proposals due: friday, january 26, 2018 by … due: friday, january 26, ... the selected firm under...

15
REQUEST FOR PROPOSALS #RFP-2018-03 PROJECT: COYOTE CREEK WATERSHED HYDROLOGICAL ANALYSIS AND RESTORATION DESIGN The Authority is issuing this Request for Proposals for Hydrological Analysis and Restoration Design. PROPOSALS DUE: FRIDAY, JANUARY 26, 2018 by 5PM PACIFIC DAYLIGHT TIME

Upload: hanhi

Post on 20-May-2018

214 views

Category:

Documents


2 download

TRANSCRIPT

REQUEST

FOR

PROPOSALS #RFP-2018-03

PROJECT: COYOTE CREEK WATERSHED HYDROLOGICAL ANALYSIS AND RESTORATION DESIGN The Authority is issuing this Request for Proposals for Hydrological Analysis and Restoration Design.

PROPOSALS DUE: FRIDAY, JANUARY 26, 2018 by 5PM PACIFIC DAYLIGHT TIME

RFP – 2018-03 – Page 2

Request for Proposals HYDROLOGICAL ANALYSIS AND RESTORATION DESIGN

BACKGROUND & SCOPE OF WORK

PURPOSE OF REQUEST FOR PROPOSALS The Santa Clara Valley Open Space Authority (“Authority”) is soliciting proposals from qualified consultants with expertise in hydrological analysis and restoration design. The Authority is seeking proposals from experienced firms for hydrological analysis and restoration design services which will be on an “As Needed” basis within a three (3) year term not to exceed $250,000. The selected professionals will have proven experience in hydrological analysis and restoration design projects with federal, state and local agencies with a focus on hydro-ecological restoration and green infrastructure design in peri-urban, agricultural, and natural settings, and be fully qualified to perform or oversee services requested by the Authority in this RFP.

BACKGROUND The Authority is an independent special district created on February 1, 1993, by an act of the Legislature and is governed by a seven-member elected board of directors. The Authority serves a large portion of Santa Clara County by protecting sensitive lands, preserving natural communities, and managing open space. The Authority has preserved over 22,000 acres, which include three preserves with over 20 miles of trail.

OBJECTIVES The Authority is seeking a hydrological analysis and restoration design firm (“prime contractor”) to work with staff and project partners on a variety of tasks that support the organization’s conservation planning projects at the watershed and property scale. An example of watershed scale planning that is underway includes the Coyote Valley Water Resource Investment Strategy, an examination of restoration feasibility and development conceptual restoration designs for the historic Laguna Seca Wetland complex and Fisher Creek drainage for the purposes of wetland and riparian habitat enhancement, stormwater quality improvements, groundwater recharge, and downstream flood risk reduction within the Coyote Creek Watershed. An example of a property-scale project includes development of a stream, floodplain, and historic wetland and riparian forest restoration design for the Pajaro River Agricultural Preserve, a 280-acre agricultural property located at the confluence of Pajaro River and Llagas Creek. Serving on an as-needed basis, services performed through this RFP will provide the Authority staff with more capacity to perform a variety of tasks related to hydrological restoration design planning and analysis that support key agency initiatives.

SCOPE OF WORK To provide hydrological analysis and restoration design services which will be on an “As Needed” basis within a three (3) year term. The Consultant(s) would be responsible for providing tasks as outlined below. The selected firm under this RFP will respond to Authority-issued Task Orders that describe the scope of services needed for specific projects. The Consultant will be required to prepare a scope of work and fee proposals for each said task that will require Authority authorization to proceed. The Contract for Services will be for a three (3) year term and may authorize up to $250,000 in total through any number of Task Orders.

RFP – 2018-03 – Page 3

Project tasks may include but are not limited to:

Development of Hydrological Restoration Designs • Evaluate hydrological conditions and restoration opportunities at the site/parcel and sub-basin

scale • Evaluate feasibility and benefits of hydrological restoration or enhancement actions for habitat,

stormwater, groundwater recharge and flood benefits • Facilitate/collaborate in restoration design charrettes with Authority and project partners • Develop conceptual restoration designs and alternatives

Hydrologic and Hydraulic Model Development and Updates

• Develop new hydrologic or hydraulic models for existing and future conditions • Review and update existing hydrologic or hydraulic models • Execute model runs for a variety (e.g. Q2 to Q100) flow events

Conduct field surveys and collect ground surveys

• Verify field conditions • Collect ground survey points and transects • Install surface water and groundwater field gages

Technical Documentation, Reporting, and figure development

• Prepare technical memorandums or reports to document hydrologic and hydraulic model results, the process and rationale behind restoration design development, and tables and graphics to illustrate results.

