Loading...
HomeMy WebLinkAbout4Leaf, Inc Agreement Redacted-1- AGREEMENT This AGREEMENT is made and entered into in the City of San Luis Obispo on ________________ between the City of San Luis Obispo, a municipal corporation, hereinafter referred to as City, and 4Leaf, Inc., hereinafter referred to as Consultant. W I T N E S S E T H: WHEREAS, the City wants to establish an on-call planning and environmental consultant list, such that projects and work tasks can be assigned to qualified Consultants on an as-needed basis. WHEREAS, Consultant is qualified to perform this type of service and has submitted a proposal to do so, which has been accepted by the City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, for five years. 2.INCORPORATION BY REFERENCE. City Notice for Requesting Qualifications for On-Call Planning and Environmental Services and Consultant's statement of qualifications is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. To the extent that there are any conflicts between the Consultant and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3.CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Consultant shall receive therefore compensation as set forth in Exhibit A, authorized by subsequent project-specific proposals and associated Purchase Orders. 4.CONSULTANT/OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to provide services as set forth in Exhibit A. 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 Community Development Director. 6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete Agreement between the parties hereto. -2- 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 Community Development Department 919 Palm Street San Luis Obispo, California, 93401 Shawna Scott Consultant 4Leaf, Inc. 2126 Rheem Dr. Pleasanton, CA 94588 tsolis@4leafinc.com 8.AUTHORITY TO EXECUTE AGREEMENT. Both City and Consultant do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: City Manager APPROVED AS TO FORM: CONSULTANT: Engineering Construction Management Inspection Plan Check Planning 2126 Rheem Drive Pleasanton, CA 94588 Phone (925) 462-5959 5140 Birch Street Newport Beach, CA 92660 Phone (949) 877-9432 City of San Luis Obispo January 28, 2022 Attn: Shawna Scott, Senior Planner 990 Palm Street San Luis Obispo, CA 93401 RE: Qualifications to Provide On-Call Planning and Environmental Services for the Community Development Department. Dear Ms. Scott, 4LEAF, Inc. (4LEAF), a California “C” Corporation, is pleased to present our qualifications to provide On- Call Planning and Environmental Services to the City of San Luis Obispo (City). 4LEAF is a full-service firm and has been providing Planning, Building, and Public Works services to numerous clients in California for 20+ years. We expand our services organically as industry and client needs fluctuate and have been aggressively advancing our Planning Division over the past few years. 4LEAF is the ideal firm of choice for the following reasons: Familiar Consultant 4LEAF works with many local municipalities providing Planning and Building Department staff augmentation services. We have provided the City with Plan Review and Inspection services since 2019 andhope to expand our current contract with the City to include Planning. We have the local personnel ready to service the City and are supplying services to approximately 300 public agencies throughout California. We have experience working with local municipalities including the City of San Luis Obispo, California Polytechnic University San Luis Obispo, and the County of San Luis Obispo. Flexible Staffing Model One of the biggest strengths of our team is in our depth and history of providing a flexible-staffing options to our clients. By having six (6) California offices and 400+ employees, 4LEAF has the dedicated resources to provide the appropriate levels of staffing to the task/work orders issued by the City. This will allow our firm to provide a cost-efficient business model that will allow our team to be budget- conscious while simultaneously serving each assignment. 4LEAF offers a comprehensive list of personnel including: Principal Planners Senior Planners Associate Planners Assistant Planners Planning Technicians Housing Element Consulting Approach Our staff incorporates the right combination of experience, education, certifications, and registrations, which allow the 4LEAF team to provide a range of resources cateredto the requirements Proposal to Provide On-Call Planning and Environmental Services to the City of San Luis Obispo Page 9 Section 2: Relevant Experience of Key Personnel and the Firm January 28, 2022 ON-CALL SERVICES The 4LEAF standard is to provide staff who are well equipped and capable of interpreting plans, policies, and codes quickly and concisely to ensure a timely turnaround for various planning applications. Whether it’s preparation of CEQA documentation and analysis, General Plan/Specific Plan Amendment, a Conditional Use Permit (CUP), Development Review, Subdivision or Map Reviews, or Zoning Amendments, we can meet your needs. 4LEAF Planners are expected to comprehend plans, policies, and the codes of our client agencies to the greatest extent possible prior to beginning assignments. We understand a wide range of Planning principles and have mastered the concepts of the industry. Our team of Planners has successfully managed complex projects ranging from pre-application through final approval including environmental review and certification. At 4LEAF, we perform a deep dive into agency plans and policies to fully comprehend the vision, mission, and culture of your organization. This allows us to place the most qualified individual(s) and fulfill agency needs. WORK PROGRAM Our Project Planners provide personalized project management for development applications to ensure projects move through the process with little or no interruptions. This model is beneficial to large or potentially controversial projects in that the individual attention helps maintain focus, keeping projects on track. 4LEAF planners are well equipped and capable of interpreting plans, policies, and codes quickly and concisely to ensure timely turnaround for various planning applications. We have experience working with diverse policies and regulations, and reviewing applications for completeness and consistency with local, state, and Federal regulations. Our attention to detail and organized approach to project management helps maintain project schedules and ensures positive and timely results. Our Planners possess the technical writing and report preparation skills such as staff reports, resolutions, ordinances, and similar reporting needed to convey the greatest detail in a manner that is easy to understand with solid recommendations based on findings of fact rooted in the plans, policies, and codes that reinforce the City’s vision. 