HomeMy WebLinkAbout_B - RFQ Video Production and Photography
Notice requesting qualifications (RFQ) for on-call consulting for video production and
photography services.
The City of San Luis Obispo is requesting proposals from qualified vendors to furnish video production and
photography 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
_________ 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.
Section A
DESCRIPTION OF WORK
The City of San Luis Obispo ("City") seeks qualifications for video production and photography
services to enhance community outreach and engagement.
I. GENERAL
The City’s goal is to work collaboratively with video and photography production partners to supplement
the communcitions efforts with stakeholder audiences, such as residents, nonprofit service providers,
business owners and operators, college students and more about City issues and services. Visual aids,
such as videos and photography, are important to the success of the City’s outreach efforts. It is
anticipated that the outcome from this effort will be increased community satisfaction with City
communication.
The Consultant will work through a single point of contact in the City's, 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. Planning & Production. Prepare shooting schedules, talent coordination, scripting, pre-
production, logistics, timing, etc. for video production and photo shoots.
2. Editing. Assist with editing short-form or long-form videos for publication. This includes licensing
for supporting music and graphics, as needed. Several rounds of revision for each video are
preferred.
3. Assests. Provide the City with raw video and photographs, as well as the finished product,
including high-definition videos and/or photographs. Videos may vary in length depending on
the project requirements.
III. SUBMITTAL CONTENT
1. Letter of Interest (5-page maximum). Please include in the submittal a letter introducing the
Consultant and expressing the Consultant's interest in being considered for on-call video and/or
photography 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 video and photography 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, such as short-form
videos, long-form videos, aerial photography/videography, etc.
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.
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.
VI. 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 Su b mit t als. 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.
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
a. All works submitted to and accepted by the City must be an original piece created by
the Contractor.
b. All works submitted by the Contractor must be in standard U.S. English and adhere to
the Branding and Style Guide.
c. 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.
d. 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.
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 in a total sum not to exceed $[xx,xxx] for
[______________].
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and Agreements
herein before mentioned to be made and performed by City, Contractor agrees with City to provide services
as set forth in ______
5. AMENDMENTS. Any amendment, modification, or variation from the terms of this
Agreement shall be in writing and shall be effective only upon approval by the 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
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
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.
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
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
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.
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.
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.
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
Street Address
City, State, Zip Code
Description of services
provided including contract
amount, when provided and
link to final report
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