Loading...
HomeMy WebLinkAbout15-Development Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Subject: Adopt Resolution approving Amendment No. 1 to Agreement with Transtech Engineers, Inc. for professional construction management, plan review, and inspection services for the Santa Fe Depot Renovation Project. MCC Date: 04/07/03 From: James Funk, Director Dept: Development servit} RIG 1 N A L Date: March 27, 2003 File: 6.7178 Synopsis of Previons Conncil Action: 12/04/00 Adopted Resolution No. 2000-340 awarding contract to Janus Corporation for abatement of lead-based paint, asbestos, PCB abatement, and clean-up at the San Bernardino Santa Fe Depot. 11/20/00 Adopted Resolution No. 2000-327 awarding contract to Architect Milford Wayne Donaldson, Inc. for preparing final plan, specifications and estimates for renovation of the San Bernardino Santa Fe Depot. 10/02/00 Agreement for Professional Environmental Inspection Services approved with Earth Tech for prov iding inspection of hazardous waste removal at the San Bernardino Santa Fe Depot. 3/06/00 Approval of the Rehabilitation and Adaptive Reuse Plan for the San Bernardino Santa Fe Depot. 3/20/01 Approval of Contract Change Order No. One to the contract with JANUS Corporation for abatement of lead-based paint, asbestos, PCB, and clean-up at the San Bernardino Santa Fe Depot. Approval of Contract Change Order No. Two to the contract with Earth Tech., a Tyco International L TD company, for Professional Environmental Inspection Services for lead-based paint, asbestos, PCB abatement, and clean-up at the San Bernardino Santa Fe Depot. OS/21/01 Approved Agreement with Transtech Engineers, Inc. to provide professional construction management, plan review, and inspection services for the Santa Fe Depot Renovation Project. 09/09/02 Adopted resolutions awarding contract to Solpac, Inc. d.b.a. Soltek Pacific for the San Bernardino Historic Santa Fe Depot Renovation and Restoration project, per Plan No. 10446; approving Agreement with Omnitrans for obtaining Federal Transit Administration funding; ratifying a grant application for TEA funding; and authorize the Director of Finance to amend the FY 2002/03 budget. Recommended Motion: Adopt Resolution r Contact person: Raymond A. Casey, City Engineer Phone: 5127 Snpporting data attached: Stall Report, Resolution, Amend No.1 to Agreement & Agreement Ward: I FUNDING REQUIREMENTS: Amount: ($250,000.00) Source: (Acct. No.) 123-558-5504-7178 Acct. Description: Restoration of San Bernardino Santa Fe Depot \2L~j'j,! ? C'C'J '" I) 3 Finance: Lf)7}03 , Agenda Item No. 15 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report SUBJECT: Adopt Resolution approving Amendment No. 1 to Agreement with Transtech Engineers, Inc. for professional construction management, plan review, and inspection services for the Santa Fe Depot Renovation Project. BACKGROUND: A Professional Services Agreement with Transtech Engineers, Inc. to provide professional construction management, plan review, and inspection services for the Santa Fe Depot Renovation Project was approved by the Mayor and Common council on May 21, 2001. The compensation specified in that agreement was as follows: "Construction Manager will be paid time and material not to exceed $975,000.00 in arrears, for all work and services performed under this contract and upon receipt of itemized invoices, submitted in triplicate to the contract manager. " The contract for rehabilitation of the Santa Fe Depot Renovation Project was awarded to Soltek Pacific on September 9, 2002 and work on the project is approximately 20% completed. Based on the progress of the work, it has become apparent that the cost of construction management services required will be significantly less than anticipated in the original Agreement. Weare currently estimating that the total cost of construction management services required based Time and Material costs provided so far. Together with the architect, the construction management firm and later the contractor, staff has completed several exhaustive rounds of value engineering processes associated with the Santa FE Depot Restoration Project. The initial phase of value engineering successfully reduced the estimated cost of the final phase of reconstruction from about $13 million to about $9 million, resulting in a low bid in that approximate amount. Once the contract was let to Soltec, Inc., staff initiated another round of value engineering, now including the contractor, resulting in substantial savings to the contract in a number of areas including HV AC, structural, trim and exterior work. However, in the course of completing early phases of the work, asbestos was encountered in several locations that were not identified during the investigation phase of the project and must be removed at a significant additional cost to the project. In addition, there was extensive asbestos piping found in the tunnels under the Depot, which were designed to be used as utility chases in the restoration project. The original design called for removal of all hazardous materials in the series of tunnels under the Depot so that the new utilities (sewer, water, electric, etc.) could be installed and maintained in the tunnels. When staff learned of the extensive work that was being undertaken to accomplish this, we reviewed the project costs and directed the contractor and construction manager to complete the removals in the south tunnel, redesign the utilities to all be placed in the south tunnel or outside the building, and seal up the north tunnel, as well as the other north/ south oriented tunnels under the building. 