Loading...
HomeMy WebLinkAbout11-Development Services CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: James Funk, Director Subject: Resolution approving Agreement for Professional Architectural and Engineering Services with Owen Parking Group, Inc. for design and construction of the Santa Fe Depot Parking Structure Project (GB04-19). Dept: Development Services Date: April 10, 2006 May 1,2006 CC<Q)~Y MCC Date: Synopsis of Previous Council Action: 08/15/05 Adopted FY 2005/06 Five-Year Capital Improvement Program (CIP) which included Project No. GB04-19 "Santa Fe Depot Parking Structure." 09/19/05 Adopted Resolution No. 2005-317 authorizing the execution of Amendment Number 3 and ratifying Amendment Number 2 to the Cooperative Agreement between the City of San Bernardino and the San Bernardino Associated Governments (SANBAG) for the San Bernardino Metrolink Commuter Rail Station and the San Bernardino Santa Fe Depot Rehabilitation Project, Contract No. 04-040. 11/07/05 Resolution No. 2005-370 adopted approving Agreement for Professional Services awarded to Transtech Engineers, Inc. to provide Program Management Services for the Santa Fe Depot Parking Structure Project (GB04-19) and authorization for the Director of Finance to amend the FY 2005/06 Budget. Recommended Motion: ~9- Adopt Resolution. Contact Person: Mike Grubbs, Eng. Manager/Field Eng. Phone: 5179 Supporting data attached: StaffRepart, Resa, Exhibit "A" (Agreement), and Exhibit "B (RFP) Ward: I FUNDING REQUIREMENTS: Amount: $ 399.608.00 Source: (Acct. No) 242-362-5504-7576 Acct. Description: Santa Depot Parking Structure (GB04-19) Finance: Agenda Item No. S~Jo(, Council Notes: :;2.0 06 - ! / { CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect: Resolution approving Agreement for Professional Architectural and Engineering Services with Owen Parking Group, Inc. for design and construction of the Santa Fe Depot Parking Structure Project (GB04-l9). Back2round: On August 15, 2005, the Mayor and Common Council adopted the FY 2005/06 Capital Improvement Program (CIP). The CIP included provisions for a parking structure containing approximately 350 spaces located on the north side of2od Street between Mt. Vernon Avenue and Viaduct Boulevard. This project was requested by the San Bernardino Associated Governments (SANBAG) to alleviate a shortage of parking for Metrolink riders. The original 305 parking spaces available to Metrolink riders adjacent to the Santa Fe Depot and the Metrolink Station is not adequate for current or future needs. As a short-term interim solution, SANBAG agreed to fund an additional temporary parking lot to add 149 more spaces. The temporary parking lot construction was completed in February of 2006, giving a total of 453 spaces currently available to Metrolink riders. However, projections indicate a future need for an additional 350 parking spaces in the area. The new parking structure is proposed to be 3 levels and provide at least 350 new parking spaces. The cost of the project is currently estimated at $6,200,000, which consists of a combination of Congestion Management and Air Quality (CMAQ) and SANBAG local funding. On July 25, 2005, the City received notification from Caltrans that our request for authorization to proceed with preliminary engineering was approved. The amount approved was $900,000, consisting of$53l,000 in federal funds and $369,000 in local matching funds provided by SANBAG. However, SANBAG is in the process of rearranging funding so that the split will be $796,770 in federal fund reimbursement and Sl03,230 in local matching funds from SANBAG. Per an amended agreement with SANBAG, the local match will be advanced in a phased manner while the City will be required to seek reimbursement in arrears from Caltrans. Upon completion of the preliminary engineering phase of the project, a request for authorization for construction funding will be submitted to Caltrans. On November 7, 2005, the Mayor and Common Council approved an Agreement with Transtech Engineers to provide Program Management Services. One of the first orders of work for the Program Manager was to retain a specialized parking structure design firm to provide Architectural and Engineering services to design the parking structure. The scope of sen'ices as agreed by the Program Manager and the City Engineer is to provide Architectural and Engineering Services, including, but not limited to: ]. 04/13/20063:39 PM CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT (Continued) SCOPE OF SERVICES During the PS&E phase, the Architect will be responsible for Architectural, structural, 1. PS&E PHASE mechanical, electrical lighting, plumbing, parking layout, planning, engineering, utility coordination, landscape architecture (sub-consultant), geotechnical engineering (sub- SERVICES (WILL consultant) cost estimate (sub-consultant), and specification. The City will assume INCLUDE 35%, 65%, responsibility for surveying and civil engineering. I 95% AND 100% I LEVEL SUBMITTALS) In addition, the consultant may be required to attend 12 meetings including presentations to the City Council/Planning Commission and public meetings. During the Bidding and Contract Award Phase, the Architect may attend the pre-bid and 2. BIDDING AND assist the Program Manager in preparing responses to prospective bidders. The consultant CONTRACT AWARD may also be requested to assist the Program Manager in evaluation of bids and preparation PHASE SERVICES of a schedule of values to be used to determine the amounts of progress payments to i contractors. I During the .Construction, the Architect will be required to attend meetings at the construction site or City when requested by Program Manager. Architect will bring only appropriate staff to atten.d the meeting based on meeting agenda. i When requested by Program Manager, the Architect will provide support during construction , assuming 360 hrs maximum of which 100 hrs will be for structural engineer field inspection 3. CONSTRUCTION PHASE SERVICES and observation. The remaining 250 hours are for review and approve of shop drawings, response to questions, preparation of as-built plans, and other technical support activities as necessary and as requested by the Program manager. If questions relate to issues which I are not sufficiently covered in the documents prepared by the Architect, the City will not pay I for architect's time to clarify or provide correct information for such items. Attend project walk-through and prepare punch lists, when requested by Program Manager. , Requests for Proposals (RFP) for Professional Services were sent to 18 architectural firms that specialize in Parking Structure design. Four (4) firms responded to the RFP. Proposals were received from the following consultant entities: , 1. COMPANY NAME Chong Partners Architecture , Address 405 Howard, 5th Floor, San Francisco, CA 94105 . 2. COMPANY NAME Johnson Fain Architecture , Address 11201 North Broadway, Los Angeles, CA 90012 i . 3. COMPANY NAME I Owen Group ! Address 20 Morgan, Irvine, CA 92618 4. COMPANY NAME Watry Design, Inc. I Address I 1700 Sea ort Blvd. Suite 210. Redwood Cit ,CA 94063 I p y All Proposers who submitted a written proposal were invited for oral interviews in front of a selection panel. The selection panel included staff members from Development Services Department, City Manager's Office and SANBAG. 3 04/13/20063:39 PM CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT (Continued) The panel members interviewed each consultant team. The panel members then ranked each consultant team. The ranking criteria included: . Experience in completing similar work. . Understanding of project needs and issues, and proposed scope of work, schedule and'level of effort to complete the project in an efficient manner. . References and performance records on similar projects and/or undertakings, with emphasis on project cost and schedule control. . Completeness of the Proposal and compliance with the required format. . Demonstration of team's understanding of project needs and issues, and proposed scope of work, schedule and level of effort to complete the project in an efficient manner. . Key Project Team Members' (Project Manager, Parking Structure Lead Project Design Engineer) experience in managing and designing similar projects. . Team's responses to interview questions (including clarity, correctness and completeness of responses to questions). The panel members unanimously selected the Owen Group as the most qualified firm. Proposed fees submitted by proposers were as follows: Consultant Fee submitted Final negotiated with proposal Fee I Owen Group $505,842 $399,608 I Ranked No 1 by all panel members unanimously i Johnson Fain Architecture $743,221 N/A . . ! 5651.433 N/A Chong Partners ArchItecture I Watry Design. Inc. I I $643,887 N/A The proposal submitted by Owen Group offers the lowest proposed consultant fee and was determined to be clearly superior by the rating panel based on a consideration of all the rating factors. A pre-award audit, as required by Caltrans Local Assistance Procedure No. LPP 00-05, was completed by the CPA firm of Vasquez & Company, LLP and submitted to Caltrans Audits and Investigations on March 22, 2006. This pre-award audit, which examines such factors as reasonableness of the Consultant's proposed costs, adequacy of the consultant's accounting system for the prospective contract, and the consultant's financial capability to perform the proposed contract, is required prior to award of any federally funded design contract in an amount exceeding 5250,000. :\ttached is an Agreement for Services, marked Exhibit '"A." with Owen Group to provide Architectural Senices for the parking structure at the Santa Fe Depot. The form of the Agreement is as specified in the laltrans Local Programs Manual for federally funded projects. The design is anticipated to be completed by end of 2006. construction to start In early 2007 and cOlbtruction completed by summer.2008. .j <i.j 13/20063:39 PM CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT (Continued) Market conditions in the area may provide an opportunity for retail commercial development along 2nd Street in the vicinity of the Santa Fe Depot. Therefore, the proposed parking structure will be set back approximately 150 feet to accommodate future retail development along the 2nd Street corridor. It is desirable that the realignment of Viaduct Boulevard be completed prior to start of construction of the parking structure. We anticipate that the realignment can be funded in the FY 2006/07 CIP budget and the realignment of Viaduct Boulevard can be completed prior to start of construction of the parking structure. Financial Impact: Funding for this project was allocated in Account No. 242-362-5504-7576 in the amount of $531,000 in FY 2005/06 for preliminary engineering and $5,469,000 in FY 2006/07 for construction using a combination of CMAQ and SANBAG funding. The SANBAG Board of Directors, on September 22, 2005, programmed a total of $711,140 to match the federal funding amount of $5,488,860 for a total funding amount of $6,200,000. On September 19, 2005, Resolution No. 2005-317 was adopted, approving Amendment 3 to the Cooperative Agreement between the City of San Bernardino and the San Bernardino Associated Governments (SANBAG) for the San Bernardino MetrQlink Commuter Rail Station and the San Bernardino Santa Fe Depot Rehabilitation Project, Contract No. 04-040. Under terms of Amendment No.3, an amount of $103,230 will be immediately made available from SANBAG as local match for CMAQ funds approved for PS&E and environmental clearance work. On November 7, 2005, the Mayor and Common Council approved an Agreement with Transtech Engineers in the amount of $586,000 to provide Program Management Services and authorized the Director of Finance to amend the FY2005/06 Budget to reflect increased revenues and expenditures from SANBAG in the amount of 5369,000 for a total funding amount in Account No. 242-362-5504-7576 of 5900.000 (5796,770 in federal reimbursement and $103,230 in SANBAG funding). Approximately 40% of Transtech Engineer's fee ($586,000 x 40% = $234,000) will be charged to Preliminary Engineering. Approximately 90% of the Owen Group fee ($399,608 x 90% = $359,600) will be charged to Preliminary Engineering, giving a total encumbrance against preliminary engineering of 5234,400 + $359,600 = $594,000. This encumbrance is within the allocated budget amount of $900,000. The balance of Transtech Engineer's and Owen Group will be charged to the construction allocation, which is presently estimated to be approximately 55,500,000. 88.53 % of the cost of this Agreement with Owen Group and other costs associated with Preliminary Engineering will be reimbursed by the Federal Highway Administration (FHW A) through Caltrans. The remaining 11.47% will be reimbursed by SANBAG. Recommendation: Adopt Resolution. 5 04/13/2006 3:39 PM 1 2 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING AN AGREEMENT FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING 4 SERVICES WITH OWEN DESIGN GROUP, INC. FOR DESIGN AND CONSTRUCTION OF THE SANTA FE DEPOT PARKING STRUCTURE PROJECT 5 (GB04-19). 6 3 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 7 OF SAN BERNARDINO AS FOLLOWS: 8 9 10 SECTION 1. Owen Design Group, Inc., 20 Morgan, Irvine, CA 92618 is competent, experienced and has provided the most advantageous and best proposal for provision of Professional Architectural and Engineering Services for design and construction of the Santa Fe 11 Depot parking structure project (GB04-19) per Agreement for Services, attached hereto and 12 13 incorporated herein as Exhibit "A", for the not-to-exceed amount of $399,608. Pursuant to this determination, the Finance Department is hereby authorized and directed to issue Purchase 14 15 Orders for said services to said firm which references this Resolution. The Mayor is hereby 16 authorized and directed to execute said Agreement on behalf of the City. 17 SECTION 2. The authorization to execute the above-referenced Agreement is rescinded 18 ifit is not executed within sixty (60) days ofthe passage of this resolution. 