• Reporting may also be needed to document existing conditions, opportunities and constraints and recommendations

• Restoration design may result in design drawings and details MINIMUM BIDDER REQUIREMENTS Bidders must meet the following minimum requirements:

• Proven experience in hydrological analysis and restoration design with federal, state and local agencies with a focus on hydro-ecological restoration and green infrastructure design in peri-urban, agricultural, and natural settings.

• Experience in planning processes including or similar to Santa Clara Valley Water District’s One Water Master Plan, Santa Clara Valley Urban Runoff Pollution Prevention Program’s Santa Clara Basin Stormwater Resources Plan, and the City of San Jose’s Green Infrastructure Plan

• Proven hydrologic analysis and restoration design expertise with similar landscape, land use and habitats as those within the Authority’s Jurisdiction

• Agree to terms of the Authority’s Professional Services Agreement included herein as Attachment 1.

RFP – 2018-03 – Page 4

SUBMISSION, REVIEW & SPECIAL CONDITIONS REGISTRATION OF INTENT TO SUBMIT RESPONSE It is recommended that each prime contractor who plans to submit a proposal also provide a registration of intent with the Authority. This registration will allow the Authority to notify all consultants of any changes, questions, concerns and any other matters related to this request for information and proposals. To provide a registration of intent, email the following information to [email protected] with the Subject Line of “RFP-2018-03”:

1. Name of Business/Company 2. Address of Business/Company 3. Name of Contact at Business/Company 4. Telephone number of Contact at Business/Company 5. Email Address of Contact at Business/Company

Failure to provide a registration of intent may result in not being informed of changes, questions and concerns related to this request for information and proposals.

PREPARATION OF RESPONSES All responses to the questions in the REQUIRED INFORMATION section must be answered fully and consultant must be able to substantiate provided information. Each response shall be signed by an individual who has authority to obligate the consultant.

1. KEY DATES*

Event Date

RFP Issuance Date January 12, 2018

Deadline to submit questions January 19, 2018 at 5:00 p.m.

Final addenda released January 22, 2018

Deadline to submit proposal January 26, 2018 at 5:00 p.m.

Potential Interview Date January 31, 2018

Award Bid February 8, 2018

* Dates subject to change

2. SUBMISSION OF RESPONSES

Submit two (2) hardcopies and one (1) electronic copy (flash drive preferred) of the proposal. No facsimiles or emailed copies will be accepted. Proposals shall be delivered in a sealed manner and clearly marked on the outside envelope: “Response for Santa Clara Valley Open Space Authority RFP 2018-03” and addressed as noted below.

Responses must be received in the office of the Authority no later than 5:00 P.M. Pacific Daylight Time, Friday, January 26, 2018. Late responses will not be considered.

RFP – 2018-03 – Page 5

Mailing Address: Santa Clara Valley Open Space Authority

ATTN: RFP-2018-03 33 Las Colinas Lane San Jose, CA 95119

E-mail and facsimile responses will not be considered. Consultants shall have sole responsibility for delivery of responses on time and to the proper location. Note: Any deviation from the requirements listed above may result in the response being considered non-responsive, thus eliminating a consultant from further consideration.

The Authority cautions consultants to assure actual delivery of mailed or hand-delivered responses directly to the address noted above by the established deadline. A response received by the Authority after the established deadline will not be considered.

3. ADDENDA

The Authority will post any addenda on the Authority’s website and notify properly registered consultants of such postings. Consultants shall be responsible for ensuring that all addenda are included in their responses.

4. CONSULTANT QUESTIONS

Any questions about this RFP shall be submitted in writing to [email protected] on or before January 19, 2018 at 5:00 P.M. PDT. The Authority will post written responses to questions and deliver same to registered consultants no later than January 22, 2018. Responses may be posted incrementally as received.

5. PUBLIC RECORDS LAW

Pursuant to the California Public Records Act (California Government Code Section 6250 and following), public records are open to inspection at all times during the office hours of the Authority and every person has a right to inspect any public record or request copies of public records. All submitted responses are public records and are subject to public disclosure pursuant to the California Public Records Act.

6. ACCEPTANCE

Submission of any response indicates acceptance of the conditions contained in this Request for Proposals.

7. RESPONSE COSTS

Those submitting responses do so entirely at their own expense. The Authority will not be responsible for reimbursement to any individual or firm for any costs incurred in preparing or submitting responses, providing additional information when requested by the Authority, or for participating in any interviews or meetings.

8. NON-DISCRIMINATION

No person shall be excluded from participation in, denied any benefits or otherwise discriminated against in connection with the award and performance of any contract on the basis of race, religious

RFP – 2018-03 – Page 6

creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, sexual orientation, age (over 40), military and veteran status of any person, or any other non-merit factor unrelated to job duties and protected by law.

