HomeMy WebLinkAboutItem 5f. Authorize Advertisement of Request for Qualifications (RFQ) for Emergency Response, Repair, and Cleanup in the Event of a Disaster Item 5f
Department: Public Works
Cost Center: 5006
For Agenda of: 1/9/2023
Placement: Consent
Estimated Time: N/A
FROM: Matt Horn, Public Works Director
Prepared By: Manny Guzman, Construction Engineering Manager
SUBJECT: AUTHORIZE ADVERTISEMENT OF A REQUEST FOR QUALIFICATIONS
FOR EMERGENCY, RESPONSE, REPAIR, AND CLEANUP IN THE
EVENT OF A DISASTER
RECOMMENDATION
1. Approve the Request for Qualifications (RFQ) for Emergency Response, Repair &
Cleanup Damage During Disasters; and
2. Authorize staff to advertise for qualifications in a final form approved by the City Engineer
and City Attorney; and
3. Authorize the City Manager to execute agreements with selected emergency
contractors; and
4. Authorize the City Engineer to amend or extend emergency contracts in accordance with
the terms of the RFQ and Agreement; and
5. Authorize the Finance Director to execute and amend Purchase Orders utilizing selected
emergency contractors, in accordance with emergency procurement procedures of
Municipal Code Section 3.24.060.
POLICY CONTEXT
Emergency Purchases
Municipal Code Section 3.24.060 specifies that bidding procedures are not required under
certain circumstances, specifically subsections B and F, as follows:
“B. When an emergency purchase is made to address a situation that
creates an immediate and serious need for equipment, supplies, or services
that cannot be met through normal purchasing procedures and where the
lack of such equipment, supplies or services would serio usly threaten the
functioning of city government, the preservation of property, or the health or
safety of any person”; and,
“F. When reasonably necessary for the preservation or protection of public
peace, health, safety or welfare of persons or property”
Page 249 of 581
Item 5f
Under Municipal Code Section 3.24.060, the Purchasing Authority (the City Manager per
Municipal Code Section 3.24.030) has the authority to dispense with bidding procedures
and approve emergency purchases that address an immediate need in the interest of
public safety, per the above.
Requests for Qualifications for Emergency On-Call Contractors
Staff recommends establishment of a list of qualified on-call contractors that can be
quickly mobilized during emergencies under Municipal Code Section 3.24.060. Staff will
be seeking qualifications utilizing the process established by Municipal Code Section
3.24.070, under which contractors will respond to the RFQ with information identifying
their experience and resource capabilities. The City will execute contracts with qualified
contractors, and on an as-needed emergency basis, selected contractors will be issued
purchase orders for emergency work under the authority of the Finance Director.
Work completed by emergency contractors would be paid on a time and materials basis
in accordance with Section 9-1.04 of the City Standard Specifications and Engineering
Standards. Time and materials payments, also termed “Force Account”, ensure fair
compensation for labor, materials, and equipment, and is common practice for contract
work when there is insufficient time to receive bids, or the full extent of work is unknown ,
as is the case with emergency response.
Disasters can come in many forms and those that impact public infrastructure can be the
most severe. These emergency contracts are intended to provide additional resources in
support of Emergency Operations to respond and repair impacts, including, but not limited
to streets and roadways, storm drainage infrastructure, creeks and bridges, water
distribution, storage, and treatment, wastewater treatment and collection infrastructure ,
earthwork, and building structural repair.
Agreements will be used by the City for four years and may be extended by mutual
consent for an additional year.
DISCUSSION
Background
Historic rainfall in January and March 2023 resulted in many damaged areas of the city,
especially in and around San Luis Obispo creek and its tributaries. Rainfall intensity and
heavy creek flows resulted in localized flooding and damage to public and private
property, which necessitated mobilization of contractors under emergency authority to
remove creek debris and obstructions that put the public at continued risk. Emergency
work was also necessary to initiate repair and stabilization of damaged permanent
infrastructure such as roadways and bridges and protect them from progressive and
costlier damage that could result from subsequent storms.