19 III 20 III 21 22 23 24 25 26 27 28 - I - 1 RESOLUTION ........ APPROVING AN AGREEMENT FOR PROFESSIONAL 2 ARCHITECTURAL AND ENGINEERING SERVICES WITH OWEN DESIGN GROUP, INC. FOR DESIGN AND CONSTRUCTION OF THE SANTA FE DEPOT PARKING 3 STRUCTURE PROJECT (GB04-19). 4 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 6 Common Council of the City of San Bernardino at a 7 8 9 10 11 12 13 meeting thereof, held on the day of , 2006, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA BAXTER MC GINNIS DERRY KELLEY 14 15 JOHNSON 16 MC CAMMACK 17 18 19 Rachel Clark, City Clerk 20 21 22 23 24 25 26 27 28 The foregoing resolution is hereby approved this ,2006. day of Patrick J. Morris, Mayor City of San Bernardino Approved as to Form: J~~II~ City Attorney - 2 - EXHIBIT "A" ARCHITECTURAL SERVICES. METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT AGREEMENT FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES AT THE METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT BY AND BETWEEN CITY OF SAN BERNARDINO AND OWEN DESIGN GROUP, INC. This AGREEMENT FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES BY AND BETWEEN CITY OF SAN BERNARDINO (AGENCY) and OWEN GROUP, INC., doing business in California as OWEN DESIGN GROUP, INC., a Nevada corporation (CONSULTANT) is made and entered into effective as of the day of , 2006, by and between the AGENCY and the CONSULTANT. SECTION 1. TERM OF AGREEMENT. The term of this AGREEMENT shall be for a period of 36 months from the effective date of this AGREEMENT, as first shown above. Such term may be extended upon written agreement of both parties to this AGREEMENT. SECTION 2. SUBCONTRACTORS. CONSULTANT shall perform the services contemplated under this AGREEMENT using the resources available within its own organization and any subcontractors that have been authorized, in writing, by the AGENCY. Any substitution of subcontractors must be approved, in writing, by the AGENCY. Any subcontract with a value in excess of TWENTY- FIVE THOUSAND DOLLARS ($25,000) that is executed by CONSULTANT in connection with this AGREEMENT shall contain all of the provisions of this AGREEMENT that are stipulated herein to be applicable to subcontractors. SECTION 3. SCOPE OF SERVICES. CONSULTANT agrees to perform the services set forth in CONSULTANT's Proposal for Professional Architectural and Engineering Services dated January 12, 2006, and Presentation dated January 26, 2006, on file in the City Clerk's Office, and portions of which are attached and incorporated herein as Attachment 1 of this AGREEMENT; and as set forth in the City's Request for Statement of Qualifications and Technical Proposals dated November 23, 2005, attached and incorporated herein as Attachment 4 of this AGREEMENT. AGREEMENT Page 1 EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT SECTION 4. ADDITIONAL SERVICES. (a) CONSULTANT shall not be compensated for any services rendered in connection with its performance of this AGREEMENT which are in addition to or outside of those described in this AGREEMENT, unless such additional services are authorized in advance and in writing by the AGENCY. CONSULTANT shall be compensated for any such additional authorized services in the amounts and in the manner agreed to in writing by the AGENCY. (b) In the event that, due to causes beyond the control of and without the fault or negligence of CONSULTANT, CONSULTANT fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, the AGENCY may grant to CONSULTANT such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. SECTION 5. COMPENSATION AND METHOD OF PAYMENT. (a) CONSULTANT. Shall be compensated in the manner and amounts specified in Attachment 2 of this AGREEMENT. The total compensation due CONSULTANT shall not exceed the amount set forth in the budget contained in Attachment 2 unless additional compensation has been approved in writing in advance by the AGENCY. Notwithstanding the established not-to-exceed budget, CONSULTANT shall incur only such costs as are reasonable and necessary and in the best interests of the AGENCY. If, at any time, CONSULTANT estimates the cost of performing the services described in CONSULTANT's Proposal will exceed the budget for such services including approved additional compensation, CONSULTANT shall notify the AGENCY immediately in writing indicating the additional amount necessary to complete the services. Any cost incurred by CONSUL TANT in excess of the aforesaid limitation without the express written consent of the AGENCY shall be at CONSULTANT's own risk. (b) As soon as practical after the first day of each calendar month, CONSULTANT shall furnish to AGENCY an original invoice. The invoice shall identify all compensation due CONSULTANT by AGENCY and shall be in accord with CONSULTANT's Proposal. AGENCY shall use its best efforts to pay the amount invoiced in full within thirty (30) days after receipt of invoice. (c) AGENCY shall independently review each invoice submitted by the CONSULTANT to determine if said invoice is in compliance with all provisions of this AGREEMENT. All CONSULTANT costs and expenses and any subcontractor costs and expenses must be in accord with the Contract Cost Principles and Procedures of the Federal Acquisition Regulation, 48 CFR Part 31 et seq. (the FAR), and Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, 49 CFR Part 18. Any costs and expenses for which payment has been made to CONSULTANT and/or CONSULTANT's subcontractors that are determined by subsequent audit to be unallowable are subject to repayment by CONSULTANT and/or CONSULTANT's subcontractors to AGENCY. The eligibility requirements for subcontractor Page 2 AGREEMENT EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT cost and expenses, as described in this SECTION 5(c), must be contained in all subcontracts of CONSULTANT. Further, all subcontracts of CONSULTANT must include a provision mandating reimbursement of AGENCY for any costs for which payment has been made that are determined to be unallowable by subsequent audit. (d) In the event AGENCY disputes any costs or expenses in any invoice, AGENCY shall notify CONSULTANT within thirty (30) days of receipt by AGENCY of said invoice. AGENCY shall process the undisputed portion of said invoice. CONSULTANT shall correct and resubmit any properly disputed portions of said invoice. (e) Payment to CONSULTANT for services performed pursuant to this AGREEMENT shall not be deemed to waive any deficiencies in services performed by CONSULTANT. SECTION 6. DEFICIENT SERVICES. CONSULTANT represents and warrants that it has the qualifications, experience and facilities necessary to properly perform the services required under this AGREEMENT. CONSULTANT shall at all times competently, and, consistent with its ability, experience and talents, perform all services described herein. In meeting its obligations under this AGREEMENT, CONSULTANT shall employ, at a minimum, generally accepted standards and practices utilized by consulting firms engaged in providing services similar to those required of CONSULTANT under this AGREEMENT. AGENCY may disapprove services that do not conform to these standards and practices and may withhold or deny compensation for deficient services. Upon disapproval of services by AGENCY, CONSULTANT shall immediately re-perform, at its own costs, the services that are deficient. AGENCY must notify CONSULTANT in writing of the existence of such deficient services within a reasonable time, not to exceed sixty (60) days after its discovery thereof, but in no event later than one (1) year after the completion of such deficient services. No approval, disapproval, or omission to provide approval or disapproval shall release CONSULTANT from any responsibility under this AGREEMENT. SECTION 7. OWNERSHIP OF DOCUMENTS. All original maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files and other documents prepared, developed or discovered by CONSULTANT in the course of providing any services pursuant to this AGREEMENT shall be the sole property of AGENCY and may be used, reused or otherwise disposed of by AGENCY without the permission of the CONSULTANT. Upon satisfactory completion of, or in the event of expiration, termination, suspension, or abandonment of this AGREEMENT, CONSUL TANT shall turn over to AGENCY all such maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files and other documents which CONSULTANT may have temporarily retained for use by CONSULTANT staff. With respect to computer files, CONSULTANT shall make available to the AGENCY, Page 3 AGREEMENT EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT upon reasonable written request by the AGENCY, the necessary computer software and hardware for purposes of accessing, compiling, transferring and printing computer files. SECTION 8. CONSULTANT'S BOOKS AND RECORDS. (a) CONSULTANT shall maintain any and all documents and records demonstrating or relating to CONSULTANT's performance of services pursuant to this AGREEMENT. CONSULTANT shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, or other documents or records evidencing or relating to work, services, expenditures and disbursements charged to AGENCY pursuant to this AGREEMENT. Any and all such documents or records shall be maintained in accordance with generally accepted accounting principles and shall be sufficiently complete and detailed so as to permit an accurate evaluation of the services provided by CONSULTANT pursuant to this AGREEMENT. Any and all such documents or records shall be maintained for not less than four years from the date of final payment made in accordance with this AGREEMENT and to the extent required by laws relating to audits of public agencies and their expenditures. (b) Any and all records or documents required to be maintained pursuant to this SECTION 8 shall be made available for inspection, audit and copying, at any time during regular business hours, upon written request by AGENCY or its designated representatives or representatives of any governmental entity, including the Federal Highway Administration and Caltrans, that is providing funding for the Project, if a portion of such funding is used to compensate CONSULTANT hereunder. Copies of such documents or records shall be provided directly to the AGENCY for inspection, audit and copying when it is practical to do so; otherwise, unless an alternative is mutually agreed upon, such documents and records shall be made available at CONSULTANT's address indicated for receipt of notices in this AGREEMENT. (c) Where AGENCY has reason to believe that any of the documents or records required to be maintained pursuant to this SECTION 8 may be lost or discarded due to dissolution or termination of CONSULTANT's business, AGENCY may, by written request, require that custody of such documents or records be given to the requesting party and that such documents and records be maintained by the requesting party. Access to such documents and records shall be granted to AGENCY, as well as to its successors-in-interest and authorized representatives. SECTION 9. STATUS OF CONSULTANT. (a) CONSULTANT is and shall at all times remain a wholly independent CONSULTANT and not an officer, employee or agent of AGENCY. CONSULTANT shall have no authority to bind AGENCY in any manner, nor to incur any obligation, debt or liability of any kind on behalf of or against AGENCY, whether by contract or otherwise, unless such authority is expressly conferred under this AGREEMENT or is otherwise expressly conferred in writing by AGENCY. AGREEMENT Page 4 EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT (b) The personnel performing the services under this AGREEMENT on behalf of CONSULTANT shall at all times be under CONSULTANT's exclusive direction and control. Neither AGENCY, nor any elected or appointed boards, officers, officials, employees or agents of AGENCY, shall have control over the conduct of CONSULTANT or any of CONSULTANT's officers, employees or agents, except as set forth in this AGREEMENT. CONSULTANT shall not at any time or in any manner represent that CONSULTANT or any of CONSULTANT's officers, employees or agents are in any manner officials, officers, employees or agents of AGENCY. (c) Neither CONSULTANT, nor any of CONSULTANT's officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to AGENCY's employees. CONSULTANT expressly waives any claim CONSULTANT may have to any such rights. (d) Pers Eligibility Indemnity. In the event that CONSULTANT or any employee, agent, or subcontractor of CONSULTANT providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, CONSULTANT shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of CONSULTANT or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. SECTION 10. COMPLIANCE WITH APPLICABLE LAWS; PERMITS, LICENSES. CONSULTANT shall keep itself informed of and comply with all applicable federal, state and local laws, statutes, codes, ordinances, regulations and rules in effect during the term of this AGREEMENT. CONSULTANT shall obtain any and all licenses, permits and authorizations necessary to perform the services set forth in this AGREEMENT. SECTION 11. DISADVANTAGED BUSINESS ENTERPRISES. (a) During the term of this AGREEMENT, CONSULTANT shall make good faith efforts to ensure that Disadvantaged Business Enterprises (DBEs) have the maximum opportunity to successfully participate in the work under this AGREEMENT and that CONSULTANT meets the required DBE goal(s). A good faith effort to ensure DBEs have the maximum opportunity to participate in work under this AGREEMENT shall include but not be limited to the following: (1) Negotiating in good faith to attempt to finalize and execute subcontract agreements with all DBEs that have been proposed to AGENCY by CONSULTANT. AGREEMENT