HomeMy WebLinkAboutItem 5f. Authorization to advertise On-Call EnerGov Support Services RFQ Item 5f
Department: Community Development
Cost Center: 4006
For Agenda of: 9/5/2023
Placement: Consent
Estimated Time: NA
FROM: Timmi Tway, Community Development Director
Prepared By: Michael Loew, Deputy Director/Chief Building Official
SUBJECT: AUTHORIZATION TO ADVERTISE ON-CALL ENERGOV SUPPORT
SERVICES REQUEST FOR QUALIFICATIONS
RECOMMENDATION
1. Approve the Draft Request for Qualifications (RFQ) to provide Energov support
services; and
2. Authorize the City Manager to execute agreements with selected consulting firms; and
3. Authorize the Finance Director to execute and amend Purchase Orders for individual
consultant services contracts in an amount not-to-exceed the authorized project
budget; and
4. Authorize the Community Development Director to amend or extend the agreement
for services in accordance with its terms and within the available annual budget.
POLICY CONTEXT
The Community Development Department (CDD) is working on several efforts to improve
business practices and streamline processes for the public and staff and is in need of
technical support to continue to carry out these efforts. The City’s purchasing policy
requires competitive bids for a single transaction and cumulative purchases for a fiscal
year at Tier 3 through 5. See Attachment A, Purchasing Policy Tier Approval Guide for
Professional Services. Factoring in the previous years' technical support needs and
upcoming business process improvement needs, the 2023-25 expenditures for technical
support services may reach the City’s purchasing threshold that requires Council
authorization.
Municipal Code Section 3.24.070 authorizes staff to procure these type of “specialized
services” when consultants are on “an approved list of on -call consultants that is
established by a formal request for qualifications (RFQ) process.” Section 3.24.070 (C)
further states that “The council shall approve the RFQ, and the purchasing authority is
authorized to execute agreements with the selected consultan ts. The finance director is
authorized to execute and amend purchase orders for individual consultant services
contracts in an amount not to exceed the authorized project budget. On-call consultant
lists shall be renewed at least every five years by a new RFQ process.”
Page 51 of 753
Item 5f
Interpreting the policy and Municipal Code together, the Finance Department and IT
Division recommend using the RFQ process to establish a list of qualified consultants to
assist CDD and IT with technical support. Then, once the contracts are in place, City staff
can utilize the services of the contractors with negotiated pricing and terms to reduce
overall service costs.
DISCUSSION
Background
The Community Development Department (CDD) uses a computer program called
Energov to manage permit and plan ning applications, development review activities,
inspections, code enforcement cases, and all payments received by CDD. Currently, the
City has a contract with Tyler Technologies for the use of Energov and there is a regular
ongoing need for additional technical support services related to Energov.
In May of 2022, CDD staff, with technical support from IT staff, upgraded Energov to the
most up to date version available. This new version has enabled significant business
process improvements that include the ability to schedule inspections online, obtain an
instant building permit for certain solar applications, transfer approved d ocuments
between staff and customers, and store all permit and plan information digitally. CDD and
IT staff are now working to configure the system to enable online applications for all
permits and enable an eReview process that will help accomplish the go al of creating a
completely paperless and user-friendly process for development review activities.
The IT department is currently staffed with one regular full-time employee that provides
ongoing support for regular system operations for Energov. However, CDD has the need
for additional specialized support to configure the Energov environment with new
customer service features.
Request for Qualifications Selection and Contract Management
The City is currently under contract with Tyler Technologies through October 31, 2023,
for a service called “Tyler Assist Basic.” Tyler Assist Basic provides staff with 120 hours
of technical support related to Energov, at a cost of $30,000 a year. The lack of flexibility
in the options available in the Tyler Assist suite has created the need for alternative
technical support services. Staff is aware of such services available through alternative
independent consultants at a more affordable rate. Staff is requesting to establish a list
of qualified consultants that are prepared to provide specialized technical support for IT
staff on an as-needed basis as it relates to Energov services. This approach will be more
fiscally responsible and enable staff to discontinue services with a provider if the support
does not produce measurable results that increase the efficacy of CDD’s business
processes.