4LEAF planners are expected to comprehend plans, policies, and the codes of our client agencies to the greatest extent possible prior to beginning assignments. 4LEAF planners have successfully managed complex projects from pre-application through final approval including environmental review and certification. We think beyond the written and expand into alternatives in the best interest of the community, while staying within the established mission and vision. We will perform a deep dive into agency plans, policies, and regulations to fully comprehend the vision, mission, and culture of the City of San Luis Obispo to find staff best suited to meeting the City’s needs. 4LEAF planners have a combination of education and experience to match any public agency need. We are dedicated to understanding the vision of a community and rigorously working towards that vision. We are creative in our approach and can develop alternative methods to achieve the best outcomes for the community, agency, and applicant. We utilize application checklists as the bases of our review and translate policy and regulation as it applies to development applications and transpose that understanding into informative, concise, and simple to understand staff reports or studies. This work cannot be accomplished in a vacuum and our staff are well-versed in project management, working diligently with other departments and agencies to ensure the highest levels of review and feedback are achieved. Proposal to Provide On-Call Planning and Environmental Services to the City of San Luis Obispo Page 10 Section 2: Relevant Experience of Key Personnel and the Firm January 28, 2022 4LEAF will include preparation of CEQA documentation including Initial Study/Negative Declarations, Initial Study/Mitigated Negative Declarations, and may include preparation of independent technical reports, or professional review of applicant-provided technical reports, to support the independent environmental analysis and determination for resources including but not limited to, aesthetics, air quality/greenhouse gas emissions, biological resources, cultural and historic resources, and noise. Consultant shall utilize qualified professional employees or subconsultants who are experienced in CEQA analysis, documentation, and statutory requirements, and have a general understanding and knowledge of CEQA case law. 4LEAF will conduct peer review of all technical sections, and principal review of all final products. Once the work product has been completed by the team members, it undergoes peer review by the project manager. After revisions as needed, a principal of the firm reviews the final product for quality control before it is provided to our administrative staff for production. Technical studies (e.g., biological, cultural, air quality, GHG, noise) also go through a separate technical review process before project manager and principal reviews. As part of the review, the document is checked against the prior established expectations and requirements of the work scope. Finally, the document production team performs a comprehensive formatting check before delivery to ensure that the final product meets client expectations. Our technical editors have extensive experience with a range of technical documents, including CEQA reports, permits, manuals, and whitepapers. With backgrounds as journalists, academics, and trainers, they also have skills in graphic design, web design, and visual arts. The document graphics, technical editing, and production teams are skilled in the Microsoft Office suite of productivity software, Adobe Creative Suite, and web design software to produce visually attractive products. APPROACH We take great pride in our ability to provide exceptionally high-quality work and deliverables within schedule and established budgets using a three-step process. First, cost and schedule baselines are established, against which actual cost and schedule performance can subsequently be compared. Second, cost and schedule data are collected and reported on a weekly basis to the Project Manager. Third, deviations in cost or schedule performance are discussed internally and, if necessary, with the client, and appropriate corrective actions are undertaken in a timely manner. Our philosophy on all projects is to encourage early agency and public scoping, and to develop and maintain close communication between the local lead agency, engineering consultants, and other stakeholders, as appropriate, to ensure technical adequacy and timely review of required project deliverables. This approach has enabled us to identify and avoid costly and time-consuming constraints early in the environmental review process and to minimize or avoid potential conflicts with funding deadlines. Proposal to Provide On-Call Planning and Environmental Services to the City of San Luis Obispo Page 11 Section 3: Fee Structure January 28, 2022 SECTION 3: FEE STRUCTURE 2022-2023 FEE SCHEDULE & BASIS OF CHARGES For the City of San Luis Obispo All Rates are Subject to Basis of Charges FEE STRUCTURE FOR PLANNING PERSONNEL Principal-in-Charge......................................................................................................................$250/hour Director of Community Development………................................................................................$225/hour Housing Policy Director ..............................................................................................................$225/hour Project Manager/Principal Planner ............................................................................................$185/hour Senior Planner………………............................................................................................................ $155/hour Associate Planner .......................................................................................................................$139/hour Assistant Planner ........................................................................................................................