Loading...
HomeMy WebLinkAbout02/07/2006, - JOHNSON BLOCK REMODEL FOCUSED EIR IIIIIIIIIIIi� �Ill � city of wt,wup san tins OBISPO 990 Palm Street o San Luis Obispo, CA 93401 Notice Requesting Proposals for JOHNSON BLOCK REMODEL FOCUSED EIR The City of San Luis Obispo is requesting sealed proposals to prepare a focused environmental impact report (EIR) for a project in downtown San Luis Obispo that involves the demolition of historic buildings in accordance with City specification No. 90307. The EIR must comply with the California Environmental Quality Act (CEQA) Guidelines and address the topics identified in the Request for Proposals (RFP). All proposals must be received by the Department of Finance by 3:00 p.m. on March 28, 2006, when they will be opened publicly in the City Hall Council Chamber, 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. Additional information may be obtained by contacting Phil Dunsmore, at (805) 781-7522. ® The City of San Luis Obispo is committed to including disabled persons in all of our services.programs and activities. Telecommunications Device for the Deaf(805)781-7410. I Specification No. 90307 TABLE OF CONTENTS A. Project Description and Scope of Work 1 B. General Terms and Conditions 7 Proposal Requirements Contract Award and Execution Contract Performance C. Special Terms and Conditions 11 Project Coordination Proposal Content Proposal Evaluation and Consultant Selection Proposal Review and Award Schedule Start and Completion of Work D. Agreement 15 E. Insurance Requirements 18 F. Proposal Submittal Form 20 G. References 21 H. Statement of Past Contract Disqualifications 22 F. Site plan of Johnson Block Remodel proposal Attached V Section A DESCRIPTION OF WORK Proiect Description An application has been filed to redevelop several existing single story commercial buildings adjacent to the northwest corner of Higuera and Chorro Streets in downtown San Luis Obispo. In all, seven buildings would be either demolished or significantly changed by this retrofit and redevelopment project. Two of the buildings are recognized as historic properties (1029 and 1033 Chorro Street) and are on the City's Master list of historic resources. As part of a seismic retrofit plan, the applicant would like to demolish the structures at 782 and 786 Higuera, and 1029 through 1039 Chorro Street. In place of the demolished structures, a new 3-story mixed-use building would be constructed to accommodate new retail on the ground floor, offices on the second floor, and residential on the third floor. The project would include a new plaza that would allow pedestrians to access the creek area from Chorro Street. The building at the comer of Higuera and Chorro, the historic Johnson Building (a Master List Historic Building), is not a part of the project. Staff determined that demolition of the Master List historic properties at 1029 and 1033 Chorro Street would be a significant adverse impact to a locally listed historic resource. The project is described in greater detail in application materials submitted by the applicant, which are available for public review in the Community Development Department. A reduced site plan is attached. Scope of Work A preliminary review of this project determined that there may be significant environmental impacts associated with demolition of historic buildings in accordance with Section 21084.1 and Section 15064.5 and that an environmental impact report (EIR) is required. The applicant is not disputing the need for preparation of an EIR. Staff has determined that the project qualifies fora focused EIR in accordance with CEQA Section 15179.5. The following workscope more specifically identifies issues and tasks that need to be performed to evaluate potential impacts of the project. 1. EIR Workscope Items Historical Resources The proposed project is located within the. Downtown Historic District, near or next to several of the City's most historically and architecturally significant buildings. These include: Mission San Luis Obispo de Tolosa, Murray Adobe, Carnegie Library, Ah Louis Store, Muzio's Store, Sauer/Adams Adobe, Sauer Bakery, the Johnson Building (directly attached to the project site), the Wineman hotel. Several of the listed structures have been determined to be eligible or "potentially eligible" for the National Register of -I- Historic Places. In August, 2005, Andrew Merriam, Architect, prepared a Historic Evaluation for the buildings on the project site (Attachment 1). This report discusses the potential significance of the existing buildings that are proposed to be demolished with the project. There are two buildings that are on the City's Master List of Historic Resources that are proposed to be demolished. These include single story, unreinforced masonry buildings at 1029 and 1033 Chorro Street. Although there are four other buildings that would be demolished within the downtown historic district, the other buildings are not considered historic and do not contain architectural features or historic uses that contribute to the character of