Loading...
HomeMy WebLinkAbout01/22/2002, C5 - POLICE FACILITY MASTER PLAN CONSULTANT SPECIFICATION # 90216 co na Mn.,Dae n p� [A] acenba PepoRt (� C I T Y OF SAN L U IS O B I S P O FROM: James M. Gardiner, Chief of Police Prepared By: Joe Hazouri, Lieutenant SUBJECT: POLICE FACILITY MASTER PLAN CONSULTANT SPECIFICATION#90216 CAO RECOMMENDATION: Approve a Request for Proposal (RFP) for consultant services to develop a facilities master plan for the Police Department and authorize contract award by the CAO if the proposed contract amount is less than $50,000. DISCUSSION Background The current police facility was opened in 1969. In 1981 the square footage was increased with a two story building addition at the south end of the existing facility. Both the original construction and subsequent addition were the direct result of personnel and program growth within the department. The 1988 City Facilities Master Plan (FMP) predicted that in 1995 the police facility would again reach maximum capacity for sustaining operations and would have to be either expanded or relocated. The plan estimated that additional space of between 5,000 and 10,000 square feet would be needed by 2010. The personnel reductions of 1993 and the maximum effective usage of available space allowed the timeline to be extended by four years. In 1999, the City purchased the lot and existing structure directly south of and adjacent to the existing police department property. The 1200 square foot structure was renovated and the Situation Orientated Response Team (SORT) and Traffic Team personnel were relocated from the main facility to this location. Existing programs and personnel immediately filled the space freed up in the main facility by this move. This temporarily reduced the overcrowding in the main facility. Also in 1999, plans were approved for expansion of the women's locker room facilities to address the needs of a steadily increasing number of female employees, both sworn and non-sworn:.. This expansion is currently in the design phase and is expected to be completed in fiscal year 2002-03. In fiscal year 2000-01, the City contracted with the Gartner Group to provide an information technology master plan. In February of 2001 the Gartner Group provided the City with "Strategic Plan 2001, Information Technology and Wireless Voice/Data Communications." The Council adopted this plan in March 2001. Within this plan were a number of recommendations that directly impacted the issue of available space within the existing police facility. The most significant of these was the need to upgrade the existing Police/Fire Communications Center, which is housed in the police facility. This was identified in the report as a priority due to the antiquated and unsupported nature of much of the mission critical equipment currently being used. Initial research indicated that the upgrades proposed would require significantly more square footage than is available in the current Communications Center location. In looking at alternative sites within the existing facility, it was found that relocation of the Communications Center, though necessary, would require that some other function, program or personnel space would have to be relocated to accommodate the move. Conclusion Operational needs have filled the current police facility to capacity and have required some units to occupy an adjacent building. The 1988 IMP estimated that additional space of between 5,000 and 10,000 square feet would be needed by 2010. To date approximately 1200 square feet has been added with an additional 400 square feet in the design stage. Upgrading of the Communications Center is a priority need due to equipment deterioration and obsolescence. Based on all of the above a funding request was made and approved in the fiscal 2001-02 budget to contract for consultant services to develop a facilities master plan for the Police Department that would include: 1. A complete short-term Communications Center needs assessment as a priority. 2. A detailed evaluation of overall facility requirement based on departmental needs. 3. Recommendations with appropriate alternatives. 4. A projected budget for recommendations and alternatives. FISCAL IMPACT The total cost of the project will not exceed $50,000. It will be funded from General Fund moneys already budgeted for this project. This item appears in the 2001-03 Financial Plan, Appendix B, Capital Improvement Plan, Pages 45 and 46. ALTERNATIVES 1. Deny the project. This would result in previously identified and projected future facility space needs being addressed on a piece-meal basis. Without a master plan as a reference, this would surely prove to be a more costly and less efficient way to handle these needs. 