HomeMy WebLinkAboutJacob_Green_Agreement_AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on _________________, by
and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and Jacob
Green & Associates, hereinafter referred to as Consultant.
W I T N E S S E T H:
WHEREAS, the City wants to engage Consultant to furnish on-call communication support services.
WHEREAS, Consultant is qualified to perform this type of service and has submitted a proposal to
do so, which has been accepted by 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 two years, at the end of the term, there will be an option to extend and
additional one year by mutual written consent.
2. INCORPORATION BY REFERENCE City RFQ for on-call consulting for
communications support services and Consultant’s proposal 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's fees and scope of work and the City's terms and conditions, the City's terms and conditions
shall prevail unless specifically agreed otherwise in writing signed by both parties.
3.CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and
Consultant shall receive therefor compensation as set for in Exhibit A.
4.CONSULTANT'S 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.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
1/25/2022 | 10:24 AM PST
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 Department Head or
City Manager of the City.
6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete Agreement between the parties hereto.
No oral agreement, understanding, or representation not reduced to writing and specifically incorporated
herein shall be of any force or effect, nor shall any such oral Agreement, understanding, or representation
be binding upon the parties hereto.
7.NOTICE. All written notices to the parties hereto shall be sent by United States mail,
postage prepaid by registered or certified mail, addressed as follows:
City Whitney Szentesi
Public Communications Manager
City of San Luis Obispo
990 Palm St.
San Luis Obispo, CA 93401
(wszentes@slocity.org)
Consultant/Consultant Jacob Green & Associates
13217 Jamboree Road. #248
Tustin, CA 92782
Jacob Green & Associates
Jacob@JacobGreenAndAssociates.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.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
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, A Municipal Corporation
By:______________________________
City Manager
APPROVED AS TO FORM:
_________________________________ ________________________________
City Attorney Consultant
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
Proposal To:
CITY OF SAN LUIS OBISPO
Prepared For:
ON-CALL CONSULTING FOR
COMMUNICATIONS SUPPORT SERVICES
IN RESPONSE TO REQUEST FOR QUALIFICATIONS NO. 2110-004
Proposal Submitted:
NOVEMBER 19, 2021
13217 JAMBOREE RD. #248, TUSTIN, CA 92782 | 909-238-8536 | JACOB@JACOBGREENANDASSOCIATES.COM
EXHIBIT A
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 1
1. LETTER OF INTEREST
November 19, 2021
Daniel Clancy, Financial Analyst
Department of Finance
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401
Re: Solicitation 2110-004 – On-Call Consulting for Communications Support Services
Dear Mr. Clancy,
The City of San Luis Obispo currently contracts with multiple service providers for assistance with
multiple on-call communications support services, as detailed in the City’s Request for
Qualifications (RFQ) 2110-004.
Having read the RFQ and understanding the City’s request, Jacob Green & Associates, Inc. (JGA)
proposes a robust team of professional consultants to provide on-call services for those scope
items listed below:
3. Emergency communications services (“Crisis Communications”)
6. Small projects – content creation
e. Speechwriting and editorial content
f. Media relations and news releases
OUR ABILITY TO PROVIDE THE PROPOSED SERVICES
The JGA team assigned to this project is comprised of veteran local government leaders with over
200 years of combined municipal experience. Many of our project team members served as City
public information officers (PIOs) and department/city spokespersons. We love to help our
clients prepare for and respond to challenging community issues and have handled major
community initiatives, litigation challenges, line of duty deaths, disaster press conferences, and
numerous other crisis communication and media relations projects. We believe the JGA staff
proposed herein would provide the City of San Luis Obispo with a strong, local on-call resource
to assist the City on an as-needed basis.
Emergency / Crisis Communications
A well-planned communications strategy starts long before crisis hits.
Establishing and maintaining public trust is a crucial component of successful local government.
Organizations cannot afford to react during a critical incident; they must respond with confidence
and transparency to ensure community support.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 2
Lack of a well-developed, comprehensive communications plan during a crisis compounds
challenges and can compromise public trust when you need it most. Developing and delivering
consistent messaging builds incremental trust with residents and local businesses.
The JGA team has extensive experience developing tailored strategies and precision messaging
to ensure communities stay well informed, have accurate context, and receive clear instruction
during critical incidents.
Highlights of our focus include:
• Holistic communications strategy development including branding, persistent messaging
and rumor control
• Public Information Officer (PIO) coverage and incident media management response
• Interpersonal communications skill development for staff
• Crisis communications planning tailored to the specific needs of each community
• State of the City delivery including event planning, script writing, video production and
community messaging
• Council, executive & staff communications training
Content Creation (Speechwriting / Editorial Content / News Releases / Media Relations)
As a popular keynote speaker, author, facilitator and trainer, Jacob Green understands the
importance of creating clear and compelling content for both internal consumption and public
distribution. All JGA staff are highly proficient and trained in public communications best
practices. We understand that materials targeted to different audiences require the use of
different levels of communication, both verbal and visual. We spent our local government careers
writing scripts for elected officials and managing the marketing and communications functions
of our municipalities.
By contracting with JGA, the City of San Luis Obispo can be assured that content developed for
projects will be of the highest quality, and effectively targeted to its intended audience.
REQUIRED INFORMATION
Below, we provide specific information requested, in the order listed in the RFQ.
a. Provide the name of the entity, its mailing address, telephone, facsimile number. Please
describe the organization.
Legal name: Jacob Green & Associates Inc.
Address: 13217 Jamboree Rd. #248, Tustin, CA 92782
Telephone/Fax: 909-238-8536
Website: http://jacobgreenandassociates.com/
Email: Jacob@JacobGreenAndAssociates.com
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 3
JGA specializes in providing crisis communications consulting services that assists client
organizations in building systems, protocols, and technologies to prepare for and respond to
organizational crises.
b. Indicate that the Consultant has the availability and time to dedicate the personnel and
resources necessary to provide on-call consulting services.