During emergencies, time is of the essence. Quick response to emergencies has a higher
likelihood of protection of the health, safety, and welfare of the public. During the storms
of 2023, it became evident that the City would benefit from developing on-call construction
contracts to facilitate storm response and reduce the timeframe for procurement of
emergency purchase orders, allowing for faster recovery.
Page 250 of 581
Item 5f
After researching Local, State, and Federal regulations related to emergency response,
staff generated the attached Request for Qualifications (RFQ) (Attachment A). This RFQ
for emergency response is intended to facilitate work that makes an affected area safe,
stable, and removes the risk of a repeat emergency. In instances where an emergency
is covered by a federal declaration, work to be done through the on-call contracts obtained
through this RFQ process will comply with applicable FEMA regulations.
The intent of the on-call contracts is that they could be used for any local, state, and/or
federal emergency. The contract terms are written such that the contractor must comply
with the most stringent requirements, which would apply under federally declared
emergencies. In the event of a local-only emergency, only local municipal codes and
standards would apply, and the contractor would not be held to federal requirements.
That is, the on-call emergency contract is scalable to the applicable level of emergency
declaration.
Public Engagement
The Public Engagement and Noticing Manual will be followed when work is carried out
during and emergency response.
CONCURRENCE
The Public Works, Utilities, and Finance Departments concurs with the recommendation
of this report.
ENVIRONMENTAL REVIEW
Future emergency work covered under this contract is exempt from environmental review
pursuant to Section 15301 Class 1 (Existing Facilities) of the California Environmental
Quality Act (CEQA) Guidelines since it involves repair and replacement project of existing
facilities. Additionally, future emergency work completed under this contract would be
exempt from requirements of CEQA under Section 1529 – Emergency Projects.
FISCAL IMPACT
Budgeted: N/A Budget Year: N/A
Funding Identified: N/A
Fiscal Analysis:
Funding
Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund $ $ $ $
State
Federal
Fees
Other:
Total $N/A $N/A $N/A $N/A
Page 251 of 581
Item 5f
The RFQ will not be triggering actual purchases at this time, rather the agreements
resulting from the RFQ will establish a list of qualified contractors that are available and
willing to help the City with as-needed emergency work.
There is no specific work known at this time and no specific budget allocation for
emergency service contracts. In the event work effort is required, the City will implement
its emergency purchasing processes to release funds from the City’s reserves or other
appropriated funding sources, as approved by the Purchasing Authority.
ALTERNATIVES
Acquire services as needed at the time of the disaster. The City has procedures
identified for procurement in the event of an emergency. These could be used when
needed; however, obtaining a list of qualified contractors in advance of an emergency
allows the City to respond faster and minimize damage to public and private property.
ATTACHMENTS
A - Request for Qualifications for Emergency Response, Repair, and Cleanup
Page 252 of 581
Notice Requesting Qualifications for
Emergency Response, Repair & Cleanup
Specification No. 50410-2024 ER
The City of San Luis Obispo is requesting sealed Qualifications for supplying labor and equipment at the
City’s request, as needed to provide emergency response including clearing storm debris and making repairs
to infrastructure at various locations as directed by the City Engineer. All Qualifications must be received
by the Public Works Department by 2 P.M., February 1st, 2024, when they will be opened publicly at 919
Palm Street, San Luis Obispo, CA 93401.
Qualifications received after said time will not be considered. To guard against premature opening, each
proposal shall be submitted to the Public Works Department at 919 Palm Street, San Luis Obispo, CA
93401 in a sealed envelope plainly marked with the proposal title, specification number, proposer name,
and time and date of the proposal opening. Qualifications shall be submitted using the forms provided in
the specification package.
Specification packages and additional information may be obtained by contacting Brian Nelson at (805)
781-7113.