Page 52 of 753
Item 5f
It is, therefore, recommended that the City advertise for these services through a RFQ
(Attachment B). The RFQ model is used to identify the skillset of the consultants
submitting qualifications and enables City staff to determine how those qualifications align
with current City needs. This is different from the project -specific Request for Proposals
(RFP) model, which seeks proposals for a specific project with a defined scope of work.
After evaluating the RFQ submittal packages, the top consultants in each specialized area
will be selected to enter into an agreement with the City. Consultant selection is based on
demonstrated ability to provide the services proposed in a timel y manner with qualified
staff. Once the selected consultants enter into an agreement with the City, their services
on an individual project are implemented rapidly, without the need for an individual RFP.
The selected consultant firms will remain on contract for up to five years. The consultants
will operate under the conditions of the agreement included in the RFQ. Individual projects
will be scoped by the City department most involved. The specific project work will then
be authorized via a Purchase Order through the Finance Department.
Public Engagement
This RFQ will be advertised to the public.
CONCURRENCE
The Information Technology Division agrees with the need for additional technical support
for the purpose of supporting Energov related work.
ENVIRONMENTAL REVIEW
The California Environmental Quality Act does not apply to the recommended action in
this report, because the action does not constitute a “Project” under CEQA Guidelines
Sec. 15378.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2023-24
Funding Identified: Yes
Fiscal Analysis:
Funding
Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund $140,000 $ $ $30,000
State
Federal
Fees
Other:
Total $140,000 $ $ $30,000
Page 53 of 753
Item 5f
Issuing the RFQ and establishing a qualified list does not obligate any funds for consultant
work. When the on-call agreement is executed and projects are identified requiring
consultant services, quotes will be requested, and purchase orders will be issued at the
discretion of the Finance Director in an amount not to exceed authorized project budgets.
As part of the 2023-25 Financial Plan, Council allocated $140,000 each fiscal year to the
Building and Safety Division for “Other Contract Services.” This account is used to cover
the costs of consultant services to assist staff with operational needs such as those
addressed by the RFQ. In the event that projects arise that exceed the current budget
allocation, staff will submit a Budget Adjust Request or Significant Operation Budget
Change request prior to committing to any expenditures.
ALTERNATIVES
Individual Project Request for Proposals (RFP). Council can direct staff to proceed in
a more traditional fashion by issuing RFPs for each individual p roject, such as the Tyler
Assist Basic package mentioned above, as a need arises in accordance with the City’s
Purchasing Guidelines. In this case, a company with greater experience in the specific
work might be attracted; however, this process is very time consuming and increases the
work required for an individual project, reducing overall project production. Staff does not
recommend this approach because it increases the time to implement individual
contracts, while providing minimal benefit. RFPs can still be issued on a case-by-case
basis when specialized skills, not available through on -call contracts, are needed.
ATTACHMENTS
A - Purchasing Policy Tier Approval Thresholds
B - Draft RFQ for Energov support services
Page 54 of 753
Professional
Services
General
Goods
CITY OF SAN LUIS OBISPO www.slocity.org
PURCHASING POLICY - APPROVAL THRESHOLDS
Tier 1
Tier 2
Tier 3
Tier 4
Tier 5
Under
$10,000
$10,000
to $39,999
$40,000
to $69,999
$70,000
to $150,000
$150,000
or more
Purchase Requisition (PR) approved by Fiscal Officer
Purchase Order (PO) approved by Purchasing
3 Quotes
PR approved by Fiscal Officer, Dept. Head
PO approved by Purchasing
RFP Required
PR approved by Fiscal Officer & Dept. Head
PO approved by Purchasing
City Manager Report and RFP Required
PR approved by Fiscal Officer
PO approved by Purchasing
Council Approval and RFP Required
PR approved by Fiscal Officer
PO approved by Purchasing
PURCHASING POLICY - APPROVAL THRESHOLDS
Tier 1
Tier 2
Tier 3
Tier 4
Under
$10,000
$10,000
to $74,999
$75,000
to $199,999
$200,000
or more
Purchase Requisition (PR) approved by Fiscal Officer
Purchase Order (PO) approved by Purchasing
3 Quotes
PR approved by Fiscal Officer, Dept. Head
PO approve by Purchasing
City Manager Report and RFP Required
PR approved by Fiscal Officer & Dept. Head
PO approved by Purchasing
Council Approval and RFP Required
PR approved by Fiscal Officer
PO approved by Purchasing
Page 55 of 753
Page 56 of 753
Notice requesting qualifications (RFQ) for on-call Energov support services.
