HomeMy WebLinkAbout09/15/1998, C13 - CONSULTANT SERVICES FOR AN ENVIRONMENTAL IMPACT REPORT (EIR) FOR THE DALIDIO/SAN LUIS MARKETPLACE ANNEXATION, PREZONING, AND DEVELOPMENT PLAN. council
j accnas uEpoRt 1�N.,b� ell
CITY OF SAN LUIS OBISPO
Q
FROM: Arnold Jonas, Community Development Director
Prepared By: Ronald Whisenand, Development Revie Manager
SUBJECT: CONSULTANT SERVICES FOR AN ENVIRONMENTAL IMPACT REPORT
(EIR) FOR THE DALIDIO/SAN LUIS MARKETPLACE ANNEXATION,
PREZONING, AND DEVELOPMENT PLAN.
CAO RECOMMENDATION
A. Approve the workscope for preparation of an Environmental Impact Report (EIR) for
the Dalidio/San Luis Marketplace Annexation/Prezone/Development Plan and authorize
staff to proceed with sending out Request for Proposal (RFP) documents to qualified
consulting firms.
B. Authorize the CAO to award the contract to a qualified consulting firm, contingent
upon the developer depositing with the City the amount of the contract plus 30%.
Background
The Community Development Department has received an application for annexation,
prezoning, and development of approximately 131 acres situated between Madonna Road and
Highway 101 adjacent to the Central Coast Mall. The project includes:
a. Prezone 40 acres of land adjacent to the Central Coast Mall to Retail Commercial
and develop the vacant property with new retail commercial uses and restaurants. This
new retail center, referred to as San Luis Marketplace, will contain approximately
534,000 square feet of leasable space including a mixture of"big box" and smaller retail
uses and restaurants. The project will also include the construction of a freeway
interchange at Prado Road and extension of Prado Road to Madonna Road. In addition, a
series of interior streets connecting this property and the adjoining Central Coast Mall are
proposed. The applicants are proposing approximately 2300 parking spaces in a series of
landscaped parking fields mixed throughout the center.
b. Prezone 10 acres of property north of the San Luis Marketplace and adjacent to
Madonna Road for Medium-High Density Residential (R-3-PD). The applicants intend
to develop this parcel with up to 180 residential units, possibly for senior citizen housing.
C. Prezone the remaining 70 acres Conservation/Open Space which will be made up
of a 5 acre extension to Laguna Lake Park, 55 acres for permanent open space protection,
and 10 acres in"reserve"open space for future consideration of additional urban uses.
�Ijz -�
Council Agenda Report- Dalidio/San Luis Marketplace EIR Request for Proposals
Page 2
Planning staff has determined that an EIR will be required to evaluate the potential impacts of
the project. The Community Development Department periodically hires consultants to
supplement staff in carrying out work that arises as part of the development review process,
especially the preparation of EIRs. The City's Purchasing Guidelines state that the RFP
documents for consultant services over $15,000 should generally be approved by the Council
before they are issued. Based on previous experience, staff estimates that this EIR contract
will be substantially more than $15,000, but does not know now what the specific cost will be.
Staff has developed a workscope for the EIR which is included in the Request for Proposals
and provides a detailed discussion of potential project issues and work tasks that need to be
performed to fully evaluate these issues. The RFP also includes a project description, project
background and requirements for proposal contents. The environmental initial study is
available for review but is not attached to this report.
Significant Impacts
The Council's decision on this item will not incur any City expense. Once a qualified
consultant is selected and a contract negotiated, the cost of the EIR production, including a fee
for management of the process by City staff, will be home by the developer with the
administration of the consultant contract overseen by the Community Development
Department, in conjunction with the Finance Department. This is the approved procedure for
City-required EIRs.
Consequences of Not Taking the Recommended Action
If a consultant is not retained to prepare the EIR, it would be the responsibility of the City to
do so. Given the extensive and complex workscope that has been developed for the EIR, staff
would have difficulty fitting this project into its existing workload. In addition, staff would
need to hire consultants to adequately evaluate certain technical issues.
