Loading...
HomeMy WebLinkAboutSAE_CommunicationAGREEMENT 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 SAE Communications, 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 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 1/25/2022 | 10:26 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 SAE Communications 1737 Paternia Road Santa Barbara, CA 93103 SAE Communications, scott@saecommunications.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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal City of San Luis Obispo Request for Qualifications Response Solicitation 2110-004 O N -C ALL C OMMUNICATION S UPPORT S ERVICES Submitted by SAE Communications Nov . 1, 202 1 Public Agency Strategic and Crisis Communications 2934 Victoria Meadow Court Pleasanton, CA 94566 510-714-4470 www.saecommunications.com 1737 Paterna Road Santa Barbara, CA 93103 805-450-4886 www.saecommunications.com Exhibit A DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 2 Table of Contents Table of Contents ................................................................................................ 2 1. Letter of Interest ........................................................................................... 3 2. Relevant Experience of Key Personnel and the Firm ...................................... 5 3. Fee Structure ................................................................................................ 9 4. Client References ........................................................................................ 10 5. Additional Services ..................................................................................... 12 6. Statement of Past Contract Disqualification - None..................................... 14 DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 3 1. Letter of Interest Dan Clancy, Department of Finance City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Dear Mr. Clancy, Ms. Szentesi, et al: SAE Communications is pleased to present this response to the City’s Request for Qualifications for on-call consulting for communications support services. We look forward to being considered for the following areas of consulting service, per the Scope of Work noted in your RFQ: 1. Strategic public outreach, information and engagement planning 2. Public information distribution 3. Emergency communications services 4. Small projects - content creation, including d. Key message development e. Speechwriting and editorial content Items proposed by SAE Communications, not included in the City’s Scope of Work: 1. Presentation training 2. Media training We have organized this RFQ response to follow the list of requested information: a. Name of the entity and company description SAE Communications www.saecommunications.com Sheri Benninghoven, APR, Principal 1737 Paterna Road Santa Barbara, CA 93103 805-450-4886 sheri@saecommunications.com Scott Summerfield, Principal 2934 Victoria Meadow Court Pleasanton, CA 94566 510-714-4470 scott@saecommunications.com DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 4 SAE Communications is a California consultancy founded in 1991 to assist public agencies prepare and implement strategic communications plans/programs; write emergency public information plans; conduct training; and show up – in person or virtually – when bad things happen in a client community, such as mass shooting, wildfire, oil spill, issues-related crisis, etc. We focus solely on work for cities, counties, special districts and local/state colleges/universities. b. Availability/time & resources Our two principals have the availability and time to provide on-call consulting services to the City of San Luis Obispo. c. Minimum qualification listed in Scope of Work We have the minimum qualifications to meet the proposed on-call services listed at the top of this letter. d. Adherence to RFQ provisions We will adhere to the provisions described in the RFQ. e. Commitment to sign service provider agreement If selected to provided on-call services, SAE will sign a service provider agreement with the City. f. Contact person The contact person for this submittal is Scott Summerfield, principal for contracts administration, 510-714-4470, scott@saecommunications.com. g. Legal representative authorized to enter into an agreement The contact person noted in item f above is a legal representative of SAE and able to bind the firm to an agreement. Scott Summerfield Sheri Benninghoven, APR Principal Principal SAE Communications SAE Communications DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 5 2. Relevant Experience of Key Personnel and the Firm Key Personnel Experience – qualifications, areas of expertise, summary of past experience performing similar services, resume, including with SLO. Scott Summerfield (SAE principal) is an expert in public agency strategic communications with four decades of award-winning public information/public participation experience, along with tenures at several organizations focused on community issues. Scott specializes in assisting organizations with their communications plan development and training programs, overseeing all research activities and supervises SAE Communications’ San Francisco Bay Area activities from his Pleasanton office. Scott is the former Public Information Officer for the City of Newark and managed the largest grant program in League of California Cities history, supervising a team of nine communications consultants throughout the state who worked with local communities to implement public education and public participation projects. He also serves as Dean of Instruction for the California Governor’s Office of Emergency