$115/hour Senior Planning/Permit Technician ........................................................................................... $93/hour Planning/Permit Technician .......................................................................................................$82/hour Rates will be communicated with City Management at time of request and will vary based on the qualifications and experience of the personnel. The rates listed in this fee schedule are valid for one (1) year from the effective date of contract. BASIS OF CHARGES Rates are inclusive of “tools of the trade” such as forms, telephones, and consumables. All invoicing will be submitted monthly. Staff Augmentation work (excluding plan review) is subject to 4-hour minimum charges unless stated otherwise. Services billed in 4-hour increments. 4LEAF assumes that these rates reflect the 2022-2023 contract period. 3% escalation for 2024 through 2025 is negotiable per market conditions. Overtime and Premium time will be charged as follows: -Nighttime (work begun after 5PM or before 5AM)1.125x hourly rate -Overtime (over 8-hour M-F or Saturdays)1.5x hourly rate -Overtime (over 8 hours Sat or 1st 8-hour Sun)2x hourly rate -Overtime (over 8 hours Sun or Holidays)3x hourly rate Overtime will only be billed with prior authorization of the City Manager, Community Development Director, or other responsible designated City personnel. All work with less than 8 hours of rest between shifts will be charged the appropriate overtime rate. Payment due on receipt. All payments over 30 days will be assessed a 1.5% interest charge. Client shall pay attorneys’ fees, or other costs incurred in collecting delinquent amounts. Client agrees that 4LEAF’s liability will be limited to the value of services provided. Proposal to Provide On-Call Planning and Environmental Services to the City of San Luis Obispo Page 15 Section 4: Client References January 28, 2022 SECTION 4: EXTENDED CLIENT REFERENCES City of Greenfield, CA Planning & Building Department Services 4LEAF was selected as the sole provider of Building Department Services for the City of Greenfield in 2019 on a five-year contract. 4LEAF provides the entire Building Department personnel group, has two (2) Planners on staff, and helped the City implement the new permitting software iWorQ in 2019. Our scope of services was expanded to include the following: Implementation of software to track and maintain Cannabis Regulatory land use permits, permit fees and taxes for cultivation, dispensary, manufacturing, testing, distribution, and transportation of cannabis and cannabis products for both medicinal and adult recreational use. Training of Community Development Department staff regarding all facets of prescribed best practices pertaining to Planning and Building permit issuance, including preparation of procedural guidelines/manuals. Processing land use current Planning permits. Training for use of new iWorQ software and using the software to input data. Research and working with the GP/Zoning Code. Manage Planning projects. Conduct interdepartmental review among City departments. Perform application review for discretionary and ministerial projects. Environmental reviews, writing Initial Studies, and managing CEQA documents. Below are the upcoming projects our team plans to work on for the City: Yanks Under construction –consists of museum, roads, 170-room hotel, restaurants, fueling stations, hangars, Air Strip, winery, amphitheater, and Luxury RV Park Ongoing building of Phase II Project has been around 30 years, valuation of over $100M Planned Unit Development permit Nino Homes Entitlements: 150 +/- single family residential development Return-market-rate housing developer Walnut Avenue Specific Plan (WASP) 62 acres hosting a Starbucks, Arco, Carl’s Junior, an H2A farmworker housing debacle, and a Marriott Fairmont Hotel Building plans currently under review Senior-Level project management assignment Agency Name:City of Greenfield Client Contact:Paul Mugan, Com. Dev. Dir. Client Telephone:(831) 674-5591 Contact Email:PMugan@Ci.Greenfield.ca.us Contract Dates:10/2019 - Ongoing Contract Amount: NTE $125,000 Proposal to Provide On-Call Planning and Environmental Services to the City of San Luis Obispo Page 17 Section 4: Client References January 28, 2022 City of Pleasant Hill On-Call Planning Services 4LEAF is currently providing a Senior-Level Planner to the City where we oversee several complex planning projects. All projects with the City of Pleasant Hill are developer-funded and responsibilities include: Preparing staff reports, resolutions, and ordinances for recommendations by the Architectural Review Commission, Planning Commission and City Council Processing applications for minor/major subdivisions Planned Unit Development/Specific Plan General Plan Amendment Minor/Major Subdivisions Development Plans CEQA Review Architectural Review Permits Current/recent project support: Downtown Cleveland Multi-family Specific Plan: Architectural Review, Planned Unit Development/Specific Plan “Concept Plan”, Development Plan, General Plan Amendment, and environmental review for a 189-unit multi-family residential development near the City’s Downtown. Project is preparing for public hearings before the Architectural Review Commission, Planning Commission, and City Council. Oak Park Specific Plan: 34 lot major subdivision, development plan, and rezone (PUD). Rezone from R- 10 (SFR 10,000 min) to Multi-family very low density as part of a Planned Unit Development/Specific Plan, development plan review. Prepared all staff reports and made presentation to the Architectural Review Commission, Planning Commission, and City Council. 590 Creekside Minor Subdivision:2-lot single family subdivision. Prepared all staff reports findings and resolution for approval before the Planning Commission and City Council. 