+ All Categories
Home > Documents > REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Date post: 13-Nov-2021
Category:
Upload: others
View: 16 times
Download: 0 times
Share this document with a friend
24
REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS (RFQ/RFP) TO PROVIDE GEOTECHNICAL SERVICES FOR PROPOSED NEW FIRE STATION 10 IN WESTERN GOLETA October 29, 2020 Qualifications/Proposals Due by 5:00 p.m. on Thursday, November 12, 2020 For more information or questions, please contact Claudia Dato, Senior Project Manager, at [email protected] or (805) 961-7558.
Transcript
Page 1: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS (RFQ/RFP)

TO PROVIDE GEOTECHNICAL SERVICES FOR

PROPOSED NEW FIRE STATION 10 IN WESTERN GOLETA

October 29, 2020

Qualifications/Proposals Due by 5:00 p.m. on

Thursday, November 12, 2020

For more information or questions, please contact Claudia Dato, Senior Project Manager, at [email protected] or (805) 961-7558.

Page 2: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 2 of 12

I. THE PROJECT: The project for which Statements of Qualifications (SOQs)/Requests for Proposals (RFPs) are being solicited involves development of a new 11,600 square foot fire station (Fire Station 10 or FS10) in Western Goleta, California. The City of Goleta is the lead agency in the development of this project, which is being developed in cooperation and consultation with the Santa Barbara County Fire Protection District (SBCFD). Project Location The subject site consists of 1.20 acres identified as Assessor’s Parcel No. 079-210-075, located at 7952 Hollister Avenue, on the north side of Hollister Avenue, across from Sandpiper Golf Course in the City of Goleta, California. The northern boundary of the property lies on top of a steep cliff. Union Pacific Railroad tracks lie along the base of this precipice. The slope and top of the cliff along this northerly property boundary have been subjected to erosion over time and stabilizing this area is an important part of the project.

Project Description Fire Station 10 will include an approximately 11,600 square-foot building with three apparatus bays and appurtenant site development features. The station will be a single-story design and would need to include an emergency generator with above-ground fuel tank to provide power in the event of an outage. Design features include the following:

Four bedrooms, each with individual bathrooms; Handicapped accessible public restroom; Public entry area; Captain’s office;

Page 3: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 3 of 12

Laundry room sufficient for “extractor” units as well as a regular washer and dryer; Turnout storage area; Sizable kitchen and dining room; Day room, workout room/area, and conference training room; Engineer’s workshop; Breathing apparatus repair and high pressure bottle filing workshop/room; Hose storage room and emergency generator room; Video/voice/data capabilities throughout; Sufficient storage space for station supplies; Above-ground fuel tank, hose drying tower, flag pole, private employee parking to

the rear (capacity 8-10 spaces) and a separate parking area in front of the station (approximately 4 spaces) for the public;

Circular or perimeter driveway around the site to access parking and apparatus bays;

Yard hydrants at the rear of the apparatus bays with 1 ½” National Standard Male connections; and

Dumpster-sized exterior trash area and sufficient storage for all gardening tools. The station shall be sprinklered, have a complete HVAC system, and have a direct

capture diesel exhaust removal system in the apparatus bay. The facility will be designed to be a “drive-thru” station for apparatus, with sufficient space on both the front and rear aprons so that apparatus can be positioned without intruding upon the inside of the apparatus bay. The project also includes a concrete soldier pile slope stabilization wall system on the north side. It is currently planned to drill forty-seven (47) 36-inch diameter concrete-reinforced structural piles and ninety-four (94) 24-inch diameter unreinforced concrete filler piles. The piles will range in depth from approximately 40 feet to 45 feet in depth. The design will incorporate green building methods with the goal of making it LEED certified at the “Silver” level. The exterior of the building and landscaping shall be low maintenance by design and landscaping shall be drought tolerant. The facility and landscaping shall also be low water use by design. Proposed Front Building Elevation

Page 4: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 4 of 12

A picture co ntaining text, map

Description generated with very high confidence

Preliminary Site Plan

Landscape Plan

Page 5: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 5 of 12

II. THE OPPORTUNITY: The City of Goleta (City) is seeking Statements of Qualifications/Proposals from professional geotechnical engineering firms to provide geotechnical engineering services associated with the development of the above-described Fire Station 10 (FS10) in Western Goleta. Scope of Work: Geotechnical tasks for Fire Station 10 during this phase of the project shall include, but not necessarily be limited, to:

1. Geotechnical Review of the final civil and structural engineering plans and specifications; stamp and sign the plans and provide a memo summarizing plan review for the City of Goleta.

2. The following Geotechnical Observation and Testing shall also be included:

a. Tangent Wall Pile Drilling Observation and Testing: In accordance with City of Goleta requirements, provide full-time observation during drilling of the tangent wall piles. We will verify that minimum embedment depths are obtained.

b. Earthwork Observation and Testing: Full time observation and testing during site earthwork operations. Please include estimates regarding earthwork removals and amounts of fill to be overexcavated and recompacted, both for building and paved areas. Include the estimates number of days and hours for bottom inspections and retaining wall footing inspections.

Any overexcavation bottom areas shall be observed and approved by a California Certified Engineering Geologist (CEG) prior to placement of artificial fill. The artificial fill operations shall be observed and tested to verify that fill soils are compacted to a minimum of 90 percent relative density in accordance with ASTM D1557.

