Loading...
HomeMy WebLinkAboutItem 6e. Authorize RFP for Consultant Services for the Prado Road Interchange Project Item 6e Department: Public Works Cost Center: 5010 For Agenda of: 8/16/2022 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Wyatt Banker-Hix, Engineer III SUBJECT: AUTHORIZATION TO ADVERTISE REQUEST FOR PROPOSALS FOR CONSULTANT SERVICES TO PROVIDE SPECIALIZED SERVICES FOR THE PRADO ROAD INTERCHANGE PROJECT RECOMMENDATION 1. Authorize advertisement of a Request for Proposals for Value Analysis (VA) services for the Prado Road Interchange Project; and 2. Authorize advertisement of a Request for Proposals for design services in the Project Approval/Environmental Document (PA/ED) phase of work in a form agreed on by the City Engineer and City Attorney; and 3. Authorize advertisement of a Request for Proposals for design services in the Plans, Specifications, and Estimate (PS&E) Phase of work in a form agreed on by the City Engineer and City Attorney; and 4. Authorize the City Manager to execute an agreement with the selected consultant in each case; and 5. Authorize the City Engineer to execute and amend the Purchase Order for selected consultants if within the available project budget. REPORT IN BRIEF The Prado Road Interchange is a Capital Improvement Plan (CIP) project that will install a bridge over US 101 connecting Prado Road to Dalidio Drive. The scope and scale of this project is large and considered a legacy project that supports several Major City Goals, General Plan policies, and is a condition of multiple project Environmental Impact Reports. This project is following the Caltrans project delivery process and is currently in the Project Approval Environmental Document (PA/ED) phase of delivery. Staff requests authorization to advertise for a series of specialized consultant services (Attachment A) including: additional design services to support the PA/ED phase as well as the Plans, Specifications, and Estimates (PS&E) phase of project delivery in addition to the Value Analysis consultant services that are required by the Federal Government to be completed. Page 91 of 418 Item 6e POLICY CONTEXT The Prado Interchange Project supports the Major City Goals of: Housing and Homelessness as well as Climate Action, Open Space and Sustainable Transportation . The Land Use and Circulation Element (LUCE) of the General plan identifies a lack of multi-modal east-west connections across town, which this project proposes to address. The 2021 Active Transportation Plan and prior 2013 Bicycle Transportation Plan identified the need for separated cycle tracks and sidewalks on the interchange to create a truly multi-modal link across town. The General Plan also identifies the Prado Interchange as essential in facilitating growth in the Southern portion of the City. Many of the trips generated from proposed development projects will utilize the Prado Interchange as an east-west link. Environmental documents from the developments in this area of the City are relying on the installation of the Prado Interchange to address traffic congestion and circulation deficiencies. Continuation of the PA/ED and PS&E services is necessary to ensure smooth project delivery and to minimize schedule delays. DISCUSSION Background The Prado Interchange Project proposes to complete three major roadway improvements. The first component of the project will connect Prado Road to Dalidio Drive by installing a bridge over US 101. Currently at Prado Road there are existing Northbound on and off ramps that will be reconnected, but they are proposed to be elevated to connect to the new bridge structure. The second component of the project is the realignment of Elks Lane behind the new Regional Transit Authority (RTA) facility and the 40 Prado Road Homeless Services Center and reconnecting to Prado Road at the City’s Water Resource Recovery Facility entrance. Finally, Prado Road will be widened to provide a continuous multi-modal corridor that accommodates projected traffic needs from the Prado Interchange Bridge to the Prado Creek Bridge Replacement Project that is currently in design and scheduled to start construction prior to the Prado Interchange Project. The Prado Interchange Project does not install Southbound on and off ramps as this would unnecessarily delay project delivery and create interchange spacing issues with traffic on US 101. The Interchange design process started in 2016 with the Project Study Report and continued with the 2018 kickoff of the alternatives analysis and environmental document phase of the project. Staff is currently working with a team of consultants to evaluate each alternative for the traffic, environmental, and financial impacts. Page 92 of 418 Item 6e Caltrans Oversight and Project Development Processes This project is a partnership between the City and Caltrans. Caltrans is assisting the City with project delivery and will eventually assume maintenance of portions of this facility. Throughout the process (from planning to construction), Caltrans staff review and approve major deliverables to ensure compliance with their standards . Once the interchange is constructed and delivered according to Caltrans standa rds, they will assume maintenance for the bridge structure. The Caltrans interchange delivery process 1 is divided into the Project Study Report, Project Alternative and Environmental Document (PA/ED) and Plans, Specifications and Estimate phases (PS&E). Each phase and their key deliverables are summarized below: Caltrans Project Delivery Phase Key Deliverables Status Project Study Report --- Study Report – Interchange Feasibility Complete PA/ED. Project Alternatives and Environmental Document --- Traffic Study --- 30% Plans and Estimates (all alternatives) --- Project Report --- CEQA Document (Initial Study – Mitigated Negative Declaration) NEPA Document (Categorical Exemption) --- Value Analysis In Progress PS&E Project Plans, Specifications, and Estimates --- 50% Project Plans and Estimates --- 90% Project Plans, Specifications, and Estimates --- 100% Project Plans, Specifications, and Estimates --- Final Plans, Specifications, and Estimate to advertise Not Started To date, the Project Study Report Phase has been completed and the PA/ED phase is in progress. 