Conclusion
If the Council approves the EIR workscope and authorizes staff to proceed with sending out
RFPs to qualified consultants, then staff plans to follow the following schedule:
Issue RFP September 18, 1998
Receive proposals October 16, 1998
Complete proposal evaluation October 23, 1998
Conduct finalist interviews October 29, 1998
Finalize staff recommendation November 6, 1998
Applicant deposits EIR cost November 13, 1998
Award contract November 13, 1998
2
Council Agenda Report-Dalidio/San Luis Marketplace EIR Request for Proposals
Page 3
Execute contract/Start work November 13, 1998
Complete admin. draft February 12, 1999
CONCURRENCES
Development review meetings were held prior to and after formal submittal of application
materials. Other departments and agencies attended these meetings and provided oral and written
comments, which were then used in the initial study analysis.
FISCAL IMPACT
The project should have no impact on the City's finances, because the applicant will pay the full
cost of the EIR plus 30% for administrative and review services by staff.
ALTERNATIVES
1. Approve the workscope, but direct staff to prepare the EIR.
If staff is responsible for EIR production, the timeframe for completion of the document
would be more lengthy than that estimated above for a consultant, and other staff work
program items would be further postponed.
2. Continue consideration of the workscope and RFP with direction to staff on necessary
changes.
Attachments
Initial study ER 57-98 (Note: due to the size of this document, it was included in the Council's
packets only. The document is available for review in the Community Development Department
or the City Clerk's Office.)
Vicinity map
Existing general plan/zoning map
Reduced site plan
Request for Proposals
3
el.;
Dalidio Annexation Development Plan INTRODUCTION
71
\••. '�'• �-., ♦ ' '-' ,i� . ; nay. - �'° _ ..r..
l l � • •.� I' x•
A-17 ,� / t gyp ♦ i �4 =' ",. r Y�I,.
,4
WN
t- ` -files
K
7i - -i y j�+ •� 1
•DAUDIO' ---
}3 �•Ct� '� i PLANNING
PacillcB A ., � 1 ell * 1 I l
' ~ 1
V . 101 Lit?A I C 1
��• .reps / ' r==r
�c X,•�. � /i• HorAe 1 .�/ K.
o �• 101 :Pack ' /Pumpin
,`..,�.'•�- —�`Y i� i �..773, rIo is It I 2ap�••�'�
• SGS ( , rN/ -.,�'�. °:A. .::.:::. .� j. :^ :,. .
Sol
V. \ Y_
i
rSPn
1" 2OW
a
1 i
Vicinity Map
3/23/98-DRAFT EXHIBIT 1.1
Dalidio Annexation Development Plan INTRODUCTION
C-R
S / /
F.
C/0S-10
C-N
F /•R-1
S / ....,.....PF09
-
�..�..
�.—C-S-PD ..............
................
o C/OS-20 �•������������
j/ INTERIM OPEN SPACE PARK
MEDIUM-HIGH DENSITY MEDIUM DENSITY
;,,,,,,,•,
IIIIIIIIIIIIIIIII GENERAL RETAIL I I I I TOURIST N.T.S.
\\\ OPEN SPACE SERVICES & MANUFACTURING
- PROJECT BOUNDARY Existing General Plan Land Use and Zoning
3/24/98 -DRAFT EXHIBIT 1.2
J. r
J �
p �
•1 J d'
CL
n/ 0 �•�
Q o CL
L) gat
'• r
�14
PAM
.. - It
GO
� I
5 ni
gi
1•I I ��+A
' , O
• vJ
.I City of
Al
,9An ,�.[;uis Obispo
990 Palm Street ■ San Luis Obispo, CA 93401
Notice Requesting Proposals for
DALIDIO/SAN LUIS MARKETPLACE ANNEXATION &
DEVELOPMENT EIR
The City of San Luis Obispo is requesting sealed proposals to prepare an environmental impact
report (EIR) for pursuant to Specification No. 9253. 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 October 16, 1998 when they will be opened publicly in the City Hall Council Chambers, 990
Palm Street, San Luis Obispo, CA 93401.