RESPONSE FORMAT 1. RESPONSE FORMAT

To facilitate the analysis of responses to this Request for Proposals, prime contractors are required to prepare their response in accordance with the instructions outlined in this section. Each consultant is required to submit their response in a sealed package. A consultant whose response deviates from these instructions may be considered non-responsive and may be disqualified at the discretion of the Authority.

A response should be prepared as simply as possible and provide a straightforward, concise description of the consultant’s capabilities to satisfy the requirements of this Request for Proposals. Emphasis should be concentrated on accuracy, completeness, and clarity of content. All parts, pages, figures and tables should be numbered and clearly labeled.

Instructions relative to each part of the response to this Request for Proposals are defined in the remainder of this section.

2. REQUIRED INFORMATION

The prime contractor must include the following major sections:

• EXECUTIVE SUMMARY This part of the response should be limited to a brief narrative highlighting how the prime contractor and their subconsultants expertise and experience qualifies for this RFP and specifically experience in performing hydrologic analysis, restoration and related reporting.

• PROPOSED RATE SCHEDULE

The prime contractor shall include hourly billing rates for all proposed work and team members including subconsultants that may work on tasks related to this RFP as well as other costs that may be required to perform said work.

• FIRM QUALIFICATIONS

Please provide an overview of the prime contractor and subconsultant firm experience and a summary narrative describing how each is qualified to perform tasks that may be requested under this RFP. Please reference specific examples of services provided and include a description of work products prepared as part of your performance.

• RELEVANT EXPERIENCE The prime contractor and subconsultants must provide a description of experience, including information about successful hydrologic analysis and design projects within the region and related landscapes demonstrating the team’s experience in successful related projects. The description of experience shall include work with local governments and special districts, if any. For all projects included please provide the client name and contact information, general scope of work, total fees and time/year that work was performed. Please do not include information on projects that are not similar in character to the scope of work described in this RFP.

RFP – 2018-03 – Page 7

• TEAM RESUMES Please provide resumes for all team members who may work on future projects as part of this RFP including education, special expertise, licensing or certifications and relevant project experience.

• REFERENCES

A list of at least three (3) clients (include names of contact persons, telephone numbers, brief description of the work performed) for whom the consultant has performed services similar to those required by this RFP.

• STATEMENT OF AGREEMENT WITH TERMS OF CONTRACT

The consultant must provide a statement that indicates agreement to the terms of the contract (Attachment 1) including an agreement to meet the insurance requirements.

EVALUATION OF RESPONSES 1. EVALUATION METHOD

Proposals will be evaluated by Authority staff members and recommended to the Authority’s Board of Directors for approval. Proposals will be evaluated for responsiveness of the RFP, including completeness of response and quality of response. Authority staff may conduct interviews as part of the selection process.

The Authority’s Board of Directors will award the contract to the most responsible and qualified proposal submitter. The “most responsible and qualified bidder” means the bidder deemed by the Board of Directors that best fits the needs of the service contract. In determining the most responsible and qualified bidder, the Board of Directors may use the following criteria:

A. Experience of the bidder performing hydrologic analysis and design.

B. Experience of the bidder including past performance of firm on contracts of similar size and scope.

C. Experience and qualifications of personnel and subconsultants employed by the bidder.

D. Demonstrated understanding of the scope of the service.

E. Demonstrated understanding of landscape scale hydrologic modeling, analysis and design with a multi-partner approach to implementation

F. Best overall financial return to the Board of Directors on the contract

A responsible proposal submitter who has demonstrated the attribute of trustworthiness, as well as quality, fitness, and experience to satisfactorily perform the work or provide the goods required. The Authority’s Board of Directors may reject any proposal if:

A. The applicant fails to respond to the RFP Required Information, or otherwise comply with the format and submission required set forth in this RFP, or

B. The applicant misstates or conceals any material fact in the response.

The Authority may reject all nonconforming, non-responsive or conditional proposals, and may waive any minor informalities or irregularities in any proposal and at the Authority’s sole discretion. The Authority’s Board of Directors may reject all proposals.

Page1of8Santa Clara Valley Open Space Authority Agreement for Services

CONTRACTFORSERVICESTHISAGREEMENTisenteredintobetweentheSantaClaraValleyOpenSpaceAuthority(hereinafter

“Authority”)and[INSERTNAME](hereinafter“Contractor”)andsetsforththetermsofthisAgreement.AuthorityandContractorarecollectivelyreferredtoasthe"Parties."ThisAgreementiseffectiveuponfullexecutionofthisAgreementbytheParties.