Management / California Specialized Training Institute, where he teaches crisis communications and media relations. Structuring of public input processes are a cornerstone of his municipal background, and Scott’s public participation approach of identif ying all possible affected audiences and creating a communications program to reach each audience member has served his client organizations well. Scott also served as Director of Communications for the Oakland Chamber of Commerce. The Oakland native is a graduate of San Diego State University with a bachelor’s degree in Telecommunications/Film. Scott is a past president of the California Association of Public Information Officials (CAPIO) and recipient of their Lifetime Achievement Award; grants chair of the Bay Area Sports Hall of Fame; a former executive board member of the City-County Communications and Marketing Association (3CMA); a board member of the Bay Area Cable Excellence Awards; a guest lecturer at the University of Southern California, Annenberg School for Communication in Los Angeles; and is a Dean of Instruction at the California Specialized Training Institute. He has played a key role in SAE’s consulting work for the City of San Luis Obispo, including supporting the City Manager’s Office and Police Department during the BLM protests, in the preparation of a Budget Strategic Communications Program and conducting key message training for City staff. DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 6 Sheri Benninghoven, APR, (SAE principal) is the former Communications Director of the League of California Cities, and one of California's most experienced public relations professionals in helping local governments and educational institutions develop strategic public communications programs. Sheri has extensive experience and working knowledge of journalism, local government operations and finance, public relations and public affairs, State government, crisis communications, and communications research. A graduate of California State University, Fullerton with a degree in Communications and Public Relations, she also graduated from the prestigious Public Sector Marketing program from Public Technology, Incorporated (PTI) in Washington, D.C. She is a former member of the adjunct faculty of the University of Southern California, Annenberg School for Communication in Los Angeles where she taught graduate level communications planning. She joined the private sector in 1991 to start her own consulting firm after nearly two decades in local government public communications and media relations. She specializes in helping state and local governments identify messages and communicate effectively with target audiences; and provides crisis communications counsel to SAE’s clients. She is a former Vice President/Group Manager for Ketchum Public Relations, the world’s fifth largest public relations firm. She founded their Public Sector Marketing Group and also created their California Technology Practice Group. Sheri also served in Ketchum’s renowned Media Training Unit, which trained corporate executives from around the world in media relations. Sheri served as Public Information Officer for the City of Anaheim and developed an award- winning crisis communications training program, which was adopted by the California Specialized Training Institute. She also authored portions of the State’s Multi -Function Hazard Response Plan and has counseled the California Office of Emergency Services. She is a past president of the California Capital Chapter of the Public Relations Society of America, from which she’s accredited; a member and past board member of the California Association of Public Information Officials (CAPIO) and a recipient of their Lifetime Achievement Award; is a founder/past board member of the City-County Communications and Marketing Association (3CMA); and received California State University, Fullerton’s prestigious alumni award. Sheri is active at All Saints-by-the-Sea Episcopal Church. Sheri has played a key role in SAE’s consulting work for the City of San Luis Obispo, including supporting the City Manager’s Office and Police Department during the BLM protests and responding onsite to counsel the City and PD’s response to the death of Officer Luca Benedetti. She was also involved in the preparation of a Budget Strategic Communications Program and conducting key message training for City staff. DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 7 Firm’s Experience – pertinent project experience, relevant projects, past performance, accomplishments, examples of similar work for SLO or neighboring jurisdictions, including SLO experience. Our firm was founded to assist local public agencies with just a few key services: provide strategic counsel; write communications strategic plans; prepare crisis communications plans, whether for issues or disasters; conduct communications training; and show up – in person or virtually – to assist when crises strike. SAE frequently provides strategic counsel for high-profile municipal crises of confidence issues and we bring a remarkable array of crisis management experience. SAE has provided communications counsel, media relations, and Joint Information Center management for many of California's most challenging recent crises. Our disaster experience includes serving as JIC Manager for COVID-19 response in 2020 and 2021, 2020 SCU Lightning Complex Fire, 2020 election security, 2019 Conception dive boat tragedy, 2018 Montecito debris flow, 2017 Thomas Fire, mass shooting incidents and multiple oil spills, including the recent incident off the Gaviota Coast. More specifically, we have counseled