2001 CCB Façade Improvements:Façade improvements for a medium sized retail center. Architectural Review permit. Application withdrawn because of costs. In addition, our Planner assisted the City with securing their SB2 grant. Agency Name: City of Pleasant Hill Client Contact: Troy Fujimoto, Interim City Planner Client Telephone: (925) 671-5209 Client Email:TFujimoto@PleasantHillca.org Contract Dates: 8/2019 - Ongoing Contract Budget:NTE $25,000 2 of Daniel J. Hortert, MCP, AICP Design and compliance review with City standards Tentative Maps Master Sign Programs General and Specific Plan Development/Amendments Research and assist with grant funding application (SB 2) 4LEAF, Inc. - City of Pinole, CA Contract Planning Manager Daniel was responsible for the following while working with the City: • Supervised Planning, Building, Code Enforcement, and Permit staff • Administered General Plan/Specific Plans, Zoning/Subdivision Ordinances, Design Guidelines, CEQA Compliance, and others • Advisor to various councils, boards, commissions and elected officials on planning-related issues • Served as liaison and perform necessary functions in support of the Planning Commission including project review, staff reports, recommendations, resolutions, conditions of approval, etc. • Provided high levels of customer service to the public, internal and external departments, and agencies • Provided environmental reviews for development projects Doña Ana County, NM Economic Development Manager/Director/Senior Planner 8/2011 - 1/2019 Oversaw County Economic Development functions Promoted, expanded, retained business operationscounty-wide Processed and administered Local Economic Development Act (LEDA) applications/contracts Worked with area agencies to bring economic prosperity to the region Built regional relationships for international collaborativeefforts: o 6 County, 2 State Joint Land Use Study o 3 state, 2 countries tourism efforts o Regional water planning o Cross-border economic development (HQ2Countries) Directed Community Development Department consisting of 40+ FTE including Current and Advance Planning, Building Services, Geographic Information/Mapping, Grants and Administration, and Animal Control/Code Enforcement Divisions Fostered and encouraged team atmosphere amongst Community Development divisions as well as other county departments and external agencies/organizations Developed department and County policies and procedures related to the efficiency of daily operations RBF Consulting - Phoenix and San Diego Offices Senior Planner/Associate/Project Manager 6/2005 - 9/2010 •Successfully managed a variety of commercial and residential development projectapplications •Routinely interacted with city/county staff on submittal of complex planningprojects •Coordinated various internal/external disciplines to ensure complete submittalpackages •Managed complex planning studies, development applications and reviewed consultant 1 of 2 Susan Tebo Senior Planner/CEQA Specialist Experience Summary Susan is a reliable Senior Planner with over thirty years of professional experience in the realm of environmental review, resource management, and land use planning. Susan also has extensive supervisory experience and is proficient in environmental document preparation, subconsultant coordination, presentation, and budget and project management. Susan has impressive presentation and public speakingskillswhich she regularly exercisesas avolunteer guest speaker at the State’s American Planning Association, Association of Environmental Professionals, and UCLA’s Extension course. Her ability to serve as a leader and team player who practices objective thinking and uses unbiassed approaches to conflict resolution makes her an asset to any team and environment. Select Professional Experience 4LEAF, Inc. Senior Planner 2021 – Present Susan contributes to 4LEAF’s Planning Department by: Managing complicated planning studies and development applications and examining consultant proposals. Developing project budgets, directing bidding processes, and verifying contract expenses and compliance. Conducting research and organizing statistical reports on land use, physical, social, and economic topics. Working in reginal program zones including natural and water resources planning, community development, hazard modification, coastal zone management, and more. Completing field inspections to collect data related to development review processes and verifying that development projects comply with approved plans. Serving as a liaison and communicating reports and findings from inspections and research to staff, officials, and planning and zoning boards and commissions. Providing planning assistance to member communities on diverse land use projects. Supervising and mentoring junior planners within 4LEAF, Inc. Fire Station 128 Environmental Assessment – CA Project Manager Involved the construction of a 7,040 square foot firehouse for general house operations in addition to a 2,960 approximate square foot apparatus bay for the storage of large vehicles. This project improved the level of fire protection, emergency medical, and other life safety services for the Santa Clarita Valley. Ensured and enforced that all preparatory site work and facility design and construction complied with Federal, State, and Local environmental codes, ordinances, and laws. Experience 30+ years Education Masters, Public Administration California State University BS, Environmental Studies, Urban Planning San Jose State University 2 of 2 Susan Tebo One Valley One Vision General Plan EIR – CA Project Director Served as the Project Director for the One Valley One Vision Genera Plan EIR effort for adoption by the City of Santa Clarita and the County of Los Angeles. Worked to create a “valley of villages” that was intended to foster a greater sense of community. Mission Village EIR – CA Project Manager Served as the Project Manager for the Mission Village EIR to develop 1,252.27 acres of property located within the northeastern corner of Newhall Ranch in western unincorporated Los Angeles County. The projected required approval of 5,331 residences,1.299 million square feet of commercial/mixed uses, an 9.97-acre elementary school, 46.98 acres of parks, public and private recreational facilities, trails, and road improvements on the Mission Village site within the boundaries of the approved Newhall Ranch Specific Plan. Robinsons-May EIR – CA Project Director This City of Beverly Hills, CA project involved the redevelopment of the Robinsons-May department store building and associated parking structure. The project replaced the Robinsons-May structures with 252 luxury condominium residences in four disparate buildings featuring 19,865 square feet of commercial space, a two-level subterranean parking garage, and landscaped gardens and other open space throughout the project site. Incorporated environmentally sensitive and sustainable design features, potentially qualifying for the LEED Gold certification from the US Green Building Council. Beverly Hilton Oasis – CA Project Director Redeveloped and reconfigured the Beverly Hilton property through the introduction of 104 new condominium hotel units, 96 condominium units, 96 hotel rooms, hotel retail and office facilities, a conference