RECITALSWHEREAS,AuthoritydesirestoengagetheservicesofContractortoprovidetheservicesherein

described;and

WHEREAS,ContractordesirestoperformsuchservicesforAuthority;

NOW, THEREFORE, in consideration of the facts recited above, and the mutual covenants, terms,conditionsandrestrictionscontainedherein,andpursuanttothelawsoftheStateofCalifornia,thepartiesagreeasfollows:

1. ScopeoftheAgreement

a. DuringthetermofthisAgreement,Contractorshallprovidethe[(OPTION1)servicesset forth intheScope ofWork, attached hereto as Exhibit A and hereby incorporated by reference. However, if anyprovisionortermofExhibitAconflictswithanyprovisionortermofthisAgreement,theprovisionsandtermsofthisAgreementshallprevailandsupersedeanyinconsistentprovisionsortermsinExhibitA.(OROPTION2)followingservices:_________________________.]

b. All documents, materials, and records of a finished nature, including but not limited to final plans,specifications,videooraudiotapes,photographs,computerdata,software,reports,maps,electronicfilesandfilms,andanyfinalrevisions,preparedorobtainedintheperformanceofthisAgreement(collectively“work product”), shall be delivered to and become the property of Authority without restriction orlimitationontheiruse.Alldocumentsandmaterialsofapreliminarynature,includingbutnotlimitedtonotes,sketches,preliminaryplans,computationsandotherdata,andanyothermaterialreferencedinthissection,orpreparedorobtainedintheperformanceofthisAgreement,shallbemadeavailable,uponrequest, toAuthorityatnoadditional chargeandwithout restrictionor limitationon theiruse.UponAuthority’s request, Contractor shall execute appropriate documents to assign to the District thecopyrightortrademarktoworkproductcreatedpursuanttothisAgreement.ContractorshallreturnallAuthority’spropertyinContractor’scontrolorpossessionimmediatelyupontermination.

2. Payment

a. PaymentforServices.[(OPTION1)Authorityshallpayforservicesandreimbursableexpensesinatotalamountof$______________uponcompletionoftheservicestothesatisfactionofAuthorityanddeliveryoftheworkproduct. (OROPTION2)Authorityshallpay forservicesperformed inaccordancewith thisAgreement according to the fee schedule and any reimbursable expenses contained in Exhibit B.ContractorshallinvoiceAuthoritymonthly.(OROPTION3)AuthorityshallpayforservicesperformedinaccordancewiththisAgreementatanhourlyrateof$____________,andreimbursableexpensesintheamountof$______________.ContractorshallinvoiceAuthoritymonthly.]

Page2of8

Santa Clara Valley Open Space Authority Agreement for Services

b. [(OPTIONALPROVISIONINLIEUOFREIMBURSIBLEEXPENSESABOVE)ReimbursementofExpenses.

AllexpensesincurredaspartofthisAgreementwillbereimbursedatactualcost.]

c. [THISISANOPTIONALNOTTOEXCEEDPROVISIONTOADDTOOPTIONS2AND3SETFORTHONSUBSECTIONa.:]MaximumPayment.ContractoragreesthatfeesandanyreimbursableexpensestocompletetheservicespromisedunderthisAgreementshallnotexceedamaximumof$___________.

d. AuditofRecords.Contractorshallmaintaincompleteandaccuraterecordsofallpayrolls,expenditures,

disbursementsandothercostitemschargedtoAuthorityorestablishingthebasisforaninvoice,foraminimumoffour(4)yearsfromthedateoffinalpaymenttoContractor.Allsuchrecordsshallbeclearlyidentifiable.ContractorshallallowanAuthorityrepresentativetoinspect,examine,copyandauditsuchrecordsduringregularbusinesshoursupon24hours’notice.

3. TimeforPerformance

Contractor’sworkshallbescheduledandperformedtomeetagreed‐upondeadlines.ThetermofthisAgreementshallend[(OPTION1:)onorbefore[INSERTENDDATE],unlessabandonedasprovidedinsection5below.ThetimeforperformancemaynotbeextendedwithoutAuthority’sexpresswrittenapproval.(OROPTION2:)whentheservicesdescribedhereinarecompleted,unlessabandonedasprovidedinsection5below.]

4. StandardofPerformance

ServicesshallbeperformedbyContractorinaccordancewithgenerallyacceptedprofessionalpracticesandprinciples and in amanner consistentwith the level of care and skill ordinarily exercised under similarconditionsbymembersofContractor’sprofessioncurrentlypracticinginCalifornia.

5. AbandonmentofProject

Authorityshallhavetherighttoabandonorindefinitelypostpone(“abandonment”)theprojectthatisthesubjectmatterof thisAgreementand theserviceshereunder,oranyportionthereof,atany time. Insuchevent, Authority shall give written notice of such abandonment. In the event of abandonment prior tocompletionoftheproject,Contractorshallceaseworkimmediately.Allchargesincurreduptothetimeofnotice of abandonment, togetherwith any other charges outstanding at the time of termination, shall bepayablebyAuthoritywithin30days followingsubmissionofa finalstatementbyContractorandshallbeconsideredasfullpaymentduehereunder.However,AuthoritymayconditionpaymentofsuchcompensationuponContractor’sdeliverytoAuthorityofanyorallworkproductgeneratedbyContractorpursuanttothisAgreement.