1 A more thorough description of the Caltrans delivery process can be found here: https://dot.ca.gov/- /media/dot-media/programs/sustainability/documents/2011-how-caltrans-builds-projects-a11y.pdf Page 93 of 418 Item 6e Project Approval / Environmental Document (PA/ED) Phase Consultant Back Up Plan to complete this project phase. The Prado Interchange is a large and complex project and each phase of the project requires multiple years of effort. The City is currently nearing the end of the PA/ED phase, but throughout PA/ED development staff have experienced times of insufficient consultant communication and accountability resulting in deliverable delays. Staff have resolved the immediate challenges with the consultant team and the project is meeting realistic schedule goals. However, because of the critical timing of this project, in the event that the consultant’s performance becomes insufficient again, staff are seeking authorization with this report to hire new or additional consultants to serve as back up help to quickly deliver this phase of the project. CEQA and NEPA Reviews. Staff and the consultant design teams are currently engaged in submitting the Project Report and Environmental Documents to Caltrans for their review. This is a major milestone in the process and allows the C alifornia Environmental Quality Act (CEQA) Document to begin public review. After the CEQA document is certified complete, the City will submit the Final Project Report declaring the City’s preferred alternative and desire to begin the PS&E phase of project delivery. Value Analysis A Value Analysis is an important step in the PA/ED process that involves hiring a third-party consultant who is qualified to perform a five-day workshop with City and Caltrans staff. This process is a federal and state requirement for any project with a construction budget of $25 million or greater. The project scope, schedule, and budget will be discussed with the hopes of identifying cost and time savings. As these consultants are separate from the design team and specialized in nature, staff requests Council authorization to seek their services. The Value Analysis consultant will review the following preliminary design documents: Structure width and roadway cross section Structure span length, column dimensions and construction type Costs of each alternative Design schedule Construction schedule Anticipated Right of Way Acquisition costs This review will culminate in a report for City and Caltrans staff to discuss and implement. Plans, Specifications, and Estimate (PS&E) Phase The next phase of project development following completion of the PA/ED is final design, termed PS&E. After the preferred alternative is chosen and environmental documents certified, final design of the interchange can begin. This will be another multi-year contract and requires several months of seeking and Page 94 of 418 Item 6e choosing a qualified consultant to assist City staff. In order to smoothly transition to the PS&E phase of this project, staff recommends authorization of consulting services to avoid administrative delay when the time comes to acquire those consultant services. Schedule and Next Steps The project delivery schedule is shown in the figure below. City staff anticipate completing the PA/ED phase in 2024 and the signing of a Cooperative Agreement with Caltrans that year to start the PS&E design. During that time, staff will also search for a design consultant for the next project phase. Once City and Caltrans staff agree that design work is complete, the PS&E phase will close and the project will be advertised for construction bids. Staff anticipate construction to begin at the end of the calendar year 2025. Previous Council or Advisory Body Action On July 17, 2018, City Council approved the Supplemental Environmental Impact Report (SEIR) for the San Luis Ranch Development (Staff Report, Minutes). The SEIR detailed the impacts of the development and need for the Prado Interchange Project. However, the San Luis Ranch development was allowed to proceed independent of the Prado Interchange schedule. Due to project complexity and project lead times necessary for project development as outlined in the Caltrans process, development of the Interchange project is not aligned with the build-out of San Luis Ranch. On April 12, 2018, Caltrans and the City signed a cooperative agreement (Attachment B) pursuing PA/ED of the Prado Interchange project. The agreement laid out the responsibilities of financing, design, and project approval. Public Engagement Public engagement regarding the Prado Interchange was performed extensively as part of the San Luis Ranch Environmental Impact Report, authorized in 2018. Future public engagement is planned as part of this project’s environmental document , including with the Initial Study – Mitigated Negative Declaration that is planned to be advertised to the public later this fall. Fig. 1: Prado Interchange - Project Timeline to Construction Project Phase Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 PA/ED PS&E Advertise Construction FY 22/23 FY 23/24 FY 24/25 FY 25/26 Page 95 of 418 Item 6e CONCURRENCE Public Works concurs with the recommendations of this report. Caltrans concurs with the recommendation to hire a Value Analysis consultant. ENVIRONMENTAL REVIEW Both CEQA and Federal National Environmental Policy Act (NEPA) environmental reports are being prepared as part of the PA/ED phase. The Value Analysis