Please include assumptions regarding site safety measures and their implementation.

c. Infiltration Testing: Project will include two infiltration areas for storm water

compliance, each of which will require two infiltration test locations for a total of four infiltration tests, to be performed per County of Santa Barbara Standards.

d. Geotechnical Laboratory Testing: Consultant shall perform geotechnical

laboratory testing to verify that fill soils conform to project and City of Goleta specifications. For the purposes of this project, it is anticipated that the following tests will include, but not be limited to:

1) Modified Proctor Compaction per ASTM Test Method D1557 (4)

Page 6: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 6 of 12

2) Particle Size per ASTM D 6913 / CTM 202 (1) 3) Sand Equivalent per ASTM D 2419 / CTM 217 (1) 4) R-Value per ASHTO T190 / ASTM D2844 / CTM 301 (1)

e. Pavement Subgrade and Base Course Preparation: Consultant shall observe

preparation of the pavement subgrades and base course. Pavement subgrade and base compaction shall be tested to verify a minimum of 95 percent relative compaction in accordance with ASTM D 1557.

f. Pavement Observation and Testing: Consultant shall provide full time

observation and testing during placement of concrete pavement. Consultant shall provide an ACI-certified concrete inspector at the site to observe placement of the concrete pavement, monitor temperature during placement and collect concrete samples for compressive strength testing. At this time exact dimensions and quantities of concrete pavement has not been made available.

3. The following Materials Testing, and Special Inspections and Testing shall also

be included:

a. Materials Laboratory Testing: Consultant shall provide material testing for concrete and asphalt. At this time exact quantities of the materials are unknown. Consultant shall provide an accurate estimate for this work when plans are finalized and made available for review. It is anticipated that the following tests will be needed:

1) Concrete Cylinders Compression per ASTM C39 (Qty. 120) 2) Non-Shrink Grout Cubes per ASTM C109 / C 1107 (Qty. 6) 3) Concrete Masonry Units – prisms per ASTM C1314 (Qty. 4 sets of 3

prisms each) 4) CMU Mortar and Grout per ASTM C1019 / C780 (Qty. 24) 5) Reinforcing Steel per ASTM A615 (Qty. 24)

b. Special Inspections and Testing: At this time construction documents are not

available, but Consultant shall provide a full service special inspection including reinforced concrete, reinforced masonry, steel, welding, bolting, post-installed anchors, wood framing and other special inspections as required by the final construction materials and methods.

c. Daily Field Reports and Documentation: Consultant’s field technicians shall complete a Daily Field Report (DFR) each day that will document the on-site activities of Consultant’s personnel and associated test results. A Daily Field Report shall be provided to the City or City’s representative on a daily basis.

4. Project Management: Consultant shall adhere to the following Project

Management responsibilities:

a. Reviewing daily field reports and laboratory test results for construction materials inspected and tested by Consultant for use on this project.

Page 7: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 7 of 12

b. Daily field reports from Consultant’s soil technician and / or special inspectors shall be reviewed and prepared for distribution by the project manager. Laboratory tests results shall also be reviewed, checked for accuracy, and prepared for distribution. Inspection concerns encountered in the field and noted in the daily reports, and any material tested found to be outside project specifications, shall be brought to the attention of the City’s inspectors and representative.

c. Supervision QA/QC and project management will be provided by a licensed Professional Engineer (PE) and Materials Testing Manager, as appropriate.

5. Reporting: Consultant shall provide final reports documenting the construction

activities at the site, including:

a. A final pile drilling report that summarizes the drilling activities and reported drilling depths for all piles for the tangent wall.

b. A final as-built report documenting earthwork activities, including a summary of Consultant’s density test results and a map showing approximate density test locations.

c. A materials report summarizing materials laboratory testing.

6. Meetings: Consultant’s project manager shall attend one kick off meeting at the beginning of the final design phase. Consultant’s project manager and field operations manager shall also attend one pre-construction meeting before the start of construction. It is assumed that the meetings will each take approximately 1.5 hours of conferencing and/or onsite time.

The selected consultant shall be prepared to provide the entire scope of services listed above and shall coordinate with the project design team as needed to complete the work. The City will not accept SOQs/Proposals from firms interested in performing a single task of the Scope of Services. Consultant shall be prepared to begin work immediately upon Notice to Proceed. The selected Consultant shall meet the criteria described herein and the best qualified firm/team for this particular project will be selected by the City. The scope of work will be finalized jointly by the City and the selected Consultant during contract negotiations and incorporated into the final Professional Services Agreement (PSA). III. THE SPONSOR: The City of Goleta is the public sponsor for this RFQ/RFP. Administratively, the City will execute all required contracts to support the project; will direct and manage the consultant(s); will handle all invoice processing and payments; and will oversee the work product and deliverables. All proposals, reports and specifications will be subject to final approval of the City. The City of Goleta’s project manager who will serve as the point of contact for all issues related to the professional services agreement resulting from this RFQ/RFP is Claudia Dato, Senior Project Manager. Please contact Ms. Dato at [email protected] or at (805) 961-7558 if you have any questions. Ms. Laura Bridley, Contract Planner for the City

Page 8: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 8 of 12

and the Fire Station 10 project, is the secondary contact for contract issues and may be reached at [email protected] or (805) 896-2153. IV. CONSULTANT MINIMUM QUALIFICATIONS: To be considered for the project, Consultants must meet the following minimum requirements:

1. Firm(s) must be licensed to practice in California and meet the 2016 Geologist and Geophysicist Act (Business and Professions Code §§7800-7887) and 2016 Professional Engineers Act (Business and Professions Code §§6700-6799).