2 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report - Continued The contingency amount approved for the renovation contract as part of the contract award is $480,000.00. Staff is recommending that the savings, which will be realized by the approval of Amendment No. I to Agreement with Transtech Engineers, Inc. be transferred to increase the contingencies for the renovation project, establishing a total construction project contingency of $730,000.00. Soltek Pacific is currently requesting change orders for asbestos removal and other items of extra work that will increase the contract cost by $699,567. FINANCIAL IMPACT: All costs incurred for this project are charged to Account No. 123-558-5504-7178 (Restoration of the San Bernardino Santa Fe Depot). This Amendment No I to Agreement with Transtech Engineers will produce a savings to the project in the amount of $250,000.00. It is recommended that this savings be used to supplement the renovation project construction contingencies to provide a total contingency fund of $730,000.00. RECOMMENDATION: That the Mayor and Common Council adopt the Resolution approving Amendment no. 1 to Agreement with Transtech Engineers, Inc. for professional construction management plan review, and inspection services for the Santa Fe Depot Renovation Project 3 1 2 . RESOLUTION NO. 3 RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING AMENDMENT NO. I TO THE SERVICES AGREEMENT WITH TRANSTECH 4 ENGINEERS, INC. FOR CONSTRUCTION MANAGEMENT, PLAN REVIEW AND 5 INSPECTION SERVICES FOR THE RENOVATION OF THE CITY'S HISTORIC DEPOT PROJECT. 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 7 OF SAN BERNARDINO AS FOLLOWS: 8 SECTION 1. That the Mayor is authorized to execute Amendment No. 1 to the 9 Agreement with Transtech Engineers, Inc. for providing Professional Services for provision of 10 Construction Management Services (attached and incorporated herein as Exhibit "A"). The 11 12 contract is hereby amended to establish a revised not to exceed amount of $725,000, but such 13 agreement shall be effective only upon being fully executed by both parties. The Mayor is 14 hereby authorized and directed to execute said agreement on behalf of the City. 15 16 17 SECTION 2. This Amendment No.1 shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended 18 or authorized and shall not be implied from any act or course of conduct of any party. 19 20 SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it 21 within sixty (60) days of passage of the resolution. 22 III 23 III 24 25 26 27 28 No. 1 j ~/7J!J3 -1- 1 RESOLUTION...APPROVING AMENDMENT NO. 1 TO THE SERVICES 2 AGREEMENTS WITH TRANSTECH ENGINEERS, INC. FOR CONSTRUCTION MANAGEMENT, PLAN REVIEW AND INSPECTION SERVICES FOR THE 3 RENOV ATION OF THE CITY'S HISTORIC DEPOT PROJECT. 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 meeting thereof, held 7 on the 8 day of , 2003, by the following vote, to wit: ABSTAIN ABSENT NAYS AYES Council Members: 9 ESTRADA 10 11 LONGVILLE 12 MC GINNIS 13 DERRY 14 SUAREZ 15 16 ANDERSON MC CAMMACK 17 18 19 20 21 22 City Clerk The foregoing resolution is hereby approved this day of ,2003. Judith Valles, Mayor City of San Bernardino 23 Approved as to 24 form and legal content: 25 JAMES F. PENMAN, City ttorney 26 27 28 ,] .~. .2. EXHIBIT A CONTRACT AMENDMENT NO.1 TO AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this of 2003, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and Transtech Engineers, Inc., hereinafter referred to as "CONSTRUCTION MANAGER". WITNESSETH WHEREAS, City has retained Transtech Engineers, Inc. for the purpose of providing construction management, plan review and inspection services for renovation and retrofit of the San Bernardino Santa Fe Depot. WHEREAS, based on the current project schedule and anticipated related staffing needs, it is anticipated that the associated time and materials contract "ceiling" may be reduced without causing harm to the project delivery or quality of work; and NOW, THEREFORE, it is mutually agreed all terms and conditions of the original agreement approved on May 21 2001, shall remain in force and effect except for the amendment to Section SA., as follows: COMPENSA nON Upon satisfactory completion of the work, the Construction Manager will be paid time and material not to exceed $725,000.00 in arrears, for all work and services performed under this contract and upon receipt of itemized invoices, submitted in triplicate to the contract manager. The invoice amount will be based on the actual work performed by task. For the purpose of invoicing, certain tasks may be combined in assessing percentage completion. Construction manager will submit an invoice to the City every four (4) weeks. CONTRACT AMENDMENT NO. I TO AGREEMENT FOR Professional Construction Management Services with Transtech Engineers, Inc.. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. ATTEST: CITY OF SAN BERNARDINO BY: Judith Valles, Mayor City of San Bernardino BY: Rachel Clark, City Clerk City of San Bernardino TRANS TECH ENGINEERS, INC. BY: Signature NAME: Ali Cayir, P.E. TITLE: Principal Approved as to form and legal content: JAMES F. PENMAN City Attorney III 2 2001-116 EXHIBIT g AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this 21st of May 2001, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and Transtech Engineers, Inc., hereinafter referred to as "CONSTRUCTION MANAGER". WITNESSETH WHEREAS, City desires to obtain professional Construction Management Services for construction management, plan review and inspection services for renovation and retrofit of the San Bernardino Santa Fe Depot. WHEREAS, in order to renovate the San Bernardino Santa Fe Depot, it is necessary to retain the professional services of a qualified construction management firm; and WHEREAS, Construction Manager is qualified to provide said professional services; and WHEREAS, San Bernardino City Council has elected to engage the services of Construction Manager upon the terms and conditions as hereinafter set forth; and NOW, THEREFORE, it is mutually agreed, as follows: I. SCOPE OF SERVICES Construction Manager shall perform those services specified in Section II of the Request for Proposal "Scope of Services", and as contained in the proposal dated April 20, 2001, (which is on file at the City Clerk's Office) and proposed costs dated May 10, 2001, a copy of which is attached hereto as Exhibit "I", and all of which are incorporated herein as though set forth in full. 2. TERM OF AGREEMENT Phase A, the "Design Phase" and Phase B "Pre-Construction Phase" shall commence within five (5) days after the City has authorized work to start by issuance of a Notice to Proceed. Phase C, the "Construction, Project Close-outJPost-construction Phase" shall not commence until a Notice to Proceed has been issued for that phase. 3. ST ANDARD OF PERFORMANCE Construction Manager shall complete all work in conformance with Federal, State, and local regulations and industry standards. 2001-116 CHANGESIEXTRA SERVICES A. Performance of the work specified in the Section II "Understanding and approach to the project" and letter dated April 20, 2001, are made an obligation of Construction Manager under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be considered as additional tasks and shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Construction Manager for the change in scope. Any change, which has not been so incorporated, shall not be binding on either party. B. Construction Manager shall render no extra services under this Agreement unless City authorizes such extra services in writing prior to performance of such work. Authorized extra services shall be invoiced based on the authorized additional task amounts. 5. COMPENSATION A. Upon satisfactory completion of the work, the Construction Manager will be paid time and material not to exceed $975,000.00 in arrears, for all work and services performed under this contract and upon receipt of itemized invoices, submitted in triplicate to the contract manager. The invoice amount will be based on the actual work performed by task. For the purpose of invoicing, certain tasks may be combined in assessing percentage completion. Construction manager will submit an invoice to the City every four (4) weeks. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. City and Construction Manager shall agree upon any such significant alteration in writing before commencement of performance of such significant alteration by Construction Manager. Any adjustment of the total cost of services will only be permitted when the Construction Manager establishes and City has agreed in writing that there has been, Of is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed; 2. Conditions under which the work is required to be performed; and 3. Duration of work if the change from the time period specified in the Agreement for Completion ofthe work warrants such adjustment. C. The Construction Manager is required to comply with all Federal, State and Local laws and ordinances applicable to the work. The Construction Manager is required to comply with prevailing wage rates in accordance with California Labor Code Section 1770. D. The Construction Manager agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, part 31 et seq., shall be used to determine the allowability of individual items of cost. 2 2001-116 E. The Construction Manager also agrees to comply with Federal procedures in accordance with 49 CFR, Part 19, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. F. Any costs for which payment has been made to the Construction Manager that are determined by subsequent audit to be unallowable under 48 CFR, Federal Acquisition Regulations System, Chapter I, Part 31 et seq., or 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, are subject to repayment by Construction Manager to City. G. Any subcontract in excess of $10,000, entered into as a result of this contract, shall contain all the provisions of this Agreement. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted every four (4) weeks by Construction Manager to City and shall be paid by City within twenty (20) days after receipt of same, excepting any amounts disputed by City. Dispute over any invoiced amount shall be noticed to the Construction Manager within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within (10) days of notice of such dispute. Interest of 1-1/2 percent per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not in dispute and not paid within thirty (30) days of the billing date, payment thereafter to be applied first to accrued interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from thirty (30) days of the invoice date if the amount in dispute is resolved in favor of the Construction Manager. All tasks as specified in Exhibit "I" shall be completed prior to final payment. B. No payment will be made for any work performed prior to approval of this contract by City and Notification to Proceed. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Development Services of City, or his designee, shall have the right of general supervision over all work performed by Construction Manager and shall be City's agent with respect to obtaining Construction Manager's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Development Services or his designee. B. The office of Federal Highway Administration may review and inspect the Construction Manager's activities during the progress of the program. 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Construction Manager hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, age, handicap or national origin. Construction Manager shall comply with all State and Federal Civil Rights Laws 3 2001-116 in its hiring practices and employee policies. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. 9. TERMINATION OF AGREEMENT A. This Agreement may be terminated by either party upon thirty (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following the date of such notice within which to correct the substantial failure, giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Construction Manager for all the fees, charges and services performed to City's satisfaction by Construction Manager, which finding of satisfaction shall not be unreasonably withheld. Construction Manager hereby covenants and agrees that upon termination of this Agreement for any reason, Construction Manager will preserve and make immediately available to the City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may continue within forty-five (45) days of termination. Any subsequent use of such incomplete documents, other than their originally intended use, shall be at the sole risk of the City, and the City agrees to hold harmless and indemnify Construction Manager from any claims, losses, costs, including attorney's fees and liability arising out of such use. Construction Manager shall be compensated for such services in accordance with Exhibit "I". B. This Agreement may be terminated for the convenience of the City upon thirty (30) days written notice to Construction Manager. Upon such notice, Construction Manager shall provide work product to City, and City shall compensate Construction Manager in the manner set forth above. C. Following the effective date of termination ofthis Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Construction Manager, Construction Manager fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, the City may grant to Construction Manager such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Construction Manager shall notify City within three (3) days in writing when it becomes aware of any event or circumstances for which it claims or may claim an extension. II. INDEPENDENT CONTRACTOR 4 2001-116 Construction Manager shall act as an independent contractor and shall not be considered an employee of the City in the performance of the services provided for under this Agreement. Construction Manager shall furnish such services in its own manner. This Agreement is not intended and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association between Construction Manager and the City. 12. ASSIGNMENT OR SUBCONTRACTING Construction Manager shall not assign this Agreement, or any portion thereof without the written consent of City. Any attempt by Construction Manager to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding $10,000 shall contain all provisions of this contract. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Construction Manager and City: CONSTRUCTION MANAGER CITY AIi Cayir, PE, Principal Transtech Engineers, Inc. 198 N. Arrowhead Ave. Suite 1 San Bernardino, CA 92408 Mr. James G. Funk Director of Development Services 300 N. "0" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Construction Manager may reasonably rely upon the accuracy of data provided by the City or its agents. B. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part ofthis contract will automatically be vested in the City and no further agreement will be necessary to transfer ownership to the City. C. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine readable form are intended for one-time use in the construction of the project for which this contract has been entered into. D. The Construction Manager is not liable for claims, liabilities or losses arising out of, or connected with, the modification or misuse by the City of the machine readable information and data provided by the Construction Manager under this Agreement; further, the Construction Manager is not liable for claims, liabilities or losses arising out of, or connected with, any use by the City of the project documentation on other projects, for additions to this project, or for the completion of this project by others, excepting only such use as may be authorized, in writing, by Construction Manager. 