Proposals received after said time will not be considered. To guard against premature opening,
each proposal shall be submitted to the Department of Finance in a sealed envelope plainly
marked with the proposal title, specification number, proposer name, and time and date of the
proposal opening. Proposals shall be submitted using the forms provided in the specification
package.
Additional information may be obtained by contacting Pam Ricci,Associate Planner,at(805)781-
7168.
® 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.
aa-7
Specification No. 9253
TABLE OF CONTENTS
A. Project Description and Scope of Work
B. General Terms and Conditions
Proposal Requirements
Contract Award and Execution
Contract Performance
C. Special Terms and Conditions
Project Coordination
Proposal Content
Proposal Evaluation and Consultant Selection
Proposal Review and Award Schedule
Start and Completion of Work
D. Agreement Attached
E. Insurance Requirements Attached
F. Site plan of Dalidio/San Luis Marketplace proposal Attached
G. Proposal Submittal Form Attached
H. References Attached
I. Statement of Past Contract Disqualifications Attached
Section A
DESCRIPTION OF WORK
Project Description
An application has been filed to prezone and annex 131 acres adjacent to the City of San Luis Obispo
and within the City's"urban reserve"that will ultimately allow development as follows:
a. Prezone 40 acres of land adjacent to the Central Coast Mall to Retail Commercial and develop
the vacant property with new retail commercial uses and restaurants. This new retail center,
referred to as San Luis Marketplace, will contain approximately 534,000 square feet of leasable
space including a mixture of"big box" and smaller retail uses and restaurants. The project will
also include the construction of :nsion of Prado
Road to Madonna Road. In addi )roperty and the
adjoining Central Coast Mall ar. oximately 2300
parking spaces in a series of land :r.
b. Prezone 10 acres of property not Madonna Road
for Medium-High Density Resic elop this parcel
with up to 180 residential units,I
C. Prezone the remaining 70 acres l NJbMGtAQL_LPZ00 USE's up of a 5 acre
extension to Laguna Lake Park, and 10 acres in
"reserve"open space for future consideration.
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. Because of its length, the
initial study completed for this project is not attached to this RFP, but copies may be requested. A
reduced site plan is attached.
Scope of Work
An Initial Study of Environmental Impact was completed for this project, which concluded that there
may be significant environmental impacts associated with development and that an environmental
impact report (EIR) is required. The applicant is not disputing the need for preparation of an EIR.
The following workscope more specifically identifies issues and tasks that need to be performed to
evaluate potential impacts of the project.
EIR Workscope Items
1. Land Use& Planning
• Provide a summary of the relevant general plan policies that relate to development as identified in
the initial study prepared for the project. Discuss briefly how proposed land uses were established
for this site with the update of the City's Land Use Element.
• The EIR should include a discussion of the site issues that need to be mitigated and the
improvements that need to be made prior to urbanization of the 10-acre portion of the property
designated as Interim Conservation Open Space on the LUE map.
Fvrs� y _
MUUNCI` ❑F DD N D R�� NG AGENDA
Section A U�f ❑FIRE iR DAT ITEM # _
■ TTORNEY ❑PW DIS
DESCRIPTION OF WORK LERIVORIO ❑POLICE CHF
LJ U11L
1319 ❑PERS DIR
Proiect Description
An application has been filed to prezone and annex 131 acres adjacent to the City of San Luis Obispo
and within the City's"urban reserve"that will ultimately allow development as follows:
a. Prezone 40 acres of land adjacent to the Central Coast Mall to Retail Commercial and develop
the vacant property with new retail commercial uses and restaurants. This new retail center,
referred to as San Luis Marketplace, will contain approximately 534,000 square feet of leasable
space including a mixture of"big box" and smaller retail uses and restaurants. The project will
also include the construction of a freeway interchange at Prado Road and extension of Prado
Road to Madonna Road. In addition, a series of interior streets connecting this property and the
adjoining Central Coast Mall are proposed. The applicants are proposing approximately 2300
parking spaces in a series of landscaped parking fields mixed throughout the center.
b. Prezone 10 acres of property north of the San Luis Marketplace and adjacent to Madonna Road
for Medium-High Density Residential (R-3-PD). The applicants intend to develop this parcel
with up to 180 residential units,possibly for senior citizen housing.