Having reviewed the City’s RFQ and proposed scope of work, JGA proposes a substantial team
to provide these on-call services to the City. JGA is committed to working with the City of San
Luis Obispo to define project scope and staffing requirements for each on-call project
identified by the City and providing sufficient staffing resources to meet the City’s needs in a
timely manner.
c. Indicate that the Consultant has the minimum qualifications listed in Section III above.
The members of JGA’s proposed team satisfy the City’s minimum qualifications for the
requested services. The JGA team has more than 200 years of combined experience in
developing tailored strategies and precision messaging to ensure communities stay well
informed, have accurate context, and receive clear instruction during critical incidents.
d. Indicate the intention of the Consultant to adhere to the provisions described in the RFQ.
Having read and understood the RFQ terms and conditions, JGA is committed to adhering to
the provisions described therein.
e. If selected to provide on-call consulting services, the Consultant will be expected to sign a
service provider agreement with the City.
JGA has reviewed the sample agreement provided in the RFQ, and is prepared to sign a similar
agreement, should JGA be selected to provide these services to the City of San Luis Obispo.
f. Please identify the contact person responsible for the submittal, specifying the name,
title, and contact information.
President and CEO Jacob Green is responsible for this submittal.
• Jacob Green, MPA
President & CEO
Jacob Green & Associates, Inc.
13217 Jamboree Rd. #248, Tustin, CA 92782
Tel: 909-238-8536
Email: Jacob@JacobGreenAndAssociates.com
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 4
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.
Jacob Green, MPA, serves as the President, Chief Executive Officer, and the firm’s sole agent,
and is authorized to execute legal documents on behalf of and bind the company to the terms
and conditions of the City’s RFQ and this SOQ.
We thank the City of San Luis Obispo for considering our professional qualifications and stand
prepared to address any questions you may have regarding JGA’s ability to provide these services.
Sincerely,
Jacob Green, MPA
President & CEO
Jacob Green & Associates
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 5
2. RELEVANT EXPERIENCE OF KEY PERSONNEL AND THE
FIRM
a. Key Personnel Experience
An organization chart for the team proposed to provide these services is shown below, followed
by concise resumes for each member of our proposed team.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 6
JACOB GREEN, MPA
PROJECT MANAGER // PRESIDENT & CEO
Jacob Green has an extensive background in local government administration and
management. He is a nationally recognized local government expert in crisis
management and leadership development. Jacob is committed to helping public
and private organizations navigate change and crisis, enhance service delivery, and build strong,
resilient teams.
Jacob’s public agency experience includes serving as Assistant City Manager for the City of
Ontario, with a population of 167,000 and a total overall budget of $463 million. The City had
more than 1,300 full-time positions and 200 part-time employees. Jacob was directly responsible
for oversight of Marketing/Communications, Public Relations, Human Resources and Benefits,
Risk Management, City Clerk, Code Enforcement, and Emergency Management. Some of Jacob’s
relevant accomplishments include:
• Implemented comprehensive City branding strategy. Jacob created and implemented an
interdepartmental system to streamline the City’s public communications approval and
distribution process, unifying City branding and marketing efforts.
• Managed Set ONTario Free Local Control Campaign. Jacob led an interdepartmental
team to help facilitate transition of Ontario International Airport from Los Angeles World
Airports to a local Airport Authority, with a heavy emphasis on communicating City
Council goals and objectives through traditional and social media mechanisms and crisis
management strategies.
• Designed City-wide Culture Building Project, entitled “City Manager’s Approach to Public
Service” for enhanced inclusion, service delivery and lean government efficiency. Jacob
facilitated numerous strategic planning process retreats for multiple City departments
and implemented a digital service desk to provide a single point-of-contact for citizen and
business concerns directed to the City Council and City Manager.
• Managed the City’s Leadership Development Academy. Jacob managed the City’s highly
popular leadership development academy called “LINKS” which created an annual cohort
of emerging leaders and exposed them to various leadership and professional
development opportunities.
Jacob also served the City of San Juan Capistrano. In his role as Assistant City Manager, Jacob
was directly responsible for oversight of Marketing/Communications, Community Services,
Human Resources and Risk Management, Labor Negotiations, Emergency Management,
Economic Development Initiatives, Public Relations, and Public Safety. Some of Jacob’s relevant
accomplishments with the City include:
• Managing Major Interdepartmental Initiatives. Jacob’s oversight of all City-wide
initiatives included crisis management of water quality incidents and lawsuits, open space
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 7
and commercial development projects, creation of a Community Leadership Academy,
and a new disaster preparedness program.
• Rebuilding the Municipal Organization. Jacob was recruited by the new City Manager to
help rebuild a new executive team and fill a 30% vacancy. He successfully stabilized the
organization politically and financially, and attracted new, major development projects.
This included an overhaul of the tarnished City brand and a focused effort to develop local
and national media relationships for brand advancement.
As a trainer, keynote speaker, facilitator and coach, Jacob has worked with
municipal clients throughout the United States as well as commercial
clients such as Mattel, FedEx, Hyundai Capital, ADP and many others. In
2019, Jacob distilled his personal and professional experiences into an
Amazon Best-Selling book: “See Change Clearly: Leveraging Adversity to
Sharpen Your Vision and Build Resilient Teams.” Jacob has a Bachelor of
Arts in Social Sciences with a Minor in Management from the University of
California, Irvine, a Master of Public Administration (MPA) degree from
California State University, Long Beach, and was recently awarded an
honorary doctorate degree from Western University School of Health
Sciences. He is certified as an Economic Development Finance Professional by the National
Development Council.
Resumes for each of our listed professional staff are provided below. As shown in the project
organizational chart, all members of our proposed team report directly to Project Manager Jacob
Green.
