Loading...
HomeMy WebLinkAbout02-05-2019 Item 3 - RFP for Consultant Services for Grant Writing Department Name: Administration Cost Center: 1001 For Agenda of: February 5, 2019 Placement: Consent Estimated Time: N/A FROM: Derek Johnson, City Manager Prepared By: Robert Hill, Interim Deputy Director SUBJECT: AUTHORIZE REQUEST FOR PROPOSALS FOR CONSULTANT SERVICES FOR GRANT WRITING AND PROJECT OUTREACH RECOMMENDATION 1. Authorize the issuance of a Request for Proposals for Consultant Services for Grant Writing and Project Outreach (Attachment A); and, 2. Authorize the City Manager to execute a contract if responsive bids are received within the project budget of $120,000. DISCUSSION Background As the City of San Luis Obispo continues to implement the adopted Fiscal Health Response Plan and Fiscal Sustainability and Responsibility Major City Go al, this report seeks authorization to issue a Request for Proposals for Consultant Services for Grant Writing and Project Outreach in order to leverage and multiply limited City funds and Capital Improvement Plan budgets in an inter-departmental manner across the entire City organization. At the end of last year, based on multiple sources of information, staff anticipated that new grant funding sources would likely materialize at the State level. This has now occurred and a robust grant -making environment exists. Project grant funding is available in furtherance of Major City Goals for 1) housing, 2) multi-modal transportation, and 3) climate action. Examples include recent legislation such as SB 1 (Road Repair and Accountability Act of 2017), Proposition 68 (California Drought, Water, Parks, Climate, Coastal Protection, and Outdoor Access for All Act of 2018), and various programs funded by cap and trade carbon credit revenues deposited in the State’s Greenhouse Gas Reduction Fund that are subsequently administered as grants known as California Climate Investments (CCI). CCI programs are centered around 1) Transportation and Sustainable Communities; 2) Clean Energy and Energy Efficiency; and, 3) Natural Resources and Waste Diversion, including wildlife prevention. Other federal and private foundation opportunities will also be explored and considered. Packet Pg. 21 Item 3 It is envisioned that a 24-month contract structured either on an on-call, project-by-project basis, or as retainer services, can be supported with the proposed funding. A simple scope of work is proposed: 1) develop and keep up-to-date a grant funding opportunity matrix; 2) support project proponents with grant identification, grant writing and preparation of all required submittal materials, and project outreach to funding decision-makers and elected representatives, as appropriate; and 3) track performance and results over time. It is expected that City staff project managers will play a significant role in partnership with the selected consultant, and that project proponents will prepare a simple internal application for utilization of the proposed grant writing and project outreach assistance services so that it can be assured that projects are prioritized, ready to implement, and that projects are matched up with the right grant funding opportunity. City Administration will act as a project clearing house in this regard. Policy Context The proposed action is consistent with the City’s adopted Fiscal Responsibility Philosophy to include “informed decision making, aligned investments, diversified and aligned revenue sources, and continued efficiency and effectiveness.” It is also consistent with the Fiscal Sustainability and Responsibility Major City Goal and its focus on “economic development and in frastructure financing.” The City’s Financial Management Manual Section 740 remains applicable, which requires City Council authorization to submit grant applications in excess of $5,000. In particular, section 3(d) states: “For grants in excess of $5,000, prepare a Council Agenda Report requesting authorization to seek grant funding. This report should describe the grant program's conformance with this policy, including the results of the cost/benefit analysis.” Given limited resources, applications will focus on advancing core services and Major City Goals. Public Engagement It is expected that individual projects will adhere to the City’s Public Engagement and Noticing (PEN) Manual on a case-by-case basis as appropriate. Further, it should be noted that most contemporary grant solicitations and grant guidelines require that the project demonstrate a robust public engagement process. CONCURRENCE The proposed funding for Grant Writing and Project Outreach was supported by the City’s Financial Plan St eering Committee. Department Heads whose staff are most likely to utilize the proposed services have also been consulted and provided their concurrence. ENVIRONMENTAL REVIEW California Environmental Quality Act (CEQA) does not apply to the recommended action in this report, because the action does not constitute a “Project” under CEQA Guidelines Sec. 15378. Projects that are considered for grant writing assistance under this funding will adhere to CEQA on a case-by-case basis as appropriate. Packet Pg. 22 Item 3 FISCAL IMPACT Budgeted: Yes Budget Year: 2018-19 Funding Identified: Yes Fiscal Analysis: Funding Sources Current FY Cost Annualized On-going Cost Total Project Cost General Fund $120,000 $120,000 State Federal Fees Other: Total $120,000 $120,000 The proposed funding was set aside as part of the 2017-18 fiscal year end budget reconciliation and approved as carryover to 2018-19. Per the City’s budget policies (Financial Management Manual, Section 550), the City Manager has the aut hority to approve the carryover of unspent appropriations from the first year of the Financial Plan to the second year. ALTERNATIVES The City Council may: 1. Request additional information or clarification prior to taking action. 2. Deny the request . Attachments: a - Grant Writing and Project Outreach Consultant Services RFP Draft Packet Pg. 23 Item 3 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. Notice Requesting Proposals for Consultant Services for GRANT WRITING AND PROJECT OUTREACH The City of San Luis Obispo is requesting sealed proposals for Grant Writing and Project Outreach on-call retainer services in furtherance of projects associated with the City’s Major City Goals and other funding priorities. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before 2:00 p.m. on March 1, 2019 when they will be opened publicly in the City Hall Conference 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, project number, proposer name, and time and date of the proposal opening. Proposals shall be submitted using the forms provided in the project package. An optional pre-proposal conference will be held to answer any questions that the prospective proposers may have regarding the City's request for proposals. Council Hearing Room 990 Palm Street, San Luis Obispo Tuesday, February 19, 2019 at 1-2 pm 1-888-204-5987, Code: 8618289 Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Purchasing Analyst Daniel Clancy at dclancy@slocity.org with any questions. Packet Pg. 24 Item 3 City of San Luis Obispo Grant Writing and Project Outreach TABLE OF CONTENTS A. INTRODUCTION ................................................................................................................................... 1 B. SCOPE OF WORK ................................................................................................................................. 2 C. PROJECT SCHEDULE ............................................................................................................................. 2 D. PROJECT BUDGET ................................................................................................................................ 3 E. GENERAL TERMS AND CONDITIONS ..................................................................................................... 3 F. SPECIAL TERMS AND CONDITIONS ....................................................................................................... 8 G. FORM OF AGREEMENT ...................................................................................................................... 11 H. INSURANCE REQUIREMENTS ............................................................................................................. 13 I. PROPOSAL SUBMITTAL FORMS ........................................................................................................... 15 Packet Pg. 25 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -1- A. INTRODUCTION INTRODUCTION The City of San Luis Obispo is seeking proposals from highly innovative, creative, and qualified consulting organizations or teams possessing a broad range of expertise and strengths to support grant writing and project outreach in furtherance of the City’s Major City Goals, Capital Improvement Plan, and other funding priorities. As the City of San Luis Obispo continues to implement its adopted Fiscal Health Response Plan and Fiscal Sustainability and Responsibility Major City Goal, this Request for P roposals for Consultant Services for Grant Writing and Project Outreach is intended to leverage and multiply limited City funds and Capital Improvement Plan budgets in an inter-departmental manner across the entire City organization. At present, the City is aware that a robust grant-making environment exists, especially at the State of California level, where project grant funding is available in furtherance of Major City Goals for housing, multi-modal transportation, and climate action. Examples include recent legislation such as SB 1 (Road Repair and Accountability Act of 2017), Proposition 68 (California Drought, Water, Parks, Climate, Coastal Protection, and Outdoor Access for All Act of 2018), and the various programs funded by cap and trade carbon credit revenues deposited in the state’s Greenhouse Gas Reduction Fund that are subsequently administered as grants known as California Climate Investments (CCI) centered around 1.) Transportation and Sustainable Communities; 2.) Clean Energy and Energy Efficiency; and, 3.) Natural Resources and Waste Diversion, including wildlife prevention. Other federal and private foundation opportunities should also be explored and considered. PROJECT RESOURCES It is expected that City staff project managers will play a significant role in partnership with the selected consultant, and that project proponents will prepare a simple internal application for utilization of the proposed grant writing and project outreach assistance services so that it can assured that proj ects are prioritized, ready to implement, and that projects are matched up with the right grant funding opportunity. City Administration will act as a project clearing house in this regard. Examples of prior successful grant application packages are available. MEASURE COST, FINANCING AND FUNDING It is envisioned that at minimum a 24 month, on-call retainer services contract can be supported with the proposed funding of $120,000, or $5,000 per month, on average. It is expected that the level of effort will be tracked and can be demonstrated leading to measurable and meaningful results. All grant submittals in exceedance of $5,000 require City Council approval in accordance with the City’s Financial Management Manual. CEQA DETERMINATION The City has not predetermined the outcomes of project environmental analysis and will exercise its independent judgment when making any final determination as to the appropriate level of environmental review. For purposes of submitting a proposal, respondents should assume that projects adhere to CEQA Guidelines and are otherwise “shovel-ready”. City staff will assume responsibility for CEQA review and documentation. Packet Pg. 26 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -2- B. SCOPE OF WORK The project scope of work as conceived by staff is provided below. Proposals shall include additional scope and deliverable detail , identify connections across and between tasks and subtasks, and identify whether the staff, the Consultant Team, or another party are responsible for leading the task/subtask. In the spirit of creativity, entrepreneurship, and extended learning, staff is open to amendments to the scope of work that help the City achieve success and win grants! Task 1. Project Orientation and Management The Consultant Team will support a one-day project kick-off and orientation and will provide bi-weekly progress calls and a monthly written progress report. Task 1 Deliverables: Agendas and meeting minutes for bi-weekly check-ins; agenda and meeting notes from project kickoff meeting and attendance and participation in full day site visit; monthly written progress reports to track performance and results over time with assessment of return on the City’s investment. Task 2. Review Grant Opportunities and Grant Funding Matrix Immediately after the project kickoff meeting, the Consultant Team will assemble a funding matrix of applicable grant funding opportunities based on the City’s Major City Goals, Capital Improvement Plan, and other funding priorities as identified by City staff. Task 2 Deliverables: Quarterly memo and updated spreadsheet-based matrix