or individual level. • Identifying the City committees and bodies responsible for transportation, public health and safety, and community resilience, as well as community organizations working on climate change issues, and assess their capacity and understanding of adaptation and resilience. • Identifying and prioritizing adaptation strategies across transportation, public health and safety, and community resilience sectors that can respond to existing and projected risks and evaluating each adaptation measure based on impact and feasibility. Item 6 Packet Page 26 - 2 - • Developing an Integration Guide and Work Plan that identifies resources and staffing requirements and assignments for implementation of the Adaptation Plan and aiming to apply model policies and ordinances and integrate adaptation considerations into the City’s budgeting process. 2. PROJECT TEAM City of San Luis Obispo (City) is the grant recipient and has the prime agreement with Caltrans. The City is providing staffing support for the project and will have overall responsibility for the project. The City will review grant products and perform grant administration functions including executing sub-contracts with Consultant(s). Staff will coordinate with project partners and other key stakeholders, provide data and policy documents, participate in community and local agency workshops, review all work products, direct revisions, and oversee the overall project with assistance from the Local Government Commission. Teresa McClish, Special Projects Manager, is the project lead for the City and will be assisted by City staff from the Office of Sustainability, and the Community Development and Fire Departments. Local Government Commission (LGC) will assist with overall project management and coordination of the project. LGC will lead the audit of adaptation policies under Task 3, support the development of a Public Safety/Adaptation Plan and Implementation Guide under Task 4, lead a capacity and coordination assessment under Task 6, and provide subject-matter expertise throughout the duration of the project. LGC will also place a CivicSpark Fellow locally with the City to support various aspects of the project. Julia Kim, Director of Climate and Energy Programs, is the project lead for the LGC. LGC will serve as the overall project manager for the Resilient San Luis Obispo project Consultant(s): The selected Consultant (or team of consultants) will work collaboratively with all project partners and lead all aspects of Task 2, which includes assessing current and future hazards and conducting a comprehensive vulnerability assessment, and Task 5, which includes developing a menu of adaptation strategies and an update to the safety element of the City’s general plan. Additionally, at a minimum, the Consultant is also expected to work with project partners to ensure alignment and coordination across all project activities and deliverables, and will be asked to participate in community engagement and education activities, support the design of agency capacity building activities, and provide expert review of other project deliverables. Additional partners will be engaged throughout the implementation of the project, including San Luis Obispo Council of Governments (SLOCOG), other local, regional, and State agencies, community-based organizations, and various subject-matter experts. 3. PROJECT SCOPE Successful proposals will address all aspects of the Consultant-led tasks included in the Full Project Scope below and identify opportunities for further enhancement and engagement on tasks led by the City or LGC based on the Consultant’s qualifications, expertise, and experience. Proposed budgets may not exceed $287,500 and will be considered final if Item 6 Packet Page 27 - 3 - selected. All work must be completed by February 28, 2022, and proposals should assume a start date of April 28, 2020. Key Consultant-led tasks and deliverables include the following: 1. Leading all aspects of conducting a vulnerability assessment (Task 2), which includes: a. Conducting a Current and Future Hazards Assessment b. Conducting a Comprehensive Vulnerability Assessment c. Developing a Hazards and Vulnerabilities Report 2. Leading all aspects of developing Adaptation Strategy and update to the Safety Element (Task 5), which includes: a. Developing a menu of adaption options and strategies b. Developing General Plan Safety Element adaptation and resilience policies and implementation measures including cost estimates, timelines and funding and financing options to pursue c. Developing an integration guide and a series of workplans for the top three prioritized implementation activities 3. Working with project partners to support community engagement and education activities through direct participation and ensuring community input and priorities are reflected in Consultant-led tasks and deliverables. 4. Supporting other aspects of the project to ensure continuity and alignment in final work products by working closely with the City, LGC, and other key stakeholders FULL PROJECT SCOPE OF WORK The proposed scope of work must align with the numerical tasks of the full project scope and, at minimum, include the Consultant-led tasks and deliverables defined below. 