2. Have provided Geotechnical Services for at least three (3) completed public projects, similar in scope to the project covered by this RFQ/RFP, with construction budgets in the range of $3 million and above, since 2010. Qualified projects include fire stations, public safety facilities with fire operation components or other public facilities involving heavy equipment vehicles or operations.

3. Have the ability to provide staffing and resources necessary to meet the schedules and needs of this project.

4. Have a licensed Civil Engineer, with authority as a Geotechnical Engineer, and a licensed Geologist, Geophysicist or Certified Engineering Geologist on staff to certify the final Geotechnical Report.

5. Have the ability to assign a designated project manager/engineer to this project. The manager/engineer must have at least five years’ experience managing geotechnical studies of public agency projects, and at least one project with a construction cost greater than $3 million. Experience conducting geotechnical assessments for public safety facilities or critical use facilities is preferred.

6. Demonstrate that its staff has the programming, design, value engineering, cost estimating, and other project management skills and resources required for the design and construction administration of this project.

7. The selected Consultant must be available to begin working on this project within 15 days after issuance of the Notice to Proceed. Any proposed changes in team members after the contract has been signed will require written approval by the City.

8. The Consultant’s designated project manager must be able to demonstrate how they will provide all of the professional services outlined in the scope. Due to the need for very close coordination with the City throughout this project, it is important to demonstrate how required services will be accomplished. The Consultant’s designated project manager shall not delegate his or her duty as primary point of contact with the City without written approval by the City.

9. Should the firm be selected to participate in a virtual interview, the Consultant’s designated project manager must present the firm’s qualifications to the City and take the lead in answering questions.

V. SOQ/PROPOSAL CONTENT AND FORMAT: Consultant shall email a pdf of its a Statement of Qualifications/Proposal limited to fifteen (15) pages exclusive of cover letter, table of contents, staff resumes, and client references. Font size shall not be less than 11 pt. The proposal must include a commitment to start the

Page 9: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 9 of 12

work within 15 days after the City issues a Notice to Proceed. Submittals shall be organized in the following format and shall include the information in the below outline: 1. Cover Letter

The cover letter should identify a person, including their title, mailing address, telephone number, fax number, and e-mail address to whom all correspondence and/or questions should be addressed and is to be signed by an officer of the firm authorized to execute a contract with the City. The names and titles of the two individuals who would be signing the agreement shall be identified as well.

2. General Qualifications

Provide a summary of the firm’s qualifications, general information about the firm, location of office(s), years in business and areas of expertise. Provide a brief description of firm’s portfolio, concentrating on examples of current and past project experience performing geotechnical analyses for critical facilities and public safety facilities (e.g., fire stations, fire support, and public safety facilities) which involved a similar scope of services.

3. Key Staff

Identify key staff and include a description of their abilities, qualifications and experience. Attach resumes of key staff to be assigned to this project. Key staff must include a licensed Civil Engineer, with authority as a Geotechnical Engineer, and a licensed Geologist, Geophysicist or Certified Engineering Geologist. Include a proposed project management structure and organizational chart. Identify any portion of the scope of work that would be subcontracted. Include qualifications (brief) and key personnel, telephone number and contact person for all subcontractors. The City reserves the right to approve or reject all consultants, internal staff performing consulting services, or subconsultants proposed by the Consultant.

4. Project Specific Approach and Methodology

Consultant shall describe its understanding of the project and the proposed technical and management approach. Consultant shall expand on the scope of work if appropriate to accomplish the overall objective of the project, and provide suggestions which might enhance the process and outcome. Include assumptions about the number of meetings needed with City staff or the design/engineering team to complete the Scope of Work. Consultant shall include a schedule of work if possible.

5. References

Consultant shall provide a list of at least three references for the firm, as well as any sub-consultants, including the names, addresses and telephone numbers of recent clients, preferably other public agencies for which Consultant has done similar work. Include a list of specific projects associated with each reference; date work was performed; cost of project; and key personnel involved.

Page 10: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 10 of 12

6. Cost/Billing Rates

Consultant shall send a cost proposal under SEPARATE email that includes all labor costs, overhead costs, subconsultant costs, and an itemized list for direct expenses associated with completing the scope of work. Work must be shown in a matrix format detailed by tasks along with associated personnel hours per task. The cost proposal shall be sent to [email protected] Consultant’s labor rate sheets shall be attached to the main proposal.

7. Underutilized Disadvantaged Business Enterprises

Consultants intending to utilize sub-consultants shall make a good-faith effort to include certified Disadvantaged Business Enterprise (DBE) or Underutilized DBE firms as sub-consultants, and shall describe the good-faith efforts that were taken in an attempt to include a certified DBE as a member of the project team. Although no percentage goals have been established for this project, Consultants submitting proposals should identify whether any certified DBE’s will be utilized as sub-consultants and if so, indicate the proposed percentage of work that will be subcontracted to that firm.