6. ContractorasIndependentContractor

AtalltimesduringthetermofthisAgreement,itisexpresslyagreedthatintheperformanceoftheservicesnecessary tocarryoutthisAgreement,Contractorshallbean independentcontractorandshallnotbeanemployee of Authority. It is agreed that Authority is interested only in the results obtained and thatContractor shall perform as an independent contractor with sole control of the manner and means ofperformingtheservicesrequiredunderthisAgreement.AuthorityshallhavetherighttocontrolContractoronlyinsofarastheresultsofContractor'sservicesrenderedpursuanttothisAgreement;however,AuthorityshallnothavetherighttocontrolthemeansbywhichContractoraccomplishestheresultsrequiredunderthis Agreement. Contractor has and shall retain the right to exercise full control and supervision of theservices,andfullcontrolovertheemployment,direction,compensationanddischargeofallpersonsassistingContractorintheperformanceofContractor'sserviceshereunder.Contractorshallbesolelyresponsibleforallmatters relating to the payment of Contractor's employees, including compliancewith social security,withholding,andallotherregulationsgoverningsuchmatters,andshallbesolelyresponsibleforContractor'sown acts and this of Contractor's subordinates, subcontractors, agents, and employees. Contractor isresponsible for all insurance andall taxes, charges, fees, benefits or contributions required tobepaid or

Page3of8

Santa Clara Valley Open Space Authority Agreement for Services

withheldonbehalfofContractor,including,butnotlimitedto,compliancewithsocialsecurity,withholding,and all other regulations governing such matters. Contractor is not entitled to any employee benefits.Contractor shall exonerate, indemnify,defend, andholdharmlessAuthority (which shall include,withoutlimitation,itsofficers,agents,employeesandvolunteers)fromandagainstanyandallfederal,state,andlocaltaxes,charges,fees,orcontributionsrequiredtobepaidwithrespecttoContractorandContractor’sofficers,employees and agents engaged in the performance of this Agreement (including, without limitation,unemploymentinsurance,socialsecurityandpayrolltaxwithholding).

7. Non‐Discrimination

DuringandinrelationtotheperformanceofthisAgreement,Contractoragreesasfollows.Contractorshallnotdiscriminateagainstanyemployeeorapplicantforemploymentbecauseofrace,religiouscreed,color,nationalorigin,ancestry,physicaldisability,mentaldisability,medicalcondition,geneticinformation,maritalstatus,sex,gender,genderidentity,genderexpression,sexualorientation,age(over40),militaryandveteranstatusofanyperson,oranyothernon‐meritfactorunrelatedtojobdutiesandprotectedbylaw.Contractorwill takeaffirmativeactiontoensurethatapplicantsareemployedandthatemployeesaretreatedduringemploymentwithoutregardtotheirrace,religiouscreed,color,nationalorigin,ancestry,physicaldisability,mentaldisability,medicalcondition,geneticinformation,maritalstatus,sex,gender,genderidentity,genderexpression,sexualorientation,age(over40),militaryandveteranstatusofanyperson,oranyothernon‐meritfactorunrelatedtojobdutiesandprotectedbylaw.Suchactionshallinclude,butnotbelimitedto,thefollowing: employment, upgrading, demotion or transfer, recruitment advertising, layoffs or termination,rates of pay or other forms of compensation, and selection for training, including apprenticeship.Furthermore,Contractorshallincludethisrequirementinanyandallsub‐contractsitentersintoinanywayrelated to this Agreement. Nothing in this section shall prohibit Contractor from applying a bona fideoccupationalqualification,oranyotherexceptionestablishedbytheCaliforniaFairEmploymentandHousingActunderGovernmentCodeSection12940.

