Loading...
HomeMy WebLinkAboutItem 6g. California Blvd. and Foothill Blvd. Railroad Crossing Grant Funding Agreement and RFP for Design Services Item 6g Department: Public Works Cost Center: 5010 For Agenda of: 7/20/2021 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Luke Schwartz, Transportation Manager SUBJECT: CALIFORNIA BOULEVARD AND FOOTHILL BOULEVARD RAILROAD CROSSING GRANT FUNDING AGREEMENT AND REQUEST FOR PROPOSALS FOR DESIGN SERVICES RECOMMENDATION 1. Adopt a Resolution entitled, “A Resolution of the City Council of the City of San Luis Obispo, California, authorizing the City Manager to execute Service Contract No. 50LP291 with the California Department of Transportation for the provision of Highway Railroad Grade Crossing Safety Program (Section 130) Grant Funds for the California & Foothill Railroad Crossing Upgrades Project;” and 2. Authorize the City Manager to execute subsequent amendments to the Caltrans Service Contract as needed to facilitate completion of the California & Foothill Railroad Crossing Upgrades Project; and 3. Authorize the Finance Director to augment the budget, by accepting and appropriating Section 130 Program Grant Funds to the California & Foothill Railroad Crossing Upgrades Project account (Spec. No. 91293) pursuant to the Caltrans Service Contract and any subsequent amendments to this contract; and 4. Authorize the issuance of a Request for Proposals (RFP) for Consultant Design Services for the California & Foothill Railroad Crossing Upgrades Project (Specification No. 91293); and 5. Authorize the City Manager to award the Consultant Design Services contract if proposals are within the authorized reimbursable project budget for preliminary engineering pursuant to the Caltrans Service Contract. DISCUSSION Background Following completion of the Railroad Safety Trail project connecting the Cal Poly campus south to Taft Street along California Boulevard roughly 10 years ago, the California Public Utilities Commission (CPUC) notified the City of San Luis Obispo that further upgrades would be required to the at-grade Union Pacific Railroad crossing adjacent to the Foothill Boulevard/California Boulevard intersection. Specifically, the CPUC requested that the City upgrade the antiquated railroad gate arm systems to new compliant gating and warning systems for vehicles, as well as bicycles and pedestrians. As part of the City’s 2015-17 Capital Improvement Plan (CIP) work program, the City allocated funding to begin preliminary engineering for an upgraded crossing system. Page 909 of 1183 Item 6g Following the tragic death of a 22-year-old Cal Poly student in early 2016, who was killed after being struck by a train at this rail crossing, the CPUC notified the City that the proposed crossing improvements may be eligible for grant funding through the Federal Railroad-Highway Grade Crossing (Section 130) Program, which provides grant funding for qualifying railroad crossing safety improvements. In 2019, the CPUC provided formal confirmation to the City that the Foothill & California Railroad Crossing Improvements Project was selected for participation in the Section 130 Program, providing reimbursable grant funds for all remaining phases of the project, from design through construction. In the State of California, the federal Section 130 Program is administered by the California Department of Transportation (Caltrans). Over the past year, City staff has been coordinating with Caltrans to confirm project details and scope of work and Caltrans recently provided a draft Service Contract, which dictates the terms of grant administration and reimbursements. Attachment A includes a City Council Resolution authorizing the City to enter into this agreement with Caltrans for administration and reimbursement of federal Section 130 grant funds. Attachment B (Exhibit 1 to Attachment A) includes the Caltrans Service Contract, which authorizes an initial allocation of $400,000 to fund the preliminary engineering phase of the project, with subsequent contract amendments to be administered for the construction phase. Public Works staff initiated preliminary engineering for this project as part of the 2015 -17 Capital Improvement Program, contracting with a qualified Civil Engineering Firm, TRC, through the City’s Civil Engineering On-Call Contract. However, the initial design work was put on hold following notice that all design and construction costs would be eligible for federal grant reimbursement. Subsequently, the on-call contract with TRC has since expired and pursuant to federal funding guidelines, staff will need to procure a new engineering design consultant via a competitive Request for Proposals (RFP) process. Thus, staff is requesting authorization to advertise an RFP (Attachment C) for consultant design services in order to continue with engineering design for this project. Previous Council or Advisory Body Action The City Council previously authorized funding for preliminary engineering for this project as part of the 2015-17 Financial Plan. Policy Context The City’s General Plan Circulation Element includes specific polic ies supporting initiatives that improve transportation safety, as well as coordination with outside agencies and entities to address railroad infrastructure maintenance and public safety needs. 5.1.5. Pedestrian Crossings To improve pedestrian crossing safety at heavily used intersections, the City shall institute the following: A. Install crossing controls where warranted by the California Manual on Uniform Traffic Control Devices (MUTCD) that provide adequate time for pedestrians to cross the street. Page 910 of 1183 Item 6g 12.2.3. Interagency Cooperation The City shall coordinate railroad facility infrastructure maintenance with the Union Pacific Railroad and the Public Utilities Commission. In addition, the City shall work with the Air Pollution Control District and others to discourage idling train engines in San Luis Obispo. 12.2.4. Railroad Hazards Reduction. The City shall monitor and respond to changes, or proposed changes in passenger and freight rail traffic that may impact the safety and well‐being of residents of the community including the transport of combustible materials. The recommended actions are consistent with the City of San Luis Obispo’s Financial Management Manual, Section 740 – Grant Management Policy. The policy states that the Council will approve grant applications in excess of $5,000 and delegates receipt and contract execution to the City Manager. Because the federal Section 130 grant funding opportunity was not obtained via a competitive application process, staff is requesting approval from Council at this time to authorize execution of the Service Contract with Caltrans and approve receipt of grant reimbursement funds for this capital improvement project. Public Engagement This item is on the Council Agenda for the July 20, 2021 meeting and will follow all required postings and notifications. The public may have an opportunity to comment on this item at or before the meeting. CONCURRENCE The Directors of the Public Works and Finance Departments, as well as the City Attorney’s Office have reviewed this staff report and concur with the staff recommendations. ENVIRONMENTAL REVIEW The California Environmental Quality Act (CEQA) does not apply to the recommended action in this report because the action does not constitute a “Project” under CEQA Guidelines Section 15378. As part of the preliminary engineering phase of this project and prior to the construction phase, the necessary environmental review for the proposed physical improvements will be conducted pursuant to CEQA and the federal National Environmental Policy Act (NEPA) requirements. Page 911 of 1183 Item 6g FISCAL IMPACT Budgeted: No Budget Year: 2021-22 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund $287,325 $0 $287,325 $ State Federal (Section 130 Grant) $400,000 $400,000 $400,000 Fees Other: Total $687,325 $400,000 $687,325 $ There are currently $287,325 in General Fund Capital Outlay funds remaining in the project account (Spec. No. 91293), which were originally appropriated during the 2015- 17 Financial Plan. While the federal grant will fully fund future costs associated with preliminary engineering and construction of the railroad crossing improvements, Caltrans is not yet certain that the grant funds can be used to reimburse the City for costs associated with acquiring the right-of-way needed from Union Pacific Railroad to construct these improvements. While the City has not yet entered formal negotiations with Union Pacific Railroad, and will request Council authorization prior to doing so, initial conversations indicate that there will be a fee associated with this right-of-way acquisition. Staff recommends holding the current General Fund dollars in the project account to fund future right-of-way acquisition in the case that the federal grant funds cannot be used for this purpose. With execution of the Caltrans Service Contract for reimbursement of Section 130 grant funds, staff is requesting the appropriation of $400,000 in grant funds for preliminary engineering. These funds would be used to fund consultant services for engineering design and required permitting and environmental review for the railroad crossing improvements project. There are no ongoing costs associated with these expenditures. The current Caltrans Service Agreement authorizes allocation of grant funds for the preliminary engineering phase only. Requests to appropriate additional grant funds for the construction phase of the project will be processed in conjunction subsequent amendments to the Caltrans Service Agreement. Construction costs are currently estimated at approximately $800,000. Page 912 of 1183 Item 6g ALTERNATIVES Deny approval of Caltrans Service Contract and Design Services RFP. The Council could choose to deny or defer approval of the Service Contract with Caltrans and RFP for Consultant Design Services. Staff does not recommend this option, as this could risk loss of roughly $1.2 million in federal grant funds and delay implementation of the railroad crossing improvements project. ATTACHMENTS A – Draft Resolution to apply for Highway Railroad Grade Crossing Safety Program Grant Funds B – Exhibit 1 to Draft Resolution (Caltrans Service Contract) C – California & Foothill Railroad Crossing Upgrades Design Services RFP Page 913 of 1183 Page 914 of 1183 R ______ RESOLUTION NO. _____ (2021 