C. Prezone the remaining 70 acres Conservation/Open Space which will be made up of a 5 acre
extension to Laguna Lake Park, 55 acres for permanent open space protection, and 10 acres in
"reserve"open space for future consideration of additional urban uses.
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. Because of its length, the
initial study completed for this project is not attached to this RFP, but copies may be requested. A
reduced site plan is attached.
Scope of Work
An Initial Study of Environmental Impact was completed for this project, which concluded that there
may be significant environmental impacts associated with development and that an environmental
impact report (EIR) is required. The applicant is not disputing the need for preparation of an EIR.
The following workscope more specifically identifies issues and tasks that need to be performed to
evaluate potential impacts of the project.
EIR Workscope Items
1. Land Use& Planning
• Provide a summary of the relevant general plan policies that relate to development as identified in
the initial study prepared for the project. Discuss briefly how proposed land uses were established
for this site with the update of the City's Land Use Element.
• The EIR should include a discussion of the site issues that need to be mitigated and the
improvements that need to be made prior to urbanization of the 10-acre portion of the property
designated as Interim Conservation Open Space on the LUE map.
3. Geologic Problems
Provide an overview on the soils and geologic conditions of the site. Discussion should focus on the
site's potential for liquefaction and subsidence, and identify necessary earthwork, special grading,
construction techniques and foundation design criteria for the site development proposed.
4. Water
• Describe impacts of the project in terms of absorption rates, drainage patterns, and the rate and
amount of surface runoff.
• Evaluate the flood hazard for the site and the potential adverse impact of flooding on the project.
Evaluate the potential impacts of the project on flooding of the site and to adjacent or downstream
properties.
• Review and evaluate the proposed recommendations included in the submitted drainage and flood
analysis for the project,and suggest any additional mitigation measures to address project impacts.
5. Air Quality
• In conjunction with trip generation figures provided from the required traffic study, interpolate
expected emissions generated by the project.
• Quantify expected emissions from construction-related activities.
• Discuss modifications that could be made to the proposed project to result in a more compact
development pattern and improve transit and pedestrian orientation.
6. Transportation/Circulation
Traffic Study Workscoae Items
A traffic study will need to be prepared and incorporated into the environmental document for the
project. All calculations and analysis shall be conducted using the most recent Highway Capacity
Manual (HCM) and Highway Design manual methodologies. Proposed Trip Generation characteristics
and distribution are to be submitted to the City for review and comment/approval prior to proceeding
with the traffic analysis. All mitigation measures proposed to address significant impacts must be
feasible.
The consultant shall utilize the San Luis Obispo Citywide Traffic Model (SLOCTM) to develop the
background traffic projections for future year analyzes. The study facilities are to be analyzed as
existing and existing with traffic generated by the proposed project. The consultant shall supply exhibits
illustrating proposed mitigations. Along arterial corridors traffic signal progression analysis may be
necessary for Level of Service determinations and mitigations.
Regarding the SLOCTM, the consultant shall provide the City with a copy of disk and documentation of
the project with the project land uses and loaded network. If another software other than MINUTP is
utilized by the consultant, a licensed copy of the program shall be provided to the City along with the
project disks.
This traffic study will need to evaluate the following:
A. Streets/Traffic
1. Provide a description of existing traffic conditions, including LOS on the current
road system, in the vicinity of the project. Evaluate the project's impact on LOS
at: the El Mercado, Dalidio, Oceanaire, Higuera and Los Osos Valley Road
intersections with Madonna Road; the Highway 101 ramps with Madonna Road,
Los Osos Valley Road and Prado Road; and the Prado and Los Osos Valley
Road intersections with South Higuera Street. What speck mitigation
measures will maintain LOS D or better?