Page 5 EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT (2) Utilizing DBE suppliers and DBE subcontractors, where possible, and documenting all efforts to do so. (3) Providing assistance to DBE subcontractors or suppliers in obtaining required bonding and lines of credit. (4) Notifying a DBE in writing of any potential problem and attempting to resolve the problem prior to formally requesting AGENCY approval to substitute for the DBE. (5) Making timely payment of all monies due and owing to DBE subcontractors and suppliers. (6) Alerting AGENCY in a timely manner of any problems anticipated in attaining CONSULTANT's DBE participation goal(s). (b) If CONSULTANT seeks approval from the AGENCY for the substitution of DBE subcontractors or suppliers, CONSULTANT shall use good faith efforts to substitute other DBE subcontractors or suppliers. (c) Changes to this AGREEMENT that increase or decrease DBE participation shall be appropriately reflected in all reports to AGENCY that describe DBE participation in the Project. (d) All subcontractors and suppliers that are to be counted by CONSULTANT toward the achievement of CONSULTANT's DBE goal must be certified. CONSULTANT is responsible for verifying and monitoring the certificate status of its DBE subcontractors and suppliers. AGENCY is not a DBE certifying agency. AGENCY will accept DBE certification by Caltrans, or other organizations that certify the eligibility of DBEs in accordance with 49 CFR 26. (e) CONSULTANT and AGENCY agree that CONSULTANT shall make a good faith effort to achieve the DBE goal. (f) A good faith effort to achieve the DBE goal may be demonstrated by CONSULTANT through one or more of the following: (1) Planning to use DBE subcontractors and suppliers to a greater degree than that needed to achieve any DBE goal established for this AGREEMENT. (2) Actively soliciting substitute DBE subcontractors and suppliers to replace DBE organizations that are unable to participate in the Project in spite of the initial agreement of said DBE organizations to undertake work for the Project. AGREEMENT Page 6 EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT (3) Providing additional work to existing Project DBE subcontractors should changes in CONSULTANT's Incremental Scopes of Services eliminate or reduce work assignments planned for DBE subcontractors. (g) CONSULTANT must carefully record CONSULTANT's good faith efforts to achieve the DBE goal and must share said records with AGENCY if requested to do so. SECTION 12. FAIR EMPLOYMENT PRACTICES. (a) In the performance of this AGREEMENT, CONSULTANT will not discriminate against any employee because of race, color, sex, religion, national origin, age, ancestry, pregnancy, disability, sexual orientation, medical condition or marital status and shall comply with the provisions of the State Fair Employment Practices Act as set forth in Part 4.5 of the Division 2 of the California Labor Code; the Federal Civil Rights Act of 1964, and all amendments thereto; Executive Order No. 11246; and all administrative rules and regulations issued pursuant to such acts and order. CONSULTANT will take affirmative action to ensure that employees are treated during employment without regard to their race, sex, actual or perceived sexual orientation, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship. CONSULTANT shall post in conspicuous places, available to employees for employment, notices provided by state and federal agencies regarding fair employment practices. (b) Remedies for willful violation: (1) The AGENCY may determine a willful violation of the fair employment provision of this AGREEMENT to have occurred upon receipt of a final judgment to that effect from a court in an action to which CONSULTANT was a party, or upon receipt of a written notice form the Fair Employment and Housing Commission that it has investigated and determined that CONSULTANT has violated the Fair Employment Practices Act and had issued an order under Labor Code Section 1426 which has become final or has obtained an injunction under Labor Code Section 1429. (2) For willful violation of the fair employment provision of this AGREEMENT, the AGENCY shall have the right to terminate this AGREEMENT, either in whole or in part, and any loss or damage sustained by AGENCY in securing the goods or services described herein shall be borne by and paid for by CONSULTANT and AGENCY may deduct from any moneys due or that thereafter may become due to CONSULTANT, the difference between the price named in the AGREEMENT and the actual cost thereof to AGENCY to cure CONSULTANT's breach of this AGREEMENT. AGREEMENT Page 7 EXHIBIT "A" ARCHITECTURAL SERVICES. METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT SECTION 13. NONDISCRIMINATION ASSURANCES. (a) CONSUL TANT hereby agrees that it will comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d 42 U.S.C. 2000d-4 (the ACT), and all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted Programs of the Department of Transportation Effectuation of Title VI of the Civil Rights Act of 1964 (the REGULATIONS), the Federal- Aid Highway Act of 1973, and other pertinent directives, to the end that in accordance with the ACT, REGULATIONS, and other pertinent directives, no person in the United States shall, on the basis of race, color, sex, national origin, religion, age or disability, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity of CONSULTANT under this AGREEMENT. (b) CONSULTANT, without limiting the above general assurance, hereby gives the following specific assurances: (1 ) CONSULTANT agrees that each program and each facility as defined in subsections 21.23(e) and 21.23(b) of the REGULATIONS will be conducted or will be operated in compliance with all requirements imposed by, or pursuant to, the REGULATIONS. (2) CONSULTANT shall insert the following notification in all solicitations for bids for work or material made in connection with this AGREEMENT and, in adapted form, in all proposals for negotiated agreements: CONSULTANT hereby notifies all bidders that it will affirmatively ensure that in any agreement entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin, age, religion, or disability in consideration for an award. (3) CONSULTANT agrees that the United States and the State of California have a right to seek judicial enforcement with regard to any matter arising under the ACT, the REGULATIONS, and this AGREEMENT. (4) CONSULTANT shall provide for such methods of administering its obligations under the AGREEMENT as are found by the U.S. Secretary of Transportation, or the official to whom he delegates specific authority, to give reasonable guarantee that CONSULTANTS and its agents, subcontractors, and successors in interest will comply with all requirements imposed by, or pursuant to the ACT, the REGULATIONS, and this AGREEMENT. AGREEMENT Page 8 EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT SECTION 14. UNAUTHORIZED ALIENS. CONSULTANT hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A.. 1101, et seq., as amended, and, in connection therewith, shall not employ unauthorized aliens as defined therein. Should CONSULTANT so employ such unauthorized aliens for the performance of work and/or services covered by this AGREEMENT, and should any liability or sanctions be imposed against AGENCY for such use of unauthorized aliens, CONSULTANT hereby agrees to and shall reimburse AGENCY for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys' fees, incurred by AGENCY in connection therewith. SECTION 15. CONFLICTS OF INTEREST. (a) CONSULTANT covenants that neither it, nor any of its officers or principals has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of AGENCY or which would in any way hinder CONSULTANT's performance of services under this AGREEMENT. CONSULTANT further covenants that in the performance of this AGREEMENT, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the AGENCY. CONSULTANT agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of AGENCY in the performance of this AGREEMENT. (b) AGENCY understands and acknowledges that CONSULTANT is, as of the date of execution of this AGREEMENT, independently involved in the performance of non- related services for other governmental agencies and private parties. CONSULTANT is unaware of any stated position of AGENCY relative to such projects. Any future position of AGENCY on such projects shall not be considered a conflict of interest for purposes of this section. SECTION 16. RESTRICTIONS ON LOBBYING ON FEDERALLY FUNDED PROJECTS. (a) By signing this AGREEMENT, CONSULTANT certifies, to the best of its knowledge and belief, that no federal appropriated funds have been paid or will be paid, by or on behalf of CONSULTANT, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or an employee of the Congress, or an employee of a Member of Congress in connection with this AGREEMENT. (b) If any funds, other that federal appropriated funds, have been paid or will be paid to any person for influencing or attempting to influence an officer or an employee of any federal agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress in connection with this Agreement, CONSULTANT shall complete and submit all required lobbying disclosure forms and reports. AGREEMENT Page 9 EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT (c) This certification is a material representation of fact upon which reliance was placed when this AGREEMENT was executed. (d) The language of this SECTION shall be included in all subcontracts that exceed ONE HUNDRED THOUSAND DOLLARS ($100,000) in value. SECTION 17. CONFIDENTIAL INFORMATION; RELEASE OF INFORMATION. (a) All information gained or work products produced by CONSULTANT in performance of this AGREEMENT shall be considered confidential, unless such information is in the public domain or already known to CONSULTANT. CONSULTANT shall not release or disclose any such information or work products to persons or entities other than AGENCY without prior written authorization from the AGENCY, except as may be required by law. (b) CONSULTANT, its officers, employees, agents or subcontractors shall not, without prior written authorization from the AGENCY or unless requested by the Counsel to the AGENCY, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this AGREEMENT. Response to a subpoena or court order shall not be considered "voluntary" provided CONSULTANT gives AGENCY notice of such court order or subpoena. (c) If CONSULTANT, or any officer, employee, agent or subcontractor of CONSULTANT, provides any information or work product in violation of this AGREEMENT, then AGENCY shall have the right to reimbursement and indemnity from CONSULTANT for any damages, costs and fees, including attorneys fees, caused by or incurred as a result of CONSULTANT's conduct. (d) CONSULTANT shall promptly notify AGENCY should CONSULTANT, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this AGREEMENT and the work performed thereunder. AGENCY retains the right, but has no obligation, to represent CONSULTANT or be present at any deposition, hearing or similar proceeding. CONSULTANT agrees to cooperate fully with AGENCY and to provide AGENCY with the opportunity to review any response to discovery requests provided by CONSULTANT. However, this right to review any such response does not imply or mean the right by AGENCY to control, direct, or rewrite said response. SECTION 18. INDEMNIFICATION. CONSULTANT shall indemnify, defend and hold harmless AGENCY from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and AGREEMENT Page 10 EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT liabilities, of, by, or with respect to third parties, which arise from CONSULTANT's negligent performance of services under this AGREEMENT. CONSULTANT shall not be responsible for, and AGENCY shall indemnify, defend and hold harmless CONSULTANT from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorneys' fees) and liabilities of, by or with respect to third parties, which arise from the AGENCY's negligence. With respect to any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorneys' fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of CONSULTANT and AGENCY, each party shall assume responsibility in proportion to the degree of its respective fault. SECTION 19. INSURANCE. Consultant shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Consultant shall be provided by insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Consultant performing any of the services under the Agreement. All insurance certificates required herein shall name the City as an additional insured and provide for thirty (30) days written notice from the insurer to the City prior to modification or cancellation of any insurance policy of the Consultant. (a) ERRORS & OMISSIONS - The Consultant shall maintain errors and omissions insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. (b) COMPREHENSIVE GENERAL LIABILITY AND AUTOMOBILE INSURANCE The Consultant shall maintain comprehensive general liability and automobile liability insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. (c) WORKER'S COMPENSATION INSURANCE - The Consultant shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employees by the Consultant. SECTION 20. ASSIGNMENT. The expertise and experience of CONSULTANT are material considerations for this AGREEMENT. AGENCY has an interest in the qualifications of and capability of the persons and entities that will fulfill the duties and obligations imposed upon CONSULTANT under this AGREEMENT. In recognition of that interest, CONSULTANT shall not assign or transfer any portion of this AGREEMENT or the performance of any of CONSULTANT's duties or obligations under this AGREEMENT without the prior written consent of the AGENCY. Any attempted assignment shall be ineffective, null and void, and shall constitute a material breach of this AGREEMENT entitling AGENCY to any and all remedies at law or in equity, including summary