8. Indemnification

a. Contractoragreestoindemnify,holdharmless,defendandprotectAuthority,itsdirectors,officers,officials,employees,agentsandinvitees,fromandagainstanyandallclaims,losses,damages,demands,liabilities,suits,costs,expenses(includingattorneys'fees),penalties,judgments,orobligationswhatsoeverarisingoutof,pertainingorrelatingtothenegligence,omission,recklessnessorwillfulmisconductofContractor,itsemployees,subcontractors,oragents,oronaccountoftheperformanceorcharacteroftheServicesorinanywayrelatedtoactivityconductedbyContractor,exceptforanysuchclaimresultedfromthesolenegligenceortheintentionalandwillfulmisconductofAuthority,itsofficers,directors,agentsoremployees.TheprovisionsofthissectionshallsurvivetheterminationorexpirationofthisAgreement.ItisunderstoodthatthedutyofContractortoindemnifyandholdharmlessincludesthedutytodefendassetforthinsection2778oftheCaliforniaCivilCode.AcceptanceofinsurancecertificatesandendorsementsrequiredunderthisAgreementdoesnotrelieveContractorfromliabilityunderthisindemnificationandholdharmlessclause.Thisindemnificationandholdharmlessclauseshallapplywhetherornotsuchinsurancepoliciesshallhavebeendeterminedtobeapplicabletoanyofsuchdamagesorclaimsfordamages.

b. TheprovisionsofthissectionshallsurvivetheterminationorexpirationofthisAgreement.

9. Insurance

a. ContractorshallprocureandkeepinforceduringthetermofthisAgreement,atContractor'sowncostandexpense,thefollowingpoliciesofinsurancewithcompanieslicensedtodobusinessintheStateof

Page4of8

Santa Clara Valley Open Space Authority Agreement for Services

California,which are rated at least "A" or better byA.M. Best Company andwhich are acceptable toAuthority:i) If Contractor has and will have employees during the term of this Agreement, Workers'

CompensationInsuranceasrequiredbylawwithlimitsof$1,000,000;

ii) ComprehensiveorCommercialGeneralLiabilityInsurance,whichshallbeoccurrencecoverage,intheminimumamountof$1,000,000peroccurrence,$2,000,000aggregate,combinedsinglelimit, including coverage for: (a) bodily injury, (b) personal injury, (c) broad formpropertydamage,(d)contractualliability,and(e)cross‐liability;

iii) Business Automobile Liability Insurance for each of Contractor’s vehicles used in the

performance of this Contract, including owned, non‐owned (e.g., owned by Contractor’semployees),leasedorhiredvehicles,intheminimumamountof$1,000,000peroccurrenceforbodilyinjuryandpropertydamage;and

iv) ProfessionalLiabilityInsurance(orErrorsandOmissionsInsurance)intheminimumamountof

$1,000,000.Thepolicymustcontainacrossliabilityorseverabilityofinterestclause.Ifthepolicyis on a claims‐made basis, coverage must extend to a minimum of three (3) years beyondcompletionoftheservicesprovidedpursuanttothisAgreement.Ifcoverageiscancelledornon‐renewed,andnotreplacedwithanotherclaimsmadepolicyformwitha“retroactivedate”priortothisAgreement’seffectivedate,Contractorshallpurchase“extendedreporting”coveragefora minimum of three (3) years after completion of the services provided pursuant to thisAgreement.

AllrequiredinsuranceshallbeplacedwithCalifornia‐admittedinsurers.ContractorcertifiesthatContractorisawareoftheprovisionsofSection3700oftheCaliforniaLabor Code, which requires every employer to be insured against liability for Workers'Compensationor toundertake self‐insurance in accordancewith theprovisionsof thatCode.ContractorshallcomplywiththeprovisionsofSection3700oftheLaborCodebeforecommencingtheperformanceoftheworkunderthisAgreement.

IntheeventthatanycoveragerequiredundertheAgreementisreduced,limited,ormateriallyaffected

inanyothermanner,ContractorshallprovidewrittennoticetoDistrictatContractor'searliestpossibleopportunityandinnocaselaterthanfivedaysafterContractorisnotifiedofthechangeincoverage.

Inthecaseofthebreachofanyprovisionofthissection,Authoritymay,atAuthority’soption:(1)takeoutandmaintain,attheexpenseofContractor,suchtypesofinsuranceinthenameofContractorasAuthoritymaydeem;(2)orderContractortostopworkundertheAgreementuntilContractorcomplieswiththeinsurancerequirementsrequiredbythisAgreement;or(3)terminatethisAgreement.

b. OtherInsuranceProvisions.Thepoliciesshallincludeorbeendorsedtoinclude,butnotlimitedto,

thefollowingprovisions:i) Authority, its officers, officials, employees and volunteers are to be covered as additional

insuredsasrespects:liabilityarisingoutofactivitiesperformedbyoronbehalfofContractor;products and completed operations of Contractor, premises owned, occupied or used byContractor,orautomobilesowned,leased,hiredorborrowedbyContractor.ThecoverageshallcontainnospeciallimitationsonthescopeoftheprotectionaffordedtoAuthority,itsofficers,

Page5of8

Santa Clara Valley Open Space Authority Agreement for Services

officials,employeesorvolunteers,andnoendorsementshallbeattachedlimitingthecoverage.ContractorshallfurnishAuthoritywithcertificatesofinsuranceandwithoriginalendorsementseffectingcoveragerequiredbythisclause.

