HomeMy WebLinkAboutc - Council Reading File - Environmental Services RFQ 50410.2018.ENV
PUBLIC WORKS DEPARTMENT - ENGINEERING DIVISION
Notice Requesting Qualifications for
Environmental Services
Specification No. 50410.2018ENV
August 2018
The City of San Luis Obispo is requesting sealed proposals for Capital Improvement Plan Environmental Services
pursuant to Specification No. 50410.2018ENV.
All proposals must be received by the Public Works Department at 919 Palm Street, San Luis Obispo, CA 93401
2:00 P.M. on September 20, 2018.
Proposals received after said time will not be considered. To guard against premature opening, each proposal shall
be submitted to the Public Works Department in a sealed envelope plainly marked with the proposal title, s pecification
number, Consultant name, and time and date of the proposal opening. Proposals shall be submitted using the forms
provided in the specification package.
Obtaining a Specification Package
Download from the City’s Web site www.slocity.org - Doing Business / Bids & Proposals page
A list of companies that have requested a copy of the proposal is maintained on the web page.
Questions
Questions regarding this RFQ or project detail information may be obtained by contacting Violeta Esparza-Reniere
at vreniere@slocity.org or (805) 781-7202.
Disadvantaged Business Participation
DBE and other small businesses as defined in Title 49 CFR 26, are encouraged to participate in the performance of
agreements.
Environmental Services Page 2 of 19
Specification No. 50410.2018ENV
TABLE OF CONTENTS
A. DESCRIPTION OF WORK ...................................................................................................................................... 3
B. GENERAL TERMS AND CONDITIONS ................................................................................................................. 4
PROPOSAL REQUIREMENTS ................................................................................................................................ 4
CONTRACT AWARD AND EXECUTION ................................................................................................................ 5
C. PROPOSAL CONTENT AND SELECTION PROCESS ......................................................................................... 6
PROPOSAL CONTENT ........................................................................................................................................... 6
PROPOSAL EVALUATION AND CONSULTANT SELECTION .............................................................................. 6
D. FORM OF AGREEMENT ........................................................................................................................................ 8
E PROPOSAL SUBMITTAL FORMS ........................................................................................................................ 15
ACKNOWLEDGEMENT ......................................................................................................................................... 15
INSURANCE CERTIFICATE .................................................................................................................................. 15
REFERENCES ....................................................................................................................................................... 16
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ............................................................................... 17
F INSURANCE REQUIREMENTS: Consultant Services ......................................................................................... 18
G APPENDICES ........................................................................................................................................................ 19
Appendix 1: Federally Funded Contract Forms ...................................................................................................... 19
Environmental Services Page 3 of 19
A. DESCRIPTION OF WORK
The City is looking for qualified consultants interested in working closely with City Engineering staff to deliver Capital
Improvement Plan projects and other City projects requiring environmental services. The City may contract with more
than one firm to accomplish this work.
1. General:
The City is requesting qualifications from qualified consultants to provide on-call Environmental Services. Agreements
will be executed with the top ranked consults. These consultants will be used to complete Environmental Service
work associated with Capital Improvement Plan projects approved in the 2017-19 Financial Plan and upcoming 2019-
21 Financial Plan. While the exact list of projects for the 2019-21 Financial Plan is unknown at this time, the consultant
should expect a similar project list as shown in the 2017-19 Financial Plan. This document is available for review at
the city’s website.
The successful consultants will be expected to perform the types of se rvices outlined in this RFQ and in their
submittal. Your company is not required to have capabilities in all these areas to submit a proposal. Please identify
what areas you believe your company has expertise on the submittal forms.