If any accommodations are needed to participate in the proposal process, please contact Lia Chang at
(805) 781-7200. Requests should be made as soon as possible to allow time for accommodation. For
additional information, contact Telecommunications Device for the Deaf at (805) 781 7107.
Page 253 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 1 of 23
Specification No. 50410 - 2024 ER
TABLE OF CONTENTS
DESCRIPTION OF WORK ............................................................................................................2
GENERAL TERMS AND CONDITIONS .....................................................................................3
SPECIAL TERMS AND CONDITIONS ......................................................................................10
FORM OF AGREEMENT ............................................................................................................13
INSURANCE REQUIREMENTS .................................................................................................15
1. PROPOSAL SUBMITTAL FORM ..........................................................................................17
2. REFERENCES .........................................................................................................................18
3. STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ............................................19
4. QUESTIONNAIRE ...................................................................................................................20
5. EQUIPMENT ............................................................................................................................21
6. LABOR & BONDS ...................................................................................................................22
Page 254 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 2 of 23
Section A
DESCRIPTION OF WORK
Disasters can come in many forms and those that impact public infrastructure can be the most severe.
These emergency contracts are intended to provide additional resources in support of Emergency
Operations to respond and repair impacts, including, but not limited to: to streets and roadways, storm
drainage infrastructure, creeks and bridges, water distribution, storage, and treatment, wastewater
treatment and collection infrastructure, earthwork, and building structural repair.
The City desires to enter into agreements with available contractors, on and on-call basis, to respond to
and aid the City crews and staff as needed at Caltrans Force Account and its allowable markup rates.
The qualifications submittals will be evaluated, ranked, and rated based on available equipment and labor,
response time and the qualification questionnaire.
Contractors should be prepared to:
1. Work in wet rainy conditions during the day or night.
2. Provide fueled equipment with skilled operators to remove and transport dirt, mud, rocks, trees,
vegetation and other debris that could be generated under unknown conditions; or, provide tree
trimming and removal services.
3. Provide laborers, teamsters and other trades as requested.
4. Provide appropriate traffic control for work.
5. Transport materials, paid for by the City, as requested by the City.
Qualifications shall include a list of available equipment and labor force available to operate or support
the equipment listed. The proposal shall list the response time needed for the contractor show up on site
ready to work after receiving a call from the City.
Equipment may be requested to be delivered to a site in anticipation of problems or expected damage. A
standby rate will be paid for the equipment sitting idle and not being used. Equipment could include but
is not limited to: Transport trucks and trailers, backhoes, excavators, dump trucks, large capacity pumps,
service trucks and water trucks. Labor listing could include but is not limited to: operators, teamsters and
laborers.
Page 255 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 3 of 23
Section B
GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal shall meet
all of the terms, and conditions of the Invitation for Request for Qualifications (RFP)
specifications package. By virtue of its proposal submittal, the proposer acknowledges agreement
with and acceptance of all provisions of the RFP specifications. The City does not guarantee any
work with the acceptance of the proposal or the issuance of a contract. The Contractors proposal
will be used to provide a predetermined rate of payment for services provided to the City if
requested.
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 which shall be sealed and addressed to the
Public Works Department, City of San Luis Obispo, 919 Palm Street, San Luis Obispo, CA,
93401. In order to guard against premature opening, the proposal should be clearly labeled with
the proposal title, specification number, name of proposer, and date and time of proposal opening.
No FAX submittals will be accepted. Proposal sheets can be copied if additional pages are needed.
3. Insurance Certificate. Each proposal must include a certificate of insurance showing:
The insurance carrier and its A.M. Best rating.
Scope of coverage and limits.
Deductibles and self-insured retention.
The purpose of this submittal is to generally assess the adequacy of the proposer 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 Withdrawal and Opening. A proposer 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 proposer unopened.
No proposal received after the time specified or at any place other than that stated in the "Notice
Requesting Qualifications" will be considered.
5. 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.