2. In accordance with Circulation Element Policy 8.15,the alignment and design of
the road connecting Prado Road with Los Osos Valley Road needs to be
established as part of further development of the Dalidio-Madonna-McBride
Area. Along with the alignment, the plan line will need to be identified
addressing quantity of through lanes, turn lanes and bike lanes. This should be
accomplished by the consultant with the use of the San Luis Obispo Citywide
Traffic Model. A recommendation shall be made regarding the proposed
intersection location of the north-south roadway with Prado/Dalidio Road taking
into consideration Madonna Road intersection location, Central Coast Mall
access drive (and its proposed offset) and the US Post Office access driveways,
traffic signal timing, and queing of traffic. Analyze and discuss the validity of
the north-south roadway and to what extent it mitigates the impacts to the
parallel travelways including Highway 101 and Madonna Road Corridor.
3. Development of the proposed project may occur incrementally. Complete an
Existing Condition Analysis and Sensitivity Analysis for the project to determine
if project traffic exceeds intersection thresholds (LOS D) and freeway ramp
thresholds, and at what development level. Identify a phasing of road
improvements to mitigate the phased development. Example: 1. What level of
development may occur if traffic solely accesses the site from Madonna/Dalidio
intersection? 2. What level of development may occur if Prado Road
interchange is constructed? and 3. Is the north-south road planned from
Prado/Dalidio to LOVR required to mitigate project impacts, and if so, at what
level of development?
4. Analyze and make recommendations on the location and quantity of access
points to Prado Road, from Highway 101 to Madonna Road. Evaluate the
proposed street intersections created by the project in relation to on-site parking
lot design to determine whether trucks are able to access and maneuver through
the site. Evaluate the proposed street intersections and their relationship to
existing and proposed street intersections from the project to the north for Level
of Service, turning movements, lane configuration, etc. Determine whether
planned circulation changes will hamper the Post Office's operations and
recommend appropriate mitigation.
5. Evaluate the ability of pedestrians to cross Dalidio Drive/Prado Road to access
the Central Coast Mall project to the northeast. Analyze the site plan, and look
at alternatives, to provide safe pedestrian access on the project site and provide
recommendations.
6. Dalidio Road is existing at Madonna Road intersection. Identify the lane
configuration and right-of-way width required to maintain a minimum level of
service of D at buildout of the City's General Plan with the Prado Road
extension. Address impacts and mitigations if insufficient right-of-way exists.
7. In lieu of standard roadway widths and signalized intersections (at least one of
which one is anticipated at the middle of the project on Prado/Dalidio Rd),
analyze the placement of traffic circles and/or roundabouts and a concurrent
reduction in the number of travel lanes necessary to carry anticipated traffic.
B. Transit Service
1. Evaluate increase in patronage to existing Central Coast Mall transit stop with
the additional services available with the project.
2. How might the project's site plan and transportation improvements be modified to
encourage greater transit use(eg. Transit oriented development concepts)?
3. What facilities need to be provided to satisfy transit demand?
4. How will planned increase in traffic on existing Dalidio Drive and proposed street
intersections affect current transit service to the Central Coast Mall? Provide
recommendation(s)of how on-time performance might be maintained.
C. Assumptions
In preparing the analysis of this retail shopping center,the Consultant should assume:
1. The need for a Prado Road interchange, and the extension of Prado Road west of
Route 101, has been established as part of previous studies. Three designs of the
interchange, and other related State highway improvements, were preliminarily
established with the approval by Caltrans of the Project Study Report (PSR).
The next step in terms of the interchange design will be the preparation of the
Project Report and other environmental evaluation to be considered for approval
by Caltrans.
2. The new segment of Prado Road west of Route 101 is planned as a four-lane
arterial street with center turn lane, landscape median, and Class II bike lanes,
sidewalks and landscaped parkways on both sides(total ROW=31.5 M).
3. Consultant studies show the potential need for a north-south road connecting
Prado Road west of Route 101 with Los Osos Valley.
4. Previously-prepared traffic studies may be used as reference materials.
However,the Consultant must validate any assumptions and conclusions of these
reports before they can be used in this evaluation.