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, AUTHORIZING THE CITY MANAGER TO EXECUTE SERVICE CONTRACT NO. 50LP291 WITH THE CALIFORNIA DEPARTMENT OF TRANSPORTATION FOR THE PROVISION OF HIGHWAY RAILROAD GRADE CROSSING SAFETY PROGRAM (SECTION 130) GRANT FUNDS FOR THE CALIFORNIA & FOOTHILL RAILROAD CROSSING UPGRADES PROJECT WHEREAS, on December 9, 2014, the City Council of the City of San Luis Obispo (the “City Council”) adopted the San Luis Obispo General Plan Circulation Element, which establishes the goals, policies and implementing actions for the transportation of people and materials within the City of San Luis Obispo; and WHEREAS, the General Plan Circulation Element calls for the City to improve pedestrian crossing safety at heavily used intersections by installing crossing controls where warranted by the California Manual on Uniform Traffic Control Devices (“MUTCD”); and WHEREAS, the General Plan Circulation Element calls for the City to coordinate railroad facility infrastructure maintenance and improvements with the Union Pacific Railroad and the Public Utilities Commission; and WHEREAS, the California Public Utilities Commission (“PUC”) prepared a diagnostic evaluation of existing conditions at the California Boulevard and Foothill Boulevard At-Grade Rail Crossing, including assessment of vehicular, bicycle, pedestrian and rail traffic, and determined that improvements were warranted to enhance crossing safety for all users; and WHEREAS, the PUC determined that potential crossing safety improvements proposed for the California Boulevard and Foothill Boulevard At -Grade Rail Crossing were 100% eligible for grant funding under the Section 130 Railway -Highways Crossing Program (the “Section 130 Program”); and WHEREAS, the PUC prepared a list of recommended safety improvements for the California Department of Transportation’s (“Caltrans”) Division of Rail and Mass Transportation that will allow the Union Pacific Railroad and the City, under separate agreements with Caltrans, to receive reimbursement for expenditures related to improvements at the California Boulevard and Foothill Boulevard At-Grade Crossing, to be funded by the Section 130 Program; and WHEREAS, Caltrans has prepared Service Contract No. 50LP291 to be executed by the City, which will enable the City to be reimbursed in Section 130 Program funds for the improvements proposed as part of the California and Foothill Railroad Crossing Upgrades Project; and Page 915 of 1183 Resolution No. _____ (2021 Series) Page 2 R ______ WHEREAS, the by the Council Agenda Report accompanying this resolution, the City Council has been provided with additional information upon which the findings and actions set forth in this Resolution are based. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. The Council hereby authorizes the City Manager to execute Service Contract No. 50LP291 with the California Department of Transportation for the provision of Section 130 Program funds (Exhibit 1). SECTION 2. The Council hereby authorizes the City Manager to execute and make amendments to the Caltrans Service Contract as needed to facilitate completion of the California & Foothill Railroad Crossing Upgrades Project. SECTION 3. The Council hereby authorizes the Finance Director to augment the budget, by accepting and appropriating Section 130 Program Grant funds to the California & Foothill Railroad Crossing Upgrades Project account (Spec. No. 91293) pursuant to the Caltrans Service Contract and any subsequent amendments to this contract. Page 916 of 1183 Resolution No. _____ (2021 Series) Page 3 R ______ SECTION 4. Environmental Review. No environmental review is required for execution of a Service Contract with Caltrans, as the proposed actions are not a “project” under CEQA Guidelines Section 15378. Upon motion of Council Member ___________, seconded by Council Member ___________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _______________ 202 1. ___________________________ Mayor Heidi Harmon ATTEST: _________________________ Teresa Purrington City Clerk APPROVED AS TO FORM: __________________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, on ______________________. ___________________________ Teresa Purrington City Clerk Page 917 of 1183 Page 918 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 The City of San Luis Obispo (hereinafter referred to as Local Agency), hereby agrees to do the work set forth herein for the State of California, Department of Transportation (hereinafter referred to as Caltrans) in accordance with all applicable laws including but not limited to, California Streets and Highways Code section 114(b) and California Government Code 14038 and regulations and the provisions of this form including the attached sheets and Exhibits A-E. This Agreement shall be effective the date defined herein or when executed by all parties, whichever is later and is subject to all the terms and conditions thereof. This agree ment authorizes reimbursement of eligible costs incurred during the term of this agreement. The work is located in the City of San Luis Obispo at the grade crossing located at the intersection of Foothill Boulevard and the Union Pacific Railroad (hereinafter referred to as Railroad) tracks, identified as; California Public Utilities Commission (CPUC) No. 001E-247.15 / SLO-1022, Federal DOT No. 745352P . All work to be completed by Local Agency under the terms of this Contract is described in Exhibits A & B (hereinafter referred to as Project). Under this agreement, funding is authorized for work in phases, beginning with the Preliminary Engineering (PE) phase. Additional funding to complete this contract will only be provided through the execution of amendments for the subsequent phase(s) of work needed; Right of Way (RW), Utility Relocation (R/W-UTIL), and Construction (CON). Estimated Total Project Cost (Local Agency): $796,250.00 TOTAL AMOUNT OF CONTRACT (Preliminary Engineering) $400,000.00 It is expressly agreed that all persons engaged on this work are employees of the Local Agency and/or contractors hired by the Local Agency pursuant to its own policies and procedures and that none are employees of Caltrans. Further, Caltrans hereby agrees to the terms as above set forth, and hereby agrees to pay the actual allowable costs incurred up to the limit set forth herein; provided, that by mutual consent of the Local Agency and Caltrans, this contract may be modified or terminated at any time, noting that a contract amendment is necessary prior to undertaking any construction activities. IN WITNESS WHEREOF, the parties have duly executed this contract as of the dates shown below with the effective date shown above. CALIFORNIA DEPARTMENT OF TRANSPORTATION CITY OF SAN LUIS OBISPO Signature _ Signature Name Bruce Roberts Name Title Caltrans Section 130 Program Manager Title Date Date Unit Project ID Phase Subjob Object Amount FFY Encumbrance Doc No 3328 0521000061 S 049 $400,000.00 2020/2021 50LP291 Item Chapter Statutes Fiscal Year CONTRACT – FOOTHILL BLVD 2660-102-0890 6 2020 2020/2021 The funds as listed above are available for the period and purpose of the expenditure stated herein. PROJECT NUMBER (FED ID) STPLR-7500(291) CALTRANS ACCOUNTING ID: 0521000061 SERVICE CONTRACT: 50LP291 Caltrans Division of Local Assistance Office of Federal Programs – Section P.O. Box 942874, MS 1 Sacramento, CA 94274-0001 The numbers above shall be included with all invoices submitted to Caltrans Highway Railroad Grade Crossing Safety Program (Section 130) LOCAL AGENCY: ADDRESS: Phone: City of San Luis Obispo Public Works 919 Palm Street San Luis Obispo, CA 93401 Effective Date of Contract: December 11, 2020 Or upon signature, whichever is later. Expiration Date of Contract: December 31, 2024 Page 919 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 1. It is mutually understood between the parties that this contract may have been written before ascertaining the availability of congressional or legislative appropriation of funds, for the mutual benefit of both parties, in order to avoid program and fiscal delays that might occur if the contract were executed after appropriations are actually made. 2. This contract is valid and enforceable only if sufficient funds are made available to Caltrans by the United States Government or the California State Legislature for the purpose of this program. In addition, this contract is subject to any additional restrictions, limitations, conditions or any statute enacted by the Congress or the State Legislature that may affect the provisions, terms or funding of this contract in any manner. It is mutually agreed that if the Congress or the State Legislature does not appropriate sufficient funds for the program, this contract shall be amended to reflect any reduction of funds. 3. This service contract is for the elimination of hazards at Railroad-Highway intersections (crossings) with funds provided to Caltrans under Section 130, Title 23 USC. Said elimination of hazards is a cooperative effort between Caltrans, Local Agency, CPUC and Railroad. The CPUC has evaluated the railroad highway intersection and determined what improvements are necessary; Caltrans acts as a conduit for the federal funds to the Local Agency and the Railroad. The Local Agency and Railroad are responsible for building and maintaining the improvements as approved by the CPUC. 4. The work to be performed by the Local Agency is attached hereto as a part of Exhibit A and made a part hereof (hereinafter referred to as Scope of Work). The Scope of work is based on; an analysis of existing conditions, accident history, field diagnostic review to define initial mutually agreed upon recommendations of improvements best suited for railroad-highways grade crossing hazards eliminations for the specific location and is subject to revisions based on the completion of design, traffic engineering, signal pre-emption, or changed conditions, but only if approved by Caltrans and CPUC.. 5. The planned work items and an estimate of total project cost is attached hereto as Exhibit B and made a part hereof. 6. The existing conditions of the Project are documented in photographs and attached hereto as Exhibit C. 7. The total allowable costs reimbursable by Caltrans under this phase of the Service Contract, shall not exceed $400,000.00, for Preliminary Engineering (PE). 