summarizing current grant opportunities including name, location, contact information, timelines, funding amounts available, and any other pertinent information. Task 3. Grant Selection, Grant Writing and Project Outreach The primary thrust of the scope of work is for the consultant to work with project managers to: 1.) identify and select appropriate grant opportunities where the project description and the grant solicitation and grant guidelines are in close alignment ; 2.) assist with grant writing and project proposal development, including all required submittal documents , letters of recommendation, and final quality control and quality assurance processes; and, 3.) project outreach and support with funding decision- makers, review boards, and / or elected officials as appropriate and directed by City staff. It is expected that the consultant will be responsible for all rules and regulations, including registration as a lobbyist, as may be required by applicable law. Task 3 Deliverables: Completed grant applications with on-going project tracking and support, adherence to any published grant guidelines, and monthly performance tracking (per task 1, above). C. PROJECT SCHEDULE The table below shows the preliminary timeline. Proposals shall include detailed schedules (with tasks, milestones, deliverables, and meetings identified by week or month) that are generally consistent with the preliminary timeline. It is understood that the project tasks and schedule may be adjusted based on consultant feedback when the contract is finalized. Packet Pg. 27 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -3- Preliminary Schedule Tasks April 2019 through April 2021 • Task 1 – Bi-weekly check-ins and monthly written progress report • Task 2 – Quarterly memo and progress update • Task 3 – Ongoing as directed D. PROJECT BUDGET The project budget shall not exceed $120,000 structured as an on-call retainer services contract, inclusive of travel, direct costs, and contingency funding. As described in Section F, proposals shall include an overall cost estimate broken down by hours by staff and task. Hourly rates shall also be provided for all personnel on the project. Bidders may include options for reducing or adding services, including services that could be performed by City staff. E. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX or emailed submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extension . The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount Packet Pg. 28 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -4- stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder’s intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder 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 bidder unopened. No proposal received after the time specified or at any place other than that stated in the “Notice Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly. Bidders or their representatives are invited to be present at the opening of the proposals. 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 as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. 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 Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 11. Contract Requirement. The bidder 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 License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regardi ng the City’s business tax program may be obtained by calling (805) 781-7134. Packet Pg. 29 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -5- 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 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 that 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 resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 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 Uni ted State 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 Packet Pg. 30 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -6- by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 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. 27. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 28. Hold Harmless and Indemnification. 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 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 Contractor, and its agents, officers or employees, in the performance of all obligations under this Agreement, and all expenses of investigating and defending against same; provided, however, that Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established so le 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. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off -the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components Packet Pg. 31 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -7- work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 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. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations 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 th e 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 work scope. 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. Packet Pg. 32 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -8- F: SPECIAL TERMS AND CONDITIONS CONSULTANT SERVICES 1. Proposal Content. Your proposal must include the following information: Submittal Forms a. Proposal submittal summary. b. Certificate of insurance. c. References from at least three firms for whom you have provided similar services. Qualifications d. Experience of your firm and those of sub-consultants in performing work and projects relevant to the Scope of Services outlined and described in the request. e. Resumes of the individuals who would be assigned to this project, including any sub- consultants, with their corollary experience highlighted and specific roles in this project clearly described. f. Standard hourly billing rates for the assigned staff, including any sub-consultants. g. Statement and explanation of any instances where your firm or sub-consultant has been removed from a project or disqualified from proposing on a project. Work Program h. Detailed description of your approach to completing the work. i. Detailed schedule by task and sub-task for completing the work. j. Estimated hours for your staff in performing each phase and task of the work, including sub-consultants, so we can clearly see who will be doing what work, and how much time it will take. k. Detailed budget by task and sub-task for completing the work. l. Services or data to be provided by the City. m. Services and deliverables provided by the Consultant(s). n. Any other information that would assist us in making this contract award decision. o. Description of assumptions critical to development of the response which may impact cost or scope. Requested Changes to Terms and Conditions p. The City desires to begin work soon after selecting the preferred Consultant Team. To expedite the contracting process, each submittal shall include requested redlined changes to terms and conditions, if necessary. Proposal Length q. Proposal length should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. 