6. 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
Page 256 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 4 of 23
7. Proposal Retention and Award. The City reserves the right to retain all Qualifications 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 Qualifications, to reject or delete
one part of a proposal and accept the other, except to the extent that Qualifications are qualified
by specific limitations. See the "special terms and conditions" in Section C of these specifications
for proposal evaluation and contract award criteria.
8. Competency and Responsibility of Proposer. The City reserves full discretion to determine the
competence and responsibility, professionally and/or financially, of proposer. Proposer will
provide, in a timely manner, any and all information which the City deems necessary to make such
a decision.
9. Contract Requirement. The proposers to whom an award is made (Contractor) shall execute a
written contract with the City within five (5) 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.
10. Insurance Requirements. The Contractor shall provide proof of insurance in the form,
coverages, and amounts specified in Section E of these specifications within 5 (five) calendar days
after notice of contract award as a precondition to contract execution.
11. Business Tax. The Contractor must have a valid City of San Luis Obispo business tax certificate
prior to execution of the contract. Additional information regarding the City's business tax
program may be obtained by calling (805)781-7134.
CONTRACT PERFORMANCE
12. 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 anticipated hereunder:
a) Within the budget(s) established by the City for this work.
b) In compliance with any and all federal, state, county, city, and special district laws,
ordinances, and regulations.
13. 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.
14. Payment of Taxes. The contract prices shall include full compensation for all taxes which the
Contractor is required to pay.
15. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and
fees, and give all notices necessary.
16. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety
established by OSHA and the California Division of Industrial Safety.
Page 257 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 5 of 23
17. 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.
18. 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 as a result of 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.
19. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors
engaged for the performance of this work that only persons authorized to work in the United States
pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
20. Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it
will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination
in employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation, or religion of such persons.
21. Payment of Prevailing Wages. Payment of prevailing wages is required for the classification of
work being performed during this contract. Certified Payroll forms shall be submitted with each
billing. You and any subcontractors must be registered with the Department of Industrial
Relations pursuant to Section 1725.5.
22. 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).
23. 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 the work as requested.
24. 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.
25. Interests of Contractor. The Contractor covenants that it presently has no interest and shall not
acquire any interest direct or indirect or otherwise, which 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 always be deemed an independent contractor and not
an agent or employee of the City.
Page 258 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 6 of 23
26. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and
hold the City and its agents, officers and employees harmless from and against any and all claims
asserted or liability established for damages or injuries to any person or property, including injury
to the Contractor's employees, agents or officers which arise from or are connected with or are
caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers
or employees, in performing the work or services herein, and all expenses of investigating and
defending against same; provided, however, that the Contractor's duty to indemnify and hold
harmless shall not include any claims or liability arising from the established sole negligence or
willful misconduct of the City, its agents, officers or employees.
27. 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.
28. 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 and terminate the contract. If the contractor or any
of the employees work in an unsafe manor, appear to be incompetent or act in a disorderly or
improper manner the contract will be terminated. If the contractor does not respond within one
hour of the response time listed in their proposal the contract may be terminated.
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. In this case the Contractor will be paid compensation
due and payable to the date of termination.
29. Federal Requirements (Applicable under Federally declared emergencies).
30.1 Compliance with Executive Order 11,246 (44 C.F.R. § 13.36(i)(3))
During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The contractor will take affirmative action
to ensure that applicants are employed, and that employees are treated during employment without
regard to their race, color, religion, sex, or national origin. Such action shall include, but not be
limited to the following: Employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided setting forth
the provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive considerations for
employment without regard to race, color, religion, sex, or national origin.
(3) The contractor will send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding, a notice to be provided
advising the said labor union or workers' representatives of the contractor's commitments under
this section, and shall post copies of the notice in conspicuous places available to employees and
applicants for employment.
