Loading...
HomeMy WebLinkAbout04/06/1999, C5 - REQUEST FOR PROPOSALS FOR CITY OF SAN LUIS OBISPO'S TOURISM ADVERTISING CONTRACT FOR 1999-2001 jcouncil ; -gel agenda Report b.M N - CITY OF SAN LUIS O B I S P O FROM: Ren Hampian,Assistant City Administrative Officez 1p' Prepared By: Wendy George,Assistant to the City Administrative Officer 1P SUBJECT: REQUEST FOR PROPOSALS FOR CITY OF SAN LUIS OBISPO'S TOURISM ADVERTISING CONTRACT FOR 1999-2001 CAO RECOMMENDATION Approve the Promotional Coordinating Committee (FCC's) proposed Request for Proposals for 1999-2001 Marketing Smvices for the City of San Luis Obispo. DISCUSSION As part of its tourism promotional program, the City of San Luis Obispo contracts with an advertising firm to develop a paid advertising campaign to encourage overnight travel to the City, especially during the off-season (November through March). Overnight travel has traditionally been the focal point of the campaign because of its relationship to the local tax base. It helps to generate revenues for the City through increases in the Transient Occupancy Tax (TOT) and sales tax receipts. The City's program has typically relied on a combination of cable and print media and has been geared to the Southern California travel market More recently,promotional opportunities have been explored in the Bakersfield and San Jose areas,as well. At its March 10, 1999, meeting the PCC approved the proposed 1999-2001 Marketing Services Request for Proposals (RFP). The terms of the RFP are very similar to those used for the prior contract. The RFP requires the contractor to develop a campaign, including advertising concept, design and production,media buys and placement, and other services as necessary. It also requires that the advertising film coordinate its efforts with the promotional services provided by the San Luis Obispo Chamber of Commerce and the San Luis Obispo County Visitors and Conference Bureau. In addition,the contractor must main din an effective working relationship with the PCC, attending their meetings at least monthly and providing monthly written reports on completed activities. Two changes are being proposed for this RFP. The first is to add the ability to extend the contract for an additional two years upon the mutual agreement of both parties. In the past we have automatically gone out for new proposals every two years, even though we are frequently perfectly happy with the current contractor and end up rehiring that same business. By allowing one option to extend the contract, we will be potentially eliminating the need to embark unnecessarily on a time condoning process, The second change is to include advertising "fulfillment" as the responsibility of the advertising contractor. In the past, replying to requests for materials received in response to our advertising program has been the responsibility of the Chamber of Commerce. The cost for this service was C5-1 Council Agenda Report-Marketing Request for Proposals Page 2 included as part of the Chamber's Visitors Services contract. At the same time, when the City decided,to purchase the Chamber's Visitors Guide to use in its fulfillment package, the finding for the additional cost was placed in the advertising contract. This bifurcation of finding has created unnecessary accounting complications for both the Chamber and the advertising contractor. The PCC determined that it made sense to move the $5,400 the City paid the Chamber for advertising fulfillment out of its contract and into the advertising contract, so that all the firlfillment finding is located together. -The advertising contractor will then be free to choose between performing the fulfillment responsibilities itself, or subcontracting that service to an outside party such as a"fulfillment house" or the Chamber of Commerce. Both the Chamber of Commerce and the City's current advertising contractor agreed with this proposal. The RFP is very straight forward. Interested applicants will be given approximately three and a half weeks to prepare a marketing campaign to promote the City. All proposals received by the City will be reviewed and ranked by the PCC. Once this process is complete,the PCC will forward a recommendation to the City Council as to the proposed contract recipient The Council will be taking action on this item in June or early July. FLSCAL EMPACT The RFP has been prepared using dollar amounts that are expected to be included in the proposed 1999-2001 Financial Plan: $150,100 and $154,600 respectively. These numbers include the fimdmg for advertising fulfillment taken from the Chamber of Commerce contract The exact amount of the contract will not be determined until the Council approves it in June or early July. Attachment Marketing RFP C5-2 I�ll� Icity of San LUIS O Notice Requesting Proposals for Mf11ZSE7ZZVG SERVICES for the City of San Luis Obispo Administration Specification No.90009 The City of San Luis Obispo is requesting proposals for marketing the City as a visitor destination for the 1999-2000 and 2000-01 fiscal years,pursuant to Specification No. 90009 All proposals must be received by the Department of Finance by 4:00 p.m. April 30, 1998, when they will be opened publicly in the City Hall Council Hearing Room, 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 Wendy George at(805)781-7151. C5-3 TABLE OF CONTENTS A. Description of Work 3 B. General Tums and Conditions 5 Proposal Requirements Contract Awardaand xecution Contract Performance C. Special Teras and Conditions 8 Proposal.Content Proposal Evaluation and Selection Proposal-Review and Award Schedule Contractlerm Contract Invoices Submittal.of.I eferences Statement of Contract Disqualifications Qwnership of Materials Release of Reports and i foimition Copies of Reports and Inf r oration D. Agreement. 