2. Defer the project. This would delay a much needed service and prove potentially more costly by requiring that several priority projects be handled on a piece-meal basis. C S-2 D 3. Prepare the plan in-house. This would require a significant investment of time and resources by police department personnel. It has been the City's experience and preference that a consultant provide this type of service as the most efficient and cost effective method to accomplish some short and most long-term planning goals.. ATTACHMENTS 1. Request For Proposal 2. Proposers List C 5�3 ATTACHMENT 1 tlllllllllll� IIIIIIIII aq of g san tins ompo 990 Palm Street ■ San Luis Obispo,CA 93401 Notice Requesting Proposals for POLICE FACILITY MASTER PLAN CONSULTANT The City of San Luis Obispo desires to engage a professional Consultant for the services described in the SCOPE OF WORK portion of this Request For Proposal (RFP) and pursuant to Specification No. 90216. All proposals must be received by the Department of Finance by 3:00 p.m. on Tuesday, February 19, 2002, when they will be opened publicly in the City Hall Council Chambers, 990 Palm Street, San Luis Obispo, CA 93401. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Department of Finance in a sealed envelope plainly marked with the proposal title, specification number,proposer name,and time and date of the proposal opening.. Proposals shall be submitted using the forms provided in the specification package. A vendor pre-proposal conference will be held at 10:00 a.m. on Wednesday, January 30, 2002 at the San Luis Obispo Police Department, 1042 Walnut Street, San Luis Obispo, to answer any questions that the prospective proposers may have regarding the City's request for proposal. Attendance is not mandatory but is strongly encouraged. It is not the intention of the City to issue minutes or notes of the vendor conference. However, written addenda or clarification may be issued to all vendors if deemed necessary by the City. Please confirm your attendance at the vendor's conference by calling Lieutenant Joe Hazouri at(805) 781-7350,or e-mailing him at jhazouri@slocity.org. An e-mail notification of receipt of this RFP package would be appreciated. Specification packages and additional information may be obtained by contacting Lieutenant Joe Hazouri at(805) 781-7350 or jhazouri@slocity.org. 5-Al ATTACHMENT 1 Specification No. 90216 TABLE OF CONTENTS A. Project and Background 1 Scope of Work B. General Terms and Conditions 4 Proposal Requirements Contract Award and Execution Contract Performance C. Special Terms and Conditions 9 Contract Award Sales Tax Reimbursement Labor Actions Failure to Accept Contract Submittal of References Statement of Contract Disqualifications Proposal Content Proposal Evaluation and Selection Proposal Review and Award Schedule Ownership of Materials Release of Reports and Information Copies of Reports and Information Attendance at Meetings and Hearings D. Agreement 13 E. Insurance Requirements 15 F. Proposal Submittal Forms 17 References Statement of Past Contract Disqualifications G. Attachments 20 Site Map of 1000 Block of Walnut Street Floor Plans for the Main Police Facility CS - ATTACHMENT 1 Section A SCOPE OF WORK Project and Background Project The City has determined that a space needs assessment for the Police Department needs to be conducted and a Master Plan developed to assist in the immediate re-location of the Communications Center and to provide a resource for future space allocation and expansion needs. Back rg ound The City of San Luis Obispo is a municipality in San Luis Obispo County within the State of California. San Luis Obispo is located approximately midway between the cities of Los Angeles to the south and San Francisco to the north. Highway 101 bisects the City. San Luis Obispo has a population of approximately 44,000. California Polytechnic State University, with a student enrollment of approximately 18,000, and Cuesta Community College, with a student population of approximately 9,000, are adjacent to the City. The City provides housing and services to a significant portion of that student population. The City's incorporated area is approximately 11 square miles. San Luis Obispo has experienced controlled, steady growth and has plans to annex adjacent unincorporated areas. The type of growth we will experience will increase the overall areas that need Police services as well as the number of people requiring service in those areas. The Police Department is located adjacent to Highway 101 at 1042 Walnut Street and employs a workforce of 89.5 regular staff(61 swom and 28.5 non-sworn). There are also 7 temporary and 26 volunteer employees, some of which require fixed workstations within the main Police facility. The current police facility was opened in 1969. In 1981 the square footage was increased with a two story building addition at the south end of the existing facility. Both the original construction and subsequent addition were the direct result of personnel and program growth within the department. The 1988 City Facilities Master Plan (FMP)predicted that in 1995 the police facility would again reach maximum capacity for sustaining operations and would have to be either expanded or relocated. The plan estimated that additional space of