Page 259 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 7 of 23
(4) The contractor will comply with all provisions of Executive Order 11246 of September 24,
1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
(5) The contractor will furnish all information and reports required by Executive Order 11246
of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the administering agency
and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the contractor may be declared ineligible for
further Government contracts or federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions
as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24,
1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
(7) The contractor will include the portion of the sentence immedi ately preceding paragraph
(1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204
of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon
each subcontractor or vendor. The contractor will take such action with respect to any subcontract
or purchase order as the administering agency may direct as a means of enforcing such provisions ,
including sanctions for noncompliance: Provided, however, That in the event a contractor becomes
involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such
direction by the administering agency the contractor may request the United States to enter into
such litigation to protect the interests of the United States.”
30.2 Compliance with Copeland Anti-Kickback Act (44 C.F.R. § 13.36(i)(4))
“Compliance with the Copeland “Anti-Kickback” Act
(1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the
requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into
this contract.
(2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above
and such other clauses as the FEMA may by appropriate instructions require, and also a clause
requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime
contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor
with all of these contract clauses.
(3) Breach. A breach of the contract clauses above may be grounds for termination of the contract,
and for debarment as a contractor and subcontractor as provided in 29 C.F.R. §
5.12.”
30.3 Notice of Awarding Agency Requirements and Regulations Pertaining to Reporting
(44 C.F.R. § 13.36(i)(7))
Page 260 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 8 of 23
(1) General. The City of San Luis Obispo (City) may use Public Assistance grant funding awarded
by FEMA to the City of San Luis Obispo to pay, in whole or in part, for the costs incurred under
this contract. As a condition of Public Assistance funding under a major disaster or emergency
declaration, FEMA requires the City to provide various financial and performance reporting.
a. It is important that the contractor is aware of these reporting requirements, as the City may
require the contractor to provide certain information, documentation, and other reporting in
order to satisfy reporting requirements to the City which, in turn, will enable the City to satisfy
reporting requirements to FEMA.
b. Failure of the City to satisfy reporting requirements to FEMA is a material breach of the
FEMA-State Agreement, and could result in loss of Federal financial assistance awarded to fund
this contract.
(2) Applicable Regulations and Policy. The applicable regulations, FEMA policy, and other
sources setting forth these reporting requirements are as follows:
a. 44 C.F.R. § 13.40 (Monitoring and Reporting Program Performance)
b. 44 C.F.R. § 13.41 (Financial Reporting)
c. 44 C.F.R § 13.50(b) (Reports)
d. 44 C.F.R. § 206.204(f) (Progress Reports)
e. FEMA Standard Operating Procedure No. 9570.14, Public Assistance Program
Management and Grant Closeout Standard Operating Procedure (Dec. 2013)
f. FEMA-State (or Tribal) Agreement
(3) Financial Reporting. The City is required to submit to the following financial reports to FEMA:
a. Initial Report. An initial Federal Financial Report (SF 425) no later than 30 days after FEMA
has approved the first Public Assistance project under FEMA declared disaster.
b. Quarterly Reports. Following submission of the initial report, quarterly Federal Financial
Reports until submission of the final report described in the following subparagraph. Reports
are due on January 30, April 30, July 30, and October 30.
c. Final Report. A final Federal Financial Report within 90 days of the end of the period of
performance for the Public Assistance grant.
(4) Performance Reporting. The City is required to submit to the following financial reports to
FEMA:
a. Initial Report. An initial performance report no later than 30 days after FEMA
has approved the first Public Assistance project under FEMA declared disaster.
b. Quarterly Reports. Following submission of the initial report, quarterly performance reports
until submission of the final report described in the following subparagraph. Reports are due
on January 30, April 30, July 30, and October 30.
c. Final Report. A final performance report within 90 days of the end of the period of
performance for the Public Assistance grant.”
30.4 Access to Records (44 C.F.R. § 13.36(i)(10))
“Access to Records. The following access to records requirements apply to this contract:
Page 261 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 9 of 23
(1) The contractor agrees to provide the City of San Luis Obispo, the State of California, the
FEMA Administrator, the Comptroller General of the United States, or any of their authorized
representatives access to any books, documents, papers, and records of the Contractor which are
directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and
transcriptions.