is a third-party review of design and scheduling choices only. Authorization of consulting services will not affect the recommendations of the CEQA nor NEPA documents. FISCAL IMPACT Budgeted: Yes Budget Year: 2021-2022, 2022-2023, Funding Identified: Yes 2023-2024 Fiscal Analysis: As the Prado Interchange is a multi-phased legacy project, funding for the PA/ED Phase will be discussed separately from the PS&E Phase. PA/ED Phase: Funding was identified as part of the 2021-2023 Financial Plan for this phase of the project, of which there is adequate funding to continue the current design contract and seek Value Analysis services. Note that due to the uncertain nature of the work that could remain in the PA/ED phase should additional consultant services be required, all available unencumbered funds have been budgeted for these tasks as shown below: Funding Sources Total Budget Available Current Funding Request (VA + PA/ED) Remaining Balance Annual Ongoing Cost General Fund $500,000 $500,000 $0 N/A State Federal Fees Other: Total $500,000 $500,000 $0 N/A Page 96 of 418 Item 6e PS&E Phase: Funding for the PS&E Phase has been identified in the 2022 -2023 fiscal year. Funding sources include an agreement between the City and County, as well as potential unsecured grant funding. Since the PS&E phase will not begin until 2024, staff will re- assess funding needs during the upcoming budget cycle and incorporate in the 2023-25 Financial Plan. Updated construction estimates will also be sought to address the inflation currently seen in roadway construction. The current available funding is as follows: Funding Sources Total Budget Available Current Funding Request (PS&E) Remaining Balance Annual Ongoing Cost Local Revenue Measure $1,910,000 $1,910,000 $0 N/A Fees: Transportation Impact $429,450 $429,450 $0 N/A State Federal Other: Airport Area Impact Fee $130,000 $130,000 Other: County $1,435,000 $1,435,000. $0 Total $3,904,450 $3,904,450 $0 N/A ALTERNATIVES Deny Authorization to Issue RFPs and Execute Agreements. Staff does not recommend this option as it would delay execution of this project. A Value Analysis is required to complete this project phase. Delay of the RFPs for any additional PA/ED services or the PS&E contract would result in further escalation of project cost. ATTACHMENTS A – RFP for Value Analysis for the Prado Interchange B – PA/ED Agreement between City and Caltrans for the Prado Interchange Page 97 of 418 Page 98 of 418 Notice Requesting Proposals for Prado Interchange Value Analysis Specification No. 91613 The City of San Luis Obispo is requesting sealed proposals from interested consultants to provide for Value Analysis (VA) Services required for City projects pursuant to Specification No. 91613. The City proposes to select one qualified consultants to perform these services for the duration of the study. Description of Services: In general, the successful applicant will provide a Value Analysis for the Prado Interchange Project consistent with California Department of Transportation (Caltrans) standards. This includes a Pre-Study meeting with site visit, creation of VA metrics, draft recommendations and presentation to a VA team. The VA team will meet over the course of 4-7 days, during which the consultant will steer the team into reviewing and recommending actionable improvements to the project. This process will culminate in a draft and final report, which the City will review and respond to. The City will follow the typical Request for Proposal (RFP) process, and request tw o (2) separate submittals. One submittal shall contain the project understanding, approach and team. The other proposal, separately sealed, shall contain the fee and schedule information. City staff will not open the Fee and Schedule proposal if the consul tant is not chosen, and will return the sealed envelope. The consultant ranked 2nd will keep their sealed proposal in case an agreement cannot be reached with the 1st ranked consultant, for (3) months. Qualification Submittal Deadline: Sealed qualification submittals shall be mailed to the following address: City of San Luis Obispo Public Works Administration Attn: Wyatt Banker-Hix 919 Palm Street San Luis Obispo, CA 93401 Ensure each the Fee and Schedule submittal is separately sealed. Qualification submittals delivered in person will not be accepted. All mailed bids must be delivered and in possession of the project manager by 5:00 P.M. on September 23rd, 2022. Submittals received after said time will not be considered. To guard against p remature opening, each proposal shall be submitted to the Public Works Department in a sealed envelope plainly marked with the following:  RFP title  Specification number  Consultant name  Time and date of the proposal opening  Either “Project Understanding/Approach” or “Fee and Schedule” titles 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 proposal is maintained on the web page. Questions Contact Wyatt Banker-Hix at (805) 783-7859 or wbanker@slocity.org with any questions regarding this Request for Proposals. Page 99 of 418 Prado Interchange Value Analysis Page 2 of 20 Specification No. 1000550 TABLE OF CONTENTS DESCRIPTION OF WORK ........................................................................................................................................... 3 PROPOSAL CONTENT AND SELECTION PROCESS ............................................................................................... 8 PROPOSAL CONTENT ........................................................................................................................................... 8 PROPOSAL EVALUATION AND CONSULTANT SELECTION .............................................................................. 8 FORM OF AGREEMENT ............................................................................................................................................ 