1. Project Initiation and Coordination The City or LGC will lead all aspects of Task 1. The Consultant is expected to participate in Tasks 1.3 and 1.5. Task 1.1: Kickoff Meeting with Caltrans • Hold kickoff meeting with Caltrans District staff to discuss overall project goals, objectives, invoicing, progress reports, and grant procedures, as well as to establish overall project expectations and requirements. • Responsible Party: City • Deliverable(s): Meeting summary Task 1.2: Subcontract with Sub-Applicant • Prepare a subcontract with the Local Government Commission (LGC), the sub applicant on this grant that will assist with project management and lead several project tasks. • Responsible Party: City • Deliverable(s): Copy of executed subcontract Task 1.3: Project Charter and Kickoff • Coordinate with City staff to develop a Project Charter, which will include the final project timeline, milestones, deliverables, key contacts, communication protocols, team expectations, and other elements to guide the project team. Item 6 Packet Page 28 - 4 - • Organize a project team kickoff meeting after the consultant is hired to review the Project Charter, clarify roles and expectations, and discuss initial tasks. The meeting may be conducted in-person or virtually. • Responsible Party: LGC • Deliverable(s): Project Charter Task 1.4: Request for Proposals and Contracting with Consultants • Conduct a full Request for Proposals process that follows the proper procurement procedures established by Caltrans. RFP will be distributed and consultant(s) interviews will be conducted. A consultant (or team of consultants) will be selected and contracts will be negotiated and fully executed. • Responsible Party: City • Deliverable(s): Copy of procurement procedures and executed consultant contract(s) Task 1.5: Project Coordination • Conduct regular project team meetings to ensure ongoing coordination on project tasks and deliverables, foster collaboration, and exchange relevant information and resources. Develop meeting agendas and summaries, and coordinate with team members to follow up on requests, actions, and needs identified at each meeting. • Identify and utilize project management tools to support ongoing coordination between team meetings. • Work with City staff and Consultant(s) to ensure that the project remains on time and within the allocated budget. • Responsible Party: LGC • Deliverable(s): Meeting summaries 2. Existing and Projected Conditions The Consultant will be responsible for all aspects of Task 2, which is focused on conducting a comprehensive vulnerability assessment to ensure robust understanding of current and future hazards and vulnerabilities specific to the City, as well as to ensure all work products are based on best-available science and local data. Activities conducted under this task will be continuously informed by community input gathered under Task 4, which will be conducted in parallel with this task, and will inform Task 5. Task 2.1: Current and Future Hazards Assessment • Review existing hazard assessments including the City's 2014 Local Hazard Mitigation Plan, the in-process countywide hazard mitigation plan and publicly available hazard maps to build foundational understanding of existing hazards. • Coordinate with related City planning efforts, such as the Community Planning Assistance for Wildfire that will produce downscaled wild land urban interface wildfire maps, in order to maximize the outcomes of this project and to seek alignment across City planning. • Conduct additional research to compile data, models, and maps identifying exposure to natural (e.g., wildfire, seismic activity, drought, flood, extreme heat) and man-made (e.g. diablo canyon, urban conflagration) hazards. • Review existing resources (e.g. Cal-Adapt, California Fourth Assessment climate change reports, etc.) and conduct primary climate research where necessary to project future climate change influenced hazards. Activities will include hydrologic Item 6 Packet Page 29 - 5 - modeling of flood prone creeks (San Luis Obispo Creek and Prefumo Creek) and certain urban areas under expected future precipitation regimes; downscaled heat modeling; regional wind modelling; and site-specific wildfire risk modeling. • Responsible Party: Consultant • Deliverable(s): Summary memos, map(s), and model(s) for each hazard area Task 2.2: Comprehensive Vulnerability Assessment • Compile known and planned transportation assets into a single GIS dataset (including active transportation, roadways, transit, and Caltrans facilities). Overlay hazard maps on identified assets to evaluate areas of vulnerability. • Evaluate existing transportation routes, including evacuation routes and primary commuter routes, and assess risks and vulnerabilities due to climate change and other critical hazards identified. • Identify communities and individuals with inadequate access to transportation, particularly public transit and alternative modes of transportation. • Based on community priorities, identify 3-5 priority transportation assets to develop a full risk profile for, including the cost of inaction. • Evaluate a range of community characteristics, including poverty and unemployment rates, aging populations, and other key characteristics that may suggest greater sensitivity to change, including climate variability, to assess community's adaptive capacity. • Identify both current and likely future demographic and economic conditions and systematically assess social and economic vulnerability to known hazards with an emphasis on how the City's transportation system's functionality is vulnerable to the expected confluence of climate, economic, and social changes. • Assess how existing transportation system inadequacies also exacerbate social and economic vulnerabilities. • Evaluate how the City's climate risks and vulnerabilities impact the region's broader economic resilience and vitality. • Compile known and planned physical assets (e.g. wastewater treatment, critical facilities, and public assets) into a single GIS dataset. Overlay hazard maps with assets to identify areas of vulnerability. • Evaluate interconnectedness of critical infrastructure and transportation system, and develop a prioritization hierarchy for addressing risks and vulnerabilities identified. • Based on community priorities, identify 3-5 priority physical assets to develop a full risk profile for, including the cost of inaction. • Responsible Party: Consultant • Deliverable(s): Risk Profiles for transportation, physical assets, and • social and economic conditions; GIS datasets Task 2.3: Hazards and Vulnerabilities Report • Based on Hazards Assessment (Task 2.1) and Vulnerability Assessment (Task 2.2), develop a comprehensive Hazards and Vulnerabilities Report, including a standalone summary report of key findings. • Compile GIS datasets to produce a comprehensive map that highlights asset- and risk-specific data and models. • Develop a presentation kit that can be utilized to educate and inform local elected officials, City staff, regional agencies, and the community at-large. At minimum, Item 6 Packet Page 30 - 6 - the kit will include digestible summary memos, a PowerPoint presentation, and a poster. • Responsible Party: Consultant • Deliverable(s): Hazards and Vulnerabilities Report; summary report; maps; summary memos; PowerPoint presentation; poster 3. Adaptation Policy Audit LGC will lead all aspects of Task 3, working closely with City staff and with input and review from the Consultant. Task 3.1: Local Policy Audit • Review existing City plans, programs, and policies (e.g. general plan, climate action plan, local ordinances, permitting, and zoning), as they relate to adaptation and/or transportation planning, to assess the City’s current approach to community resilience and maintaining an economically viable and socially just community in the face of systems disturbance. • Develop a policy crosswalk to identify areas of misalignment and/or potential for improvement to increase adaptive capacity and build community resilience, including strategies discussed across multiple plans that should be prioritized by the City. • Based on the policy audit and crosswalk, establish a clear vision for community resilience that City departments can adopt as a guiding compass • Responsible Party: LGC • Deliverable(s): Summary of plans and policies reviewed; policy crosswalk; community resilience vision Task 3.2: State Law Compliance Timeline • Identify local policy and planning requirements, as they relate to adaptation and transportation, in order to comply with and go beyond existing state laws and mandates to serve as a model for the region and state. • Define local goals and objectives as they relate to State legal requirements and broader State targets to identify priority strategies to achieve both locally-defined and state-mandated goals. • Establish a timeline for alignment and compliance while conducting a crosswalk of other City goals, plans, and existing policies and programs. • Responsible Party: LGC • Deliverable(s): Summary of state laws; timeline for alignment and compliance 4. Community Outreach and Education LGC will lead all aspects of Task 4, working closely with City staff and with input, review and participation from the Consultant. Task 4.1: Community Outreach Plan • Develop a Community Outreach Plan that details steps that will be taken to reach out to and engage community members. The Plan will include: o A list of key stakeholders to involve and engage, including public officials and agency staff, businesses, service organizations, community organizations, neighborhood leaders and residents, the school district and nearby schools, property owners, and other interest groups that reflect the demographics and perspectives of the San Luis Obispo community. Item 6 Packet Page 31 - 7 - o An evaluation of various community engagement strategies, including surveys, pop-ups, traditional workshops, community design charrettes, webinars, and festive activities that can be utilized. o A schedule of community engagement activities with timing for release, distribution, and placement of publicity items, with a goal of conducting a series of activities throughout the duration of the project (e.g. input, feedback, and dissemination). o A list of potential co-sponsors and co-promoters to assist with outreach and procurement of additional materials (e.g. food, prizes, and entertainment) to maximize participation and positive input at community events. • Responsible Party: LGC • Deliverable(s): Community Outreach Plan Task 4.2: Community Engagement Activities • Conduct at least 4 community engagement activities to solicit input on community needs, concerns, and priorities in regard to transportation infrastructure and services, climate hazards and vulnerabilities, and other sectors and factors critical to achieving community resilience, mobility, and social justice goals. Promote community resilience vision developed as part of Task 3.1 to gain support from broader community. • Produce and distribute outreach materials in English, Spanish, and other languages as needed to encourage broad public participation. Secure translation services, as needed, for community engagement activities. • Identify additional stakeholder groups to conduct targeted meetings with such as local tribes, health professionals, major industries and employers, and regional agencies. • Develop meeting summaries to inform the development of the Public Safety/Adaptation Plan and Implementation Guide (Task 5). • Responsible Party: LGC • Deliverable(s): Agendas, summaries, and participant lists from 4 events Task 4.3: Educational Events • Host at least 4 climate science and adaptive capacity building events for the public with the aim of educating community members about current and future climate vulnerabilities in the City, and public safety and adaptation best practices that can be pursued at the community and/or individual level. Promote community resilience vision developed as part of Task 3.1 to gain support from broader community. • Evaluate different types of events that can be organized to appeal to different types of stakeholders (e.g. trivia night, lecture series, and videos). • Coordinate with external organizations (e.g. Central Coast Climate Collaborative, NOAA, USGS, and Cal Poly, San Luis Obispo) to identify educational materials, programs, or events that could be provided to the public. • Responsible Party: LGC • Deliverable(s): Agendas, summaries, and participant lists from 4 events 5. Safety Element of the General Plan The Consultant will be responsible for all aspects of Task 5, which is focused on developing an update to the Safety Element of the City’s General Plan and will be Item 6 Packet Page 32 - 8 - informed by all findings and products from previous tasks. Although focused on the Safety Element, this task will inform numerous in-process and upcoming planning projects including the City's Active Transportation Plan, Housing Element of the General Plan, Parking and Access Plan, and other relevant plans. Task 5.1: Menu of Adaptation Options • Establish specific adaptation goals, objectives, and targets based on Hazards and Vulnerabilities Assessment (Task 2), local policy audit (Task 3), overarching community resilience vision (Task 3), and public input (Task 4). Consider City's role in the regional economy, as the primary location of major employers, and the need to ensure transportation networks are well-adapted for both residents and commuters who rely upon infrastructure and services. Include specific targets that achieve both adaptation and transportation goals. • Develop potential adaptation strategies that address current and future hazards and vulnerabilities in a changing climate, while addressing community priorities. Review existing resources including Cal-Adapt, the Adaptation Clearinghouse, Fourth Assessment reports, the Adaptation Planning Guide, and local adaptation plans to develop a menu of options. • Working closely with City staff, rank adaptation strategies based on feasibility, impact, and other key criteria determined to identify priority strategies for inclusion in Adaptation Strategy. At minimum, priority strategies should be financially feasible and socially just, and align with community input gathered. • Responsible Party: Consultant • Deliverable(s): Matrix of adaptation options Task 5.2: Safety Element of the General Plan Update • Develop General Plan adaptation and resilience strategies that identify short-, medium-, and long-term adaptation actions and opportunities. Based on feasibility analysis (Task 5.1), provide recommendations for overcoming any obstacles or barriers identified. For each action, include, at minimum, a cost estimate, high-level timeline for implementation, and the City department that should lead or coordinate. • Consider interdependencies between City and neighboring jurisdictions to identify policies and actions that should be pursued at the regional scale. • Assess funding and financing options available to pursue priority strategies identified, including Federal, State and Local grants, local tax measures, PACE financing, EIFDs, Opportunity Zones, and other innovative funding and financing mechanisms. • Responsible Party: Consultant • Deliverable(s): Draft Update to the Safety Element Task 5.3: Integration Guide and Work Plans • Develop an Integration Guide, working closely with City staff, for the integration of the Safety Element adaptation and resilience strategies with the Capital Improvement Plan, operational budgets, biennial financial plans, and other key plans and procedures identified by the City. • Identify and/or develop model policies, ordinances, and resolutions to begin implementing policy and process changes committed to in the Safety Element. Policies should respond to existing and future hazards and vulnerabilities across Item 6 Packet Page 33 - 9 - key sectors including transportation, public health and safety, natural resources, and community development. • Work with City to identify staffing requirements and assignments, and develop detailed work plans to implement the top three prioritized implementation actions identified in the Adaptation Strategy. • Responsible Party: Consultant • Deliverable(s): Integration Guide; work plans 6. Capacity Building LGC will lead all aspects of Task 6, working closely with City staff and with input and review from the Consultant. Task 6.1: Capacity and Coordination Assessment • Review purviews of all City departments, committees, and bodies to assess who is responsible for transportation, public health and safety, and community resilience; their capacity and understanding of adaptation and resilience; and the level of coordination across the City bodies. • Interview City staff, regional agencies, climate change organizations, community- based organizations, and other key stakeholder groups to increase understanding of roles, capacity, and interest in coordination. • Develop an “organizational chart” that provides a full picture of public and non- public agencies working on climate issues and provide a set of recommendations for improving