8. Each phase of work; Preliminary Engineering (PE), Right of Way (R/W), Utility Relocation (R/W- UTIL), and Construction (CON), will require an additional federal authorization through the issuance of an updated E-76 with a new funding sequence for the phase of work. Any unexpended prior obligations from the completed phase(s), will be used in conjunction with the required additional federal funds for the next phase of work. Authorization of federal funds will be performed by Caltrans, aligned with the project schedule and provided the state has sufficient Obligation Authority (OA) and available federal funds to undertake this action. Page 920 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 9. The reimbursement of federal funds is limited to the amounts approved on E-76 for either the Local Agency or Railroad. All Project costs must also comply with the E-76, attached hereto as Exhibit D. Only work performed after the date of federal authorization is eligible for federal reimbursement, the Local Agency reimbursement rate is equal to; 100% of eligible costs. 10. When federal funds are not available for obligation, a local agency may request in writing authorization to proceed with the project (or project phase) under the Local Assistance advance construction procedures. Under local advance construction procedures, the local agency will use its own funds to perform work eligible for future federal reimbursement. The local agency must have sufficient local funds to pay for all project costs until such time as federal funds become available. 11. Local Agency will not proceed with any work on the Project, nor will Local Agency purchase any materials, until authorized through the execution of this contract and Caltrans’ issuance of a Notice to Proceed (hereinafter referred to as NTP). Authorization and issuance of the NTP shall not be issued by Caltrans until sufficient State or Federal funds have been obligated for the projects. State liability pursuant to this contract is limited to the amount set forth in this contract 12. The Local Agency agrees to perform the Project work and to provide and furnish all necessary labor, materials, tools, and equipment required therefore, and to prosecute Project diligently to completion. Caltrans and Local Agency agree that the Project work as provided herein is pursuant to Federal rules and regulations and should adhere to all guidance and requirements for local federal- aid projects from the Caltrans Local Assistance Procedures Manual (LAPM). Local Agency agrees to perform its work in accordance with Federal Highway Administration (FHWA) FHWA- 1273, a true and correct copy of which is attached hereto as Exhibit E as may be amended or updated, as if those provisions were set forth fully herein. Caltrans is acting as a conduit for disbursement of Federal Surface Transportation Program funds for hazard elimination at railroad intersections on city streets, county roads and State Highways. 13. The Local Agency shall comply with the Buy America provisions set forth in 23 CFR 635.410 for the Project, for steel, iron and manufactured goods produced in the United States, subject to the conditions therein set forth. 14. Any person, company or corporation who performs construction work authorized under terms of this contract must have a valid and current California contractor’s license. All authorized work performed by employees of Local Agency and any CPUC regulated public utility, City, County or Public Service District is not subject to the above contractor’s license requirement. 15. Local Agency must coordinate Project work with the Railroad that owns or operates the tracks where the intersection is located. 16. Local Agency will secure all legally required and necessary permits and approvals before commencing Project construction. 17. Where Project work is in conjunction with work done by Railroad, Railroad will construct railroad track and signal work to its own standard specifications, Local Agency will not perform any work on the Railroad tracks or within railroad right of way without securing written permission from the railroad. Project work done within twenty-five feet of the centerline of the Railroad track may Page 921 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 require a Railroad employee to protect the workers of Local Agency or its contractors. This provision is pursuant to federal law regulation and must be clearly agreed to in writing between Local Agency and Railroad before commencement of Project work at the railroad-highway intersection. A copy of this agreement between Railroad and Local Agency shall be provided to Caltrans by Local Agency as soon as it is executed. 18. Caltrans will reimburse the Local Agency on the basis of actual cost, not to exceed the Project costs set forth herein. Any cost of the work determined by Caltrans to be not reimbursable, shall be borne and paid for solely and exclusively by Local Agency. Indirect overhead charges will not be allowed unless Local Agency has an Indirect Cost Rate Proposal approved by Caltrans’ Audits and Investigations. 19. Any warning devices, medians, signs, pavement markings, structures or other improvements, which may be installed in conjunction with Project must be agreed upon between Railroad and the California Public Utilities Commission and the Local Agency must receive approval of a CPUC General Order 88-B, prior to commencing any construction activities and is responsible as the lead applicant from initiation through close-out. 20. Guidance, regulatory, warning and temporary traffic control signs, curb and pavement, or other markings and traffic signals installed or placed on any project constructed with federal funds shall conform to the Manual of Uniform Traffic Control Devices (MUTCD) and its California Supplement (CAMUTCD). Deviations from the Mandatory Standards for signs, markings, and traffic signals as defined and shown in the MUTCD and CAMUTCD are not permitted. 21. Local Agency invoice procedures shall conform to the California Prompt Payment Act (Gov. Code § 927 et seq.,). Correspondence and/or invoices are to be mailed to: Caltrans Division of Local Assistance Office of Federal Programs Section 130, MS-1 P.O. Box 942874 Sacramento, CA 94274 Physical Address: California Department of Transportation Division of Local Assistance, 1200 N Street, Room 2400 Sacramento, California 95814. 22. Not more frequently than once a month, but at least quarterly, Local Agency will prepare and submit to Caltrans invoices for actual allowable costs incurred. Caltrans will review the invoice for compliance with this contract. Payment will be made by Caltrans to Local Agency within forty-five (45) days of the date of receipt of an invoice by Caltrans, unless disputed. Invoices which are determined not in compliance, or include unallowable costs, will be returned to Local Agency for correction of deficiencies, after which Local Agency will resubmit the invoice to Caltrans as prescribed above. Page 922 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 23. The Local Agency shall prepare and submit to Caltrans, not less than quarterly, a project status report that includes, at a minimum; a comprehensive summary of the overall project status, accomplishments to date, activities under way, risks, issues, planned activities and schedule updates. 24. The Local Agency, upon completion of the Project work, will provide to Caltrans a written declaration/notification that the Project has been final billed and ready to be closed. This declaration shall be based upon actual allowable Project cost, Project Scope and Project cost limits set forth herein. Upon receipt of this declaration, Caltrans will pay all outstanding allowable invoiced Project costs. If upon final accounting, it is determined that Caltrans previously paid more than its share of said project, Local Agency shall refund the difference between Caltrans’ share and the amount paid by Caltrans. All records of the Local Agency, its contractors and subcontractors are subject to audit by representatives of the State of California and Federal Highway Administration. Such records will be retained and made immediately available for inspection by Caltrans’ Auditors for a period of three years from Caltrans’ date of final payment of aforementioned final invoice. Further, Local Agency agrees to include a similar right of the State to audit records and interview staff in any subcontract related to performance of this Contract. (Gov. Code §8546.7, Pub. Contract Code §10115 et seq., CCR Title 2, Section 1896). 25 Local Agency agrees to pay prevailing wages for the work performed, pursuant to the California Labor Code §1720, or any other applicable law. 26. All work to be done hereunder by Local Agency shall be done only by its employees on a force account basis, or by contractors, the cost thereof to be paid to Local Agency by Caltrans in the manner hereinafter set forth. 27. The Local Agency agrees that the 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards shall be used to determine the allowable individual items of indirect cost. Local Agency agrees to comply with the applicable Federal procedures in accordance with Office of Management and Budget Circular 2 CFR 200. 28. All applicable portions of 23 CFR Part 140, Subpart I are by reference incorporated herein and made a part hereof. 29. Caltrans agrees to reimburse Local Agency for qualified insurance expenses as authorized by 23 CFR 646 et seq., and as set forth in the cost estimates or approved through amendment. 30. The Local Agency has 180 days after the expiration date of this contract to submit the final invoice to Caltrans for verification and payment. No compensation or reimbursement is payable for any cost or expense that is submitted on an invoice following 180 days after the expiration date of the contract. 31. In accordance with the California Public Utilities Commission General Orders, and in cooperation with the Railroad, the Local Agency shall maintain the Project improvements located in its right of way. 32. Subject to the availability of labor and material and securing the required and necessary permits and approvals of phase authorizations, it is the intent of the parties hereto that all construction work Page 923 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 under this service contract shall be completed within the effective date of this contract, unless a time extension is requested by Local Agency and approved in writing by Caltrans. The expiration date of this contract is shown on the face sheet. Costs incurred after the expiration date of contract are unallowable and shall not be billed by the Local Agency to Caltrans. 