11 E. Insinance Requirements Bents 1.3 F. Proposal Submittal Forms; References 14 Statement Of Disqualifications Proposal Submittal Form 2 C5-4 DESCRIPTION OF WORK The City of San Luis Obispo has traditionally conducted a marketing campaign to promote San Luis Obispo as a visitor destination to enhance the economic well-being of City residents and businesses. The primary purpose of the campaign is to encourage overnight travel to San Luis Obispo from other parts of California. The promotional efforts are coordinated by the Promotional Coordinating Committee(PCC),a seven-member advisory body to the City Council. In addition to the maiketmg campaign, the City currently contracts with the San Luis Obispo Chamber of Commerce for visitor services and additional non-advertising promotional and public relations services. The City also contributes to the San Luis Obispo County Visitors and Conference Bureau for promotion through county-wide cooperative initiatives. Coordination with these programs will be essential for a successful campaign The City has found that the public interest and welfare will be best served by the solicitation of marketing services to conduct a comprehensive campaign that includes direct advertising to target California markets, as well as alternative advertising methods, and which provides a means to clearly evaluate the effectiveness of the campaign For the purposed of this proposal, the budget for direct advertising and marketing services is considered to be$150,100 in 1999/2000 and$154,600 in 2000/01. This proposed budget includes funding for a high quality promotional document, currently the Chamber of Commerce Visitors Guide, to be used as part of the City's advertising `Yulfillment" package, as well as the cost of "fulfillment" services required to respond to advertising requests. The final exact budget amounts will be determined by the City Council in late June or July, 1999. Specific Senim 1. Planning,preparing and implementing a marketing campaign, on the City's behalf, subject to PCC recommendation and City Council approval. 2. Providing account services such as, but not limited to, ad concept, design and production, media buys and placement, and additional services as needed. Also, checking, paying invoices and accounting for all such activity conducted on the City's behalf in any media. Agencies should indicate whether they intend to collect a flat fee or accept a commission. If collecting a fee,agencies are required to dedicate the commission amount to the purchase of additional advertising. 3. Working with an outside consultant hired by the City to perform a "conversion study" to determine the effectiveness of the Citys advertising program. 4. Establishing and maintaining an effective working relationship with the PCC. Liaison between the PCC and Contractor will be through the PCC Marketing Subcommittee. Scheduled meetings will normally be on a monthly basis with the PCC Marketing Subcommittee and Contractor to refine and adjust campaign objectives as rec the PCC. ommended by 5. Providing the PCC with timely, written monthly reports, one week prior to the regular meeting, on the status of all aspects of the marketing campaign. Attending monthly PCC meetings to discuss campaign activities. 3 C5-5 6. Planning and commissioning any research activity that the PCC or City Council may require,including suggestions for and methods of continuing evaluation of the effectiveness of marketing campaigns. 7. Coordinating activities of the marketingcampaign with promotional services provided by the San Luis Obispo Chamber of Commerce and the San Luis Obispo county Visitors and Conference Bureau. Establishing effective working relationships with staff of the organizations referenced above, and other City bodies,to achieve coordinated and efficient use of all available resources,avoiding a duplication of efforts. 8. Providing advertising "fidfillment" services in response to requests for material arising out of the City's advertising program. At the discretion of the proposer, advertising "fulfillment" may be subcontracted to another party such as a "fulfillment house" or the Chamber of Commerce. EACH PROPOSAL PACKAGE MUST INCLUDE THE FOLLOWING STATEMENTS AND INFORMATION TO BE CONSIDERED FOR SELECTION: 1. Statement of the proposed workscope. The workscope should: • Cover two fiscal years(July, 1999,through June,2001). • Summarize the marketing campaign • State the objective o4 and general approach (philosophy) toward, the marketing P�Bm • State the specific strategy for achieving the above objective (i.e., include a general schedule of media placement and other activities) • Include a budget for the campaign and a fee schedule for services to be provided. • Identify the agency program manager and key personnel responsible for the campaign, such as copy and design/production personnel,and any subcontractors. 2. Resume of professional experience and samples of previous work(presentation of portfolio, including work for existing clients and evidence of strategic thinking and problem solving ability will be requested of those proposers who are selected for interviews). These materials will become the property of the City of San Luis Obispo. 3. A list of three professional references, including names and telephone numbers of current clients. 4 C5-6 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. 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 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. 4. 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 alterative proposal when specifically requested. 5. 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 6. 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 the specifications for proposal evaluation and contract award criteria. 7. Competency and Responsibility of Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of proposer. Proposers will provide, in a timely manner, any and all information which the City deems necessary to make such a decision. 8. Contract Requirement. The proposer to whom award is made(Contractor)shall execute a 5 C5-7 written contract will, 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. 9. 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. 10. 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 11. 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. 12. 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. 13. Payment of Taxes. The contract prices shall include full compensation for all taxes which the Contractor is required to pay. 14. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees,and give all notices necessary. 15. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 16. 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. 17. 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 18. 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. 6 C5-S 19. 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 discrmmination in employment of persons because of age,race, color, sex,national origin or ancestry,sexual orientation,or religion of such persons. 20. 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 Contactor. 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 fiailure 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. 21. 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). 22. Inspection. The Contractor shall fiirnish 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 fiunished, 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 fiilfill its contract requirements. 23. 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. 24. Interim 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 MMM er or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this worts, 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. 25. 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 Contiaator'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. 7 C5-9 26. 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 land without the previous written consent of the City. 27. Termination. X 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 Contractnrls surety shall remain in full force and effect,and shall not be extinguished,reduced, or in any manner waived by the teimination thereof. In said event,the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in the Agreement payment schedule,compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City's assessment of the value of the work-in- progress in completing the overall workscope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. 8 C5-10 SPECIAL TERMS AND WNDMONS 1. Proposal Content, Your proposal must include the following information: Submittal Forms a. Proposal Submittal Form b. References from a least three firms for whom you have provided similar services. C. Statement of Contract Disqualifications General Information d. Description of your approach to completing the work e. Experience of your firm in performing similar services £ Warranties or guarantees that you would provide to the City regarding your performance in completing the work g. Resumes of the individuals that would be assigned to this project h. Hourly billing rates for staff to be assigned to this project,if appropriate. i. Services or data to be provided by the City j. Proposed compensation and payment schedule. k. Any other information that would assist us in making this contract award decision Proposal Length and Copies L. Proposals should not exceed 35 pages, including attachments and supplemental materials. m. 8 copies of the proposal must be submitted 2. Proposal Evaluation and Selection. Proposals will be evaluated by a review committee based on the following criteria: a. Understanding of the work required by the City b. Quality and nature of proposed programs to be implemented for marketing services. (Innovative concepts and alterative approaches, in addition to direct advertising Campaigns,are desirable.) G. Proposer'Ps experience in marketing services,which may include services to public d. Recent experience in successfully performing similar services e. Proposed approach in completing the work £ References g. Background and related experience of the specific individuals to be assigned to this project h. Proposed compensation As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of 9 C5-11 3. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: Issue RFP 4/7 Receive proposals 4/30 Complete proposal evaluation 5/5 Conduct finalist interviews 5/12 Award contract 6/15 or 7/6 Execute contract 7/15 or earlier depending on date of award 4. Contract Term. The services identified in these specification will be used by the City between July 1, 1999 and June 30, 2001. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. Upon the mutual agreement of both parties, the contract may be extended for up to an additional 2 years. 5. Contractor Invoices. The Contractor shall deliver a monthly invoice to the City, with attached copies of work order forms or detail invoices. 6. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 7. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. 8. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City,and shall be delivered to the City upon demand. 9. Release of Reports and Information. Any reports, information, data, or other material given to,prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 10. Copies of Reports and Information. If the City requests additional copies of reports, drawings,specifications,or any other material in addition to what the Contractor is required to finnish in limited quantities as part of the work or services under these specifications,the C ntractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 10 C5-12 AGREEMENT THIS AGRE©WENT is made and entered into in the City of San Luis Obispo on this day of by and between the C rrY OF SAN LUIS OBISPO,a municipal corporation,heremafwr referred to as City,and[ ],hereinafaer referred to as Contractor. WITNESSETH: WHEMAS, on April 7, 1999, City requested proposals for Marketing services for the City of San.Luis Obispo per Specification No.90009. WHEREAS, Pursuant to said request Contractor submitted a proposal which was accepted by City for said services; NOW THEREFORE, in consideration of their mutual promises, obligations, mad covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date of this Agreement is made and entered, as first written above,until June 30,2001. By mutual agreement of both parties,the term of this Agreement may be Wended for an additional two years. 