The City of San Luis Obispo is requesting proposals from qualified vendors to provide Energov support
services. All proposers must register with BidSync at www.BidSync.com, where proposers can obtain RFQ
packages and submit questions.
All firms interested in receiving further correspondence regarding this Request for Qualifications (RFQ)
will be required to complete a free registration using BidSync ( https://www.bidsync.com/bidsync-
appweb/vendor/register/Login.xhtml). All proposals must be on BidSync at or before 3:00 PM on
_____(Date)_________, when they are opened electronically on BidSync.
The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper
copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990
Palm Street, San Luis Obispo, CA, 93401.
Specification packages and additional information may be obtained at the City's BidSync website at
www.BidSync.com. Please contact Dan Clancy at dclancy@slocity.org with questions.
For technical help with BidSync please contact BidSync tech support at 800-990-9339.
Page 57 of 753
Section A
DESCRIPTION OF WORK
The City of San Luis Obispo (“City”) seeks qualifications for Energov technical support services to assist
staff in business process configurations.
I. GENERAL
The City is requesting qualifications from qualified consultants to provide Energov technical support
services. Currently, the city is not adequately staffed to perform all necessary system configurations to
utilize the system software to its fullest extent. The City is interested in generating a list of qualified
consultants specializing in this type of work to draw from as needed. While an exact list of the City’s future
technical support needs is unknown at this time, consultants should expect projects and tasks that will
include configurations for intelligent objects, intelligent queries, general automations, workflow updates,
and GIS settings. Furthermore, the city is looking for a qualified consultant that can act a resource to guide
staff on what is considered a supported system configuration versus an unsupported customization.
II. SCOPE OF WORK
Qualified consultants shall be proficient in and capable of providing the following services:
Client Services Account Management
• Bi-weekly check-ins
• New Release Planning
• Continuous Improvement Planning
• Organization Readiness
• Support Analytics
Investment Assessment/Best Practice Review
• Best Practice/Stability Analysis
• Maturity Model Discussion
• Consumption Gap Discussion
• EnerGov Product Roadmap Discussion
GIS Settings
Software Configuration Requests
• Unlimited configuration requests
Example of configuration services needed:
• User Setup
• Custom Fields
• Workflows
• Fee Updates
• Districts
• Automations (IOs & IAAs)
• Fee Schedule Updates
• GeoRules
• Code Updates
• Report Modifications
• Demonstration of new functionality
Page 58 of 753
III. SUBMITTAL CONTENT
1. Letter of Interest (5-page maximum). Please include in the submittal a letter introducing the
Consultant and expressing the Consultant's interest in being considered for on-call consulting services,
clearly identifying the applicable sub-area(s) of interest. The letter of interest should also include all of
the following:
a. Provide the name of the entity, its mailing address, telephone, facsimile number. Please
describe the organization.
b. Indicate that the Consultant has the availability and time to dedicate the personnel and
resources necessary to provide on-call consulting services.
c. Indicate that the Consultant has the minimum qualifications listed in Section III above.
d. Indicate the intention of the Consultant to adhere to the provisions described in the RFQ.
e. If selected to provide on-call consulting services, the Consultant will be expected to sign a
service provider agreement with the City.
f. Please identify the contact person responsible for the submittal, specifying the name, title,
and contact information.
g. Please note that the person signing the letter of interest must be a legal representative
of the Consultant authorized to bind the Consultant to an agreement in the event of an award.
h. Provide a brochure or list of relevant services that can be provided, including but not limited
to services outlined in Section I and II
2. Relevant Experience of Key Personnel and the Firm (10-page maximum).
a. Key Personnel Experience. The submittal must identify the key personnel that is to be assigned if
awarded a contract, detailing their qualifications, areas of expertise, a summary of their past experience
performing similar services for other jurisdictions, and a resume of each key personnel, including
experience working with City staff, local San Luis Obis po community groups and decision-makers,
and regional partner agencies.
b. Firm Experience. The submittal must describe the Firm's pertinent project experience, including
a list of performed relevant projects, past performance, individual or team accomplishments, and examples
of similar work for San Luis Obispo or neighboring jurisdictions in California, including experience working
with City staff, local San Luis Obispo community groups and decision-makers, and regional partner agencies.
c. General Firm Information. General firm information including the number of employees, location
of firm headquarters, branch offices, and the number of years in business may also be provided. Please
note that general firm information is not a substitute for the specific information requested in Sections
IV.2.a and b above.