termination of this AGREEMENT. AGREEMENT Page 11 EXHIBIT "A" ARCHITECTURAL SERVICES. METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT SECTION 21. PROJECT STAFF. AGENCY reserves the right to request that CONSULTANT replace a staff person assigned to perform services under this AGREEMENT in the event the AGENCY, in its sole discretion, determines such a replacement is necessary. SECTION 22. TERMINATION OF AGREEMENT. (a) AGENCY may terminate this AGREEMENT, with or without cause, at any time by giving ninety (90) days written notice of termination to CONSULTANT. In the event such notice is given, CONSULTANT shall cease immediately all work in progress. (b) CONSULTANT may terminate this AGREEMENT at any time upon ninety (90) days written notice of termination to AGENCY. (c) If either CONSULTANT or AGENCY is in default under this AGREEMENT, then, in addition to any other remedies, either CONSULTANT, or AGENCY may terminate this AGREEMENT immediately upon written notice. (d) Upon termination of this AGREEMENT by either CONSULTANT or AGENCY, all property belonging to AGENCY, which is in CONSULTANT's possession, shall be returned to AGENCY. CONSULTANT shall furnish to AGENCY a final invoice for work performed and expenses incurred by CONSULTANT, prepared as set forth in this AGREEMENT. This final invoice shall be reviewed and paid in the same manner as set forth in this AGREEMENT. SECTION 23. DEFAULT. If either CONSULTANT or AGENCY fails to perform any material obligation under this AGREEMENT, the non-breaching party shall notify the breaching party in writing. Within thirty (30) days of receipt of such written notice, the breaching party shall commence curing such breach and shall diligently pursue such cure to completion. If the breaching party fails to diligently pursue such cure to completion, the breaching party shall be in default under the terms of this AGREEMENT. In the event that CONSULTANT is in default, the AGENCY shall not have any obligation or duty to continue compensating CONSULTANT for any services performed after the date of default, and AGENCY, without limiting any other legal or equitable remedies available to it, shall be entitled to withhold from CONSULTANT amounts unpaid hereunder and to offset such amounts against damages or losses incurred by the AGENCY, including increased costs of services. SECTION 24. SCHEDULE. The project shall be completed per the schedule shown in Attachment 3 of this AGREEMENT. AGREEMENT Page 12 EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT SECTION 25. EXCUSABLE DELAYS. CONSULTANT shall not be liable for damages, including liquidated damages, if any, caused by delay in performance or failure to perform due to causes beyond the control of CONSULTANT. Such causes include, but are not limited to, acts of God, acts of the public enemy, acts of federal, state or local governments, court orders, fires, floods, epidemics, strikes, embargoes, and unusually severe weather. The term and price of this AGREEMENT shall be equitably adjusted for any delays due to such causes. SECTION 26. NOTICES. All notices required or permitted to be given under this AGREEMENT shall be in writing and shall be personally delivered, or sent by telecopier or certified mail, postage prepaid and return receipt requested, addressed as follows: To AGENCY: Mr. Mark Lancaster, PE, City Engineer City of San Bernardino Development Services Department 300 North D Street San Bernardino, CA 92418-0001 To CONSULTANT: Michael Chegini Principal Owen Design Group, Inc. 20 Morgan Irvine, CA 92618 Notice shall be deemed effective on the date personally delivered or transmitted by facsimile or, if mailed, three (3) days after deposit of the same in the custody of the United States Postal Service. SECTION 27. AUTHORITY TO EXECUTE. The person or persons executing this AGREEMENT on behalf of CONSULTANT warrants and represents that he/she/they has/have the authority to execute this AGREEMENT on behalf of his/her/their corporation and warrants and represents that he/she/they has/have the authority to bind CONSULTANT to the performance of its obligations hereunder. SECTION 28. BINDING EFFECT. This AGREEMENT shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. AGREEMENT Page 13 EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT SECTION 29. MODIFICATION OF AGREEMENT. No amendment to or modification of this AGREEMENT shall be valid unless made in writing and approved by the CONSULTANT and by the AGENCY. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. SECTION 30. WAIVER. Waiver by any party to this AGREEMENT of any term, condition, or covenant of this AGREEMENT shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any default of the provisions of this AGREEMENT shall not constitute a waiver of any other provision, nor a waiver of any subsequent default or violation of any provision of this AGREEMENT. Acceptance by AGENCY of any work or services by CONSULTANT shall not constitute a waiver of any of the provisions of this AGREEMENT. SECTION 31. LAW TO GOVERN; VENUE. This AGREEMENT shall be interpreted, construed and governed according to the laws of the State of California. In the event of any litigation between the parties, venue shall lie exclusively in the Superior Court of the State of California, County of San Bernardino. SECTION 32. ATTORNEYS FEES, COSTS AND EXPENSES. In the event litigation or other proceeding is required to enforce or interpret any provision of this AGREEMENT, the prevailing party in such litigation or other proceeding shall be entitled to an award of reasonable attorney's fees, costs and expenses, in addition to any other relief to which it may be entitled. The costs, salary and expenses of the City Attorney and members of his office shall be considered as attorneys' fees for the purposes of this AGREEMENT. SECTION 33. ENTIRE AGREEMENT. This AGREEMENT, including the attachments listed, is the entire, complete, final and exclusive expression of the parties with respect to the matters addressed therein and supersedes all other agreements or understandings, whether oral or written, or entered into between CONSULTANT and AGENCY prior to the execution of this AGREEMENT. No statements, representations or other agreements, whether oral or written, made by any party which are not embodied herein shall be valid and binding. No amendment to this AGREEMENT shall be valid and binding unless in writing duly executed by the parties or their authorized representatives. Page 14 AGREEMENT EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT SECTION 34. SEVERABILITY. If any term, condition or covenant of this AGREEMENT is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this AGREEMENT shall not be affected thereby and the AGREEMENT shall be read and construed without the invalid, void or unenforceable provisions. III III AGREEMENT Page 15 EXHIBIT "A" ARCHITECTURAL SERVICES. METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date shown below. OWEN DESIGN GROUP, INC. Date: by: Signature Print Name/Title CITY OF SAN BERNARDINO Da~: by: Patrick J. Morris, Mayor City of San Bernardino ATTEST: Rachel Clark, City Clerk Approved as to form: James ./fenman, City AttP/1e~/ _ ~ By ~II~ ATTACHMENTS: ATTACHMENT 1: SCOPE OF WORK ATTACHMENT 2: FEE ATTACHMENT 3: SCHEDULE ATTACHMENT 4: REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS AGREEMENT Page 16 I I I I ATTACHMENT 1 TO EXHIBIT "A" OWEN PARKING GROUP January 12, 2006 I Mr. Mark Lancaster, PE City Engineer, Deputy Director Development Services Department City Hall, 3rd Floor City of San Bernardino 300 North D Street San Bernardino, CA 92418 ~ I ~ , I RE: Professional Architectural and Engineering Services fur the proposed Santa Fe Depot Parking Structure Project in the City of San Bernardino Federal Project: CML-5033 (039) Dear Mr. Lancaster: I OWEN Parking Group is pleased to present the most qualified team to provide design services for the Santa Fe Depot Parking Structure for the City of San Bernardino. OWEN PARKING, and its parent company OWEN Group, is a multi-discipline design firm providing architectural and engineering services for building and infrastructure projects for many public and private clients. We bring over 20 years of quality NE planning, programming, design and construction experience in parking planning, design and construction, having completed over 300 relevant structures. OWEN has been providing design and construction support services throughout California since 1981 and is very familiar with local, state and federal governing agencies and requirements. OWEN represents the most qualified team to provide the City of San Bernardino with the NE services for this project for the following reasons: . OWEN Parking Group has a depth of experience in parking structure planning, design and construction having completed over 300 projects with free-standing multi-story structures both short and long span. We understand all the elements necessary to successfully complete this project - . OWEN Parking Group and OWEN GROUP have extensive experience with various transportation and municipal/public agencies performing similar services. We have provided NE services to OCTA, MTA, BART, Caltrans, RCTC, the County and City of Riverside, DC Riverside, the City of San Bernardino, Cathedral City, Temecula, Los Angeles, San Diego, San Jose Irvine, Newport Beach and others. In addition, we have on-call contracts with various State agencies including DSA, RESD, OSHPD and others. . OWEN Parking Group and its team of consultants have volumes of experience interfacing with governing agencies similar to those that will be involved with this project including RCTC, SCARRA, BSNF, County of Riverside, City of Corona, ITA, FHA, ICC, Caltrans and FRA I I I I I g I . The OWEN Team is comprised oflocal businesses that can be very responsive to the City of San Bernardino's project needs. I II A TT ACHMENT 1 TO EXHIBIT" A" III Mark Lancaster, PE January 12, 2006 I OWEN Parking Group and its team of consultants bring not only direct and extensive experience and a depth of resources to perform quality design service for the City of San Bernardino on this project, but we are available and committed to commence work on this project immediately upon selection. III . We have carefully reviewed the Request for Proposal dated January 12, 2006, as well as the one (1) Addendum. We understand the 5% DBE requirement. The following proposal shall remain valid for a period of not less than one hundred twenty (120) days from the date of this submittal. We look forward to a favorable evaluation of our team's qualifications and to the opportunity to present our key team members and management approach in person. The point of contact during the period of proposal evaluation shall be Tracy Kuhar-Chandler, Director of Corporate Development and can be reached at (949) 860-4800 or tchandler(il)owengroup.com. Il ~ ~ Signature of Authorized Representative . .~ I, the official named below, hereby swear that I am duly authorized to legally bind the prospective contractor to the terms of Federal Project: CML-5033 (039). I . (1J~/dy~' 1/12/06 I Michael Chegini, Ph.D., PE, CVE Principal Owen Parking Group, Inc. Owen. Wynn, Espinosa. Norri 20 Morgan Irvine, CA 92618 Tel: (949) 860-4800 Fax: (949) 860-4810 Date I I . . I . I I A TT ACHMENT 1 TO EXHIBIT" A" OWEN' I Approach and Scope of Work "';';<;.~;-',;'.i;:,~;Jf:"'~ I 1.0 . Scope of Work , ." '- is accessed by a staging area for access and parking control operations. The structure will be designed in conformance with all governing codes and regulations, with consideration given toward user convenience, security, and operations and maintenance costs. Design of the structure shall incorporate the necessary elements to control vehicular access during daytime business hours, and unauthorized vehicles and pedestrians during 'After-Hours' operation. All access in and out of the structure for 'After-Hours' use shall be made secure by restricting access without security controls / card-key authorization to parking equipment readers or pedestrian accessed self- closing / lockable points of entry. Design shall implement materials / products that comply with the performance characteristics widely used in the industry, with emphasis on durability, longevity and warranty / maintenance coverage. I The Parking Structure from the First level to the Fourth Level (roof) shall be designed to comply as an S-4 occupancy, open-air structure per the California Building Code (CBC). The building design shall consider proximity to the future retail buildings and code requirements to ensure that the structure maintains enough open air space after future build-out. The proposed structure must continue to comply as an S-4 occupancy open air-structure, and shall preclude reclassification to a more restrictive occupancy classification, and requirement of mechanical/C02 monitoring, supply and exhaust ventilation. 1.1 . Project Description I The proposed project is a Parking Structure for public use and part of the overall Santa Fe Depot District Area Development Plan. The proposed structure will be located at the north-east corner of Mt. Vernon Avenue and Second Street in the City of San Bernardino. The land parcel is owned by the city of San Bernardino. I I I I I The proposed project consists of a three-story (4 level) two-bay floor plate with end parking. The Parking Structure, all above grade is approximately 130'-0" x 240'-0" (building footprint), providing for approximately 400 cars, designed for two- way traffic flow and SO degree angle parking with the required ramping system being a continuous helix from the First Level to the Fourth (Roof) Level. The Ground Level is to have a minimum S'-O" inside clear height to accommodate accessible parking stalls. Entry into the parking structure for daily/monthly parking function I I I Structural design shall be for Type-1 construction, utilizing poured in-place concrete columns and poured in-place concrete post-tensioned beams and slabs. Seismic lateral resistance shall be designed as either exterior shear wall and/or incorporating moment resisting ductile frames. Incorporating poured in-place, pre-cast concrete or CMU spandrels on all exposed facades. i I ! j 1 I I I i I I i I I I ~ I --, ;";:"_'A:~/,~:i:4!:~_1_;U: Statement of QualHlcatlons I Technical Proposal. Santa Fe ParkIng Structure ProJect. City of San BernardIno - CML.5033(039) I A TT ACHMENT 1 TO EXHIBIT" A" I I OWEN Approach and Scope of Work --.,:._-:<::-:,j:'5f;:'?:::i:'t~;;:~ r- ~ of civil and geo-technical engineer consultants will be sought to conduct pre-design coordination and research to ensure that accurate information on underground utilities work and other services, and city connections are properly established. 