8. Insurance

Please be advised that the selected Consultant(s) shall be required to provide the following insurance coverage prior to the City issuing a Notice to Proceed:

Commercial general liability at least as broad as ISO CG 0001 (per occurrence) .................................................... $1,000,000 (General aggregate) ..................................................................... $2,000,000 Commercial auto liability at least as broad as ISO CA 0001 (per accident) ......................................................... $1,000,000 Errors and omissions liability (per claim and aggregate) .............. $1,000,000 Workers’ compensation……………………………………………… Statutory Limits

VI. SELECTION CRITERIA: Interested Consultants submitting a Statement of Qualifications and Proposal will be evaluated for selection based on the following criteria:

Responsiveness to RFQ/RFP including cover letter, indication of general and specific interest, and the overall succinctness, quality and appearance of the response;

History of the Consultant’s firm, including years in business, current number of professional personnel and years of experience of key staff;

Consultant’s experience and demonstrated work history on Fire Stations, critical facilities and similar projects;

Consultant having at least one licensed Civil Engineer, with authority as a Geotechnical Engineer, and a licensed Geologist, Geophysicist or Certified Engineering Geologist on staff;

Page 11: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 11 of 12

Consultant’s understanding of the project, proposed technical approach and methodology, and ability to successfully complete the scope of work within budget and on schedule;

Qualifications and current work load of key staff; and Client references with addresses and telephone numbers. Organization of the proposed work and breakdown of tasks Allocation of resources

Following evaluation of the Statement of Qualifications and Proposals by the City, a short list of Consultants may be selected for a virtual interview. The number of Consultants selected for interview, if any, will be at the City’s discretion. Consultants selected for interview will make a presentation limited to approximately 30 minutes (15 minutes for presentation and 15 minutes for questions and answers). Consultants are encouraged to focus exclusively on their experience and qualifications related to the type of project and scope of work identified herein.

VII. GENERAL INFORMATION

1. Professional Services Agreement

The City reserves the right to accept or reject any or all of the SOQs/Proposals, waive any irregularity and/or to require the proposer to verify, clarify or explain any part of the submitted SOQ/Proposal. The Consultant shall enter into agreement with the City using the City of Goleta’s Standard Agreement used for Professional Services (Attachment A).

2. SOQ/Proposal Submission

Consultant shall submit a Statement of Qualifications/Proposal limited to fifteen (15) pages exclusive of front and back covers, cover letter, table of contents, staff resumes, and client references. Font size shall not be less than 11 pt. Consultant shall email a pdf of their SOQ/Proposal. Submittals should follow the format and content specified above. Email sending SOQs/Proposals should be labeled in the subject heading as “RFQ/RFP - Geotechnical Services - Fire Station 10” and must be emailed to Claudia Dato, Senior Project Manager, at [email protected] by 5:00 p.m. on Thursday, November 12, 2020. A separate cost proposal shall be emailed to [email protected] as directed above. Late submittals will be rejected and returned.

3. Statement of Qualifications/Proposal Property

All Statements of Qualifications/Proposals become the property of the City upon submission.

Page 12: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

Page 12 of 12

4. Cost of Qualifications/Proposal Preparation

City shall not be liable for any pre-contractual expenses incurred by any proposer or by any selected consultant. Each proposer shall protect, defend, indemnify, and hold harmless, the City from any and all liability, claims or expenses whosoever incurred by, or on behalf of, the entity participating in the preparation of its response to this RFQ/RFP.

5. Amendments to RFQ/RFP

City reserves the right to amend the RFQ/RFP by addendum. If the City deems it necessary, the Qualifications/Proposals submittal deadline will be extended to allow proposers additional time to respond to the RFQ/RFP addendum.

6. Non-Commitment of the City

This RFQ/RFP does not commit the City to award an agreement, to pay any costs incurred in the preparation of a Qualifications/Proposal for this request, or to produce or contract for services. The City reserves the right to accept or reject any or all Qualifications/Proposals received as a result of this request, or to modify or cancel in part or in its entirety the RFQ/RFP if the City determines it is in the best interest of the City to do so.

7. Inquires

Inquiries concerning this RFQ/RFP should be directed to:

Primary Contact: City of Goleta, Claudia Dato, Senior Project Manager, at [email protected] (805) 961-7558 or Secondary Contact: Laura Bridley, Contract Planner for the City and the Fire Station 10 project, at [email protected] or (805) 896-2153.

Response to questions will be in writing and transmitted to all consultants that have showed interest.

8. Notification and Debriefing of Unsuccessful Proposers

City will notify all of the proposers of the selection panel’s recommendation. Consultants desiring a debriefing will be allowed to make an appointment with the City. Debriefings will not be scheduled until the City Council has acted to award the contract.