(2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
(3) The contractor agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the
contract.”
30.5 Retention of Records (44 C.F.R. § 13.36(i)(11))
“Retention of Records. The contractor agrees to maintain all books, records, accounts and reports
required under this contract for a period of not less than three years after the date of termination
or expiration of this contract, except in the event of litigation or settlement of claims arising from
the performance of this contract, in which case contractor agrees to maintain same until the City
of San Luis Obispo, the State of California, the FEMA Administrator, the Comptroller General of
the United States, or any of their duly authorized representatives, have disposed of all such
litigation, appeals, claims or exceptions related to the litigation or settlement of claims.”
30.6 Energy Efficiency (44 C.F.R. § 13.36(i)(13))
“Energy Conservation. The contractor agrees to comply with mandatory standards and policies
relating to energy efficiency which are contained in the state energy conservation plan issued in
compliance with the Energy Policy and Conservation Act.”
30.7 Suspension and Debarment
“Suspension and Debarment
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt.
3000. As such the contractor is required to verify that none of the contractor, its principals (defined
at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2
C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. §180.935).
(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C
and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into.
(3) This certification is a material representation of fact relied upon by the City of San Luis Obispo.
If it is later determined that the contractor did not comply with 2 C.F.R. pt.180, subpart C and 2
C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of California and the City
of San Luis Obispo, the Federal Government may pursue available remedies, including but not
limited to suspension and/or debarment.
(4) The proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2
C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that
may arise from this offer. The proposer further agrees to include a provision requiring such
compliance in its lower tier covered transactions.”
Page 262 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 10 of 23
Section C
SPECIAL TERMS AND CONDITIONS
QUALIFICATIONS CONDITIONS
1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms
and Conditions) of these specifications, the City will rank the contractors based on available
equipment and labor, response time and the qualification questionnaire. The top ranked contractor
will be the first to be called. Other contractors called to work will be called based on their proposal
ranking.
2. Failure to Accept Contract. The following will occur if the contractor(s) to whom the award is
made 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 bidder's bond or security is required.
OPEN CONTRACT PERIOD
3. Contract Term. The supplies or services identified in this specification will be used by the City
for four calendars year beginning on date of executed contract.
4. Contract Extension. The term of the contract may be extended by mutual consent for an additional
calendar year for original contract end date.
5. Contractor Invoices. The Contractor shall deliver a monthly invoice supported by daily labor and
equipment invoices. The daily invoices shall show the date of work, an itemized list of manpower
and equipment, location the work was performed and must be signed by the City inspector and the
contractor’s representative. Contractor shall submit Certified Payroll forms with billing invoices.
6. Non-Exclusive Contract. The City reserves the right to contract with more than one or multiple
contractors that have submitted Qualifications under this request during the contract term.
7. Start and Completion of Work. The Contractor shall be prepared to respond to the City’s request
for manpower and equipment within 24 hours of the contract award. Completion of work shall be
determined by the length and terms of this contract.
REFERENCES
8. Submittal of References. Each proposer shall submit a statement of qualifications and references
on the form provided in the RFP package.
9. 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.
PERFORMANCE BONDS
10. Faithful Performance Bond Requirement. Each proposer to whom the contract is awarded
(Contractor) shall execute the contract and furnish a surety bond in the amount of 100% of the
estimated value of the work, guaranteeing the faithful performance of the contract, including any
attorney’s fees or other collection costs, at the time the first Purchase Order is issued for work.
Page 263 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 11 of 23
11. Material Suppliers and Labor Bond Requirement. The Contractor shall furnish a surety bond
in the amount of 100% of the estimated value of the work, to secure the payment of claims for
materials and labor provided by others to perform the work, at the time the first Purchase Order is
issued for work.