D. Available Information
In developing its General Plan, the City has developed a transportation model (MIWTP) to
-4-
dl;_/�
forecast traffic levels on City arterial and collector streets. Forecasts have been made for "build
out" of the City's General Plan — development to the year 2025. The City will require the
Consultant to use the San Luis Obispo City-wide Traffic Model; however, the City staff will not
provide technical support in the operation of the model. Eventually, the City would like a copy
of the consultant's MINUTP disk including the traffic generation assumptions and land use data.
The City will make available to the consultant the following reports and information: the Prado
Road Project Study Report; the Traffic Impact Analysis for the Central Coast Mall Expansion
(1993); the MINUTP City Wide Traffic Model disk and documentation (updated version
including Airport Land Use proposal would need to be obtained from Fehr & Peers), and the
DeVaul Ranch Traffic Impact Study.
Airport Land Use Plan Workscope Items
• Discuss changes contemplated by the County to amend the Airport Land Use Plan map to show the
site included in Area 3, rather than 5. Examine needed mitigation measures or project changes that
would be necessary for the project to be consistent with plans if that map change were implemented.
• Review the aircraft accident history for the site. Show on a map the location of the most recent Lear
jet accident. Discuss mitigation measures that would respond to safety issues.
• Produce a map which shows the project in relation to the extended centerline of the primary runway.
Provide a discussion of the potential impacts of the project on the continued operation of the airport.
9. Hazards
• Identify potential conflicts with ongoing farming and grazing operations in the vicinity.
• Provide recommendations on how an adequate agricultural buffer could be created consistent with
Open Space Element(Chapter II. Section I.2).
10. Noise
• Analyze the potential impacts of the project and identify appropriate noise attenuation measures
consistent with the 1996 Noise Element and Noise Guidelines.
• Discuss general strategies for buffering land uses and attenuating noise to the planned residential
site.
12. Utilities
Water Supply& Distribution Workscope Items
• Discuss projected water demand for new retail development and its potential impacts on citywide
water supplies.
• What is the anticipated yield from on-site wells? What types of improvements will be necessary to
improve the quality of the groundwater to meet State and local standards?
• What is the best approach to tie water rights to project entitlements (development agreement, PD
zoning)?
-5-
03 r,3
• Are additional offsets required to mitigate the impacts of the new development on the City's water
supply?
Wastewater Service& Facilities Workscoae Items
• What are the projected flows for the project?
• How will projected flows impact the capacity of the wastewater treatment plant?
• Evaluate the status of the Laguna sewer lift station and its schedule for replacement as it relates to
the development of the project.
13. Aesthetics
The consultant shall evaluate the submitted visual analysis, identify potential impacts on views of
important scenic resources,and suggest appropriate mitigation measures.
14. Cultural Resources
A qualified local historian or historical archaeologist shall examine and evaluate the structures now
occupied by Zapata Farms, and also conduct further research to determine the nature and potential
significance of the former track and associated 19th century structures. A complete and professional
report shall be prepared which fully documents the results of this research. The report shall address the
possibility of buried deposits and other features, and the potential value of such resources. If the
historical research yields positive results,then a program of subsurface testing should be initiated prior to
any development in the immediate vicinity of these structures.
15. Alternatives
Alternatives to the proposed project design need to be evaluated. Alternatives need to clearly indicate
how they would address identified project impacts and should at minimum evaluate the following:
• the"no"project alternative;
• the intensification and/or redevelopment of the existing Madonna Center and Central Coast Plaza
sites should be discussed in the alternatives section of the EIR (References: LUE Policy 3.7.10 &
Policy OS 10.2.1 in the General Plan Digest.);
• a commercial project of a more limited size and scope; and
• other comparable sites where the project might be developed.
-6- n
Section B
GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (proposer)
shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications
package. By virtue of its proposal submittal, the proposer acknowledges agreement with and
acceptance of all provisions of the RFP specifications.
2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the
specifications and accompanied by any other required submittals or supplemental materials.