GREGORY C. DEVEREAUX, JD
SENIOR PROJECT ADVISOR – CITY MANAGEMENT
Greg Devereaux served in state and local government for 40 years, holding a
variety of leadership positions including City Manager of both Fontana and
Ontario, where he worked with the city councils to improve each city’s finances, as
well as Chief Executive Officer of San Bernardino County where he helped the Board of
Supervisors lead the County in a new direction which emphasized fiscal responsibility and
working as a team. He worked with the Board and the San Bernardino Associated Governments
in a community-driven effort to develop a Countywide Vision. Greg is a Past President of the
California Redevelopment Association and has served on numerous committees at both the
League of California Cities and the California State Association of Counties. In 2009, he was
appointed by the California Air Resources Board to the Regional Targets Advisory Committee on
greenhouse gas reduction under SB 375.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 8
BRAD KAYLOR
SENIOR PROJECT ADVISOR, POLICE CHIEF (RET.) – POLICE PIO
Chief Brad Kaylor was born and raised in Southern California. In 1988, he began his
law enforcement career attending the 93rd class of the San Bernardino County
Sheriff’s Academy. Upon graduation, Brad went to work as a patrol officer for the
City of Claremont. In 1990, he joined the Ontario Police Department. During his career, Brad was
selected for a variety of assignments that included Gang Violence Suppression Unit,
Vice/Narcotics team, Field Training Officer, Criminal Intelligence Unit, Special Weapons and
Tactics Team (SWAT), DEA Task Force Officer and later DEA Group Supervisor. He promoted
through the ranks and held supervisory/command positions in Patrol, Investigations,
Administration, and Special Operations Bureaus. Brad graduated from the DEA Drug Unit
Commanders Academy as well as the FBI National Academy. He holds a Bachelor’s Degree in
Organizational Management from the University of La Verne. Brad served as the Deputy Chief of
Police from 2010-2014 and was selected as the Chief of Police in 2014. He served in the capacity
until his retirement in 2018.
MIKE PELLETIER
SENIOR PROJECT ADVISOR, DEPUTY FIRE CHIEF (RET.) – FIRE PIO
Mike Pelletier has over 27 years of experience working in the public sector, serving
as a Fire Deputy Chief his last six years. Mike holds an Associate’s Degree in
Business Administration and a Bachelor’s Degree in Fire Administration. Mike
served as the lead grant writer, lead Public Information Officer, and lead project manager on
numerous high-profile projects. As a grant writer Mike has successfully written and been
awarded numerous public safety grants including Assistance to Firefighter’s Grants, UASI and
Homeland Security grant proposals, and a $1.35 million American Recovery and Reinvestment
Act (ARRA) Fire Station Construction grant. Mike has also overseen numerous projects that
include the replacement of all frontline fire apparatus, complete renovation of five fire stations,
establishment of a temporary fire station, construction of a new fire facility, and the final design
and construction of a $10 million fire training facility.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 9
JOHN ANDREWS
SENIOR PROJECT ADVISOR – CITY SPOKESPERSON
John Andrews spent more than 37 years serving in various capacities with four
different Southern California municipal agencies. From January 2009 to September
2020, he served as Director of Economic Development & Redevelopment for the
City of Ontario, responsible for the oversight and implementation of Ontario’s Economic
Development, Business Retention and Attraction, and Communications/Marketing programs.
John spent most of his local government career with the Community Development Commission
of the City of Pasadena. He also served as Director of Economic Development/Redevelopment
for the City of Azusa, and Downtown Development Manager for the City of Riverside. John has
represented two local agencies on Business Improvement District boards and participated in the
development and implementation of comprehensive downtown revitalization strategies. He
served as a member of the San Bernardino County Workforce Development Board, and currently
serves as an economic development advisor to the City of Ontario. John holds a Bachelor of
Science Degree in Urban and Regional Planning from California State Polytechnic University,
Pomona and has completed graduate studies in Public Administration at California State
University, Northridge.
RAYMOND CHEUNG, CEM
SENIOR PROJECT ADVISOR - EMERGENCY MANAGEMENT
Raymond Cheung has served for over 20 years in the public sector, ranging from
military service to leadership roles in local government. Raymond’s local
government emergency management tenure includes positions as a city
emergency manager as well as Assistant Emergency Manager for Orange County, California for
the Orange County Sheriff’s Department. He is also a graduate of FEMA’s National Emergency
Management Advanced Academy and the Harvard Kennedy School of Government’s Leadership
in Crises executive program. As an International Association of Emergency Management Certified
Emergency Manager (CEM), Raymond has led and managed teams at both the county and city
level in Southern California. He has responded to and worked dozens of disasters and Emergency
Operations Center activations, including Presidentially declared disasters. A veteran of the United
States Marine Corps, Raymond deployed to Iraq during Operation Iraqi Freedom in a Civil Affairs
capacity to restore civil governance, local infrastructure, and basic humanitarian needs during
and after the 2003 invasion.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 10
NICOLI HILSCHER
BUSINESS OPERATIONS MANAGER
Nicoli Hilscher has over 20 years of experience in the United States Air Force with
an extensive background in Command and Control (C2), Emergency
Management, Leadership Development, Project Management and Instructional
Development; holding positions internationally in various levels of leadership. Nicoli has a Top
Secret, SCI security clearance and has provided professional oversight on several classified
operations throughout her military career. She is a cross-functional leader overseeing operations,
professional development, and recognition programs for organizations ranging from 20 to
300 plus personnel. As a military instructor, she developed curriculum, lesson plans, and
measurement devices for multiple Community College of the Air Force affiliated courses.
WILLIAM SIMMONS
CLIENT SERVICES SPECIALIST
William Simmons has 10 years of experience in the United States Air Force as a
Supervisor, Instructor, Exercise Director, and Team Leader. William has been a key
contributor in planning, coordinating, and executing in real world and simulation
crisis environments as a Command-and-Control Operator. In addition to his crisis mitigation
experience, he holds a Secret Clearance, and has held a multitude of positions in program
creation and management throughout his career. One of William’s most notable and fulfilling
projects was his work with the implementation of a country-wide evacuation plan for civilian
family members during the escalation of the North Korean threat in 2017. The plan was
successfully showcased in an exercise, during which 1.7k residents were safely processed for
evacuation. In addition to his desire to serve his community, William possesses an eagerness to
learn. He has a Bachelor’s Degree in Homeland Security and Emergency Management and has
completed over 20 courses with the FEMA Emergency Management Institute.