3. Fee Structure. Please include a clear and comprehensive fee schedule, including a detailed statement
of hourly rates for all positions and classifications of individuals involved and reimbursable expenses.
Please also include the rates for a project-by-project basis, as noted in the sample Scope of Work above.
4. Client References. Consultants must provide a minimum of three (3) client references.
Page 59 of 753
IV. ADDITIONAL SERVICES
If there are related services not otherwise identified in the City's RFQ, the Proposer may offer those to
the City. Proposals are not required to address any additional services in order to be considered an
acceptable proposal. However, the final selection of the successful Proposer may be based on the
desirability of the additional services offered.
V. SELECTION PROCESS
Submittals received by the deadline will be reviewed by a selection panel comprised of City staff who
have relevant knowledge and experience. The panel will score the proposals based upon the
qualification materials submitted according to the following criteria:
1. Letter of Interest. Availability demonstrated the capacity and qualifications necessary to
provide the consulting services specified in the RFQ. Ability to meet standard City contract and insurance
requirements.
2. Relevant Experience.
a. Demonstrated ability, based on consultant experience and specific experience of key
personnel, to provide technical assistance on the types of tasks listed in the
RFQ. Consultants need not necessarily be experts in every task in a given sub-area in order to achieve a
favorable score.
b. Prior experience, including the ability to work with City staff, local San Luis Obispo
community groups and decision-makers, and regional partner agencies. (30 Points Maximum)
3. Responsiveness to the RFQ. Presentation, completeness, and clarity of information
provided.
4. Fee Structure. The Consultant's cost competitiveness and reasonableness. (20 Points
Maximum)
5. Client References. (Pass/Fail)
The submittals will be scored on a zero to 100-point scale, excluding bonus points. Consultants who qualify
will be placed on the list of qualified on-call consultants for each subarea. Placement on the list of qualified
on-call consultants is not a guarantee of work and does not constitute a commitment by the City to enter
into a contract with the Consultant. As appropriate, the City may conduct an additional competitive
process (e.g., solicit bids or issue Requests for Proposals) prior to awarding contracts. The City anticipates
that all services will be on an as-needed or on-call basis.
IV. ADDITIONAL TERMS AND CONDITIONS
A. Nondiscrimination. The City will not discriminate against any interested consultant on the
grounds of race, religious creed, color, national origin, ancestry, handicap, disability, marital status,
pregnancy, sex, age, or sexual orientation.
B. City's Right to Modify RFQ. The City reserves the right at its sole discretion to modify this RFQ
(including but not limited to the selection criteria) should the City deem that it isin its best interests to
do so. Any changes to the proposal requirements will be made by written addendum. The failure of a
consultant to read the latest addendums shall have no effect on the validity of such modification.
Page 60 of 753
C. City's Right to Cancel RFQ. The City reserves the right at its sole discretion to cancel this RFQ in
part or in its entirety should the City deem that it is in the City's best interests to do so.
D. City's Right to Reject All Submittals. The City reserves the right, in its sole discretion, to reject all
submittals should the City deem that it is in its best interests to do so.
E. City's Right to Extend RFQ Deadlines. The City reserves the right to extend the deadline for
submittals by written addendum should the City deem that it is in its best interests to do so.
F. City Right to Negotiate With Consultants. The City reserves the right to negotiate with the
consultants on the list of qualified on-call consultants regarding their exceptions to the standard
service provider agreement if any, or regarding other price and terms in their submittals and to
require the selected Consultant to submit such technical, price, or other revisions of their
submittals as may result from negotiations.
G. Standard Form Service Provider Agreement & Insurance. Consultants acknowledge that
placement on the list of qualified on-call consultants does not commit the City to award a
contract. For any project, the City reserves the right to award a contract to consultants
(1) that are on the list of qualified on-call consultants; (2) that have an existing contract with
the City, or (3) that are selected through a separate competitive process.
Consultants on the list of qualified on-call consultants who are awarded a contract will be expected
to sign a service provider agreement with the City. The standard service provider agreement and
associated insurance requirements are attached as Attachment B.