33. AMENDMENT: No amendment or variation of the terms of this Contract shall be valid unless made in writing, signed by the parties and approved as required. No oral understanding or Agreement not incorporated in this Contract is binding on any of the parties. 34. ASSIGNMENT: This Contract is not assignable, in whole or in part, without the consent of Caltrans in the form of a formal written amendment. 35. AUDIT: Local Agency agrees that Caltrans or its designated representative shall have the right to review and to copy any records and supporting documentation pertaining to the performance of this Contract. Local Agency agrees to maintain such records for possible audit for a minimum of three (3) years after final payment, unless a longer period of records retention is stipulated. Local Agency agrees to allow the auditor(s) access to such records during normal business hours and to allow interviews of any employees who might reasonably have information related to such records. 36. INDEMNIFICATION: Local Agency agrees to indemnify, defend and save harmless the State, its officers, agents and employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, suppliers, laborers, and any other person, firm or corporation furnishing or supplying work services, materials, or supplies in connection with the performance of this Contract, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be killed, injured or damaged except to the extent that such death injury or damage results from the sole or active negligence of Caltrans. 37. DISPUTES: Local Agency shall continue to perform under this Contract during any dispute. 38. TERMINATION FOR CAUSE: Caltrans may terminate this Contract and be relieved of any payments should the Local Agency fail to perform the requirements of this Contract at the time and in the manner herein provided. In the event of such termination Caltrans may proceed with the work in any manner deemed proper by Caltrans. All costs to Caltrans shall be deducted from any sum due the Local Agency under this Contract and the balance, if any, shall be paid to the Local Agency upon demand. 39. INDEPENDENT CONTRACTOR: Local Agency, and the agents and employees of Local Agency, in the performance of this Contract, shall act in an independent capacity and not as officers or employees or agents of Caltrans or State. 40. NON-DISCRIMINATION CLAUSE: During the performance of this Contract, Local Agency and its subcontractors shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), age (over 40), marital status, and denial of family care leave. Contractor and subcontractors shall ensure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Contractor and subcontractors shall comply with the provisions Page 924 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 of the Fair Employment and Housing Act (Gov. Code §12990 (a-f) et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a-f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. Local Agency shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the Contract. 41. GOVERNING LAW: This contract is governed by and shall be interpreted in accordance with the laws of the State of California. 42. FORUM SELECTION CLAUSE: Sacramento County shall be used as the primary venue for any action arising from this contract, or an alternative location of competent jurisdiction within the State of California may be used, only if mutually agreed upon in writing. 43. ORDER OF PRECEDENCE; This Contract; Exhibit A, Scope of Work; Exhibit B, Cost Estimate; Exhibit C, Existing Conditions; Exhibit D, E-76, Exhibit E, FHWA-1273; are incorporated by reference and constitute the entire agreement between Caltrans and Local Agency. The documents listed in this paragraph shall be hereinafter referred to as the “Contract”. In the event of a conflict between the contract documents, the controlling document shall be this Contract, then Exhibit D, Exhibit E, Exhibit A, Exhibit B, Exhibit C. In the event and to the extent any provisions contained in multiple documents address the same or substantially the same subject matter but do not actually conflict, the more recent provisions shall be deemed to have superseded provisions over any conflicting provisions defined in the body of the contract or its exhibits. 44. ANTITRUST CLAIMS: The Local Agency by signing this Contract hereby certifies that if these services or goods are obtained by means of a competitive bid, the Local Agency shall comply with the requirements of the Government Code Sections set out below: a. The Government Code Chapter on Antitrust claims contains the following definitions: 1. "Public purchase" means a purchase by means of competitive bids of goods, services, or materials by the State or any of its political subdivisions or public agencies on whose behalf the Attorney General may bring an action pursuant to subdivision (c) of Section 16750 of the Business and Professions Code. 2. "Public purchasing body" means the State or the subdivision or agency making a public purchase. Government Code Section 4550. b. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. Government Code Section 4552. Page 925 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 c. If an awarding body or public purchasing body receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid by the assignor but were not paid by the public body as part of the bid price, less the expenses incurred in obtaining that portion of the recovery. Government Code Section 4553. d. Upon demand in writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and (a) the assignee has not been injured thereby, or (b) the assignee declines to file a court action for the cause of action. See Government Code Section 4554. 45. CHILD SUPPORT COMPLIANCE ACT: “For any Contract in excess of $100,000, the Local Agency acknowledges in accordance with Public Contract Code 7110, that: a. The Local Agency recognizes the importance of child and family support obligations and shall fully comply with all applicable state and federal laws relating to child and family support enforcement, including, but not limited to, disclosure of information and compliance with earnings assignment orders, as provided in Chapter 8 (commencing with section 5200) of Part 5 of Division 9 of the Family Code; and b. The Local Agency, to the best of its knowledge is fully complying with the earnings assignment orders of all employees and is providing the names of all new employees to the New Hire Registry maintained by the California Employment Development Department.” 46. UNENFORCEABLE PROVISION: In the event that any provision of this Contract is unenforceable or held to be unenforceable, then the parties agree that all other provisions of this Contract have force and effect and shall not be affected thereby. 47. PRIORITY HIRING CONSIDERATIONS: If this Contract includes services in excess of $200,000, the Contractor shall give priority consideration in filling vacancies in positions funded by the Contract to qualified recipients of aid under Welfare and Institutions Code Section 11200 in accordance with Public Contract Code Section 10353. Expiration of this Contract does not release any party hereto from any ongoing performance requirements agreed to herein. Page 926 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Exhibit A Fed Xing ID: 745352P CPUC ID: 001E-247.15 / SLO-1022 Scope of Work Crossing Current Conditions: The crossing is very heavily used with a high ADT and high pedestrian use due to the close proximity to the Cal Poly San Luis Obispo campus. The campus is located east of the tracks and residential apartments and restaurants west of the tracks. There is a single UP Coast subdivision mainline track at the crossing. The crossing has 5 travel lanes (2 westbound and 3 eastbound), 2 bicycle lanes, and 2 sidewalks through the crossing. The sidewalks in the northwest and southwest quadrants are in poor condition. The sidewalks in the northeast and southeast quadrants were recently refurbished as part of the new bicycle path along California Blvd. The crossing has 2 Commission Standard 9 (flashing light signal assembly with automatic gates) warning devices. The Foot hill and California Blvd intersection is signalized with railroad preemption. The intersection has a separate bicycle phase with bicycle signals. Local Agency Scope of Work: Reconstruct and install sidewalk: o Approximately 40 feet in the northeast quadrant o Approximately 40 feet in the northwest quadrant o Approximately 40 feet in the southeast quadrant o Approximately 50 feet in the southwest quadrant Install pedestrian channelization in all quadrants. Install detectable warning (tactile strips) on all sidewalk approaches. Relocate the bicycle curb ramp in the southeast quadrant to the southwest quadrant. Underground the existing overhead utilities in the southeast and southwest quadrants. Refurbish the asphalt transition approximately ten feet on each approach following the crossing panel replacement. Refresh or replace all pavement markings and signage: o From the track to the east to the intersection of California and Foothill. o From the track to the west to the railroad RXR advanced pavement markings. Install four exit swing gates one in each quadrant adjacent to the pedestrian gate in that quadrant. Modify traffic signal to utilize preemption time. All modifications shall be in accordance with the CAMUTCD, and CPUC General Orders. Page 927 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Exhibit B Fed Xing ID: 745352P CPUC ID: 001E-247.15 / SLO-1022 Cost Estimate Work Item Quantity Unit Unit Cost Total Detectable Warning Tiles 4 EA 7500 30000 Asphalt Concrete Overlay 100 TON 125 12500 Class2 Aggregate Base / Fill 500 TON 100 50000 Exit Swing Gates 4 EA 25000 100000 Sidewalk 1500 SF 100 150000 Curb & Gutter 170 LF 125 21250 Traffic Signal Modification 1 LS 50000 50000 Utilities Underground 1 LS 50000 50000 Striping & Signage 1 LS 25000 25000 Permit and Flagging Fees 1 LS 30000 30000 Mobilization 1 LS 20000 20000 Traffic Control 1 LS 30000 30000 Subtotal 568,750 Engineering 15% 85,313 Contingency 15% 85,313 Construction Administration & Inspection 10% 56,875 City Estimate $796,250 Page 928 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Exhibit C Fed Xing ID: 745352P CPUC ID: 001E-247.15 / SLO-1022 Existing Conditions West Approach East Approach Page 929 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 South Sidewalk North Sidewalk Page 930 