Availability of Proposed Staff
Should JGA be selected to provide these services, we will coordinate directly with City
management to solidify and clarify your preferences and anticipated schedule. One of the
benefits of having a large team of qualified staff is that JGA can provide a wide range of services
throughout the contract term. We will make available whatever resources are required to satisfy
the City’s needs to assist with emergency communications services, speechwriting and editorial
content, and media relations and news releases.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 11
b. Firm Experience
Jacob Green & Associates provides crisis communications,
emergency management, leadership development, and
public safety services to public and private clients
throughout the United States, with a focus on California
municipal clients.
Having previously served in diverse management roles,
including Assistant City Manager for the City of Ontario
and the City of San Juan Capistrano, Jacob Green
understands municipal processes and procedures from
the inside, and knows how to work directly with City
management and staff to achieve desired outcomes in an
efficient and cost-effective manner.
Examples of recent services provided to agencies similar
to the City of San Luis Obispo include:
• CITY OF IRWINDALE: JGA staff provides
communications, marketing, and emergency
management services, specifically to provide
marketing and communications support, including State of the City video production and
development of an Emergency Operations Plan (EOP), Continuity of Operations Plan
(COOP), and Emergency Management Training for the City.
• CITY OF STOCKTON: JGA provides brand enhancement support via script writing and
video production services working directly for the City Manager. JGA also provides
leadership and crisis communications training as part of a multi-year contract to provide
leadership academy implementation and management services.
• CITY OF PICO RIVERA: JGA staff provides project management for the City’s public alerting
and warning crisis management software and provides the City with comprehensive
emergency management training and exercises.
c. General Firm Information
Jacob Green & Associates Inc. (JGA) is registered as a California Corporation (#C4787548) and is
licensed to provide services throughout the state.
JGA specializes in delivering the following services to local municipalities and other organizations:
• Communications – JGA staff provide communications consulting services that assists
client organizations in building systems, protocols, and technologies to prepare for and
respond to organizational crises.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 12
• Leadership Development – JGA staff help organizations to gauge and mold effective
organizational leaders who are able to set and manage strategic goals while also
motivating their team to manage their own goals to carry out a greater mission.
• Emergency Management – JGA staff apply proven emergency management and business
continuity strategies and practices to enable our clients to protect against, mitigate,
respond to, and recover from a wide spectrum of threats and risks, including fires, floods,
power outages, pandemics, and other naturally occurring and manmade threats.
• Public Safety – JGA staff provide police and fire organizational assessments and efficiency
studies, public safety consolidation and regionalization, resource allocation and
deployment, strategic and succession planning, leadership development, transitional /
interim executive leadership and police and fire chief executive recruiting.
JGA currently has two (2) full-time employees and seven (7) independent contractors. Our
headquarters is located in Tustin (13217 Jamboree Rd. #248, Tustin, CA 92782). JGA launched in
May 2021 with the acquisition of JacobGreen.com (established 2017). Prior to that time, Jacob
Green and proposed staff were providing similar services for many years, as detailed in Section
2.a above.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 13
3. FEE STRUCTURE
Fee Schedule Options
Option A: $2,500/month, fixed-fee, can be
cancelled at any time by the City.
The following services are provided under
Option A:
1. Speechwriting and editorial content
development
2. Media relations and news releases
3. Stakeholder communications
Option B: $5,000/month, fixed-fee, can be
cancelled at any time by the City.
The following services are provided under Option B:
1. Emergency communications services (“Crisis Communications”) – 24/7 support
2. Speechwriting and editorial content development
3. Media relations and news releases
4. Stakeholder communications
5. Crisis Communications Plan development
6. Public Relations Assessment/Gap Analysis & best practice recommendations
7. Alerting & Warning template development
8. Threat assessments (conducted by JGA law enforcement team)
9. Communications & Crisis Communications Training for Elected Officials & Staff
(up to 4 courses per contract year, 2-4 hours per class)
Option C: Hourly Counsel and Support
Alternatively, the JGA team is available on an hourly basis for any project/service listed above
when desired for project or communications support.
JGA HOURLY RATE TABLE
JGA Staff Title Hourly Rate
Jacob Green, MPA Project Manager $300.00
Gregory C. Devereaux, JD Senior Project Advisor – City
Management
$285.00
Brad Kaylor Senior Project Advisor, Police Chief
(Ret.) – Police PIO
$225.00
Mike Pelletier Senior Project Advisor, Deputy Fire
Chief (Ret.) – Fire PIO
$220.00
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 14
JGA Staff Title Hourly Rate
John Andrews Senior Project Advisor – City
Spokesperson
$220.00
Raymond Cheung, CEM Senior Project Advisor - Emergency
Management
$185.00
Nicoli Hilscher Business Operations Manager $125.00
William Simmons Client Services Specialist $90.00
Travel and materials expenses required for the delivery of services will be charged at actual cost.
Mileage will be charged based on the applicable IRS rate at the time services are delivered.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 15
4. CLIENT REFERENCES
Immersed with our clients in the delivery of local government services, JGA has an unparalleled
appreciation for the responsibility our client organizations pledge to their communities. Our goal
is to help you continue to achieve local government success. Our proposed staff have decades of
experience providing emergency management and communications services to clients.
Below, we provide a sample of local California municipalities with which we have worked to
provide related services. We encourage you to contact the references below to provide
testimony of our capability to perform your requested services, adhere to schedules and budgets,
and exceed expectations.
CITY OF STOCKTON
JGA staff, led by Project Manager Jacob Green, provided a Summer
Virtual Leadership Series and currently manages the City’s Leadership
Academy.
Client
Contact
Harry Black, City Manager
209.937.8212 | Harry.Black@stocktonca.gov
Scope of
Services
Leadership Training
Script Writing
Crisis Communications Training
Video Production
Dates of
Work
November 2020 - Present
CITY OF IRWINDALE
Starting in November 2019, JGA staff provided Emergency Management
Services, specifically to develop an Emergency Operations Plan (EOP),
Continuity of Operations Plan (COOP), and Emergency Management
Training for the City.