the district. Archaeological Resources Archaeological excavations and construction projects have unearthed an unusually rich collection of pre-historic and historic artifacts and features considered as significant under the California Environmental Quality Act (CEQA) Section 15064.5. Although limited in geographic area, past excavations suggest that the probability of encountering additional artifacts and archaeological features due.to project grading and construction is high. Potential Impacts The proposed project has the potential to adversely affect archaeological and historical resources two ways: 1. Removal, demolition, relocation or alteration of the resource. The project will involve removal of existing historic buildings and excavation in areas believed to contain significant archaeological remains. Pursuant to the City's Archaeological Resource Preservation Guidelines, this will likely require Phase 2 and Phase 3 studies to identify significant remains and mitigate project impacts to less than significant levels. In addition, new construction is likely to impact on-site and adjacent historic buildings requiring demolition or structural modifications to accommodate the project. B. Alteration of the resource's setting or immediate surroundings, such as that the significance of a historical resource is materially impaired (CEQA Section 15064.5). In addition-to the demolition of existing historic buildings, this includes the construction of buildings, which, due to their location, design, or scale, alters views of the resource, its historic relationship to nearby properties, or other characteristics of the historic building or use. There is a very high probability that pre-historic or historic materials will be found on the project sites. Since the project would involve significant excavation and redevelopment, the project timeline must allow sufficient time prior to project construction to allow for identification and evaluation of cultural resources, and for recovery of the significant subsurface resources that would be impacted by the project in accordance with an approved mitigation plan. Issue Area Workscope -2- The consultant will incorporate required analysis for cultural resources, including historic and archaeological resource inventories, and subsurface testing, evaluation, and impact mitigation (if necessary). Historical buildings will be inventoried and evaluated in the EIR, which also will offer recommendations for mitigation of impacts to these historical resources. 2. Additional EER Workscope items 1. In addition to the above-mentioned significant environmental impact associated with the proposed development, the EIR should discuss any other significant environmental impacts that are discovered within the review process. In order to be sure the EIR is a comprehensive list of all the potential significant items, a discussion of standard CEQA items that were not considered significant should be included. A description of each of these items, including justification of why they were deemed less than significant, including proposed mitigation measures, should be provided. 13. Alternatives Alternatives to the proposed project design need not be evaluated if the project meets the description of a focused EIR. If alternatives are to be considered, alternatives need to clearly indicate how they would address identified project impacts and should at minimum evaluate the following: • the "no" project alternative; • a project of a more limited size and scope perhaps excluding existing historic buildings; and • other comparable sites where the project might be developed. 14. Resources The EIR should address, and rely on as a resource, previous EIR's that have been completed within the project vicinity and a historic evaluation prepared for the property by Andrew G. Merriam August 2005. EIR's previously completed within the project vicinity include the Environmental Impact Report for the Copeland's Project (EIR 192-01 and ER 193-01, August 2002, prepared by AMSC for the City of San Luis Obispo). -3- Section B GENERAL TERMS AND CONDITIONS F7777777 7! r. 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, which 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 proposer, 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 proposer's insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City's insurance requirements are detailed in Section E. 4. 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. Proposers or their representatives are invited to be present at the opening of the proposals. 5. 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 which has submitted a sub-proposal to a proposer submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other proposers submitting proposals. 