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Exhibit D Fed Xing ID: 745352P CPUC ID: 001E-247.15 / SLO-1022 E-76 Note: Local Agency funding is a portion of the total obligation Page 931 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Exhibit E Fed Xing ID: 745352P CPUC ID: 001E-247.15 / SLO-1022 FHWA-1273 (12 pages) Page 932 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 933 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 934 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 935 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 936 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 937 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 938 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 939 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 940 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 941 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 942 of 1183 STATE OF CALIFORNIA Agency: San Luis Obispo DEPARTMENT OF TRANSPORTATION Project: Foothill Blvd Sheet 1 of 24 December 11, 2020 Page 943 of 1183 Page 944 of 1183 PUBLIC WORKS DEPARTMENT – TRANSPORTATION PLANNING/ENGINEERING DIVISION Notice Requesting Proposals for DESIGN SERVICES FOR CALIFORNIA / FOOTHILL RAILROAD CROSSING UPGRADE SPECIFICATION NO. 91293 July 2021 The City of San Luis Obispo is requesting sealed proposals from interested consultants to provide for design services for California / Foothill railroad crossing upgrade, Specification No. 91293. Qualification Submittal Deadline: All qualification submittals must be received by the Public Works Department at 919 Palm Street, San Luis Obispo, CA 93401 by 2:00 P.M. on August 17th, 2021. Submittals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Public Works Department in a sealed envelope plainly marked with the RFQ title, specification number, consultant name, and time and date of the proposal opening. Proposals shall be submitted using the forms provided in the specification package. Obtaining a Specification Package Download from the City’s Web site www.slocity.org - Doing Business / Bids & Proposals page A list of companies that have requested a copy of the RFP is maintained on the web page. Questions Questions regarding this RFQ or project detail information should be directed to Bryan Wheeler at bwheeler@slocity.org Disadvantaged Business Participation DBE and other small businesses as defined in Title 49 CFR 26, are encouraged to participate in the performance of agreements. Page 945 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 2 of 22 Specification No. 91293 TABLE OF CONTENTS A. DESCRIPTION OF WORK ............................................................................................................................... 3 B. GENERAL TERMS AND CONDITIONS ........................................................................................................... 5 PROPOSAL REQUIREMENTS ....................................................................................................................... 5 C. CONTRACT AWARD AND EXECUTION ......................................................................................................... 6 D. CITY RIGHTS AND OPTIONS ......................................................................................................................... 7 E. PROPOSAL CONTENT AND SELECTION PROCESS ................................................................................... 9 PROPOSAL CONTENT ................................................................................................................................... 9 PROPOSAL EVALUATION AND CONSULTANT SELECTION ...................................................................... 9 F. FORM OF AGREEMENT ................................................................................................................................ 11 G. PROPOSAL SUBMITTAL FORMS ................................................................................................................. 11 ACKNOWLEDGEMENT ................................................................................................................................ 18 INSURANCE CERTIFICATE ......................................................................................................................... 18 REFERENCES .............................................................................................................................................. 19 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ...................................................................... 20 H. INSURANCE REQUIREMENTS: Consultant Services.................................................................................. 21 I. APPENDICES ................................................................................................................................................. 22 Appendix 1 – Federally Funded Contract Forms ...................................................................................... 22 Page 946 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 3 of 22 A. DESCRIPTION OF WORK The purpose of this Request for Proposal (RFP) is to provide interested parties with sufficient information regarding the design services the City of San Luis Obispo Department of Public Works (City) is seeking for its California / Foothill Railroad Crossing Project (project). This information is intended to enable interested parties to prepare and submit proposals for a design team to prepare complete plans and specifications for this project. Background: The proposed scope is to provide design services to prepare the plans and special provisions for the project located in the City of San Luis Obispo. The project is funded by the Section 130 Federal At -Grade Rail Crossing program. The project includes the removal, rehabilitation, and replacement of all rail crossing equipment, sidewalks, and necessary roadway paving. New striping to comply with current MUTCD standards for at-grade rail crossings. Traffic signal equipment for the Foothill and California traffic signal shall be replaced as needed. Califor nia Blvd. and Foothill Blvd. are both major arterial streets. Foothill Blvd. will be closed to traffic at the crossing location, as necessary, to allow for these upgrades, and a traffic handling plan will be included in the plan set. The project is planned to begin construction in Summer of 2022. The construction contract is planned to continue for approximately 3 months, plus contract close-out. Additional construction support will be necessary during the construction phase of the project and should be included in the scope of the proposal. The federal lead agency for the project is the Federal Highway Administration with oversight from the California Department of Transportation (Caltrans) District 5 Division of Local Assistance. The project shall fu lly comply with Chapter 6 of the Local Assistance Programs Guidelines (LAPG) and the entire Local Assistance Procedures Manual (LAPM). Workscope: DESIGN SERVICES FOR CALIFORNIA / FOOTHILL RAILROAD CROSSING UPGRADE The consultant(s) selected will be responsible to perform the necessary work to deliver 50% draft, 95% final draft and 100% complete plans and specifications. The design shall include the following components: - Reconstruct and install sidewalk: o Approximately 40 feet in the northeast quadrant o Approximately 40 feet in the northwest quadrant o Approximately 40 feet in the southeast quadrant o Approximately 50 feet in the southwest quadrant - Install pedestrian channelization in all quadrants. - Install detectable warning (tactile strips) on all sidewalk approaches. - Relocate the bicycle curb ramp in the southeast quadrant to the southwest quadrant. - Underground the existing overhead utilities in the southeast and southwest quadrants. - Refurbish the asphalt transition approximately ten feet on each approach following the crossing panel replacement. - Refresh or replace all pavement markings and signage: o From the track to the east to the intersection of California and Foothill. o From the track to the west to the railroad RXR advanced pavement markings. - Install four exit swing gates one in each quadrant adjacent to the pedestrian gate in that quadrant. - Modify traffic signal to utilize preemption time. - Modify traffic signal system to include a pre-signal for the eastbound Foothill Boulevard approach in advance of the railroad crossing. All modifications shall be in accordance with the CAMUTCD, and CPUC General Orders. The consultant shall be required to provide survey and electrical design work as part of this project. Page 947 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 4 of 22 The consultant shall be required to document compliance with applicable Regional Water Quality Control Board Post Construction Stormwater Requirements. Deliverables: Consultant shall submit:  2 copies of the draft preliminary reports, technical studies and 50% plans and estimate  1 copy of the final preliminary reports, technical studies plus markups  2 copies of the 90% plans, specifications and estimate plus 50% markups  2 copy of the 100% plans, specifications and estimate plus 90% markups  1 copy of the final plans, specifications and estimates plus 100% markups  1 copy of the final record drawings after construction The proposal shall include a work schedule, showing tentative dates for all deliverables indicated above. The proposal shall show standard billing rates and cost breakdown for all foreseeable costs associated with fulfilling the required scope of work for this project. Page 948 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 5 of 22 B. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (Consultant) shall meet all of the terms, and conditions of the Request for Qualifications (RFP) specifications package. By virtue of its proposal submittal, the Consultant 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 m aterials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the Public Works Department, City of San Luis Obispo, 919 Palm Street, San Luis Obispo, CA, 93401. Each proposal submittal shall include one electronic cop y of the proposal, submitted in Adobe Acrobat format on CD or flash drive. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, specification number, name of Consultant, and date and time of proposal opening. No FAX submittals will be accepted. 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 Consultant’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 F. 4. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 5. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past government disqualifications on the form provided in the RFP package. 6. Proposal Withdrawal and Opening. A Consultant may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the City for its withdrawal, in which event the proposal will be returned to the Consultant unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Requesting Qualifications" will be considered. All qualification proposals will be opened and declared publicly. Consultants or their representatives are invited to be present at the opening of the qualification proposals. 7. 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 Consultant submitting a proposal, or who has quoted prices on materials to such Consultant, is not thereby disqualified from submitting a sub - proposal or from quoting prices to other Consultants submitting qualification proposals. 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. 9. Alternative Qualification Proposals. When specifically requested, the proposer may submit an alternative qualification 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 alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives submitted. Page 949 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 6 of 22 C. CONTRACT AWARD AND EXECUTION 1. Proposal Retention and Award. The City reserves the right to retain all qualification 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 qualification 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. 2. Competency and Responsibility of Consultant. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of Consultants. Consultants will provide, in a timely manner, all information that the City deems necessary to make such a decision. 3. Contract Requirement. The Consultant 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 Cit y and incorporated in these specifications. 4. Insurance Requirements. The Consultant shall provide proof of insurance in the form, coverages and amounts specified in Section F of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. 5. 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. 6. Failure to Accept Contract. The following will occur if the Consultant to whom the award is made (Consultant) fails to enter into the contract: the award will be annulled and an award ma y be made to the next highest ranked Consultant with whom a responsible compensation is negotiated, who shall fulfill every stipulation as if it were the party to whom the first award was made. Page 950 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 7 of 22 D. CITY RIGHTS AND OPTIONS 1. All proposals must be submitted to the City’s Public Works Department, 919 Palm Street, in sealed envelopes no later than 2:00 p.m . on August 17th, 2021. Late proposals will not be considered. 2. All costs incurred in the preparation and submission of proposals and related documentation will be borne solely by the proposer. 3. An impartial Selection Committee will develop a ranking of consultant proposals and recommend the most qualified consultant for tentative selection and contract negotiations. 4. The cost proposal of the top ranked consultant will be reviewed and may be negotiated with the consultant. Upon successful contract negotiations, staff will recommend a contract be awarded. 5. Consultant fees may be negotiated with the selected firm and finalized prior to the award of contract. 6. This RFP does not constitute an offer of employment or to contract for services. In addition, this RFP does not commit the City to negotiate a contract. The issuance of this RFP does not constitute an agreement by the City that any subsequent selection processes will occur, or that any contract will be entered into by the City. 7. The City has the right to use any or all ideas or concepts presented in any proposal or interview without restriction, without conversation to all applicants. 8. The City reserves the option to accept or reject any or all proposals, wholly or in part, received by reason of this request, and make more than one award, or no award, as the best in terests of the City may appear. 9. All documents submitted to the City in response to this RFP will become the exclusive property of the City. 10. The City reserves the right to award the contract to the firm that presents the proposal which, in the judgment of the City, best accomplishes the desired results. 11. Any contract awarded pursuant to this Request for Proposal will incorporate the requirements and specifications contained in this Request for Proposal. All information presented in a proposer’s proposal will be considered binding upon selection of the successful proposer, unless otherwise modified and agreed to by the City during subsequent negotiations. 12. The City reserves the right to remedy technical errors, modify the published scope of services and appr ove or disapprove the use of all sub-consultants. 13. The term of the contract with the selected firm with be through the completion of the project, until project close-out is completed. 14. Any contract awarded pursuant to this RFP will incorporate the require ments and specifications contained in this RFP. All information presented in a proposer’s proposal will be considered binding upon selection of the successful proposer, unless otherwise modified and agreed to by the City during subsequent negotiations. 15. Under the provisions of the California Public Records Act (the “Act”), Government Code section 6252 et seq., all “public records” (as defined in the Act) of a local agency, such as the City, must be available for inspection and copying upon the request of any person. Under the Act, the City may be obligated to provide a copy of any and all responses to this RFP, if such requests are made after the contract is awarded. One exception to this required disclosure is information which fits within the definitio n of a confidential trade secret [Government Code section 6254(k)] or contains other technical, financial or other data whose public disclosure could cause injury to the proposer’s competitive position. If any proposer believes that information contained in its response to this RFP should be protected from disclosure, the proposer MUST specifically identify the pages of the response that contains the information by properly marking the applicable pages and inserting the following notice in the front of its response: NOTICE: The data on pages _ of this response identified by an asterisk (*) contain technical or financial information, which are trade secrets, or information for which disclosure would result in substantial injury to the proposer’s competit ive position. Proposer requests that such data be used only for the evaluation of the response but Page 951 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 8 of 22 understands that the disclosure will be limited to the extent the City considers proper under the law. If an agreement is entered into with the proposer, the City shall have the right to use or disclose the data as provided in the agreement, unless otherwise obligated by law. The City will not honor any attempt by proposer to designate its entire proposal as proprietary. If there is any dispute, lawsuit, claim or demand as to whether information within the response to the RFP is protected from disclosure under the Act, proposer shall indemnify, defend, and hold harmless, the City arising out of such dispute, lawsuit, claim or demand. 16. The proposing firm warrants that no official or employee of the City has an interest, has been employed or retained to solicit or aid in the procuring of a contract resulting from this RFP, if any, and further warrants that such person will not be employed in the performance of such contract without immediate written notice to the City. 17. Firms submitting a proposal shall warrant that their offer is made without any previous understanding, agreement, or connection with any person, firm, or corporation submitting a separate proposal for the same project and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. This condition will not apply to proposals which are submitted by firms who have partnered with others to submit a cooperative proposal that clearly identifies a primary contractor and the associated sub-contractors. 18. Unforeseen additional items and/or services may be required. The City therefore reserves the right to negotiate with the successful proposer for additional items and/or s ervices beyond what is described in Appendix A to be added to the final contract. Page 952 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 9 of 22 E. PROPOSAL CONTENT AND SELECTION PROCESS PROPOSAL CONTENT 1. Submittal Forms a. Acknowledgement b. Certificate of Insurance c. References d. Statement of Past Disqualifications 2. Qualifications a. Experience of your firm in performing Design Engineering work for at-grade railway crossings and associated civil engineering. b. Experience of your firm in the applicable AREMA and MUTCD standards regarding at -grade railway design. c. Experience of your firm in traffic signal design and railway preemption and coordination with railway crossings. d. Resumes of the individuals who would be assigned to this work. e. Statement and explanation of any instances where your firm has been removed from a proje ct or disqualified from proposing on a project f. Standard hourly billing rates for consultant and sub-consultant staff 3. Work Program a. Description of your approach to working with City staff to achieve their goal of completing the project on schedule. b. Services or data anticipated to be provided by the City. c. Any other information that would assist us in making this contract award decision. 4. Proposal Length and Copies a. Qualification proposals should be the minimum length to provide the required information. Charts and other short form approaches to conveying information are encouraged. b. 3 copies of the proposal must be submitted. c. 1 pdf format electronic copy must be submitted on flash drive. PROPOSAL EVALUATION AND CONSULTANT SELECTION Qualification proposals will be evaluated by a review committee and contract award process as follows: 1. Written Proposal Review/Finalist Candidate Selection Proposals will be reviewed by a selection committee and ranked in accordance with the responsiveness, qualifications and understanding of the Consultant relative to these specification requirements. A group of finalists (short list) may be selected for follow-up requests for information or interviews before a final ranking is determined. 