REQUEST FOR PROPOSAL
12. Proposal Content. Your proposal must include the following information:
Submittal Forms
1. Proposal submittal summary with Certificate of insurance. Endorsements are not required
until contract award.
2. References from at least three firms for whom you have provided similar services. One of
the three reference projects must have been completed under contract with a city, county,
state or federal government agency as the prime contractor.
3. Statement of Past Contract Disqualifications
4. Questionnaire
5. Available equipment and response time.
6. Available labor.
7. Personnel list, licenses and certifications.
Qualifications Review
1. Experience of your firm in performing similar type work, such as tree trimming and
removal or debris, rock, dirt and related materials, repair of public infrastructure.
2. Statement and explanation of any instances where your firm has been removed from a
project or disqualified from proposing on a project.
13. Proposal Evaluation and Contractor Selection Qualifications will be evaluated by a review
committee based on the value of four components including available equipment, available labor,
response time and the qualification questionnaire. Response time will be evaluated on the City’s
need for a rapid response in the time of an emergency with the quickest response time receiving
the highest ranking under the response time component. The qualification questionnaire will be
evaluated on the ability to perform and work with the City under an emergency contract.
14. Written Proposal Review/Contractor Selection
A group of the best Qualifications with the highest overall ranking for the four components will be
selected for assigning and issuing on-call contracts.
Contract award will be based on the combination of the four components that represent the best
overall value for providing equipment, labor, response time and the ability to perform for the work
scope as described by the City.
15. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule
for proposal review and contract award:
a. Issue RFP 1/13/23
b. Receive Qualifications 2/1/24
Page 264 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 12 of 23
c. Evaluate Qualifications 2/15/24
d. Notify proposers of award recommendation 2/22/24
e. Award contract 3/14/24
f. Insurance w/ endorsements due from contract awardees 3/26/24
g. Execute contract 4/2/24
h. On call, ready to work 4/8/24
Page 265 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 13 of 23
Section D
FORM OF AGREEMENT
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this _____________day of
____________________________________, by and between the CITY OF SAN LUIS OBISPO, a municipal
corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter
referred to as Contractor.
W I T N E S S E T H:
WHEREAS, on [date], City invited requested Qualifications for emergency response and repair per
Specification No. 50410 – 2024 ER
WHEREAS, pursuant to said RFP for Emergency Storm Response, Repair & Cleanup Damage During
Disasters, Specification No. 50410-2024 ER, Contractor submitted a proposal which was accepted by City for said
equipment, labor and services.
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 of this Agreement is made and entered,
as first written above, until acceptance or completion of said services.
2. INCORPORATION BY REFERENCE. City Specification No. 50410 – 2024ER, City
Engineering Standards and Standard Specifications, and Contractor's proposal dated [date], are hereby incorporated
in and made a part of this Agreement.
3. CITY'S OBLIGATIONS. For providing equipment, labor and services as specified in this
Agreement, City will pay and Contractor shall receive therefor compensation with payments based upon the actual
work ordered and received by City at Force Account prices by Contractor.
4. CONTRACTOR'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 provide equipment, labor
and services as requested by the City to clean up storm debris and repair infrastructure as requested under the terms
and conditions of the contract.
Page 266 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 14 of 23
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 Council of the City.
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 Brian Nelson
City of San Luis Obispo
919 Palm Street
San Luis Obispo, CA 93401
Contractor [ ]
[ ]
[ ]
[ ]
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each
individual executing this agreement on behalf of each party is a person duly authorized and 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
By: ___________________________________
Derek Johnson, City Manager Name of CAO/President
Its: CAO/President
APPROVED AS TO FORM:
___________________________________
Christine Dietrick, City Attorney
Page 267 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 15 of 23
INSURANCE REQUIREMENTS
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.
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.
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:
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 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, official, employees,
agents or volunteers.
2. 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.
3. Any failure to comply with reporting or other provisions of the policies including breache s of
warranties shall not affect coverage provided to the City, its officers, officials, employees, agents
or volunteers.