Client
Contact
Lt. John Fraijo, Lieutenant, Police Department
626.430.2238 | jfraijo@irwindaleca.gov
Scope of
Services
Emergency Operations Plan Writing
Continuity of Operations Plan Writing
Plan Training
Dates of
Work
November 2019 - Current
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 16
CITY OF PICO RIVERA
JGA staff currently provides emergency preparedness services to the City of Pico
Rivera. We initially completed an analysis of the Pico Rivera Emergency Operations
Plan and Draft Pico Rivera Evacuation Flood Plan. We currently assist with the
implementation of a new emergency notification system, and will be providing
training and moderating exercises for identified City staff who have a role in the
City's Emergency Operation Center and Flood Plan.
Client
Contact
Julia Gonzalez, Deputy Director, Community and Economic Development
Department
562.801.4447 | juliagonzalez@pico-rivera.org
Scope of
Services
Analysis of Emergency Operations
Plan and Draft Evacuation Flood Plan
Needs Assessment for Emergency
Notification System
Recommendation for Emergency
Notification System Acquisition
Provision of Installation/Training
Sessions
Provision of Emergency Notification
Procedure and Checklists
Dates of
Work
August 2021 - Present
CITY OF POMONA
JGA staff provide a host of emergency management services to the City of
Pomona, including Local Hazard Mitigation Plan Update, City Plan Review, Local
Planning Team Support, and Risk Assessment Guidance.
Client
Contact
Linda Matthews, Director of Human Resources / Risk Management
909.620.2291 | linda_matthews@ci.pomona.ca.us
Scope of
Services
Local Hazard Mitigation Plan Update
City Plan Review
Local Planning Team Support
Risk Assessment Guidance
Dates of
Work
February 2021 - Current
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
C ITY OF S AN L UIS O BISPO – S OLICITATION 2110-004
SOQ FOR O N -CALL C ONSULTING FOR C OMMUNICATIONS S UPPORT S ERVICES
Jacob@JacobGreenAndAssociates.com November 19, 2021
909-238-8536 Page 17
CITY OF SAN JUAN CAPISTRANO
Serving as agency in-house staff, members of the JGA team were responsible for
the development and maintenance of all jurisdictional emergency planning
products, emergency plans, and supporting materials.
Client
Contact
Benjamin Siegel, City Manager
949.443.6315 | bsiegel@sanjuancapistrano.org
Scope of
Services
Emergency Operations Plan Writing
Hazard Mitigation Plan Writing
Plan Training
Dates of
Work
2016 - 2019
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The bidder shall state whether it or any of its officers or employees who have a proprietary interest in
it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal,
state, or local government project because of the violation of law, a safety regulation, or for any other
reason, including but not limited to financial difficulties, project delays, or disputes regarding work or
product quality, and if so to explain the circumstances.
◼Do you have any disqualification as described in the above paragraph to declare?
Yes No
◼If yes, explain the circumstances.
Executed on _________ at ________ under penalty of perjury of the laws of the State of California, that the
foregoing is true and correct.
Signature of Authorized Bidder Representative
11/17/2021 Tustin, CA
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
Notice requesting qualifications (RFQ) for on-call consulting for communications support services.
The City of San Luis Obispo is requesting proposals from qualified vendors to furnish communications support
services. All proposers must register with BidSync at www.BidSync.com, where proposers can obtain
RFQ packages and submit questions.
All firms interested in receiving further correspondence regarding this Request for Qualifications (RFQ)
will be required to complete a free registration using BidSync ( https://www.bidsync.com/bidsync-
appweb/vendor/register/Login.xhtml). All proposals must be on BidSync at or before 3:00 PM on
November 19, 2021, when they are opened electronically on BidSync.
The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper
copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990
Palm Street, San Luis Obispo, CA, 93401.
Specification packages and additional information may be obtained at the City's BidSync website at
www.BidSync.com. Please contact Dan Clancy at dclancy@slocity.org with questions.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
Section A
DESCRIPTION OF WORK
The City of San Luis Obispo ("City") seeks qualifications for communications support services to
enhance community outreach and engagement through more robust and coordinated communication
functions within the City.
I. GENERAL
The goal is to ensure mutually beneficial, two-way communication with external (such as residents, non-
profit service providers, business owners and operators, business community representatives, other
governmental agencies, among others) and internal audiences about City issues and services, leading to
a more responsive government and a high level of public confidence. It is anticipated that the outcome
from this effort will be increased community satisfaction with City communication.
Currently, the use of contract services helps to streamline communication processes to get
important information to community members more quickly and, internally, to ensure effective and
efficient exchange of information between City departments and employees. The focus of the
consultant work will continue to be on communication planning, content creation, community and
media outreach training, strategic communications counsel, and support on emergent communications
issues as needed.
The Consultant will work through a single point of contact in the City's Administration Department, such
as the Public Communications Manager or their designee. A sample scope of work is provided; however,
final scopes of work will be determined with the selected Consultant as a part of any contract during
negotiations.
II. SCOPE OF WORK
1. Strategic public outreach, information and engagement planning
2. Public information distribution
3. Emergency communications services
4. Brand awareness strategies
5. Media planning and buying
6. Small projects - content creation, including
a. Full-service graphic design
b. Light graphic design projects
c. Video and photography production
d. Key messages development
e. Speechwriting and editorial content
f. Media relations and news releases
g. Informational, educational, social media posts
7. Construction project information facilitation
8. Stakeholder engagement and information gathering
III. SUBMITTAL CONTENT
1. Letter of Interest (5-page maximum). Please include in the submittal a letter introducing the
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
Consultant and expressing the Consultant's interest in being considered for on-call consulting
services, clearly identifying the applicable sub-area(s) of interest. The letter of interest should
also include all of the following:
a. Provide the name of the entity, its mailing address, telephone, facsimile number. Please
describe the organization.
b. Indicate that the Consultant has the availability and time to dedicate the personnel and
resources necessary to provide on-call consulting services.
c. Indicate that the Consultant has the minimum qualifications listed in Section III above.
d. Indicate the intention of the Consultant to adhere to the provisions described in the RFQ.
e. If selected to provide on-call consulting services, the Consultant will be expected to sign a
service provider agreement with the City.
f. Please identify the contact person responsible for the submittal, specifying the name, title,
and contact information.
g. Please note that the person signing the letter of interest must be a legal representative
of the Consultant authorized to bind the Consultant to an agreement in the event of an
award.