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; results of background and reference checks; and proposed compensation rates. Page 953 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 10 of 22 2. Proposal Review and Award Schedule The following is an outline of the anticipated schedule for proposal review and contract award: Issue RFQ ................................................................. 07/22/21 Receive qualification proposals ................................. 08/17/21 Complete proposal evaluation ................................... 08/31/21 Award contract ........................................................... 09/06/21 Execute contract ........................................................ 09/13/21 Page 954 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 11 of 22 F. FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONSULTANT’S NAME IN CAPITAL LETTERS], hereinafter referred to as Consultant. W I T N E S S E T H WHEREAS, on [date], requested proposals for the Foothill / California Railroad Crossing Upgrade project, Specification# 91293, WHEREAS, pursuant to said request, Consultant submitted a proposal that was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations a nd 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 services. 2. 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 comp lete 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. 3. Termination. If, during the term of the contract, the City determines that the Consultant is not faithfully abi ding 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 termination thereof. 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 o r 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 workscope. 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. Termination for Convenience. The City also reserves the right to terminate the contract for convenience, providing a 30 (thirty) calendar day notice, at any time upon a determination by the Director that termination of Page 955 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 12 of 22 the contract is in the best interest of the City. Upon termination notice from the City, Consultant must, unless otherwise directed, cease work and follow the Cit y’s directions as to work in progress and finished goods. 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. 4. 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 applicable federal, state, county, city, and special district laws, ordinances, and regulations. 5. Sub-contract Provisions. No portion of the work pertinent to this contract shall be subcontracted without written authorization by the City, except that which is expressly identifie d in the Consultant’s proposal. Any substitution of sub-consultants must be approved in writing by the City. For any sub-contract for services in excess of $25,000, the subcontract shall contain all provisions of this agreement. 6. 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. 7. 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. 8. Record Retention and Audit. For the purpose of determining compliance with various laws and regulations as well as performance of the contract, the Consultant and sub-consultants shall maintain all books, documents, papers, accounting records and other evidence pertaining to the performance of the contra ct, including but not limited to the cost of administering the contract. Materials shall be made available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records. For Federally funded projects, access to records shall also include authorized representatives of the State and Federal government. Copies shall be furnished if requested. 9. Conflict of Interest. The Consultant shall disclose any financial, business, or other relationship with the City that may have an impact upon the outcome of this contract, or any ensuing City construction project. The Consultant shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing City construction project which will follow. The Consultant staff shall provide a Conflict of Interest Statement where determined necessary by the City. 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 sub -consultant 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. 10. Rebates, Kickbacks or Other Unlawful Consideration. The Consultant warrants that this contract was not obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any City employee. For breach or violation of the warranty, the City shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 11. Covenant Against Contingent Fees . The Consultant warrants by execution of this contract that no person or selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Consultant for the purpose of securing business. For breach or violation of this warranty, the City has the right to an nul this contract without liability; pay only for the value of the work actually performed, or in its discretion, to deduct from the contract price or Page 956 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 13 of 22 consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or conting ent fee. 12. Compliance with Laws and Wage Rates. 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. This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code. For purposed of this paragraph, “construction” includes work performed during the design and preconstruction p hases of construction, including but not limited to, inspection and land surveying work. 13. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Consultant is required to pay. 14. Permits, Licenses and Filing Fees. The Consultant shall procure all permits and licenses, pay all charges and fees, and file all notices as they pertain to the completion of the Consultant’s work. The City will pay all application fees for permits required for the completion of the project inc luding building and regulatory permit application fees. Consultant will provide a 10 day notice for the City to issue a check. 15. Safety Provisions. The Consultant shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 16. 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. 17. 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. 18. Immigration Act of 1986. The Consultant warrants on behalf of itself and all sub -consultants 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. 19. Consultant Non-Discrimination. In the award of subcontracts or in performance of this work, the Consultant agrees that it will not engage in, nor permit such sub -consultants as it may employ, to engage in discrimination in employment of persons on any basis prohibited by State or Federal law. 20. Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Consultants are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the Consultant and all sub-consultants named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the specifications that could easily hav e been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of Consultant to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the Consultant. An ambiguity or defect shall be considered patent if it is of such a nature that the Consultant, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the Consultant or sub-consultants to notify City in writing of specification defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful Consultant to achieve the project’s objective or standard beyond the amounts provided therefor in the proposal. Page 957 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 14 of 22 In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the specifications, or any other matter whatsoever, Consultant shall immediately notify the City in writing, and the Consultant and all sub-consultants shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of Consultant's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. 21. Hold Harmless and Indemnification for Design Professional Services: In the event Consultant is a “design professional”, and the Scope of Services require Consultant to provide “design professional services” as those phrases are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragrap hs 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 elected officials, officers, employees, volunteers and agents (“City Indemnitees”), from and 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, 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. In no event shall the cost to defend charged to Consultant under this paragraph exceed Consultant’s proportionate percentage of fault. However, 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. 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. 22. Non-Exclusive Contract. The City reserves the right to contract for the services listed in this proposal from other consultants during the contract term. 23. Standards. Documents shall conform to City Standards and City furnished templates shall be used. 24. Consultant Endorsement. Technical reports, plans and specifications shall be stamped and signed by the Consultant where required. 25. Required Deliverable Products and Revisions. The Consultant will be required to provide documents addressing all elements of the workscope. Plans shall be prepared using City’s standardized title blocks and coversheets. Draft plans may be submitted for review using either the full D (24 x36) format or a reduced 11x17 format. Consultant shall ensure that drawings and notes are clearly legible if using the reduced format. Specifications and bid documents shall conform to standard City formats unless authorized. The City’s current Standard Specifications and Engineering Standards must be incorporated where applicable. City staff will review any documents or materials provided by the Consultant and, where necessary, the Consultant will respond to staff comments and make such changes as dee med appropriate. Submittals shall include the previous marked up submittal (returned to the Consultant) to assist in the second review. Changes shall be made as requested or a notation made as to why the change is not appropriate. Consultant shall submit deliverables as identified in the City Request for Proposal Specification No. 91293 and Consultant's proposal dated X. All Submittals must include one electronic copy submitted in Adobe Acrobat format. Draft reports and plan submittals shall be submitted as paper copies. Final documents shall be submitted as camera-ready original, unbound, each page printed on only one side, including any original graphics in place and Page 958 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 15 of 22 scaled to size, ready for reproduction AND one electronic copy submitted in Adobe Acrobat format including all original stamps and signatures In the event the City will be compiling the final specifications, incorporating the Consultant’s work, the final specifications will also be required to be submitted in Microsoft Word format. Final plans will also be required to be submitted in AutoCAD Electronic files shall be submitted on a flash drive and all files must be compatible with the Microsoft operating system. Files may be emailed or link provided to a FTP sever in lieu of flash drive. 