2. Proposal Evaluation and Consultant Selection. Proposals will be evaluated by a review committee and contract award process as follows: Packet Pg. 33 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -9- Phase 1 – Written Proposal Review/Finalist Candidate Selection The proposals will be evaluated based on the following criteria as evidenced in their written proposals: a. Understanding of the work required by the City. b. Quality, clarity and responsiveness of the proposal. c. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d. Recent team experience in successfully performing similar services. e. Creativity of the proposed approach in completing the work. f. Value g. Writing skills. h. References. i. Background and experience of the specific individuals managing and assigned to this project. Phase 2 – Oral Presentations/Interviews and Consultant Selection (at City’s option) At the City’s discretion, a group of finalist candidates may be asked to provide an oral presentation to the review committee and answer questions about their proposal. The purpose of this second phase is two-fold: to clarify and resolve any outstanding questions or issues about the proposal; and to evaluate the proposer’s ability to clearly and concisely present information orally. 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 scope and/or method and amount of compensation. Contract award will be based on a combination of factors that represent the best overall value for completing the work scope as determined by the City, including: the written proposal criteria described above; results of background and reference checks; results from the interviews and presentations phase; and cost. 3. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a. Issue RFP 2/12/19 b. Pre-Proposal Conference (optional) 2/19/19 c. Receive proposals 3/1/19 d. Complete proposal evaluations 3/8/19 e. Conduct finalist interviews and finalize recommendation 3/15/19 f. Execute contract 3/22/19 g. Start work 4/1/19 4. Pre-Proposal Conference. An optional pre-proposal conference will be held at the following location, date, and time to answer any questions that prospective bidders may have regarding this RFP: Packet Pg. 34 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -10- Council Hearing Room 990 Palm Street, San Luis Obispo Tuesday, February 19, 2019 at 1-2 pm 1-888-204-5987, Code: 8618289 5. 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. 6. 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 the City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 7. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 8. Required Deliverable Products. The Contractor will be required to provide: a. One print-ready and one digital-ready original .pdf of all final documents. b. Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign Virtual Models: Sketch Up Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff c. City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. ALTERNATIVE PROPOSALS 9. Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternative and discuss under what circumstances the City would prefer one alternative to the other(s). Packet Pg. 35 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -11- SECTION G: FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for an update to the Climate Action Plan, per Project No. 9xxxx (project); and WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said project; 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 project. 2. INCORPORATION BY REFERENCE. City Project No. 9xxxx and Consultant’s proposal dated [date], are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Contractor shall receive therefore compensation in a total sum not to exceed $95,000. Consultant shall be eligible for compensation installments after completion of milestone Tasks -E as shown in the attached project schedule. 4. CONSULTANT’S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specifications. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. 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 Packet Pg. 36 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -12- 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 Derek Johnson City Manager 990 Palm Street San Luis Obispo, CA 93401 Consultant Name Title Address Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO: ________________________________ By:_____________________________________ City Clerk City Manager APPROVED AS TO FORM: CONSULTANT: ________________________________ By: _____________________________________ City Attorney Name of CAO / President Its: CAO / President Packet Pg. 37 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -13- SECTION H: 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 Packet Pg. 38 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -14- 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. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. 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. Packet Pg. 39 Item 3 City of San Luis Obispo Grant Writing and Project Outreach -15- SECTION I: PROPOSAL SUBMITTAL FORMS Consultants The undersigned declares that she or he has carefully examined this RFP, 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: Description Cost Task 1 Task 2 Task 3 Task 4 Etc. Etc. Other Costs (please specify) TOTAL COSTS $ ❑ Certificate of insurance attached; insurance company’s A.M. Best rating: __________________. Firm Name and Address Contact Phone Signature of Authorized Representative Date Packet Pg. 40 Item 3 City of San Luis Obispo Specification No. 9xxxx -16- REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Packet Pg. 41 Item 3 City of San Luis Obispo Specification No. 9xxxx -17- Reference No. 3 Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Packet Pg. 42 Item 3 City of San Luis Obispo Specification No. 9xxxx -18- STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. ◼ Do you have any disqualification as described in the above paragraph to declare? Yes ❑ No ❑ ◼ If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative Packet Pg. 43 Item 3 Page intentionally left blank. Packet Pg. 44 Item 3