2.0 - Project Approach and Scope of Services Management (City) and all stake holders. This meeting will be about design team and City's management team introductions, validation of the project program and information, confirmation of project objectives and establishment of lines of communication. Owen and consultants will be working under the direction of the City's Program/Construction Manager. I In response to this project's Request For Proposal (RFP), Owen Parking (Owen) and consultants will provide professional architectural and engineering services for the proposed Santa Fe Depot Parking Structure Project. , I Services of a parking consultant will be sought to assist in preparing the proposed parking structure's functional layout for the most efficient use of space. I I Proposed services for this project includes architectural design and engineering services necessary to prepare a complete set of documents, approved by all governing regulatory agencies and ready for construction bidding. I 2.1 . PrelimInary DesIgn Development Studies of the building fa~ade and its various design features shall also be conducted, ensuring the proposed structure design incorporate the unique characteristics of the Historic Santa Fe Depot. Additionally, the character of the proposed structure shall match the context of the area, thereby enhancing and providing a pOSitive influence to the aesthetics quality of the area. A colored rendering of the building elevations shall be provided for each alternative. I During this phase, working in conjunction with the City and stakeholders, Owen and its consultants will prepare preliminary drawings of the proposed parking structure. I Prior to the project kick-off, Owen will conduct its internal planning meeting for the project. This meeting will include all our consultants of which the objectives are to finalize the team organization and provide pertinent project information gathered to date. Topics of discussion among others will include project strategy, responsibilities and schedule. I With updated project information, Owen will conduct existing conditions survey of the project area. The survey shall include, but will not be limited to aerial photography, topographic survey required to prepare grading plans for the whole site, soils investigation and borings, right-of-way mapping, utility mapping, and other relevant issues that would be necessary to prepare complete plans. Services I I I Based on the traffic data provided by the city, Owen will review the site for access, ensuring the intersections of the proposed parking lot! surface streets have sufficient - The project kick-off will be held with representatives of the City's Program/Construction - , '-"f'-~,\;..fl'~<;;':;j~W'm~ Statement of Qualifications I Technical Proposal - Santa Fe Parking Structure Project - City of San Bernardino. CML-5033(039) , I I OWEN I queuing, appropriate levels of traffic control, and correct lane configurations. Owen will also review circulation within the parking lot and access to the parking structure, as well as any queuing within the parking structu re. I I I During this phase, Owen will also conduct preliminary code analysis and prepare preliminary calculations and design for the project. Preliminary meetings with regulatory agencies will be held in an attempt to obtain as much useful information early in the design for the project. I I I I I A list of items not shown on preliminary drawings shall be prepared, items that will have an impact on the cost of the project. I I Owen will prepare three (3) building alternative concepts for presentation to the City Council, Planning Commission Staff and the public for review and input. Each alternative shall include: I I - . Colored building elevations realistically depicting how the building would look from all 4 sides. u - ATTACHMENT 1 TO EXHIBIT "A" _\"'~)_:'""'.u~-t;.-;.:&\i:~~ ;if Approach and Scope of Work . A site plan showing the building footprint, landscape areas, driveways, trash enclosure and other important elements. . Material and color boards for each alternative. . Rough Order of Magnitude (ROM) Cost estimates for each alternative. construction of the project in all detail. Comments from the selected and final alternative identified in the design development phase will be incorporated in these documents. These documents will include, but not limited to plans for site development, building, electrical, mechanical, plumbing, HVAC, structural, landscaping, site lighting, paving, striping, dry and wet utilities. All design and engineering services such as surveying, pavement! geotech/soils engineering, architectural, civil, structural, utility coordination, and any and all aspects of the project necessary to develop a complete bid package ready for bidding shall be included. Specifications for the project shall also be prepared, with the City's program/ Construction Manager preparing the Administrative sections. The cost estimate for the project on this phase shall be provided in an itemized "schedule of values" format. During the design phase Owen shall attend monthly progress meetings with the Statement of QualifIcatIons I Technical Proposal. Santa Fe ParkIng StructUI8 Project - City of San BernardIno. CML-5033(039) - Based on review comments received from the City, Owen and consultants shall develop a final alternative, and present it to the City Council and SAN BAG with all necessary details for final review and approval. Upon approval, Owen and consultants will prepare and obtain all necessary environmental documentation for the selected alternative. 2.2. Design Phase Owen and consultants upon release to proceed with the project to the next phase wW develop the complete construction documents ready for bidding. Deliverables for this package will include: drawings for architectural, civil, landscaping, structural, mechanical, plumbing and electrical, as well as all necessary services and documents required for the ";"~"~I~~~'liilt'i{: 1 ~ I ATTACHMENT 1 TO EXHIBIT "A" I OWEN Approach and Scope of Work ,<,{,::";;;AAi~-;;:~ Q . Reviewing contractor change order requests, and providing necessary information to the City's Prog ram/Construction Manager as they relate to the design. . Attending one (1) project walk-through and assisting City's Program/Construction Manager in the preparation of the punch list. in responding to bidder's questions and bid - request for information (RFI). . Assist City's Program/ Construction Manager in review of bids received. City'S Program/Construction Manager and City staff, and will make one (1) presentation to the City Council and one (1) presentation to SAN BAG Board on the project. I - 2.4 . Construction Phase Services The complete documents will be submitted for plan check to appropriate local agencies having jurisdiction. Plans and other documents will also be submitted to the city for final design review. Comments identified in the final design review and plan check will be incorporated into the construction documents and resubmitted to the agencies for final plan check. I During this phase, Owen and consultants shall work under the direction of the City's Program/Construction Manager and provide construction support services as necessary, including but not limited to: - In summary, the consultant shall be responsible for all aspects of preparing and submitting a complete PS&E Bid Package, approved by all required agencies and ready for bidding, and provide necessary support services during design, bidding and construction phases. Consultant shall work under the direction of the City's Program/ Construction Manager. The consultant shall account for any and all services, costs and expenditures to provide its serviCes as necessary. The City will not accept any change order requests from the consultant for increased scope and/or claims that a service/ cost was not part of the scope. I I . Providing support to City's Program/Construction Manager to answer questions and clarifying items which relate to the construction documents. . Reviewing and approving shop drawings to be submitted by the contractor as per .the construction documents. . Attending monthly .construction meetings with the City's Program/ Construction Manager, contractor, and other involved parties. Preparation and distribution of meeting minutes shall be responsibility of the contractor. I Following plan check approval of the construction document package, the drawings and specifications will be issued for construction. I I I 2.3 . Bid Negotiation Services I The following services shall be provided by Owen during this phase, including but not limited to: , - . Attending one (1) pre-bid meeting. . Assist City's Program/ Construction Manager - - ,""",~-<c'>'i!;i1ii"'"ID?'-i,i~j'~ Statement of Qualifications / Technical Proposal - Santa Fe Parldng Sfruc!u,. Project. City of San Bernardino. CML-5033(039) - I I I :i.~' ATTACHMENT 1 TO EXHIBIT "A" 1::1 "f -...-.... ~ "I ~~. - ~I I- 0 W a Cl 0 a: Z Z 0.. 52 <( a: a: ::> ~ W 0 ::i: Cl C/l >- 0 I- a: 0 g u: W u.. U ...J 0 a: W ~ :!: Cl ~ (3 ::i: 0 Z a: Lfi W ~ is 0.. :e 0 Z 0 W I- ~ W ~ W a: C/l ~ tu tu ::> C/l W C/l t) W ~ C/l ...J a: ...J ...J ...J 0.. W 0.. ::> ::i: ~ ...J ::i: 0 ::i: a: Lfi ::> 0 Z 0 I- 0 u.. U ::> u C/l C/l W g U a: W ~ Ii: e; Q. ~ W Cl - u.. > Z ooJOZ[dz OC/lOOZ ~~~tu~a: "~~8~~ 2: It) ::> ::> u: I- ~ C\l ::i: co 0 C/l ~ Cl ::i: Z ~ :5 _?;Ouoo..C') ~ ~ .... 0 - a: Cl W I- u> 2:coZ::i: 0 ~~Oa:i=~~ ::.WI-Zw> o 0 C/l 0 <( <( o :J o C/l I I- ~ ::i: a: W u: C/l ...J <( ~ co Cl !z W W !z :J _ U b w a a: 0> 0- W t") a: 0 e.. :::> z t") r- C5 8 () It) :::> a: .j co < 0 a: ~ , 0 r- z u " C\I en a: (!J w ,::.: q;j z CD u C\I ~ Z W ~ < a as a: en :J ~ LL a: c 0- as r- 0 ..J ""') 0 ~ ~ 0- W U w 0 0 w W LL LL ~ Z ~ o 0 W W a: :::i ~ ~ ~ Z <( C/l o a: Z<( ~ t- o ~ Z W ...J W I <( ::i: Z C/l U 0.. W :J Z 9 > a: co J: W ~ ~ a: ~ .~ (jj Z ::i: W ...J I- 0 g ~ ~ ~ ~ ~ ::> W (3 a: 0 ...J ~ ::i: Z W U o 0.. a: > ?; C/l 0 g; 0.. 0 ~ !::: r:c J: >< W I- 0 ll.. W C W u.. <( I- Z <( en ~ I- 0:: <( w 0 0::: == :::l l- LL t) :::l 0 0::: W I- en D.. (!) 0 z i: () 0::: (J) <( ll.. ~ z :J or- 0 ~ 0::: I- Z W W ::!E :1: en ::I: w t) () :> <( 0::: ~ w ~ en <( ...J <( 0::: :::l l- t) W I- :i: t) 0::: <( 0> c: ,...... :;:J 0> T""" .!!1 0) c: 0) .!!1 .J:: O):;:J .: E .: .J:: - E 0) 0) 0) E - E - N 0) E 0> :::J 0> ctl ..lI::: ..... l/) ctl ..... E ..... l/) T"""oE ctl ctl l/) c: 0> .g ..... ..... c: ..... ctl 0) lI:: 0) ctl ctl 0 - .g - 0> ctl ~ ..... ..lI::: 0) .!!1 EctlE 0 ~ .: a... l/) 0. ~iil'O ..... ~ ctl 0) .J:: a... E E >, - 0. - l/) - c: >, ctl ctl .0 l/) - .~ E ctl U 0) .0 ctl c: ..... '0 ~ .~ -2 :t:: ..... 0> .J:: - ..... 0> ctl 0) - c: .g ......- ctl '0 0 ~ 0 - l/) - O).J:: 0 0) ..... l/) E ctl ctl ..... a... c: O>U_ - a... 0) ..... - ctl :!::: 0) ~~lI:: l/) E :::J .g .!!1 :!::: :::J 0. 0) >, ctl 0 0- l/) :::J - .J:: :::J ctl 0 ctl .0 g 0) 0) - l/) c: .~ ~-iil 0- '0 ..... 0. E c: 0 0) '0 0 0) c: 0 U E'OO) ..... 0) ..... '0 0 ..... I - 0)- - a... .;;: 0) - .g U .0 c: ctl 1o.~ c: l/) .J:: I ctl 0) 0) 1; 0 0> .0 :::J ~ 0> l/) :!::: ..... U ..... .J:: :::J .....- 0> c: ~ :::J 0>00. ~ o.l/) - c: :::J 0- c: 0) l/) l/) e = e '0 ..... l/) .;:: ro - 0) 0) 0) :0 0) 0 c: a...ctlo. c: ..... 0) .0'0 0) .;;: ctl l/) 0 - :::J E 0) - 0 >,0>0. 0 c: l/) 0:2 '(3 g l/) U 0) ro :::J c: 0 0. I .0 .!: ctl :;:J 0) -.0 0> ctl 0. 0 .0 - 0> ctl .J:: ~ l/).J:: > a... 0) ..... :::J '0 0) - ~ ..... c: c: 0 0. l/) 0) O).!: c: 0) 0)- 0 UJ ..... - E.o 0) - ..... l/)'- 0> 'co .;;: 0. ..... l/) l/) l/) c: ~ 0) c: '0 - '(3 ..... 0) ro O)Ui- 0) c: c: o 0) :;:J c: 0) 0) 0. l/) :::J .....=,...... ..... 0 0) 0.- :::J .J:: ctl ~ ..... ctl 0. - 0 a... .J:: l/) ctl '0 0> O-.J:: ~ ctl :;:J ~ 0) - 0> 0. ctl 0) c: :.:i 0> '00 .~ c: c: 0 ~ot5'O c: - ..... .- .J:: c: 0) ctl ctl .;:: ..... c:T"""0)C: 0 c: g -'0 U >, - ..... 0. '00 0) l/) ..... l/) c: 0 0) :::J 0) O)--~ c: 0 ctl c: - 0) ctl.- l/)- l/) l/) U <3 ..... - ..... .J::_.J::ctl ~ :;:J o 0 ctl U c: 0) .- T""" 0) -..... .;:: c: 0) ~o~g. E 0) ._ U - 0. - -- 0) - a... 0 .~ :!: 0> --<{ a... 0) l/) 0) U 0> - E E E '0 :;:J .J:: c: - c: -- 0)- 0) ~ ctl c: ~ U UJ 0> ~c ..+:: o :::J l/) :::J :::J '0 UJ :::J c: .;:: ..... c: l/) .- .- 0) 0) ()l/) 0> :2 .0 a:i 0 0) ~ <{ ro :;:J c: ()()EO) ::::::l/) c: .0 a.;:: ctl ctl >, '0 0) .!:2 ctl 0 101O:;:JE '(3 ctl :;:J I oiil ~ ..... ..... 0) E 0),...... ctl 0 .!: g :;:J 0) - .- .3-.: :::J ctl .!:2 ...J 0. c: l/)l/)a;c: c: - O)T""" ..... '0'0 - 0 0> ctl .J:: :;:J ctl :::J ..... ~O) a... U ..... c: 0> () c: l/) U 0>0>>0 o~ c:= ~ ~ 0) :::J ctl '?- U U UJ t<= <{ .!: .!: ~ '0 U E '0 o ~ :!: - .J:: c: ~ UJ 0) l/) 0) '(3 a ()ctl 0) ctl U 32 'O~ o~ +-'''''''''''''Q) = :::J c: 0. .J:: U 2: - >,C: .- c: :::J .- l/) ~ -- 0) 0)'0 l/) 0) l/) 0 U ..... c: l/) () .ol/) > ctl ..... 