2. Scope of Work and Minimum Consultant Services:
Consultants should expect to perform a variety of environmental services related to the City’s Capital Improvement Plan
or other City projects. Consultants shall be expected to render services on an “as-needed” basis. Typical project
services may include some or all of the following tasks:
a. Archaeological and Historical Assessments – Perform assessments and studies such as resources inventories
in accordance with City guidelines and Historic Property Survey Reports in accordance with Caltrans
procedures.
b. Archaeological Subsurface Investigations – Perform Subsurface Archaeological Resource Evaluations in
accordance with City guidelines
c. Biological Assessments –Conduct biological assessments including wildlife and rare plant surveys, habitat
assessments, identifying impacts and recommending mitigation measures, in accordance with regulatory
agency protocols.
d. Prepare Initial Studies including arranging for and obtaining all supporting assessments, studies and
documentation necessary for city, state and federal environmental review processes (NEPA and CEQA).
e. Regulatory Analysis and Permitting - Provide assistance and consultation to define, research and resolve state
and federal regulatory requirements, provide jurisdictional surveys such as Ordinary High Water and Wetland
delineations; provide permitting assistance and services with agencies such as Army Corps of Engineers,
Regional Water Quality Control Board, State Fish & Wildlife, etc.; determine specific permit requirements for
specific projects, identify regulatory options, prepare permit applications and supporting materials.
f. Construction Mitigation and Monitoring – Perform Archaeological and/or Biological mitigation and monitoring
services during construction. Prepare construction mitigation and monitoring plans and perform pre-
construction training for project personal. Conduct day and night site surveys and relocate endangered species
as required. Prepare monitoring reports required by regulatory agencies.
g. Archaeological Data Recovery – Perform Archaeological Date Recovery Excavations if required in accordance
with City guidelines.
h. Habitat Restoration - Prepare habitat restoration/revegetation plans. Assist the City or oversee implementation
of restoration efforts as requested by the City. Provide ongoing monitoring and reporting of restoration efforts.
3. Special Experience and Qualifications:
a. Biologists. As maybe required by permit conditions, the Consultant shall have the ability to provide Fish and
Wildlife Service approved biologists and qualified fisheries biologists having expertise in the areas of resident
or anadromous salmonid biology and ecology, fish/habitat relationships, biological monitoring, and handling,
collecting, and relocating salmonid species.
b. Archaeologists. Archaeologists performing work under this contract shall be pre-qualified by the City’s
Community Development Department.
Environmental Services Page 4 of 19
B. GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each Consultant submitting a proposal shall meet all of the terms, and
conditions of the Request for Qualifications (RFQ) specifications package. By virtue of its proposal submittal, the
Consultant acknowledges agreement with and acceptance of all provisions of the RFQ specifications.
2. Proposal Submittal. Each proposal must include the form(s) provided in the specifications, 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 Public Works Department, City of San Luis Obispo, 919 Palm Street,
San Luis Obispo, CA, 93401. Each proposal submittal shall include one electronic copy of the proposal, submitted
in Adobe Acrobat format on CD or flash drive. In order to guard against premature opening, the proposal should
be clearly labeled with the proposal title, specification number, name of Consultant, 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 Consultant’s insurance coverage during
proposal evaluation; as discussed under paragraph 13 below, endorsements are not required until contract
award. The City’s insurance requirements are detailed in Section F.
4. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form
provided in the RFQ package.
5. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past
government disqualifications on the form provided in the RFQ package.
6. Proposal Withdrawal and Opening. A Consultant may withdraw its proposal, without prejudice prior to the t ime
specified for the proposal opening, by submitting a written request to the City Engineer for its withdrawal, in which
event the proposal will be returned to the Consultant unopened. No proposal received after the time specified or
at any place other than that stated in the "Notice Requesting Proposals" will be considered. All proposals will be
opened and declared publicly. Consultants or their representatives are invited to be present at the opening of
the proposals.
7. 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 Consultant submitting a proposal,
or who has quoted prices on materials to such Consultant, is not thereby disqualified from submitting a sub -
proposal or from quoting prices to other Consultants submitting proposals.
8. 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.
9. Alternative Proposals. When specifically requested, the proposer may submit an alternative proposal (or
proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the
proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss
under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is
submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives
submitted.
Environmental Services Page 5 of 19
CONTRACT AWARD AND EXECUTION
10. 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 “Proposal Evaluation and Consultant Selection”
in Section C of these specifications for proposal evaluation and contract award criteri a.