2. Relevant Experience of Key Personnel and the Firm (10-page maximum).
a. Key Personnel Experience. The submittal must identify the key personnel that is to be assigned
if awarded a contract, detailing their qualifications, areas of expertise, a summary of their past
experience performing similar services for other jurisdictions, and a resume of each key
personnel, including experience working with City staff, local San Luis Obispo community
groups and decision-makers, and regional partner agencies.
b. Firm Experience. The submittal must describe the Firm's pertinent project experience, including
a list of performed relevant projects, past performance, individual or team accomplishments, and
examples of similar work for San Luis Obispo or neighboring jurisdictions in California, including
experience working with City staff, local San Luis Obispo community groups and decision-makers,
and regional partner agencies.
c. General Firm Information. General firm information including the number of employees,
location of firm headquarters, branch offices, and the number of years in business may also
be provided. Please note that general firm information is not a substitute for the specific
information requested in Sections IV.2.a and b above.
3. Fee Structure. Please include a clear and comprehensive fee schedule, including a detailed
statement of hourly rates for all positions and classifications of individuals involved and
reimbursable expenses. Please also include the rates for a project-by-project basis, as noted in the
sample Scope of Work above.
4. Client References. Consultants must provide a minimum of three (3) client references.
IV. ADDITIONAL SERVICES
If there are related services not otherwise identified in the City's RFQ, the Proposer may offer those to
the City. Proposals are not required to address any additional services in order to be considered an
acceptable proposal. However, the final selection of the successful Proposer may be based on the
desirability of the additional services offered.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
V. SELECTION PROCESS
Submittals received by the deadline will be reviewed by a selection panel comprised of City staff who
have relevant knowledge and experience. The panel will score the proposals based upon the
qualification materials submitted according to the following criteria:
1. Letter of Interest. Availability demonstrated the capacity and qualifications necessary to
provide the consulting services specified in the RFQ. Ability to meet standard City contract
and insurance requirements.
2. Relevant Experience.
a. Demonstrated ability, based on consultant experience and specific experience of key
personnel, to provide technical assistance on the types of tasks listed in the
RFQ. Consultants need not necessarily be experts in every task in a given sub-area in
order to achieve a favorable score.
b. Prior experience, including the ability to work with City staff, local San Luis Obispo
community groups and decision-makers, and regional partner agencies. (30 Points
Maximum)
3. Responsiveness to the RFQ. Presentation, completeness, and clarity of information
provided.
4. Fee Structure. The Consultant's cost competitiveness and reasonableness. (20 Points
Maximum)
5. Client References. (Pass/Fail)
The submittals will be scored on a zero to 100-point scale, excluding bonus points. Consultants who
qualify will be placed on the list of qualified on-call consultants for each subarea. Placement on the list of
qualified on-call consultants is not a guarantee of work and does not constitute a commitment by the
City to enter into a contract with the Consultant. As appropriate, the City may conduct an additional
competitive process (e.g., solicit bids or issue Requests for Proposals) prior to awarding contracts. The
City anticipates that all services will be on an as-needed or on-call basis.
IV. ADDITIONAL TERMS AND CONDITIONS
A. Nondiscrimination. The City will not discriminate against any interested consultant on the
grounds of race, religious creed, color, national origin, ancestry, handicap, disability, marital
status, pregnancy, sex, age, or sexual orientation.
B. Cit y's Right to Mod if y 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. The failure of a consultant to read the latest addendums shall have no effect on the
validity of such modification.
C. Cit y's Right to Cancel RFQ. The City reserves the right at its sole discretion to cancel this RFQ in
part or in its entirety should the City deem that it is in the City's best interests to do so.
D. Cit y'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.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
E. Cit y's Right to Ext en d RFQ D eadlines. The City reserves the right to extend the deadline for
submittals by written addendum should the City deem that it is in its best interests to do so.
F. City Right to Negotiate With Consultants. The City reserves the right to negotiate with the
consultants on the list of qualified on-call consultants regarding their exceptions to the
standard service provider agreement, if any, or regarding other price and terms in their
submittals and to require the selected Consultant to submit such technical, price, or other
revisions of their submittals as may result from negotiations.
G. Standard Form Service Provider Agreement & Insurance. Consultants acknowledge that
placement on the list of qualified on-call consultants does not commit the City to award a
contract. For any project, the City reserves the right to award a contract to consultants
(1) that are on the list of qualified on-call consultants; (2) that have an existing contract with
the City, or (3) that are selected through a separate competitive process.
Consultants on the list of qualified on-call consultants who are awarded a contract will be
expected to sign a service provider agreement with the City. The standard service provider
agreement and associated insurance requirements are attached as Attachment B.
Comments or exceptions, if any, to the standard service provider agreement and/or insurance
requirements must be noted in the Letter of Interest. It is understood that consultants have
reviewed the service provider agreement (Attachment B) and will take exception only to those
items identified in their Letter of Interest.
Neither review of the submittal by the City nor placement on the list of qualified on-call
consultants constitutes an acceptance by the City of the Proposer's recommended changes to
the service provider agreement. If there are any concerns or proposed exceptions requested to
the standard service provider agreement, these issues will be discussed at the time the City
awards a contract, if any.
H. Cost of Submittals. All costs incurred during submittal preparation or in any way
associated with the Consultant's preparations or submission shall be the sole
responsibility of the Consultant.
I. Liability for Submittal Errors. Consultants are liable for all errors and omissions
contained in their submittals.
J. Permits and Licenses. Consultants, at their sole expense, shall obtain and maintain during the
term of any agreement all appropriate permits, certificates, and licenses including, but not
limited to, a City Business License, which will be required in connection with the performance of
on-call consulting services.
VII. ADDITIONAL CONSIDERATIONS AND ASSUMPTIONS
1. All works submitted to and accepted by the City must be an original piece created by
the Contractor.