Proposal documents shall be enclosed in an envelope 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. Year 2000 Compliance Strategy. Each proposal must include a description of the proposer's
Year 2000 compliance strategy (or statement of why this is not relevant to the purchase).
5. Proposal Withdrawal and Opening. A proposer may withdraw its proposal, without prejudice
prior to the time specified for the proposal opening, by submitting a written request to the
Director of Finance for its withdrawal, in which event the proposal will be returned to the
proposer unopened. No proposal received after the time specified or at any place other than that
stated in the "Notice Inviting Bids/Requesting Proposals" will be considered. All proposals will
be opened and declared publicly. Proposers or their representatives are invited to be present at
the opening of the proposals.
6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed
to make or file, or to be interested in more than one proposal, except an alternative proposal
when specifically requested; however, an individual or business entity 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.
7. 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
-7-
��� ���'
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.
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.
CONTRACT AWARD AND EXECUTION
9. 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.
10. 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.
11. 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.
12. 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.
13. 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
14. 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.
15. 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.
16. Payment of Taxes. The contract prices shall include full compensation for all taxes which the
Contractor is required to pay.
17. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges
and fees,and give all notices necessary.
18. Safety Provisions. The Contractor 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 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.
20. 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.
21. 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.
22. 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.
23. 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.
24. 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).
25. 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.
26. 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.
-9- /f ry
27. 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.
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.
28. 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.
29. 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.
30. Year 2000 Compliance. The Contractor warrants that the goods or services provided to the
City, including those provided through subcontractors, are "Year 2000 compliant." For the
purpose of this contract, "Year 2000 compliant" means that goods or services provided to the
City will continue to fully function, fault-free, before, at and after the Year 2000, without
interruption or human intervention; and if applicable, with full ability to accurately and
unambiguously process, display, compare, calculate, sequence, manipulate and otherwise use
date or date-related information in a manner transparent to the user. This warranty supersedes all
warranty disclaimers or limitations, and all limitations on liability, otherwise provided by the
Contractor.
31. 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
-10-
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.
Section C
SPECIAL TERMS AND CONDITIONS
PROJECT COORDINATION.
a. City. The Community Development Director (hereinafter referred to as "Director") hereby
designates Pam Ricci as the Project Manager for the City. She shall serve as the representative of
the City for all purposes under this agreement. The Project Manager, or the Director in her
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 PROPOSAL S
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 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 H3, 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.
5. Hourly billing 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. Proposals
will be evaluated by a review committee using a two-phase selection process as follows:
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.
-13-
g
PROPOSAL REVIEW AND AWARD SCHEDULE TENTATIVE
The following is an outline of the anticipated schedule for proposal review and contract award:
Issue RFP September 18, 1998
Receive proposals October 16, 1998
Complete proposal evaluation October 23, 1998
Conduct finalist interviews October 29, 1998
Finalize staff recommendation November 6, 1998
Applicant deposits EIR cost November 13, 1998
Award contract November 13, 1998
Execute contract/Start work November 13, 1998
Complete admin. draft February 12, 1999
If you have any questions about this RFP, schedule, or attachments, please call Pam Ricci at (805)
781-7168.
START AND COMPLE770NOF WORK
1. Contract Extension. The term of the contract may be extended by mutual consent for an
additional 90 days.
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. 60 copies(utilizing two-sided copying)of the Draft EIR .
C. 20 copies of the Final EIR, which incorporates changes to the draft document as a result
of its review at pubic hearings,and includes responses to continents.
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
-14-
/?1 3 � 4-
reproduction.
e. When computers have been used to produce materials submitted to the City as a part of
the 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 7.0 or earlier version
Spreadsheets Excel 7.0 or earlier
Desktop Publishing Coreldraw,Pagemaker
Computer Aided Drafting(CAD) AutoCAD
Computer files must be on 3.5" high-density,write-protected diskettes,formatted for use
on IBM-compatible systems. Each diskette 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.
-15-
Section D
FORM OF 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 [ ], hereinafter referred to as
Consultant.