11. Competency and Responsibility of Consultant. The City reserves full discretion to determine the competence
and responsibility, professionally and/or financially, of Consultants. Consultants will provide, in a timely manner,
all information that the City deems necessary to make such a decision.
12. Contract Requirement. The Consultant to whom award is made 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.
13. Insurance Requirements. The Consultant shall provide proof of insurance in the form, coverages and amounts
specified in these specifications within 10 (ten) calendar days after notice of contract award as a precondition to
contract execution.
14. Business License & Tax. The Consultant must have a valid City of San Luis Obispo business license and tax
certificate before execution of the contract. Additional information regarding the City's business license and tax
program may be obtained by calling (805) 781-7134.
15. Failure to Accept Contract. The following will occur if the Consultant to whom the award is made (Consultant)
fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the
special terms and conditions if a Consultant's bond or security is required; and an award may be made to the
next highest ranked Consultant with whom a responsible compensation is negotiated, who shall fulfill every
stipulation as if it were the party to whom the first award was made.
Environmental Services Page 6 of 19
C. PROPOSAL CONTENT AND SELECTION PROCESS
PROPOSAL CONTENT
1. Submittal Forms
a. Acknowledgement
b. Certificate of Insurance
c. References
d. Statement of Past Disqualifications
2. Qualifications
a. Experience of your firm in performing similar services
b. Experience of the staff to be assigned to the project in performing similar services
c. Redundancy in the company of staff experienced in this type of work
d. Resumes of the individuals who would be assigned to this project, including any sub-consultants
e. Proximity and staffing levels of the nearest company office
f. Statement and explanation of any instances where your firm has been removed from a project or
disqualified from proposing on a project
g. Standard hourly billing rates for consultant and sub-consultant staff
h. Detailed list of services available directly from the company
3. Work Program
a. Description of your approach to working with City staff to achieve their goal of completing the assigned
work.
b. Any other information that would assist us in making this contract award decision
4. Proposal Length and Copies
a. Proposals should be the minimum length to provide the required information. Charts and other short form
approaches to convey information are encouraged.
b. 3 copies of the proposal must be submitted.
c. 1 PDF format electronic copy must be submitted on CD or flash drive.
PROPOSAL EVALUATION AND CONSULT ANT SELECTION
Proposals will be evaluated by a review committee and contract award process as follows:
5. Written Proposal Review/Finalist Candidate Selection
Evaluation of the proposals will be based on the following qualifications:
• Demonstrated competence, professional qualifications of proposed staff
• Recent experience in successfully performing similar services
• Positive past performance with other governmental agencies with respect to quality of work and ability to
meet deadlines
• Ability to respond quickly to work requests
Proposals will be reviewed by a selection committee and ranked in accordance with the responsiveness,
qualifications and understanding of the Consultant relative to these specification requirements. Where one
proposal is rated consistently higher than the others, the consultant may be selected as the top ranked consultant
for purposes of contract negotiation. Alternatively, a group of finalist candidates (generally the top three to five
proposers) may be selected for follow-up interviews and presentations, or requests for additional clarifying
information, before a final top ranked consultant is determined.
Environmental Services Page 7 of 19
6. Consultant Selection and 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.
7. Proposal Review and Award Schedule
The following is an outline of the anticipated schedule for proposal review and contract award:
Issue RFP .................................................................... 8/25/18
Receive proposals ..................................................... 09/20/18
Complete proposal evaluation ................................... 10/05/18
Award contract ........................................................... 10/23/18
Execute contract ........................................................ 11/06/18
Environmental Services Page 8 of 19
D. FORM OF AGREEMENT
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and
between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and
[CONSULTANT’S NAME IN CAPITAL LETTERS], hereinafter referred to as Consultant.
W I T N E S S E T H
WHEREAS, on August 25, 2018, City requested proposals for Capital Improvement Plan Environmental
Services per Specification No. 50410.2018ENV.
WHEREAS, pursuant to said request, Consultant 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. Start and Completion of Work. Work on this project shall begin within 5 calendar days after contract execution.
Individual projects shall be completed in accordance with approved project schedules.