ii) Contractor's insurancecoverageshallbeprimary insuranceasrespectsAuthority, itsofficers,

officials,employeesandvolunteers.Anyinsuranceorself‐insurancemaintainedbyAuthority,itsofficers,officials,employeesorvolunteersshallbe inexcessofContractor's insuranceandshallnotcontributetoit.

iii) Anyfailuretocomplywithreportingprovisionsofthepoliciesshallnotaffectcoverageprovided

toAuthority,itsofficers,officials,employeesorvolunteers.

iv) Contractor'sinsuranceshallapplyseparatelytoeachinsuredagainstwhomclaimismadeorsuitisbrought,exceptwithrespecttothelimitsoftheinsurer'sliability.

10. PrevailingWageandLaborCompliance

WorkdoneunderthisagreementmaybesubjecttotheprevailingwageandotherprovisionsoftheCaliforniaLaborCoderequirements(seeLaborCodesections1720etseq.).TheContractorshallpayprevailingwagetoallpersonsemployedintheperformanceofanypartoftheProjectandotherwisecomplywithallassociatedrequirementsandobligations,ifrequiredbylawtodoso.

11. AssignmentAsubstantial inducementtoAuthority forentering intothisAgreement istheprofessionalreputationandcompetenceofContractor.Contractorshallnotassignorotherwisetransferanyrights,duties,obligationsorinterest in this Agreement or arising hereunder to any persons or entitieswhatsoeverwithout the priorwrittenconsentofAuthorityandanyattempttoassignortransferwithoutsuchpriorwrittenconsentshallbevoidandshallterminatethisAgreement.Consenttoanysingleassignmentortransfershallnotconstituteconsenttoanyfurtherassignmentortransfer.

12. Subcontractora. ContractorwillperformtheworkpersonallyorthroughContractor’semployees.Contractormay

subcontractworkonlyasspecifiedinthisAgreementoruponpriorapprovalofAuthority.Ifsubcontractingofworkispermitted,Contractorshallpaysubcontractorwithinten(10)daysofreceiptofpaymentbyAuthorityforworkperformedbyasubcontractorandbilledbyContractor.

b. AuthorityisanintendedbeneficiaryofanyworkperformedbythesubcontractorforpurposesofestablishingadutyofcarebetweenthesubcontractorandAuthority.

13. ConflictofInterest

ContractorwarrantsandcovenantsthatContractorpresentlyhasnointerestin,norshallanyinterestbehereinafteracquiredin,anymatterwhichwillrendertheservicesrequiredundertheprovisionsofthisAgreementaviolationofanyapplicablestate,local,orfederallaw.Intheeventthatanyconflictofinterestshouldneverthelesshereinafterarise,ContractorshallpromptlynotifyAuthorityoftheexistenceofsuchconflictofinterestsothatAuthoritymaydeterminewhethertoterminatethisAgreement.ContractorfurtherwarrantsitscompliancewiththePoliticalReformAct(GovernmentCode§81000etseq.)respectingthisAgreement.

14. CompliancewithLaws

IntheperformanceofthisAgreement,ContractorshallabidebyandconformtoanyandallapplicablelawsoftheUnitedStatesandtheStateofCalifornia,andallordinances,regulations,andpoliciesofAuthorityandotherlocalagencywithjurisdiction.ContractorwarrantsthatallworkdoneunderthisAgreementwillbein

Page6of8Santa Clara Valley Open Space Authority Agreement for Services

compliancewithallapplicablesafetyrules,laws,statutes,andpractices,includingbutnotlimitedtoCal/OSHAregulations.Ifalicense,permit,orregistrationofanykindisrequiredbylawofContractor,itsemployees,agents,orsubcontractorstopracticeContractor’sprofession,Contractorrepresentsandwarrantsthatsuchlicensehasbeenobtained, isvalidand ingoodstanding,andContractorshallkeep it ineffectatall timesduringthetermofthisAgreement.

15. ChangesinWorkNopaymentforchangedoradditionalworkshallbemadeunlessthechangedoradditionalworkhasfirstbeenapprovedinwritingbyAuthorityandthePartieshaveagreedupontheappropriateadjustment,ifany,tothepaymentscheduleandmaximumpaymentamountforthechangedoradditionalwork.

16. AccidentReportsContractorshallimmediatelyreport(assoonasfeasible,butnotmorethan24hours)toAuthorityanyaccidentorotheroccurrencecausinginjurytopersonsorpropertyduringtheperformanceofthisAgreement.IfrequiredbyAuthority,thereportshallbemadeinwritingandshallinclude,ataminimum:(a)thenames,addresses,andtelephonenumbersofthepersonsinvolved,(b)thenames,addressesandtelephonenumbersofanyknownwitnesses,(c)thedate,timeanddescriptionoftheaccidentorotheroccurrence.