coordination efforts. • Responsible Party: LGC • Deliverable(s): Org chart; summary of roles/capacity; recommendations memo Task 6.2: Capacity Building Activities • Based on the ecosystem of various entities, stakeholders, and organizations working on public safety and adaptation, conduct internal capacity building activities including at least 4 seminars, workshops, webinars, and/or coordination meetings for City staff to increase understanding of climate risks, discuss priority adaptation strategies, institutionalize adaptation principles, and establish internal coordination processes. • Establish mechanisms for ongoing coordination and collaboration for City staff to engage with key external stakeholders (e.g. Central Coast Climate Collaborative, FEMA, Cal FIRE, and regional transit agencies). • Promote community resilience vision developed as part of Task 3.1 to gain support from City leaders and staff across departments. • Responsible Party: LGC • Deliverable(s): Meeting agendas; meeting summaries; participant lists Task 6.3: Statewide Dissemination • Coordinate with key project partners to write a summary report to help other jurisdictions learn from the project and replicate it throughout the state. • Share results and report with other climate adaptation focused groups including the Alliance of Regional Collaboratives for Climate Adaptation and its member collaboratives in the Central Coast, North Coast, Sacramento Capital Region, San Francisco Bay Area, Sierra Nevada, Los Angeles County, and San Diego County. Item 6 Packet Page 34 - 10 - • Hold at least one webinar to share project results, with target audience of local jurisdictions and agencies in the Central Coast region, Caltrans staff, transportation agencies, public health groups, and other key stakeholders throughout California. • Develop a case study for ICARP for inclusion in Adaptation Clearinghouse and to further disseminate project results and key findings. • Responsible Party: LGC • Deliverable(s): Project summary report; webinar; case study 7. Administration The Consultant will provide clear and detailed invoices and reports to the City on a quarterly basis. Task 7.1: Invoicing • Provide clear and detailed invoices to the City on a quarterly basis. • Responsible Party: Consultant • Deliverable(s): Quarterly invoices Task 7.2: Reporting • Provide clear and detailed invoices to the City on a quarterly basis. • Responsible Party: Consultant • Deliverable(s): Quarterly reports Item 6 Packet Page 35 - 11 - Section B PROPOSAL REQUIREMENTS AND EVALUATION 1. GENERAL TERMS AND CONDITIONS 1. Requirement to Meet All Provisions. Each individual, firm, or team of firms submitting a proposal (proposer) shall meet all of the terms and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. All proposals must be received via BidSync by the Department of by 3:00 PM PST on March 2, 2020. Proposals received after said time may not be considered. The preferred method of submission is electronically via BidSync. If you wish to send a hard copy to guard against premature opening, each proposal shall be submitted to the Department of Finance in a sealed envelope plainly marked with the proposal title, project number, proposer name, and time and date of the proposal opening. Proposals shall be submitted using the forms provided in the project package. In addition to mailing or delivering a hard copy of the full proposal, proposers must send a digital copy of the full proposal to Teresa McClish at tmcclish@slocity.org. The digital copy of the proposal will not be accepted if the Department of Finance does not receive the full proposal by the deadline indicated above. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the proposer’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section D. 4. Proposal Quotes and Unit Price Extensions. The extensions of unit prices for the quantities indicated and the lump sum prices quoted by the proposer must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any proposer for any item are not in agreement, the unit price alone will be considered as representing the proposer's intention and the proposal total will be corrected to conform to the specified unit price. Proposal budgets must not exceed $287,500.00. The total proposal budget amount included in the selected Consultant’s proposal will be considered final and non- negotiable. 5. Proposal Withdrawal and Opening. A proposer may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written Item 6 Packet Page 36 - 12 - request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the proposer unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Inviting Bids/Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Proposers or their representatives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a proposer submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other proposers submitting proposals. 7. Cooperative Purchasing. During the term of the contract, the successful proposer will extend all terms and conditions to any other local governmental agencies upon their request. These agencies will issue their own purchase orders, will directly receive goods or services at their place of business and will be directly billed by the successful proposer. 8. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged but will be permitted. However, any such oral communication shall not be binding on the City. 2. PROPOSAL CONTENT Proposals must include the following information: 1. Submittal Forms a. Proposal submittal summary. b. Certificate of insurance. c. References from at least three public agencies for whom you have provided similar services. 