WITNESSETH:
WHEREAS, on [ ], City requested proposals for development of an
environmental impact report for the Dalidio/San Luis Marketplace Annexation,Prezone,and development
proposal,per specification no 9253.
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. 9253 and Consultant's
proposal 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 B (Scope of Work)
attached hereto and incorporated by reference. City will pay and Consultant shall receive therefor
payments in accordance with Exhibit C (Compensation Schedule).
4. CONSULTANT'S OBLIGATIONS. For and in consideration of the payments and
agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to
-16- � .
provide all specified services as set forth in Exhibit "B" (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 Pam Ricci, Associate Planner
Community Development Department
City of San Luis Obispo
990 Palm Street
San Luis Obispo,CA 93401-3249
Consultant [ ]
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 parry.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day
and year fust above written.
ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation
-17-
(213��
City Clerk City Admiiii`strative Officer -
APPROVED AS TO FORM: CONTRACTOR
City Attorney - -—
-18-
C' 3m�
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.
-19-
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.
S. 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 ANII.
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.
-20-
%Ori3 -z�
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 firm.
■ agrees to perform the work as set forth in this proposal.
❑ Certificate of insurance attached; insurance company's A.M. Best rating:
❑ Description of your firm's Year 2000 compliance strategy (or statement why this is not relevant
to the purchase) attached.
Firm Name and Address
Contact Phone
Signature ojAuthorized Representative
Date
21A,3-�9
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
-22-
d13 -30
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
_23
d/3
PROPOSERS LIST
DALIDIO/SAN LUIS MARKETPLACE EIR-SPECIFICATION NO.9253
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 1107 Johnson
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
`"'l Encina Rd., Ste. 200 2710 Gateway Oaks Dr., Ste. 15901 Red Hill Ave., Ste. 200
a Barbara, CA 93117 15ON Tustin, CA 92780-7318
Kleinfelder Wetlands Research Associates, Planetek, Inc.
Attn: Susan Charles Inc. 41 E. Foothill Blvd., Suite 200
1370 Valley Vista Dr., Ste. Attn: Michael Josselyn Arcadia, CA 91006
150 2169-G East Francisco Blvd.
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 Consul
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
Zeiser Kling Consultants Robert Bein, William Frost & PRA Group
Attn: Barbara Associates Attn: John Larson
3187 Red Hill Ave., 1135 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 22
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 Kanman Aave., 5450 Telegraph Rd., Suite 101 601 Montgomery St., Suite 500
x/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
Inc. 14312 Shadybrook Dr.
1461 Higuera St., Suite A Tustin, CA 92680
San Luis Obispo, CA 93401
MEETING AGENDA
6/ZLIT # L�3
DUE15 September 1998
MEMORANDUM
To: Mayor Allen Settle and City Councilmembers
From: Aeborah Holley, Administrator
Re: Marketplace Economic and Fiscal Analysis Consultant
At the September 8 Downtown Association Board of Directors meeting it was unanimously approved to
support the City staffs recommendation to hire PCR Kotin to provide consulting services for the San Luis
Marketplace Economic Analysis with the following request:
that the Downtown Association be considered a partner in the development of and providing substantive
input to the scope of work for the Downtown Strategy component of the analysis.
This support was the result of a recommendation by Economic Activity committee chairperson Joseph
DeLucia who conducted a two-hour meeting with the committee, the consultant(s) and Assistant CAO
Ken Hampian on September 3 at which time was assured that the Downtown Association would be
involved at the requested level including charettes and interviews with Downtown merchants.
cc: John Dunn, CAO
Ken Hampian, Asst. CAO
Correne Cotta, DA Board President
Joseph DeLucia, DA Economic Activity Chair
Com`' DD DIR
❑FIN DIR
❑FIRE CHIEF
NEY 0P DIR 7�q
ERKIORIG ❑POLICE CHF
❑M AM ❑REC DIRSFO UTIL DIR O PERS DIR
j SLO C
P.O. Box 1402•San Luis Obispo•CA•93406
805/541-0286 • FAX 8051781-2647 • email da@downtownslo.com