6. Cooperative Purchasing. During the term of the contract, the successful proposer will extend all terms and conditions to any other local governmental agencies upon their request. These agencies will issue their own purchase orders, will directly receive goods or services at their place of business, and will be directly billed by the successful proposer. -4- 1 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 Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of proposers. Proposers will provide, in a timely manner, any and all information which 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 prior to 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. 15. Payment of Taxes. The contract prices shall include full compensation for all taxes which 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. -5- 18. 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. 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 as a result of 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 which 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). 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 or.indirect or otherwise, which 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. -6- 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 which 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 execute such a 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; which 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. 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. -7- j Section C SPECIAL TERMS AND CONDITIONS PROJECT COORDINATION. a. City. The Community Development Director (hereinafter referred to as "Director") hereby designates Philip Dunmore as the Project Manager for the City.He shall serve as the representative of the City for all purposes under this agreement. The Project Manager, or the Director in his absence,shall supervise the progress and execution of this agreement. b. Consultant. Consultant shall assign a single Project Manager to have overall responsibility for the progress and execution of this agreement for Consultant. CONTENT OF PROPOSALS Three (3) copies of the proposal must be submitted that reflect a clear understanding of the workscope to be performed and include the following information: 1. Resumes of your firm, the project manager, key technical staff and any sub-consultants you plan to employ. Work on previous projects with similar workscopes should be highlighted,.along with references from at least three firms for whom you have provided similar services with telephone numbers included. With this project, it is critical that the consultant's professional team include: a. A geologist, geotechnical engineer, or soils engineer to evaluate geological issues; b. A licensed civil engineer with a background in traffic, or registered traffic engineer; C. A qualified historian or historical archaeologist. An organizational and manpower chart to show the names of all key personnel assigned to the project should also be included. 2: A draft work program m which expands on the attached EIR workscope. The work program shall itemize major tasks and work products, responsible staff, special information or studies required, and special methods or equipment, if any, you anticipate using. Procedures should be included showing how the consultant plans to coordinate with key City staff. The work program shall also specify information, equipment, or services to be provided by the City that is not already identified in the workscope. The work program should identify all other elements of the EIR needed to assure CEQA compliance which may not be listed in the workscope, and should explain how this will be-accomplished. 3. A preliminary estimate of number of hours expected to complete the work, organized by major task to be accomplished and by level of employee who will be assigned to do this work. The time for firm members to attend public hearings where the EIR is considered (minimum of four) should be included as part of the hours estimate. 4. A schedule of completion for major tasks identified under#3, above. Examples of key tasks are: data collection, data verification and analysis, completion of the Draft EIR, responses to comments, attendance at public hearings, and certification of the Final EIR. It is the City's intent that an administrative draft of the EIR would be prepared within 90 days of a signed agreement between the City and the consultant for requested services. -8- 5. Hourlybg rates for the staff to be assigned to this project, including any sub-consultants. 6. Three references from clients for whom your firm has completed similar EIRs. PROPOSAL EVALUATION AND CONSULTANT SELECTION Review of the project by City decision-makers is dependent on completion of the Draft EIR. Therefore, timely completion and circulation of the Draft EIR is essential to expeditious processing of the project consistent with CEQA and will be considered in evaluating consultant proposals. A review committee using a two-phase selection process as follows will evaluate proposals: Written Proposal Review and Finalist Candidate Selection A group of finalist candidates (generally the top three to five proposers) will be selected for follow-up interviews and presentations based on the following criteria as indicated in their written proposals:. a. Understanding of the work required by the City b. Quality and responsiveness of the proposal C. Demonstrated competence and professional qualifications necessary for satisfactory performance of 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 Presentations, Interviews,and Consultant Selection Finalist candidates will be required to make an oral presentation to the review committee and answer questions about their proposals. The purpose of this phase is two-fold: to clarify and resolve any outstanding questions or issues about the proposal; and to evaluate the proposer's ability to present information orally clearly and concisely. 