3. Contract Term for On-Call Service Contracts. The services identified in this specification will be contracted
for by the City for four years. Actual work may extend beyond the final date.
4. Contract Extension and Cost Increases for On-call Service Contracts. The term of the contract may be
extended by mutual consent for an additional year. During this extended per iod, labor rates may be increased
to reflect increased labor costs and overhead at each 1 year contract anniversary, provided the City is notified of
the increases in advance.
5. Work Delays. Should the Consultant be obstructed or delayed in the work requir ed 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 Consultant. 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.
6. Termination. If, during the term of the contract, the City determines that the Consultant is not faithfully abiding
by any term or condition contained herein, or the Consultant’s work is determined to be deficient, the City may
notify the Consultant in writing of such defect or failure to perform. This notice will give the Consultant a 10 (ten)
calendar day notice of time thereafter in which to perform said work or cure the deficiency.
If the Consultant 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 Consultant 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 Consultant'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 Consultant 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 Consultant as
may be set forth in the Agreement payment schedule; compensation for any other work, services or goods
Environmental Services Page 9 of 19
performed or provided by the Consultant 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 Consultant be entitled to receive in excess of the compensation quoted in its proposal.
If, at any time during the term of the contract, the City determines that the project is not feasible due to funding
shortages, unforeseen circumstances, or is in its best interest to terminate the contract, the City reserves the
right to terminate the contract. Consultant will be paid compensation due and payable to the date of termination.
7. Ability to Perform. The Consultant 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 applicable federal, state, county, city, and special district laws, ordinances, a nd
regulations.
8. Sub-contract Provisions. No portion of the work pertinent to this contract shall be subcontracted without written
authorization by the City, except that which is expressly identified in the Consultant’s proposal. Any substitution
of sub-consultants must be approved in writing by the City. For any sub-contract for services in excess of
$25,000, the subcontract shall contain all provisions of this agreement.
9. Contract Assignment. The Consultant shall not assign, transfer, convey or ot herwise 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.
10. Inspection. The Consultant shall furnish City with every reasonable opportunity for City to ascertain that the
services of the Consultant 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 Consultant of any of its obligations to fulfill its contract requirements.
11. Record Retention and Audit. For the purpose of determining compliance with various laws and regulations as
well as performance of the contract, the Consultant and sub-consultants shall maintain all books, documents,
papers, accounting records and other evidence pertaining to the performance of the contract, including but not
limited to the cost of administering the contract. Materials shall be made available at their respective offices at
all reasonable times during the contract period and for three years from the date of final payment under the
contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records.
For Federally funded projects, access to records shall also include authorized representatives of the State and
Federal government. Copies shall be furnished if requested.
12. Conflict of Interest. The Consultant shall disclose any financial, business, or other relationship with the City
that may have an impact upon the outcome of this contract, or any ensuing City construction project. The
Consultant shall also list current clients who may have a fina ncial interest in the outcome of this contract, or any
ensuing City construction project which will follow. The Consultant staff shall provide a Conflict of Interest
Statement where determined necessary by the City.
The Consultant 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
Consultant further covenants that, in the performance of this work, no sub -consultant or person having such an
interest shall be employed. The Consultant 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 perf ormance
of the work hereunder, the Consultant shall at all times be deemed an independent Consultant and not an agent
or employee of the City.
13. Rebates, Kickbacks or Other Unlawful Consideration. The Consultant warrants that this contract was not
obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any
City employee. For breach or violation of the warranty, the City shall have the right in its discretion; to terminate
the contract without liability; to pay only for the value of the work actually performed; to deduct from the contract
price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration.
Environmental Services Page 10 of 19
14. Covenant Against Contingent Fees . The Consultant warrants by execution of this contract that no person or
selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or
understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or
bona fide established commercial or selling agencies maintained by the Consultant for the purpose of securing
business. For breach or violation of this warranty, the City has the right to annul this contract without liability; pay
only for the value of the work actually performed, or in its discretion, to deduct from the contract price or
consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent
fee.