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.
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.
Page 268 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 16 of 23
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
required coverage. Original endorsements effecting general liability and automobile liability coverage are
also required by this clause. The endorsements are to be signed by a person autho rized by that insurer to
bind coverage on its behalf. All endorsements are to be received and approved by the City before work
commences.
Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be
subject to all of the requirements stated herein.
Page 269 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 17 of 23
1. PROPOSAL SUBMITTAL FORM
The undersigned declares that she or he has carefully examined Specification No. 50410 - 2024 ER, which
is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent
the proposing firm; and agrees to perform the specified work for the following cost quoted in full:
Certificate of insurance attached; insurance company’s A.M. Best rating: __________________.
Firm Name and Address
Contact Phone
Signature of Authorized Representative
Date
Page 270 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 18 of 23
2. REFERENCES
Describe fully the last three contracts performed by your firm, ON THIS FORM, which 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 Number 1
Customer Name, Contact Individual, telephone & email
Project Name & Location
Did this project include emergency
response work?
Yes □ No □
Describe the services provided and how this project is similar:
Was this contract for a public agency?
Yes □ No □
Date project completed:
Reference Number 2
Customer Name, Contact Individual, telephone & email
Project Name & Location
Did this project include emergency
response?
Yes □ No □
Describe the services provided and how this project is similar:
Was this contract for a public agency?
Yes □ No □
Date project completed:
Reference Number 3
Customer Name, Contact Individual, telephone & email
Project Name & Location
Did this project include emergency
response?
Yes □ No □
Describe the services provided and how this project is similar:
Was this contract for a public agency?
Yes □ No □
Date project completed:
Page 271 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 19 of 23
3. STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The contractor 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 272 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 20 of 23
4. QUESTIONNAIRE
The following questions shall be answered to assist the City in making an evaluation of the company and
the ability to respond and perform work as required. When answers to the questions require more spaces
than provided here, please attach additional pages.
1. Please list the location of your service or storage yard where your equipment is stored.
Is your labor force dispatched from the same location? Yes / No
2. Does your company own all the equipment listed in your proposal? Yes / No
What equipment or trucks are rented?
3. Are your foreman and workers equipped with two-way radios, or cell phones?
4. Has your company ever had an emergency response contract in the past? Yes / No
5. Why do you feel that your company is qualified to perform work during a storm or flooding situation?
6. Does your company have adequate work force to work safely 24 hours a day if needed?
7. Is there any other information that your company wishes to provide?
8. Identify the types of work your company is qualified to perform (check all that apply):
Tree Trimming & Removal General Debris Removal & Cleanup
Rock Slope Protection Pipeline Repair & Installation
Other – List:
Page 273 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 21 of 23
5. EQUIPMENT
Company Name: Response Time:
Primary Contact: Phone:
List two 24 hr emergency contact phone numbers: 1. 2.
Note: Equipment rates shall include all fuel, maintenance, repairs, profit and overhead. No additional
compensation will be allowed. The standby rate will be for equipment siting on the job not running with
no labor force on site.
Available Equipment
Ref. Caltrans
Equip Code
Hourly Rate Overtime
Hourly Rate
Standby
Hourly Rate
Page 274 of 581
Emergency Response, Repair & Cleanup Specification No. 507410 – 2024ER
Page 22 of 23
6. LABOR & BONDS
Company Name: Response Time:
Primary Contact: Phone:
List two 24 hr emergency contact phone numbers: 1. 2.
Note: Labor rates shall include the cost of labor, overhead, supervision, markup and profit and no
additional compensation will be allowed.
Labor Classification
Group No.
or Class No.
Amount
Hourly Rate
OT/Saturday
Hourly Rate
Sunday / Holiday
Hourly Rate
Bond Costs
Cost for Bond
Labor & Material Bond ($100,000):
Performance Bond ($100,000):
Page 275 of 581
Page 276 of 581