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 the completion of key project milestones or tasks. Contract award will be based on a combination of factors that represent that best overall value for completing the work outlined in the workcope as determined by the City, including: the written proposal criteria noted above; results of background and reference checks; results from the interviews and presentations phase; and proposed compensation. After evaluating the proposals and discussing them further with the finalists or the tentatively selected Consultant, the City reserves the right to further negotiate the proposed workcope and/or method and amount of compensation. -9- PROPOSAL REVIEW AND AWARD SCHEDULE TENTATIVE The following is an outline of the anticipated schedule for proposal review and contract award: Issue RFP February 28,2006 Receive proposals March 28,2006 Complete proposal evaluation April 5, 2006 Conduct finalist interviews April 12, 2006 Finalize staff recommendation April 24, 2006 Applicant deposits EIR cost April 28, 2006 Award contract April 28, 2006 Execute contract/Start work April 28, 2006 Complete admin.draft June 28, 2006 If you have any questions about this RFP, schedule, or attachments, please call Philip Dunsmore at (805) 781-7522. START AND COMPLETION OF WORK 1. Contract Schedule. The above schedule, as well as meeting dates needed in the future, may be modified with the mutual consent of the City and the Consultant. 2. Completion of Work. Work on the administrative draft of the EIR shall be completed 90 calendar days after execution of the contract. 3 Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Consultant 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. 4. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Consultant is required to furnish in limited quantities as part of the work or services under these specifications, the Consultant shall provide such additional copies as are requested, and City shall compensate the Consultant for the costs of duplicating of such copies at the Consultant's direct expense. 5. Required Deliverable Products. The Consultant will be required to provide: a. Five (5) copies of the Administrative Draft EIR, which addresses all elements of the workscope. Any documents or materials provided by the Consultant will be reviewed by City staff and, where necessary, the Consultant will be required to respond to staff comments and make such changes as deemed appropriate. b. 20 copies(utilizing two-sided copying)of the Draft EIR. C. 20 copies of the Final EIR, which incorporates the draft EIR,changes to the draft document as a result of its review at pubic hearings,and includes responses to comments. d. One camera-ready original of the Draft and Final EIRs,unbound,each page printed on only one side,including any original graphics in place and scaled to size,ready for reproduction. e. When computers have been used to produce materials submitted to the City as a part of the -10- workscope, the Consultant must provide the corresponding computer files to the City, compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing Microsoft Word Spreadsheets Excel Desktop Publishing Coreldraw,Pagemaker Computer files must be on compact disc. Each disk must be clearly labeled and have a printed copy of the directory. 6. Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance at up to four public meetings to present and discuss the Consultant's findings and recommendations. Consultant shall attend as many "working" meetings with staff as necessary in performing workscope tasks. 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 [_ ONSULTANT NAME IN AP�LE17MM ,hereinafter referred to as Consultant. WITNESSETH: WHEREAS, on February 21, 2006, City requested proposals for development of an environmental impact report for the Johnson Block Remodel project,per specification no 90307. WHEREAS, pursuant to said invitation request, Consultant submitted a proposal which 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. 90307 and Consultant's proposal dated , and amended by letter dated , are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City agrees to cooperate with Consultant in the completion of the work described in Exhibit A (Scope of Work) attached hereto and incorporated by reference. City will pay and Consultant shall receive therefor payments in accordance with Exhibit B (Compensation Schedule). 