between 5,000 and 10,000 square feet would be needed by 2010. The personnel reductions of 1993 and the maximum effective usage of available space allowed the timeline to be extended by four years. In 1999,the City purchased the lot and existing structure at 1016 Walnut Street, located directly south of and adjacent to the existing police department property. The 1200 square foot structure was renovated and the Situation Orientated Response Team(SORT) and Traffic Team personnel were relocated from the main facility to this location. Existing programs and personnel immediately filled the space freed up in the main facility by this move. This temporarily reduced the overcrowding in the main facility. Also in 1999, plans were approved for expansion of the women's locker room facilities in the main Police Department building to address the needs of a steadily increasing number of female employees, both sworn and non-sworn. This expansion is currently in the design phase and is expected to be completed in fiscal year 2002-03. This will add approximately 400 square feet of space to the existing women's locker room. _ ATTACHMENT I In fiscal year 2000-01, the City contracted with the Gartner Group to provide an information technology master plan. In February of 2001 the Gartner Group provided the City with"Strategic Plan 2001, Information Technology and Wireless Voice/Data Communications." The Council adopted this plan in March 2001. Within this plan were a number of recommendations that directly impacted the issue of available space within the existing police facility. The most significant of these was the need to upgrade the existing Police/Fire Communications Center, which is housed in the police facility. This was identified in the report as a priority due to the antiquated and unsupported nature of much of the mission critical equipment currently being used. Initial research indicated that the upgrades proposed would require significantly more square footage than is available in the current Communications Center location. In looking at alternative sites within the existing facility, it was found that relocation of the Communications Center, though necessary, would require that some other function, program or personnel space would have to be relocated to accommodate the move. The City currently owns all of the land on the north side of the 1000 block of Walnut Street, with the exception of the property at 1008 Walnut,which is located between existing City property and the Osos Street off ramp/on ramp. The property at 1008 Walnut is owned and currently occupied by an Attorney at Law. This subject has expressed an interest in the past of selling this property, although there are no current negotiations for purchase in progress between the City and the property owner. Scope of Work Consultants shall provide the City with a complete written proposal, which shall address the following five (5) tasks and provide a detailed breakdown of the time to be expended by each classification of consultant's staff for each task: Task 1 Participate in orientation conference with Police Department representatives to establish goals and objectives, project schedules and to develop the methods of doing the Space Needs Assessment. To be performed within fourteen (14) days of approved contract. Task 2 Analyze present and future facility needs of the Police Department based on anticipated City population and Department workforce changes. Future needs should project out twenty-five (25) years, in five (5) year increments. Task 3 Analyze and recommend options for meeting future facility needs such as expansion on existing site, re-location to a new site, use of satellite facilities, etc. Task 4 Analyze space needs for Communications Center upgrade and recommend options for re-location within existing Police facility within the next one to two years. Task 4 Incorporate research, analysis and recommendations into a comprehensive written report that will serve as a Master Plan for Police Department space usage over the next 25 year period. Task 5 Prepare a comprehensive assessment of cost for facility recommendations and alternatives. This assessment will quantify the c �=7 ATTACHMENT -1 overall project costs and serve as a reference for future budgeting and Capital Improvement Project planning. CS ATTACHMENT 1 Section B GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (proposer) shall meet all of the terms; and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. In order to guard against premature opening, the proposal .should be clearly labeled with the proposal title, specification number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. C. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder's insurance coverage during proposal evaluation; as discussed under paragraph I1 below, endorsements are not required until contract award. The City's insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extensions. The extensions of unit prices for the quantities indicated and the lump sum prices quoted by the proposer must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any proposer for any item are not in agreement, the unit price alone will be considered as representing the bidder's intention and the proposal total will be corrected to conform to the specified unit price. 