17. DefaultIntheeventthatContractordefaultsinanyobligationofContractorunderthisAgreement,orContractordefaultsintheperformanceofanyofthetermsandconditionsofthisAgreement,Authoritymay,atitsoption,declarethisAgreementtobeindefaultand,atanytimethereafter,maydoanyoneormoreofthefollowing:(1)enforceperformanceoftheAgreementbyContractor;(2)terminatethisAgreement;or(3)performtheobligationsofContractor,whereuponContractorshallreimburseAuthorityforanyamountspaidorexpensesincurredbyAuthorityintheperformanceofsuchobligations.TheaboveremediesareinadditiontoanyotherremediesatlaworequityAuthoritymayhave.ContractorshallpayorreimburseAuthorityforallofAuthority’scostsandexpenses,incurredinenforcingitsrightshereunder.

18. NoticesIfeitherpartyshalldesireorberequiredtogivenoticetotheother,suchnoticeshallbegiveninwriting,andshallbe:(1)personallydelivered;(2)depositedintheUnitedStatesmail,certifiedorregistered,postagepre‐paid,returnreceiptrequested;or(3)sentelectronicallyviaemailwithacopyalsodepositedintheUnitedStatesmail,FirstClasspostage.Noticeshallbeaddressedtotherecipientasfollows:

AUTHORITY:

CONTRACTOR:

SantaClaraValleyOpenSpaceAuthority33 Las Colinas LaneSanJose,CA95119Attention:[INSERT]Email:[INSERT]

Attention:[INSERT]Email: [INSERT]

Eitherpartymaychangeitsaddressbygivingnoticetotheotherinthemannerprovidedherein.

Page7of8Santa Clara Valley Open Space Authority Agreement for Services

ContractorshallmailinvoicestoAuthorityattheabovereferencedaddress,butshallmakeinvoicestotheattentionof"Accountant,"[email protected].

19. EntireAgreementThisAgreementcontainsalloftheagreementsandunderstandingsofthepartiespertainingtothesubjectmatter contained herein and supersedes all prior, contemporaneous agreements, representations andunderstandingsoftheparties.ThisAgreementcannotbeamendedormodifiedexceptbywrittenagreementofalltheparties.

20. WaiverNowaiverofanyoftheprovisionsofthisAgreementshallbedeemedorshallconstituteawaiverofanyotherprovision,whetherornotsimilar,norshallanywaiverconstituteacontinuingwaiver. NowaivershallbebindingunlessexecutedinwritingbythePartymakingthewaiver.

21. SeverabilityShouldanypartofthisAgreementbedeclaredbyafinaldecisionbyacourttobeunconstitutional,invalid,orbeyondtheauthorityofeitherofthePartiestoenterintoorcarryout,suchdecisionshallnotaffectthevalidityoftheremainderofthisAgreement,whichshallcontinueinfullforceandeffect,providedthattheremainderofthisAgreement,absenttheunexcisedportion,canbereasonablyinterpretedtogiveeffecttotheintentionsoftheParties.

22. InterpretationSectionheadingsinthisAgreementareusedsolelyforconvenienceandshallbewhollydisregardedintheconstructionofthisAgreement.

23. GoverningLawandVenueThisAgreementshallbeconstruedandinterpretedinaccordancewiththelawsoftheStateofCalifornia.Ifanypartyhereininitiatesanactiontoenforcethetermshereofordeclarerightshereunder,thepartiesagreethatvenuethereofshallbetheCountyofSantaClara,StateofCalifornia.

24. AdviceofCounselBothpartieshavehadafullandcompleteopportunitytohavetheAgreementreviewedbylegalcounsel,andno presumption or rule that ambiguity shall be construed against the drafting party shall apply to theinterpretationorenforcementofthisAgreement.

25. TimeOfTheEssenceTimeisherebyexpresslydeclaredtobeoftheessenceinthisAgreementandofeachandeveryprovisionthereof,andeachsuchprovisionisherebymadeanddeclaredtobeamaterial,necessaryandessentialpartofthisAgreement.

ThesignatoriesbelowwarrantandrepresentthattheyhavealllegalauthorityandcapacitytoenterintothisAgreement.INWITNESSWHEREOF,ContractorandAuthorityherebyexecutethisAgreement.

Page8of8Santa Clara Valley Open Space Authority Agreement for Services

SANTACLARAVALLEYOPENSPACEAUTHORITY

AndreaMackenzieGeneralManager

[INSERTNAMEOFCONTRACTOR/BUSINESS]

[INSERTNAME][INSERTTITLE]

[

Dated:______________________________________________

Dated:_____________________________________________