0) ctl :;:J .2: :::J 0) l/) 0 O)O)c:ctl -ctl - O).J:: ..... - ctl ctl :::J l/) ~~ <{ U) ~ a... :J () U) ...J_ <.919 () U) a ~Ectl.o <3~ a...ctl ~ 0:: ~ T""" N (\") "<t L!) L!) co ,..... co 0) 0 T""" N (\") "<t T""" N (\") 0 0 0 0 0 0 0 0 0 0 T""" T""" T""" T""" T""" 0 0 0 T""" T""" T""" T""" T""" T""" T""" T""" T""" T""" T""" T""" T""" T""" T""" N N N S3:>1^~3S 3S\fHd (Sl\f.l.lIwsns 13^31 %OO~ aN\f %S6 a~\fM\f '%S9 '%St 3anl:>NlllIM) S3:>1^~3S 3S\fHd 3'BSd . ~ .l:>~.lNO:> aN\f ~NlaOlS 'Z ...... Ql Cl ell ll.. w w u.. . N I- Z w ::!E :I: t) <( l- I- <( ~ !:: a:I :I: >< W I- o 0- W C W u.. e:( I- Z e:( lI) l- e:( W a::: :) I- o :) a::: l- ll) Cl z i: a::: e:( 0- ~ z ::::i o a::: I- W ::ii: lI) W o :> a::: w lI) ...J e:( a::: :) I- o W l- i: o a::: e:( ~..: (J.) ..:!9 (J.) 0> ..c:c: (J.)oo"O Ol"Oc: ..c:-O 0> _ c: CO (J.) .- 00 U " .- CO U (J.) c: t+= .~ ui CO .- tl cu C:2~ COL..coc:"O-S;(J.)E CO .- CO ~ (J.) E 0 c: ;> :t::: L.. ~..c:o (J.)(J.):,;::::;cooo..c:o 2- EC:"",OO (J.)U..... E <( ~ co '6> LL. (J.) ~ :J ..< .~ co co L..c: .:Jcooo - L..O_ Ol(J.)L..crOOOO(J.)U 0> - 00 0 (J.) 00 .- ..c: (J.) O"O(J.) L..COOl.8(J.)O-l::: L..(J.)_ ll..L..co"Ou->>o ll.. cu .~ >> :J c: c: (J.) (J.) .c U >>uL.. .ctlcooC:cu"O(J.) .coo. "02Eo.oo(J.)(J.)"o "0 co e 2 t) E ~ ~ L.. Co '> (J.) a. OOL..coL..L..OOo.o t)Olo. (J.)OL.. .0C:(J.)o.L.. c:CO :J.....OlooO'OL.. (J.) .- ~ ,^ 0 0> a.:.;::::; a. L.. ..c: :J"Q)Ol ""w 0 U g (J.) .~ ~ .;;; 0: .~ ~ ~ tJ >- 5 --:.. L.. E .c c: L.. >>;> - :J c: ~. a. c:--- (J.)..c:.c ~ co cr(J.) Co ..c: (J.) ~ 'S: --:- ..c: 0 "0 "0 .~ ~ E C3 ~ g' ..c:..c:;>CO:5:0(J.)o.C:-:J coo :5: 0 - "0 _T"" _ o..c: _ U 0 o.L.. _ UC:c:..c:OO..c:UL..O- (J.)..c: ~ ': ~ ~.Q .~ ~ 00 2 ~ "O(J.) E(J.) 0.. ~ .- w ..c: CU' - ..c: cr (J.) L.. co "0 co ~(52glg:5:~~~C:~:';::::; c::5: 2 -. <( c: 1:: .....0 c: L.. -0 coE c: .00 co T"" ,->> .- 00 a. .- - (/):t:::a.l"Q)C:-.:(J.)o."O "OU ..c:(J.) c:OE(J.)8!9~~c:E~~ OlE o-:.;::::;E 0 :5:coco(J.)..c: e~ :.;::::;co-c:0l-C:(J.)uiO,>2 ..c:OO U 00 (J.) o.~ 00 0.- c: 00 co -, ~ :JOl> L..L..:';::::;> L..U ".. 1::c:~"O:J..c:co~COll..>>o ~..: 00:.;::::;_ (J.)"OO ~ O'(J.)+-..... co (J.) 5 (J.) "0 00 t <0 (J.) .8 :!: ..c: c: >>--- :5: 0> o (J.)E c: Jg 0 ('i) 00 (J.) '::; - .~ co en _ co co ~ o.-ro .c L.. .c >>u a. E U ~ ro 0 0> c' g- (5 -2 co u, .c lE (5 (J.) .~ ~ 00 N .~:.;::::; 00 - 5 ~ co ~ ~ c::t::: e ,0l(J.)"Q) (J.) (J.) (J.):.;::::;:J (J.)- =..c: o.E '.~ E (J.) (J.) "0 E U 0 L.. 00 (5 'S: U "0 co _ E E .- (J.) ..c: co (J.) c: ;> :J c: L.. (J.):J >:Jo. o.:J 00 0> (J.)~L..(J.)e~oo~~cr~~L..~e ~ co E ~ ll.. co .~ N a. ~ co 0 E <( ll.. >> .c "0 (J.) - 00 (J.) :J cr (J.) L.. c: (J.) ..c: :5: - 00 - .!!1 T"" o ('i) N o ('i) ('i) o ('i) S3::>1^~3S 3S'VHd NOI!::>n~!SNO::> .C w W LLCO o CD al en .. C") N~ 1-00 Zw WW :::!!:LL ::I:..J u<( <(I- I-~ I- <( ....JO:: <(<( I-....JOO O....J 1-0 0 ....JOO <(0:: I-:J 00 1-:1: 0 0 aLUeN aLUeu lsel allil c .... '" '" JalneaH au~ed le:Jpal::l ~ .... ua~n6N 0 !Jl OO'V'::l <00 '" .... JaaU!DU3 '" IOJe~ O!Ssaleas M"- 'pal3 '" .... JaaU!DU3 '" UOJe'v' uOOd M"" 'pal3 'JS '" .... JaaU!DU3 "- '" OIJe~ ljess!a)l .,-; DU!qLUnld ;;l; JaaU!DU3 "- JaJad ualj~ c"" '4:JaV\J '" .... JaaU!DU3 0 pJelj:>!~ uos>liJUaH "-;0 'lj:JaV\J 'JS "- .... 0 0 aLUeN aLUeUl oO'v'::l c .... oO'v'::l '" la!Jqe~ zaJp!AI'v' .,..;'" leJnpnJIS '" .... JaaU!DU3 '" >I:>er pJeMOH .,..;0> leJnpnJIS '" .... oO'v'::l 0 la!ueljJeN Sap!AeUas ~o JaUUeld '" .... e,(oluOI/II 0 asor oO'v'::l 'JS 0;0 '" .... pal!4:JJ\f "" laelj:J!1/II Aeljl .,-;'" JjelS ;;l; e6euoJa~ pal!lj:JJ'v' 0 aJopOlj~ ",,0 l:Ja[OJd ;;l; JadoOH 0> aAaJS ::lOMO .,-;'" '" .... !u!6a4~ JopaJ!O 0 laelj:J!1/II "-;0 pafOJd "" .... LL -0-0 00 C1l_(j) W 0 ~-O-' () "_ U) cu w~ . C1l'- z>c D::: ...J <:( Q. ~ <(D:::W =><3.:= .;..; Ol ~ J:: c: ...JwOOl-l-wOu '~~1 OoU Z ~ <(OOll..ll..=>:t:j5';'; OOZ D:::ClowD:::I-D:::O :S~Q) ~:5: ~~D:::cl-~<(.!. o~..c 0 UD:::ll..wOO .z ~ -_u Cc wWWLLClt;D:::ll..(j) ~ e ~ z~ I-W:t:<(Z W-M E ~ -ZI- -WlXlIllO <(<( ::I:_ t-~..., ~- :::> C1l WW UClD:::ZD:::OZ.g~ -Q. 0 wD::: D:::ZO<(<(D:::<(QlO () LLlXl <(WLLOOll..ll..OOLLIl'l N Q) Cl III 0- w w u.. N I- Z w ::ii: J: o e:( l- I- e:( l{) 0 a; "<t "<t 0 0 l{) l{) <0 c;; 0 tF> tF> ro 0 0 <0 ~ tF> ~ c.O N M M .j N N ~ tF> tF> tF> tF> !::: OJ ro N ro "<t '" 0 0 ~ l{) ~ <0 ~ t-- ::r: <0 l{) '" ~ >< W 0 0 0 0 0 0 0 0 I- o ll. W C W u.. <C I- Z <C lI) I- <C w 0:: :::l I- U :::l 0:: l- ll) (!) z i: 0:: <C ll. ~ z ::i o 0:: I- W ::!!: lI) W u :> 0:: w lI) ...J <C 0:: :::l I- U W I- :J: u 0:: <C "<t o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 ro N o 0 ro ~ o "<t '" '" o o N o ro o 1010 "<t "<t I Cii OJ t5 2 :c U ~ c; ~ 'll'::id . ~ o o o o o o o ro ~ o o o o ro "<t o o o o ro N ~ o o o N t-- o '" ~ o o N '" o o o o "<t o o o o o o o o o o o o o o o o o o o o o o o ~ o o o o o o o o o o o o o o o N ~ N N '" o o N ~ o o o o o o N ~ N ~ <0 ~ o o ~ ::J t5 2 U5 ro g 5 g>"s;.~ :~.~ (l) ~ .S:? c5 _ C Q)'~ ~ 'c'o == g> _ u fi g. .3 m CuOlCOl-c <ll c~ <ll<ll=ro E ."'=ro E U<llu '" ro.~ c~ c ~.- (l) ~.~, ~ 0 ~~ 0 CIl CIl ..c .:: :;::::; E 'v 0 c .~ ~ ::: CIJ .~ __.~ +-' 1.... ..-. Q.) C 1.... __ - 0 u U ..c "t::: >- C "'0 -g:'- 0 Q) == 0>.::;' rc .g ~ 2: >. '(6 +-' .g ...:::..::: "'0 :.c "- CL ' Q)~o>~rcro~cc~oo.~c~-g>Q)CIJ~~-g>Q)CIJ~~Q)e~ :;2;w:.:::ic..c.....Jc.. roW::lO .OW::::-~ <ll c.jgU)::::-~ <ll c.jg...J<l:-3:c.CIl N C> ~ ,.., ~ ~ .... C> '" ~ ~ <D ~ ~ '" ~ ~ o o o o o l"'l Q) 01 ro ll. o o o o o o o o o o _ E 1::0- ro't:~ :::::Q)CIJ ~ 0.19 c- CIl 8~;S w w u.. , N I- Z w ::!!: :I: U <C l- I- <C r-- ~ ~ If) If) ~ C") 0 CO CO 0 CO N <F> <F> CD (j) (j) ~ Lt5 <D r-: <F> <F> <F> !:: al ~ ~ CD N 0 ~ N N J: ~ ~ ~ >< W 0 0 0 0 I- o ll.. W C W U- <( I- Z <( en I- <( W 0:: ~ I- o ~ 0:: I- en C) z S2 0:: <( ll.. ~ z ::::i o 0:: I- W ::z: en w o :> 0:: w en ...J <( 0:: ~ I- o w !:: J: o 0:: <( ~ OJ 'c c f5 .~ -",co Q) ~ 0 (5 .- I.... a. I Q) g>Cl>o.g <.9_wsa", o o o o o o o o o o o o co o o o o co o o o o o o o o o o o o o o co o o o o o o o o o <:t N o o o o o o o o o o o o o o o o o o co o o o o o <:t o o CD o o CD ~ <:t ~ ~ o <:t co o CD c _E OJ _E.Q c~- c _- CI...._-:;:' roo~ :;::; co coo~u :::'ttJ) co tJj .:::::'t:cnl.,;::: ~~!9.....E 8.1~~!9'U c- en (/):+::; L.. o~ c- en Q) o ==.- 0 en Q) '- ::J 0 ==.- a. u3::5uwSo.",u3::5U)", ..... >. .....00) "'C :~~ Nco~c:B ~~'j Q) Q) c>.c$Ei~~19~~t5L..Ol.~t> ~ :5cn5c>- od: :E.!. ~ ~ g' E :S .9 E co ~ .2 :S ~ ~ g- .9 "0 .~ "0 .~ ~ Q Q) >. ::J Ol c ::J Q) >._ U .c :::: Q) ~ .c g> a.~ as -a) ~ OJ as u Q)..... 0-0 rc CJ) Q)~~.Q ~ ro Q) co ~'C 0.19:= Q) co Q) Ol a :20 ~0::2 ~ Eu.cro<C'iil E.l:;<l:.o co '" co E.o E co <XJ ~ ~ 0"> ~ ~ C> ~ N ~ '<t Q) Cl co ll.. w w U- N I- Z W ::z: J: o <( l- I- <( 0 0 0 ~ CD CD CD CD C') CD CD CD CD <Xl. l{) <F> <F> <F> <F> ~ ~ !:: aJ 0 0 0 Ol 0 ~ ~ ~ C') ~ ::I: >< W 0 0 0 0 0 I- o [l. w c w u.. < I- Z <l: en I- < w 0::: ::::l I- o ::::l 0::: I- en C) z S2 0::: < [l. ~ z ::::i o 0::: I- W :i: en w o :> 0::: w en ...I < 0::: ::::l I- o w !:: :I: o 0::: < o o o o o o o o o o o o o <Xl o o o o o o o o o ~ o o o o ~ o o o o o o o o o o o o o o CD o o o o ~ o o o o o o o o o o o o ~ o l{) l{) l{) <Xl ~ o o o o l{) l{) l{) ~ N EC>' >. >. .<= >. o..c cl:CIl..c .O)..c _0 CIl 0 8"";;:.......c a:.=; "'0 _- _c "'0 _-IDe "'0 ~-+-'Cf)Q) +-' _ _3: 0 0 "'0- U ro ~~ WQ ~~~.- ~~"'Oc ~ Q) ~ Q) Q) ~ ~c- $EwQ) ~:.=; $EQ)Q)~w 2EQ)Q)co~ ~EQ)=~Q)~~~~ +-,E~ .- C CfJrorn ern CfJrorn Q) CfJrorn.- rorn'-~-~~~~Cf) Cf)ro~, g.QQ)cQ)~roE.~:.=;_cQ)~roE~EcQ)~roE~~gQ)~~ro~~~Q)Q)Q)"'OQ)cQ)~ro ~~~~~~gc~~Q)~~~~c~Q) ~~gc~Cf)Q)Cf)D>~co~'-"'O'5"'O~~~~gc ~o._~;:g~roCf)~Q)Cf)~g~roCf)=~~g~roCf)Q)~~oe~ro~.~E~Q)~uro;:g~~ UUE~~~~:2ro~:2m~~~:2ro~..c~~~:2ro~a~_n~:2;;:~o..c~mCll>~~~~ "" '": ~ "" N C> N "" C> N c; N S3::>1^~3S 3S'v'Hd a~'v'M'v' l::>~lNO::> aN'v' 9NlaCl8 .Z It) m OJ CO [l. w w u.. , N I- Z w :i: :I: o < l- I- < N Q) 00 ~ cri <J7 I- in 0 0 ::I: N X W 0 o I- o 0- W C W u.. <( I- Z <( lI) I- <( w 0:: :J I- o :J 0:: l- ll) C> z 52 0:: <( 0- ~ z ::::i o 0:: I- W ~ lI) W o :> 0:: w lI) ...J <( 0:: :J I- o w !:: :I: o 0:: <( 0 0 0 <0 0 Ql Cl III 0- 0 0 0 0 0 0 ~ 0 o o o o ~ o o _co ~ _O~o "0 - Q) ro~ oro~c_ cW~ oou ~ ~NOOro~~_ roE_ ro ~ c rn~~ _EIDIDa_IDIDUQ)~a._u .~ _aorn- C~.- 0roaEcom-_o.5=2 ~o_O~.5-.5~ ;~OCID~ro ;-Ero'---m'-rn c-~-c IDcmID~rnC~ID~_g~~ID>~C~~IDIDwIDID WO~~~Q)ero~w~~_~rowrn~.~~ro_wrnw~ ~U~~~~~roEU~ro~~E~~~ro~roE~Ero c; M w w u.. , N I- Z W ~ :I: o <( l- I- <( S301^l:I3S 3S'v'Hd NOI.LOnl:l.LSNOO "E <0 N N ~ cO W I- m 0 <0 :I: '" >< W 0 0 ~ 0 a.. w c w 0 u.. <( ~ Z '<t <( !/) ~ <( 0 W 0::: ::l 0 ~ ~ () ::l 0::: ~ a:> !/) C) Z 52 0 0::: <( a.. 0 ~ z :J 0 0 N 0::: ~ W It) ~ ~ N !/) It) W () ~ :> 0::: W !/) 0 ..J ~ <( 0::: 0 ::l ~ ~ () W 0 !:: '" :I: () 0::: a:> <( 0 '" 15 ~ -~~~ ~15 Wt ~ 2E~;;~~~~ .Q~ ~O~_~C~Q)~~E~.~-~ID urn ._~C w -~U ~_~nC w2c >Q.'cw ~~C~O~.- ._~~ W o~~C~rrOro~ID~~S~WW~~ ~w~8~~~~roMo~ww~.5n~ >- 0 .0 c.. ' "0 ~g>~ c. ~.8(/)~~~Q;_~~ 2Ew'2~ ~c.~~gw~~~trn ~~~'ffiEo~B.5o~~c.a'2R~~ ~gcEo-'~(/)~~wc.Q)~"O~uQ.u~ cr~row~~>w~w~ ~c ~wc ~~E~Nro~>"O~rrc...oro2(/)cro N C> ...; ~E~ .c. .~ "'C~'2'(/) .c 2~Q)co~ en e c>.Q -- VJ g;o..~U52w CTQ)roQ.)~~ ~ ~ E 5- ~ .~ >-C +:i .- _[5"0 g"[5 ~ .- Q) Q) ll= > ~ ~ ::J 0 ell ~ U >- ~.o C"O "( ~~ ~' ~Q. .! ~~ Q) c. ~c..E~ z w ~ () <( ~ ~ <( ~ I- m :I: x W I- o a.. w c w u.. e( I- Z e( I/) l- e( w It: :::l l- t) :::l It: l- I/) C) z ~ It: e( a.. :::c:: z ::::i o It: I- W ~ ~ N 1'-. ~ <fl N '" o o o o o o o o o <Xl <Xl I/) W t) :> It: w I/) ...J e( It: :::l l- t) w !::: J: t) It: e( o o o <Xl o <Xl i~ * ~ C:~~ _.cQ)= 2EQ)Q)e -oucnl......cc(/J~C)E..c cQ.):::l~uQ.)Q.)o>co:::).32 2 "0' e Q) c: ..c 5- 0 ffi rJJ - 4: 0.:5 C. ~~ ~ a: ~ ~ ~ '" C> M ...... o ('oj .f ('oj ...... ~ I'- In I'- N o ..,. o co ...... co (Q co ('oj '" '" ..,. ..,. ('oj ...... o co M M co o In In ...... ...... :J M ('oj ('oj ('oj M o ..,. co M ...... ..,. In ('oj ~ Q) . >>N 'cQ)1/) c.::: -;.c~ Q) "'~ 'Sora Ci u ....,...cn "gQ)2!c.'CI/)'C1/) 'CcuCocuEQ):leU; e .1/)-oE.!2cuo QicacC;,gu:Jea1:u oc:geQ)O~>cu.!!!'i ~Q) ~~ ~~cu.!:3~ 0 I/) EU; I/).c cu'!!! '0 I/) f!!a; ...J ~'c .lll cu I/) 0 Q) 5 :l .c c( cu.- '-'0 I/) Q)'C (,).c'C I- e E Q) Q) B '0'.2 .c E Q) o CO"C;1i) Q)... U :J'-'Z:) I-:::!iic( 0= e Co.!: I/) 2!= ...... o ('oj .f ('oj ...... ~ ('oj In ('oj .0 In ...... ~ l- I/) o U 0:: o III c( ...J I- U W 0:: C ...J c( I- o l- ll.. o ~ o o o .,; ('oj ...... l- I/) o U 0:: o III c( ...J I- U W 0:: C ...J c( I- o I- r: ii: W z W III W C) Z ~ !!:. l- I/) o U o~ c(1/) WI- J:I/) 0::0 wu >1- OU ...JW c(0:: 1-- 00 I-~ M In ..,. .,; I'- ('oj ~ i=' I/) o u o c( W J: 0:: W > o ...J c( I- o I- + l- I/) o U 0:: o III c( ...J I- U W 0:: C ...J c( I- o !::.. ...J c( I- o I- III :::I I/) In ..,. '" r-: ('oj ~ o o o o ('oj ~ ...J c( I- o I- III :::I I/) W > o III c( u.. o .9 ~ 'E - .00 :l e en .~ mlll '0 CJ) iE~ 00l ~ e .Eo. lIl~ ffi 0 0.:;: .....Ol o c en'C .~~ C Q) 'i:: en o.:l Q) III "Eva> ~Q)- g~~ .- (,) J: $roO III ~ Q) 8.E..c cc~ o 0 .- :';::;:;:::-0 U U Q) :l:l-o -0 -0 :l ee(3 at ar .s ~ ~ c Q) Q) Q) :O~ll 190Q) o..c > Q.) C: co ~ ";: ..c: <C.E.8 u5U;~ 88 E _ :l U . III Q) :;: III .: Q) co -0 'S -0 ro~ffi ~ffi~ ="'i5....c :01....2 Q)Oo. .o.....Q) o >>u I-~~ ~ o o o o ...... c- o Q) .- ~ -'0 (,) :l .gill o '- Co Q) 0:: ~ - ;;::: o '- e:. W W u.. W ...J III c( ~ o ...J ...J c( ~ 0:: c( :::!iiz 00 Zo ;j;wUi 1-1-1- 1/)11..1/) oWo u8u 0::c(0:: wl/)w J:-J: 1-11..1- 0:::10 c~ Q).o .cOO :;:0. >>Q) _u .- U Uoo 0- _ 0 III C ffi .~ 0.. ..... U ow III . III III Q) .91 ~ U o.c >< Q) q>0l -000 Q) ~ ..... Q) ...;.c .c- 010 .- 0 c_ O:; . > III o .91 Q) C ~ 00 000. III E . - 0 Q) ~uro U >> ~ cn~ :r: .s:S 0 = Q) co >...c. E""- Q) U ." :0.8-0 00 III Q) c..'-"'O Q) Q) :l u:=:C3 U Q) C c( -.- Ole ......; .S Q) (/) == Q) 000.0 U E Q) uofO ~'+-..c ~u;o _0- OOU-o -0 Q) Q) . E ~~::J .o-lIl III III Q) Q) 00 .o:l-o o Q" C I-~ro <Xl Q) OJ III a.. o o o M ...... ~ o o o r-: ~ ~- e Q) .- ~ ='0 cu :l :::!iilll w w u.. N I- Z W ~ J: t) e( l- I- e( ~ !::: al :I: >< W I- o a.. w o w u.. e:( I- Z e:( I/) l- e:( w D:: ::::l I- o ::::l D:: l- I/) Cl z i: D:: e:( a.. ~ z ::i o D:: I- W :!!: "~ u Cll U :::J (3 "~ C Cll Cll .0 Cll > co .<:: .9 u Cll E :::J '" '" co u c co ai :0 co 15. Cll '-' '-' co (5 c "~ c..i Q) 2" "00 .0 Q, ui OJ C ~ Cll E .9 Cll E o '-' .9 Cll OJ CO ~ "E Cll Cll >. o o.Cll E- Cll ~ -I ;:0 '" Cll 8~ - C1l C1l C1lCl >'Ill o C1l Ii:: E:!: W I/) W o :> D:: w I/) ...J e:( D:: ::::l I- o w != J: o D:: e:( ! L- o .... ('oj N ..... ... iil l- I/) o U I- Z <( I- ..J :J I/) Z o U III :J I/) Z o C W I- a. W U U <( !Q a. :J ~ 0::: <( :!: o ~ I/) l- I/) o U I- Z <( I- ..J :J I/) Z o U III :J I/) .9 Cll c :S .!!! .<:: ~ cn.B CO c CO ci;E 2=S.s 'i::..o~ 2~o u-~ c.9"O CO '" C -cCO ~ .!Q en 12 0. 5 " Q)Q):;:::::;L!) >0(00 co "2: ~ ,...: ~~Q)~ "S: Q; ~ I-CO e-.,C c..C'CU)(/) O;:'ct5 +-'''''O~Q} g>ffi-gE :O(])CO~ co OJ Cll <( en ~ ~ .S .$ 'co t5 ""0 "w -0 ~ ~ 0$ (/).2 g>'~.~ .~ ~ ~~.~ .- :J ctl ~t5 0.6, 8 2 ~'en -(j)-~ ~ c:nO-C ro .!: C c a.~ .- ro CJ)ro c.c c 0._ 0 "C"'O 0:;:::::; Q}Q).E~ ~~Q}=O .- c....c ~ g>e~8 Cll o.:E '-' =-= Q}:'!:: >. "n:5 :: ;g Q)L...~5 "'CoEo "5 u ~ .,;. o co - L" a.a.ro~ uu~o'" cQ},+-Q) C'O~~ ~ ID o,:Q C ~ Q) ~ ~ "6>:5 0 en ccnQ.ro Q) .!: ~ ~ =~~co "n22c c (/) = ~ .- - co co i9~~:.c ~:!::::: +-' co =t5~c:n ;: 4: :!::::: .!: >- ..c en :!::::: Q.) ~'x U:S<(Cll o ... ~ C1l C1l c '51 c w 'S; i3 t5 $ :E '-' ~ Cll :S .9 >. Cll ~ :::J '" C OJ "00 Cll U Cll u "5 o 5- u c co E 0:: OJ C ">. Cll ~ :::J '" C OJ "00 Cll U co c "iii ~ "~ z-. G o ... >- C1l ~ :l I/) C Cl 'iij C1l C Q) Cll LL E :::J '" 6. E :::J ..J Cll U S e .3 t o 0. Cll 0::: .!!2 "5 (f) Cll Q) 0. E o U o III ('oj r1i ... ~ C1l C1l c '51 c w ~ '0 I/) '" - 00 co_ 00 1-0 c o ~ ~ Cll '" .0 o C o U 2 1il c o '-' ~ .f! Q; Cll c "a' c Cll .!!2 "5 '" co c "iii ~ ~ :::J o I ro (5 I- <::> UO!le:J!J!SSel:::: ... UO!le:J!J!SSel:::: ~ <::> UO!le:J!J!SSel:::: ... UO!le:J!J!sseI8 <::> ... UO!le:J!J!ssel: "~ z-. G '" aaV'8 ~ /Jauueld c o n 2 1il c o '-' OJ C "C :::J U OJ C W .!!2 "5 en Cll u "5 o 0: pal!4:JJ'11 ~ ade:Jspuel ... Cl @ i:i5 c .2 CJ) ro ::; '-' 0 !EI "'-" '" '" .!!!co UI- ~ai "'_ co co 1-0::: o ... <::> ... '" ~ Q. E '" .c: '-' '" '" '- .2 '" ~ '" ~ Iii o .., o o .... ... - (J C1l - :c (J < C1l Q. III (J III "C c III ..J o '<t o -<i ... o .., o o o o o '<t N <0 .... c OJ "00 Cll o '-' ~ E Cll .