5. ' Proposal Withdrawal and Opening. A proposer may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the proposer unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Inviting Bids/Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Bidders or their representatives are invited to be present at the opening of the proposals. cs-9 -� ATTACHMENT 1 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a proposer submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals.. 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged, but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the "special terms and conditions" in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The proposer to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 11. Insurance Requirements. The Contractor shall provide proof of insurance in the form, coverages and amounts specified in Section E of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. 12. Business Tax. The Contractor must have a valid City of San Luis Obispo business tax certificate before execution of the contract. Additional information regarding the City's business tax program may be obtained by calling(805) 781-7134. CONTRACT PERFORMANCE 13. 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 any and all federal, state, county, city, and special district laws, ordinances, and regulations. 14. 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. C S /D n �-� ATTACHMENT 1 15. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 16. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 17. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 18. Public and Employee Safety. Whenever the Contractor'soperations 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. 19. 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. 20. 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 States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 21. Contractor Non-Discrimination. 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. 22. 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. 23. 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). GS�� ATTACHMENT 1 24. 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. 25. 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. 26. 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. 27. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees,in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City,its agents, officers or employees. 28. 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 executesucha contract to any individual or business entity of any kind without the previous written consent of the City. 29. 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 termination thereof. cs-�a ATTACHMENT 1 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 workscope. 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. CS-l3 ATTACHMENT 1 Section C SPECIAL TERMS AND CONDITIONS 1. Proposal Content. Your proposal must include the following information: Submittal Forms a. Proposal submittal summary. b. Certificate of insurance. C. References from at least three firms for whom you have provided similar services. Qualifications d. Experience of your firm in performing similar services. e. Resumes of the individuals who would be assigned to this project, including any sub-consultants. f. Standard hourly billing rates for the assigned staff, including any sub-consultants. g. Statement and explanation of any instances where your firm has been removed from a project or disqualified from proposing on a project. Work Program h. Description of your approach to completing the work. i. Tentative schedule by phase and task for completing the work. j. Estimated hours for your staff in performing each major phase of the work, including sub-consultants. k. Services or data to be provided by the City. 1. Any other information that would assist us in making this contract award decision. Compensation in. Proposed compensation and payment schedule tied to accomplishing key tasks. Proposal Length and Copies n. Proposals should not exceed fifteen (15) pages, including attachments and supplemental materials. They should be as brief as possible and not contain any unnecessary promotional materials o. Three(3) copies of the proposal must be submitted. p. Proposals should be typed in 12-point font. 2. Proposal Evaluation and Consultant Selection. Proposals will be evaluated by a review committee using a two-phase selection and contract award process as follows: Phase 1— Written:Proposal Review/Finalist Candidate Selection -- �' ATTACHMENT 9 A group of finalist candidates(generally the top 3 to 5 five proposers) will be selected for follow-up interviews and presentations based on the following criteria as evidenced in their written proposals: a. Understanding of the work required by the City. b. Quality, clarity and responsiveness of the proposal. C. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d. Recent experience in successfully performing similar services. e. Proposed approach in completing the work. f. References. g. Background and experience of the specific individuals to be assigned to this project. h. Proposed compensation Phase 2—Oral PresentationvYnterviews and Consultant Selection Finalist candidates will make an oral presentation to the review committee and answer questions about their proposal. The purpose of this second phase is two-fold: to clarify and resolve any outstanding questions or issues about the proposal; and to evaluate the proposer's ability to clearly and concisely present information orally. As part of this second phase of the selection process, finalist candidates will submit proposed compensation costs for the work, including a proposed payment schedule tied to accomplishing key project milestones or tasks. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed workscope and/or method and amount of compensation. Contract award will be based on a combination of factors that represent the best overall value for completing the workscope as determined by the City, including: the written proposal criteria described above; results of background and reference checks; results from the interviews and presentations phase; and proposed compensation. 3. Proposal Evaluation and Selection. Proposals will be evaluated by a review committee based on the following criteria: a. Understanding of the work required by the City. b. Quality, clarity and responsiveness of the proposal. C. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d. Recent experience in successfully performing similar services. e. Proposed approach in completing the work. f. References. g. Background and related experience of the specific individuals to be assigned to this project. h. Proposed compensation. C�-/5 ATTACHMENT 1 As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 4. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a. Issue RFP 01/23/02 b. Conduct pre-proposal conference 01/30/02 C. Receive proposals 02/19/02 d. Complete proposal evaluation 03/05/02 e. Conduct finalist interviews 03/06/02 f. Finalize staff recommendation 03/07/02 g. Award contract 03/11/02 h. Execute contract 03/13/02 i. Start work 03/18/02 5. Pre-Proposal Conference. A pre-proposal conference will be held at the following location, date, and time to answer any questions that prospective proposers may have regarding this RFP: Wednesday,January 30,2002, at 9:00 a.m., in the Staff Conference Room San Luis Obispo Police Department 1042 Walnut Street San Luis Obispo,CA. 6. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City, and shall be delivered to the City upon demand. 7. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 8. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. ATTACHMENT 1 9. Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor at a City Council workshop, on a date and at a time to be determined later, wherein the consultant will participate and/or present findings and recommendations of the consultant to the City Council, City Staff and the public. Contractor shall attend as many "working" meetings with staff as necessary in performing workscope tasks. ATTACHMENT 1 Section D FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of , by and between the CITY OF SAN LUIS OBISPO,a municipal corporation,hereinafter referred to as City,and CONTRACTOR'S NAME IN CAPITAL LETTERS],hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on January 23, 2002, City requested proposals for a consultant to perform the services described in the SCOPE OF WORK portion of this Request For Proposal(RFP) and pursuant to Specification No. 90216. WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said services. 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 acceptance or completion of said services. 2. INCORPORATION BY REFERENCE. City Specification No. 90216 and Contractor's proposal dated[da e],are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Contractor shall receive compensation in a total sum not to exceed[$ .001. 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 do everything required by this Agreement and the said specification. 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 City Administrative Officer of the City. C��O ATTACHMENT 1 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 City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo,CA 93401 Contractor [ ] [ ] [ ] [ ] 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. ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation By: City Clerk City Administrative Officer APPROVED AS TO FORM: CONTRACTOR By:. City Attorney ATTACHMENT I Section E. 