public agencies through numerous crises of confidence assignments. These are just a few recent highlights: • San Luis Obispo Police Department’s arrest of a BLM activist, use of tear gas against protesters and various after-action reports • Vacaville Police Department: multiple incidents involving police officers, including a K9 handler’s punching of his canine (caught on video by a bystander); officer’s aggressive response to an autistic juvenile; termination of an officer; arrests of protesters; etc. • South Pasadena’s response to DA investigative report in response to OIS, death of actress • Long Beach Fire Department’s announcement of discipline of sworn personnel • Walnut Creek’s announcement in response to DA’s release of shooting investigation • Santa Cruz’ ongoing communication in response to clearing visible homeless camp • Town of Windsor’s government response to the SF Chronicle’s investigation into allegations of sexual harassment/assault against the mayor • Oxnard College’s investigation into a verbal assault by a professor of a deaf student We also advise on issues such as cyberattacks, Public Records Act response and First Amendment videography. General Firm Information – number of employees, location, branch offices, number of years in business. SAE operates as a sole proprietorship with offices in Santa Barbara and Pleasanton. We are in our 30th year of business. DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 8 Partial Client List Local Government City of Agoura Hills* City of Arcata City of Beverly Hills* City of Brea City of Carlsbad* City of Chula Vista City of Fairfield City of Fremont City of Grover Beach City of Hayward City of Long Beach* City of Los Angeles City of Mountain View City of Newark City of Palo Alto City of Riverside City and County of San Francisco City of Saratoga City of San Jose* City of San Luis Obispo City of Santa Barbara City of Santa Clara* City of Seal Beach* City of Ventura County of Alameda County of Yolo County of Tulare County of Sacramento County of Ventura County of Santa Barbara* County of San Diego Town of Truckee City of Vacaville* Town of Windsor Port of Long Beach* Bay Area Air Quality Mgmt. District* East Bay Municipal Utility District Elsinore Valley Municipal Water District Santa Clara County Open Space Authority Santa Clara Valley Water District Mineta San Jose International Airport Montecito Sanitary District Orange County Fire Authority Rancho California Water District Western Municipal Water District Education Calif. Comm. Colleges Chancellors Office* California Specialized Training Institute* Davis Unified School District Long Beach City College MiraCosta College* Oxnard College* Santa Clara University* San Jose State University* Santa Barbara City College* South Orange County Comm. College Dist. University of California – Davis State Government California Lottery SF Bay Conservation and Dev. Comm. California Office of Emergency Services State Office of Admin. Hearings Associations Association of Local Government Auditors American Association of Port Authorities California Assoc. of Pub. Info Officials* California Healthy Cities Project California Municipal Treasurers Assn. Calif. Society of Muni. Finance Officers California Parks and Recreation Society California State Association of Counties* League of California Cities* National League of Cities *Ongoing relationship DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 9 3. Fee Structure Staffing/Billing Rates Scott Summerfield, Principal Hourly Rate: $325 Sheri Benninghoven, APR, Principal Hourly Rate $325 Terms: • Implementation to occur only following direction/authorization by City staff • SAE will bill against either a contractual not-to-exceed amount as work is implemented or on a project fee, depending on the services requested by the City. We are unable to provide a project-by-project fee until we learn more about the City’s expected services • The hourly rate of $325 for each of the two SAE principals includes office expenses and overhead • Travel costs will be billed at actual cost with no mark-up • City will be billed monthly; an Activity Report and Timesheet will be submitted with each monthly invoice • SAE carries general business insurance and auto insurance at the levels indicated in the RFQ; we will add the City as an additional insured and provide proof of insurance. Workers’ compensation coverage is waived, and we do not carry professional liability/E&O as this is waived by our public agency clients due to the type of consulting work we provide. DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 10 4. Client References Number of years engaged in providing the services included within the scope of the specifications under the present business name: 30. 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 City of Beverly Hills Contact Individual Keith Sterling, Chief Communications Officer Telephone number 310-285-1034 Street Address 455 N Rexford Dr City, State, Zip Code Beverly Hills, CA 90201 Description of services provided including contract amount, when provided and link to final report Wrote citywide strategic communications plan based on internal and external research, including staff organizational approaches; served as Interim Deputy City Manager for Communications; conduct communications training for citywide staff; serve in the City’s EOC/Joint Information Center; serve as JIC manager for various incidents; provide ongoing counsel. Contract amount: not to exceed of $50,000 per year. Reference No. 2 Customer Name City of Long Beach / Port of Long Beach Contact Individual Kerry Gerot, Director of Communications Telephone number 562-283-7710 