4. CONSULTANT'S OBLIGATIONS. For and in consideration of the payments and -12- I I agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to provide all specified services as set forth in Exhibit "A" (Scope of Work) attached hereto and incorporated herein by this reference. Consultant may not amend the Scope of Work, either to modify provisions or to add or delete provisions, without prior written consent of the City's Project Manager. 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Community Development Director 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 Ronald Whisenand, Deputy Director-Dev.Review Community Development Department City of San Luis Obispo 990 Palm Street San Luis Obispo,CA 93401-3249 Consultant [ [ J [ J 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. -13- 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: By: City Attorney -14- 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 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, 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. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers,officials, employees, agents or volunteers. 4. 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. -15- 5. 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 ANN. 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. -16- I PROPOSAL SUBMITTAL FORM The undersigned declares that she or he: ■ has carefully examined Specification No. 9253,which is hereby made a part of this proposal. ■ is thoroughly familiar with its contents. ■ is authorized to represent the proposing fine. ■ agrees to perform the work as set forth in this proposal. ❑ Certificate of insurance attached; insurance company's A.M. Best rating: Firm Name and Address Contact Phone Si nature o Authorized Representative Date _17_ 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 which 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 -18- 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 -19- PROPOSERS LIST JOHNSON BLOCK REMODEL FOCUSED EIR-SPECIFICATION NO.90307 Envicom ESA Fugro West, Inc. 28328 Agoura Rd. 4221 Wilshire Blvd., Suite 480 1012 Pacific St., Ste. A Agoura Hills, CA 91301 Los Angeles, CA 990010 San Luis Obispo, CA 93401 Dudek &Associates, Inc. Jones and Stokes Associates The Morro Group 621 Chapala St. 2600 V St., Ste. 100 1422 Monterey St. Suite. C-200 Santa Barbara, CA 93101 Sacramento, CA 95818-1914 San Luis Obispo, CA 93401 Ogden Environmental & SAIC FIRMA Energy Services Co., Inc. 816 State St., Ste. 500 849 Monterey St. 510 State St., Ste. B Santa Barbara, CA 93101 San Luis Obispo, CA 93401 Santa Barbara, CA 93101 Woodward Clyde Law/Crandall, Inc. Michael Brandman Associates Consultants Attn: Roberta Tassey Attn: Patricia Hughes 5951 Encina Rd., Ste. 200 2710 Gateway Oaks Dr., Ste. 15ON 15901 Red Hill Ave., Ste. 200 Santa Barbara, CA 93117 Sacramento, CA 95833 Tustin, CA 92780-7318 Kleinfelder Wetlands Research Associates, Inc. Planetek, Inc. Attn: Susan Charles Attn- Michael Josselyn 41 E. Foothill Blvd., Suite 200 1370 Valley Vista Dr., Ste. 150 2169-G East Francisco Blvd. Arcadia, CA 91006 Diamond Bar, CA 91765-3910 San Rafael, CA 94901 Greystone Leighton and Associates, Inc. Brady and Associates Attn: Jeffrey Harvey Attn: Andrew Price Attn: David Clore 1211 H Street, Ste. A 31344 Via Colinas, Ste. 102 2215 Fifth Street Sacramento, CA 95814 Westlake Village, CA 91362 Berkeley, CA 94710 Rincon Consultants, Inc. Emcon Bio Systems Attn: Stephen Svete Attn: Ilona Rubino Attn: Cathy Newmann 790 E. Santa Clara St. 1921 Ringwood Ave. 303 Potrero St., Ste. 29-203 Ventura, CA 93001 San Jose, CA 95131-1721 Santa Cruz, CA 95060 Tetra Tech, Inc. Chambers Group, Inc. Regional Environmental Consult. 4213 State Street, Suite 205 17671 Cowan Ave., Suite 100 Attn: Sandra Fayette Santa Barbara, CA 93110 Irvine, CA 92614 4241 Jutland Dr., Ste. 201 San Diego, CA 92117-3653 I Zeiser Kling Consultants Robert Bein, William Frost& PRA Group Attn: Barbara Associates Attn: John Larson 3187 Red Hill Ave., #135 14725 Alton Pkwy. 1190 Marsh St. Costa Mesa, CA 92626 Irvine, CA 92618-2069 San Luis Obispo, CA 93401 Takata Associates Perspective Planning David Evans & Associates, Inc. Attn: Kathleen Takata Attn: John Ashbaugh 23382 Mill Creek Dr., Suite 225 600 Fremont Ave. 979 Osos St., Suite E Laguna Hills, CA 92653 South Pasadena, CA 91030 San Luis Obispo, CA 93401 McLaren/Hart, Inc. Padre Associates, Inc. EIP Associates 16755 Von Karman Aave., 5450 Telegraph Rd., Suite 101 601 Montgomery St., Suite 500 #200 Ventura, CA 93003 San Francisco, CA 94111 Irvine, CA 92606-2667 Dames &Moore Burns &McDonnell Ultrasystems Environmental Inc. 3445 West Shaw Ave., Suite 2102 Business Center Dr., Suite 6 Jenner, Suite 210 101 130 Irvine, CA 92618-3811 Fresno, CA 93711 Irvine, CA 92612 Douglas Wood & Associates, Duane A. Morita TPG Consulting, Inc. Inc. 14312 Shadybrook Dr. Attn. Quincy Struve 1461 Higuera St., Suite A Tustin, CA 92680 679 Monterey Street San Luis Obispo, CA 93401 San Luis Obispo, CA 93401 Helix Environmental Planning, Inc. 8100 La Mesa Blvd., Suite 150 La Mesa, CA 91941-6476