15. Compliance with Laws and Wage Rates. The Consultant 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. This includes compliance with prevaili ng
wage rates and their payment in accordance with California Labor Code. For purposed of this paragraph,
“construction” includes work performed during the design and preconstruction phases of construction, including
but not limited to, inspection and land surveying work.
16. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Consultant is
required to pay.
17. Permits, Licenses and Filing Fees. The Consultant shall procure all permits and licenses, pay all charges and
fees, and file all notices as they pertain to the completion of the Consultant’s work. The City will pay all application
fees for permits required for the completion of the project including building and regulatory permit application
fees. Consultant will provide a 10 day notice for the City to issue a check.
18. Safety Provisions. The Consultant shall conform to the rules and regulations pertaining to safety established
by OSHA and the California Division of Industrial Safety.
19. Public and Employee Safety. Whenever the Consultant'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.
20. Preservation of City Property. The Consultant 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
Consultant's operations, it shall be replaced or restored at the Consultant's expense. The facilities shall be
replaced or restored to a condition as good as when the Consultant began work.
21. Immigration Act of 1986. The Consultant warrants on behalf of itself and all sub -consultants 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.
22. Consultant Non-Discrimination. In the award of subcontracts or in performance of this work, the Consultant
agrees that it will not engage in, nor permit such sub-consultants as it may employ, to engage in discrimination
in employment of persons on any basis prohibited by State or Federal law.
23. Accuracy of Specifications. The specifications for individual projects are believed by the Cit y to be accurate
and to contain no affirmative misrepresentation or any concealment of fact. Consultants are cautioned to
undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy
of its interpretation of test results contained in the specifications package. In preparing its proposal, the
Consultant and all sub-consultants named in its proposal shall bear sole responsibility for proposal preparation
errors resulting from any misstatements or omissions in the specifications that could easily have been ascertained
by examining either the project site or accurate test data in the City's possession. Although the effect of
ambiguities or defects in the specifications will be as determined by law, any pa tent ambiguity or defect shall give
rise to a duty of Consultant to inquire prior to proposal submittal. Failure to so inquire shall cause any such
ambiguity or defect to be construed against the Consultant. An ambiguity or defect shall be considered pat ent if
it is of such a nature that the Consultant, assuming reasonable skill, ability and diligence on its part, knew or
should have known of the existence of the ambiguity or defect. Furthermore, failure of the Consultant or sub -
consultants to notify City in writing of specification defects or ambiguities prior to proposal submittal shall waive
any right to assert said defects or ambiguities subsequent to submittal of the proposal.
Environmental Services Page 11 of 19
To the extent that the specifications constitute performance specificatio ns, the City shall not be liable for costs
incurred by the successful Consultant to achieve the project’s objective or standard beyond the amounts provided
therefor in the proposal.
In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or
defect in the specifications, or any other matter whatsoever, Consultant shall immediately notify the City in writing,
and the Consultant and all sub-consultants shall continue to perform, irrespective of whether or not the ambiguity
or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or
additional compensation has been granted by City. Failure to provide the hereinbefore described written notice
within one (1) working day of Consultant's becoming aware of the facts giving rise to the dispute shall constitute
a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning
the dispute.
24. Indemnification for Professional Liability. To the fullest extent permitted by law, the Consultant shall
indemnify, protect, defend and hold harmless the City and any and all of its officials, employees and
agents (“Indemnified Parties”) from and against any and all losses, liabilities, damages, costs and
expenses, including attorney’s fees and costs which arise out of, pertain to, or relate to the negligence,
recklessness, or willful misconduct of the Consultant. In no event shall the cost to defend charg ed to
Consultant exceed Consultant’s proportionate percentage of fault.
25. Non-Exclusive Contract. The City reserves the right to contract for the services listed in this proposal from
other consultants during the contract term.
26. Project Proposal Submittal. Upon completion of the project scoping meeting, the Consultant shall submit a
proposed workscope, compensation and schedule within 10 working days. The cost proposal shall include all
costs including miscellaneous direct cost items.