2. All works submitted by the Contractor must be in standard U.S. English and adhere to
the Branding and Style Guide.
3. All works must be submitted in Microsoft Word format and include a headline pertaining to
the work in bold. The work should appear in a non-bolded Calibri, 12-point font.
4. The City reserves the right to use all submitted works in current and/or future forms of
current media and/or media to be developed.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
Proposed Timeline
Release RFQ October 22, 2021
Questions and Answer Deadline November 12, 2021 – 2 pm
RFQ opening date (submission deadline) November 19, 2021 – 2 pm
Evaluation of proposals November 19 – December 3, 2021
Selection & Contract Signing December 3 – 10, 2021
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [date], by and between
the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR'S
OR CONSULTANT'S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor or Consultant.
W I T N E S S E T H:
WHEREAS, the City wants to [generally describe the service we want to be performed].
WHEREAS, [Contractor/Consultant] is qualified to perform this type of service and has submitted a
[proposal/quote * please always get a proposal in writing] to do so, which has been accepted by 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] and acceptance or completion of said services.
2. INCORPORATION BY REFERENCE City RFQ ______ and Contractor's proposal dated [date]
is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. The City's terms and
conditions are hereby incorporated in and made a part of this Agreement as Exhibit B. To the extent that
there are any conflicts between the Contractor's fees and scope of work and the City's terms and conditions,
the City's terms and conditions shall prevail unless specifically agreed otherwise in writing signed by both
parties.
3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay
and Contractor shall receive therefor compensation [______________].
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and Agreements
hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services
as set forth in ______
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
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 Department Head or City
Manager of the City.
6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete Agreement between the parties hereto. No
oral agreement, understanding, or representation not reduced to writing and specifically incorporated
herein shall be of any force or effect, nor shall any such oral Agreement, understanding, or representation
be binding upon the parties hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage
prepaid by registered or certified mail addressed as follows:
City [DEPT]
City of San Luis Obispo
Contractor/Consultant Name
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each
individual executing this Agreement on behalf of each party is a person duly authorized and empowered to
execute Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and
year first above written.
CITY OF SAN LUIS OBISPO, A Municipal Corporation
By:_____________________________________
[City Manager Or Dept Head]
APPROVED AS TO FORM: CONTRACTOR
________________________________ By: _____________________________________
City Attorney
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
GENERAL TERMS AND CONDITIONS
1. Insurance Requirements. The Contractor shall provide proof of insurance in the form,
coverages and amounts specified in Section E of the City's Request for Proposal referenced in
paragraph 2 of the Agreement, 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, Contractor
shall provide proof of insurance in the form of coverages and amounts specified in Exhibit C.
2. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business
license & tax certificate before execution of the contract. Additional information regarding the
City's business tax program may be obtained by calling (805) 781-7134.
3. Ability to Perform. The Contractor warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and
complete the work hereunder in compliance with all federal, state, county, City, and special district laws,
ordinances, and regulations.
4. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,
regulations and adopted codes during its performance of the work.
5. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Contractor is required to pay.
6. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges
and fees, and give all notices necessary.
7. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to
safety established by OSHA and the California Division of Industrial Safety.
8. Public and Employee Safety. Whenever the Contractor's operations create a condition
hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish,
erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the public
and employees.
9. Preservation of City Property. The Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured or
damaged resulting from the Contractor's operations, it shall be replaced or restored at the Contractor's
expense. The facilities shall be replaced or restored to a condition as good as when the Contractor
began work.
10. Immigration Act of 1986. The Contractor warrants on behalf of itself and all
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
subcontractors engaged for the performance of this work that only persons authorized to work in the
United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws
shall be employed in the performance of the work hereunder.
11. Contractor Nondiscrimination. In the performance of this work, the Contractor agrees that it
will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in
employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation, or religion of such persons.
12. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire,
earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to
federal government restrictions arising out of defense or war programs, then the time of completion
may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the
Contractor. In the event that there is insufficient time to grant such extensions prior to the completion
date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that
may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to
the reasons for such delay, and making a finding as to the causes of same.
13. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor
(Net 30).
14. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to
ascertain that the services of the Contractor are being performed in accordance with the requirements
and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the
City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its
obligations to fulfill its contract requirements.
15. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to
Contractor.
16. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not
acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with
the performance of the work hereunder. The Contractor further covenants that, in the performance of
this work, no subcontractor or person having such an interest shall be employed. The Contractor
certifies that no one who has or will have any financial interest in performing this work is an officer or
employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the
Contractor shall at all times be deemed an independent contractor and not an agent or employee of the
City.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
17. Hold Harmless and Indemnification.
(a) Non-design, non-construction Professional Services: To the fullest extent permitted by
law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant
shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees,
volunteers, and agents ("City Indemnitees"), from and against any and all causes of action,
claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels' fees
and costs of litigation ("claims"), arising out of the Consultant's performance or Consultant's
failure to perform its obligations under this Agreement or out of the operations conducted by
Consultant, including the City's active or passive negligence, except for such loss or damage
arising from the sole negligence or willful misconduct of the City. In the event the City
Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising
from Consultant's performance of this Agreement, the Consultant shall provide a defense to the
City Indemnitees or at the City's option, reimburse the City Indemnitees their costs of defense,
including reasonable legal fees, incurred in defense of such claims.
(b) Non-design, construction Professional Services: To the extent the Scope of Services
involve a "construction contract" as that phrase is used in Civil Code Section 2783, this paragraph
shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not
limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend,
and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents
("City Indemnitees"), from and against any and all causes of action, claims, liabilities, obligations,
judgments, or damages, including reasonable legal counsels' fees and costs of litigation
("claims"), arising out of the Consultant's performance or Consultant's failure to perform its
obligations under this Agreement or out of the operations conducted by Consultant, except for
such loss or damage arising from the active negligence, sole negligence or willful misconduct of
the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other
adversarial proceeding arising from Consultant's performance of this Agreement, the Consultant
shall provide a defense to the City Indemnitees or at the City's option, reimburse the City
Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such
claims.
