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