Street Address 415 W. Ocean Blvd. City, State, Zip Code Long Beach, CA 90802 Description of services provided including contract amount, when provided and link to final report Developed first-ever comprehensive Port Strategic Communications Plan and Emergency Public Information Plan; regularly conduct key message training for commissioners/senior staff; provide ongoing communications counsel, crisis exercises/drills, and incident response. Contract amount: not to exceed of $450,000 over three years. DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 11 Reference No. 3 Customer Name City of Vacaville Contact Individual Kris Concepcion, Fire Chief/Acting PIO Telephone number 707-260-9486 Street Address 650 Merchant St City, State, Zip Code Vacaville, CA 95688 Description of services provided including contract amount, when provided and link to final report Provide ongoing issues-related crisis communications counsel. Conduct key message/media training. Contract amount: varied each year. Reference No. 4 Customer Name City of Santa Cruz Contact Individual Laura Schmidt, Assistant City Manager Telephone number 775-240-2508 Street Address 809 Center St City, State, Zip Code Santa Cruz, CA 95060 Description of services provided including contract amount, when provided and link to final report Provide strategic counsel and training regarding various high-profile issues and crises. Contract amount: varied each year. Reference No. 5 Customer Name City of Agoura Hills Contact Individual Nate Hamburger, City Manager, or Ramiro Adeva, Assistant City Manager Telephone number 818-597-7300 Street Address 30001 Ladyface Ct City, State, Zip Code Agoura Hills, CA 91301 Description of services provided including contract amount, when provided and link to final report Wrote citywide strategic communications plan based on internal and external research, including staff organizational approaches. Contract amount for plan writing: $32,000 DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 12 5. Additional Services Below is a proposed Scope of Work that is typical for SAE’s on -call services for other local government agencies. We look forward to revising this menu of services and entering into a contractual relationship with the City of San Luis Obispo. Potential Scope of Work Elements 1) Communications Planning / Provide Strategic Counsel • Meet with and/or teleconference with staff to understand issues and project • Provide plans, analysis, and strategic counsel to staff • Serve as on-call communications counsel • Anticipate, address issues of importance to the City 2) Prepare Materials / Advise Regarding Communications Tools/Methods • Develop key messages, internal-use Q&A, talking points, opinion pieces, press releases, advisories, other materials as advised/requested/required • Assist with development of presentation materials 3) Media Relations • Develop media strategy • Produce/edit press releases and media advisories • Conduct onsite or virtual key message development & delivery interview preparation and training sessions for key City staff and elected officials • Provide preparation/support prior to significant interview opportunities • Monitor media coverage and provide input/follow-up as directed and as appropriate • Advise on media relations/pitching opportunities 4) Community Relations • Collaborate on community relations needs • Prepare FAQs, community letters, etc. for public dissemination • Advise on community relations opportunities • Research relationship with community organizations and advise re garding engagement • Conduct onsite or virtual presentation training for key City staff and elected officials 5) Social Media Strategy, Content • Collaborate on social media strategy • Advise on social media content • Prepare content as needed DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 13 6) Internal City Communications • Recommend outreach program to reach all City employees • Collaborate on materials for dissemination to internal audiences 7) Strategic Plan Development • Conduct online community survey • Conduct employee survey • Conduct one-on-one interviews with elected/appointed officials, city management staff/employees • Review current communications program, staffing, resources • Prepare comprehensive agency Strategic Communications Plan 8) Emergency Public Information Plan Development • Conduct one-on-one interviews with elected/appointed officials, city management staff/employees • Review current communications program, staffing, resources • Prepare Emergency Public Information Plan 9) Key Message Development & Delivery Training (aka Media Training) • Conduct group training for elected/appointed officials and City staff • Conduct one-on-one simulated interview training 10) Presentation Training • Conduct group training for appointed officials and City staff • Conduct one-on-one presentation training DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 City of San Luis Obispo / Crisis Communication Planning/Implementation Proposal SAE Communications Page 14 6. Statement of Past Contract Disqualification - None 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 Executed on Nov. 1, 2021 at Pleasanton, CA under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Bidder Representative: Scott Summerfield, Principal SAE Communications DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 Street Address City, State, Zip Code Description of services provided including contract amount, when provided and link to final report DocuSign Envelope ID: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6 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: 0B4096CE-C1C2-42DC-BD51-4790D50E78A6