2. Qualifications a. Experience of your firm and those of sub-consultants in performing work and projects relevant to the Scope of Services outlined and described in the request. b. Description of tangible outcomes resulting from past projects with public agencies beyond the development of contracted deliverables. Demonstrate how your work has been actionable and impactful beyond the completion of your previous deliverables. c. Expertise in climate change, vulnerability assessments, and adaptation planning. d. Resumes of the individuals who would be assigned to this project, including any sub-consultants, with their corollary experience highlighted and specific roles in this project clearly described. e. Standard hourly billing rates for the assigned staff, including any sub-consultants. f. Statement and explanation of any instances where your firm or sub-consultant has been removed from a project or disqualified from proposing on a project. Item 6 Packet Page 37 - 13 - 3. Work Program a. Detailed description of your approach to completing the work. • Demonstrate your understanding of the overall project and objectives and how it relates to State goals and mandates, social equity and inclusivity, • Clearly detail your scope of work which must, at minimum, include • Highlight how you will leverage State resources that are relevant to the project such as the Adaptation Planning Guide, Cal-Adapt, and California’s Fourth Climate Change Assessment. b. Detailed schedule by task and sub-task for completing the work. Task and sub- task numbers, headings, and required deliverables must directly match what is included in the Caltrans grant agreement. Additional deliverables may be proposed to support your approach. c. Estimated hours for your staff in performing each phase, task, and sub-task of the work, including sub-consultants, so we can clearly see who will be doing what work, and how much time and resources it will take. d. Description of how you will engage in tasks led by the City or the Local Government Commission as part of the full project scope, including how you will work with the project team to ensure alignment and coordination across all tasks and deliverables. At minimum, include your attendance at community engagement meetings as part of your proposal and budget. e. Services or data to be provided by the City. f. Services and deliverables provided by the Consultant(s). g. Discussion on how local government policies and plans you have developed in the past have led to concrete outcomes, actions, and implementation beyond the completion and adoption of your deliverable. h. Any other information that would assist us in making this contract award decision. i. Description of assumptions critical to development of the response which may impact cost or scope. 4. Proposal Length Proposal length is not limited to a number of pages, however, should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. 3. PROPOSAL EVALUATION AND CONSULTANT SELECTION Proposals will be evaluated by a review committee and contract award process as follows: 1. Phase 1 – Written Proposal Review/Finalist Candidate Selection The proposals will be evaluated based on criteria, including but not limited to: a. Understanding of the work required by the City. b. Quality, clarity and responsiveness of the proposal. c. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d. Recent team experience in successfully performing similar services. Item 6 Packet Page 38 - 14 - e. Clear outcomes resulting from pst services provided to public agencies beyond the development of contracted deliverables. f. Creativity of the proposed approach in completing the work. g. Cost. h. Writing and formatting skills. i. References. j. Background and experience of the specific individuals to be assigned to this project. 2. Phase 2 – Oral Presentations/Interviews and Consultant Selection (at City’s discretion) At the City’s discretion, a group of finalist candidates may be asked to provide an oral presentation to the review committee and answer questions about their proposal. The purpose of this second phase is two-fold: to clarify and resolve any outstanding questions or issues about the proposal; and to evaluate the proposer’s ability to clearly and concisely present information orally. After evaluating the proposals and discussing them further with the finalists or the tentatively selected consultant, the City reserves the right to further negotiate the proposed work scope and/or method and amount of compensation. Contract award will be based on a combination of factors that represent the best overall value for completing the work scope as determined by the City, including: the written proposal criteria described above; results of background and reference checks; results from the interviews and presentations phase; and cost. 3. Proposal Review and Award Schedule. The proposal review and award schedule is included in Section A of this specification. 4. Pre-Proposal Conference. An optional pre-proposal teleconference will be held at the following date and time to answer any questions that prospective bidders may have regarding this RFP: Tuesday, February 18th from 3:30 PM – 4:30 PM PST 1-669-900-6833, Code: 401 375 4773 ## 5. Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternative and discuss under what circumstances the City would prefer one alternative to the other(s). 4. CONTRACT AWARD AND EXECUTION 1. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the "special terms and conditions" in Section C of these specifications for proposal evaluation and contract award criteria. Item 6 Packet Page 39 - 15 - 2. Competency and Responsibility of Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of proposers. Proposers will provide, in a timely manner, all information that the City deems necessary to make such a decision. 3. Contract Requirement. The proposer to whom award is made (Consultant) shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 4. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Consultant as part of the work or services under these specifications shall become the permanent property of the City and shall be delivered to the City upon demand. 5. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Consultant as part of the work or services under these specifications shall be the property of the City and shall not be made available to any individual or organization by the Consultant without the prior written approval of the City. 6. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Consultant is required to furnish in limited quantities as part of the work or services under these specifications, the Consultant shall provide such additional copies as are requested, and City shall compensate the Consultant for the costs of duplicating of such copies at the Consultant's direct expense. 7. Required Deliverable Products. The Consultant will be required to provide: a. One print-ready and one digital-ready original .pdf of all final documents. b. Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign (check with project manager) Virtual Models: Sketch Up (check with project manager) Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff c. City staff will review any documents or materials provided by the Consultant and, where necessary, the Consultant will be required to respond to staff comments and make such changes as deemed appropriate. Item 6 Packet Page 40 - 16 - 5. CONTRACT PERFORMANCE 1. Insurance Requirements. The Consultant shall provide proof of insurance in the form, coverages and amounts specified in Section D of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. 2. Business License & Tax. The Consultant must have a valid City of San Luis Obispo business license and tax certificate before execution of the contract. Additional information regarding the City's business license and tax program may be obtained by calling (805) 781-7134. 3. Ability to Perform. The Consultant warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 4. Laws to be Observed. The Consultant shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 5. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Consultant is required to pay. 6. Permits and Licenses. The Consultant shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 7. Safety Provisions. The Consultant shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 8. Public and Employee Safety. Whenever the Consultant’s operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 9. Preservation of City Property. The Consultant shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Consultant’s operations, it shall be replaced or restored at the Consultant’s expense. The facilities shall be replaced or restored to a condition as good as when the Consultant began work. 10. Immigration Act of 1986. The Consultant warrants on behalf of itself and all subcontractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 11. Consultant Non-Discrimination. In the performance of this work, the Consultant agrees that it will not engage in, nor permit such subcontractors as it may employ, to Item 6 Packet Page 41 - 17 - engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 12. Work Delays. Should the Consultant be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the Consultant. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 13. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Consultant (Net 30) and in accordance with the Grant Guidelines. 14. Inspection. The Consultant shall furnish City with every reasonable opportunity for City to ascertain that the services of the Consultant are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City’s inspection and approval. The inspection of such work shall not relieve Consultant of any of its obligations to fulfill its contract requirements. 15. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Consultant in preparing its invoices to City as a condition precedent to any payment to Consultant. 16. Interests of Consultant. The Consultant covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Consultant further covenants that, in the performance of this work, no subconsultant or person having such an interest shall be employed. The Consultant certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Consultant shall at all times be deemed an independent consultant and not an agent or employee of the City. 17. Hold Harmless and Indemnification. Non-design, construction Professional Services: To the extent the Scope of Services involve a “construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the Item 6 Packet Page 42 - 18 - operations conducted by Consultant, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. The review, acceptance or approval of the Consultant’s work or work product by any indemnified party shall not affect, relieve or reduce the Consultant’s indemnification or defense obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 18. Contract Assignment. The Consultant shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 19. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Consultant. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Consultant must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 20. Termination. If, during the term of the contract, the City determines that the Consultant is not faithfully abiding by any term or condition contained herein, the City may notify the Consultant in writing of such defect or failure to perform. This notice must give the Consultant a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Consultant has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Consultant to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Consultant’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. Item 6 Packet Page 43 - 19 - In said event, the Consultant shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Consultant as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Consultant shall be based solely on the City’s assessment of the value of the work-in-progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Consultant be entitled to receive in excess of the compensation quoted in its proposal. 21. Sustainable Project Management. The consultant shall make its best efforts to reduce GHG emissions created as the result of working on this project. Item 6 Packet Page 44 - 1 - Section C FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into the City of San Luis Obispo on _________by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter refer red to as City, and [CONSULTANT’S NAME IN CAPITAL LETTERS], herein referred to as Consultant. W I T N E S S E T H: WHEREAS, in _________, the City was awarded a Climate Change Adaptation Grant (Grant) from the California Transportation Commission; and WHEREAS, on [date], City requested proposals for an update to prepare a Comprehensive Vulnerability Assessment and to develop an Adaptation Strategy in support of the General Plan Safety Element Update, per Specification No. ________ (project); and WHEREAS, pursuant to said request, Consultant submitted a proposal that was accepted by City for said project; NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said project. 2. INCORPORATION BY REFERENCE. City Specification No. ______ and Consultant's proposal dated [date] is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. The City’s terms and conditions are hereby incorporated in an made a part of this Agreement as Exhibit B. To the extent that there are any conflicts between the Consultant’s fees and scope of work and the City’s terms and conditions, the City’s terms and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3. CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay and Consultant shall receive therefore compensation in a total sum not to exceed [$ .00. 4. CONSULTANT'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to do everything required by this Agreement and the said specifications. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager of the City. Item 6 Packet Page 45 - 2 - 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Consultant Name Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Consultant do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO ________________________________ By:________________________________ _ __________________________________ City Clerk City Manager ____________________________________ APPROVED AS TO FORM: CONSULTANT ________________________________ By: _____________________________________ City Attorney Item 6 Packet Page 46 - 1 - Section D INSURANCE REQUIREMENTS Consultant Services The Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Consultant shall maintain limits no less than: 1. General Liability: Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. 2. Automobile Liability: Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Vendor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. 3. Employer's Liability: Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). Consultant shall submit to the City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of the City, its officers, agents, employees and volunteers. Item 6 Packet Page 47 - 2 - 4. Errors and Omissions Liability: Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the services required by this agreement. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 3. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. 5. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against Agency, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Vendor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Vendor hereby waives its own right of recovery against Agency and shall require similar written express waivers and insurance clauses from each of its subconsultants. Item 6 Packet Page 48 - 3 - Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Consultant shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Item 6 Packet Page 49 - 1 - Section E Proposal Submittal Forms The undersigned declares that she or he has carefully examined Specification No. 2020-1000145, including the description of the work program which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: Description 2020-21 Task 1 Task 2 Task 3 Task 4 Other Costs (please specify) TOTAL $ ❑ Certificate of insurance attached; insurance company’s A.M. Best rating: __________________. Firm Name and Address Contact Phone Signature of Authorized Representative Date Item 6 Packet Page 50 - 2 - REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 3 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Item 6 Packet Page 51 - 3 - STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. ◼ Do you have any disqualification as described in the above paragraph to declare? Yes ❑ No ❑ ◼ If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative Item 6 Packet Page 52