Attachments: A. Sample Professional Services Agreement B. Soldier Pile Slope Stabilization Wall Preliminary Plans C. Civil/Preliminary Grading Plans

Page 13: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

ATTACHMENT A

SAMPLE PROFESSIONAL SERVICES AGREEMENT

Page 14: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 1 of 24

AGREEMENT FOR PROFESSIONAL <or> PROFESSIONAL DESIGN SERVICES BETWEEN THE CITY OF GOLETA

AND (_________________)

This AGREEMENT FOR PROFESSIONAL <or> PROFESSIONAL DESIGN SERVICES (herein referred to as “AGREEMENT”) is made and entered into this ________ day of ______ , 20____, by and between the CITY OF GOLETA, a municipal corporation (herein referred to as "CITY"), and ______________, ____________ (state type of business entity) (herein referred to as "CONSULTANT").

WHEREAS, the CITY has a need for professional ____________ services for ____________ (state purpose or project name if there is an official project); and

WHEREAS, the CITY does not have the personnel able and/or available to perform the services required under this AGREEMENT, and therefore, the CITY desires to contract for professional services to accomplish this work; and

WHEREAS, the CITY procured these services in compliance with Goleta Municipal Code Section 3.05.260 by _______________.

WHEREAS, the City Council, on this _____ day of _______, 20___, approved this AGREEMENT and authorized the City Manager to execute the AGREEMENT. (For contracts over CM authority)

CITY and CONSULTANT agree as follows:

1. RETENTION AS CONSULTANT

CITY hereby retains CONSULTANT, and CONSULTANT hereby accepts such engagement, to perform the services described in Section 2. CONSULTANT warrants it has the qualifications, experience, and facilities to properly and timely perform said services.

2. DESCRIPTION OF SERVICES

The services to be performed by CONSULTANT are as follows:

Professional ___________ Services in conjunction with ___________ Services shall generally include _____________as more particularly set forth in the Scope of Work, attached as Exhibit “A,” and incorporated herein.

CONSULTANT shall deliver to CITY the deliverables defined in Exhibit “A.” <or> as follows: (If brief, list scope of work here).

Page 15: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 2 of 24

3. COMPENSATION AND PAYMENT

(a) Maximum and Rate. The total compensation payable to CONSULTANT by CITY for the services under this AGREEMENT SHALL NOT EXCEED the sum of $____ (herein "not to exceed amount"), and shall be earned as the work progresses on the following basis:

Hourly at the hourly rates and with reimbursement to CONSULTANT for those expenses set forth in CONSULTANT's Schedule of Fees marked Exhibit "B," attached and incorporated herein. The rates and expenses set forth in that exhibit shall be binding upon CONSULTANT until _________, after which any change in said rates and expenses must be approved in writing by CITY's Project Manager as described in Section 5 (CITY is to be given 60 days notice of any rate increase request), provided the not to exceed amount is the total compensation due CONSULTANT for all work described under this AGREEMENT.

(b) Payment. CONSULTANT shall provide CITY with written verification of the actual compensation earned, which written verification shall be in a form satisfactory to CITY's Project Manager, as described in Section 5. Invoices shall be made no more frequently than on a monthly basis, and describe the work performed (including a list of hours worked by personnel classification). All payments shall be made within 30 days after CITY’s approval of the invoice.

4. EXTRA SERVICES

CITY shall pay CONSULTANT for those CITY authorized extra services, not reasonably included within the services described in Section 2, as mutually agreed to writing in advance of the incurrence of extra services by CONSULTANT. Unless CITY and CONSULTANT have agreed in writing before the performance of extra services, no liability and no right to claim compensation for such extra services or expenses shall exist. The applicable hourly rates for extra services shall be at the hourly rates set forth in the compensation exhibit. Any compensation for extra services shall be part of the total compensation and shall not increase the not to exceed amount identified in Section 3.

5. CITY PROJECT MANAGER AND SERVICES BY CITY

The services to be performed by CONSULTANT shall be accomplished under the general direction of, and coordinate with, CITY's "Project Manager", as that staff person is designated by CITY from time to time, and who presently is ___________Project Manager shall have the authority to act on behalf of the CITY in administering this AGREEMENT but shall not be authorized to extend the term of the AGREEMENT or increase the not to exceed amount.

Page 16: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 3 of 24

6. TERM, PROGRESS AND COMPLETION

The term of this AGREEMENT is from the date first written above to __________, unless term of this AGREEMENT is extended, or the AGREEMENT is terminated as provided for herein.

CONSULTANT shall not commence work on the services to be performed until (i) CONSULTANT furnishes proof of insurance as required by Section 10 below, and (ii) CITY gives written authorization to proceed with the work provided by CITY's Project Manager. All services shall be completed within calendar days following the notice to proceed <or> according to the following schedule: . <or> According to the schedule for delivery of services attached as Exhibit “C” and incorporated herein.

7. OWNERSHIP OF DOCUMENTS

All drawings, designs, data, photographs, reports and other documentation (other than CONSULTANT's drafts, notes and internal memorandum), including duplication of same prepared by CONSULTANT in the performance of these services, are the property of CITY. CITY shall be entitled to immediate possession of the same upon completion of the work under this AGREEMENT, or at any earlier or later time when requested by CITY. CITY agrees to hold CONSULTANT harmless from all damages, claims, expenses, and losses arising out of any reuse of the plans and specifications for purposes other than those described in this AGREEMENT, unless written authorization of CONSULTANT is first obtained.