5 2001-116 E. For the purpose of determining compliance with Public Contract Code Section 10115, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et. seq., when applicable, and other matters connected with the performance of the contract pursuant to Government Code Section 8546.7, the Construction Manager, subconsultant, and the City shall maintain all the books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The State, the State Auditor, FHW A, or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shall have access to any books, records, and documents of the Construction Manager that are pertinent to the contract for audits, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. IS. COVENANT AGAINST CONTINGENT FEE Construction Manager warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Construction Manager for the purpose of securing business. For breach or violation ofthis warranty, City shall have the right to terminate this Agreement in accordance with the clause permitting termination for cause and, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 16. HOLD HARMLESS CLAUSE A. Construction Manager shall indemnify, defend and hold free and harmless the City, its officers, and its employees from all claims, damages, costs, expenses, and liability, including, but not limited to attorney's fees, imposed upon them for any alleged infringement of patent rights or copyrights of any person or persons in consequence of the use by City, its officers, employees, agents, and other duly authorized representatives, of programs or processes supplied to City by Construction Manager under this Agreement. B. The prevailing party in any legal action to enforce or interpret any provisions of this Agreement will be entitled to recover from the losing party all reasonable attorneys' fees, court costs, and necessary disbursements in connection with that action. The costs, salary, and expense of the City Attorney and members of his office, in connection with that action shall be considered as attorneys' fees for the purposes of this Agreement. 18. INDEMNITY Construction Manager shall indemnify, defend and hold harmless City from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, 6 2001-116 costs, expenses (including reasonable attorney's fees), and liabilities, of, by, or with respect to third parties, which arise from Construction Manager's negligent performance of services under this Agreement. Construction Manager shall not be responsible for, and City shall indemnify, defend, and hold harmless Construction Manager from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of, by or with respect to third parties, which arise from the City's negligent performance under this Agreement. With respect to any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Construction Manager and City, each party shall assume responsibility in proportion to the degree of its respective fault. 19. LIABILITY /INSURANCE Construction Manager shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Construction Manager 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 Construction Manager performing any of the services under this 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 cancellation of any insurance policy of the Construction Manager. A. Errors and Omissions. The Construction Manager 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 Construction Manager 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 Comoensation Insurance. The Construction Manager shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employed by the Construction Manager. 20. VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and affect, and to this end the provisions of this Agreement are declared to be severable. 21. ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings, and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. 7 2001-116 REEMENT FOR Professional Construction Management Services with Transtech Engineers, Ine.. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. ATTEST: CITY OF SAN BERNARDINO BY: ~ }y. Ch.~~ Rachel Cl , City Clerk City of San Bernardino BY: TRANSTECH ENGINEERS, INC. BY: Signature NAME: Ali Cayir, P.E. TITLE: Princioal Approved as to form and legal content: JAMES F. PENMAN City Attorney By:L J f~ IIIU III 8 M E M 0 o F TRANSMITTAL To: Mr. Raymond A. Casey, Deputy Director/City Engineer lI0~'B\ , ~~ ')r:n~ l!:V , " (.uu.... Of: City of San Bernardino .'; ;_:!~rlf\lAHDINO ,~Zr'JT SERVICES "I f)j:,.i-HMENT Date: April 7, 2003 Re: San Bernardino Santa Fe Depot Enclosed please find original Exhibit A, Contract Amendment No.1 to Agreement for Professional Construction Management Services, fully executed by our Principal, Ali Cayir. Thank you. (V1 (1;0 / /~r . m esk of s,o~A AL~CHE ADMINISTRAME ASSISTANT Transtech Engineers, Inc. 624 Brea Canyon Road Walnut, Ca 91789 (909) 595-8599 Ex!. 120 Fax: (909) 595-8863 I ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): Lj .1") - Q:) Item # Vote: Ayes! . 'I Nays --0 Change to motion to amend original documents: I S Resolution # Abstain _~ 'icG" ',5 Absent e Reso. # On Attachments:"/ Contract term: .- Note on Resolution of Attachment stored separately: -=- Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY By: Null/Void After: let' OA'j-.'., ) to 'fr. 03 , Date Sent to Mayor: 11_ 9 . <:' :',) Date of Mayor's Signature: It -It' C":, Date of Clerk/CDC Signature: II' (C (' c, Reso. Log Updated: Seal Impressed: ,/ /' See Attached: See Attached: ~ttached: Date Returned: Date Memo/Letter Sent for Signature: 60 Day'R.e..,minder Letter Sen;~~'30ai"a'aY:' ----.,- 90 Day Reminder Letter n 45th day: Yes ./ No By---L I Yes NoL BY-L- Yes No~ ::t Yes No~ Yes No y" By j Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433, 10584, 10585, 12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Copies Distributed to: City Attorney ,/ Parks & Rec, Code Compliance Dev, Services ~ EDA Police Public Services Water Finance ,./ MIS Others: Notes: BEFORE FILING, REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term, etc.\ Ready to File:'~ Date: 11-11-('':; Revised 01/12/01