<:: '-' (f) ui -t c 0 Cllo. Eo. :::J :::J g(f) 0.,..; c '" .95 tlU :::Ju l::c '" co 5:2 Ulll o o o cD ... '" -00 co_ 00 1-0 o <0 o Cl UO!le:J!J!SSeI8 ... o Cl UO!le:J!J!SSeI8 ... o UO!le:J!J!SSeI8 o UO!le:J!J!ssel: o Cl ... UO!le:J!J!sseI8 o '<t UO!le:J!J!SSel:J o N Jau5!saa ~ BU!)tJed ~ OJ @ i:i5 C .Q VJ 16::; '-' 0 ~I "'-" '" '" .!!!co UI- ~ai "'_ co co 1-0::: o o U) ....: (Y) ... Q. :l e C) c Cl 'iij C1l C Cl c :i: ~ III a. ~ :::J o I ro (5 I- o o '<t oci .... ... L() .... .... o o Cl ... o Cl ... o Cll Cl nl a.. o Cl ... o L() .... .... .c: Ql '-' Ql m:>., Ql 0 .2~ Ql Cll '@ Ol "S =:: as c OJ "00 Cll o '-' ~ E Cll .<:: '-' (f) w w u.. , N I- Z w :!!: J: o <( l- I- <( ~ != c.c J: >< W I- o a. w o w u. <( I- Z <( en I- <( w D::: :::l I- o :::l D::: I- en C) z i: D::: <( a. ~ z ::J o D::: I- W :a: co 0 CD oi' Q) (") lit 0 0 0 N N '" crl '" <6 ~ -(;j ~ Y> CO- Y> 00 t-O 0 N N '" <D ~ :; ~ 0 :r: ro 0 t- O 0 0 uo!)e:>!J!sseI8 ~ 0 UO!le:>!J!SseI8 0 0 ~ 0 0 0 UO!le:>!J!sseI8 ~ 0 0 0 UO!le:>!J!SSeI8 ~ 0 0 0 UO!le:>!J!SSeI8 ~ 0 JOleW!IS3 lI) 0 Ol 0 ~ ~ JJelS 0 JOleW!IS3 0 N N ..... <D ~ ..... JO!Uas ~ -<:Ql Ol g~ vi ~ Ql 0 -t:: .2~ c 0 O'i Qlo. Eo. C Ql Ql :J :J .Q en ~ gCl) 10 :s Ol 0-' () 0 OJ c '" ~I c ~ c c "'"" ::::: o 0 E no '" '" co .!!lco ~ :J-o Ut- l:; c W '" co .::J:.- ai en 6~ "'- co CO 0 ucn t-D::: U 0 N M uS ...... ):' ~ I- U 0 I- .... I- 0 en - C'll 0 E 0 :;::; III ~ W <( - I- III 0 0 u t:.. w w u. ~ <( I- 0 I- w w u. , N I- Z W :a: :I: o <( l- I- <( o ..... Q) 01 CO a. en w o :> D::: w en ~ <( D::: :::l I- o w !:: :I: o D::: <( EXHIBIT "A" ARCHITECTURAL SERVICES - METROLlNK PARKING STRUCTURE AT SANTA FE DEPOT ATTACHMENT 3: SCHEDULE The project is estimated to be completed within 36 months. The following is estimated major task durations: TIME IN MONTHS TASK 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 PS&E preparation Authorization from Caltrans for PS&E Certification and Advertisement Advertisement for Construction Bids Bid Review. Award, Authorization from Caltrans to proceed w/Construction Pre-construction Prep by Contractor CONSTRUCTION ATTACHMENT 3.SCHEDULE Page 1 [I]...;.<.......... .... ..:>' SIll ilG ATTACHMENT 4 City of San Bernardino Development Services Department 300 North D Street, San Bernardino, CA 92418-0001 November 23, 2005 To: Qualified and Interested Consultants REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE PROJECT IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) Gentlemen: The City of San Bernardino is soliciting Statement of Qualifications and Technical Proposals (hereinafter referred to as RFQ/RFP) from qualified firms to provide professional architectural and engineering services for the proposed Santa Fe Depot Parking Structure Project. Requirements for this RFQ/RFP are enclosed. This RFQ/RFP can be downloaded from the following web sites: Transtech ftp site: ftp:/lmetropark@metropark.transteche.com Enter name: metropark; Enter password: metropark City of San Bernardino web-site: http://www.ci.san-bernardino.ca.us Under Quick Hits box, click on Request for Bids,1hen click on Development Services - Public Works Division, then click on appropriate document In order to be considered in the selection process, interested parties shall submit ten (10) copies of their Statement of Qualifications and Technical Proposals no later than 4:00 PM, December 29,2005 to: Mark Lancaster, PE, City Engineer, Deputy Director Development Services Department City Hall, 3rd Floor City of San Bernardino 300 North D Street San Bernardino, CA 92418 Late proposals will not be accepted. If you have any questions, please contact City's Program Manager as follows: Ali Cayir, PE, Program Manager Tel: 909-595-8599, Ext. 121 Fax: 909-595-8863 e-mail: cavir@transteche.com Sincerely, Mark Lanca$ter, PE City Engineer, Deputy Director REQUEST FOR STATEMENT OF QUALIFICATIONS/TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE PROJECT IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) ISSUED BY: CITY OF SAN BERNARDINO DEVELOPMENT SERVICES DEPARTMENT November 23, 2005 City of San Bernardino Development Services Department Page 1 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project CML-5033(039) TABLE OF CONTENTS SECTION 1. INTRODUCTION 2. SCOPE OF WORK 3. FEE PROPOSAL SUBMITTAL 4. PROJECT SCHEDULE 5. DISADV ANT AGED BUSINESS ENTERPRISE (DBE) PARTICIPATION REQUIREMENT 6. KEY PERSONNEL 7. GENERAL TERMS AND CONDITIONS 8. INSURANCE REQUIREMENTS 9. CONSULTANT SELECTION METHODOLOGY 10. CONTRACT TYPE, OVERHEAD RATE AND FEE 11 . REQUIRED FORMAT FOR RFQ/RFP SUBMITTAL 12. QUESTIONS REGARDING THIS REQUEST 13. PROPOSAL SUBMITTAL PROTOCOL 14. PRE-CONTRACTUAL EXPENSES IN RESPONDING TO THE RFQ/RFP PREPARATION EXHIBIT A - CITY OF SAN BERNARDINO SAMPLE AGREEMENT [I] City of San Bernardino Development Services Department Page 2 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) 1. INTRODUCTION The City of San Bernardino is soliciting Statement of Qualifications and Technical Proposals (hereinafter referred to as RFQ/RFP) from qualified firms to provide professional architectural and engineering services for the proposed Santa Fe Depot Parking Structure Project. The proposed parking structure is part of the overall Santa Fe Depot District Area Development Plan. Federal funds in the amount of $6,000,000 has been secured for the project. The proposed parking structure will be located at the north-east corner of Mt. Vernon Avenue and ~d Street, and will have approximately 300 to 400 parking spaces. The following information is provided on the following pages to give the consultant a general idea as to the type of the structure the City is looking for: · existing site aerial · proposed parking structure layout superimposed on existing aerial '" City of San Bernardino Development Services Department Page 1 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) I EXISTING SITE AERIAL City of San Bernardino Development Services Department Page 2 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) PROPOSED PARKING STRUCTURE LAYOUT SUPERIMPOSED ON EXISTING AERIAL g City of San Bernardino Development Services Department Page 3 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project CML-5033(039) 2. SCOPE OF WORK The City is interested in receiving proposals from qualified consulting firms to prepare all necessary plans and to provide to the City a complete PS&E Bid Package ready for bidding. Consultant shall work under the direction of the City's Program/Construction Manager. The scope of services to be provided by the selected consultant for this project includes the following: I. PS&E Phase Services: All necessary architectural and engineering services to prepare a complete PS&E bid package which is approved by all necessary agencies (City, County, State, Environmental, and all involved regulatory agencies), and is ready for construction bidding. . Preliminary Design Development The consultant shall conduct an existing conditions survey of the project area. The survey shall include, but may not be limited to aerial photography, topographic survey, soils investigation and borings, right-of-way mapping, utility mapping, and other relevant issues that would be necessary to prepare complete plans. The consultant shall prepare 3 building alternative concepts and present to City Council, Staff and Public. Each alternative shall include: o Colored building elevations realistically depicting how the building would look from all 4 sides. o A site plan showing the building foot print, landscape areas, driveways, trash enclosure and other important elements. o Material and color boards for each alternative. o Cost estimates for each alternative. An important element in the design development is creating a fayade and various design features to incorporate the unique characteristics of the Historic Santa Fe Depot and the area. The consultant shall present the alternatives to the City Council, SANBAG, staff and public for review and input. Based on comments received, the consultant shall develop a final alternative, and present it to City Council and SAN BAG with all necessary details for final review and approval. Upon approval, the consultant shall prepare and obtain all necessary environmental documentation for the selected alternative. t PS&E Design The consultant shall prepare complete PS&E bid package for the selected alternative. The PS&E design shall include providing all necessary services and preparing all necessary plans required for the construction of the project in all detail. The plans may include but not limited to plans for site development, g City of San Bernardino Development Services Department Page 4 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) building, electrical, mechanical, plumbing, HVAC, structural, landscaping, site lighting, paving, striping, dry and wet utilities, etc. The consultant shall be responsible for all consulting services such as surveying, pavemenUgeotech/soils engineering, architectural, civil, structural, utility coordination, and any and all aspects of the project necessary to develop a complete PS&E bid package ready for bidding. The consultant shall also prepare the specifications for the project. The City's Program/Construction Manager will prepare Administrative section of the specifications. The consultant shall provide cost estimate for the project in an itemized "schedule of values" format. During the PS&E phase the consultant shall attend monthly progress meetings with the City's Program/Construction Manager and City staff, and prepare and make 1 presentation to the City Council and 1 presentation to SANBAG Board on the project. II. Bidding Phase Services: All necessary services including but not limited to: o Attending pre-bid meeting (1 assumed). o Assist City's Program/Construction Manager in responding to bidder's questions. o Assist City's Program/Construction Manager in review of bids received. III. Construction Phase Services: Consultant shall work under the direction of the City's Program/Construction Manager and provide SJpport services as necessary, including but not limited to: o Providing support to City's Program/Construction Manager to answer questions and clarifying items which relate to the PS&E package prepared by the consultant. o Reviewing and approving shop drawings to be submitted by the contractor as per the PS&E package. o Attending monthly construction meetings with the City's Program/Construction Manager, contractor, and other involved parties. Preparation and distribution of meeting minutes. o Reviewing contractor change order requests, and providing necessary information to the City's Program/Construction Manager as they relate to the consultant's design. o Attending project walk-through(s) and assisting City's Program/Construction Manager in the preparation of punch list. In summary, the consultant shall be responsible for all aspects of preparing and submitting a complete PS&E Bid Package, approved by all required agencies and ready for bidding, and provide necessary support services during design, bidding and construction phases. Consultant shall work under the direction of the City's Program/Construction Manager. The consultant shall account for any and all a City of San Bernardino Development Services Department Page 5 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) services, costs and expenditures to provide its services as necessary. The City will not accept any change order requests from the consultant for increased scope and/or claims that a service/cost was not part of the scope. 3. FEE PROPOSAL SUBMITTAL The Fee Proposal shall be submitted in a separate sealed envelope. The fee shall be broken in major project components as shown below. For ffich component, the consultant shall provide a breakdown of tasks, staff and hours in detail. The fee proposal shall be submitted showing a summary of fees per task in the format shown below, and a summary of fees per labor breakdown showing each person, hours, actual pay rates, overhead, profit, and reimbursables in the format shown on the next paQe. SUMMARY OF TOTAL FEES PER TASK Project Major Phase Tasks and Costs Phase Phases Costs Preliminary Design Development $ Soils Engineering $ I. Surveying and Mapping $ PS&E Civil Engineering $ $ Phase Services Architectural $ Landscape Architecture $ Management and Admin $ II. Attend Pre-bid Meeting $ Bidding Answering questions/addenda $ $ Phase Services Management and Admin $ Attend monthly construction meetings (assume 24) $ Provide support during construction (assume 300 hrs total) (If III. questions relate to issues which are not sufficiently covered Construction in the documents prepared by the Architect. the City will not $ Phase pay for architect's time to clarify or provide correct $ Services information for such items.) Soils/Geotechnical Engineer support (assume 200 hrs) $ Walk Throughs, Punch List $ Management and Admin $ Any and all other services and expenditures (including direct reimbursables) not listed $ specifically above but would be necessary to provide complete services as necessary Grand Total Consulting Fee $ ~ ~ City of San Bernardino Development Services Department Page 6 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) SUMMARY OF FEES PER LABOR BREAKDOWN DIRECT LABOR COST Pay Rate Hours Total Name and Title $ $ Name and Title $ $ Name and Title $ $ Name and Title $ $ Name and Title $ $ Name and Title $ $ Name and Title $ $ Name and Title $ $ Name and Title $ $ Name and Title $ $ TOTAL DIRECT LABOR COST $ OVERHEAD COST (FRINGE BENEFIT AND INDIRECT) (Indicate your current overhead rate and multiply "TOTAL DIRECT LABOR COST" with your" OVERHEAD _0/0", and show the result as "OVERHEAD % $ COST". The City will have Caltrans or Caltrans certified CPA conduct a Federal audit of the overhead rate) SUBTOTAL 1 = "TOTAL DIRECT LABOR COST" plus "OVERHEAD COST" $ FEE (Profit) (maximum 10% of SUBTOTAL 1) 10% $ SUBTOTAL 2 = "SUBTOTAL 1" plus "FEE" $ DIRECT REIMBURSABLES (provide itemized list-no markup will be accepted on direct $ reimbursables) SUBCONSUL TANTS (provide itemized list-no markup will be accepted on $ subconsultant costs) TOTAL