Comments or exceptions, if any, to the standard service provider agreement and/or insurance
requirements must be noted in the Letter of Interest. It is understood that consultants have reviewed the
service provider agreement (Attachment B) and will take exception only to those items identified in their
Letter of Interest.
Neither review of the submittal by the City nor placement on the list of qualified on-call consultants
constitutes an acceptance by the City of the Proposer's recommended changes to the service provider
agreement. If there are any concerns or proposed exceptions requested to the standard service provider
agreement, these issues will be discussed at the time the City awards a contract, if any.
H. Cost of Submittals. All costs incurred during submittal preparation or in anyway
associated with the Consultant's preparations or submission shall be the sole
responsibility of the Consultant.
I. Liability for Submittal Errors. Consultants are liable for all errors and omissions
contained in their submittals.
J. Permits and Licenses. Consultants, at their sole expense, shall obtain and maintain during the term
of any agreement all appropriate permits, certificates, and licenses including, but not limited to, a City
Business License, which will be required in connection with the performance of on-call consulting
services.
Page 61 of 753
VII. ADDITIONAL CONSIDERATIONS AND ASSUMPTIONS
1. All works submitted to and accepted by the City must be an original piece created by the
Contractor.
2. All works submitted by the Contractor must be in standard U.S. English and adhere to the
Branding and Style Guide.
3. All works must be submitted in Microsoft Word format and include a headline pertaining to the
work in bold. The work should appear in a non-bolded Calibri, 12-point font.
4. The City reserves the right to use all submitted works in current and/or future forms of
current media and/or media to be developed.
GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall
meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its
proposal submittal, the bidder 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 submitted electronically via BidSync. However, if you can’t submit electronic please send your bid copy
in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis
Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the
proposal title, project number, name of bidder, 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 bidder’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 E.
4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated
and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the
Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s)
must be totally completed. If the unit price and the total amount stated by any bidder for any item are
not in agreement, the unit price alone will be considered as representing the bidder’s intention and the
proposal total will be corrected to conform to the specified unit price.
5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to
the time specified for the proposal opening, by submitting a written request to the Director of Finance for
its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal
received after the time specified or at any place other than that stated in the “Notice Inviting
Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly.
Bidders or their representatives are invited to be present at the opening of the proposals. Page 62 of 753
6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to
make or file, or to be interested as the primary submitter 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 bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not
thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting
proposals.
7. 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.
CONTRACT AWARD AND EXECUTION
8. 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.
9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the
competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a
timely manner, all information that the City deems necessary to make such a decision.
10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written
contract with the City within ten (10) calendar days after notice of the award. The contract shall be made
in the form adopted by the City and incorporated in these specifications.
CONTRACT PERFORMANCE
11. The City’s contract terms and conditions that [Contractor/Consultant] will be expected to execute and
be bound by are attached hereto as Exhibit A
SPECIAL TERMS AND CONDITIONS
1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms
and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive
proposer.
2. Sales Tax Reimbursement.
For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for
bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to
the City, 1% of the taxable amount of the bid will be deducted from the proposal by the City in calculating
and determining the lowest responsible, responsive proposer.
3. Labor Actions.
In the event that the successful proposer is experiencing a labor action at the time of contract award (or if
its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare Page 63 of 753
said proposer is no longer the lowest responsible, responsive proposer and to accept the next acceptable
low proposal from a proposer that is not experiencing a labor action, and to declare it to be the lowest
responsible, responsive proposer.
4. Failure to Accept Contract.
The following will occur if the proposer to whom the award is made (Contractor) 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 proposer's bond or security is required; and an award may be made to the next lowest
responsible, responsive proposer who shall fulfill every stipulation as if it were the party to whom the first
award was made.
5. Contract Term.
The supplies or services identified in this specification will be used by the City for 5 years. The prices
quoted for these items must be valid for the entire period indicated above unless otherwise conditioned
by the proposer in its proposal.
6. Contract Extension.
The term of the contract may be extended by mutual consent for an additional one-year, and annually
thereafter, for a total of four years.
7. Supplemental Purchases
Supplemental Purchases. Supplemental purchases may be made from the successful proposer
during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these
supplemental purchases, the proposer shall not offer prices to the City in excess of the amounts offered to
other similar customers for the same item. If the proposer is willing to offer the City a standard discount
on all supplemental purchases from its generally prevailing or published price structure during the
contract term, this offer and the amount of discount on a percentage basis should be provided with the
proposal submittal.