27. Standards. Documents shall conform to City Standards and City furnished templates shall be used.
28. Consultant Endorsement. Technical reports, plans and specifications shall be stamped and signed by the
Consultant where required.
29. Required Deliverable Products and Revisions. The Consultant will be required to provide documents
addressing all elements of the workscope. Plans shall be prepared using the City’s standardized title blocks and
coversheets. Draft plans shall be submitted for review in full D (24x36) format. Specifications and bid documents
shall conform to standard City formats unless authorized. The City’s current Standard Specifications and
Engineering Standards must be incorporated where applicable.
City staff will review any documents or materials provided by the Consultant and, where necessary, the
Consultant will respond to staff comments and make such changes as deemed appropriate. Submittals shall
include the previous marked up submittal (returned to the Consultant) to assist in the second review. Changes
shall be made as requested or a notation made as to why the change is not appropriate.
Unless noted otherwise in the approved project work scope, consultant shall submit:
• 2 copies of the draft preliminary reports and technical studies, draft plans, specifications and estimates and
PDF electronic file.
• 1 copy of the final preliminary reports, technical studies plus markups
• 1 copy of the final signed and stamped reports and technical studies in an unlocked Adobe Acrobat electronic
file.
Draft reports and plan submittals shall be submitted as paper copies. Final documents shall be submitted as
camera-ready original, unbound, each page printed on only one side, including any original graphics in place and
scaled to size, ready for reproduction AND one electronic copy submitted in Adobe Acrobat format including all
original stamps and signatures.
In the event the City will be compiling the final specifications, incorporating the Consultant’s work, final
specifications developed by the Consultant will also be required to be submitted in Microsoft Word format.
Environmental Services Page 12 of 19
Electronic files shall be submitted on CD and all files must be compatible with the Microsoft operating system.
Each CD must be clearly labeled and have a printed copy of the directory. Files ma y be emailed to the City in
lieu of putting them on CD.
30. Ownership of Materials. Upon completion of all work under this contract, ownership and title to all reports,
documents, plans, specifications, and estimates produced as part of this contract will au tomatically be vested in
the City and no further agreement will be necessary to transfer ownership to the City. The Consultant shall
furnish the City all necessary electronic and hard copies of data needed to complete the review and approval
process.
It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine
readable form, are intended for one-time use in the construction of the project for which this contract has been
entered into.
The Consultant is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or
misuse by the City of the machine-readable information and data provided by the Consultant under this
agreement. Further, the Consultant is not liable for claims, liabilities, or losses arising out of, or connected with
any use by City of the project documentation on other projects, except such use as may be authorized in writing
by the Consultant.
31. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or
assembled by the Consultant as part of the work or services under these specifications shall be the property of
the City and shall not be made available to any individual or organization by the Consult ant without the prior
written approval of the City.
The Consultant shall not issue any news release or public relations item of any nature, whatsoever, regarding
work performed or to be performed under this contract without prior review of the contents th ereof by the City
and receipt of the City’s written permission.
32. 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 furnis h 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.
33. Attendance at Meetings And Hearings . As part of the workscope, and included in the contract price, is
attendance by the Consultant at public meetings to present and discuss its findings and recommendations.
Consultant shall attend as many "working" meetings with staff as necessary in performing workscope tasks.
34. Permit and Filing Fees. The Consultant shall procure all permits, and licenses, pay all charges and fees and
file all notices necessary as they pertain to the completion of t he Consultant’s work. The City will pay all
application fees for permits required for the completion of the project work. The City requires a 10 day notice to
issue a check.
35. Requests for Review. The Consultant shall respond to all requests for submittal review or contractor RFI’s
within two weeks of receipt of the information from the City.
36. Consultant Invoices. The Consultant shall deliver a monthly invoice to the City, itemized by project work phase
or, in the case of on-call contracts, by project tit le. Invoice must include a breakdown of hours billed and
miscellaneous charges and any sub-consultant invoices, similarly broken down, as supporting detail.
37. Payment. For providing services as specified in this Agreement, City will pay and Consultant shall receive
compensation in a total sum not to exceed the individual agreed upon project fee. Should the Consultant’s
designs, drawings, specifications, or reports contain errors or deficiencies, the Consultant shall be required to
correct them at no increase in cost to the City.