(c) Design Professional Services: In the event Consultant is a "design professional", and the
Scope of Services require Consultant to provide "design professional services" as those phrases
are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To
the fullest extent permitted by law (including, but not limited to California Civil Code Sections
2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its elected
officials, officers, employees, volunteers and agents ("City Indemnitees"), from and against all
claims, damages, injuries, losses, and expenses including costs, attorney fees, expert Consultant
and expert witness fees arising out of, pertaining to or relating to, the negligence, recklessness
or willful misconduct of Consultant, except to the extent caused by the sole negligence, active
negligence or willful misconduct of the City. Negligence, recklessness or willful misconduct of
any subcontractor employed by Consultant shall be conclusively deemed to be the negligence,
recklessness or willful misconduct of Consultant unless adequately corrected by Consultant. In
the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial
proceeding arising from Consultant's performance of this Agreement, the Consultant shall
provide a defense to the City Indemnitees or at the City's option, reimburse the City Indemnitees
their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no
event shall the cost to defend charged to Consultant
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
under this paragraph exceed Consultant's proportionate percentage of fault. However,
notwithstanding the previous sentence, in the event one or more defendants is unable to pay its
share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and
confer with other parties regarding unpaid defense costs.
(d) The review, acceptance or approval of the Consultant's work or work product by any
indemnified party shall not affect, relieve or reduce the Consultant's indemnification or defense
obligations. This Section survives completion of the services or the termination of this contract.
The provisions of this Section are not limited by and do not affect the provisions of this contract
relating to insurance.
18. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of
the contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City.
19. Termination for Convenience. The City may terminate all or part of this Agreement for any or
no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this
Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products,
a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom
products, the less of a reasonable price for the raw materials, components work in progress and any
finished units on hand or the price per unit reflected on this Agreement. For termination of any services
pursuant to this Agreement, the City's liability will be the lesser of a reasonable price for the services
rendered prior to termination, or the price for the services reflected on this Agreement. Upon
termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the
City's directions as to work in progress and finished goods.
20. Termination. If, during the term of the contract, the City determines that the Contractor is not
faithfully abiding by any term or condition contained herein, the City may notify the Contractor in
writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day
notice of time thereafter in which to perform said work or cure the deficiency.
If the Contractor has not performed the work or cured the deficiency within the ten days specified in
the notice, such shall constitute a breach of the contract and the City may terminate the contract
immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any
further duties, obligations, responsibilities, or rights under the contract except, however, any and all
obligations of the Contractor's surety shall remain in full force and effect, and shall not be extinguished,
reduced, or in any manner waived by the terminations thereof.
In said event, the Contractor shall be entitled to the reasonable value of its services performed from the
beginning date in which the breach occurs up to the day it received the City's Notice of Termination,
minus any offset from such payment representing the City's damages from such breach. "Reasonable
value" includes fees or charges for goods or services as of the last milestone or task satisfactorily
delivered or completed by the Contractor as may be set forth in
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
the Agreement payment schedule; compensation for any other work, services or goods performed or
provided by the Contractor shall be based solely on the City's assessment of the value of the work-in-
progress in completing the overall work scope.
The City reserves the right to delay any such payment until completion or confirmed abandonment of
the project, as may be determined in the City's sole discretion, so as to permit a full and complete
accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the
compensation quoted in its proposal.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
INSURANCE REQUIREMENTS: Consultant Services
The Contractor shall procure and maintain for the duration of the contract insurance against claims
for injuries to persons or damages to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, its agents, representatives, employees, or
subcontractors.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1
(any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
4. Errors and Omissions Liability insurance as appropriate to the Consultant's profession.
Minimum Limits of Insurance. Contractor shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property
damage. If Commercial General Liability or other form with a general aggregate limit is used,
either the general aggregate limit shall apply separately to this project/location or the general
aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
4. Errors and Omissions Liability: $1,000,000 per occurrence.
Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to
and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such
deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers;
or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be
endorsed to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as
respects: liability arising out of activities performed by or on behalf of the Contractor; products
and completed operations of the Contractor; premises owned, occupied or used by the
Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage
shall contain no special limitations on the scope of protection afforded to the City, its officers,
officials, employees, agents or volunteers.
2. For any claims related to this project, the Contractor's insurance coverage shall be primary
insurance as respects the City, its officers, officials, employees, agents and volunteers. Any
insurance or self-insurance maintained by the City, its officers, officials, employees, agents or
volunteers shall be excess of the Contractor's insurance and shall not contribute with it.
3. The Contractor's insurance shall apply separately to each insured against whom claim is made or
suit is brought, except with respect to the limits of the insurer's liability.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
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. Contractor shall furnish the City with a certificate of insurance showing
maintenance of the required insurance coverage. Original endorsements effecting general liability and
automobile liability coverage required by this clause must also be provided. The endorsements are to be
signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be
received and approved by the City before work commences.
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
REFERENCES
Number of years engaged in providing the services included within the scope of the specifications
under
the present business name: .
Describe fully three contracts performed by your Firm within the last five years that demonstrate your ability
to provide the services included with the scope of the specifications. Attach additional pages if required.
The City reserves the right to contact each of the references listed for additional information regarding your
Firm's qualifications.
Reference No. 1
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
link to final report
Reference No. 2
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
link to final report
Reference No. 3
Customer Name
Contact Individual
Telephone & FAX number
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
link to final report
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The bidder shall state whether it or any of its officers or employees who have a proprietary interest in
it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal,
state, or local government project because of the violation of law, a safety regulation, or for any other
reason, including but not limited to financial difficulties, project delays, or disputes regarding work or
product quality, and if so to explain the circumstances.
◼ Do you have any disqualification as described in the above paragraph to declare?
Yes No
◼ If yes, explain the circumstances.
Executed on _________ at ________ under penalty of perjury of the laws of the State of California, that the
foregoing is true and correct.
Signature of Authorized Bidder Representative
DocuSign Envelope ID: 7C1B1E65-DEE4-454C-ABB7-340255F65A25