8. Contractor Invoices.
The Contractor may deliver either a monthly invoice to the City with attached copies of detail invoices as
supporting detail, or in one lump-sum upon completion.
9 Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail
Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term.
10. Unrestrictive Brand Names. Any manufacturer's names, trade names, brand names or catalog
numbers used in the specifications are for the purpose of describing and establishing general quality
levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that
meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name
is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name
meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any
proposed alternatives is upon the proposer, and the City shall be the sole judge in making this
determination.
11. Delivery. Prices quoted for all supplies or equipment to be provided under the terms and
conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo by the
successful proposer and received by the City within 90 days after authorization to proceed by the City.
12. Start and Completion of Work. Work on this project shall begin immediately after contract
execution and shall be completed within 90 calendar days thereafter, unless otherwise negotiated with
City by mutual agreement.
Page 64 of 753
13. Change in Work. The City reserves the right to change quantities of any item after contract award.
If the total quantity of any changed item varies by 25% or less, there shall be no change in the agreed upon
unit price for that item. Unit pricing for any quantity changes per item in excess of 25% shall be subject to
negotiation with the Contractor.
14. Submittal of References. Each proposer shall submit a statement of qualifications and references
on the form provided in the RFP package.
15. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any
past governmental agency bidding or contract disqualifications on the form provided in the RFP package.
Page 65 of 753
REFERENCES
Number of years engaged in providing the services included within the scope of the specifications
under
the present business name: .
Describe fully three contracts performed by your Firm within the last five years that demonstrate your ability
to provide the services included with the scope of the specifications. Attach additional pages if required.
The City reserves the right to contact each of the references listed for additional information regarding your
Firm's qualifications.
Reference No. 1
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
link to final report
Reference No. 2
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
link to final report
Reference No. 3
Customer Name
Contact Individual
Telephone & FAX number
Page 66 of 753
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
link to final report
Page 67 of 753
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The bidder 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 Bidder Representative
Page 68 of 753
Exhibit A
CITY OF SAN LUIS OBISPO
AGREEMENT FOR PURCHASES OF GOODS AND SERVICES
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
[Contractor’s Name], hereinafter referred to as Contractor.
W I T N E S S E T H:
WHEREAS, on ____(Date)____, City requested proposals for on-call scanning services; and
WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City
for the Project;
WHEREAS, [______]
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants
hereinafter contained, the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as
first written above, for 5 years, or until acceptance and completion of said project.
2. INCORPORATION BY REFERENCE. City Request for Qualifications for on-call scanning services and
Contractor's proposal dated [date] is hereby incorporated in and made a part of this Agreement and
attached as Exhibit A. The City’s terms and conditions are hereby incorporated in an made a part of
this Agreement as Exhibit B. The City’s insurance requirements are hereby incorporated in and made
part of this Agreement, attached as Exhibit C. To the extent that there are any conflicts between the
Contractor’s fees and scope of work and the City’s terms and conditions, the City’s terms and
conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties.
3. CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and
Contractor shall receive therefore compensation [____].
4. CONTRACTOR/CONSULTANT’S OBLIGATIONS. For and in consideration of the payments and
agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with
City to do everything required by this Agreement and the said specifications.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall
be in writing and shall be effective only upon approval by the City Manager.
6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated
herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding or representation not reduced to writing and specifically incorporated
herein shall be of any force or effect, nor shall any such oral agreement, understanding or
representation be binding upon the parties hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid
by registered or certified mail addressed as follows:
City Name Page 69 of 753
Dept.
Address
Consultant Name
Title
Address
Address
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone
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:
By:_____________________________________
City Manager
APPROVED AS TO FORM: CONSULTANT:
________________________________ By: _____________________________________
City Attorney Name of CAO / President
Its: CAO / President
Page 70 of 753
EXHIBIT A [CONTRACTOR’S PROPOSAL]
EXHIBIT B Page 71 of 753
GENERAL TERMS AND CONDITIONS
1. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business
license & tax certificate before execution of the contract. Additional information regarding the
City’s business tax program may be obtained by calling (805) 781-7134.