8. PERSONAL SERVICES/NO ASSIGNMENT/SUBCONTRACTOR

This AGREEMENT is for professional services which are personal to CITY. __________is deemed to be specially experienced and is a key member of CONSULTANT's firm, and shall be directly involved in the performance of this work. This key person shall communicate with, and periodically report to, CITY on the progress of the work. Should any such individual be removed from assisting in this contracted work for any reason, CITY may terminate this AGREEMENT. This AGREEMENT may not be assigned or subcontracted without the City Manager’s prior written consent.

SELECT APPLICABLE LANGUAGE FOR SECTION 9

9. HOLD HARMLESS AND INDEMNITY

LANGUAGE FOR PROFESSIONAL SERVICES (A-C):

(a) Hold Harmless for CONSULTANT's Damages. CONSULTANT holds CITY, its elected officials, officers, agents, and employees, harmless from all of CONSULTANT's claims, demands, lawsuits, judgments, damages, losses, injuries or liability to CONSULTANT, to CONSULTANT's employees, to CONSULTANT’s contractors or subcontractors, or to the owners of CONSULTANT's firm, which

Page 17: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 4 of 24

damages, losses, injuries or liability occur during the work required under this AGREEMENT, or occur while CONSULTANT is on CITY property, or which are connected, directly or indirectly, with CONSULTANT's performance of any activity or work required under this AGREEMENT.

(b) Defense and Indemnity of Third Party Claims/Liability. CONSULTANT shall investigate, defend, and indemnify CITY, its elected officials, officers, agents, and employees, from any claims, lawsuits, demands, judgments, and all liability including, but not limited to, monetary or property damage, lost profit, personal injury, wrongful death, general liability, automobile, infringement of copyright/patent/trademark, or professional errors and omissions arising out of, directly or indirectly, an error, negligence, or omission of CONSULTANT or any of CONSULTANT’s officers, agents, employees, representatives, subconsultants, or subcontractors, or the willful misconduct of CONSULTANT or any of CONSULTANT’s officers, agents, employees, representatives, subconsultants, or subcontractors, in performing the services described in, or normally associated with, this type of contracted work. The duty to defend shall include any suits or actions concerning any activity, product or work required under this AGREEMENT, and also include the payment of all court costs, attorney fees, expert witness costs, investigation costs, claims adjusting costs and any other costs required for and related thereto.

(c) No Waiver. CITY does not waive, nor shall be deemed to have waived, any indemnity, defense or hold harmless rights under this section because of the acceptance by CITY, or the deposit with CITY, of any insurance certificates or policies described in Section 10.

LANGUAGE FOR PROFESSIONAL DESIGN SERVICES (A-C):

(a) Indemnification and Defense for Professional Service. To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless the CITY and any and all of its officials, employees and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities, damages, costs and expenses, including attorney’s fees and costs, to the extent they arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT. CONSULTANT’s duty to defend shall consist of reimbursement of defense costs incurred by CITY in direct proportion to the CONSULTANT’s proportionate percentage of fault. CONSULTANT’s percentage of fault shall be determined, as applicable, by a court of law, jury or arbitrator. In the event any loss, liability or damage is incurred by way of settlement or resolution without a court, jury or arbitrator having made a determination of the CONSULTANT’s percentage of fault, the parties agree to mediation with a third party neutral to determine the CONSULTANT’s proportionate percentage of fault for purposes of determining the amount of indemnity and defense cost reimbursement owed to the CITY.

Page 18: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 5 of 24

(b) For All Other Liabilities. Notwithstanding the foregoing and without diminishing any rights of CITY, for any liability, claim, demand, allegation against CITY arising out of, related to, or pertaining to any act or omission of CONSULTANT, but which is not a design professional service, CONSULTANT shall defend, indemnify, and hold harmless CITY, its officials, employees, and agents (“Indemnified Parties”) from and against any and all damages, costs, expenses (including reasonable attorney fees and expert witness fees), judgments, settlements, and/or arbitration awards, whether for personal or bodily injury, property damage, or economic injury, and arising out of, related to, any concurrent or contributory negligence on the part of the CITY, except for the sole or active negligence of, or willful misconduct of the CITY.

(c) No Waiver. ClTY does not waive, nor shall be deemed to have waived, any indemnity, defense or hold harmless rights under this section because of the acceptance by CITY, or the deposit with CITY, of any insurance certificates or policies described in Section 10.

10. INSURANCE

CONSULTANT shall, at CONSULTANT's sole cost and expense, provide insurance as described herein. All insurance is to be placed with insurers authorized to do business in the State of California with an A.M. Best and Company rating of A- or better, Class VII or better, or as otherwise approved by CITY. Insurance shall include the following (or broader) coverage:

a) Insurance Services Office Commercial Liability coverage “occurrence” form CG 00 01 or its exact equivalent with an edition date prior to 2004 and with minimum limits of $1,000,000 per occurrence and $2,000,000 general aggregate.

b) Insurance Services Office form number CA 00 01 or equivalent covering

Automobile Liability, including hired and non-owned automobile liability with a minimum limit of $1,000,000 per accident. If the Service Provider owns no vehicles, this requirement may be satisfied by a non-owned and hired auto endorsement to Service Provider’s commercial general liability policy.

c) Workers’ Compensation insurance complying with California worker’s

compensation laws, including statutory limits for workers’ compensation and an Employer’s Liability limit of $1,000,000 per accident or disease.

d) Professional liability insurance that covers the services to be performed in

connection with this agreement, in the minimum amount of $1,000,000 per claim.