center, restaurant, and outdoor landscaped areas. Removed 181 existing Palm/Oasis Court hotel rooms and 36 existing Lanai rooms. The Residences at Saks Fifth Avenue EIR – CA Project Manager Involved the vacation and realignment of alleys, landscape and streetscape improvements, open spaces, architectural and security lighting, building signage, and upgrades to utility systems. Project included an approximately 99,500 square foot residential development containing 40 luxury residential condominium units, and an approximately 87,600 square foot mixed use project containing 20 luxury living units and around 12,000 square feet of commercial/retail space. Whole Foods Plaza – CA Project Director Added to the range of commercial services available on Cross Creek Road in Malibu and included a Whole Foods Market and four small commercial buildings. Project designated for Commercial Visitor serving commercial uses in the City’s Local Coastal Program which required approval of a coastal development permit. Incorporated wastewater treatment information into this EIR to provide adequate analysis of the environmental impacts of providing wastewater treatment services to this project. -1- A. INTRODUCTION The City of San Luis Obispo (City) wishes to obtain the services of professional governmental planning and environmental consulting firm(s) (Consultants) to provide planning and environmental services related to entitlement and permit processing, special projects, and California Environmental Quality Act (CEQA) compliance. The selected firm(s) will be issued project-specific purchase orders and projects will be Community Development or their designee. B. SCOPE OF WORK The scope of work will include thorough review of planning applications from the initial review, completeness determination, overall project management, meetings with staff and applicant, preparation of staff report(s), environmental review documentation, presentation(s) to decision makers, and other tasks as assigned. Projects could range from straight development applications and/or General Plan/Specific Plan Amendments, or Zone changes to special projects such as economic or fee studies. Consultant shall utilize employees to review the planning applications who are qualified as professional planners by the appropriate level of education and/ or experience to prepare the required project analysis. The standard turn-around time for assigned planning applications shall be determined in agreed- upon cycle times. In addition to planning services, the scope of work will include preparation of CEQA documentation including Initial Study/Negative Declarations, Initial Study/Mitigated Negative Declarations, and may include preparation of independent technical reports, or professional review of applicant-provided technical reports, to support the environmental analysis and determination for resources including but not limited to, aesthetics, air quality/greenhouse gas emissions, biological resources, cultural and historic resources, and noise. Consultant shall utilize qualified professional employees or subconsultants who are experienced in CEQA analysis, documentation, and statutory requirements, and have a general understanding and knowledge of CEQA case law. Dependent upon the scope of each specific project assigned, each project may vary in its specific review requirements. The Deputy Director or their designee will review with the consultant the specific work scope and processing timing of each project. The City shall provide the consultant with copies of the Zoning Regulations, Subdivision Regulations, General Plan, Community Design Guidelines, and other policy documents, as necessary. Projects shall be assigned at the sole discretion of the Deputy Director and the City. The City may use its own employees and/or other independent Consultants to perform plan reviews in addition to any such work assigned to Consultant. The volume of planning projects is dependent upon economic conditions that are outside the control of the City. Consequently, there is no guarantee provided as to the minimum or maximum volume of work that may be assigned to a Consultant within any given time period. In the course of the plan review process, the Consultant shall avoid situations involving an actual or potential conflict of interest, shall act as an agent and a deputy of the Deputy Director, and shall act in the interests of the City and the citizens of San Luis Obispo. Consultants shall provide no services for any private client within the corporate boundaries of the City during the contract period. -2- C. SUBMITTAL REQUIREMENTS 1. Letter of Interest (Five 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 necessary professional qualifications for successfully performing the work required by the City. 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. 2. Relevant Experience of Key Personnel and the Firm (Ten page maximum) a. 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. b. Key Personnel Experience. The submittal must identify the key personnel and subconsultants that would be assigned if awarded a contract, detailing their qualifications, areas of expertise, certifications, education, training, a summary of their past experience performing similar services for the City of San Luis Obispo and/or other jurisdictions, and a resume of each key personnel and subcontractor. c. Firm Experience. The submittal must describe the Firm' s pertinent project experience, including a list of performed relevant projects, past performance, and examples of similar work for the City or neighboring jurisdictions in California. Identified qualifications should include the Consultants experience providing on-call planning and environmental services for local agencies. d. Work Program. Provide a brief narrative of the processes that will be employed to accomplish assigned tasks, ranging from special projects, entitlement management from application review to project hearings and action, and preparation of CEQA documentation. 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. 