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 I (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,official, 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. ATTACHMENT 1 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 ANIL 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. rl =a _ ATTACHMENT I PROPOSAL SUBMITTAL FORM The undersigned declares that she or he: ■ Has carefully examined Specification No. 90216, which is hereby made a part of this proposal, ■ is thoroughly familiar with its contents, ■ is authorized to represent the proposing firm, ■ and agrees to perform the work as set forth in this proposal for the following cost not to exceed $ ❑ Certificate of insurance attached; insurance company's A.M. Best rating: Firm Name and Address Contact Phone Signature o Authorized Representative Date CS-c�� ATTACHMENT 1 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: Describe fully the last three contracts performed by your firm 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 project outcome 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 project outcome 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 project outcome cs--.23 ATTACHMENT I STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer 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 Proposer Representative AT AC M E I :C tM E71 Osos 8 Ul CD L-J '101 IJ —.7 C4, 0 0 LOWER PARKING m Lj m 920T c 620TL� Z-EOT m L GAA m CCOT 2-bOT m o L m -n iL > CD Z- SANTA ROSA (899) (299) I rT" ATTACHMENT 1 o y ❑0❑ . ❑ a Sm Lois Obispo Police Depm=cw WOMENS LOCKER ROOM ADDMON&REMODEL REM DESIGN GROUP w n I UPPER FLOOR mr�..arro•a r aw er�w r s N T PLAN b 8 - - - J ATTACHMENT I 3 g o 9 F s ❑` . 9 bt S B 8 8 8 � E gg Q 9 - 9 8 9 � EElEl San Luis Obispo Felice Depa.mmt s y p WOMENS LOCKER ROOM W ADDITION&REMODEL ERM DESIGN GROUP LOWER FLOOR PLAN ATTACHMENT 2 PROPOSER'S LIST FACEUTY MASTER PLANNER-SPECIFICATION NO.90216 Anderson Bruce Architects,Inc. Anil Verma Associates, Inc. APS 160 W.Santa Clara Street,Suite 500 . 91.1 Wilshire Blvd.,Suite 1700 444 Higuera Street San Jose,CA 95113 Los Angeles,CA 90017 San Luis Obispo,CA 93401 Barasch Architects&Associates Breska&Associates Bruce Fraser A.I.A. 225 Prado Road 979 Osos Street 971 Osos Street San Luis Obispo, CA 93401 San Luis Obispo,CA 93401 San Luis Obispo,CA 93401 Carter&Burgess Courtney Architects Craig.R.Smith Architect&Assoc. Attention:Richard Norton 656 Santa Rosa Street 890 Monterey Street,Suite D P.O.Box 831 2500 Michelson,Suite 100 San Luis Obispo,CA 93401 San Luis Obispo,CA 93406 Irvine,CA 92715 Cyme,Inc. Dennis Diego,Architect Derivi/Castellanos Architects Billy M.Lin 1127 King Street Steven Astellanos 1047 N.4th Street Santa Cruz,CA 95060 946 N.Yosemite Street San Jose,CA 95112 Stockton,CA 95203 Don Todd Associates,Inc. Fahey and Associates Fahey Design - Attn: Kim Pipkin 811 San Carlos Drive 811 San Carlos Drive 303 Second Street,Suite 355 Thousand Oaks,CA 91320 Thousand Oaks,CA 91320 San Francisco,CA 94107 GFH Architecture Greg Wilhelm Grossman Design Group 8344 Morro Road 779 Mutshuhito Ave Attn: John P.Grossman Atascadero,CA 93422 San Luis Obispo,CA 93401 151 Townsend-Street San Francisco,CA 94107 H. Ruth Todd,AIA Architect Harris and Associates Hawkins/Mark-Tell P.O.Box 391834 220 Mason Circle P.O.Box 7940 Mountain View,CA 9403,9 Concord,CA 94520 Citrus Heights,CA 95621-7940 IMS Jeff Dillon,AIA John M. Pryer Architects 444 Camino Del Rio South#110 P.O.Box 15339 P.O.Box 746 San Diego,CA 92108 San Luis Obispo,CA 93406 San Luis Obispo,CA 93401 JWIe Szabo Kenry Kubow,Architect Kuentzel&Henderson Architects Sandis Humber Jones 722 W.Stuart 5995 Traffic Way 134 Central Avenue Fresno,CA 93704 Atascadero,CA 93422 Salinas,CA 93901 I ATTACHMENT 2 Landscapes Lisa Wong,Architect M3 Civil Attn: Claire Schatz 704 N.Stockton Street Attn: Katherine McCunney 240 Lombard St.,#101 Stockton,CA 95203 400 Rosewood Ave.,Suite 201 Thousand Oaks,CA 91360-5823 Camarillo,CA 93010 Macare-Madjedi Architects Martinez&Amador Architects,.Inc. Phillips,Match,Sweeney&Moore Attn.Maurice Macare,AIA 755 Laketield Road,Suite C Attn:Fred L.Sweeney,AIA 124 West Main Street,Suite F Thousand Oaks,CA 91361 2020 Alameda Padre Serra,Suite 220 Santa Maria,CA 93454 Santa Barbara,CA 93103 Randy Rae RMO Architects RNL Design 544 Higuera,Suite 201 1125 Grand Avenue 800 Wilshire Blvd.#400 San Luis Obispo,CA 93401 Grover Beach,CA 93433 Los Angeles,CA 90017 Robbins Jorgensen Christopher Roesling Nakamura Architects,Inc. FIRM Design Group 19200 Von Karan,Suite 230 Ralph Roesling 3701 S.Higuera Street#200 Irvine,CA 92715 363 Fifth Avenue Suite 202 San Luis Obispo,CA 93401 San Diego,CA 92101 Salvador Melendez,Architect Sandis Humber Jones Sandis Humber Jones 3218 Calle Rosales 134 Central Ave Julie Szabo or Tracy Allen Santa Barbara,CA 93105 Salinas,CA 93901 134 Central Avenue Salinas,Ca.93901 Steven D.Pults Architects Studio Design Group Sugimura&Associates,Architects 1401 Higuera Street 641 Higuera Street,Suite 200 2155 S.Baseom Avenue#200 San Luis Obispo,CA 93401 San Luis Obispo, CA 93401 Campbell,CA 95008 Wynne E.Newton,AIA P.O.Box 298 Tracy,CA 95376 C5-a 9