Page 19: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 6 of 24

Liability insurance policies required to be provided by CONSULTANT hereunder shall contain or be endorsed to contain the following provisions:

a) CITY, its employees, officials, agents and member agencies shall be covered as additional insureds. Coverage shall apply to any and all liability arising out of the work performed or related to the contract. Additional insured status under the general liability requirement shall be provided on Insurance Services Office Form CG 20 10, with an edition date prior to 2004, or its equivalent. Additional insured status for completed operations shall be provided either in the additional insured form or through another endorsement such as CG 20 37, or its equivalent.

b) General and automobile liability insurance shall apply separately to each

insured against whom a claim is made or suit is brought, except with respect to the limits of the insurer’s liability. Coverage will not be limited to CITY’s vicarious liability.

c) Professional liability insurance policies inception date, continuity date, or

retroactive date must be before the effective date of this agreement. CONSULTANT agrees to maintain continuous coverage through a period no less than three years after completion of the services required by this agreement.

d) Liability coverage shall be primary and non-contributing with any insurance

maintained by CITY.

e) Evidence of coverage (including the workers’ compensation and employer’s liability policies) shall provide that coverage shall not be suspended, voided, canceled or reduced in coverage or in limits except after 30 days’ prior written notice has been given to CITY. Such provision shall not include any limitation of liability of the insurer for failure to provide such notice.

f) No liability insurance coverage provided to comply with this AGREEMENT

shall prohibit CONSULTANT, or CONSULTANT’s employees, or agents, from waiving the right of recovery prior to a loss. CONSULTANT waives its right of recovery against CITY.

g) CONSULTANT agrees to deposit with CITY within fifteen days of Notice to

Proceed of the Contract certificates of insurance and required endorsements.

h) There shall be no recourse against CITY for payment of premiums or other

amounts with respect to the insurance required to be provided by CONSULTANT hereunder. Any failure, actual or alleged, on the part of CITY to monitor compliance with these requirements will not be deemed as a waiver of any rights on the part of CITY. CITY has no additional obligations

Page 20: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 7 of 24

by virtue of requiring the insurance set forth herein. In the event any policy of insurance required under this AGREEMENT does not comply with these requirements or is canceled and not replaced, CITY has the right but not the duty to obtain the insurance it deems necessary and any premium paid by CITY will be promptly reimbursed by CONSULTANT or CITY will withhold amounts sufficient to pay premium from CONSULTANT payments.

i) CONSULTANT agrees to provide immediate notice to CITY of any claim or

loss against CONSULTANT arising out of the work performed under this AGREEMENT. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY.

11. RELATIONSHIP OF CONSULTANT TO CITY

The relationship of the CONSULTANT to CITY shall be that of an independent contractor and that in no event shall CONSULTANT be considered an officer, agent, servant or employee of CITY. CONSULTANT shall be solely responsible for any workers compensation insurance, withholding taxes, unemployment insurance, and any other employer obligations associated with the described work.

12. CORRECTIONS

In addition to the above indemnification obligations, CONSULTANT shall correct, at its expense, all errors in the work that may be disclosed during CITY's review of CONSULTANT's report or plans. Should CONSULTANT fail to make such correction in a reasonably timely manner, such correction shall be made by CITY, and the cost thereof shall be charged to CONSULTANT or withheld from any funds due to CONSULTANT hereunder.

13. TERMINATION BY CITY

CITY, by notifying CONSULTANT in writing, may upon 10 calendar days notice, terminate without cause any portion or all of the services agreed to be performed under this AGREEMENT. If termination is for cause, no notice period need be given. In the event of termination, CONSULTANT shall have the right and obligation to immediately assemble work in progress for the purpose of closing out the job. All compensation for actual work performed and charges outstanding at the time of termination shall be payable by CITY to CONSULTANT within 30 days following submission of a final statement by CONSULTANT unless termination is for cause. In such event, CONSULTANT shall be compensated only to the extent required by law.

14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE

The acceptance by CONSULTANT of the final payment made under this AGREEMENT shall operate as and be a release of CITY from all claims and liabilities

Page 21: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 8 of 24

for compensation to CONSULTANT for anything done, furnished, or relating to CONSULTANT'S work or services. Acceptance of payment shall be any negotiation of CITY's check or the failure to make a written extra compensation claim within 10 calendar days of the receipt of that check. However, approval or payment by CITY shall not constitute, nor be deemed, a release of the responsibility and liability of CONSULTANT, its employees, subcontractors, agents and CONSULTANTs for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability by CITY for any defect or error in the work prepared by CONSULTANT, its employees, subcontractors, agents and consultants.

15. AUDIT OF RECORDS

At any time during normal business hours and as often as it may deem necessary, CONSULTANT shall make available to a representative of CITY for examination of all its records with respect to all matters covered by this AGREEMENT and will permit CITY to audit, examine and/or reproduce such records. CONSULTANT will retain such financial records, time sheets, work progress reports, invoices, bills and project records for at least two years after termination or final payment under this AGREEMENT.