For on-call services, the City will pay and the Consultant shall receive compensation as agreed to on a project
by project basis.
Environmental Services Page 13 of 19
The Consultant shall be reimbursed for hours worked at the hourly rates attached to this agreement. Hourly rates
include direct salary costs, employee benefits, overhead and fee. In addition, the Consultant shall be reimbursed
for direct costs other than salary and vehicle cost that have been identified and are attached to this agreement.
The Consultant’s personnel shall be reimbursed for per diem expenses at a rate not to exceed that currently
authorized for State employees under State Department of Personnel Administration rules.
Travel time from consultant’s home office to job site shall not be billed to the City. Travel time between multiple
city projects may be billed in cases where Consultant is working on two or more City projects simultaneously.
38. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice an d acceptance
by the City of the materials, supplies, equipment or services provided by the Consultant (Net 30).
The Consultant shall pay all sub-consultants within 10 calendar days from receipt of each payment made to the
Consultant by the City.
39. Disadvantaged Business Enterprise (DBE) Use for Federally Funded Projects. This agreement is subject
to Title 49, Part 26 Code of Federal Regulations entitled “Participation by Disadvantaged Business Enterprises
in Department of Transportation Financial Assistanc e Programs” for those projects which are federally funded.
In order to ensure the State Department of Transportation achieves its federally mandated statewide overall DBE
goal, the City encourages the participation of DBEs as defined in 49 CFR 26 in the pe rformance of this agreement.
The City will determine on a project by project bases the extent to which a DBE can reasonably be expected to
compete for the sub-consulting opportunities in this agreement and will establish a project specific DBE
percentage. The Consultant is responsible to be fully informed regarding the requirements of 49 CFR, Part 26.
Refer to the appendices in the RFQ for forms required for DBE participation which are required to be processed
on a project by project basis
The Consultant shall notify the City of any changes to its anticipated DBE participation, maintain records of DBE
usage and complete and submit to the City the final report of DBE utilization prior to receiving final payment.
Records shall show the name and business address of each DBE and the total dollar amount actually paid to
each.
The Consultant shall pay all sub-consultants within 10 calendar days from receipt of each payment made to the
Consultant by the City.
The Consultant shall carry out applicable requirements of Title 49 CFR 26 in the award and administration of US
DOT assisted agreements. Failure by the Consultant to carry out these requirements is a material breach of this
agreement, which may result in the termination of this agreement or such other remedy as the City deems
appropriate.
40. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this contract
that is not disposed of by agreement shall be decided by a committee consisting of the City’s Project Manager
and the City Director of Public Works, who may consider written or verbal information submitted by the
Consultant. Not later than thirty days after completion of all deliverables necessary to complete the plans,
specifications and estimate, the Consultant may request review by the City Council of unresolved claims or
disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code.
Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by
agreement, shall be reviewed by the City’s Chief Fiscal Officer. Not later than 30 days after issuance of the final
audit report, the Consultant may request a review by the City’s Chief Fiscal Officer of unresolved audit issues.
The request for review must be submitted in writing.
Neither the pendency of a dispute, nor its consideration by the City will excuse the consultant from full and timely
performance in accordance with the terms of this contract.
41. Agreement Parties.
City: Violeta Esparza-Reniere
City of San Luis Obispo
919 Palm Street
San Luis Obispo, CA 93401
Consultant:
Environmental Services Page 14 of 19
All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or
certified mail addressed as shown above.
42. Incorporation by Reference. City Request for Qualifications Specification No. 50410.201 8ENV, Consultant's
proposal dated xx/xx/xxx, are hereby incorporated in and made a part of this Agreement.
43. 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 Engineer.