COST (NOT TO EXCEED FEE) = "SUBTOTAL 2" plus "DIRECT $ REIMBURSABLES" plus "SUBCONSUL TANTS" " City of San Bernardino Development Services Department Page 7 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) 4. PROJECT SCHEDULE Task Date Beain advertisement for RFQ/RFP November 23,2005 RFQ/RFP are due at the City December 29, 2005, 4:00 PM Selection of shortlisted consultants January, 2006 Interview of short listed consultants January, 2006 Selection of most aualified consultant January, 2006 Neaotiations with the selected consultant January/February, 2006 Pre-award Audit of Consultant January/February, 2006 Award of contract to selected consultant Januarv/February, 2006 Notice to Proceed Februarv, 2006 5. DISADVANTAGED BUSINESS PARTICIPATION REQUIREMENT ENTERPRISE (DBE) PROGRAM The City of San Bernardino is committed to fulfilling the spirit and intent of the Disadvantaged Business Enterprise (DBE) Program regulations published under Title 49 CFR Part 26; Participation by Disadvantaged Business Enterprises in Department of Transportation Programs. It is the policy of the City of San Bernardino to ensure that disadvantaged business enterprises have equitable access to participate in all federally funded projects. Further, it is the policy of the City of San Bernardino to promote equal opportunity and nondiscrimination on the basis of race, color, sex, or national origin in the award and/or performance of any federally funded , or in the administration of its DBE program or the requirements of 49 CFR Part 26. The City of San Bernardino has established a goal of 5% for DBE participation on this procurement. As it is recognized that DBE participation cannot be accurately determined until the scope has been finalized and the contracting parties have concluded negotiations, the award of the contract will be conditional upon the firm's ability to meet the established DBE participation goals at the conclusion of contract negotiations. If, after the conclusion of negotiations, the firm is unable to meet the DBE participation goal, or provide a showing of Good Faith Efforts to do so, the negotiations will be terminated and the City will seek a contract with the next qualified firm. 6. KEY PERSONNEL It is imperative that the key personnel providing the consulting services have the background, experience, and qualifications to complete the project. The City reserves the right to approve all key personnel individually for work on this contract. All key staff shall be named in the contract. After the contract is signed, the proposer may not replace key staff unless their employment is terminated or agreed upon by the City. ~ City of San Bernardino ~ Development Services Department Page 8 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) The City must approve replacement staff before a substitute person is assigned to the Project. The City reserves the right to request that the proposer replace a staff person assigned to the contract should the City consider such a replacement to be for the good of the project. 7. GENERAL TERMS AND CONDITIONS Exhibit A contains a copy of the anticipated contract the selected consultant will be required to sign for this project. Each prospective consultant is expected to review the general terms and conditions and acknowledge their acceptance of Exhibit A (or their objections to specific parts of Exhibit A) as a mechanism to expedite the contract negotiation process. 8. INSURANCE REQUIREMENTS The Consultant will be required to maintain in force at all limes during the performance of their work the following policy or policies of insurance covering its operations: a. Comprehensive General Liability, including contractual liability, products and completed operations and business automobile liability, all of which will include coverage for both bodily injury and property damage with a combined single limit of 1 ,000,000. The City shall be named as "additional insured" on policies. b. Professional liability coverage with limits not less than 1,000,000 per occurrence and $1,000,000 aggregate. c. Workers' Compensation coverage at statutory limits. d. The consultant shall assume liability for the wrongful or negligent acts, errors and omissions of its officers, agents and employees and subcontractors, and have adequate insurance to cover such negligent acts, errors and omissions with limits of 2,000,000 dollars. 9. CONSULTANT SELECTION METHODOLOGY Upon receipt of Proposals, City's consultant selection committee will rank the responding consultants and devebp a short list of qualified consultants to invite for interviews. The final ranking of consultants will be based on the interviews. The City will negotiate final scope and fee with the most qualified consultant. The proposals will be evaluated based upon several factors. These factors include the [II City of San Bernardino Development Services Department Page 9 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) format, organization, and presentation of the proposal, the qualification and experience of the project staff, and the experience in the processes and procedures of the involved regulations. The following is the process that will be used for consultant selection: RECEIVE/EVALUATE STATEMENTS OF QUALIFICATIONS AND DEVELOP SHORT LIST As a first step in the evaluation process, it will be determined that each proposal contains all forms and other information required by the RFQ, Submittals may be considered non-responsive if all required information is not provided and rejected without evaluation. Late submittals, submittals to the wrong location and submittals with inadequate copies are considered non-responsive and will be rejected. Submittal of additional information after the due date will not be allowed, The Consultant Selection Committee will review the submitted Statements of Qualifications according to the published evaluation criteria and weighting factors, The committee will make an independent random check of one or more of the consultant's references. This check will also apply to major subconsultants. The committee will establish a short list of consultants which are determined to be best qualified to perform the contract work. The short list will include enough qualified consultants to ensure that at least three consultants are interviewed. osal Evaluation: 25 Points 25 Points 3. 25 Points 25 Points 100 Points Each member will then rank the consultants by their respective "proposal score." Th e selection panel will convene to discuss and evaluate scoring, and to select a short list of the top-ranked consultant teams based upon the rankings (not scores) of the proposing firms, NOTIFY CONSULTANTS OF SHORT LIST All consultants that submitted a Statement of Qualifications will be notified of the results of the review. The notification will identify only those consultants that are to be requested to attend an interview. INTERVIEW TOP-RANKED CONSULTANTS Short-listed firms will be invited to respond to questions about their proposals at an oral interview. Presenters will be expected to participate in the interview to a degree commensurate with their role in the firm's proposal. Notification to the short-listed firms will include a time limit for their presentation after which the selection panel will evaluate each presentation using a 1 DO-point scale and the following evaluation criteria to calculate an "oral-interview score" for each short-listed firm. The followin Criteria will be used for Oral Presentation Evaluation: 1. Demonstration of team's understanding of project needs and issues, and proposed scope of work, schedule and level of effort to complete the project in an efficient manner. 2, Key Project Team Members' {Project Manager, Parking Structure Lead Project Desi n En ineer ex erience in mana in and desi nin similar ro'ects. 3. Team's responses to interview questions {including clarity, correctiveness and com leteness of res onses to uestions. Total ossible score 30 Points 30 Points 40 Points 100 Poi nts a City of San Bernardino Development Services Department Page 10 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) DEVELOP FINAL RANKING AND NOTIFY CONSULTANTS OF RESULTS After the oral interviews are complete, each selection panel member will rank the consultants by their respective "oral-interview score". The final scoring will be used to establish the most qualified consultant. 10. CONTRACT TYPE, OVERHEAD RATE AND FEE The Fee for this contract will be based on an hourly rate (which include overhead and a fee limited to 10%) with a not-to-exceed target for each task subject to an overall contract cap. Eligible Reimbursable and Subconsultant costs will be reimbursed at cost without markup. Proof of the prime consultant's audited overhead rate and its contents must be provided during the contract negotiation period. A pre-award audit as required on Federally Funded Projects will be conducted prior to contract award. Proof of overhead rate, or an accepted provisional rate for the prime, would be required in addition to compliance with Generally Accepted Accounting Principles (GAAP), all applicable provisions of federal, state, and local laws, statues, ordinances, rules, regulations, and procedural requirements including Federal Acquisition Regulations (FAR). Any contract resulting from this RFQ/RFP will be awarded to a firm whose Technical Proposal and Statement of Qualifications meet the technical requirements of the RFP and is evaluated as one of the three highest ranked proposals. Proposals will be ranked in accordance with the evaluation criteria stated in this RFQ/RFP. Negotiations regarding a fair and reasonable price will occur subsequent to consultant selection. Should the City be unable to obtain a fair and reasonable price through negotiations with the highest qualified proposer, the City shall enter into negotiations with the next highest qualified proposer and may award that contract if the parties are able to arrive at a fair and reasonable price. If that is unattainable, the City shall enter into negotiations with the next highest qualified proposer in sequence until an agreement is reached. 11. REQUIRED FORMAT FOR RFQ/RFP SUBMITTAL Please submit your proposal in the format specified below: Cover Letter This should be a summary emphasizing the strong points of the project team and the firm's experience. It should be brief (two pages maximum) and include the name, address, telephone number, title, and signature of the firm's contact person for this procurement. The signatory shall be a person with the official authority to bind the company. The cover letter shall state that the submittal is valid for 120 days, and shall contain an acknowledgment of receipt of all amendments and/or addenda to the RFQ/RFP. g City of San Bernardino Development Services Department Page 11 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project: CML-5033(039) Table of Contents Include contents of proposal. Section 1: Approach and Scope of Work Provide your understanding of the project, approach, quality control, value engineering and scope of work. Section 2: Project Team, Key Personnel and Resumes Provide an organization chart showing the names and responsibilities of key personnel. Provide resumes of all key personnel identified in the organization chart. Section 3: Relevant Experience and References Provide minimum 3 maximum 5 public agency references for similar projects. Provide a brief summary of each referenced project, your firm's role and responsibilities, start and completion date of your services, engineer's estimate, and final construction cost. If your services were not completed within the approved schedule and/or the final construction cost was different than the engineer's estimate, explain the reasons. Section 4: Firm's Qualifications and Experience Provide a summary of firm's service capabilities, qualifications and experience. Section 5: Required Attachments Any additional information proposer wishes to provide. 12. QUESTIONS REGARDING THIS REQUEST All inqLiries and responses to this RF Q/RFP must be submitted in writing to: Ali Cayir, PE, Program Manager Tel: 909-595-8599, Ext. 121 Fax: 909-595-8863 e-mail: cavir@transteche.com 13. PROPOSAL SUBMITTAL PROTOCOL In order to be considered in the selection process, interested parties shall submit ten (10) copies of their Statement of Qualifications and Technical Proposals no later than 4:00 PM, December 29,2005 to: g City of San Bernardino Development Services Department Page 12 REQUEST FOR STATEMENT OF QUALIFICATIONS AND TECHNICAL PROPOSALS TO PROVIDE PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE PROPOSED SANTA FE DEPOT PARKING STRUCTURE IN THE CITY OF SAN BERNARDINO Federal Project CML-5033(039) Mark Lancaster, PE City Engineer, Deputy Director Development Services Department City Hall, 3rd Floor City of San Bernardino 300 North D Street San Bernardino, CA 92418 Late proposals will not be accepted. 14. PRE-CONTRACTUAL EXPENSES IN RESPONDING TO THE RFQlRFP PREPARATION The City of San Bernardino 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 of San Bernardino 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 RF Q/RFP. Pre-contractual expenses are defined as expenses incurred by proposers and the selected consultant, if any, in: · Preparing and submitting information in response to this RFQ/RFP · Negotiations with the City of San Bernardino on any matter related to this procurement · Costs associated with interviews, meetings, travel or presentations · All other expenses incurred by a proposer/consultant prior to the date of award and a formal notice to proceed. The City reserves the right to amend, withdraw and cancel this RFQ/RFP. The City reserves the right to reject all responses to this request at any time prior to contract execution. The City reserves the right to request or obtain additional information about any and all proposals. II City of San Bernardino Development Services Department Page 13