16. WAIVER; REMEDIES CUMULATIVE

Failure by a party to insist upon the strict performance of any of the provisions of this AGREEMENT by the other party, irrespective of the length of time for which such failure continues, shall not constitute a waiver of such party's right to demand strict compliance by such other party in the future. No waiver by a party of a default or breach of the other party shall be effective or binding upon such party unless made in writing by such party, and no such waiver shall be implied from any omissions by a party to take any action with respect to such default or breach. No express written waiver of a specified default or breach shall affect any other default or breach, or cover any other period of time, other than any default or breach and/or period of time specified. All of the remedies permitted or available to a party under this AGREEMENT, or at law or in equity, shall be cumulative and alternative, and invocation of any such right or remedy shall not constitute a waiver or election of remedies with respect to any other permitted or available right of remedy.

17. CONFLICT OF INTEREST

CONSULTANT is unaware of any CITY employee or official that has a financial interest in CONSULTANT'S business. During the term of this AGREEMENT and/or as a result of being awarded this AGREEMENT, CONSULTANT shall not offer, encourage or accept any financial interest in CONSULTANT'S business by any CITY employee or official.

Page 22: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 9 of 24

18. CONSTRUCTION OF LANGUAGE OF AGREEMENT

The provisions of this AGREEMENT shall be construed as a whole according to its common meaning of purpose of providing a public benefit and not strictly for or against any party. It shall be construed consistent with the provisions hereof, in order to achieve the objectives and purposes of the parties. Wherever required by the context, the singular shall include the plural and vice versa, and the masculine gender shall include the feminine or neutral genders or vice versa.

19. MITIGATION OF DAMAGES

In all situations arising out of this AGREEMENT, the parties shall attempt to avoid and minimize the damages resulting from the conduct of the other party.

20. GOVERNING LAW

This AGREEMENT, and the rights and obligations of the parties, shall be governed and interpreted in accordance with the laws of the State of California. Should litigation occur, venue shall be in Superior Court of Santa Barbara County.

21. NONDISCRIMINATION

CONSULTANT shall not discriminate on the basis of race, color, gender, gender identity/expression, pregnancy, sexual orientation, disability, marital status, or any other characteristic protected under applicable federal or state law.

22. TAXPAYER IDENTIFICATION NUMBER

CONSULTANT shall provide CITY with a complete Request for Taxpayer Identification Number and Certification, Form W-9 (Rev. October 2018), as issued by the Internal Revenue Service.

23. NON-APPROPRIATION OF FUNDS

Payments due and payable to CONSULTANT for current services are within the current budget and within an available, unexhausted and unencumbered appropriation of CITY funds. In the event CITY has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this AGREEMENT shall cover only those costs incurred up to the conclusion of the current fiscal year.

24. MODIFICATION OF AGREEMENT

The tasks described in this AGREEMENT and all other terms of this AGREEMENT may be modified only upon mutual written consent of CITY and CONSULTANT.

Page 23: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 10 of 24

25. USE OF THE TERM “CITY”

Reference to “CITY” in this AGREEMENT includes City Manager or any authorized representative acting on behalf of CITY.

26. PERMITS AND LICENSES

CONSULTANT, at its sole expense, shall obtain and maintain during the term of this AGREEMENT, all appropriate permits, licenses, and certificates that may be required in connection with the performance of services under this AGREEMENT.

27. CAPTIONS

The captions or headings in this AGREEMENT are for convenience only and in no other way define, limit or describe the scope or intent of any provision or section of the AGREEMENT.

28. AUTHORIZATION

Each party has expressly authorized the execution of this AGREEMENT on its behalf and bind said party and its respective administrators, officers, directors, shareholders, divisions, subsidiaries, agents, employees, successors, assigns, principals, partners, joint venturers, insurance carriers and any others who may claim through it to this AGREEMENT.

29. ENTIRE AGREEMENT BETWEEN PARTIES

Except for CONSULTANT'S proposals and submitted representations for obtaining this AGREEMENT, this AGREEMENT supersedes any other agreements, either oral or in writing, between the parties hereto with respect to the rendering of services, and contains all of the covenants and agreements between the parties with respect to said services.

30. PARTIAL INVALIDITY

If any provision in this AGREEMENT is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way.

31. NOTICES

Any notice required to be given hereunder shall be deemed to have been given by depositing said notice in the United States mail, postage prepaid, and addressed as follows:

Page 24: REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS …

Geotechnical Services Fire Station No. 10

City of Goleta Department and Consultant Name

Page 11 of 24

TO CITY: Attention: Michelle Greene, City Manager City of Goleta 130 Cremona Drive, Suite B Goleta, CA 93117

TO CONSULTANT: _____________________

32. COUNTERPARTS AND ELECTRONIC/FACSIMILE SIGNATURES

This Agreement may be executed in several counterparts, which may be facsimile or electronic copies. Each counterpart is fully effective as an original, and together constitutes one and the same instrument.

In concurrence and witness whereof, this AGREEMENT has been executed

by the parties effective on the date and year first above written.

CITY OF GOLETA CONSULTANT _____________________________ _____________________________ Michelle Greene, City Manager By: Title: ATTEST _____________________________ _____________________________ Deborah Lopez, City Clerk By: Title: APPROVED AS TO FORM: MICHAEL JENKINS, CITY ATTORNEY _____________________________ Winnie Cai, Assistant City Attorney


Recommended