26. Ownership of Materials. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the city and no further agreement will be necessary to transfer ownership to the City. The Consultant shall furnish the City all necessary copies of data needed to complete the review and approval process. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine readable form, are intended for one-time use in the construction of the project for which this contract has been entered into. The Consultant is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by the City of the machine-readable information and data provided by the Consultant under this agreement. Further, the Consultant is not liable for claims, liabilities, or losses arising out of, or connected w ith any use by City of the project documentation on other projects, except such use as may be authorized in writing by the Consultant. 27. 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 City and shall not be made available to any individual or organization by the Consultant without the prior written approval of the City. The Consultant shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this contract without prior review of the contents thereof by the City and receipt of the City’s written permission. 28. 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. 29. Attendance at Meetings And Hearings. Consultant shall attend as many "working" meetings with staff as necessary to accomplish the workscope tasks. The consultant is responsible to attend on-site meetings as required by Union Pacific Railroad, Caltrans, or California Public Utilities Commission, as n eeded. 30. Requests for Review. The Consultant shall respond to all requests for submittal review or contractor RFI’s within two weeks of receipt of the information from the City. 31. Permit and Filing Fees. The Consultant shall procure all permits, and licenses, pay all charges and fees and file all notices necessary as they pertain to the completion of the Consultant’s work. The City will pay all application fees for permits required for the completion of the project work. The City requires a 10 day noti ce to issue a check. 32. Consultant Invoices. The Consultant shall deliver a monthly invoice to the City, itemized by project work phase or, in the case of on-call contracts, by project title. Invoice must include a breakdown of hours billed and miscellaneous charges and any sub-consultant invoices, similarly broken down, as supporting detail. 33. Payment. For providing services as specified in this Agreement, City will pay and Consultant shall receive therefore compensation in a total sum not to exceed the individual agreed upon project fee. Should the Page 959 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 16 of 22 Consultant’s designs, drawings or specifications contain errors or deficiencies, the Consultant shall be required to correct them at no increase in cost to the City. The Consultant shall be reimbursed for hours worked at the hourly rates attached to this agreement. Hourly rates include direct salary costs, employee benefits, overhead and fee. In addition, the Consultant shall be reimbursed for direct costs other than salary and vehicle cost that have been identified and are attached to this agreement. The Consultant’s personnel shall be reimbursed for per diem expenses at a rate not to exceed that currently authorized for State employees under State Department of Personnel Administration rules. 34. Payment Terms. The City's payment terms are 30 days from the receipt and approval of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Consultant (Net 30). 35. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of the City’s Project Manager and the City Director of Public Works, who may consider written or verbal information submitted by the Consultant. Not later than thirty days after completion of all deliverables necessary to complete the plans, specifications and estimate, the Consultant may request review by the City Council of unresolved cl aims or disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code. Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by agreement, shall be reviewed by the City’s Chief Fiscal Officer. Not later than 30 days after issuance of the final audit report, the Consultant may request a review by the City’s Chief Fiscal Officer of unresolved audit issues. The request for review must be submitted in writing. Neither the pendency of a dispute, nor its consideration by the City will excuse the consultant from full and timely performance in accordance with the terms of this contract. 36. Agreement Parties. City: Bryan Wheeler City of San Luis Obispo 919 Palm Street San Luis Obispo, CA 93401 Consultant: All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as shown above. 37. Incorporation by Reference. City Request for Proposal Specification No. 91293 and Consultant's proposal dated X, are hereby incorporated in and made a part of this Agreement. Should there be any conflict between terms set forth in the City Request for Proposals Specification No. 91293 and Consultant’s proposal dated [DATE], the terms in this agreement and City Request for Proposals Specification No. 91293 will govern. 38. 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 Traffic Manager. 39. Working Out of Scope. If, at any time during the project, the consultant is directed to do work by persons other than the City Project Manager and the Consultant believes that the work is outside of the scope of the original contract, the Consultant shall inform the Project Manager immediately. If the Project Manager and Consultant both agree that the work is outside of the project scope and is necessary to the successful completion of the project, then a fee will be established for such work based on Consultant's hourly billing rates or a lump sum price agreed upon between the City and the Consultant. Any extra work performed by Consultant without prior written approval from the City Project Manager shall be at Consultant's own expense. 40. 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. 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, the said specification and incorporated documents. Page 960 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 17 of 22 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. CITY OF SAN LUIS OBISPO: CONSULTANT: Name of Company __________________________________ Derek Johnson, City Manager By: Name of CAO/President Its: CAO/President APPROVED AS TO FORM: Christine Dietrick, City Attorney Page 961 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 18 of 22 G. PROPOSAL SUBMITTAL FORMS (Note: These forms are available in Word format – Request via email) ACKNOWLEDGEMENT The undersigned declares that she or he:  Has carefully examined Specification No. 91293 RFP  Is thoroughly familiar with its content  Is authorized to represent the proposing firm; and  Agrees to perform the work as set forth in the specification and this proposal. Firm Name and Address: Contact Name: Email: Fax: Phone: Signature of Authorized Representative: Date: INSURANCE CERTIFICATE Insurance Company’s A.M. Best Rating Certificate of insurance attached Page 962 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 19 of 22 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 requ ired. 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 & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Project Outcome Reference No. 2 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Project Outcome Page 963 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 20 of 22 Reference No. 3 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Project Outcome STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The Consultant 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 Consultant Representative Page 964 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 21 of 22 H. 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 sub-consultants. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City). 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: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. 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 volun teers. 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. The Consultant agrees to notify the City in the event that the policy is suspended, voided or reduced in coverage or limits. A minimum of 30 days prior written notice by certified mail, return receipt requested, will be provided. 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. Page 965 of 1183 Design Services For California / Foothill Railroad Crossing Upgrade Page 22 of 22 I. APPENDICES Appendix 1 – Federally Funded Contract Forms The following forms are for federally funded projects and shall be completed and submitted upon selection by the review committee. This project will require all LAPM forms for federally-funded projects. Local Assistance Procedures Manual forms may be obtained from the Caltrans website: http://www.dot.ca.gov/hq/LocalPrograms/lam/forms/lapmforms.htm Required forms include: 1. Exhibit 10-A: A&E Consultant Audit Request Letter and Checklist 2. Exhibit 10-B: Suggested Consultant Evaluation Sheet 3. Exhibit 10-C: Consultant Contract Reviewers Checklist 4. Exhibit 10-H: Sample Cost Proposal 5. Exhibit 10-I: Notice to Proposers DBE Information 6. Exhibit 10-K: Consultant Certification of Costs and Financial Management System 7. Exhibit 10-O1: Consultant Proposal DBE Commitment 8. Exhibit 10-O2: Consultant Contract DBE Information (Word version) 9. Exhibit 10-Q: Disclosure of Lobbying Activities 10. Exhibit 17-F: Final Utilization Report (to be completed at Project Completion) Page 966 of 1183