4. Client References. Consultants must provide a minimum of three client references. Include a brief description of the project, provided professional services, and reference contact name, email, and phone number. -3- 5. Qualifications Length and Copies. Qualification submittal shall not exceed 60 pages, including attachments and supplemental materials. The preferred method for submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit five copies in a sealed envelope or box to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, California, 93401. D. ADDITIONAL SERVICES If there are related services not otherwise identified in the City' s RFQ, the Consultant may offer those to the City. Submittals are not required to address any additional services in order to be considered acceptable. However, the final selection of the successful Consultant may be based on the desirability of the additional services offered. E. 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 (Maximum 5 points). 2. Relevant Qualifications and Experience. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. Demonstrated ability, based on consultant experience and specific experience of key personnel, to provide professional assistance on the range and types of tasks listed in the RFQ. (Maximum 50 points) 3. Proposed Approach in Completing the Work. Demonstrated understanding of the work required by the City (Maximum 15 points) 4. Responsiveness to the RFQ. Presentation, completeness, responsiveness, and clarity of information provided. (Maximum 15 points) 5. Fee Structure. The Consultant's cost competitiveness and reasonableness (Maximum 15 points). 6. 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 planning and environmental consultants. 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. F. ADDITIONAL TERMS AND CONDITIONS 1. 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. 2. 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 is in its best interests to do so. Any changes to the proposal requirements will be made by written addendum. -4- The failure of a consultant to read the latest addendums shall have no effect on the validity of such modification. 3. 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. 4. 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. 5. 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. 6. 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. 7. 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. 8. Cost of Submittals. All costs incurred during submittal preparation or in any way associated with the Consultant' s preparations or submission shall be the sole responsibility of the Consultant. 9. Liability for Submittal Errors. Consultants are liable for all errors and omissions contained in their submittals. 10. 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. -5- G. FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [ NAME IN CAPITAL LETTERS], hereinafter referred to as Consultant. W I T N E S S E T H: WHEREAS, the City wants to establish an on-call planning and environmental consultant list, such that projects and work tasks can be assigned to qualified Consultants on an as-needed basis. WHEREAS, Consultant is qualified to perform this type of service and has submitted a proposal to do so, which has been accepted by the City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until [date]. 2. INCORPORATION BY REFERENCE. City Specification No. ______ and Consultant's proposal dated [date] is hereby incorporated in and made a part of this Agreement and attached as Exhibit B. To the extent that there are any conflicts between the Consultant otherwise in writing signed by both parties. 3. CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Consultant shall receive therefore compensation in a total sum not to exceed amounts authorized by subsequent project-specific Planning Services Agreements and associated Purchase Orders. 4. CONSULTANT/OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to provide services as set form in _________. 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 Community Development Director. -6- 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 Community Development Department 919 Palm Street San Luis Obispo, California, 93401 Consultant Name Title Address Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Consultant do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: By:_____________________________________ Community Development Director APPROVED AS TO FORM: CONSULTANT: ________________________________ By: _____________________________________ City Attorney Name of CAO / President Its: CAO / President -7- GENERAL TERMS AND CONDITIONS 1. Insurance Requirements. The Consultant shall provide proof of insurance in the form, coverages and amounts specified, unless changes are otherwise approved and agreed to in writing between the parties. If the Agreement is entered into outside of a Request for Proposal, Consultant shall provide proof of insurance in the form of coverages and amounts specified in Exhibit C. 2. Business License & Tax. The Consultant must have a valid City of San Luis Obispo business license business tax program may be obtained by calling (805) 781-7134. 3. Ability to Perform. The Consultant warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with all federal, state, county, city, and special district laws, ordinances, and regulations. 4. Start and Completion of Work. Work on projects shall begin within five calendar days after contract execution. Individual projects shall be completed in accordance with approved project schedules. 5. Contract Term for On-Call Service Contracts. The interim services requested will be contracted for by the City on as needed basis and as requested in writing by the City. The City reserves the right to use other contractors for the same or similar services or to request proposals for similar services as needed while Consultant provides services. 6. Laws to be Observed. The Consultant shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 7. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Consultant is required to pay. 8. Permits and Licenses. The Consultant shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 9. Safety Provisions. The Consultant shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 10. Public and Employee Safety. 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. 11. Preservation of City Property. The Consultant shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Consultant Consultant lities shall be replaced or restored to a condition as good as when the Consultant began work. -8- 12. Immigration Act of 1986. The Consultant warrants on behalf of itself and all subconsultants 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. 13. Consultant Non-Discrimination. In the performance of this work, the Consultant agrees that it will not engage in, nor permit such subconsultants 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. 