2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and
complete the work hereunder in compliance with all federal, state, county, city, and special district laws,
ordinances, and regulations.
3. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,
regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Contractor is required to pay.
5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges
and fees, and give all notices necessary.
6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to
safety established by OSHA and the California Division of Industrial Safety.
7. Public and Employee Safety. Whenever the Contractor’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.
8. Preservation of City Property. The Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured or
damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s
expense. The facilities shall be replaced or restored to a condition as good as when the Contractor
began work.
9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all
Page 72 of 753
subcontractors engaged for the performance of this work that only persons authorized to work in the
United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws
shall be employed in the performance of the work hereunder.
10. Non-Discrimination. In the performance of this work, the Contractor agrees that it will not
engage in, nor permit such subcontractors as it may employ, to engage in discrimination in
employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation, or religion of such persons.
11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire,
earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to
federal government restrictions arising out of defense or war 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
Contractor. In the event that there is insufficient time to grant such extensions prior to the completion
date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that
may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to
the reasons for such delay, and making a finding as to the causes of same.
12. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor
(Net 30).
13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to
ascertain that the services of the Contractor are being performed in accordance with the requirements
and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the
City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its
obligations to fulfill its contract requirements.
14. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any payment
to Contractor.
15. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall
not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree
with the performance of the work hereunder. The Contractor further covenants that, in the
performance of this work, no subcontractor or person having such an interest shall be employed. The
Contractor certifies that no one who has or will have any financial interest in performing this work is an
officer or employee of the City. It is hereby expressly agreed that, in the performance of the work
hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or
employee of the City.
16. Hold Harmless and Indemnification.
(a) Non-design, non-construction Professional Services: To the fullest extent permitted by
Page 73 of 753
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 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.
(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 (“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, 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 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
Page 74 of 753
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.
17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of
the contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City.
18. Termination for Convenience. The City may terminate all or part of this Agreement for any or
no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this
Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products,
a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom
products, the less of a reasonable price for the raw materials, components work in progress and any
finished units on hand or the price per unit reflected on this Agreement. For termination of any services
pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services
rendered prior to termination, or the price for the services reflected on this Agreement. Upon
termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the
City’s directions as to work in progress and finished goods.
19. Termination. If, during the term of the contract, the City determines that the Contractor is not
faithfully abiding by any term or condition contained herein, the City may notify the Contractor in
writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day
notice of time thereafter in which to perform said work or cure the deficiency.
If the Contractor has not performed the work or cured the deficiency within the ten days specified in
the notice, such shall constitute a breach of the contract and the City may terminate the contract
immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any
further duties, obligations, responsibilities, or rights under the contract except, however, any and all
obligations of the Contractor’s surety shall remain in full force and effect, and shall not be
extinguished, reduced, or in any manner waived by the terminations thereof.
In said event, the Contractor shall be entitled to the reasonable value of its services performed from
the beginning date in which the breach occurs up to the day it received the City’s Notice of
Termination, minus any offset from such payment representing the City’s damages from such breach.
“Reasonable value” includes fees or charges for goods or services as of the last milestone or task
satisfactorily delivered or completed by the Contractor as may be set forth in
Page 75 of 753
the Agreement payment schedule; compensation for any other work, services or goods performed or
provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in-
progress in completing the overall work scope.
The City reserves the right to delay any such payment until completion or confirmed abandonment of the
project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting
of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation
quoted in its proposal.
Page 76 of 753
EXHIBIT C - INSURANCE REQUIREMENTS: Consultant Services
The Contractor 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 Contractor, its agents, representatives, employees, or subcontractors.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1
(any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
4. Errors and Omissions Liability insurance as appropriate to the Consultant's profession.
Minimum Limits of Insurance. Contractor 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 Contractor 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:
2. 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 Contractor; products and
completed operations of the Contractor; premises owned, occupied or used by the Contractor; or
automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City, its officers, officials, employees, agents or
volunteers.
3. For any claims related to this project, the Contractor's insurance coverage shall be primary
insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or
self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be
excess of the Contractor's insurance and shall not contribute with it.
4. The Contractor's insurance shall apply separately to each insured against whom claim is made or
suit is brought, except with respect to the limits of the insurer's liability.
Page 77 of 753
5. 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.
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. Contractor 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 78 of 753