44. Working Out of Scope. If, at any time during the project, the consultant is directed to do work by persons other
than the City Project Manager and the Consultant believes that the work is outside of the scope of the original
contract, the Consultant shall inform the Project Manager immediately. If the Project Manager and Consultant
both agree that the work is outside of the project scope and is necessary to the successful completion of the
project, then a fee will be established for such work based on Consultant's hourly billing rates or a lump sum price
agreed upon between the City and the Consultant. Any extra work performed by Consultant without prior written
approval from the City Project Manager shall be at Consultant's own expense .
45. 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.
For and in consideration of the payments and agreements hereinbefore mentione d to be made and performed
by City, Consultant agrees with City to do everything required by this Agreement, the said specification and
incorporated documents. Failure by the Consultant to carry out the requirements of this Agreement is a material
breach of this agreement which may result in the termination of this Agreement or such other remedy as the City
deems appropriate.
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.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above
written.
CITY OF SAN LUIS OBISPO: CONSULTANT:
Name of Company
__________________________________
Derek Johnson, City Manager By:
Name of CAO/President
Its: CAO/President
APPROVED AS TO FORM:
Christine Dietrick, City Attorney
Environmental Services Page 15 of 19
E PROPOSAL SUBMITTAL FORMS
ACKNOWLEDGEMENT
The undersigned declares that she or he:
▪ Has carefully examined Specification No. 50410.2018ENV
▪ Is thoroughly familiar with its content
▪ Is authorized to represent the proposing firm; and
▪ Agrees to perform the work as set forth in the specification and this proposal.
Firm Name and Address:
Contact Name:
Email:
Fax: Phone:
Signature of Authorized Representative:
Date:
INSURANCE CERTIFICATE
Insurance Company’s A.M. Best Rating
Certificate of insurance attached
Environmental Services Page 16 of 19
REFERENCES
Number of years engaged in providing the services included within the scope of the specifications under the p resent
business name: _________
Provide a short description of 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 detailed information in your proposal.
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 & Email
Street Address
City, State, Zip Code
Date of Services
Contract Amount
Description of Services
Project Outcome
Reference No. 2
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Services
Contract Amount
Description of Services
Project Outcome
Environmental Services Page 17 of 19
Reference No. 3
Customer Name
Contact Individual
Telephone & Email
Street Address
City, State, Zip Code
Date of Services
Contract Amount
Description of Services
Project Outcome
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The Consultant 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 Consultant Representative
Environmental Services Page 18 of 19
F INSURANCE REQUIREMENTS: Consultant Services
The Consultant 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 Consultant, its agents, representatives, employees or sub-consultants.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or
CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City).
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. Consultant shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and pro perty 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 officer s, officials, employees and volunteers; or the Consultant 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 Consultant; products and completed operations
of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired or
borrowed by the Consultant. 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 Consultant'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 Consultant's insurance and
shall not contribute with it.
3. The Consultant'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. The Consultant agrees to notify the City
in the event that the policy is suspended, voided or reduced in coverage or limits. A minimum of 30 days prior
written notice by certified mail, return receipt requested, will be provided.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than
A:VII.
Verification of Coverage. Consultant 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 s igned 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.
Environmental Services Page 19 of 19
G APPENDICES
Appendix 1: Federally Funded Contract Forms
The following forms are for federally funded projects and shall be completed and submitted with the individual
project work scopes – do not include with this proposal.
Local Assistance Procedures Manual forms may be obtained from the Caltrans website:
http://www.dot.ca.gov/hq/LocalPrograms/lam/forms/lapmforms.htm
Required forms include:
1. Exhibit 10-A: A&E Consultant Audit Request Letter and Checklist
2. Exhibit 10-B: Suggested Consultant Evaluation Sheet
3. Exhibit 10-C: Consultant Contract Reviewers Checklist
4. Exhibit 10-H: Sample Cost Proposal
5. Exhibit 10-I: Notice to Proposers DBE Information
6. Exhibit 10-K: Consultant Certification of Costs and Financial Management System
7. Exhibit 10-O1: Consultant Proposal DBE Commitment
8. Exhibit 10-O2: Consultant Contract DBE Information (Word version)
9. Exhibit 10-Q: Disclosure of Lobbying Activities
10. Exhibit 17-F: Final Utilization Report (to be completed at Project Completion)