14. Work Delays. Should the Consultant be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of be agreed upon by the City and the Consultant. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 15. Payment Terms. invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Consultant (Net 30). 16. Inspection. The Consultant shall furnish City with every reasonable opportunity for City to ascertain that the services of the Consultant are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, Consultant of any of its obligations to fulfill its contract requirements. 17. Record Retention and Audit. For the purpose of determining compliance with various laws and regulations as well as performance of the contract, the Consultant and sub-consultants shall maintain all books, documents, papers, accounting records and other evidence pertaining to the performance of the contract, including but not limited to the cost of administering the contract. Materials shall be made available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records. For Federally funded projects, access to records shall also include authorized representatives of the State and Federal government. Copies shall be furnished if requested. 18. Interests of Consultant. The Consultant covenants that it presently has no interest, and shall not acquire any interest direct, indirect or otherwise that would conflict in any manner or degree with the performance of the work hereunder. The Consultant further covenants that, in the performance of this work, no subconsultant or person having such an interest shall be employed. The Consultant certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Consultant shall at all times be deemed an independent Consultant and not an agent or employee of the City. -9- 19. Compliance with Laws and Wage Rates. The Consultant shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 20. Hold Harmless and Indemnification. (a) Non-design, non-construction Professional Services: To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, perform its obligations under this Agreement or out of the operations conducted by Consultant, uch loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees legal fees, incurred in defense of such claims. (b) Non-design, construction Professional Services: To the extent the Scope of Services involve a 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 ilities, 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 proceedin costs of defense, including reasonable legal fees, incurred in defense of such claims. (c) Design Professional Services 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, 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 subconsultant 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 a -10- costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event 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. indemnified 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. 21. Contract Assignment. The Consultant shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 22. Non-Exclusive Contract. The City reserves the right to contract for the services listed in this proposal from other consultants during the contract term. 23. Consultant Endorsement. Technical reports, plans and specifications shall be stamped and signed by the Consultant where required. 24. Ownership of Materials. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the City and no further agreement will be necessary to transfer ownership to the City. The Consultant shall furnish the City all necessary copies of data needed to complete the review and approval process. 25. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Consultant as part of the work or services under these specifications shall be the property of the City and shall not be made available to any individual or organization by the Consultant without the prior written approval of the City. The Consultant shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this contract without prior review of the contents thereof by the City and 26. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Consultant. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any ser a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Consultant must, unless goods. -11- 27. Termination. If, during the term of the contract, the City determines that the Consultant is not faithfully abiding by any term or condition contained herein, the City may notify the Consultant in writing of such defect or failure to perform. This notice must give the Consultant a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Consultant has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Consultant to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Consultant and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Consultant shall be entitled to the reasonable value of its services performed e of or task satisfactorily delivered or completed by the Consultant as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Consultant - in-progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed full and complete accounting of costs. In no event, however, shall the Consultant be entitled to receive in excess of the compensation quoted in its proposal. 28. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of and the City Director of Community Development, who may consider written or verbal information submitted by the Consultant. Not later than thirty days after completion of all deliverables necessary to complete the plans, specifications and estimate, the Consultant may request review by the City Council of unresolved claims or disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code. Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by issuance of the final audit report, the Consultant ma Officer of unresolved audit issues. The request for review must be submitted in writing. Neither the pendency of a dispute, nor its consideration by the City will excuse the consultant from full and timely performance in accordance with the terms of this contract. 