2. INCORPORATION BY REFERENCE. City Specification No.90009 and Con actor's proposal dated[ 1,we baby incorporated in andmade a part of this Agreement 3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement,City will pay and Contractor shall receive therefor sensation in a total sum not to exceed[S I 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City,Contractor agrees with City to provide services as descnbed in Exhibit A attached hereto and incorporated into this Agreement 5. AMENDMENTS. Any amendment, modification,or variation from the terms of this Agreement shall be m writing and shall be effective only upon approval by the Council of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically mcorpozated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement,„^il",st—^duo or representation not reduced to writing and specificaIly 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 marl, postage prepaid by registered or certified marl addressed as follows: 11 C5-13 City City Clerk City of San Luis Obispo 990 Palm Sheet San Luis Obispo,CA 93401 Contractor [ l S. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execabe Agreements for such party. IN WTINESS WHEREOF,the parties hereto have caused this mstm umt to be executed the day and year first above written. ATTEST. CITY OF SAN LUIS OBLSPO, A Municipal Corporation By: City Clerk City Administrative Officer(or Mayor] APPROVED AS TO FORM: CONTRACTOR City Attorney 12 C5-14 INSURANCE REQUIREMENTS: Consultant Services The Contactor shall procure and maintain for the duration of the contract insurance against claims for injuries to pew or damages to property which may arise from or in connection with the performance of the work hereunder by the Contactor,its aged,relresentatives,employees,or subcontractor;. Minim®Scope of Ins0ance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage(occurrence form CG 0001). 2.3. In Services Office form number CA 0001(Ed. 1/8')covering Automobile Liability,code I (any auto). 4. Errors and OmissionsM insurance as required by the State of California and Employer's Liability Insmanc�e. Liability iostrance as appropriate to the consultants profession. Minim®Lind of Insurance. Camhactor shall nwfflam limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, Permial injury and property damage. If Commercial General Liability or other fors 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 requited occurrence link 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 by the City. At the option of the City,either. the insurer shall reduce or eliminate such deductibles or self- approvedinsuaed retentions as respects the City,its officers,officials,employees and vohmteers;or the Contractor shall procure a bond guaranteeing payment of losses and related investigations,claim administration and defense expenses. Other Insurance Provisions. The general hWxh'ty 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 Contactor, premises owned, occupied or used by the Contractor, or automobiles owned, leased,hued 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 Contactors inures coverage shallbe primary insurance as respects the may, 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 Contractors insurance and shall not contribute with it 3. Any Patlure 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 vohmteers. 4. The Contractors in== shall apply separately to each insured against whom claim is made or salt is brought,except with respect to the hunts of the insurer's� liability. 5. Each'^ '*ance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided,cancelled by either party,reduced in coverage or in limits except ager thirty(30)days,prior written notice by certified marl,retumm receipt requested,has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a curren A.M.Bests rating of no less than AML Verification of Coverage. Contactor shall famish 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 most 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. 13 C5-15 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: Describe MY the hist three cantracls perfomred by your frim 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 fan's qualifications Reference No.l Customer Name Contact Individual Telephone&FAX number Street Address City,State,Zip Code Description of services provided including contract amonrt,when provided and project outcome Reference No.2 Costumer Name Contact Individual Telephone&FAX mumber Street Address City,State,Zip Code Description of services provided including contract amount,when provided and project outcome Reference Na 3 Customer Name Contact Individual Telephone&FAX umber Street Address City,Stale,Zip Code Description of services provided including coact amount,when provided and project outcome 14 C5-16 STATEMENT OF PROPOSERS PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or ay of its ofcers 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 mason,including but not limited to fmancial difficulties,project delays,or disputes regarding work or product quality,and if so to explam the circumstances. 1. Do you have any disqualification as described in the above paragraph to declare? Yes No_ 2. IfYes,explain the cucmnstances. Executed on at 1 declare,under penalty of perjury of the laws of the State of California,that the foregoing is nue and correct Signature of Authorized Proposer Representative 15 C5-17 PROPOSAL SUBMI i fAL FORM The undersigned declares that she or he has carefully examined Specification No. 90009,which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm;and agrees to perform the specified work for the following cost quoted in full: 00i 2000-01 �� _ J •L'.:�... C.«; i CiC C t J A ] � � f4, ..... �. ....... r.......:L 'V.... . l:�L�.C._ .Jf...•R`�...: Jf'�_....y. �� r.:....n_. ... n.,.r,.• .. Oe..1F: Y� [ [n :.�:. 'L7 .]5 ❑ 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 Frrnr Name and Address Contact Phone SS ature o Authorized RepresentaWre Date 16 C5-18