10 PROPOSAL SUBMITTAL FORMS ............................................................................................................................. 17 ACKNOWLEDGEMENT ......................................................................................................................................... 17 INSURANCE CERTIFICATE .................................................................................................................................. 17 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ............................................................................... 18 REFERENCES ....................................................................................................................................................... 18 INSURANCE REQUIREMENTS: Consultant Services ............................................................................................. 20 Page 100 of 418 Prado Interchange Value Analysis Page 3 of 20 Section A DESCRIPTION OF WORK The City is looking for a consultant team to guide the City team through the successful Value Analysis process . PROJECT BACKGROUND: The City of San Luis Obispo is growing in the southern half of City limits. There are multiple residential, mixed use and commercial developments proposed, in design and in construction throughout the City, but most are concentrated in the south east quadrant of the City. Staff anticipates traffic to increase significantly along Prado Road, and is in the process of delivering a new interchange in that area: At the intersection of Highway 101 and Prado Road there is an existing, at -grade interchange. This includes a north bound on and off ramp (both at-grade) as well as the intersection of Elks Lane, a local City street. In order to accommodate growth, relieve traffic throughout the City and along the highway, as well as provide a more efficient cross town connection, City staff are working on the design of a new interchange at that location. The new interchange will include an overcrossing over Highway 101, elevated north bound on and off ramps, a relocated Elks Lane and the widening of Prado Road up to the new Prado Bridge. Due to regional flooding concerns, the entire elevated portion of the project will be on columns (viaducts) instead of fill slopes, result ing in dozens of columns and major bridge work. While City forces lead the project, Caltrans is a valued partner who will assume maintenance duties after completion, and will need to be consulted throughout the design process. There are also regional par tners who have contributed funding towards this project, namely San Luis Obispo County and the San Luis Obispo Council of Governments (SLOCOG) who will need to be appraised of design decisions. Multiple properties, including a residential development under construction, a regional bus and a homeless shelter, as well as commercial facilities are located near the project limits. Due to Caltrans involvement, the City is following Caltrans Interchange delivery standards, and is currently in the PA/ED phase (Project Alternatives/Environmental Document). Different types of interchanges are currently being considered, with a chosen alternative predicted in 2023. After that, a new contract for final design services will be advertised, with construction ultimately anticipated to begin in 2025. Staff anticipates the Value Analysis process to begin in the Fall of 2022 and end later that year. Said Value Analysis must follow the Caltrans VA Program guidelines found at Value Analysis | Caltrans. Both Caltrans and City staff will be involved throughout the VA process, including consultant selection. PROJECT SCOPE: The City seeks a Certified Value Specialist (CVS) as defined by SAVE International ® to lead the project team through a federally mandated VA Study for the Prado Interchange. City understanding of the VA process is as follows: 1. Selection of VA Consultant by City staff. 2. City, Caltrans and Consultant staff will meet to establish performance metrics, develop VA team, review impacts, set limitations, and discuss logistics for a successful project (Pre-Study Meeting) 3. VA Consultant will lead team through the Caltrans VA activities (including a site visit) to draft recommendations which best meets the needs of the project. 4. VA team meets with wider project team to review recommendations and discuss potential project scope, schedule and budget changes: a. Anticipate City, Caltrans and outside agency staff and administration to be present b. Budget 5 days of intensive workshops in person. City staff will coordinate location. 5. Consultant produces draft VA report with VA team input 6. Stakeholders/Decision makers reviews draft VA report to decide on implementation 7. Consultant produces final VA report for City and Caltrans review. Include which recommendations the decision makers choose to implement and their reasoning CONSULTANT SCOPE OF WORK: Page 101 of 418 Prado Interchange Value Analysis Page 4 of 20 Please submit a proposal for providing Value Analysis services per the Caltrans VA program:  Preparation Phase  VA Study Workshop  Determine Disposition  Report Results Required Deliverables: Project Management:  Meeting agendas and minutes for all consultant-lead meetings. Action items must be included with follow up dates  Weekly correspondence with City Project Manager, either as an e-mail, meeting or phone call to review action items  Detailed schedule showing action items and anticipated timelines. Expect to update schedule after major milestones  Monthly meetings between consultant and City team to review progress made, discuss items requiring City input, and review action items. Note there are existing standing meetings between project staff that could be utilized. Preparation:  Attend 2-hour meeting with project leads and team leader to define roles and responsibilities, study goals and objectives. This includes: o Draft Study Charter o Confirm team selection o Identify team roles (stake holders, technical reviewers….) o Data collection and study dates o Performance requirements o Distribution of necessary project data and construction cost models VA Study Workshop:  Kickoff meeting with City, Caltrans, Consultant and other stakeholders  Presentation to team o Design concept o Stakeholder interests o Project issues and objectives o Design Exceptions o Rate baseline concept o (1) Site Visit by VA team  Analyze project data, include FAST diagram, risks and cost drivers  Ideation session with team  Evaluation of ideas  Development of project alternatives o Cost/benefits o Concept sketches and calculations  Critique alternatives  Present alternatives to team and administration Determine Disposition:  Document VA Study o Process and Study Findings o Summary Report o Preliminary Findings o Distribute report  Assess Alternatives o Assist as needed (mostly completed by City and Caltrans project team)  Resolve Alternatives o Review implementation dispositions o Implementation meeting Page 102 of 418 Prado Interchange Value Analysis Page 5 of 20 o Resolve implementation actions o Document decisions o Develop Implementation Action Memo  Finalize Alternatives o Meet with Project Manager to discuss alternatives o Resolve any conditionally accepted alternatives o Develop implementation plan o Authorize implementation plan o Final presentation of study results Report Results  Publish Results o Document process and study o Incoporate all comments and implementation plan o Create and distribute Final VA Study Report o Submit Final Report to Caltrans Headquarters for FHWA audit The City and Caltrans will partner to provide review comments for each deliverable, with a timeframe of approximately 4 weeks depending on size and complexity. Page 103 of 418 Prado Interchange Value Analysis Page 6 of 20 Section 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 Proposal (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 materials. 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. A separate sealed envelope shall include the fee and schedule proposal. Each proposal submittal shall include one electronic copy 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. Ensure the Fee and Schedule proposal is clearly labeled to prevent confusion. 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 insur ance coverage during proposal evaluation; as discussed under paragraph 13 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 Engineer 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 proposals will be opened and declared publicly. Consultants or their re presentatives are invited to be present at the opening of the 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 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 Proposals. When specifically requested, the proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the 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 104 of 418 Prado Interchange Value Analysis Page 7 of 20 CONTRACT AWARD AND EXECUTION 10. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the "Special Terms and Conditions" in Section C of these specifications for proposal evaluation and contract award criteria. 11. 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. 12. 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 City and incorporated in these specifications. 13. 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. 14. 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. 15. 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; any bid security will be forfeited in accordance with the special terms and conditions if a Consultant's bond or security is required; and an award may 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 105 of 418 Prado Interchange Value Analysis Page 8 of 20 Section C 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. VA team leader must be a CVS. b. Understanding of the project and team’s approach in project delivery. c. Experience of your firm in performing Value Analysis work per Caltrans guidelines. d. Experience of the staff to be assigned to this work in performing similar services. e. Redundancy in the project team who are experienced in this type of work . f. Resumes of the individuals who would be assigned to the project team. g. Proximity and staffing levels to the City of San Luis Obispo. h. Statement and explanation of any instances where your firm has been removed from a project or disqualified from proposing on a project. i. Detailed list of services available directly from your team available to this project. j. Project Fee and Schedule, including biling rates for team (Separate, sealed submission to be opened only if chosen) 3. Work Program a. Description of your approach to working with City staff to achieve their goal of completing the assigned 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. Three (3) copies of the proposal must be submitted. Submit (3) copies of the Fee and Schedule Proposal, separately sealed c. One PDF format electronic copy must be submitted on flash drive. One PDF shall be submitted on flash drive for the Fee and Schedule Proposal, sealed with it’s hard copy to prevent confusion. PROPOSAL EVALUATION AND CONSULTANT SELECTION Qualification proposals will be evaluated by a review committee and contract award process as follows: 5. Written Proposal Review/Finalist Candidate Selection Evaluation of the qualification proposals will be based on the following qualifications: 1. Understanding of the work involved in providing a Value Analysis services per Caltrans guidelines for an Interchange. 2. Demonstrated competence, professional qualifications of proposed staff . 3. Recent experience in successfully performing similar services. 4. Responses from provided references. Page 106 of 418 Prado Interchange Value Analysis Page 9 of 20 Qualification proposals will be reviewed by a selection committee and ranked in accordance with the above criteria. Where one or more qualification proposals are rated consistently higher than others, the consultants may be selected as the top ranked consultants for purposes of contract negotiation. Alternatively, a group of finalist candidates (generally the top 3) may be selected for follow -up interviews and presentations, or requests for additional clarifying information, before the final top ranked consultants for contract negotiation are determined.Interviews are performed as follows: 1. Company presentation – staff, project understanding and approach – 20 min 2. 5-10 Questions – 35 min 3. Closing statement – 5min 6. Proposal Review and Award Schedule The following is an outline of the anticipated schedule for proposal review and contract award: Issue RFP ...................................................... August 26, 2022 Receive qualification proposals ......................... Sept 23, 2022 Complete proposal evaluation ............................ Oct 14, 2022 Award contract .................................................... Oct 28, 2022 Execute contract ................................................. Nov 15, 2022 Page 107 of 418 Prado Interchange Value Analysis Page 10 of 20 Section D FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on _____________ 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 ___________, requested proposals for _______________. 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 and covenants hereinafter contained, the parties hereto agree as follows: 1. Contract Term. The term of this agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance and completion of said services. 2. Incorporation by Reference. City Specification No. ______ and Contractor's proposal dated [date] is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. 3. Consultants’ Obligations. For and in consideration of the payments and Agreements herein before mentioned to be made and performed by City, Consultant agrees with City to provide services as set forth in ______ 4. Cost Increases. Labor rates during the contract term may be increased on an annual basis to reflect projected increases in labor costs and overhead provided those increases are incorporated into the Consultant’s Proposal, which is incorporated into this agreement by reference. 5. Work Delays. Should the Consultant be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Consultant. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on t ime, 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. 6. Termination for Cause. If, during the term of the contract, the City determines that the Consultant is not faithfully abiding by any term or condition contained herein, the City may notify the Consultant in writing of such defect or failure to perform. This notice must give the Consultant a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Consultant has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Consultant to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Consultant's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the 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 Page 108 of 418 Prado Interchange Value Analysis Page 11 of 20 such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Consultant as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Consultant shall be based solely on the City's assessment of the value of the work - in-progress in completing the overall 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. 7. 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 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 City’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. 8. 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. 9. 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 identified 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. 10. 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. 11. 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. 12. 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 contract, includin g 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. 13. 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. Page 109 of 418 Prado Interchange Value Analysis Page 12 of 20 14. 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 ter minate 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. 15. 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 annul this contract without liabi lity; pay only for the value of the work actually performed, or in its discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 16. 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 phases of construction, includin g but not limited to, inspection and land surveying work. 17. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Consultant is required to pay. 18. 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 including building and regulatory permit application fees. Consultant will provide a 10 day notice for the City to issue a check. 19. Safety Provisions. The Consultant shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 20. 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. 21. 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. 22. 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. 23. 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. 24. 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 guaran ty 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 have 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 Page 110 of 418 Prado Interchange Value Analysis Page 13 of 20 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. 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. 25. Hold Harmless and Indemnification. (a) Non-design, non-construction Professional Services: To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, including the City’s active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversaria l 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. (b) Non-design, construction Professional Services: To the extent the Scope of Services involve a “construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“Ci ty Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultan t’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, 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. (c) 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 paragraphs A or B. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its 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 Page 111 of 418 Prado Interchange Value Analysis Page 14 of 20 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. (d) 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. 26. Non-Exclusive Contract. The City reserves the right to contract for the services listed in this proposal from other consultants during the contract term. 27. Standards. Documents shall conform to City Standards and City furnished templates shall be used. 28. Consultant Endorsement. Technical reports shall be signed by the Consultant where required. 29. Required Deliverable Products and Revisions. The Consultant will be required to provide documents addressing all elements of the workscope. 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 deemed 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 appr opriate. 2 copies of the draft Value Analysis Report 2 copies of the final Value Analysis Report Draft reports and plan submittals shall be submitted as digital and paper copies when requested. Final documents shall be submitted as one electronic copy submitted in Adobe Acrobat format including all original signatures. Electronic files shall be submitted on flashdrives and all files must be compatible with the Microsoft operating system. Each flashdrive must be clearly labeled and have a printed copy of the directory. Files may be emailed to the City in lieu of putting them on flashdrive. 30. Ownership of Materials. Upon completion of all work under this contract, ownership and title to all repor ts, 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 with any use by City of the project documentation on other projects, except such use as may be authorized in writing by the Consultant. 31. 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. Page 112 of 418 Prado Interchange Value Analysis Page 15 of 20 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. 32. 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. 33. Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Consultant at up to 2 site visits and up to 5 8 hour meetings to present and discuss its findings and recommendations. Consultant shall attend as many "working" meetings with staff as necessary in performing workscope tasks. 34. 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. 35. Project Proposal Submittal. Upon completion of the project scoping meeting, the Consultant shall submit a proposed workscope, compensation and schedule within 10 working days. The cost proposal shall include all costs including miscellaneous direct cost items. 36. Consultant Invoices. The Consultant shall deliver a monthly invoice to the City, itemized by project work phase or. Invoice must include a breakdown of hours billed and miscellaneous charges and any sub-consultant invoices, similarly broken down, as supporting detail. 37. 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 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. 38. Payment Terms. The City's payment terms are 30 days from the receipt and approval by the City of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Consultant (Net 30). 39. 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 Co uncil of unresolved claims 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. . 40. Agreement Parties. Page 113 of 418 Prado Interchange Value Analysis Page 16 of 20 City: Wyatt Banker-Hix 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. 41. Amendments. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. 42. 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. 43. 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. 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 (2nd signature required if Corporation): ________________________________ By: Name of Corporate Officer Its: ____________________ Page 114 of 418 Prado Interchange Value Analysis Page 17 of 20 Section E PROPOSAL SUBMITTAL FORMS ACKNOWLEDGEMENT The undersigned declares that she or he:  Has carefully examined Specification No. 91613 and 91252  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 115 of 418 Prado Interchange Value Analysis Page 18 of 20 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 lo cal 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 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 Page 116 of 418 Prado Interchange Value Analysis Page 19 of 20 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 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 Page 117 of 418 Prado Interchange Value Analysis Page 20 of 20 Section F 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 perf ormance 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 genera l 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 volunteers. Any insurance or self -insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 3. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified m ail, 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 118 of 418 Page 119 of 418 Page 120 of 418 Page 121 of 418 Page 122 of 418 Page 123 of 418 Page 124 of 418 Page 125 of 418 Page 126 of 418 Page 127 of 418 Page 128 of 418