29. Working Out of Scope. If, at any time during the project, the consultant is directed to do work by persons other than the City Project Manager and the Consultant believes that the work is outside of the scope of the original contract, the Consultant shall inform the Project Manager immediately. If the Project Manager and Consultant both agree that the work is outside of the project scope and is necessary to the successful completion of the project, then a fee will be established for such work based on Consultant' s hourly billing rates or a lump sum price agreed upon between the City and the Consultant. Any extra work performed by Consultant without prior written approval from the City Project Manager shall be at Consultant' s own expense. -12- 30. Complete Agreement. This written agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to do everything required by this Agreement, the said specification and incorporated documents. Failure by the Consultant to carry out the requirements of this Agreement is a material breach of this agreement which may result in the termination of this Agreement or such other remedy as the City deems appropriate. -13- H. INSURANCE REQUIREMENTS Consultant Services The Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, employees or subconsultants. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any -14- insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 3. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Consultant shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. City of San Luis Obispo Specification No. 9xxxx -17- J. STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The Consultant shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. Do you have any disqualification as described in the above paragraph to declare? Yes No If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Consultant Representative City of San Luis Obispo Specification No. 9xxxx -18- BIDDERS LIST SWCA Environmental Consultants 1422 Monterey Street, Suite C200 San Luis Obispo, CA 93401-2945 Attn: Emily Creel E: ecreel@swca.com Placeworks P.O. Box 1316 San Luis Obispo, CA 93406 Attn: Amy Sinsheimer E: asinsheimer@placeworks.com Rincon Consultants 2969, 1530 Monterey St STE D San Luis Obispo, CA 93401 Attn: Chris Bersbach E: cbersbach@rinconconsultants.com Urban Planning Partners 388 17th Street, Suite 230 Oakland, CA 94612 Attn: Lynette Dias E: LDias@up-partners.com JFR Consulting 7675 Bella Vista Road Atascadero, CA 93422 Attn: John F. Rickenbach, AICP E: JFRickenbach@aol.com Miller Planning Associates 830 Venable Street, San Luis Obispo, CA 93405 Attn: Martha Miller E: martha@millerplanningassociates.com Padre Associates 369 Pacific Street San Luis Obispo, CA 93401 Attn: Crystahl Taylor E: ctaylor@padreinc.com LSA Associates 285 South St Suite P San Luis Obispo, CA 93401 Attn: Pam Reading E: Pam.Reading@lsa.net Wood Environment & Infrastructure Solutions, Inc. 104 West Anapamu Street, Suite 204A Santa Barbara, CA 93101 Attn: Erika Leachman E: erika.leachman@woodplc.com David Paul Rosen & Associates 1330 Broadway, Suite 937 Oakland, CA 94612 510-451-2552 510-451-2554 Fax Attn: David Paul Rosen david@draconsultants.com Economic and Planning Systems, Inc. 1330 Broadway, Suite 450 Oakland, CA 94612 Attn: Walter F. Kieser E: wkieser@epsys.com Applied Earthworks 811 El Capitan Way, Suite 100 San Luis Obispo, CA 93401 Attn: M. Colleen Hamilton E: mchamilton@appliedearthworks.com Page & Turnbull 170 Maiden Lane, 5th Floor, San Francisco, California 94108 Attn: Ruth Todd E: ruthtodd@page-turnbull.com Bertrando & Bertrando 267 Foothill Boulevard San Luis Obispo, CA 93405 Attn: Betsy Bertrando E: bertrando@charter.net Placeworks P.O. Box 1316 San Luis Obispo, California 93406 Attn: Tammy Seale E: tseale@placeworks.com Terra Verde Environmental Consulting, LLC 3765 South Higuera Street, Suite 102 San Luis Obispo, CA 93401 Attn: Brooke Langle E: blangle@terraverdeweb.com City of San Luis Obispo Specification No. 9xxxx -19- Lisa Wise Consulting 983 Osos Street San Luis Obispo, CA 93401 Attn: Lisa Wise E: lisa@lisawiseconsulting.com E NOTE: Not to be included with Bidder's Package when mailed or handed out. This should be included and referenced as an attachment to the Council Agenda Report or City Manager Report. Certificate Of Completion Envelope Id: B6463F4C1BB0446B97E57DC900597E98 Status: Completed Subject: Please DocuSign: 4Leaf, Inc Agreement.pdf Source Envelope: Document Pages: 64 Signatures: 3 Envelope Originator: Certificate Pages: 5 Initials: 0 Keana Viss AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 990 Palm Street San Luis Obispo, CA 93422 kviss@slocity.org IP Address: Record Tracking Status: Original 3/14/2022 2:43:11 PM Holder: Keana Viss kviss@slocity.org Location: DocuSign Signer Events Signature Timestamp Kevin Dugan kduggan@4leafinc.com President 4LEAF Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Signed by link sent to kduggan@4leafinc.com Using IP Address: Sent: 3/14/2022 2:52:30 PM Resent: 3/21/2022 9:08:44 AM Viewed: 3/21/2022 9:27:14 AM Signed: 3/21/2022 9:27:51 AM Electronic Record and Signature Disclosure: Accepted: 3/14/2022 2:53:35 PM ID: 44b34a54-25ba-433e-bd2f-82d2f3676342 Markie Kersten mkersten@slocity.org Assistant City Attorney Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Signed by link sent to mkersten@slocity.org Using IP Address: Sent: 3/21/2022 9:27:54 AM Resent: 5/16/2022 1:09:51 PM Viewed: 5/16/2022 1:51:34 PM Signed: 5/16/2022 1:51:47 PM Electronic Record and Signature Disclosure: Accepted: 5/16/2022 1:51:34 PM ID: 16d2e24c-0403-45db-ac4f-a542075b90f5 Shelly Stanwyck sstanwyc@slocity.org Assistant City Manager Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Signed by link sent to sstanwyc@slocity.org Using IP Address: Sent: 5/16/2022 1:51:49 PM Viewed: 5/16/2022 2:37:33 PM Signed: 5/16/2022 2:37:46 PM Electronic Record and Signature Disclosure: Accepted: 5/16/2022 2:37:33 PM ID: 013702b8-6a08-444f-a3a7-e223e64d79f6 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Michael Renner MRenner@4leafinc.com Security Level: Email, Account Authentication (None) Sent: 5/16/2022 2:37:49 PM Viewed: 5/16/2022 2:44:30 PM Electronic Record and Signature Disclosure: Accepted: 3/14/2022 2:53:35 PM ID: 44b34a54-25ba-433e-bd2f-82d2f3676342 Meg Buckingham mbuckin@slocity.org Security Level: Email, Account Authentication (None) Sent: 5/16/2022 2:37:49 PM Viewed: 5/16/2022 4:06:33 PM Electronic Record and Signature Disclosure: Accepted: 3/8/2022 11:56:06 AM ID: 11289a05-0b00-48e0-80bf-6a564247282b Kevin Duggan kduggan@4leafinc.com President 4LEAF Security Level: Email, Account Authentication (None) Sent: 5/16/2022 2:37:50 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 3/14/2022 2:52:30 PM Certified Delivered Security Checked 5/16/2022 2:37:33 PM Signing Complete Security Checked 5/16/2022 2:37:46 PM Completed Security Checked 5/16/2022 2:37:50 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure