SlideShare uma empresa Scribd logo
1 de 132
Baixar para ler offline
SAN BERNARDINO COUNTY TRANSPORTATION
AUTHORITY
REQUEST FOR PROPOSALS (RFP) 12077
FOR
ARCHITECTURAL AND ENGINEERING SERVICES
FOR THE SAN BERNARDINO TRANSIT CENTER
OMNITRANS BUS FACILITY
KEY RFP DATES
RFP Issue Date:
September 7, 2011
Pre-Proposal Conference Date:
September 12, 2011
Question Submittal Deadline:
September 19, 2011
Proposal Due Date:
September 29, 2011
Interview Date:
Week of October 10, 2011
Board Of Directors Approval:
November 2, 2011
Notice To Proceed:
November 3, 2011
San Bernardino Associated Governments
1170 W. 3rd Street, 2nd Fl, San Bernardino, CA 92410
Phone: (909) 884-8276 Fax: (909) 885-4407
Web: www.sanbag.ca.gov
San Bernardino County Transportation Commission San
Bernardino County Transportation Authority
San Bernardino County Congestion Management Agency
Service Authority for Freeway Emergencies
RFP A&E Template Page
RFP 12077 rev 9/13/11
San Bernardino Associated Governments
1170 W. 3rd Street, 2nd Fl, San Bernardino, CA 92410
Phone: (909) 884-8276 Fax: (909) 885-4407
Web: www.sanbag.ca.gov
San Bernardino County Transportation Commission San
Bernardino County Transportation Authority
San Bernardino County Congestion Management Agency
Service Authority for Freeway Emergencies
September 7, 2011
SUBJECT: NOTICE OF REQUEST FOR PROPOSALS
(RFP) 12077
“SAN BERNARDINO TRANSIT CENTER OMNITRANS BUS
FACILITY” (HEREINAFTER REFERRED TO AS “PROJECT”)
San Bernardino Associated Governments, (SANBAG), acting as
the San Bernardino County Transportation Authority
(“Authority”) invites proposals from qualified firms to
architectural and engineering services for the design of the San
Bernardino Transit Center Omnitrans Facility located the
southwest quadrant of Rialto Avenue and E Street in downtown
San Bernardino as identified in this RFP.
Firms intending to submit a proposal should note the
procurement schedule contained in the attached RFP. It is our
intention, subject to Board approval, to have the selected firm
under contract by November 2011. Firms submitting a proposal
for this Project will be evaluated based on qualifications, prior
experience with the same or similar type of services identified
herein, and the firm’s understanding of the Project’s needs and
requirements as identified in the RFP.
Attached for your reference is the following:
· Contract with Scope of Work (hereinafter “Contract”)
The RFP and the materials listed below are available on
Authority’s website: www.sanbag.ca.gov under “Contracting
Opportunities”. Proposers are requested to check the website
periodically, and no less frequently than weekly, for RFP
schedule updates, addenda, and other information. Proposers
are responsible for accessing information posted on Authority’s
website.
· SANBAG Cost Proposal Guidelines
· SANBAG generic Cost Proposal Template
· SANBAG generic Schedule Template
· SANBAG’s Contracting and Procurement Policy (Policy No.
11000)
· SANBAG’s Major Projects Negotiating Guidelines (Policy No.
34504)
One (1) original plus eight (8) copies of the proposal must be
submitted to SANBAG on or before 2:00 p.m., September 29,
2011.
Proposals shall be submitted to:
Mitch Alderman, P.E.
Director of Transit and Rail Programs
San Bernardino Associated Governments
1170 W. 3rd Street, 2nd Floor
San Bernardino, California 92410-1715
A Pre-Proposal conference is scheduled 11:00 a.m., September
12, 2011, at Authority's office, located at 1170 W. 3rd Street,
2nd Floor, San Bernardino, CA 92410, Super Chief Conference
Room. This Pre-Proposal conference is not mandatory, though
we encourage all interested firms to attend. The time and
location of the conference may change so proposers are advised
to check the Authority’s website often.
All questions related to this RFP must be put in writing and
submitted to Authority no later than 4:00 p.m., September 19,
2011. All questions must be clearly labeled, “Written Questions
for RFP 12077 and submitted electronically to:
Kathleen Murphy-Perez
Contracts Manager
[email protected]
Questions received after the deadline may not be responded to.
Questions received by the deadline including the written
responses will be posted via written addendum on Authority’s
website at www.sanbag.ca.gov under “Bids, RFP’s & RFQ’s”.
Firms are solely responsible for checking the website, at least
weekly or more frequently, for additional information related to
this RFP.
This is a Federal-aid project: The Contract to be awarded is
financed in part by the U.S. Department of Transportation (US
DOT). Proposers are required to certify that they meet all
federal requirements identified in this RFP, including but not
limited to all applicable equal opportunity laws and regulations
and state and/or Federal Prevailing Wages.
This project is subject to to Title 49, Part 26, Code of Federal
Regulations (CFR) entitled “Participation of Disadvantaged
Business Enterprises in the Department of Transportation
Financial Assistance Programs (herein referred to as the
“Regulations”). The Regulations in their entirety are
incorporated into this RFP by this reference. Proposers are to be
fully informed respecting the DBE/UDBE requirements and the
Regulations. As required under the Regulations, the Authority
has established a UDBE contract goal of 3.2% for this Project.
Certain labor categories under this Project may be subject to
prevailing wages as identified in the State of California Labor
Code commencing in Section 1770 et. seq., It is required that
all mechanics and laborers employed or working on this Project
shall be paid not less than the basic hourly rates of pay and
fringe benefits as shown in the current wage schedules of the
Department of Labor. Proposers must use the current wage
schedules applicable at the time the work is in progress.
The firm, who is awarded the Contract, if awarded, will be
required to comply with all applicable equal opportunity laws
and regulations.
Firms are encouraged to subcontract with small and
disadvantaged businesses to the maximum extent possible.
The award of this Contract is subject to receipt of Federal,
state, and/or local funds sufficient to carry out the work
identified in this RFP.
SAN BERNARDINO COUNTY TRANSPORTATION
AUTHORITY
REQUEST FOR PROPOSALS 12077
FOR
ARCHITECTURAL AND ENGINEERING SERVICES FOR
THE SAN BERNARDINO TRANSIT CENTER OMNITRANS
BUS FACILITY
I. INTRODUCTION
San Bernardino Associated Governments (“SANBAG”), acting
as the San Bernardino County Transportation Authority
(“Authority”) is soliciting proposals from qualified firms to
assist the Authority with the Design and construction of a 22-
bay Omnitrans bus facility which is part of the San Bernardino
Transit Center located at the southwest quadrant of Rialto
Avenue and E Street in downtown San Bernardino. This RFP is
only for the Omnitrans facility. All other components for the
rail system including track, signals, platforms, and the surface
parking lot located south of the train platforms are in the
process of the final design by others.
The contract, if awarded, will be awarded without consideration
of race, religion, color, age, sex, or national origin.
II. PROJECT AND SERVICES DESCRIPTION
Through a mutual agreement between SANBAG, the City of San
Bernardino, Redevelopment Agency of the City of San
Bernardino, and Omnitrans, is jointly developing the San
Bernardino Transit Center (SBTC). The SBTC is comprised of
the following.
1. Expanded Metrolink service from and to the San Bernardino
Santa Fe Depot known as the Downtown San Bernardino
Passenger Rail Project. For this expansion, the SBTC will
include four tracks, platforms and their associated amenities, a
Metrolink crew base, and other related commuter rail
components. All work for DSBPRP is in final design being
performed by others.
2. The SBTC will include a surface parking lot adjacent and
south of the Metrolink platforms. All work related to this is in
final design being performed by others.
3. For this RFP, the Project consists of environmental clearance
and design services to construct a 22-bay bus facility with
associated buildings and related off-site improvements for
Omnitrans.
General Project components include:
· All necessary work to obtain CEQA/NEPA environmental
clearance
· Preliminary design to define the Project
· Final design of on-site improvements, including but not
limited to the bus way, amenities, support buildings, and pads
for future development opportunities.
· Final design of off-site improvements, including but not
limited to the reconfiguration of Rialto Avenue, a new F
Street/Rialto Avenue intersection, and frontage improvements
along E Street.
Services
Services are anticipated to generally include, but are not limited
to all necessary environmental studies and support functions so
that SANBAG can obtain NEPA clearance with the FTA and to
be able to certify the CEQA portion of the document; prepare
conceptual plans to meet the available funding, prepare
construction documents and obtain all approvals for on-site and
off-site improvements, and provide construction support
services. In general, the Consultant will need to provide all
services necessary, including but not limited to architecture,
landscape architecture, civil, mechanical, electrical, structural,
geotechnical, and traffic engineering.
It is expected that the Consultant will assign a full-time senior
Project Manager to coordinate all contract and personnel
activities for the project. Other personnel may be assigned to
direct and coordinate all project specific activities and
responsibilities as needed for satisfactory performance on the
project. The Project Manager shall be licensed as a
Professional Civil Engineer or an Architect in the State of
California. The Consultant shall provide a public outreach
liaison to assist the SANBAG Public Information Office in
implementing the Public Outreach Program established for this
project.
Insofar as the Consultant’s approach described in the Proposal,
the scope of responsibility and the total number of personnel
assigned to the Project is left to the discretion of the
Consultant. The Proposal shall include a staffing plan, an
organization chart and a resource-loaded schedule that establish
the firm's ability to adequately and appropriately staff and
manage the project.
The Consultant shall demonstrate their understanding of the
scope and project approach for the Project.
The selected Consultant shall prepare a detailed and
comprehensive Scope of Services, which shall include all work
necessary for the completion of the Project, including full
definition of the tasks, sub-tasks, and deliverables that are
required for the services as described in this RFP. Selected
firm shall prepare a Work Breakdown Structure (WBS) and
schedule acceptable to the Authority, detailed scope of services.
III. MATERIALS FURNISHED BY AUTHORITY
All software, data, reports, surveys, drawings, and other
documents furnished to the Consultant by Authority for the
Consultant's use in the performance of services shall be made
available only for use in performing the assignment and shall
remain the property of Authority. All such materials shall be
returned to Authority upon completion of services, termination
of the Contract, or other such time as Authority may determine.
IV. CONTACT INFORMATION
All inquiries, contacts or questions related to this RFP shall be
directed for:
Mitchell A. Alderman, PE
Director of Transit and Rail Programs
San Bernardino Associated Governments
1170 W. 3rd Street, 2nd Floor
San Bernardino, CA 92410-1715
Proposers are cautioned not to discuss this RFP with any
official, Board Member, or employee of SANBAG, other than
the staff identified herein. Neither proposers, nor anyone
representing the proposer, are to discuss this RFP with any
consultant or contractor engaged by SANBAG for assistance in
preparing a response to this RFP. Violation of this prohibition
may result in disqualification of the proposer.
V. CONTRACT TYPE
A Time and Materials contract, with a not-to-exceed amount,
and fixed hourly rates will be issued for the Project. Any
services provided by the Consultant, which are not specifically
covered by the Contract, will not be reimbursed.
VI. DISADVANTAGED BUSINESS ENTERPISE
In conformance with title 49 CFR Part 26, the Authority has
established a project specific goal of 3.2% for Underutilized
Disadvantage Business Enterprise (UDBE). The Proposer is
required to meet this goal or demonstrate Good Faith Efforts as
a condition of the award of this Contract. Proposer’ shall
complete and submit form 10 O-1, “Local Agency Bidder UDBE
Commitment” and Form 12-G, “Bidders List” at the time
proposal submittal. Form 10-O2, “Local Agency Bidder-DBE
Commitment” and 15-H, “Good Faith Efforts” are to be
submitted in a sealed envelope with their proposal, but no later
than four (4) working days following the proposal due date
identified herein.
As there is a UDBE goal on this Contract, the Proposer, in
order to be considered responsible and responsive, must meet
the contract specific UDBE goal identified in herein or make
Good Faith Efforts to meet the goal established for the Contract.
If the goal is not met, the Proposer must document adequate
Good Faith Efforts. Only UDBE firms certified through the
CUCP will be counted towards the contract goal; however, all
DBE participation shall be collected and reported. Please refer
to Attachments C and C-1 to this RFP for further information
and instructions.
VII. INFORMED PROPOSER
Proposer’s shall review the Scope of Services, (identified herein
as Attachment A) and Contract (identified herein as Attachment
B), for a complete understanding of the terms and conditions
included therein. Proposers are expected to be fully aware of
the conditions, requirements, and scope of services before
submitting any proposal. Failure to do so will be at the
Proposer’s own risk. By submitting a proposal, the Proposer
represents that it is capable of performing quality work to
achieve the Authority’s objectives identified in this RFP.
VIII. CONFLICT OF INTEREST
Any person or firm that has assisted the Authority in preparing
any aspect of this RFP or any cost estimate associated with this
procurement is prohibited from submitting a proposal in
response to this RFP. Consultants that received assistance from
any such person or entity, or who will use the services of such
person or entity in performing the services will be disqualified.
A consultant who is prohibited from submitting a proposal in
response to this RFP will not be prevented from participating in
future projects to the extent that no direct conflict of interest
exists at the time. Consultants responsible for a project’s
design may not participate in construction
management/construction inspection or on the team of a
design/builder for the construction of the project. The
determination of a conflict of interest, direct or incidental, shall
be at the sole discretion of Authority.
IX. PRE-PROPOSAL CONFERENCE
A non-mandatory Pre-Proposal meeting is scheduled for 11:00
a.m., September 12, 2011 at Authority’s Office located at 1170
W. 3rd Street, 2nd Floor, San Bernardino in the Super Chief
conference room. Interested firms are strongly encouraged to
attend this pre-proposal meeting. Firms are asked to check-in
with the reception desk on the 2nd floor and wait to be escorted
into the conference room.
X. ADDENDA
Any changes to this RFP will be made by written Addenda. The
Authority will not be bound to any modifications to or
deviations from the requirements set forth in this RFP as a
result of any oral discussions and or instructions. Proposers
shall acknowledge receipt of any addenda in their proposal.
Proposers are solely responsible for checking the Authority’s
website, at least weekly for updated information regarding this
RFP.
XI. WRITTEN QUESTIONS/CLARIFICATIONS
All questions and or clarifications to this RFP, including
questions that could not be specifically addressed at the pre-
proposal meeting must be put in writing and must be received
by Authority no later than 4:00 p.m., September 19, 2011.
Questions received after the date and time specified may or may
not be responded to, within the sole discretion of Authority. All
questions/clarification must be clearly labeled “Written
Questions”. Authority is not responsible for failure to respond
to questions that are not appropriately marked. Authority’s
responses to the questions received by the date and time
identified herein, including the Authority’s answers will be
posted on the SANBAG’s website at www.sanbag.ca.gov.
XII. PRE CONTRACTUAL EXPENSES
The Authority shall not be liable for any pre-contractual
expenses incurred by the firms in preparation of their proposals.
The Proposer shall not include any such expenses as part of
their price proposal. Pre-contractual expenses are defined as
follows: a) preparing a proposal in response to this RFP; b)
submitting price proposal to Authority; and c) any and all
expenses incurred by the Proposer prior to award of this
Contract.
XIII. PREVAILING WAGES
Certain labor categories under this Scope of Services may
be subject to Prevailing Wages as identified in the State of
California Labor Code Section 1770 et. seq. Firms are required
to pay all mechanics and laborers employed on the project not
less than the basic hourly wage rates and fringe benefits shown
in the current prevailing wage schedules for this area. The firm,
who is awarded this Contract, if awarded, shall comply with all
provisions of the State of California Labor Code.
XIV. PROPOSAL INSTRUCTIONS
Proposals will be accepted until 2:00 p.m., September 29, 2011.
One original and eight (8) copies are to be submitted to:
Mitch Alderman, P.E.
Director of Transit and Rail Programs
San Bernardino Associated Governments
1170 W. 3rd Street, 2ndFloor
San Bernardino, CA 92410-1715
All proposals are to be submitted in a sealed package, clearly
marked with the RFP number and title and clearly marked with
the company’s name and address. Proposals received after the
2:00 p.m. deadline will be rejected and returned to the firm
unopened.
Proposers shall include the following information in their
proposals.
A. Cover Letter
Firms are to provide the following information:
· A statement requesting Authority to evaluate the submitted
proposal.
· Identification of all proposed sub-consultants including
description of the work to be performed by the firm and each
sub-consultant proposed for the Project and an estimate of the
percentage of work to be performed by each firm.
· Indicate the location of the office from which the work will be
performed.
· In accordance with SANBAG Policy No. 11000, Sect. VII.
A.2.f, provide a response to the following question: Has your
firm ever been terminated from a contract? If the answer is yes,
see item B below.
· A memorandum from a principal of each sub-consultant firm
indicating the specific portion of services the sub-consultant
will be performing.
· Acknowledgement of receipt of all addenda, if any.
· A signed statement by an officer of the firm attesting that all
information in the proposal is true and correct.
· A signature of an authorized person within the prime firm who
can bind the firm to the terms and conditions of the RFP.
· That the proposal is valid for 180 days from the date of
submission.
B. Contract Termination Circumstances:
If Consultant has ever been terminated from a contract, describe
the facts and circumstances in detail, on a separate sheet. See
SANBAG Policy No. 11000, Sect. VII.A.2.f for details. Firms
may download the Policy on SANBAG’ website at
www.sanbag.ca.gov, under “Bids, RFP’s & RFQ’s”.
C. Technical Proposal Content:
1. Qualifications, Related Experience, and References
(Labeled “Section I- Qualifications”)
This section of the proposal should establish the ability of the
proposed team to satisfactorily perform the required work by
reasons of: experience in performing work of the same or
similar nature; demonstrated experience working with agencies
and cities directly involved in this Project; staffing capability;
work load; record of meeting schedules on similar projects; and
supportive client references. Specifically:
a. Provide a brief profile of the firm, including the types of
services offered; the year founded; form of the organization
(corporation, partnership, sole proprietorship); number, size and
location of offices; number of employees.
b. Provide a general description of the firm's current financial
condition; identify any conditions (e.g., bankruptcy, pending
litigation, planned office closures, impending merger) that may
impede ability to complete the Project.
c. Describe the firm's experience in performing work of a
similar nature to that solicited in this RFP, and the participation
in such work by the key personnel proposed for assignment to
this Project. Highlight the firm’s and key personnel experience
with construction management services as identified in the
Scope of Services.
d. Describe experience in working with the various government
agencies that may have jurisdiction over the approval of the
work specified in this RFP. Please include specialized
experience and professional competence in areas directly related
to this RFP.
e. Provide a list of past joint work by the firm and each sub-
consultant, if applicable. The list should clearly identify the
Project and provide a summary of the roles and responsibilities
of each party.
f. Provide a minimum of three (3) references for both the firm
and the Project Manager (for a total of six references). Furnish
the name, title, address and telephone number of the person(s)
at the client organization who is most knowledgeable about the
work performed. References may also be supplied from other
work not cited in this section as related experience.
2. Proposed Staffing and Project Organization (Labeled
“Section 2- Organization”)
This section of the proposal should establish the method that
will be used to manage the Project as well as identify key
personnel assigned. Specifically:
a. Provide education, experience and applicable professional
credentials of Project staff. Identify the persons who are
licensed architects, registered Professional Engineers (PE) in
and Land Surveyor (LS) in the State of California. Licenses can
be requested of the selected consultant’s team members as
needed.
b. Furnish brief resumes (not more than two [2] pages each) for
the proposed Project Manager and other key personnel.
c. Identify key personnel proposed to perform the work in the
specified tasks and include major areas of subcontract work.
Include the person's name, current location, proposed position
for this Project, current assignment, level of commitment to that
assignment, availability for this assignment, and how long each
person has been with the firm.
d. Include a Project organization chart that clearly delineates
communication/reporting relationships among the Project staff,
including sub-consultants. Clearly identify which firm person
works for and if they are licensed.
e. Include a statement that key personnel will be available to the
extent proposed for the duration of the Project, acknowledging
that no person designated as "key" to the Project shall be
removed or replaced without the prior written concurrence of
Authority.
3. Work Plan (Labeled “Section 3 – Work Plan”)
This section of the proposal shall provide a narrative that
addresses the Scope of Services and shows understanding of the
Project needs and requirements. Specifically:
a. Describe the approach and work plan for completing the tasks
specified in the Scope of Services. The work plan shall be of
such detail to demonstrate ability to accomplish the Project
objectives and overall schedule.
b. Outline sequentially the activities that would be undertaken
in completing the tasks and specify who in the firm would
perform them.
c. Furnish a Project schedule for each task and subtask in terms
of elapsed weeks from the Project commencement date.
d. Identify methods that will be used to ensure quality control
as well as budget and schedule control for the Project.
e. Identify any special issues or problems that are likely to be
encountered during this Project and how they will be addressed.
f. Identify potential schedule and construction cost reductions.
g. Consultants are encouraged to propose enhancements or
procedural or technical innovations to the Scope of Services
that do not materially deviate from the objectives or required
content of the Project.
4.Appendices (Labeled “Section 4 – Appendices”)
Information considered pertinent to this Project and which has
not been specifically solicited in any of the aforementioned
sections may be placed in a separate appendix section. Firms
are cautioned, however, that this does not constitute an
invitation to submit large amounts of extraneous materials;
appendices should be relevant and brief.
5.Price Proposal (Labeled “Section 5 – Price Proposal”)
Proposers are asked to submit only the technical information
requested in this RFP. No cost proposal or work hours are to be
included in this phase of the RFP process.
Price Proposal and Fees for Services (Interviewed Firms Only)
a. Provide in a separate, sealed envelope a cost proposal, based
on the scope of work outlined in Attachment A, and itemized
accordingly. The cost proposal shall not be considered until
technical proposals have first been evaluated as to the
Proposer's experience, qualifications, professionalism, quality
of work, and approach. Cost proposals shall generally be used
to evaluate whether a service proposal is reasonable and
realistic in light of the program requirements. After selection
of the preferred Consultant, the final scope of work and level of
compensation shall be negotiated.
b. Hourly fees for services and direct and indirect expense
charges for the term of the contract shall also be submitted with
the cost estimate in the sealed envelope. Fees for any projected
subcontracted services shall also be enclosed.
6. Contract Comments (Labeled “Section 6-Contract
Comments”)
Firms are asked to include in their proposals a written
discussion of proposed exceptions to or deviations from the
Authority’s Contract. Please note that Authority reserves the
right to disqualify any Consultant that does not provide a
complete written discussion of its contractual objections or to
disqualify any Consultant based on objections that Authority
considers non-negotiable. Authority does not anticipate making
substantive changes to its Terms and Conditions. Should a firm
not identify any proposed exceptions in their proposal, they will
be deemed to have accepted the contract terms and conditions
without exception.
7. Forms (Labeled “Section 7 – Forms”)
Proposers are required to complete and submit the following
forms, which are enclosed in this RFP package with their
proposals:
a) Non-Lobbying Certification For Federal-Aid Contracts &
Disclosure of Lobbying Activities, if applicable.
b) Certification Regarding Debarment, Suspension- Prime and
Subcontractors
c) Certification of Consultant, Commissions & Fees
d) UDBE Form 10-O1, “Local Agency Proposer DBE
Information”
e) Form 12-G, “Bidders List”
Forms that can either be submitted with the proposal, or up to
four working days from the proposal submittal date are:
a) DBE Form 10-O2, “Local Agency Proposer UDBE
Information”
b) UDBE Form 15-H, “Good Faith Efforts”
D. Entire Proposal Package:
Proposals are limited to 50 (8 ½” x 11”) pages single-sided 25
pages double sided in 11-point font. Charts and schedules may
be included in 11” x 17” format. Proposals shall not include
any unnecessarily elaborate or promotional material. Lengthy
narrative is discouraged, and presentations should be brief and
concise. The page limit does not include the outside cover,
section dividers, cover letters and sub-consultant commitment
memorandum, or appendices. Proposals that do not contain the
required information or do not contain the required number of
copies may be rejected and may not be considered.
E. Changes:
If at any time during the procurement process, a firm makes any
changes to proposed key personnel or sub-consultants, the firm
must notify the Authority in writing of those proposed changes.
Authority reserves the right to accept or reject such proposed
changes or to revise the evaluation scoring to reflect the
proposed staffing changes.
XV. ACCEPTANCE OF PROPOSALS
Authority reserves the right to accept or reject any and all
proposals, or any item or part thereof, or to waive any
informalities or irregularities in proposals. Authority reserves
the right to withdraw or cancel this RFP at any time without
prior notice and Authority makes no representation that any
contract will be awarded to any firm responding to this RFP.
Authority reserves the right to re-issue a new RFP for the same
or similar services. Authority reserves the right to postpone
proposal openings for its own convenience. Proposals received
by Authority are public information and must be made available
to any person upon request. Submitted proposals are not to be
copyrighted. Consultant may withdraw its proposal before the
opening of proposals by submitting a written request signed by
an authorized representative of the firm and delivered to
Authority’s Project Manager, Mitch Alderman.
XVI. CONSULTANT SELECTION
The primary objective of Authority is to select a qualified firm
to perform services identified for Authority at a fair and
reasonable cost. Consultants may obtain a copy of the
consultant selection policy by accessing SANBAG’s website. In
addition, Authority has established the following criteria for the
selection process:
A. The selection process shall be fair, open, and competitive.
B. The selection of the consultant firm will be based on clearly
stated objectives, identified in this RFP.
C. Selection of consultant shall be based upon demonstrated
competence, professional qualifications, experience, and
capabilities to perform the required services identified in the
Scope of Services.
D. Upon review of the proposals, a shortlist of firms will be
invited to an interview tentatively scheduled for the week of
October 10, 2011 at SANBAG’s Office at 1170 W. 3rd Street,
San Bernardino, CA 92410. The Contract will be awarded to
the most technically qualified responsible and responsive firm
best conforming to the RFP, and is in the opinion of Authority,
most advantageous to Authority.
E. Authority reserves the right to reject any and all proposals.
Authority is under no obligation to award a contract for the
subject services. At the conclusion of the evaluation process,
the evaluation committee will recommend to Authority’s Board
of Directors the firm who ranked the highest in overall score.
F. Consultant’s proposal will be evaluated based on the criteria
identified in this RFP.
G. Firms who are not awarded a contract may obtain a
debriefing concerning the strengths and weaknesses of their
proposals after the Authority’s Board of Directors authorizes an
award. A request for debriefing must be submitted in writing
to: Kathleen Murphy-Perez, Contracts Manger at
[email protected]
XVII. NEGOTIATIONS AND AWARD
The contract, Scope of Services and cost proposal may be
negotiated with the selected Consultant. Consultants are to
identify in their proposal any comments relating to the Scope of
Services and/or the terms and conditions of Authority’s
standard contract. Authority reserves the right to disqualify any
firm that does not provide written discussions of any
disagreements it has relative to Authority’s Terms and
Conditions. Authority does not anticipate making any
substantive changes to its Terms and Conditions. Consultant is
advised that any recommendation for contract award is not
binding on Authority until the Contract is fully executed and
approved by the Authority’s Board of Directors.
XVIII. PROCUREMENT SCHEDULE
RFP Issue Date:
September 7, 2011
Pre Proposal Conference Date:
September 12, 2011 @ 11:00 a.m.
Question Submittal Deadline:
September 19, 2011 @ 4:00 p.m.
Proposal Due Date:
September 29, 2011 @ 2:00 p.m.
Interview Date:
The week of October 10, 2011
Consultant Selection:
TBD
Board of Directors Approval:
November 2, 2011
Notice To Proceed:
November 3, 2011
Dates are subject to change. Schedule updates will be posted on
SANBAG’s website: www.sanbag.ca.govunder “”Bids, RFP’s &
RFQ’s”.
ATTACHMENT A
“SCOPE OF SERVICES”
SCOPE OF SERVICES
Through cooperation between SANBAG, the City of San
Bernardino, and Omnitrans, a concept plan was developed for
the ultimate build-out of the Omnitrans bus facility (Facility)
portion of the San Bernardino Transit Center (SBTC). See
concept plan following this draft Scope of Services. The
Facility will generally be comprised of transit elements listed
below and graded pads for future development/revenue
generation opportunities. No additional studies have been
performed to define the exact scope of the Facility to match
funding levels. Therefore, it will be the task of the Consultant
to design the Facility, if possible, to match the available
funding. However, additional funding is being pursued by all of
the agencies involved.
The Consultant will provide all necessary services to meet the
design elements below including but not limited to, buildings
plans; engineering plans for precise grading depicting the bus
roadway, sidewalks and other hardscape surfaces, planters, and
utilities; and landscape and irrigation.
The Consultant will extensively coordinate all environmental
and design efforts with the Downtown San Bernardino
Passenger Rail Project (DSBPRP) consultant who is currently
completing the environmental clearance and final design
documents. It is anticipated that environmental clearance for
this project will be obtained in February 2012 with a start of
construction to occur mid to late 2012. SANBAG intends to
include the Omnitrans facility as part of the DSBPRP
construction bid.
Since the entire site of the Omnitrans facility will be developed,
compliance with the County’s MS4 permit for water quality
requirements is planned to be achieved by use of the detention
basin located in the southerly part of the proposed surface
parking lot shown on the following concept site plan.
On-Site Bus Facility Improvements
1. Twenty-two (22) on-site bus bays
2. Capacity for four (4) articulated buses (part of the total
twenty-two (22) on-site bus bays)
3. Two (2) bus turn-outs on “E” Street (north of Rialto Avenue)
4. Two (2) vehicular points of egress/ingress from Rialto
Avenue
5. Street conversion and landscaping consistent with City’s
Downtown Streetscape Planning & Design project
6. Onsite landscaping and irrigation
7. Solar canopies that provide an energy source for the site and
other possible uses
8. Public restrooms building
9. Signage and striping
10. Site lighting
11. Coach operator restrooms
12. Coach operator break room
13. Maintenance storage building
14. Parking for maintenance vehicles
15. Customer service building
16. Electronic real time notification
17. Provide for future electric charging for four (4) bus stalls
18. Security office building and cameras
19. Bike lockers
20. Appropriate vehicular and pedestrian signalization to allow
for safe and efficient traffic flow within the site.
21. Obtain Leadership in Energy and Environmental Design
(“LEED”) Gold certification.
Off-Site Improvements
1. Rialto Avenue improvements including a potential traffic
circle at “F” Street.
2. “E” Street improvements including the removal and
replacement of the curb, gutter and sidewalk fronting the
Project Site.
3. Traffic signal modifications at the intersection of Rialto
Avenue and “E” Street as needed for SBTC operations.
4. One (1) potential vehicular traffic signal on Rialto Avenue at
the exit of the SBTC.
5. Street landscape for Rialto Avenue and “E” Street following
the City’s “Downtown Streetscape Planning & Design.”
6. Potential storm run-off detention basin or other facility
needed for compliance with Municipal Separate Storm Sewer
Systems (“MS4”) permit to support on-site improvements.
7. Right-of-way acquisition necessary for the potential traffic
circle at “F” Street and the two (2) fixed route bus turnouts on
“E” Street just north of Rialto Avenue, one (1) being on the
west side of “E” Street and one (1) on the east side.
Miscellaneous Studies and Investigations
1. Lot Line Adjustment. As real property ownership of the
Omnitrans Facility and the Downtown San Bernardino
Passenger Rail Project (DSBPRP) is shared between SANBAG
and Omnitrans, SANBAG and Omnitrans will adjust the lot-
lines accordingly.
2. Record of Survey (“ROS”). File a ROS with the County of
San Bernardino Recorders Office, depicting the final boundary
of the Omnitrans Facility site following the recordation of the
lot-line adjustment.
3. Perform a geotechnical investigation of the Omnitrans
Facility and prepare a preliminary report necessary for the
design and construction of all anticipated structures such as
buildings, walls, canopies and light poles as well as for grading
and paving.
4. Perform a hydraulic and hydrologic study relating to the
Omnitrans Facility to determine storm water run-off and
compliance with the MS4 permit.
5. Perform all necessary traffic studies related to the Omnitrans
Facility development.
SAN BERNARDINO TRANSIT CENTER
CONCEPT LAYOUT OF OMNITRANS BUS FACILITY
ATTACHMENT B
CONTRACT NO: 12077
By and Between
San Bernardino Associated Governments/San Bernardino
County Transportation Authority
And
For
CONTRACT C12077
BY AND BETWEEN
SAN BERNARDINO ASSOCIATED GOVERNMENTS
AND
FOR
“ARCHITECURAL AND ENGINEERING SERVICES FOR
THE SAN BERNARDINO TRANSIT CENTER OMNITRANS
BUS FACILITY”
This Contract, is effective on the Effective Date as defined
herein, by and between the San Bernardino Associated
Governments/San Bernardino Transportation Authority (referred
to hereafter as “AUTHORITY”), whose address is 1170 W. 3rd
Street, 2nd Floor, San Bernardino, California 92410-1715; and
the firm of (hereinafter referred to as “CONSULTANT”) whose
address is:
AUTHORITY and CONSULTANT are each a “Party” and
collectively the “Parties” herein.
RECITALS:
WHEREAS, AUTHORITY requires certain architectural and
engineering services as described in Attachment A of this
Contract and;
WHEREAS, CONSULTANT has confirmed that they have the
requisite personnel, and experience and is fully capable and
qualified to perform the services identified herein; and
WHEREAS, CONSULTANT desires to perform all services
identified herein and to do so for the compensation and in
accordance with the terms and conditions set forth herein.
NOW, THEREFORE, the Parties hereto agree as follows:
ARTICLE 1. DESCRIPTION OF SERVICES
CONSULTANT agrees to perform services set forth in
Attachment "A", Scope of Services, (hereinafter referred to as
“Services”) which is incorporated herein by reference in
accordance with architectural, professional engineering, and
land surveying standards which are generally accepted in the
State of California, in accordance with the terms and conditions
expressed herein and in the sequence, time, and manner defined
therein. The word "Services," as used herein, includes without
limitation, the performance, fulfillment and discharge by
CONSULTANT of all obligations, duties, tasks, and services
imposed upon or assumed by Authority hereunder; and the
Services performed hereunder shall be completed to the
satisfaction of Authority, with their satisfaction being based on
prevailing engineering standards.
ARTICLE 2. PERIOD OF PERFORMANCE
The Period of Performance by CONSULTANT under this
Contract shall commence upon issuance of a written Notice To
Proceed (NTP) issued by Authority and shall continue in effect
through or until otherwise terminated, or unless extended as
hereinafter provided by written amendment.
ARTICLE 3. PRICE
3.1 Total compensation to CONSULTANT for full and
complete performance of Services, in compliance with all the
terms and conditions of this Contract, payment by
CONSULTANT of all obligations incurred in, or application to,
CONSULTANT's performance of Services, and for which
CONSULTANT shall furnish all personnel, facilities,
equipment, materials, supplies, and services (except as may be
explicitly set forth in this Contract as furnished by Authority),
shall not exceed the amount set forth in 3.2 below.
3.2 The total Not-To-Exceed Amount is _________ Dollars, ($
), for Services to be provided under this Contract. Services to
be provided under this Contract are to be performed as set forth
in Attachment “A”, Scope of Services, and shall be reimbursed
on a pursuant to hourly rates in Attachment B “Billing Rate
Schedule”, which is which is the AUTHORITY’s approved
CONSULTANT’ Cost Proposal and incorporated herein by this
reference.
3.3 CONSULTANT’s overhead rates will be fixed, as agreed
upon in Attachment “B” for the duration of this Contract and
include all costs associated with the administration of this
Contract. The fixed overhead rate will not be subject to
adjustment. Any percentage increase over the direct labor rate
in Attachment “B” is not permitted without prior authorization
from AUTHORITY.
3.4 Salary increases for personnel subject to prevailing wage
rates as described in the California Labor Code, all salary
increased which are the direct result of changes in the
prevailing wage rates are reimbursable.
3.5 The cost principles set forth in Part 31, Contract Cost
Principles and Procedures, in Title 48, Federal Acquisition
Regulations System of the Code of Federal Regulations (CFR)
as constituted on the effective date of this Contract shall be
utilized to determine allowableness of costs under this Contract
and may be modified from time to time by amendment of the
Contract.
3.5.1 CONSULTANT agrees to comply with Federal
Department of Transportation procedures in accordance with 49
CFR, Part 18, Uniform Administrative Requirements for Grants
and Cooperative Agreements to State and Local Governments.
3.5.2 Any costs for which payment has been made to
CONSULTANT that are determined by subsequent audit to be
un-allowed under 48 CFR, Part 31, Contract Cost Principles and
Procedures, or 49 CFR, part 18, Uniform Administrative
Requirements for Grants and Cooperative Agreements to State
and Local Governments shall be repaid by CONSULTANT to
AUTHORITY.
3.5.3Any subcontract entered into as a result of this Contract
shall contain all of the provisions of this Section 3.5.
3.6 Any services provided by the CONSULTANT not
specifically covered by the Scope of Services (Attachment “A”)
shall not be compensated without prior written authorization
from AUTHORITY. It shall be CONSULTANT’S responsibility
to recognize and notify AUTHORITY when services not
covered by the Scope of Services have been requested or are
required. All changes and/or modifications to the Scope of
Services shall be made in accordance with the “Changes”
provision.
ARTICLE 4. PAYMENT
4.1 The compensation of CONSULTANT as provided herein
shall be payable in 4 week billing period payments and should
be within forty-five (45) calendar days after receipt by
AUTHORITY of an invoice prepared in accordance with
instructions below, except for the final invoice. The final
invoice will be withheld until any and all closeout documents
are finalized and approved by Authority.
4.2 CONSULTANT shall prepare all invoices in a form
satisfactory to and approved by AUTHORITY and it shall be
accompanied by documentation supporting each element of
measurement and/or cost. Each invoice will be for a four-week
billing period and will be marked with AUTHORITY’s Project
name, contract number and task order number, if applicable.
Invoices shall be submitted within fifteen (15) calendar days for
the period covered by the invoice. Invoices shall include
request for payment for Services (including additional Services
authorized by AUTHORITY) completed by CONSULTANT
during each billing period. Any invoice submitted which fails
to comply with the terms of this Contract, including the
requirements of form and documentation, may be returned to
CONSULTANT. Any costs incurred by CONSULTANT in
connection with the resubmission of a proper invoice shall be at
CONSULTANT's sole expense.
4.3 CONSULTANT shall furnish evidence, satisfactory to
AUTHORITY, that all labor and materials furnished and
equipment used during all periods prior to the period covered by
any invoice have been paid in full. AUTHORITY shall not be
obligated to make payments to CONSULTANT until
CONSULTANT furnishes such evidence. Upon furnishing such
evidence, satisfactory to AUTHORITY, AUTHORITY shall pay
CONSULTANT the full amount of the invoice less disputed
amounts.
4.4 Intentionally Left Blank
4.5 CONSULTANT shall include a statement and release with
each invoice, satisfactory to AUTHORITY, that CONSULTANT
has fully performed the Services invoiced pursuant to this
Contract for the period covered, that all information included
with the invoice is true and correct and that all payments to and
claims of CONSULTANT and its subcontractors for Services
during the period will be satisfied upon the making of such
payment. AUTHORITY shall not be obligated to make
payments to CONSULTANT until CONSULTANT furnishes
such statement and release.
4.6 CONSULTANT shall forfeit the fixed fee portion of the
progress payment for any billing period that CONSULTANT
fails to submit an invoice within sixty (60) calendar days after
the cutoff date for the billing period.
4.7 Appearance at Hearings – If and when required by
AUTHORITY, CONSULTANT shall render assistance at
hearings as may be necessary for the performance of the
services.
4.8 CONSULTANT agrees to promptly pay each subcontractor
for the satisfactory completion of all work performed under this
Contract, no later than thirty (30) calendar days from the receipt
of payment from AUTHORITY. AUTHORITY reserves the
right to request documentation from CONSULTANT showing
payment has been made to its subcontractors.
4.9 No payment will be made prior to approval of any work, nor
any work performed prior to approval of this Contract by
AUTHORITY’s Board of Directors.
ARTICLE 5. TAXES, DUTIES AND FEES
Except to the extent expressly provided elsewhere in this
Contract, CONSULTANT shall pay when due, and the
compensation set forth in "Article 3" shall be inclusive of all a)
local, municipal, state, and federal sales and use taxes; b)
excise taxes; c) taxes on personal property owned by
CONSULTANT; and d) all other governmental fees and taxes or
charges of whatever nature applicable to CONSULTANT to
enable it to conduct business.
ARTICLE 6. AVAILABILITY OF FUNDS
The award and performance of this Contract is contingent on the
availability of funds. If funds are not allocated and available to
AUTHORITY for the continuance of Services performed by
CONSULTANT, Services directly or indirectly involved may be
suspended or terminated by AUTHORITY at the end of the
period for which funds are available. When AUTHORITY
becomes aware that any portion of Services, which will or may
be affected by a shortage of funds, it will immediately so notify
CONSULTANT. Nothing herein shall relieve AUTHORITY
from its obligation to compensate CONSULTANT for Services
performed pursuant to this Contract. No penalty shall accrue to
AUTHORITY in the event this provision is exercised.
ARTICLE 7. PERMITS AND LICENSES
CONSULTANT shall (without additional compensation) keep
current all governmental permits, certificates and licenses
(including professional licenses) necessary for CONSULTANT
to perform Services.
ARTICLE 8. DOCUMENTATION AND RIGHT TO AUDIT
8.1 CONSULTANT shall provide AUTHORITY, the U.S.
Department of Transportation (DOT), the Comptroller General
of the United States or other authorized representatives or
agents of AUTHORITY, access to CONSULTANT’s records,
which are directly related to this Contract for the purpose of
inspection, auditing or copying. CONSULTANT shall maintain
all records related to this Contract in an organized way in the
original format, electronic and hard copy, conducive to
professional review and audit, for a period of three (3) years
from the date of final payment by AUTHORITY, except in the
event of litigation or settlement of claims arising out of this
Contract in which case CONSULTANT agrees to maintain
records through the conclusion of all such litigation, appeals or
claims related to this Contract. CONSULTANT further agrees
to maintain separate records for costs of work performed by
change amendment. CONSULTANT shall allow AUTHORITY
or its representatives of agents to reproduce any materials as
reasonably necessary. This Article applies to all subcontractors
at any tier that is performing work under this Contract.
8.2 The cost proposal for this Contract is subject to audit at
any time. After CONSULTANT receives any audit
recommendations are received the cost proposal shall be
adjusted by the CONSULTANT and approved by
AUTHORITY’s Project Manager to conform to the audit
recommendations. CONSULTANT agrees that individual items
of cost identified in the audit report may be incorporated into
the Contract at AUTHORITY’s sole discretion. Refusal by
CONSULTANT to incorporate the audit or post award
recommendations will be considered a breach of the Contract
terms and cause for termination of the Contract.
ARTICLE 9. RESPONSIBILITY OF CONSULTANT
9.1 CONSULTANT shall be responsible for the professional
quality, technical accuracy, and the assurance of compliance
with Federal, state, and local laws and regulations, and other
services furnished by the CONSULTANT under terms of this
Contract.
9.2 In addition to any other requirements of this Contract or
duties and obligations imposed on CONSULTANT by law,
CONSULTANT shall, as an integral part of its services, employ
quality control procedures that identify potential risks and
uncertainties related to scope, schedule, cost, quality and safety
of the Project and the services performed by CONSULTANT
within the areas of CONSULTANT services and expertise.
Risks that may be encountered include, but are not limited to,
soil conditions, constructability, factors of safety, impact on
adjacent properties, public safety, and environmental
considerations. At any time during performance of the
contracted Scope of Services, should the CONSULTANT
observe, encounter, or identify any unusual circumstances or
uncertainties which could pose potential risk and uncertainties,
CONSULTANT shall immediately document such matters and
notify AUTHORITY of said circumstances and related concerns.
CONSULTANT shall also similarly notify AUTHORITY in
regard to the possibility of any natural catastrophe, potential
failure, or any situation that exceeds environmental, design,
and/or construction assumptions and could precipitate a failure.
Notifications under this paragraph shall be specific, clear and
timely, and in a form which will enable AUTHORITY to
understand and evaluate the magnitude and effect of the risk
and uncertainties involved.
ARTICLE 10. REPORTING AND DELIVERABLES
All reports and deliverables shall be submitted in accordance
with Attachment "A", Scope of Services.
ARTICLE 11. TECHNICAL DIRECTION
11.1 Performance of Services under this Contract shall be
subject to the technical direction of the AUTHORITY’s Director
of Transit & Rail Programs, or designee, as identified in
Attachment "A", Scope of Services, attached to this Contract.
AUTHORITY’s Director of Transit and Rail Programs will
identify a designee, in writing to CONSULTANT, with the
Notice To Proceed and subsequently with any changes during
the Contract term. The term "Technical Direction" is defined to
include, without limitation:
11.1.1 Directions to CONSULTANT, which redirect the
Contract effort, shift work emphasis between work areas or
tasks, require pursuit of certain lines of inquiry, fill in details or
otherwise serve to accomplish the contractual Scope of
Services.
11.1.2 Provision of written information to CONSULTANT,
which assists in the interpretation of drawings, reports, or
technical portions of Service described herein.
11.1.3 Review and, where required by the Contract, approval
of technical reports, drawings, specifications and technical
information to be delivered by CONSULTANT to AUTHORITY
under the Contract.
11.2 Technical Direction must be within the Scope of Services
under this Contract. AUTHORITY’s Project Manager does not
have the AUTHORITY to, and may not, issue any Technical
Direction which:
11.2.1 Constitutes an assignment of additional Services
outside the Scope of Services;
11.2.2 Constitutes a change as defined in the Contract clause
entitled "Changes";
11.2.3 In any manner causes an increase or decrease in the
Contract's estimated cost or price or the time required for
contract performance;
11.2.4 Changes any of the expressed terms, conditions or
specifications of the Contract; or
11.2.5 Interferes with the CONSULTANT's right to perform
the terms and conditions of the Contract.
Failure of CONSULTANT and AUTHORITY’s Project Manager
to agree that the Technical Direction is within the scope of the
Contract, or a failure to agree upon the Contract action to be
taken with respect thereto shall be subject to the provisions of
the “DISPUTES” Article herein.
11.3 All Technical Direction shall be issued in writing by the
AUTHORITY’s Project Manager.
11.4 CONSULTANT shall proceed promptly with the
performance of technical directions duly issued by the
AUTHORITY’s Project Manager, in the manner prescribed by
this Article and within their AUTHORITY under the provisions
of this Article. If, in the opinion of CONSULTANT, any
instruction or direction by the AUTHORITY’s Project Manager
falls within one of the categories defined in 11.2.1 through
11.2.5 above, CONSULTANT shall not proceed but shall notify
the Project Manager in writing within five (5) working days
after receipt of any such instruction or direction and shall
request the Project Manager to modify the Contract accordingly.
Upon receiving the notification from the CONSULTANT, the
Project Manager shall:
11.4.1 Advise CONSULTANT in writing within thirty (30) days
after receipt of the CONSULTANT's letter that the technical
direction is or is not within the scope of Article 12,
“CHANGES”.
11.4.2 Advise CONSULTANT within a reasonable time whether
AUTHORITY will or will not issue a written amendment.
ARTICLE 12. CHANGES
12.1 The Services shall be subject to changes by additions,
deletions, or revisions made by AUTHORITY. CONSULTANT
will be advised of any such changes by written notification from
AUTHORITY describing the change.
12.2 Promptly after such written notification of change is given
to CONSULTANT by AUTHORITY, CONSULTANT and
AUTHORITY will attempt to negotiate a mutually agreeable
change in compensation or time of performance and amend the
Contract accordingly.
ARTICLE 13. EQUAL EMPLOYMENT
OPPORTUNITY/DRUG FREE WORKPLACE
13.1 During the term of this Contract, CONSULTANT shall not
willfully discriminate against any employee or applicant for
employment because of race, religion, color, national origin,
ancestry, physical handicap, medical condition, gender, marital
status, sexual orientation, age, political affiliation or disability.
CONSULTANT agrees to comply with the provisions of
Executive Orders 11246, 11375, 11625, 12138, 12432, 12250,
Title VII of the Civil Rights Act of 1964, the California Fair
Employment Practice Act and other applicable Federal, State
and County laws and regulations and policies relating to equal
employment and contracting opportunities, including laws and
regulations hereafter enacted.
13.2 CONSULTANT agrees to comply with the Drug Free
Workplace Act of 1990 per Government Code section 8350
et seq.
ARTICLE 14. CONFLICT OF INTEREST
CONSULTANT agrees that it presently has no interest,
financial or otherwise and shall not acquire any interest, direct
or indirect, which would conflict in any manner or degree with
the performance of services required under this Contract.
CONSULTANT further agrees that in the performance of this
Contract no person having any such interest shall be employed.
CONSULTANT is obligated to fully disclose to AUTHORITY,
in writing, of any conflict of interest issues as soon as they are
known to CONSULTANT and to comply with AUTHORITY’s
Policy 10102 regarding disclosure.
ARTICLE 15. KEY PERSONNEL
The personnel specified below are considered to be essential to
Services being performed under this Contract. Prior to
diverting any of the specified individuals to other projects, or
reallocation of tasks and hours of Services, which are the
responsibility of key personnel to other personnel, the
CONSULTANT shall notify AUTHORITY reasonably in
advance and shall submit justifications (including proposed
substitutions) in sufficient detail to permit evaluation of the
import on the Project. Diversion or reallocation of key
personnel shall be subject to written approval by AUTHORITY.
AUTHORITY also reserves the right to approve proposed
substitutions for key personnel. In the event that AUTHORITY
and CONSULTANT cannot agree as to the substitution of key
personnel, AUTHORITY shall be entitled to terminate this
Contract. Key Personnel are:
Name
Function
ARTICLE 16. REPRESENTATIONS
Services supplied by CONSULTANT under this Contract shall
be supplied by personnel who are careful, skilled, experienced
and competent in their respective trades or professions.
CONSULTANT agrees that they are supplying professional
services, findings, and/or recommendations in the performance
of this Contract and agrees with AUTHORITY that the same
shall conform to professional and engineering and
environmental principles and standards, which are generally
accepted in the State of California.
ARTICLE 17. PROPRIETARY RIGHTS/CONFIDENTIALITY
17.1 If, as part of this Contract, CONSULTANT is required to
produce materials, documents data, or information (“Products”),
then CONSULTANT, if requested by AUTHORITY, shall
deliver to AUTHORITY the original of all such Products which
shall become the sole property of AUTHORITY.
17.2 All materials, documents, data or information obtained
from AUTHORITY's data files or any AUTHORITY medium
furnished to CONSULTANT in the performance of this Contract
will at all times remain the property of AUTHORITY. Such
data or information may not be used or copied for direct or
indirect use outside of this Project by CONSULTANT without
the express written consent of AUTHORITY.
17.3 Except as reasonably necessary for the performance of
Services, CONSULTANT and its employees and agents shall
hold in confidence the materials and information referred to in
this Article, which are produced by CONSULTANT for
AUTHORITY in the performance and completion of
CONSULTANT' Services under this Contract, until released in
writing by AUTHORITY, except to the extent such materials
and information become a part of public domain information
through no fault of CONSULTANT, or its employees or agents.
17.4 CONSULTANT shall not use AUTHORITY’s name or
photographs of the Project in any professional publication,
magazine, trade paper, newspaper, seminar or other medium
without first receiving the express written consent of
AUTHORITY.
17.5 All press releases or press inquiries relating to the Project
or this Contract, including graphic display information to be
published in newspapers, magazines, and other publications, are
to be made only by AUTHORITY unless otherwise agreed to by
CONSULTANT and AUTHORITY.
17.6 CONSULTANT agrees that it, and its employees, agents,
and subcontractors will hold confidential and not divulge to
third parties without the prior written consent of AUTHORITY,
any information obtained by CONSULTANT from or through
AUTHORITY in connection with CONSULTANT' performance
of this Contract, unless (a) the information was known to
CONSULTANT prior to obtaining same from AUTHORITY
pursuant to a prior contract; or (b) the information was at the
time of disclosure to CONSULTANT, or thereafter becomes part
of the public domain, but not as a result of the fault or an
unauthorized disclosure of CONSULTANT or its employees,
agents, or subcontractors, or (c) the information was obtained
by CONSULTANT from a third party who did not receive the
same, directly or indirectly, from AUTHORITY and who had, to
CONSULTANT' knowledge and belief, the right to disclose the
same.
ARTICLE 18. CONSTRUCTION CLAIMS
18.1 If claims are filed by the AUTHORITY’s construction
contractor relating to work performed by CONSULTANT’s
personnel, and additional information or assistance from the
CONSULTANT’s personnel is required in order to evaluate or
defend against such claims; CONSULTANT agrees to make its
personnel available for consultation with the AUTHORITY’s
construction contract administration and legal staff and for
testimony, if necessary, at depositions and at trial or arbitration
proceedings.
18.2 CONSULTANT’s personnel that the AUTHORITY
considers essential to assist in defending against construction
contractor claims will be made available on reasonable notice
from the AUTHORITY. Consultation or testimony will be
reimbursed at the same rates, including travel costs that are
being paid for the CONSULTANT’s personnel services under
this Contract.
18.3 Services of the CONSULTANT’s personnel in connection
with the AUTHORITY’s construction contractor claims will be
performed pursuant to a written contract amendment, if
necessary, extending the termination date of this Contract in
order to finally resolve the claims.
18.4 Any subcontract in excess of $25,000 entered into as a
result of this Contract, shall contain all of the provisions of this
Article.
ARTICLE 19. TERMINATIONS
19.1 Termination for Convenience -AUTHORITY shall have the
right at any time, with or without cause, to terminate further
performance of Services by written notice to CONSULTANT
specifying the date of termination. On the date of such
termination stated in said notice, CONSULTANT shall
discontinue performance of Services and shall preserve work in
progress and completed work (“Work”), pending AUTHORITY'
instruction, and shall turn over such Work in accordance with
AUTHORITY' instructions.
19.1.1 CONSULTANT shall deliver to AUTHORITY, all
deliverables prepared by CONSULTANT or its subcontracts or
furnished to CONSULTANT by AUTHORITY. Upon such
delivery, CONSULTANT may then invoice AUTHORITY for
payment in accordance with the terms hereof.
19.1.2 If CONSULTANT has fully and completely
performed all obligations under this Contract up to the date of
termination, CONSULTANT shall be entitled to receive from
AUTHORITY as complete and full settlement for such
termination a pro rata share of the contract cost and a pro rata
share of any fixed fee, for such Services satisfactorily executed
to the date of termination.
19.1.3 CONSULTANT shall be entitled to receive the actual
cost incurred by CONSULTANT to return CONSULTANT's
field tools and equipment, if any, to it or its suppliers' premises,
or to turn over work in progress in accordance with
AUTHORITY's instructions plus the actual cost necessarily
incurred in effecting the termination.
19.2 Termination for Cause- In the event CONSULTANT shall
file a petition in bankruptcy court, or shall make a general
assignment for the benefit of its creditors, or if a petition in
bankruptcy shall be filed against CONSULTANT or a receiver
shall be appointed on account of its solvency, or if
CONSULTANT shall default in the performance of any express
obligation to be performed by it under this Contract and shall
fail to immediately correct (or if immediate correction is not
possible, shall fail to commence and diligently continue action
to correct) such default within ten (10) calendar days following
written notice thereof, AUTHORITY may, without prejudice to
any other rights or remedies AUTHORITY may have, and in
compliance with applicable Bankruptcy Laws, (a) hold in
abeyance further payments to CONSULTANT; (b) stop any
services of CONSULTANT or its subcontractors related to such
failure until such failure is remedied; and/or (c) terminate this
Contract by written notice to CONSULTANT specifying the
date of termination. In the event of such termination by
AUTHORITY, AUTHORITY may take possession of the
Products and finish Services by whatever method AUTHORITY
may deem expedient. A waiver by AUTHORITY of one default
of CONSULTANT shall not be considered to be a waiver of any
subsequent default of CONSULTANT, nor be deemed to waive,
amend, or modify any term of this Contract.
19.2.1 In the event of termination CONSULTANT shall
deliver to AUTHORITY all finished and unfinished Products
prepared by CONSULTANT or its subcontractors or furnished
to CONSULTANT by AUTHORITY.
19.3 All claims for compensation or reimbursement of costs
under any of the foregoing provisions shall be supported by
documentation submitted to AUTHORITY, satisfactory in form
and content to AUTHORITY and verified by AUTHORITY. In
no event shall CONSULTANT be entitled to any prospective
profits or any damages because of such termination.
ARTICLE 20. STOP WORK ORDER
Upon failure of CONSULTANT or its subcontractors to comply
with any of the requirements of this Contract, AUTHORITY
shall have the AUTHORITY to stop any work of
CONSULTANT or its subcontractors affected by such failure
until such failure is remedied or to terminate this Contract in
accordance with Article 19, “TERMINATION”.
ARTICLE 21. CLAIMS
AUTHORITY shall not be bound to any adjustments in the
Contract amount or schedule time for CONSULTANT's claim
unless expressly agreed to by AUTHORITY in writing and any
such adjustments in the Contract amount so agreed to in writing
shall be paid to CONSULTANT by AUTHORITY. No claim
hereunder by CONSULTANT shall be allowed if asserted after
final payment under this Contract.
ARTICLE 22. INSURANCE
Without anyway affecting the indemnity provision identified in
this Contract, CONSULTANT shall, at the CONSULTANT’s
sole expense, and prior to the commencement of any work,
procure and maintain in full force, insurance through the entire
term of this Contract. The policies shall be written by a
California admitted carrier with a Best rating of A-VII or better,
and shall be written with at least the following limits of
liability:
22.1 Professional Liability - Shall be provided in an amount not
less than $1,000,000, per claim and $2,000,000 in the aggregate.
CONSULTANT shall secure and maintain this insurance or
“tail” coverage provided throughout the term of this Contract
and for a minimum of three (3) years after Contract completion.
22.2 Workers' Compensation - Worker’s Compensation
insurance shall be provided in an amount and form to meet all
applicable requirements of the Labor Code of the State of
California, including Employers Liability with $1,000,000 per
occurrence covering all persons providing services on behalf of
CONSULTANT and all risks to such persons under this
Contract.
22.3 Commercial General Liability -To include coverage for
Premises and Operations, Contractual Liability, Personal Injury
Liability, Products/Completed Operations Liability, Personal
Injury Liability, Broad-Form Property Damage and Independent
Contractors' Liability, in an amount of not less than $1,000,000
per occurrence, combined single limit, and $2,000,000 in the
aggregate written on an occurrence form. For products and
completed operations a $2,000,000 aggregate shall be provided.
22.4 Automobile Liability - To include owned, non-owned and
hired automobiles, in an amount of not less than $1,000,000
combined single per occurrence, combined single limit, and in
the aggregate written on an occurrence form.
22.5 Railroad Protective Liability
a. Covering the activities and Services performed by
Consultant for the Project within fifty-feet (50’) vertically or
horizontally of railroad tracks.
b. The AAR-AASHTO (ISO/RIMA) Occurrence Form
(claims-made forms are unacceptable) shall be issued in the
primary name of the San Bernardino Association of
Governments (SANBAG). Additional named insured are:
Burlington Northern Santa Fe Railway Company and Southern
California Regional Rail Authority.
c. The Railroad Protective Liability Insurance policy shall
have limits of liability of not less than $5 million per
occurrence, combined single limit, for Coverages A and B, for
losses arising out of injury to or death of all persons, and for
physical loss or damage to or destruction of property, including
the loss of use thereof. Additionally, Policy Endorsement CG
28 31 - Pollution Exclusion Amendment, is required to be
endorsed onto the policy. A $5 million annual aggregate shall
apply.
d. At SANBAG’s request, Permittee shall submit the original
Railroad Protective Liability Insurance Policy to SANBAG
prior to entry upon the right-of-way.
e. CONSULTANT, including their sub-consultants and
contractors, shall comply will all requirements set forth by the
Southern California Regional Rail Authority, Burlington
Northern Santa Fe Railway, and the National Railroad
Passenger Corporation which shall include but not limited to
safety, insurance, right-of-entry, and flagging.
22.6 Proof of Coverage- CONSULTANT shall furnish
certificates of insurance to AUTHORITY evidencing the
insurance coverage required above, prior to the commencement
of performance of Services hereunder, and such certificates
shall include San Bernardino Associated Governments/San
Bernardino County Transportation Authority, and its officers,
employees, agents and volunteers, as additional insured on
Comprehensive General Liability Insurance or Commercial
General Liability Insurance and auto insurance. Prior to
commencing any work, CONSULTANT shall furnish
AUTHORITY with a certificate(s) of insurance, executed by a
duly authorized representative of each insurer, showing
compliance with the insurance requirements set forth in this
Article. If the insurance company elects to cancel or non-renew
coverage for any reason, the CONSULTANT will provide
AUTHORITY thirty (30) days notice of such cancellation or
nonrenewal. If the policy is cancelled for nonpayment of
premium, the CONSULTANT will provide AUTHORITY ten
(10) days written notice. CONSULTANT shall maintain such
insurance from the time CONSULTANT commences
performance of services hereunder until the completion of such
Services. The certificate(s) of insurance are to include the
Contract number and Project Manager’s name on the face of the
certificate(s).
22.7 Additional Insured- All policies, except for Workers
Compensation and Professional Liability policies, shall contain
endorsements naming AUTHORITY and its officers, employees,
agents, and volunteers as additional insureds with respect to
liabilities arising out to the performance of Services hereunder.
The additional insured endorsements shall not limit the scope of
coverage for AUTHORITY to vicarious liability but shall allow
coverage for AUTHORITY to the full extent provided by the
policy.
22.8 Waiver of Subrogation Rights - CONSULTANT shall
require the carriers of Commercial General Liability,
Automobile Liability and Worker’s Compensation to waive all
rights of subrogation against AUTHORITY, its officers,
employees, agents, volunteers, and subcontractors. Such
insurance coverage provided shall not prohibit CONSULTANT
or CONSULTANT’s employees or agents from waiving the right
of subrogation prior to a loss or claim. CONSULTANT hereby
waives all rights of subrogation against AUTHORITY.
22.9 Commercial General Liability required herein is to be
primary and non-contributory with any insurance carried or
administered by AUTHORITY.
ARTICLE 23. INDEMNITY
Except as provided below for those services falling within the
scope of Civil Code section 2782.8, CONSULTANT agrees to
indemnify, defend (with counsel reasonably approved by
AUTHORITY) and hold harmless the AUTHORITY and its
authorized officers, employees, agents and volunteers, from any
and all claims, actions, losses, damages and/or liability arising
out of this Contract from any cause whatsoever, including acts,
errors, or omissions of any person and for any costs or expenses
incurred by the AUTHORITY on account of any claim except
where such indemnification is prohibited by law. This
indemnification provision shall apply regardless of the
existence or degree of fault of indemnitees. CONSULTANT’s
indemnification obligation applies to AUTHORITY “active” as
well as “passive” negligence but does not apply to the
AUTHORITY’s “sole negligence” or “willful misconduct”
within the meaning of Civil Code Section 2782. To the extent
CONSULTANT’s services fall within the scope of Civil Code
section 2782.8, the following indemnification is applicable.
CONSULTANT shall defend and indemnify AUTHORITY for
claims that arise out of, pertain to, or related to the negligence,
recklessness, or willful misconduct of the design professional.
ARTICLE 24. ERRORS AND OMISSIONS
24.1 CONSULTANT shall be responsible for the professional
quality, technical accuracy, and coordination of all services
required under this Contract. CONSULTANT may be liable for
AUTHORITY costs resulting from errors or deficiencies, fines,
penalties, and damages in services furnished under this
Contract.
24.2 When a modification to a construction contract is required
because of an error or deficiency in the services provided under
this Contract, the AUTHORITY (with the advice of technical
personnel and legal counsel) shall consider the extent to which
the CONSULTANT may be reasonably liable.
24.3 AUTHORITY shall enforce the liability and collect the
amount due, if the recoverable cost will exceed the
administrative cost involved or is otherwise in the
AUTHORITY’s interest. AUTHORITY shall include in the
Contract file a written statement of the reasons for the decision
to recover or not recover the costs from CONSULTANT.
ARTICLE 25. OWNERSHIP OF DOCUMENTS
All deliverables, including but not limited to, drawings, reports,
worksheets, and other data developed by CONSULTANT under
this Contract shall become the sole property of AUTHORITY
when prepared, whether delivered to AUTHORITY or not.
ARTICLE 26. SUBCONTRACTS
26.1 CONSULTANT shall not subcontract performance of all or
any portion of Services under this Contract, except those
subcontractors listed in the CONSULTANT's proposal, without
first notifying AUTHORITY of the intended subcontracting and
obtaining AUTHORITY's approval in writing of the
subcontracting and the subcontractor. The definition of
subcontractor and the requirements for subcontractors hereunder
shall include all lower-tier subcontracts.
26.2 CONSULTANT agrees that any and all subcontractors of
CONSULTANT will comply with the terms of this Contract
applicable to the portion of Services performed by them. If
requested by AUTHORITY, CONSULTANT shall furnish
AUTHORITY a copy of the proposed subcontract for
AUTHORITY's approval of the terms and conditions thereof and
shall not execute such subcontract until AUTHORITY has
approved such terms and conditions. AUTHORITY approval
shall not be unreasonably withheld.
26.3 Approval by AUTHORITY of any services to be
subcontracted and the subcontractor to perform said Services
will not relieve CONSULTANT of any responsibility or liability
in regard to the acceptable and complete performance of said
Services. Any substitution of subcontractors must be approved
in writing by AUTHORITY’s Project Manager.
ARTICLE 27. RECORD INSPECTION AND AUDITING
AUTHORITY, or any of its designees shall at all times have
access during normal business hours to CONSULTANT's
operations and products wherever they are in preparation or
progress, and CONSULTANT shall provide sufficient, safe, and
proper facilities for such access and inspection thereof.
Inspection or lack of inspection by AUTHORITY shall not be
deemed to be a waiver of any of their rights to require
CONSULTANT to comply with the Contract or to subsequently
reject unsatisfactory services or products.
ARTICLE 28. INDEPENDENT CONTRACTOR
CONSULTANT is and shall be at all times an independent
contractor. Accordingly, all Services provided by
CONSULTANT shall be done and performed by CONSULTANT
under the sole supervision, direction and control of
CONSULTANT. AUTHORITY shall rely on CONSULTANT
for results only, and shall have no right at any time to direct or
supervise CONSULTANT or CONSULTANT's employees in the
performance of Services or as to the manner, means and
methods by which Services are performed. All workers
furnished by CONSULTANT pursuant to this Contract, and all
representatives of CONSULTANT, shall be and remain the
employees or agents of CONSULTANT or of CONSULTANT's
subcontractor(s) at all times, and shall not at any time or for
any purpose whatsoever be considered employees or agents of
AUTHORITY.
ARTICLE 29. ATTORNEY’S FEES
If any legal action is instituted to enforce or declare any Party’s
rights hereunder, each Party, including the prevailing Party,
must bear its own costs and attorneys’ fees. This Article shall
not apply to those costs and attorneys’ fees directly arising from
any third party legal action against a Party hereto and payable
under the Indemnity provision of this Contract.
ARTICLE 30. GOVERNING LAW AND VENUE
This Contract shall be subject to the law and jurisdiction of the
State of California. The Parties acknowledge and agree that this
Contract was entered into and intended to be performed in
whole or substantial part in San Bernardino County, California.
The Parties agree that the venue for any action or claim brought
by any Party to this Contract will be the Central District of San
Bernardino County. Each Party hereby waives any law or rule
of court, which would allow them to request or demand a
change of venue. If any action or claim concerning this
Contract is brought by any third party, the Parties hereto agree
to use their best efforts to obtain a change of venue to the
Central District of San Bernardino County.
ARTICLE 31. FEDERAL, STATE AND LOCAL LAWS
CONSULTANT warrants that in the performance of this
Contract, it shall comply with all applicable Federal, State and
local laws, ordinances, rules and regulations.
ARTICLE 32. PRECEDENCE
32.1 The Contract documents consist of these General Terms
and Conditions. Attachment "A", Scope of Services, and
Attachment “B”, Billing Rate Schedule, AUTHORITY’s
Request For Proposal and CONSULTANT's Proposal are
incorporated herein by this reference.
32.2 The following order of precedence shall apply: this
Contract, its General Terms and Conditions, and Attachments;
AUTHORITY’s Request For Proposal and CONSULTANT's
Proposal. In the event of a conflict between the Contract and
the Scope of Services, the Contract will prevail.
32.3 In the event of an express conflict between the documents
listed in this Article, or between any other documents, which
are a part of the Contract, CONSULTANT shall notify
AUTHORITY in writing within three (3) business days of its
discovery of the conflict and shall comply with AUTHORITY's
resolution of the conflict.
ARTICLE 33. COMMUNICATIONS AND NOTICES
Any and all notices permitted or required to be given hereunder
shall be deemed duly given (a) upon actual delivery, if delivery
is personally made; or (b) upon delivery into the United States
Mail if delivery is by postage paid certified mail (return receipt
requested), fax or private courier including overnight delivery
services. Each such notice shall be sent to the respective Party
at the address indicated below or to any other address as the
respective parties may designate from time to time by a notice
given in accordance with this Article. A change in address may
be made by notifying the other Party in writing.
To CONSULTANT
To AUTHORITY
San Bernardino Associated Government
1170 W. 3rd. Street, 2ndFloor
San Bernardino, CA 92410-1715
Attn:
Attn: Mitch Alderman, P.E.
Phone:
Phone: (909) 884-8276
ARTICLE 34. DISPUTES
34.1 In the event any dispute arises between the Parties in
connection with this Contract (including but not limited to
disputes over payments, reimbursements, costs, expenses,
services to be performed, Scope of Services and/or time of
performance), the dispute shall be decided by the AUTHORITY
within thirty (30) calendar days after notice thereof in writing
which shall include a particular statement of the grounds of the
dispute. If CONSULTANT does not agree with the decision,
then CONSULTANT shall have thirty (30) calendar days after
receipt of the decision in which to file a written appeal thereto
with the Executive Director of AUTHORITY. If the Executive
Director fails to resolve the dispute in a manner acceptable to
CONSULTANT, then such appeal shall be decided by a court of
competent jurisdiction.
34.2 During resolution of the dispute, CONSULTANT shall
proceed with performance of this Contract with due diligence.
ARTICLE 35. GRATUITIES
CONSULTANT, its employees, agents, or representatives shall
not offer or give to an officer, official, or employee of
AUTHORITY, gifts, entertainment, payments, loans, or other
gratuities to influence the award of a contract or obtain
favorable treatment under a contract.
ARTICLE 36. REVIEW AND ACCEPTANCE
All Services performed by CONSULTANT shall be subject to
periodic review and approval by AUTHORITY at any and all
places where such performance may be carried on. Failure of
AUTHORITY to make such review, or to discover defective
work, shall not prejudice the rights of AUTHORITY at the time
of final acceptance. All Services performed by CONSULTANT
shall be subject to periodic and final review and acceptance by
AUTHORITY upon completion of all Services.
ARTICLE 37. CONFIDENTIALITY
Any AUTHORITY materials to which CONSULTANT or its
subcontractors or agents have access to or materials prepared by
CONSULTANT during the term of this Contract shall be held in
confidence by CONSULTANT, who shall exercise reasonable
precautions to prevent the disclosure of confidential information
to anyone except as authorized by the AUTHORITY.
CONSULTANT shall not release any reports, information of
promotional material or allow for the use of any photos related
to this Contract for any purpose without prior written approval
of AUTHORITY.
ARTICLE 38. EVALUATION OF CONSULTANT
CONSULTANT’s performance will be evaluated by
AUTHORITY at the completion of certain milestones as
identified in Attachment “A” to this Contract. A copy of the
evaluation will be given to CONSULTANT for their
information. The evaluation information shall be retained as
part of the Contract record.
ARTICLE 39. SAFETY
CONSULTANT shall comply strictly with all local, municipal,
state, and federal safety and health laws, orders and regulations
applicable to CONSULTANT' operations in the performance of
Services hereunder.
ARTICLE 40. ASSIGNMENT
CONSULTANT shall not assign this Contract in whole or in
part, voluntarily, by operation of law, or otherwise without first
obtaining the written consent of AUTHORITY. AUTHORITY’s
exercise of consent shall be within its sole discretion. Subject
to the foregoing, the provisions of this Contract shall extend to
the benefit of and be binding upon the successors and assigns of
the Parties hereto.
ARTICLE 41. AMMENDMENTS
This Contract may only be changed by a written amendment
duly executed by CONSULTANT and AUTHORITY except, that
changes to the Contract to implement administrative changes
such as approved changes in key personnel as provided in “KEY
PERSONNEL” Article above, may be made by administrative
amendment signed by CONSULTANT and AUTHORITY's
Project Manager or other duly authorized representative.
ARTICLE 42. PREVAILING WAGES
Labor Laws. By its execution of this Contract, CONSULTANT
certifies that it is aware of the requirements of California Labor
Code Sections 1720 et seq. and 1770 et seq. as well as
California Code of Regulations, Title 8, Section 16000 et seq.
(“Prevailing Wage Laws”), which require the payment of
prevailing wage rates and the performance of other requirements
on certain “public works” and “maintenance” projects. If the
Scope of Work is being performed as part of an applicable
“public works” or “maintenance” project, as defined by the
Prevailing Wage Laws, and if the total compensation is $1,000
or more, CONSULTANT agrees to fully comply with such
Prevailing Wage Laws. CONSULTANT shall make copies of
the prevailing rates of per diem wages for each craft,
classification or type of worker needed to execute the Scope of
Work available to interested parties upon request, and shall post
copies at the CONSULTANT’s principal place of business and
at the project site. CONSULTANT will also adhere to any other
applicable requirements, including but not limited to, those
regarding the employment of apprentices, travel and subsistence
pay, retention and inspection of payroll records, workers
compensation and forfeiture of penalties prescribed in the Labor
Code for violations. CONSULTANT shall defend, indemnify
and hold the AUTHORITY, its elected officials, officers,
employees and agents free and harmless from any claims,
liabilities, costs, penalties or interest arising out of any failure
or alleged failure to comply with Prevailing Wage Laws.
ARTICLE 43. CONTINGENT FEE
CONSULTANT warrants, by execution of this Contract, that no
person or selling agency has been employed or retained to
solicit or secure this Contract 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
CONSULTANT for the purpose of securing business. For
breach or violation of this warranty, AUTHORITY has the right
to annul this Contract without liability, pay only for the value
of Services actually performed, or in its discretion, to deduct
from the Contract price or consideration, or otherwise recover,
the full amount of such commission, percentage, brokerage, or
contingent fee.
ARTICLE 44. INCORPORATION OF FEDERAL TERMS
All contractual provisions required by the U.S. Department of
Transportation (DOT), including the Federal Highway
Administration (FHWA) and the Federal Transit Administration
(FTA) whether or not expressly set forth in this Contract, are
hereby incorporated by this reference. CONSULTANT shall not
perform any act, fail to perform any act, or refuse to comply
with any requests, which would cause the AUTHORITY to be in
violation of FHWA or FTA terms and conditions.
ARTICLE 45. FEDERAL CHANGES
CONSULTANT shall at all times comply with all applicable US
DOT regulations, policies and procedures and directives,
including without limitation those directly or by this reference
in the agreement between the AUTHORITY and the USDOT, as
they may be amended from time to time during the term of this
Contract. CONSULTANT’s failure to comply shall be
considered a material breach of this Contract.
ARTICLE 46. NO FEDERAL GOVERNMENT OBLIGATION
TO THIRD PARTIES
AUTHORITY and CONSULTANT acknowledge and agree that,
notwithstanding any concurrence by the Federal Government in
or approval of the solicitation or award of this Contract, absent
the express written consent of the Federal Government, the
Federal Government is not a party to this Contract and shall not
be subject to any obligations or liabilities to the AUTHORITY,
CONSULTANT, or any other party (whether or not a party to
this Contract) pertaining to any matter resulting from the
underlying Contract. CONSULTANT further agrees to include
this Article in all subcontracts.
ARTICLE 47. PROGRAM FRAUD AND FALSE OR
FRAUDULENT STATEMENTS AND RELATED ACTS
47.1 CONSULTANT acknowledges that the provisions of the
Program Fraud Civil Remedies Act of 1986, as amended, 41
U.S.C. §3801 et. seq. and US DOT regulations, “Program Fraud
Civil Remedies,” 49 C.F.R. Part 31, apply to its actions
pertaining to this project. Accordingly, by signing this
Contract, CONSULTANT certifies and affirms the truthfulness
and accuracy of any statement it has made, it makes, or causes
to be made, pertaining to the underlying agreement of the US
DOT assisted project for which this Contract’ work is being
performed. CONSULTANT further acknowledges that if it
makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification, the Federal
Government reserves the right to impose penalties of the
Program Fraud Civil Remedies Act of 1986 on the
CONSULTANT to the extent the Federal Government deems
appropriate.
47.2 CONSULTANT also acknowledges that if it makes, or
causes to be made, a false, fictitious, or fraudulent claim,
statement, submission, or certification to the Federal
Government under an agreement connected with a project that is
financed in whole or part with Federal assistance awarded by
the US DOT under the authority of 49 U.S.C. §5307 et seq., the
US Government reserves the right to impose penalties of 18
U.S.C. §1001 and 49 U.S.C. §5307 (n) (1) et seq. on the
CONSULTANT, to the extend the Federal Government deems
appropriate. CONSULTANT agrees to include this Article in
all of its subcontracts.
ARTICLE 48. DEBARMENT AND SUSPENSION
CERTIFICATION
48.1 CONSULTANT’s signature affixed herein, shall constitute
a certification under penalty of perjury under the laws of the
State of California, that CONSULTANT has complied with Title
49, Code of Federal Regulations, Part 29, Debarment and
Suspension Certificate, which certifies that he/she or any person
associated therewith in the capacity of owner, partner, director,
officer, or manager, is not currently under suspension,
debarment, voluntary exclusion, or determination of
ineligibility by any federal agency; has not been suspended,
debarred, voluntarily excluded, or determined ineligible by any
federal agency within the past three (3) years; does not have a
proposed debarment pending; and has not been indicted,
convicted, or had a civil judgment rendered against it by a court
of competent jurisdiction in any matter involving fraud or
official misconduct within the past three (3) years. Any
exceptions to this certification must be disclosed to
AUTHORITY.
48.2 Exceptions will not necessarily result in denial of
recommendation for award, but will be considered in
determining CONSULTANT responsibility. Disclosures must
indicate to whom exceptions apply, initiating agency, and dates
of action.
ARTICLE 49. REBATES, KICKBACKS OR OTHER
UNLAWFUL CONSIDERATION
CONSULTANT warrants that this Contract was not obtained or
secured through rebates kickbacks or other unlawful
consideration, either promised or paid to any AUTHORITY
employee or representative. For breach or violation of this
warranty, AUTHORITY shall have the right in its discretion; to
terminate this Contract without liability; to pay only for the
value of the work actually performed; or to deduct from the
contract price; or otherwise recover the full amount of such
rebate, kickback or other unlawful consideration.
ARTICLE 50. PROHIBITION OF EXPENDING LOCAL
AGENCY STATE OR FEDERAL FUNDS FOR LOBBYING
CONSULTANT certifies to the best of their knowledge and
belief that: No state, federal or local agency 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 state or federal agency;
a Member of the State Legislature or United States Congress; an
officer or employee of the Legislature or Congress; or any
employee of a Member of the Legislature or Congress, in
connection with the awarding of any state or federal contract;
the making of any state or federal grant; the making of any state
or federal loan; the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or
modification of any state or federal contract, grant, loan, or
cooperative agreement. CONSULTANT also agrees by signing
this document that he or she shall require that the language of
this certification be included in all lower-tier subcontracts,
which exceed $100,000, and that all such subcontracts.
ARTICLE 51. UNDERUTILIZED DISADVANTAGE
BUSINESS ENTERPRISES
51.1 AUTHORITY, as a recipient of federal financial
assistance, is required to implement a Disadvantaged Business
Program in accordance with federal regulation 49 CFR Part 26
issued by the U.S. Department of Transportation (DOT).
AUTHORITY has set a 3.2% for this project. CONSULTANT
shall furnish all documentation satisfactory to AUTHORITY
that the work committed to UDBE’s was actually performed by
UDBE’s. Requests for progress payments shall include a
summary of payments actually made to UDBE’s during the
invoice period (Form 315), which includes a total of all
payments made to all subcontractors under this Contract.
UDBE participation shall be credited toward the overall UDBE
goal only when payments are actually made to the UDBE firms.
CONSULTANT shall submit on the 15th of every month to
AUTHORITY’ Contract Compliance Officer, Form 315. Upon
completion of the Contract, CONSULTANT shall submit “Final
Report-Utilization of Disadvantaged Business Enterprises-First
Tier Subcontractors”, Form 17-F and submit with the final
invoice.
51.2 CONSULTANT shall carry out all applicable requirements
of 49 CFR Part 26 in the award and administration of this DOT-
assisted contract. Failure by CONSULTANT to carry out these
requirements is material breach of this Contract, which may
result in the termination of this Contract or such other remedy,
as AUTHORITY may deem appropriate.
ARTICLE 52. NONSEGREGATED FACILITIES
52.1 CONSULTANT, subcontractor, material supplier, or
vendor, as appropriate, certifies that the firm does not maintain
or provide for its employees any segregated facilities at any of
its establishments, and that the firm does not permit its
employees to perform their services at any location, under its
control, where segregated facilities are maintained.
CONSULTANT agrees that a breach of this certification is a
violation of the EEO provisions of this Contract. The firm
further certifies that no employee will be denied access to
adequate facilities on the basis of sex or disability.
52.2 As used in this certification, the term "segregated
facilities" means any waiting rooms, work areas, restrooms and
washrooms, restaurants and other eating areas, time-clocks,
locker rooms, and other storage or dressing areas, parking lots,
drinking fountains, subcontractors or material suppliers prior to
award of subcontracts or consummation of material supply
agreements of $10,000 or more and that it will retain such
certifications in its files.
ARTICLE 53. RECYCLED PRODUCTS
CONSULTANT shall comply with all the requirements of
Section 6002 of the Resource Conservation and Recovery Act as
amended, (42 USC 6962), including but not limited to the
40 CFR part 247 and Executive Order 12873, as applicable.
CONSULTANT agrees to include this Article in all of its
subcontracts.
ARTICLE 54. IMPLEMENTATION OF CLEAN AIR ACT
AND FEDERAL WATER POLLUTION CONTROL ACT
54.1 CONSULTANT agrees that any facility that is or will be
utilized in the performance of this Contract, unless such
contract is exempt under the Clean Air Act, as amended (42
U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under
the Federal Water Pollution Control Act, as amended (33 U.S.C.
1251 et seq., as amended by Pub.L. 92-500), Executive Order
11738, and regulations in implementation thereof (40 CFR 15)
is not listed, on the date of contract award, on the U.S.
Environmental Protection Agency (EPA) List of Violating
Facilities pursuant to 40 CFR 15.20.
54.2 CONSULTANT agrees to comply and remain in
compliance with all the requirements of Section 114 of the
Clean Air Act and Section 308 of the Federal Water Pollution
Control Act and all regulations and guidelines listed thereunder.
54.3 CONSULTANT shall promptly notify AUTHORITY of the
receipt of any communication from the Director, Office of
Federal Activities, EPA, indicating that a facility that is or will
be utilized for this Contract is under consideration to be listed
on the EPA List of Violating Facilities.
54.4 CONSULTANT agrees to include or cause to be included
the requirements of paragraph 1 through 4 of this Section in
every nonexempt subcontract, and further agrees to take such
action as the government may direct as a means of enforcing
such requirements.
ARTICLE 55. FORCE MAJEURE
CONSULTANT shall not be in default under this Contract in the
event that the services provided/work performed by
CONSULTANT are temporarily interrupted or discontinued for
any of the following reasons: riots, wars, sabotage, acts of
terrorism, civil disturbances, insurrection, explosion,
pandemics, quarantines, acts of God, acts of government or
governmental restraint, and natural disasters such as floods,
earthquakes, landslides, and fires, severe weather or other
catastrophic events which are beyond the reasonable control of
CONSULTANT and which CONSULTANT could not reasonably
be expected to have prevented or controlled. Other catastrophic
events do not include the financial inability of the
CONSULTANT to perform or failure of the CONSULTANT to
obtain any necessary permits or licenses from other
governmental agencies or the right to use the facilities of any
public utility where such failure is due solely to the acts or
omissions of CONSULTANT.
ARTICLE 56. ENTIRE DOCUMENT
56.1 This Contract and its attachments constitute the sole and
only agreement governing Services and supersedes any prior
understandings, written or oral, between the Parties respecting
the Project. All previous proposals, offers, and other
communications, written or oral, relative to this Contract, are
superseded except to the extent that they have been expressly
incorporated into this Contract.
56.2 No agent, employee or representative of AUTHORITY has
any AUTHORITY to bind AUTHORITY to any affirmation,
representation or warranty outside of, or in conflict with, the
stated terms of this Contract, and CONSULTANT hereby
stipulates that it has not relied, and will not rely, on same.
56.3 As this Contract was jointly prepared by both Parties, the
language in all parts of this Contract will be construed, in all
cases, according to its fair meaning, and not for or against
either Party.
ARTICLE 57. EFFECTIVE DATE
The date that this Contract is executed by AUTHORITY shall be
the Effective Date of the Contract.
IN WITNESS WHEREOF, the Parties hereto have executed
this Contract on the day and year below written, but effective as
of the day and year first set forth above.
CONSULTANT
SAN BERNARDINO ASSOCIATED GOVERNMENTS
By:
By:
Name
Title
Larry McCallon
President, Board of Directors
Date:
Date:
APPROVED AS TO FORM
By:
Penny Alexander-Kelley
General Counsel
CONCURRENCE
By:
Kathleen Murphy-Perez
Contracts Manager
ATTACHMENT “B”
HOURLY RATES
ATTACHMENT “C”
FEDERAL FORMS &
UDBE/DBE SOLICITATION LANGUAGE
FEDERAL FORMS
NON LOBBYING CERTIFICATION FOR FEDERAL-AID
CONTRACTS
I, (Firm Name) as the Proposer certifies, by signing and
submitting this Proposal, to the best of his or her knowledge
and belief, that:
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx

Mais conteúdo relacionado

Semelhante a SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx

Williams Request for Pre-Filing Review on Transco Northeast Supply Enhancemen...
Williams Request for Pre-Filing Review on Transco Northeast Supply Enhancemen...Williams Request for Pre-Filing Review on Transco Northeast Supply Enhancemen...
Williams Request for Pre-Filing Review on Transco Northeast Supply Enhancemen...Marcellus Drilling News
 
Transportation Infrastructure FInancing and Value Capture
Transportation Infrastructure FInancing and Value CaptureTransportation Infrastructure FInancing and Value Capture
Transportation Infrastructure FInancing and Value CaptureRPO America
 
Coastal Canal Grant Program BOCC Policy
Coastal Canal Grant Program BOCC PolicyCoastal Canal Grant Program BOCC Policy
Coastal Canal Grant Program BOCC Policymarygracekamis
 
HART Presentation to Council Jan. 12
HART Presentation to Council Jan. 12HART Presentation to Council Jan. 12
HART Presentation to Council Jan. 12Honolulu Civil Beat
 
Millennium Pipeline Pre-Filing for Eastern System Upgrade Project
Millennium Pipeline Pre-Filing for Eastern System Upgrade ProjectMillennium Pipeline Pre-Filing for Eastern System Upgrade Project
Millennium Pipeline Pre-Filing for Eastern System Upgrade ProjectMarcellus Drilling News
 
Property Tax Assessment Services
Property Tax Assessment ServicesProperty Tax Assessment Services
Property Tax Assessment Servicescutmytaxes
 
Artba Senate Summary
Artba Senate SummaryArtba Senate Summary
Artba Senate Summaryartba
 
2013 AICUP Spring Institute - Redevelopment Capital Assistance Program (RACP)
2013 AICUP Spring Institute - Redevelopment Capital Assistance Program (RACP)2013 AICUP Spring Institute - Redevelopment Capital Assistance Program (RACP)
2013 AICUP Spring Institute - Redevelopment Capital Assistance Program (RACP)aicup
 
Bloor Danforth Bikeway RFP for EA
Bloor Danforth Bikeway RFP for EABloor Danforth Bikeway RFP for EA
Bloor Danforth Bikeway RFP for EAbikingtoronto
 
2011 District One Public Works Integrating Committee Applicant Workshop
2011 District One Public Works Integrating Committee Applicant Workshop2011 District One Public Works Integrating Committee Applicant Workshop
2011 District One Public Works Integrating Committee Applicant WorkshopCuyahoga County Planning Commission
 
Navi mumbai metro new
Navi mumbai metro newNavi mumbai metro new
Navi mumbai metro newRashid Kaskar
 
2014 ARTBA Annual Report
2014 ARTBA Annual Report2014 ARTBA Annual Report
2014 ARTBA Annual Reportartba
 
FERC Docket No. CP15-89-000 - Approving Garden State Expansion Project
FERC Docket No. CP15-89-000 - Approving Garden State Expansion ProjectFERC Docket No. CP15-89-000 - Approving Garden State Expansion Project
FERC Docket No. CP15-89-000 - Approving Garden State Expansion ProjectMarcellus Drilling News
 
Transit in the Charlotte Region
Transit in the Charlotte RegionTransit in the Charlotte Region
Transit in the Charlotte RegionCharlotte Chamber
 
Testimony Of ARTBA July 15 EPA Veto Hearing
Testimony Of ARTBA  July 15 EPA Veto HearingTestimony Of ARTBA  July 15 EPA Veto Hearing
Testimony Of ARTBA July 15 EPA Veto Hearingartba
 
Process improvement proposal for site plan and appearance 9.5.12
Process improvement proposal for site plan and appearance 9.5.12Process improvement proposal for site plan and appearance 9.5.12
Process improvement proposal for site plan and appearance 9.5.12cityofevanston
 
ARTBA Comments on DOT Geographic Based Preferences Pilot Program
ARTBA Comments on DOT Geographic Based Preferences Pilot ProgramARTBA Comments on DOT Geographic Based Preferences Pilot Program
ARTBA Comments on DOT Geographic Based Preferences Pilot Programartba
 
Item # 4&5 PACE Program Public Hearing & Resolution to Establish
Item # 4&5 PACE Program Public Hearing & Resolution to EstablishItem # 4&5 PACE Program Public Hearing & Resolution to Establish
Item # 4&5 PACE Program Public Hearing & Resolution to Establishahcitycouncil
 

Semelhante a SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx (20)

Williams Request for Pre-Filing Review on Transco Northeast Supply Enhancemen...
Williams Request for Pre-Filing Review on Transco Northeast Supply Enhancemen...Williams Request for Pre-Filing Review on Transco Northeast Supply Enhancemen...
Williams Request for Pre-Filing Review on Transco Northeast Supply Enhancemen...
 
Transportation Infrastructure FInancing and Value Capture
Transportation Infrastructure FInancing and Value CaptureTransportation Infrastructure FInancing and Value Capture
Transportation Infrastructure FInancing and Value Capture
 
DTPW's Rapid Transit Corridors Conceptual Financial Plan Proposal
DTPW's Rapid Transit Corridors Conceptual Financial Plan ProposalDTPW's Rapid Transit Corridors Conceptual Financial Plan Proposal
DTPW's Rapid Transit Corridors Conceptual Financial Plan Proposal
 
Coastal Canal Grant Program BOCC Policy
Coastal Canal Grant Program BOCC PolicyCoastal Canal Grant Program BOCC Policy
Coastal Canal Grant Program BOCC Policy
 
HART Presentation to Council Jan. 12
HART Presentation to Council Jan. 12HART Presentation to Council Jan. 12
HART Presentation to Council Jan. 12
 
Urbanophile response 9 10
Urbanophile response 9 10Urbanophile response 9 10
Urbanophile response 9 10
 
Millennium Pipeline Pre-Filing for Eastern System Upgrade Project
Millennium Pipeline Pre-Filing for Eastern System Upgrade ProjectMillennium Pipeline Pre-Filing for Eastern System Upgrade Project
Millennium Pipeline Pre-Filing for Eastern System Upgrade Project
 
Property Tax Assessment Services
Property Tax Assessment ServicesProperty Tax Assessment Services
Property Tax Assessment Services
 
Artba Senate Summary
Artba Senate SummaryArtba Senate Summary
Artba Senate Summary
 
2013 AICUP Spring Institute - Redevelopment Capital Assistance Program (RACP)
2013 AICUP Spring Institute - Redevelopment Capital Assistance Program (RACP)2013 AICUP Spring Institute - Redevelopment Capital Assistance Program (RACP)
2013 AICUP Spring Institute - Redevelopment Capital Assistance Program (RACP)
 
Bloor Danforth Bikeway RFP for EA
Bloor Danforth Bikeway RFP for EABloor Danforth Bikeway RFP for EA
Bloor Danforth Bikeway RFP for EA
 
2011 District One Public Works Integrating Committee Applicant Workshop
2011 District One Public Works Integrating Committee Applicant Workshop2011 District One Public Works Integrating Committee Applicant Workshop
2011 District One Public Works Integrating Committee Applicant Workshop
 
Navi mumbai metro new
Navi mumbai metro newNavi mumbai metro new
Navi mumbai metro new
 
2014 ARTBA Annual Report
2014 ARTBA Annual Report2014 ARTBA Annual Report
2014 ARTBA Annual Report
 
FERC Docket No. CP15-89-000 - Approving Garden State Expansion Project
FERC Docket No. CP15-89-000 - Approving Garden State Expansion ProjectFERC Docket No. CP15-89-000 - Approving Garden State Expansion Project
FERC Docket No. CP15-89-000 - Approving Garden State Expansion Project
 
Transit in the Charlotte Region
Transit in the Charlotte RegionTransit in the Charlotte Region
Transit in the Charlotte Region
 
Testimony Of ARTBA July 15 EPA Veto Hearing
Testimony Of ARTBA  July 15 EPA Veto HearingTestimony Of ARTBA  July 15 EPA Veto Hearing
Testimony Of ARTBA July 15 EPA Veto Hearing
 
Process improvement proposal for site plan and appearance 9.5.12
Process improvement proposal for site plan and appearance 9.5.12Process improvement proposal for site plan and appearance 9.5.12
Process improvement proposal for site plan and appearance 9.5.12
 
ARTBA Comments on DOT Geographic Based Preferences Pilot Program
ARTBA Comments on DOT Geographic Based Preferences Pilot ProgramARTBA Comments on DOT Geographic Based Preferences Pilot Program
ARTBA Comments on DOT Geographic Based Preferences Pilot Program
 
Item # 4&5 PACE Program Public Hearing & Resolution to Establish
Item # 4&5 PACE Program Public Hearing & Resolution to EstablishItem # 4&5 PACE Program Public Hearing & Resolution to Establish
Item # 4&5 PACE Program Public Hearing & Resolution to Establish
 

Mais de kenjordan97598

You are the Nursing Director for the medical-surgical area of a .docx
You are the Nursing Director for the medical-surgical area of a .docxYou are the Nursing Director for the medical-surgical area of a .docx
You are the Nursing Director for the medical-surgical area of a .docxkenjordan97598
 
You are the new owner of Vanda-Laye Corporation. You are interested .docx
You are the new owner of Vanda-Laye Corporation. You are interested .docxYou are the new owner of Vanda-Laye Corporation. You are interested .docx
You are the new owner of Vanda-Laye Corporation. You are interested .docxkenjordan97598
 
You are the new manager for a family-owned coffee shop.  The shops .docx
You are the new manager for a family-owned coffee shop.  The shops .docxYou are the new manager for a family-owned coffee shop.  The shops .docx
You are the new manager for a family-owned coffee shop.  The shops .docxkenjordan97598
 
You are the new IT Manager for the Cougar Corporation, a firm of 500.docx
You are the new IT Manager for the Cougar Corporation, a firm of 500.docxYou are the new IT Manager for the Cougar Corporation, a firm of 500.docx
You are the new IT Manager for the Cougar Corporation, a firm of 500.docxkenjordan97598
 
You are the newest project manager in the Program Management Office .docx
You are the newest project manager in the Program Management Office .docxYou are the newest project manager in the Program Management Office .docx
You are the newest project manager in the Program Management Office .docxkenjordan97598
 
You are the marketing manager for a major corporation. The CEO has a.docx
You are the marketing manager for a major corporation. The CEO has a.docxYou are the marketing manager for a major corporation. The CEO has a.docx
You are the marketing manager for a major corporation. The CEO has a.docxkenjordan97598
 
You are the newly appointed director of the Agile County Airport.docx
You are the newly appointed director of the Agile County Airport.docxYou are the newly appointed director of the Agile County Airport.docx
You are the newly appointed director of the Agile County Airport.docxkenjordan97598
 
You are the new manager of a P.C. Richards retail store. One of your.docx
You are the new manager of a P.C. Richards retail store. One of your.docxYou are the new manager of a P.C. Richards retail store. One of your.docx
You are the new manager of a P.C. Richards retail store. One of your.docxkenjordan97598
 
You are the manager of the IT department for your organization. You .docx
You are the manager of the IT department for your organization. You .docxYou are the manager of the IT department for your organization. You .docx
You are the manager of the IT department for your organization. You .docxkenjordan97598
 
You are the new ethics coordinator for your organization. Today is.docx
You are the new ethics coordinator for your organization. Today is.docxYou are the new ethics coordinator for your organization. Today is.docx
You are the new ethics coordinator for your organization. Today is.docxkenjordan97598
 
You are the new HR Director of Ayles Networks, an established IT net.docx
You are the new HR Director of Ayles Networks, an established IT net.docxYou are the new HR Director of Ayles Networks, an established IT net.docx
You are the new HR Director of Ayles Networks, an established IT net.docxkenjordan97598
 
You are the manager of small department within a local government. Y.docx
You are the manager of small department within a local government. Y.docxYou are the manager of small department within a local government. Y.docx
You are the manager of small department within a local government. Y.docxkenjordan97598
 
You are the manager of a pharmaceutical company in Nebraska, USA. Yo.docx
You are the manager of a pharmaceutical company in Nebraska, USA. Yo.docxYou are the manager of a pharmaceutical company in Nebraska, USA. Yo.docx
You are the manager of a pharmaceutical company in Nebraska, USA. Yo.docxkenjordan97598
 
You are working on an address book database with a table called Cont.docx
You are working on an address book database with a table called Cont.docxYou are working on an address book database with a table called Cont.docx
You are working on an address book database with a table called Cont.docxkenjordan97598
 
You are the newly appointed director of human resource management fo.docx
You are the newly appointed director of human resource management fo.docxYou are the newly appointed director of human resource management fo.docx
You are the newly appointed director of human resource management fo.docxkenjordan97598
 
You are the new Security Manager for a small bank in Iowa. They are .docx
You are the new Security Manager for a small bank in Iowa. They are .docxYou are the new Security Manager for a small bank in Iowa. They are .docx
You are the new Security Manager for a small bank in Iowa. They are .docxkenjordan97598
 
You are the manager of a small department within a local governm.docx
You are the manager of a small department within a local governm.docxYou are the manager of a small department within a local governm.docx
You are the manager of a small department within a local governm.docxkenjordan97598
 
You are working on a busy clinical unit, and you and your peers have.docx
You are working on a busy clinical unit, and you and your peers have.docxYou are working on a busy clinical unit, and you and your peers have.docx
You are working on a busy clinical unit, and you and your peers have.docxkenjordan97598
 
You are working in the Emergency Room on the 700 am-700 pm shift. .docx
You are working in the Emergency Room on the 700 am-700 pm shift. .docxYou are working in the Emergency Room on the 700 am-700 pm shift. .docx
You are working in the Emergency Room on the 700 am-700 pm shift. .docxkenjordan97598
 
You are working in the research unit of a foundation that awards gra.docx
You are working in the research unit of a foundation that awards gra.docxYou are working in the research unit of a foundation that awards gra.docx
You are working in the research unit of a foundation that awards gra.docxkenjordan97598
 

Mais de kenjordan97598 (20)

You are the Nursing Director for the medical-surgical area of a .docx
You are the Nursing Director for the medical-surgical area of a .docxYou are the Nursing Director for the medical-surgical area of a .docx
You are the Nursing Director for the medical-surgical area of a .docx
 
You are the new owner of Vanda-Laye Corporation. You are interested .docx
You are the new owner of Vanda-Laye Corporation. You are interested .docxYou are the new owner of Vanda-Laye Corporation. You are interested .docx
You are the new owner of Vanda-Laye Corporation. You are interested .docx
 
You are the new manager for a family-owned coffee shop.  The shops .docx
You are the new manager for a family-owned coffee shop.  The shops .docxYou are the new manager for a family-owned coffee shop.  The shops .docx
You are the new manager for a family-owned coffee shop.  The shops .docx
 
You are the new IT Manager for the Cougar Corporation, a firm of 500.docx
You are the new IT Manager for the Cougar Corporation, a firm of 500.docxYou are the new IT Manager for the Cougar Corporation, a firm of 500.docx
You are the new IT Manager for the Cougar Corporation, a firm of 500.docx
 
You are the newest project manager in the Program Management Office .docx
You are the newest project manager in the Program Management Office .docxYou are the newest project manager in the Program Management Office .docx
You are the newest project manager in the Program Management Office .docx
 
You are the marketing manager for a major corporation. The CEO has a.docx
You are the marketing manager for a major corporation. The CEO has a.docxYou are the marketing manager for a major corporation. The CEO has a.docx
You are the marketing manager for a major corporation. The CEO has a.docx
 
You are the newly appointed director of the Agile County Airport.docx
You are the newly appointed director of the Agile County Airport.docxYou are the newly appointed director of the Agile County Airport.docx
You are the newly appointed director of the Agile County Airport.docx
 
You are the new manager of a P.C. Richards retail store. One of your.docx
You are the new manager of a P.C. Richards retail store. One of your.docxYou are the new manager of a P.C. Richards retail store. One of your.docx
You are the new manager of a P.C. Richards retail store. One of your.docx
 
You are the manager of the IT department for your organization. You .docx
You are the manager of the IT department for your organization. You .docxYou are the manager of the IT department for your organization. You .docx
You are the manager of the IT department for your organization. You .docx
 
You are the new ethics coordinator for your organization. Today is.docx
You are the new ethics coordinator for your organization. Today is.docxYou are the new ethics coordinator for your organization. Today is.docx
You are the new ethics coordinator for your organization. Today is.docx
 
You are the new HR Director of Ayles Networks, an established IT net.docx
You are the new HR Director of Ayles Networks, an established IT net.docxYou are the new HR Director of Ayles Networks, an established IT net.docx
You are the new HR Director of Ayles Networks, an established IT net.docx
 
You are the manager of small department within a local government. Y.docx
You are the manager of small department within a local government. Y.docxYou are the manager of small department within a local government. Y.docx
You are the manager of small department within a local government. Y.docx
 
You are the manager of a pharmaceutical company in Nebraska, USA. Yo.docx
You are the manager of a pharmaceutical company in Nebraska, USA. Yo.docxYou are the manager of a pharmaceutical company in Nebraska, USA. Yo.docx
You are the manager of a pharmaceutical company in Nebraska, USA. Yo.docx
 
You are working on an address book database with a table called Cont.docx
You are working on an address book database with a table called Cont.docxYou are working on an address book database with a table called Cont.docx
You are working on an address book database with a table called Cont.docx
 
You are the newly appointed director of human resource management fo.docx
You are the newly appointed director of human resource management fo.docxYou are the newly appointed director of human resource management fo.docx
You are the newly appointed director of human resource management fo.docx
 
You are the new Security Manager for a small bank in Iowa. They are .docx
You are the new Security Manager for a small bank in Iowa. They are .docxYou are the new Security Manager for a small bank in Iowa. They are .docx
You are the new Security Manager for a small bank in Iowa. They are .docx
 
You are the manager of a small department within a local governm.docx
You are the manager of a small department within a local governm.docxYou are the manager of a small department within a local governm.docx
You are the manager of a small department within a local governm.docx
 
You are working on a busy clinical unit, and you and your peers have.docx
You are working on a busy clinical unit, and you and your peers have.docxYou are working on a busy clinical unit, and you and your peers have.docx
You are working on a busy clinical unit, and you and your peers have.docx
 
You are working in the Emergency Room on the 700 am-700 pm shift. .docx
You are working in the Emergency Room on the 700 am-700 pm shift. .docxYou are working in the Emergency Room on the 700 am-700 pm shift. .docx
You are working in the Emergency Room on the 700 am-700 pm shift. .docx
 
You are working in the research unit of a foundation that awards gra.docx
You are working in the research unit of a foundation that awards gra.docxYou are working in the research unit of a foundation that awards gra.docx
You are working in the research unit of a foundation that awards gra.docx
 

Último

DUST OF SNOW_BY ROBERT FROST_EDITED BY_ TANMOY MISHRA
DUST OF SNOW_BY ROBERT FROST_EDITED BY_ TANMOY MISHRADUST OF SNOW_BY ROBERT FROST_EDITED BY_ TANMOY MISHRA
DUST OF SNOW_BY ROBERT FROST_EDITED BY_ TANMOY MISHRATanmoy Mishra
 
Diploma in Nursing Admission Test Question Solution 2023.pdf
Diploma in Nursing Admission Test Question Solution 2023.pdfDiploma in Nursing Admission Test Question Solution 2023.pdf
Diploma in Nursing Admission Test Question Solution 2023.pdfMohonDas
 
Patient Counselling. Definition of patient counseling; steps involved in pati...
Patient Counselling. Definition of patient counseling; steps involved in pati...Patient Counselling. Definition of patient counseling; steps involved in pati...
Patient Counselling. Definition of patient counseling; steps involved in pati...raviapr7
 
Over the counter (OTC)- Sale, rational use.pptx
Over the counter (OTC)- Sale, rational use.pptxOver the counter (OTC)- Sale, rational use.pptx
Over the counter (OTC)- Sale, rational use.pptxraviapr7
 
3.21.24 The Origins of Black Power.pptx
3.21.24  The Origins of Black Power.pptx3.21.24  The Origins of Black Power.pptx
3.21.24 The Origins of Black Power.pptxmary850239
 
Vani Magazine - Quarterly Magazine of Seshadripuram Educational Trust
Vani Magazine - Quarterly Magazine of Seshadripuram Educational TrustVani Magazine - Quarterly Magazine of Seshadripuram Educational Trust
Vani Magazine - Quarterly Magazine of Seshadripuram Educational TrustSavipriya Raghavendra
 
Quality Assurance_GOOD LABORATORY PRACTICE
Quality Assurance_GOOD LABORATORY PRACTICEQuality Assurance_GOOD LABORATORY PRACTICE
Quality Assurance_GOOD LABORATORY PRACTICESayali Powar
 
Education and training program in the hospital APR.pptx
Education and training program in the hospital APR.pptxEducation and training program in the hospital APR.pptx
Education and training program in the hospital APR.pptxraviapr7
 
3.26.24 Race, the Draft, and the Vietnam War.pptx
3.26.24 Race, the Draft, and the Vietnam War.pptx3.26.24 Race, the Draft, and the Vietnam War.pptx
3.26.24 Race, the Draft, and the Vietnam War.pptxmary850239
 
How to Add a New Field in Existing Kanban View in Odoo 17
How to Add a New Field in Existing Kanban View in Odoo 17How to Add a New Field in Existing Kanban View in Odoo 17
How to Add a New Field in Existing Kanban View in Odoo 17Celine George
 
How to Solve Singleton Error in the Odoo 17
How to Solve Singleton Error in the  Odoo 17How to Solve Singleton Error in the  Odoo 17
How to Solve Singleton Error in the Odoo 17Celine George
 
SOLIDE WASTE in Cameroon,,,,,,,,,,,,,,,,,,,,,,,,,,,.pptx
SOLIDE WASTE in Cameroon,,,,,,,,,,,,,,,,,,,,,,,,,,,.pptxSOLIDE WASTE in Cameroon,,,,,,,,,,,,,,,,,,,,,,,,,,,.pptx
SOLIDE WASTE in Cameroon,,,,,,,,,,,,,,,,,,,,,,,,,,,.pptxSyedNadeemGillANi
 
P4C x ELT = P4ELT: Its Theoretical Background (Kanazawa, 2024 March).pdf
P4C x ELT = P4ELT: Its Theoretical Background (Kanazawa, 2024 March).pdfP4C x ELT = P4ELT: Its Theoretical Background (Kanazawa, 2024 March).pdf
P4C x ELT = P4ELT: Its Theoretical Background (Kanazawa, 2024 March).pdfYu Kanazawa / Osaka University
 
Easter in the USA presentation by Chloe.
Easter in the USA presentation by Chloe.Easter in the USA presentation by Chloe.
Easter in the USA presentation by Chloe.EnglishCEIPdeSigeiro
 
Ultra structure and life cycle of Plasmodium.pptx
Ultra structure and life cycle of Plasmodium.pptxUltra structure and life cycle of Plasmodium.pptx
Ultra structure and life cycle of Plasmodium.pptxDr. Asif Anas
 
Clinical Pharmacy Introduction to Clinical Pharmacy, Concept of clinical pptx
Clinical Pharmacy  Introduction to Clinical Pharmacy, Concept of clinical pptxClinical Pharmacy  Introduction to Clinical Pharmacy, Concept of clinical pptx
Clinical Pharmacy Introduction to Clinical Pharmacy, Concept of clinical pptxraviapr7
 
EBUS5423 Data Analytics and Reporting Bl
EBUS5423 Data Analytics and Reporting BlEBUS5423 Data Analytics and Reporting Bl
EBUS5423 Data Analytics and Reporting BlDr. Bruce A. Johnson
 
Department of Health Compounder Question ‍Solution 2022.pdf
Department of Health Compounder Question ‍Solution 2022.pdfDepartment of Health Compounder Question ‍Solution 2022.pdf
Department of Health Compounder Question ‍Solution 2022.pdfMohonDas
 

Último (20)

DUST OF SNOW_BY ROBERT FROST_EDITED BY_ TANMOY MISHRA
DUST OF SNOW_BY ROBERT FROST_EDITED BY_ TANMOY MISHRADUST OF SNOW_BY ROBERT FROST_EDITED BY_ TANMOY MISHRA
DUST OF SNOW_BY ROBERT FROST_EDITED BY_ TANMOY MISHRA
 
Diploma in Nursing Admission Test Question Solution 2023.pdf
Diploma in Nursing Admission Test Question Solution 2023.pdfDiploma in Nursing Admission Test Question Solution 2023.pdf
Diploma in Nursing Admission Test Question Solution 2023.pdf
 
Patient Counselling. Definition of patient counseling; steps involved in pati...
Patient Counselling. Definition of patient counseling; steps involved in pati...Patient Counselling. Definition of patient counseling; steps involved in pati...
Patient Counselling. Definition of patient counseling; steps involved in pati...
 
Over the counter (OTC)- Sale, rational use.pptx
Over the counter (OTC)- Sale, rational use.pptxOver the counter (OTC)- Sale, rational use.pptx
Over the counter (OTC)- Sale, rational use.pptx
 
3.21.24 The Origins of Black Power.pptx
3.21.24  The Origins of Black Power.pptx3.21.24  The Origins of Black Power.pptx
3.21.24 The Origins of Black Power.pptx
 
Vani Magazine - Quarterly Magazine of Seshadripuram Educational Trust
Vani Magazine - Quarterly Magazine of Seshadripuram Educational TrustVani Magazine - Quarterly Magazine of Seshadripuram Educational Trust
Vani Magazine - Quarterly Magazine of Seshadripuram Educational Trust
 
Quality Assurance_GOOD LABORATORY PRACTICE
Quality Assurance_GOOD LABORATORY PRACTICEQuality Assurance_GOOD LABORATORY PRACTICE
Quality Assurance_GOOD LABORATORY PRACTICE
 
Education and training program in the hospital APR.pptx
Education and training program in the hospital APR.pptxEducation and training program in the hospital APR.pptx
Education and training program in the hospital APR.pptx
 
3.26.24 Race, the Draft, and the Vietnam War.pptx
3.26.24 Race, the Draft, and the Vietnam War.pptx3.26.24 Race, the Draft, and the Vietnam War.pptx
3.26.24 Race, the Draft, and the Vietnam War.pptx
 
How to Add a New Field in Existing Kanban View in Odoo 17
How to Add a New Field in Existing Kanban View in Odoo 17How to Add a New Field in Existing Kanban View in Odoo 17
How to Add a New Field in Existing Kanban View in Odoo 17
 
How to Solve Singleton Error in the Odoo 17
How to Solve Singleton Error in the  Odoo 17How to Solve Singleton Error in the  Odoo 17
How to Solve Singleton Error in the Odoo 17
 
SOLIDE WASTE in Cameroon,,,,,,,,,,,,,,,,,,,,,,,,,,,.pptx
SOLIDE WASTE in Cameroon,,,,,,,,,,,,,,,,,,,,,,,,,,,.pptxSOLIDE WASTE in Cameroon,,,,,,,,,,,,,,,,,,,,,,,,,,,.pptx
SOLIDE WASTE in Cameroon,,,,,,,,,,,,,,,,,,,,,,,,,,,.pptx
 
P4C x ELT = P4ELT: Its Theoretical Background (Kanazawa, 2024 March).pdf
P4C x ELT = P4ELT: Its Theoretical Background (Kanazawa, 2024 March).pdfP4C x ELT = P4ELT: Its Theoretical Background (Kanazawa, 2024 March).pdf
P4C x ELT = P4ELT: Its Theoretical Background (Kanazawa, 2024 March).pdf
 
Easter in the USA presentation by Chloe.
Easter in the USA presentation by Chloe.Easter in the USA presentation by Chloe.
Easter in the USA presentation by Chloe.
 
Ultra structure and life cycle of Plasmodium.pptx
Ultra structure and life cycle of Plasmodium.pptxUltra structure and life cycle of Plasmodium.pptx
Ultra structure and life cycle of Plasmodium.pptx
 
Prelims of Kant get Marx 2.0: a general politics quiz
Prelims of Kant get Marx 2.0: a general politics quizPrelims of Kant get Marx 2.0: a general politics quiz
Prelims of Kant get Marx 2.0: a general politics quiz
 
March 2024 Directors Meeting, Division of Student Affairs and Academic Support
March 2024 Directors Meeting, Division of Student Affairs and Academic SupportMarch 2024 Directors Meeting, Division of Student Affairs and Academic Support
March 2024 Directors Meeting, Division of Student Affairs and Academic Support
 
Clinical Pharmacy Introduction to Clinical Pharmacy, Concept of clinical pptx
Clinical Pharmacy  Introduction to Clinical Pharmacy, Concept of clinical pptxClinical Pharmacy  Introduction to Clinical Pharmacy, Concept of clinical pptx
Clinical Pharmacy Introduction to Clinical Pharmacy, Concept of clinical pptx
 
EBUS5423 Data Analytics and Reporting Bl
EBUS5423 Data Analytics and Reporting BlEBUS5423 Data Analytics and Reporting Bl
EBUS5423 Data Analytics and Reporting Bl
 
Department of Health Compounder Question ‍Solution 2022.pdf
Department of Health Compounder Question ‍Solution 2022.pdfDepartment of Health Compounder Question ‍Solution 2022.pdf
Department of Health Compounder Question ‍Solution 2022.pdf
 

SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITYREQUEST FO.docx

  • 1. SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY REQUEST FOR PROPOSALS (RFP) 12077 FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR THE SAN BERNARDINO TRANSIT CENTER OMNITRANS BUS FACILITY KEY RFP DATES RFP Issue Date: September 7, 2011 Pre-Proposal Conference Date: September 12, 2011 Question Submittal Deadline: September 19, 2011 Proposal Due Date: September 29, 2011 Interview Date: Week of October 10, 2011 Board Of Directors Approval: November 2, 2011 Notice To Proceed: November 3, 2011 San Bernardino Associated Governments 1170 W. 3rd Street, 2nd Fl, San Bernardino, CA 92410
  • 2. Phone: (909) 884-8276 Fax: (909) 885-4407 Web: www.sanbag.ca.gov San Bernardino County Transportation Commission San Bernardino County Transportation Authority San Bernardino County Congestion Management Agency Service Authority for Freeway Emergencies RFP A&E Template Page RFP 12077 rev 9/13/11 San Bernardino Associated Governments 1170 W. 3rd Street, 2nd Fl, San Bernardino, CA 92410 Phone: (909) 884-8276 Fax: (909) 885-4407 Web: www.sanbag.ca.gov San Bernardino County Transportation Commission San Bernardino County Transportation Authority San Bernardino County Congestion Management Agency Service Authority for Freeway Emergencies September 7, 2011
  • 3. SUBJECT: NOTICE OF REQUEST FOR PROPOSALS (RFP) 12077 “SAN BERNARDINO TRANSIT CENTER OMNITRANS BUS FACILITY” (HEREINAFTER REFERRED TO AS “PROJECT”) San Bernardino Associated Governments, (SANBAG), acting as the San Bernardino County Transportation Authority (“Authority”) invites proposals from qualified firms to architectural and engineering services for the design of the San Bernardino Transit Center Omnitrans Facility located the southwest quadrant of Rialto Avenue and E Street in downtown San Bernardino as identified in this RFP. Firms intending to submit a proposal should note the procurement schedule contained in the attached RFP. It is our intention, subject to Board approval, to have the selected firm under contract by November 2011. Firms submitting a proposal for this Project will be evaluated based on qualifications, prior experience with the same or similar type of services identified herein, and the firm’s understanding of the Project’s needs and requirements as identified in the RFP. Attached for your reference is the following: · Contract with Scope of Work (hereinafter “Contract”) The RFP and the materials listed below are available on Authority’s website: www.sanbag.ca.gov under “Contracting Opportunities”. Proposers are requested to check the website periodically, and no less frequently than weekly, for RFP schedule updates, addenda, and other information. Proposers are responsible for accessing information posted on Authority’s website. · SANBAG Cost Proposal Guidelines · SANBAG generic Cost Proposal Template
  • 4. · SANBAG generic Schedule Template · SANBAG’s Contracting and Procurement Policy (Policy No. 11000) · SANBAG’s Major Projects Negotiating Guidelines (Policy No. 34504) One (1) original plus eight (8) copies of the proposal must be submitted to SANBAG on or before 2:00 p.m., September 29, 2011. Proposals shall be submitted to: Mitch Alderman, P.E. Director of Transit and Rail Programs San Bernardino Associated Governments 1170 W. 3rd Street, 2nd Floor San Bernardino, California 92410-1715 A Pre-Proposal conference is scheduled 11:00 a.m., September 12, 2011, at Authority's office, located at 1170 W. 3rd Street, 2nd Floor, San Bernardino, CA 92410, Super Chief Conference Room. This Pre-Proposal conference is not mandatory, though we encourage all interested firms to attend. The time and location of the conference may change so proposers are advised to check the Authority’s website often. All questions related to this RFP must be put in writing and submitted to Authority no later than 4:00 p.m., September 19, 2011. All questions must be clearly labeled, “Written Questions for RFP 12077 and submitted electronically to: Kathleen Murphy-Perez Contracts Manager [email protected]
  • 5. Questions received after the deadline may not be responded to. Questions received by the deadline including the written responses will be posted via written addendum on Authority’s website at www.sanbag.ca.gov under “Bids, RFP’s & RFQ’s”. Firms are solely responsible for checking the website, at least weekly or more frequently, for additional information related to this RFP. This is a Federal-aid project: The Contract to be awarded is financed in part by the U.S. Department of Transportation (US DOT). Proposers are required to certify that they meet all federal requirements identified in this RFP, including but not limited to all applicable equal opportunity laws and regulations and state and/or Federal Prevailing Wages. This project is subject to to Title 49, Part 26, Code of Federal Regulations (CFR) entitled “Participation of Disadvantaged Business Enterprises in the Department of Transportation Financial Assistance Programs (herein referred to as the “Regulations”). The Regulations in their entirety are incorporated into this RFP by this reference. Proposers are to be fully informed respecting the DBE/UDBE requirements and the Regulations. As required under the Regulations, the Authority has established a UDBE contract goal of 3.2% for this Project. Certain labor categories under this Project may be subject to prevailing wages as identified in the State of California Labor Code commencing in Section 1770 et. seq., It is required that all mechanics and laborers employed or working on this Project shall be paid not less than the basic hourly rates of pay and fringe benefits as shown in the current wage schedules of the Department of Labor. Proposers must use the current wage schedules applicable at the time the work is in progress. The firm, who is awarded the Contract, if awarded, will be required to comply with all applicable equal opportunity laws
  • 6. and regulations. Firms are encouraged to subcontract with small and disadvantaged businesses to the maximum extent possible. The award of this Contract is subject to receipt of Federal, state, and/or local funds sufficient to carry out the work identified in this RFP. SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY REQUEST FOR PROPOSALS 12077 FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR THE SAN BERNARDINO TRANSIT CENTER OMNITRANS BUS FACILITY I. INTRODUCTION San Bernardino Associated Governments (“SANBAG”), acting as the San Bernardino County Transportation Authority (“Authority”) is soliciting proposals from qualified firms to assist the Authority with the Design and construction of a 22- bay Omnitrans bus facility which is part of the San Bernardino Transit Center located at the southwest quadrant of Rialto Avenue and E Street in downtown San Bernardino. This RFP is only for the Omnitrans facility. All other components for the rail system including track, signals, platforms, and the surface parking lot located south of the train platforms are in the
  • 7. process of the final design by others. The contract, if awarded, will be awarded without consideration of race, religion, color, age, sex, or national origin. II. PROJECT AND SERVICES DESCRIPTION Through a mutual agreement between SANBAG, the City of San Bernardino, Redevelopment Agency of the City of San Bernardino, and Omnitrans, is jointly developing the San Bernardino Transit Center (SBTC). The SBTC is comprised of the following. 1. Expanded Metrolink service from and to the San Bernardino Santa Fe Depot known as the Downtown San Bernardino Passenger Rail Project. For this expansion, the SBTC will include four tracks, platforms and their associated amenities, a Metrolink crew base, and other related commuter rail components. All work for DSBPRP is in final design being performed by others. 2. The SBTC will include a surface parking lot adjacent and south of the Metrolink platforms. All work related to this is in final design being performed by others. 3. For this RFP, the Project consists of environmental clearance and design services to construct a 22-bay bus facility with associated buildings and related off-site improvements for Omnitrans. General Project components include: · All necessary work to obtain CEQA/NEPA environmental clearance · Preliminary design to define the Project · Final design of on-site improvements, including but not
  • 8. limited to the bus way, amenities, support buildings, and pads for future development opportunities. · Final design of off-site improvements, including but not limited to the reconfiguration of Rialto Avenue, a new F Street/Rialto Avenue intersection, and frontage improvements along E Street. Services Services are anticipated to generally include, but are not limited to all necessary environmental studies and support functions so that SANBAG can obtain NEPA clearance with the FTA and to be able to certify the CEQA portion of the document; prepare conceptual plans to meet the available funding, prepare construction documents and obtain all approvals for on-site and off-site improvements, and provide construction support services. In general, the Consultant will need to provide all services necessary, including but not limited to architecture, landscape architecture, civil, mechanical, electrical, structural, geotechnical, and traffic engineering. It is expected that the Consultant will assign a full-time senior Project Manager to coordinate all contract and personnel activities for the project. Other personnel may be assigned to direct and coordinate all project specific activities and responsibilities as needed for satisfactory performance on the project. The Project Manager shall be licensed as a Professional Civil Engineer or an Architect in the State of California. The Consultant shall provide a public outreach liaison to assist the SANBAG Public Information Office in implementing the Public Outreach Program established for this project. Insofar as the Consultant’s approach described in the Proposal, the scope of responsibility and the total number of personnel assigned to the Project is left to the discretion of the Consultant. The Proposal shall include a staffing plan, an organization chart and a resource-loaded schedule that establish
  • 9. the firm's ability to adequately and appropriately staff and manage the project. The Consultant shall demonstrate their understanding of the scope and project approach for the Project. The selected Consultant shall prepare a detailed and comprehensive Scope of Services, which shall include all work necessary for the completion of the Project, including full definition of the tasks, sub-tasks, and deliverables that are required for the services as described in this RFP. Selected firm shall prepare a Work Breakdown Structure (WBS) and schedule acceptable to the Authority, detailed scope of services. III. MATERIALS FURNISHED BY AUTHORITY All software, data, reports, surveys, drawings, and other documents furnished to the Consultant by Authority for the Consultant's use in the performance of services shall be made available only for use in performing the assignment and shall remain the property of Authority. All such materials shall be returned to Authority upon completion of services, termination of the Contract, or other such time as Authority may determine. IV. CONTACT INFORMATION All inquiries, contacts or questions related to this RFP shall be directed for: Mitchell A. Alderman, PE Director of Transit and Rail Programs San Bernardino Associated Governments 1170 W. 3rd Street, 2nd Floor San Bernardino, CA 92410-1715 Proposers are cautioned not to discuss this RFP with any
  • 10. official, Board Member, or employee of SANBAG, other than the staff identified herein. Neither proposers, nor anyone representing the proposer, are to discuss this RFP with any consultant or contractor engaged by SANBAG for assistance in preparing a response to this RFP. Violation of this prohibition may result in disqualification of the proposer. V. CONTRACT TYPE A Time and Materials contract, with a not-to-exceed amount, and fixed hourly rates will be issued for the Project. Any services provided by the Consultant, which are not specifically covered by the Contract, will not be reimbursed. VI. DISADVANTAGED BUSINESS ENTERPISE In conformance with title 49 CFR Part 26, the Authority has established a project specific goal of 3.2% for Underutilized Disadvantage Business Enterprise (UDBE). The Proposer is required to meet this goal or demonstrate Good Faith Efforts as a condition of the award of this Contract. Proposer’ shall complete and submit form 10 O-1, “Local Agency Bidder UDBE Commitment” and Form 12-G, “Bidders List” at the time proposal submittal. Form 10-O2, “Local Agency Bidder-DBE Commitment” and 15-H, “Good Faith Efforts” are to be submitted in a sealed envelope with their proposal, but no later than four (4) working days following the proposal due date identified herein. As there is a UDBE goal on this Contract, the Proposer, in order to be considered responsible and responsive, must meet the contract specific UDBE goal identified in herein or make Good Faith Efforts to meet the goal established for the Contract. If the goal is not met, the Proposer must document adequate Good Faith Efforts. Only UDBE firms certified through the CUCP will be counted towards the contract goal; however, all
  • 11. DBE participation shall be collected and reported. Please refer to Attachments C and C-1 to this RFP for further information and instructions. VII. INFORMED PROPOSER Proposer’s shall review the Scope of Services, (identified herein as Attachment A) and Contract (identified herein as Attachment B), for a complete understanding of the terms and conditions included therein. Proposers are expected to be fully aware of the conditions, requirements, and scope of services before submitting any proposal. Failure to do so will be at the Proposer’s own risk. By submitting a proposal, the Proposer represents that it is capable of performing quality work to achieve the Authority’s objectives identified in this RFP. VIII. CONFLICT OF INTEREST Any person or firm that has assisted the Authority in preparing any aspect of this RFP or any cost estimate associated with this procurement is prohibited from submitting a proposal in response to this RFP. Consultants that received assistance from any such person or entity, or who will use the services of such person or entity in performing the services will be disqualified. A consultant who is prohibited from submitting a proposal in response to this RFP will not be prevented from participating in future projects to the extent that no direct conflict of interest exists at the time. Consultants responsible for a project’s design may not participate in construction management/construction inspection or on the team of a design/builder for the construction of the project. The determination of a conflict of interest, direct or incidental, shall be at the sole discretion of Authority. IX. PRE-PROPOSAL CONFERENCE
  • 12. A non-mandatory Pre-Proposal meeting is scheduled for 11:00 a.m., September 12, 2011 at Authority’s Office located at 1170 W. 3rd Street, 2nd Floor, San Bernardino in the Super Chief conference room. Interested firms are strongly encouraged to attend this pre-proposal meeting. Firms are asked to check-in with the reception desk on the 2nd floor and wait to be escorted into the conference room. X. ADDENDA Any changes to this RFP will be made by written Addenda. The Authority will not be bound to any modifications to or deviations from the requirements set forth in this RFP as a result of any oral discussions and or instructions. Proposers shall acknowledge receipt of any addenda in their proposal. Proposers are solely responsible for checking the Authority’s website, at least weekly for updated information regarding this RFP. XI. WRITTEN QUESTIONS/CLARIFICATIONS All questions and or clarifications to this RFP, including questions that could not be specifically addressed at the pre- proposal meeting must be put in writing and must be received by Authority no later than 4:00 p.m., September 19, 2011. Questions received after the date and time specified may or may not be responded to, within the sole discretion of Authority. All questions/clarification must be clearly labeled “Written Questions”. Authority is not responsible for failure to respond to questions that are not appropriately marked. Authority’s responses to the questions received by the date and time identified herein, including the Authority’s answers will be posted on the SANBAG’s website at www.sanbag.ca.gov.
  • 13. XII. PRE CONTRACTUAL EXPENSES The Authority shall not be liable for any pre-contractual expenses incurred by the firms in preparation of their proposals. The Proposer shall not include any such expenses as part of their price proposal. Pre-contractual expenses are defined as follows: a) preparing a proposal in response to this RFP; b) submitting price proposal to Authority; and c) any and all expenses incurred by the Proposer prior to award of this Contract. XIII. PREVAILING WAGES Certain labor categories under this Scope of Services may be subject to Prevailing Wages as identified in the State of California Labor Code Section 1770 et. seq. Firms are required to pay all mechanics and laborers employed on the project not less than the basic hourly wage rates and fringe benefits shown in the current prevailing wage schedules for this area. The firm, who is awarded this Contract, if awarded, shall comply with all provisions of the State of California Labor Code. XIV. PROPOSAL INSTRUCTIONS Proposals will be accepted until 2:00 p.m., September 29, 2011. One original and eight (8) copies are to be submitted to: Mitch Alderman, P.E. Director of Transit and Rail Programs San Bernardino Associated Governments 1170 W. 3rd Street, 2ndFloor San Bernardino, CA 92410-1715 All proposals are to be submitted in a sealed package, clearly marked with the RFP number and title and clearly marked with
  • 14. the company’s name and address. Proposals received after the 2:00 p.m. deadline will be rejected and returned to the firm unopened. Proposers shall include the following information in their proposals. A. Cover Letter Firms are to provide the following information: · A statement requesting Authority to evaluate the submitted proposal. · Identification of all proposed sub-consultants including description of the work to be performed by the firm and each sub-consultant proposed for the Project and an estimate of the percentage of work to be performed by each firm. · Indicate the location of the office from which the work will be performed. · In accordance with SANBAG Policy No. 11000, Sect. VII. A.2.f, provide a response to the following question: Has your firm ever been terminated from a contract? If the answer is yes, see item B below. · A memorandum from a principal of each sub-consultant firm indicating the specific portion of services the sub-consultant will be performing. · Acknowledgement of receipt of all addenda, if any. · A signed statement by an officer of the firm attesting that all information in the proposal is true and correct.
  • 15. · A signature of an authorized person within the prime firm who can bind the firm to the terms and conditions of the RFP. · That the proposal is valid for 180 days from the date of submission. B. Contract Termination Circumstances: If Consultant has ever been terminated from a contract, describe the facts and circumstances in detail, on a separate sheet. See SANBAG Policy No. 11000, Sect. VII.A.2.f for details. Firms may download the Policy on SANBAG’ website at www.sanbag.ca.gov, under “Bids, RFP’s & RFQ’s”. C. Technical Proposal Content: 1. Qualifications, Related Experience, and References (Labeled “Section I- Qualifications”) This section of the proposal should establish the ability of the proposed team to satisfactorily perform the required work by reasons of: experience in performing work of the same or similar nature; demonstrated experience working with agencies and cities directly involved in this Project; staffing capability; work load; record of meeting schedules on similar projects; and supportive client references. Specifically: a. Provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees. b. Provide a general description of the firm's current financial condition; identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede ability to complete the Project. c. Describe the firm's experience in performing work of a
  • 16. similar nature to that solicited in this RFP, and the participation in such work by the key personnel proposed for assignment to this Project. Highlight the firm’s and key personnel experience with construction management services as identified in the Scope of Services. d. Describe experience in working with the various government agencies that may have jurisdiction over the approval of the work specified in this RFP. Please include specialized experience and professional competence in areas directly related to this RFP. e. Provide a list of past joint work by the firm and each sub- consultant, if applicable. The list should clearly identify the Project and provide a summary of the roles and responsibilities of each party. f. Provide a minimum of three (3) references for both the firm and the Project Manager (for a total of six references). Furnish the name, title, address and telephone number of the person(s) at the client organization who is most knowledgeable about the work performed. References may also be supplied from other work not cited in this section as related experience. 2. Proposed Staffing and Project Organization (Labeled “Section 2- Organization”) This section of the proposal should establish the method that will be used to manage the Project as well as identify key personnel assigned. Specifically: a. Provide education, experience and applicable professional credentials of Project staff. Identify the persons who are licensed architects, registered Professional Engineers (PE) in and Land Surveyor (LS) in the State of California. Licenses can be requested of the selected consultant’s team members as needed. b. Furnish brief resumes (not more than two [2] pages each) for the proposed Project Manager and other key personnel. c. Identify key personnel proposed to perform the work in the
  • 17. specified tasks and include major areas of subcontract work. Include the person's name, current location, proposed position for this Project, current assignment, level of commitment to that assignment, availability for this assignment, and how long each person has been with the firm. d. Include a Project organization chart that clearly delineates communication/reporting relationships among the Project staff, including sub-consultants. Clearly identify which firm person works for and if they are licensed. e. Include a statement that key personnel will be available to the extent proposed for the duration of the Project, acknowledging that no person designated as "key" to the Project shall be removed or replaced without the prior written concurrence of Authority. 3. Work Plan (Labeled “Section 3 – Work Plan”) This section of the proposal shall provide a narrative that addresses the Scope of Services and shows understanding of the Project needs and requirements. Specifically: a. Describe the approach and work plan for completing the tasks specified in the Scope of Services. The work plan shall be of such detail to demonstrate ability to accomplish the Project objectives and overall schedule. b. Outline sequentially the activities that would be undertaken in completing the tasks and specify who in the firm would perform them. c. Furnish a Project schedule for each task and subtask in terms of elapsed weeks from the Project commencement date. d. Identify methods that will be used to ensure quality control as well as budget and schedule control for the Project. e. Identify any special issues or problems that are likely to be encountered during this Project and how they will be addressed. f. Identify potential schedule and construction cost reductions.
  • 18. g. Consultants are encouraged to propose enhancements or procedural or technical innovations to the Scope of Services that do not materially deviate from the objectives or required content of the Project. 4.Appendices (Labeled “Section 4 – Appendices”) Information considered pertinent to this Project and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Firms are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and brief. 5.Price Proposal (Labeled “Section 5 – Price Proposal”) Proposers are asked to submit only the technical information requested in this RFP. No cost proposal or work hours are to be included in this phase of the RFP process. Price Proposal and Fees for Services (Interviewed Firms Only) a. Provide in a separate, sealed envelope a cost proposal, based on the scope of work outlined in Attachment A, and itemized accordingly. The cost proposal shall not be considered until technical proposals have first been evaluated as to the Proposer's experience, qualifications, professionalism, quality of work, and approach. Cost proposals shall generally be used to evaluate whether a service proposal is reasonable and realistic in light of the program requirements. After selection of the preferred Consultant, the final scope of work and level of compensation shall be negotiated. b. Hourly fees for services and direct and indirect expense charges for the term of the contract shall also be submitted with the cost estimate in the sealed envelope. Fees for any projected subcontracted services shall also be enclosed.
  • 19. 6. Contract Comments (Labeled “Section 6-Contract Comments”) Firms are asked to include in their proposals a written discussion of proposed exceptions to or deviations from the Authority’s Contract. Please note that Authority reserves the right to disqualify any Consultant that does not provide a complete written discussion of its contractual objections or to disqualify any Consultant based on objections that Authority considers non-negotiable. Authority does not anticipate making substantive changes to its Terms and Conditions. Should a firm not identify any proposed exceptions in their proposal, they will be deemed to have accepted the contract terms and conditions without exception. 7. Forms (Labeled “Section 7 – Forms”) Proposers are required to complete and submit the following forms, which are enclosed in this RFP package with their proposals: a) Non-Lobbying Certification For Federal-Aid Contracts & Disclosure of Lobbying Activities, if applicable. b) Certification Regarding Debarment, Suspension- Prime and Subcontractors c) Certification of Consultant, Commissions & Fees d) UDBE Form 10-O1, “Local Agency Proposer DBE Information” e) Form 12-G, “Bidders List” Forms that can either be submitted with the proposal, or up to four working days from the proposal submittal date are: a) DBE Form 10-O2, “Local Agency Proposer UDBE Information” b) UDBE Form 15-H, “Good Faith Efforts”
  • 20. D. Entire Proposal Package: Proposals are limited to 50 (8 ½” x 11”) pages single-sided 25 pages double sided in 11-point font. Charts and schedules may be included in 11” x 17” format. Proposals shall not include any unnecessarily elaborate or promotional material. Lengthy narrative is discouraged, and presentations should be brief and concise. The page limit does not include the outside cover, section dividers, cover letters and sub-consultant commitment memorandum, or appendices. Proposals that do not contain the required information or do not contain the required number of copies may be rejected and may not be considered. E. Changes: If at any time during the procurement process, a firm makes any changes to proposed key personnel or sub-consultants, the firm must notify the Authority in writing of those proposed changes. Authority reserves the right to accept or reject such proposed changes or to revise the evaluation scoring to reflect the proposed staffing changes. XV. ACCEPTANCE OF PROPOSALS Authority reserves the right to accept or reject any and all proposals, or any item or part thereof, or to waive any informalities or irregularities in proposals. Authority reserves the right to withdraw or cancel this RFP at any time without prior notice and Authority makes no representation that any contract will be awarded to any firm responding to this RFP. Authority reserves the right to re-issue a new RFP for the same or similar services. Authority reserves the right to postpone proposal openings for its own convenience. Proposals received by Authority are public information and must be made available to any person upon request. Submitted proposals are not to be copyrighted. Consultant may withdraw its proposal before the opening of proposals by submitting a written request signed by
  • 21. an authorized representative of the firm and delivered to Authority’s Project Manager, Mitch Alderman. XVI. CONSULTANT SELECTION The primary objective of Authority is to select a qualified firm to perform services identified for Authority at a fair and reasonable cost. Consultants may obtain a copy of the consultant selection policy by accessing SANBAG’s website. In addition, Authority has established the following criteria for the selection process: A. The selection process shall be fair, open, and competitive. B. The selection of the consultant firm will be based on clearly stated objectives, identified in this RFP. C. Selection of consultant shall be based upon demonstrated competence, professional qualifications, experience, and capabilities to perform the required services identified in the Scope of Services. D. Upon review of the proposals, a shortlist of firms will be invited to an interview tentatively scheduled for the week of October 10, 2011 at SANBAG’s Office at 1170 W. 3rd Street, San Bernardino, CA 92410. The Contract will be awarded to the most technically qualified responsible and responsive firm best conforming to the RFP, and is in the opinion of Authority, most advantageous to Authority. E. Authority reserves the right to reject any and all proposals. Authority is under no obligation to award a contract for the subject services. At the conclusion of the evaluation process, the evaluation committee will recommend to Authority’s Board of Directors the firm who ranked the highest in overall score. F. Consultant’s proposal will be evaluated based on the criteria identified in this RFP.
  • 22. G. Firms who are not awarded a contract may obtain a debriefing concerning the strengths and weaknesses of their proposals after the Authority’s Board of Directors authorizes an award. A request for debriefing must be submitted in writing to: Kathleen Murphy-Perez, Contracts Manger at [email protected] XVII. NEGOTIATIONS AND AWARD The contract, Scope of Services and cost proposal may be negotiated with the selected Consultant. Consultants are to identify in their proposal any comments relating to the Scope of Services and/or the terms and conditions of Authority’s standard contract. Authority reserves the right to disqualify any firm that does not provide written discussions of any disagreements it has relative to Authority’s Terms and Conditions. Authority does not anticipate making any substantive changes to its Terms and Conditions. Consultant is advised that any recommendation for contract award is not binding on Authority until the Contract is fully executed and approved by the Authority’s Board of Directors. XVIII. PROCUREMENT SCHEDULE RFP Issue Date: September 7, 2011 Pre Proposal Conference Date: September 12, 2011 @ 11:00 a.m. Question Submittal Deadline: September 19, 2011 @ 4:00 p.m. Proposal Due Date: September 29, 2011 @ 2:00 p.m. Interview Date: The week of October 10, 2011 Consultant Selection: TBD
  • 23. Board of Directors Approval: November 2, 2011 Notice To Proceed: November 3, 2011 Dates are subject to change. Schedule updates will be posted on SANBAG’s website: www.sanbag.ca.govunder “”Bids, RFP’s & RFQ’s”. ATTACHMENT A “SCOPE OF SERVICES” SCOPE OF SERVICES Through cooperation between SANBAG, the City of San Bernardino, and Omnitrans, a concept plan was developed for the ultimate build-out of the Omnitrans bus facility (Facility) portion of the San Bernardino Transit Center (SBTC). See concept plan following this draft Scope of Services. The Facility will generally be comprised of transit elements listed below and graded pads for future development/revenue generation opportunities. No additional studies have been performed to define the exact scope of the Facility to match funding levels. Therefore, it will be the task of the Consultant to design the Facility, if possible, to match the available funding. However, additional funding is being pursued by all of
  • 24. the agencies involved. The Consultant will provide all necessary services to meet the design elements below including but not limited to, buildings plans; engineering plans for precise grading depicting the bus roadway, sidewalks and other hardscape surfaces, planters, and utilities; and landscape and irrigation. The Consultant will extensively coordinate all environmental and design efforts with the Downtown San Bernardino Passenger Rail Project (DSBPRP) consultant who is currently completing the environmental clearance and final design documents. It is anticipated that environmental clearance for this project will be obtained in February 2012 with a start of construction to occur mid to late 2012. SANBAG intends to include the Omnitrans facility as part of the DSBPRP construction bid. Since the entire site of the Omnitrans facility will be developed, compliance with the County’s MS4 permit for water quality requirements is planned to be achieved by use of the detention basin located in the southerly part of the proposed surface parking lot shown on the following concept site plan. On-Site Bus Facility Improvements 1. Twenty-two (22) on-site bus bays 2. Capacity for four (4) articulated buses (part of the total twenty-two (22) on-site bus bays) 3. Two (2) bus turn-outs on “E” Street (north of Rialto Avenue) 4. Two (2) vehicular points of egress/ingress from Rialto Avenue 5. Street conversion and landscaping consistent with City’s Downtown Streetscape Planning & Design project 6. Onsite landscaping and irrigation 7. Solar canopies that provide an energy source for the site and
  • 25. other possible uses 8. Public restrooms building 9. Signage and striping 10. Site lighting 11. Coach operator restrooms 12. Coach operator break room 13. Maintenance storage building 14. Parking for maintenance vehicles 15. Customer service building 16. Electronic real time notification 17. Provide for future electric charging for four (4) bus stalls 18. Security office building and cameras 19. Bike lockers 20. Appropriate vehicular and pedestrian signalization to allow for safe and efficient traffic flow within the site. 21. Obtain Leadership in Energy and Environmental Design (“LEED”) Gold certification. Off-Site Improvements 1. Rialto Avenue improvements including a potential traffic circle at “F” Street. 2. “E” Street improvements including the removal and replacement of the curb, gutter and sidewalk fronting the Project Site. 3. Traffic signal modifications at the intersection of Rialto Avenue and “E” Street as needed for SBTC operations. 4. One (1) potential vehicular traffic signal on Rialto Avenue at the exit of the SBTC. 5. Street landscape for Rialto Avenue and “E” Street following the City’s “Downtown Streetscape Planning & Design.” 6. Potential storm run-off detention basin or other facility needed for compliance with Municipal Separate Storm Sewer Systems (“MS4”) permit to support on-site improvements. 7. Right-of-way acquisition necessary for the potential traffic circle at “F” Street and the two (2) fixed route bus turnouts on
  • 26. “E” Street just north of Rialto Avenue, one (1) being on the west side of “E” Street and one (1) on the east side. Miscellaneous Studies and Investigations 1. Lot Line Adjustment. As real property ownership of the Omnitrans Facility and the Downtown San Bernardino Passenger Rail Project (DSBPRP) is shared between SANBAG and Omnitrans, SANBAG and Omnitrans will adjust the lot- lines accordingly. 2. Record of Survey (“ROS”). File a ROS with the County of San Bernardino Recorders Office, depicting the final boundary of the Omnitrans Facility site following the recordation of the lot-line adjustment. 3. Perform a geotechnical investigation of the Omnitrans Facility and prepare a preliminary report necessary for the design and construction of all anticipated structures such as buildings, walls, canopies and light poles as well as for grading and paving. 4. Perform a hydraulic and hydrologic study relating to the Omnitrans Facility to determine storm water run-off and compliance with the MS4 permit. 5. Perform all necessary traffic studies related to the Omnitrans Facility development. SAN BERNARDINO TRANSIT CENTER CONCEPT LAYOUT OF OMNITRANS BUS FACILITY ATTACHMENT B
  • 27. CONTRACT NO: 12077 By and Between San Bernardino Associated Governments/San Bernardino County Transportation Authority And For CONTRACT C12077 BY AND BETWEEN SAN BERNARDINO ASSOCIATED GOVERNMENTS AND FOR “ARCHITECURAL AND ENGINEERING SERVICES FOR THE SAN BERNARDINO TRANSIT CENTER OMNITRANS BUS FACILITY” This Contract, is effective on the Effective Date as defined herein, by and between the San Bernardino Associated Governments/San Bernardino Transportation Authority (referred to hereafter as “AUTHORITY”), whose address is 1170 W. 3rd Street, 2nd Floor, San Bernardino, California 92410-1715; and the firm of (hereinafter referred to as “CONSULTANT”) whose address is: AUTHORITY and CONSULTANT are each a “Party” and collectively the “Parties” herein.
  • 28. RECITALS: WHEREAS, AUTHORITY requires certain architectural and engineering services as described in Attachment A of this Contract and; WHEREAS, CONSULTANT has confirmed that they have the requisite personnel, and experience and is fully capable and qualified to perform the services identified herein; and WHEREAS, CONSULTANT desires to perform all services identified herein and to do so for the compensation and in accordance with the terms and conditions set forth herein. NOW, THEREFORE, the Parties hereto agree as follows: ARTICLE 1. DESCRIPTION OF SERVICES CONSULTANT agrees to perform services set forth in Attachment "A", Scope of Services, (hereinafter referred to as “Services”) which is incorporated herein by reference in accordance with architectural, professional engineering, and land surveying standards which are generally accepted in the State of California, in accordance with the terms and conditions expressed herein and in the sequence, time, and manner defined therein. The word "Services," as used herein, includes without limitation, the performance, fulfillment and discharge by CONSULTANT of all obligations, duties, tasks, and services imposed upon or assumed by Authority hereunder; and the Services performed hereunder shall be completed to the satisfaction of Authority, with their satisfaction being based on prevailing engineering standards. ARTICLE 2. PERIOD OF PERFORMANCE The Period of Performance by CONSULTANT under this Contract shall commence upon issuance of a written Notice To
  • 29. Proceed (NTP) issued by Authority and shall continue in effect through or until otherwise terminated, or unless extended as hereinafter provided by written amendment. ARTICLE 3. PRICE 3.1 Total compensation to CONSULTANT for full and complete performance of Services, in compliance with all the terms and conditions of this Contract, payment by CONSULTANT of all obligations incurred in, or application to, CONSULTANT's performance of Services, and for which CONSULTANT shall furnish all personnel, facilities, equipment, materials, supplies, and services (except as may be explicitly set forth in this Contract as furnished by Authority), shall not exceed the amount set forth in 3.2 below. 3.2 The total Not-To-Exceed Amount is _________ Dollars, ($ ), for Services to be provided under this Contract. Services to be provided under this Contract are to be performed as set forth in Attachment “A”, Scope of Services, and shall be reimbursed on a pursuant to hourly rates in Attachment B “Billing Rate Schedule”, which is which is the AUTHORITY’s approved CONSULTANT’ Cost Proposal and incorporated herein by this reference. 3.3 CONSULTANT’s overhead rates will be fixed, as agreed upon in Attachment “B” for the duration of this Contract and include all costs associated with the administration of this Contract. The fixed overhead rate will not be subject to adjustment. Any percentage increase over the direct labor rate in Attachment “B” is not permitted without prior authorization from AUTHORITY. 3.4 Salary increases for personnel subject to prevailing wage rates as described in the California Labor Code, all salary
  • 30. increased which are the direct result of changes in the prevailing wage rates are reimbursable. 3.5 The cost principles set forth in Part 31, Contract Cost Principles and Procedures, in Title 48, Federal Acquisition Regulations System of the Code of Federal Regulations (CFR) as constituted on the effective date of this Contract shall be utilized to determine allowableness of costs under this Contract and may be modified from time to time by amendment of the Contract. 3.5.1 CONSULTANT agrees to comply with Federal Department of Transportation procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. 3.5.2 Any costs for which payment has been made to CONSULTANT that are determined by subsequent audit to be un-allowed under 48 CFR, Part 31, Contract Cost Principles and Procedures, or 49 CFR, part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments shall be repaid by CONSULTANT to AUTHORITY. 3.5.3Any subcontract entered into as a result of this Contract shall contain all of the provisions of this Section 3.5. 3.6 Any services provided by the CONSULTANT not specifically covered by the Scope of Services (Attachment “A”) shall not be compensated without prior written authorization from AUTHORITY. It shall be CONSULTANT’S responsibility to recognize and notify AUTHORITY when services not covered by the Scope of Services have been requested or are required. All changes and/or modifications to the Scope of Services shall be made in accordance with the “Changes” provision.
  • 31. ARTICLE 4. PAYMENT 4.1 The compensation of CONSULTANT as provided herein shall be payable in 4 week billing period payments and should be within forty-five (45) calendar days after receipt by AUTHORITY of an invoice prepared in accordance with instructions below, except for the final invoice. The final invoice will be withheld until any and all closeout documents are finalized and approved by Authority. 4.2 CONSULTANT shall prepare all invoices in a form satisfactory to and approved by AUTHORITY and it shall be accompanied by documentation supporting each element of measurement and/or cost. Each invoice will be for a four-week billing period and will be marked with AUTHORITY’s Project name, contract number and task order number, if applicable. Invoices shall be submitted within fifteen (15) calendar days for the period covered by the invoice. Invoices shall include request for payment for Services (including additional Services authorized by AUTHORITY) completed by CONSULTANT during each billing period. Any invoice submitted which fails to comply with the terms of this Contract, including the requirements of form and documentation, may be returned to CONSULTANT. Any costs incurred by CONSULTANT in connection with the resubmission of a proper invoice shall be at CONSULTANT's sole expense. 4.3 CONSULTANT shall furnish evidence, satisfactory to AUTHORITY, that all labor and materials furnished and equipment used during all periods prior to the period covered by any invoice have been paid in full. AUTHORITY shall not be obligated to make payments to CONSULTANT until CONSULTANT furnishes such evidence. Upon furnishing such evidence, satisfactory to AUTHORITY, AUTHORITY shall pay CONSULTANT the full amount of the invoice less disputed
  • 32. amounts. 4.4 Intentionally Left Blank 4.5 CONSULTANT shall include a statement and release with each invoice, satisfactory to AUTHORITY, that CONSULTANT has fully performed the Services invoiced pursuant to this Contract for the period covered, that all information included with the invoice is true and correct and that all payments to and claims of CONSULTANT and its subcontractors for Services during the period will be satisfied upon the making of such payment. AUTHORITY shall not be obligated to make payments to CONSULTANT until CONSULTANT furnishes such statement and release. 4.6 CONSULTANT shall forfeit the fixed fee portion of the progress payment for any billing period that CONSULTANT fails to submit an invoice within sixty (60) calendar days after the cutoff date for the billing period. 4.7 Appearance at Hearings – If and when required by AUTHORITY, CONSULTANT shall render assistance at hearings as may be necessary for the performance of the services. 4.8 CONSULTANT agrees to promptly pay each subcontractor for the satisfactory completion of all work performed under this Contract, no later than thirty (30) calendar days from the receipt of payment from AUTHORITY. AUTHORITY reserves the right to request documentation from CONSULTANT showing payment has been made to its subcontractors. 4.9 No payment will be made prior to approval of any work, nor any work performed prior to approval of this Contract by AUTHORITY’s Board of Directors.
  • 33. ARTICLE 5. TAXES, DUTIES AND FEES Except to the extent expressly provided elsewhere in this Contract, CONSULTANT shall pay when due, and the compensation set forth in "Article 3" shall be inclusive of all a) local, municipal, state, and federal sales and use taxes; b) excise taxes; c) taxes on personal property owned by CONSULTANT; and d) all other governmental fees and taxes or charges of whatever nature applicable to CONSULTANT to enable it to conduct business. ARTICLE 6. AVAILABILITY OF FUNDS The award and performance of this Contract is contingent on the availability of funds. If funds are not allocated and available to AUTHORITY for the continuance of Services performed by CONSULTANT, Services directly or indirectly involved may be suspended or terminated by AUTHORITY at the end of the period for which funds are available. When AUTHORITY becomes aware that any portion of Services, which will or may be affected by a shortage of funds, it will immediately so notify CONSULTANT. Nothing herein shall relieve AUTHORITY from its obligation to compensate CONSULTANT for Services performed pursuant to this Contract. No penalty shall accrue to AUTHORITY in the event this provision is exercised. ARTICLE 7. PERMITS AND LICENSES CONSULTANT shall (without additional compensation) keep current all governmental permits, certificates and licenses (including professional licenses) necessary for CONSULTANT to perform Services. ARTICLE 8. DOCUMENTATION AND RIGHT TO AUDIT 8.1 CONSULTANT shall provide AUTHORITY, the U.S.
  • 34. Department of Transportation (DOT), the Comptroller General of the United States or other authorized representatives or agents of AUTHORITY, access to CONSULTANT’s records, which are directly related to this Contract for the purpose of inspection, auditing or copying. CONSULTANT shall maintain all records related to this Contract in an organized way in the original format, electronic and hard copy, conducive to professional review and audit, for a period of three (3) years from the date of final payment by AUTHORITY, except in the event of litigation or settlement of claims arising out of this Contract in which case CONSULTANT agrees to maintain records through the conclusion of all such litigation, appeals or claims related to this Contract. CONSULTANT further agrees to maintain separate records for costs of work performed by change amendment. CONSULTANT shall allow AUTHORITY or its representatives of agents to reproduce any materials as reasonably necessary. This Article applies to all subcontractors at any tier that is performing work under this Contract. 8.2 The cost proposal for this Contract is subject to audit at any time. After CONSULTANT receives any audit recommendations are received the cost proposal shall be adjusted by the CONSULTANT and approved by AUTHORITY’s Project Manager to conform to the audit recommendations. CONSULTANT agrees that individual items of cost identified in the audit report may be incorporated into the Contract at AUTHORITY’s sole discretion. Refusal by CONSULTANT to incorporate the audit or post award recommendations will be considered a breach of the Contract terms and cause for termination of the Contract. ARTICLE 9. RESPONSIBILITY OF CONSULTANT 9.1 CONSULTANT shall be responsible for the professional quality, technical accuracy, and the assurance of compliance with Federal, state, and local laws and regulations, and other
  • 35. services furnished by the CONSULTANT under terms of this Contract. 9.2 In addition to any other requirements of this Contract or duties and obligations imposed on CONSULTANT by law, CONSULTANT shall, as an integral part of its services, employ quality control procedures that identify potential risks and uncertainties related to scope, schedule, cost, quality and safety of the Project and the services performed by CONSULTANT within the areas of CONSULTANT services and expertise. Risks that may be encountered include, but are not limited to, soil conditions, constructability, factors of safety, impact on adjacent properties, public safety, and environmental considerations. At any time during performance of the contracted Scope of Services, should the CONSULTANT observe, encounter, or identify any unusual circumstances or uncertainties which could pose potential risk and uncertainties, CONSULTANT shall immediately document such matters and notify AUTHORITY of said circumstances and related concerns. CONSULTANT shall also similarly notify AUTHORITY in regard to the possibility of any natural catastrophe, potential failure, or any situation that exceeds environmental, design, and/or construction assumptions and could precipitate a failure. Notifications under this paragraph shall be specific, clear and timely, and in a form which will enable AUTHORITY to understand and evaluate the magnitude and effect of the risk and uncertainties involved. ARTICLE 10. REPORTING AND DELIVERABLES All reports and deliverables shall be submitted in accordance with Attachment "A", Scope of Services. ARTICLE 11. TECHNICAL DIRECTION
  • 36. 11.1 Performance of Services under this Contract shall be subject to the technical direction of the AUTHORITY’s Director of Transit & Rail Programs, or designee, as identified in Attachment "A", Scope of Services, attached to this Contract. AUTHORITY’s Director of Transit and Rail Programs will identify a designee, in writing to CONSULTANT, with the Notice To Proceed and subsequently with any changes during the Contract term. The term "Technical Direction" is defined to include, without limitation: 11.1.1 Directions to CONSULTANT, which redirect the Contract effort, shift work emphasis between work areas or tasks, require pursuit of certain lines of inquiry, fill in details or otherwise serve to accomplish the contractual Scope of Services. 11.1.2 Provision of written information to CONSULTANT, which assists in the interpretation of drawings, reports, or technical portions of Service described herein. 11.1.3 Review and, where required by the Contract, approval of technical reports, drawings, specifications and technical information to be delivered by CONSULTANT to AUTHORITY under the Contract. 11.2 Technical Direction must be within the Scope of Services under this Contract. AUTHORITY’s Project Manager does not have the AUTHORITY to, and may not, issue any Technical Direction which: 11.2.1 Constitutes an assignment of additional Services outside the Scope of Services; 11.2.2 Constitutes a change as defined in the Contract clause entitled "Changes";
  • 37. 11.2.3 In any manner causes an increase or decrease in the Contract's estimated cost or price or the time required for contract performance; 11.2.4 Changes any of the expressed terms, conditions or specifications of the Contract; or 11.2.5 Interferes with the CONSULTANT's right to perform the terms and conditions of the Contract. Failure of CONSULTANT and AUTHORITY’s Project Manager to agree that the Technical Direction is within the scope of the Contract, or a failure to agree upon the Contract action to be taken with respect thereto shall be subject to the provisions of the “DISPUTES” Article herein. 11.3 All Technical Direction shall be issued in writing by the AUTHORITY’s Project Manager. 11.4 CONSULTANT shall proceed promptly with the performance of technical directions duly issued by the AUTHORITY’s Project Manager, in the manner prescribed by this Article and within their AUTHORITY under the provisions of this Article. If, in the opinion of CONSULTANT, any instruction or direction by the AUTHORITY’s Project Manager falls within one of the categories defined in 11.2.1 through 11.2.5 above, CONSULTANT shall not proceed but shall notify the Project Manager in writing within five (5) working days after receipt of any such instruction or direction and shall request the Project Manager to modify the Contract accordingly. Upon receiving the notification from the CONSULTANT, the Project Manager shall: 11.4.1 Advise CONSULTANT in writing within thirty (30) days after receipt of the CONSULTANT's letter that the technical
  • 38. direction is or is not within the scope of Article 12, “CHANGES”. 11.4.2 Advise CONSULTANT within a reasonable time whether AUTHORITY will or will not issue a written amendment. ARTICLE 12. CHANGES 12.1 The Services shall be subject to changes by additions, deletions, or revisions made by AUTHORITY. CONSULTANT will be advised of any such changes by written notification from AUTHORITY describing the change. 12.2 Promptly after such written notification of change is given to CONSULTANT by AUTHORITY, CONSULTANT and AUTHORITY will attempt to negotiate a mutually agreeable change in compensation or time of performance and amend the Contract accordingly. ARTICLE 13. EQUAL EMPLOYMENT OPPORTUNITY/DRUG FREE WORKPLACE 13.1 During the term of this Contract, CONSULTANT shall not willfully discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, physical handicap, medical condition, gender, marital status, sexual orientation, age, political affiliation or disability. CONSULTANT agrees to comply with the provisions of Executive Orders 11246, 11375, 11625, 12138, 12432, 12250, Title VII of the Civil Rights Act of 1964, the California Fair Employment Practice Act and other applicable Federal, State and County laws and regulations and policies relating to equal employment and contracting opportunities, including laws and regulations hereafter enacted. 13.2 CONSULTANT agrees to comply with the Drug Free Workplace Act of 1990 per Government Code section 8350
  • 39. et seq. ARTICLE 14. CONFLICT OF INTEREST CONSULTANT agrees that it presently has no interest, financial or otherwise and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required under this Contract. CONSULTANT further agrees that in the performance of this Contract no person having any such interest shall be employed. CONSULTANT is obligated to fully disclose to AUTHORITY, in writing, of any conflict of interest issues as soon as they are known to CONSULTANT and to comply with AUTHORITY’s Policy 10102 regarding disclosure. ARTICLE 15. KEY PERSONNEL The personnel specified below are considered to be essential to Services being performed under this Contract. Prior to diverting any of the specified individuals to other projects, or reallocation of tasks and hours of Services, which are the responsibility of key personnel to other personnel, the CONSULTANT shall notify AUTHORITY reasonably in advance and shall submit justifications (including proposed substitutions) in sufficient detail to permit evaluation of the import on the Project. Diversion or reallocation of key personnel shall be subject to written approval by AUTHORITY. AUTHORITY also reserves the right to approve proposed substitutions for key personnel. In the event that AUTHORITY and CONSULTANT cannot agree as to the substitution of key personnel, AUTHORITY shall be entitled to terminate this Contract. Key Personnel are: Name Function
  • 40. ARTICLE 16. REPRESENTATIONS Services supplied by CONSULTANT under this Contract shall be supplied by personnel who are careful, skilled, experienced and competent in their respective trades or professions. CONSULTANT agrees that they are supplying professional services, findings, and/or recommendations in the performance of this Contract and agrees with AUTHORITY that the same shall conform to professional and engineering and environmental principles and standards, which are generally accepted in the State of California. ARTICLE 17. PROPRIETARY RIGHTS/CONFIDENTIALITY 17.1 If, as part of this Contract, CONSULTANT is required to produce materials, documents data, or information (“Products”), then CONSULTANT, if requested by AUTHORITY, shall deliver to AUTHORITY the original of all such Products which shall become the sole property of AUTHORITY. 17.2 All materials, documents, data or information obtained from AUTHORITY's data files or any AUTHORITY medium furnished to CONSULTANT in the performance of this Contract will at all times remain the property of AUTHORITY. Such data or information may not be used or copied for direct or indirect use outside of this Project by CONSULTANT without
  • 41. the express written consent of AUTHORITY. 17.3 Except as reasonably necessary for the performance of Services, CONSULTANT and its employees and agents shall hold in confidence the materials and information referred to in this Article, which are produced by CONSULTANT for AUTHORITY in the performance and completion of CONSULTANT' Services under this Contract, until released in writing by AUTHORITY, except to the extent such materials and information become a part of public domain information through no fault of CONSULTANT, or its employees or agents. 17.4 CONSULTANT shall not use AUTHORITY’s name or photographs of the Project in any professional publication, magazine, trade paper, newspaper, seminar or other medium without first receiving the express written consent of AUTHORITY. 17.5 All press releases or press inquiries relating to the Project or this Contract, including graphic display information to be published in newspapers, magazines, and other publications, are to be made only by AUTHORITY unless otherwise agreed to by CONSULTANT and AUTHORITY. 17.6 CONSULTANT agrees that it, and its employees, agents, and subcontractors will hold confidential and not divulge to third parties without the prior written consent of AUTHORITY, any information obtained by CONSULTANT from or through AUTHORITY in connection with CONSULTANT' performance of this Contract, unless (a) the information was known to CONSULTANT prior to obtaining same from AUTHORITY pursuant to a prior contract; or (b) the information was at the time of disclosure to CONSULTANT, or thereafter becomes part of the public domain, but not as a result of the fault or an unauthorized disclosure of CONSULTANT or its employees, agents, or subcontractors, or (c) the information was obtained
  • 42. by CONSULTANT from a third party who did not receive the same, directly or indirectly, from AUTHORITY and who had, to CONSULTANT' knowledge and belief, the right to disclose the same. ARTICLE 18. CONSTRUCTION CLAIMS 18.1 If claims are filed by the AUTHORITY’s construction contractor relating to work performed by CONSULTANT’s personnel, and additional information or assistance from the CONSULTANT’s personnel is required in order to evaluate or defend against such claims; CONSULTANT agrees to make its personnel available for consultation with the AUTHORITY’s construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. 18.2 CONSULTANT’s personnel that the AUTHORITY considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from the AUTHORITY. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for the CONSULTANT’s personnel services under this Contract. 18.3 Services of the CONSULTANT’s personnel in connection with the AUTHORITY’s construction contractor claims will be performed pursuant to a written contract amendment, if necessary, extending the termination date of this Contract in order to finally resolve the claims. 18.4 Any subcontract in excess of $25,000 entered into as a
  • 43. result of this Contract, shall contain all of the provisions of this Article. ARTICLE 19. TERMINATIONS 19.1 Termination for Convenience -AUTHORITY shall have the right at any time, with or without cause, to terminate further performance of Services by written notice to CONSULTANT specifying the date of termination. On the date of such termination stated in said notice, CONSULTANT shall discontinue performance of Services and shall preserve work in progress and completed work (“Work”), pending AUTHORITY' instruction, and shall turn over such Work in accordance with AUTHORITY' instructions. 19.1.1 CONSULTANT shall deliver to AUTHORITY, all deliverables prepared by CONSULTANT or its subcontracts or furnished to CONSULTANT by AUTHORITY. Upon such delivery, CONSULTANT may then invoice AUTHORITY for payment in accordance with the terms hereof. 19.1.2 If CONSULTANT has fully and completely performed all obligations under this Contract up to the date of termination, CONSULTANT shall be entitled to receive from AUTHORITY as complete and full settlement for such termination a pro rata share of the contract cost and a pro rata share of any fixed fee, for such Services satisfactorily executed to the date of termination. 19.1.3 CONSULTANT shall be entitled to receive the actual cost incurred by CONSULTANT to return CONSULTANT's field tools and equipment, if any, to it or its suppliers' premises, or to turn over work in progress in accordance with AUTHORITY's instructions plus the actual cost necessarily incurred in effecting the termination.
  • 44. 19.2 Termination for Cause- In the event CONSULTANT shall file a petition in bankruptcy court, or shall make a general assignment for the benefit of its creditors, or if a petition in bankruptcy shall be filed against CONSULTANT or a receiver shall be appointed on account of its solvency, or if CONSULTANT shall default in the performance of any express obligation to be performed by it under this Contract and shall fail to immediately correct (or if immediate correction is not possible, shall fail to commence and diligently continue action to correct) such default within ten (10) calendar days following written notice thereof, AUTHORITY may, without prejudice to any other rights or remedies AUTHORITY may have, and in compliance with applicable Bankruptcy Laws, (a) hold in abeyance further payments to CONSULTANT; (b) stop any services of CONSULTANT or its subcontractors related to such failure until such failure is remedied; and/or (c) terminate this Contract by written notice to CONSULTANT specifying the date of termination. In the event of such termination by AUTHORITY, AUTHORITY may take possession of the Products and finish Services by whatever method AUTHORITY may deem expedient. A waiver by AUTHORITY of one default of CONSULTANT shall not be considered to be a waiver of any subsequent default of CONSULTANT, nor be deemed to waive, amend, or modify any term of this Contract. 19.2.1 In the event of termination CONSULTANT shall deliver to AUTHORITY all finished and unfinished Products prepared by CONSULTANT or its subcontractors or furnished to CONSULTANT by AUTHORITY. 19.3 All claims for compensation or reimbursement of costs under any of the foregoing provisions shall be supported by documentation submitted to AUTHORITY, satisfactory in form and content to AUTHORITY and verified by AUTHORITY. In no event shall CONSULTANT be entitled to any prospective profits or any damages because of such termination.
  • 45. ARTICLE 20. STOP WORK ORDER Upon failure of CONSULTANT or its subcontractors to comply with any of the requirements of this Contract, AUTHORITY shall have the AUTHORITY to stop any work of CONSULTANT or its subcontractors affected by such failure until such failure is remedied or to terminate this Contract in accordance with Article 19, “TERMINATION”. ARTICLE 21. CLAIMS AUTHORITY shall not be bound to any adjustments in the Contract amount or schedule time for CONSULTANT's claim unless expressly agreed to by AUTHORITY in writing and any such adjustments in the Contract amount so agreed to in writing shall be paid to CONSULTANT by AUTHORITY. No claim hereunder by CONSULTANT shall be allowed if asserted after final payment under this Contract. ARTICLE 22. INSURANCE Without anyway affecting the indemnity provision identified in this Contract, CONSULTANT shall, at the CONSULTANT’s sole expense, and prior to the commencement of any work, procure and maintain in full force, insurance through the entire term of this Contract. The policies shall be written by a California admitted carrier with a Best rating of A-VII or better, and shall be written with at least the following limits of liability: 22.1 Professional Liability - Shall be provided in an amount not less than $1,000,000, per claim and $2,000,000 in the aggregate. CONSULTANT shall secure and maintain this insurance or “tail” coverage provided throughout the term of this Contract and for a minimum of three (3) years after Contract completion.
  • 46. 22.2 Workers' Compensation - Worker’s Compensation insurance shall be provided in an amount and form to meet all applicable requirements of the Labor Code of the State of California, including Employers Liability with $1,000,000 per occurrence covering all persons providing services on behalf of CONSULTANT and all risks to such persons under this Contract. 22.3 Commercial General Liability -To include coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, Personal Injury Liability, Broad-Form Property Damage and Independent Contractors' Liability, in an amount of not less than $1,000,000 per occurrence, combined single limit, and $2,000,000 in the aggregate written on an occurrence form. For products and completed operations a $2,000,000 aggregate shall be provided. 22.4 Automobile Liability - To include owned, non-owned and hired automobiles, in an amount of not less than $1,000,000 combined single per occurrence, combined single limit, and in the aggregate written on an occurrence form. 22.5 Railroad Protective Liability a. Covering the activities and Services performed by Consultant for the Project within fifty-feet (50’) vertically or horizontally of railroad tracks. b. The AAR-AASHTO (ISO/RIMA) Occurrence Form (claims-made forms are unacceptable) shall be issued in the primary name of the San Bernardino Association of Governments (SANBAG). Additional named insured are: Burlington Northern Santa Fe Railway Company and Southern California Regional Rail Authority.
  • 47. c. The Railroad Protective Liability Insurance policy shall have limits of liability of not less than $5 million per occurrence, combined single limit, for Coverages A and B, for losses arising out of injury to or death of all persons, and for physical loss or damage to or destruction of property, including the loss of use thereof. Additionally, Policy Endorsement CG 28 31 - Pollution Exclusion Amendment, is required to be endorsed onto the policy. A $5 million annual aggregate shall apply. d. At SANBAG’s request, Permittee shall submit the original Railroad Protective Liability Insurance Policy to SANBAG prior to entry upon the right-of-way. e. CONSULTANT, including their sub-consultants and contractors, shall comply will all requirements set forth by the Southern California Regional Rail Authority, Burlington Northern Santa Fe Railway, and the National Railroad Passenger Corporation which shall include but not limited to safety, insurance, right-of-entry, and flagging. 22.6 Proof of Coverage- CONSULTANT shall furnish certificates of insurance to AUTHORITY evidencing the insurance coverage required above, prior to the commencement of performance of Services hereunder, and such certificates shall include San Bernardino Associated Governments/San Bernardino County Transportation Authority, and its officers, employees, agents and volunteers, as additional insured on Comprehensive General Liability Insurance or Commercial General Liability Insurance and auto insurance. Prior to commencing any work, CONSULTANT shall furnish AUTHORITY with a certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements set forth in this Article. If the insurance company elects to cancel or non-renew coverage for any reason, the CONSULTANT will provide
  • 48. AUTHORITY thirty (30) days notice of such cancellation or nonrenewal. If the policy is cancelled for nonpayment of premium, the CONSULTANT will provide AUTHORITY ten (10) days written notice. CONSULTANT shall maintain such insurance from the time CONSULTANT commences performance of services hereunder until the completion of such Services. The certificate(s) of insurance are to include the Contract number and Project Manager’s name on the face of the certificate(s). 22.7 Additional Insured- All policies, except for Workers Compensation and Professional Liability policies, shall contain endorsements naming AUTHORITY and its officers, employees, agents, and volunteers as additional insureds with respect to liabilities arising out to the performance of Services hereunder. The additional insured endorsements shall not limit the scope of coverage for AUTHORITY to vicarious liability but shall allow coverage for AUTHORITY to the full extent provided by the policy. 22.8 Waiver of Subrogation Rights - CONSULTANT shall require the carriers of Commercial General Liability, Automobile Liability and Worker’s Compensation to waive all rights of subrogation against AUTHORITY, its officers, employees, agents, volunteers, and subcontractors. Such insurance coverage provided shall not prohibit CONSULTANT or CONSULTANT’s employees or agents from waiving the right of subrogation prior to a loss or claim. CONSULTANT hereby waives all rights of subrogation against AUTHORITY. 22.9 Commercial General Liability required herein is to be primary and non-contributory with any insurance carried or administered by AUTHORITY. ARTICLE 23. INDEMNITY
  • 49. Except as provided below for those services falling within the scope of Civil Code section 2782.8, CONSULTANT agrees to indemnify, defend (with counsel reasonably approved by AUTHORITY) and hold harmless the AUTHORITY and its authorized officers, employees, agents and volunteers, from any and all claims, actions, losses, damages and/or liability arising out of this Contract from any cause whatsoever, including acts, errors, or omissions of any person and for any costs or expenses incurred by the AUTHORITY on account of any claim except where such indemnification is prohibited by law. This indemnification provision shall apply regardless of the existence or degree of fault of indemnitees. CONSULTANT’s indemnification obligation applies to AUTHORITY “active” as well as “passive” negligence but does not apply to the AUTHORITY’s “sole negligence” or “willful misconduct” within the meaning of Civil Code Section 2782. To the extent CONSULTANT’s services fall within the scope of Civil Code section 2782.8, the following indemnification is applicable. CONSULTANT shall defend and indemnify AUTHORITY for claims that arise out of, pertain to, or related to the negligence, recklessness, or willful misconduct of the design professional. ARTICLE 24. ERRORS AND OMISSIONS 24.1 CONSULTANT shall be responsible for the professional quality, technical accuracy, and coordination of all services required under this Contract. CONSULTANT may be liable for AUTHORITY costs resulting from errors or deficiencies, fines, penalties, and damages in services furnished under this Contract. 24.2 When a modification to a construction contract is required because of an error or deficiency in the services provided under this Contract, the AUTHORITY (with the advice of technical personnel and legal counsel) shall consider the extent to which the CONSULTANT may be reasonably liable.
  • 50. 24.3 AUTHORITY shall enforce the liability and collect the amount due, if the recoverable cost will exceed the administrative cost involved or is otherwise in the AUTHORITY’s interest. AUTHORITY shall include in the Contract file a written statement of the reasons for the decision to recover or not recover the costs from CONSULTANT. ARTICLE 25. OWNERSHIP OF DOCUMENTS All deliverables, including but not limited to, drawings, reports, worksheets, and other data developed by CONSULTANT under this Contract shall become the sole property of AUTHORITY when prepared, whether delivered to AUTHORITY or not. ARTICLE 26. SUBCONTRACTS 26.1 CONSULTANT shall not subcontract performance of all or any portion of Services under this Contract, except those subcontractors listed in the CONSULTANT's proposal, without first notifying AUTHORITY of the intended subcontracting and obtaining AUTHORITY's approval in writing of the subcontracting and the subcontractor. The definition of subcontractor and the requirements for subcontractors hereunder shall include all lower-tier subcontracts. 26.2 CONSULTANT agrees that any and all subcontractors of CONSULTANT will comply with the terms of this Contract applicable to the portion of Services performed by them. If requested by AUTHORITY, CONSULTANT shall furnish AUTHORITY a copy of the proposed subcontract for AUTHORITY's approval of the terms and conditions thereof and shall not execute such subcontract until AUTHORITY has approved such terms and conditions. AUTHORITY approval shall not be unreasonably withheld.
  • 51. 26.3 Approval by AUTHORITY of any services to be subcontracted and the subcontractor to perform said Services will not relieve CONSULTANT of any responsibility or liability in regard to the acceptable and complete performance of said Services. Any substitution of subcontractors must be approved in writing by AUTHORITY’s Project Manager. ARTICLE 27. RECORD INSPECTION AND AUDITING AUTHORITY, or any of its designees shall at all times have access during normal business hours to CONSULTANT's operations and products wherever they are in preparation or progress, and CONSULTANT shall provide sufficient, safe, and proper facilities for such access and inspection thereof. Inspection or lack of inspection by AUTHORITY shall not be deemed to be a waiver of any of their rights to require CONSULTANT to comply with the Contract or to subsequently reject unsatisfactory services or products. ARTICLE 28. INDEPENDENT CONTRACTOR CONSULTANT is and shall be at all times an independent contractor. Accordingly, all Services provided by CONSULTANT shall be done and performed by CONSULTANT under the sole supervision, direction and control of CONSULTANT. AUTHORITY shall rely on CONSULTANT for results only, and shall have no right at any time to direct or supervise CONSULTANT or CONSULTANT's employees in the performance of Services or as to the manner, means and methods by which Services are performed. All workers furnished by CONSULTANT pursuant to this Contract, and all representatives of CONSULTANT, shall be and remain the employees or agents of CONSULTANT or of CONSULTANT's subcontractor(s) at all times, and shall not at any time or for any purpose whatsoever be considered employees or agents of AUTHORITY.
  • 52. ARTICLE 29. ATTORNEY’S FEES If any legal action is instituted to enforce or declare any Party’s rights hereunder, each Party, including the prevailing Party, must bear its own costs and attorneys’ fees. This Article shall not apply to those costs and attorneys’ fees directly arising from any third party legal action against a Party hereto and payable under the Indemnity provision of this Contract. ARTICLE 30. GOVERNING LAW AND VENUE This Contract shall be subject to the law and jurisdiction of the State of California. The Parties acknowledge and agree that this Contract was entered into and intended to be performed in whole or substantial part in San Bernardino County, California. The Parties agree that the venue for any action or claim brought by any Party to this Contract will be the Central District of San Bernardino County. Each Party hereby waives any law or rule of court, which would allow them to request or demand a change of venue. If any action or claim concerning this Contract is brought by any third party, the Parties hereto agree to use their best efforts to obtain a change of venue to the Central District of San Bernardino County. ARTICLE 31. FEDERAL, STATE AND LOCAL LAWS CONSULTANT warrants that in the performance of this Contract, it shall comply with all applicable Federal, State and local laws, ordinances, rules and regulations. ARTICLE 32. PRECEDENCE 32.1 The Contract documents consist of these General Terms and Conditions. Attachment "A", Scope of Services, and Attachment “B”, Billing Rate Schedule, AUTHORITY’s Request For Proposal and CONSULTANT's Proposal are
  • 53. incorporated herein by this reference. 32.2 The following order of precedence shall apply: this Contract, its General Terms and Conditions, and Attachments; AUTHORITY’s Request For Proposal and CONSULTANT's Proposal. In the event of a conflict between the Contract and the Scope of Services, the Contract will prevail. 32.3 In the event of an express conflict between the documents listed in this Article, or between any other documents, which are a part of the Contract, CONSULTANT shall notify AUTHORITY in writing within three (3) business days of its discovery of the conflict and shall comply with AUTHORITY's resolution of the conflict. ARTICLE 33. COMMUNICATIONS AND NOTICES Any and all notices permitted or required to be given hereunder shall be deemed duly given (a) upon actual delivery, if delivery is personally made; or (b) upon delivery into the United States Mail if delivery is by postage paid certified mail (return receipt requested), fax or private courier including overnight delivery services. Each such notice shall be sent to the respective Party at the address indicated below or to any other address as the respective parties may designate from time to time by a notice given in accordance with this Article. A change in address may be made by notifying the other Party in writing. To CONSULTANT To AUTHORITY San Bernardino Associated Government 1170 W. 3rd. Street, 2ndFloor
  • 54. San Bernardino, CA 92410-1715 Attn: Attn: Mitch Alderman, P.E. Phone: Phone: (909) 884-8276 ARTICLE 34. DISPUTES 34.1 In the event any dispute arises between the Parties in connection with this Contract (including but not limited to disputes over payments, reimbursements, costs, expenses, services to be performed, Scope of Services and/or time of performance), the dispute shall be decided by the AUTHORITY within thirty (30) calendar days after notice thereof in writing which shall include a particular statement of the grounds of the dispute. If CONSULTANT does not agree with the decision, then CONSULTANT shall have thirty (30) calendar days after receipt of the decision in which to file a written appeal thereto with the Executive Director of AUTHORITY. If the Executive Director fails to resolve the dispute in a manner acceptable to CONSULTANT, then such appeal shall be decided by a court of competent jurisdiction. 34.2 During resolution of the dispute, CONSULTANT shall proceed with performance of this Contract with due diligence. ARTICLE 35. GRATUITIES CONSULTANT, its employees, agents, or representatives shall not offer or give to an officer, official, or employee of AUTHORITY, gifts, entertainment, payments, loans, or other gratuities to influence the award of a contract or obtain favorable treatment under a contract. ARTICLE 36. REVIEW AND ACCEPTANCE
  • 55. All Services performed by CONSULTANT shall be subject to periodic review and approval by AUTHORITY at any and all places where such performance may be carried on. Failure of AUTHORITY to make such review, or to discover defective work, shall not prejudice the rights of AUTHORITY at the time of final acceptance. All Services performed by CONSULTANT shall be subject to periodic and final review and acceptance by AUTHORITY upon completion of all Services. ARTICLE 37. CONFIDENTIALITY Any AUTHORITY materials to which CONSULTANT or its subcontractors or agents have access to or materials prepared by CONSULTANT during the term of this Contract shall be held in confidence by CONSULTANT, who shall exercise reasonable precautions to prevent the disclosure of confidential information to anyone except as authorized by the AUTHORITY. CONSULTANT shall not release any reports, information of promotional material or allow for the use of any photos related to this Contract for any purpose without prior written approval of AUTHORITY. ARTICLE 38. EVALUATION OF CONSULTANT CONSULTANT’s performance will be evaluated by AUTHORITY at the completion of certain milestones as identified in Attachment “A” to this Contract. A copy of the evaluation will be given to CONSULTANT for their information. The evaluation information shall be retained as part of the Contract record. ARTICLE 39. SAFETY CONSULTANT shall comply strictly with all local, municipal, state, and federal safety and health laws, orders and regulations applicable to CONSULTANT' operations in the performance of
  • 56. Services hereunder. ARTICLE 40. ASSIGNMENT CONSULTANT shall not assign this Contract in whole or in part, voluntarily, by operation of law, or otherwise without first obtaining the written consent of AUTHORITY. AUTHORITY’s exercise of consent shall be within its sole discretion. Subject to the foregoing, the provisions of this Contract shall extend to the benefit of and be binding upon the successors and assigns of the Parties hereto. ARTICLE 41. AMMENDMENTS This Contract may only be changed by a written amendment duly executed by CONSULTANT and AUTHORITY except, that changes to the Contract to implement administrative changes such as approved changes in key personnel as provided in “KEY PERSONNEL” Article above, may be made by administrative amendment signed by CONSULTANT and AUTHORITY's Project Manager or other duly authorized representative. ARTICLE 42. PREVAILING WAGES Labor Laws. By its execution of this Contract, CONSULTANT certifies that it is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq. as well as California Code of Regulations, Title 8, Section 16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects. If the Scope of Work is being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, CONSULTANT agrees to fully comply with such Prevailing Wage Laws. CONSULTANT shall make copies of
  • 57. the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Scope of Work available to interested parties upon request, and shall post copies at the CONSULTANT’s principal place of business and at the project site. CONSULTANT will also adhere to any other applicable requirements, including but not limited to, those regarding the employment of apprentices, travel and subsistence pay, retention and inspection of payroll records, workers compensation and forfeiture of penalties prescribed in the Labor Code for violations. CONSULTANT shall defend, indemnify and hold the AUTHORITY, its elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with Prevailing Wage Laws. ARTICLE 43. CONTINGENT FEE CONSULTANT warrants, by execution of this Contract, that no person or selling agency has been employed or retained to solicit or secure this Contract 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 CONSULTANT for the purpose of securing business. For breach or violation of this warranty, AUTHORITY has the right to annul this Contract without liability, pay only for the value of Services actually performed, or in its discretion, to deduct from the Contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. ARTICLE 44. INCORPORATION OF FEDERAL TERMS All contractual provisions required by the U.S. Department of Transportation (DOT), including the Federal Highway Administration (FHWA) and the Federal Transit Administration
  • 58. (FTA) whether or not expressly set forth in this Contract, are hereby incorporated by this reference. CONSULTANT shall not perform any act, fail to perform any act, or refuse to comply with any requests, which would cause the AUTHORITY to be in violation of FHWA or FTA terms and conditions. ARTICLE 45. FEDERAL CHANGES CONSULTANT shall at all times comply with all applicable US DOT regulations, policies and procedures and directives, including without limitation those directly or by this reference in the agreement between the AUTHORITY and the USDOT, as they may be amended from time to time during the term of this Contract. CONSULTANT’s failure to comply shall be considered a material breach of this Contract. ARTICLE 46. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES AUTHORITY and CONSULTANT acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of this Contract, absent the express written consent of the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the AUTHORITY, CONSULTANT, or any other party (whether or not a party to this Contract) pertaining to any matter resulting from the underlying Contract. CONSULTANT further agrees to include this Article in all subcontracts. ARTICLE 47. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 47.1 CONSULTANT acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 41 U.S.C. §3801 et. seq. and US DOT regulations, “Program Fraud
  • 59. Civil Remedies,” 49 C.F.R. Part 31, apply to its actions pertaining to this project. Accordingly, by signing this Contract, CONSULTANT certifies and affirms the truthfulness and accuracy of any statement it has made, it makes, or causes to be made, pertaining to the underlying agreement of the US DOT assisted project for which this Contract’ work is being performed. CONSULTANT further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose penalties of the Program Fraud Civil Remedies Act of 1986 on the CONSULTANT to the extent the Federal Government deems appropriate. 47.2 CONSULTANT also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under an agreement connected with a project that is financed in whole or part with Federal assistance awarded by the US DOT under the authority of 49 U.S.C. §5307 et seq., the US Government reserves the right to impose penalties of 18 U.S.C. §1001 and 49 U.S.C. §5307 (n) (1) et seq. on the CONSULTANT, to the extend the Federal Government deems appropriate. CONSULTANT agrees to include this Article in all of its subcontracts. ARTICLE 48. DEBARMENT AND SUSPENSION CERTIFICATION 48.1 CONSULTANT’s signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that CONSULTANT has complied with Title 49, Code of Federal Regulations, Part 29, Debarment and Suspension Certificate, which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension,
  • 60. debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to AUTHORITY. 48.2 Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. ARTICLE 49. REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION CONSULTANT warrants that this Contract was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any AUTHORITY employee or representative. For breach or violation of this warranty, AUTHORITY shall have the right in its discretion; to terminate this Contract without liability; to pay only for the value of the work actually performed; or to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. ARTICLE 50. PROHIBITION OF EXPENDING LOCAL AGENCY STATE OR FEDERAL FUNDS FOR LOBBYING CONSULTANT certifies to the best of their knowledge and belief that: No state, federal or local agency appropriated funds have been paid, or will be paid by-or-on behalf of
  • 61. CONSULTANT to any person for influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or federal contract; the making of any state or federal grant; the making of any state or federal loan; the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. CONSULTANT also agrees by signing this document that he or she shall require that the language of this certification be included in all lower-tier subcontracts, which exceed $100,000, and that all such subcontracts. ARTICLE 51. UNDERUTILIZED DISADVANTAGE BUSINESS ENTERPRISES 51.1 AUTHORITY, as a recipient of federal financial assistance, is required to implement a Disadvantaged Business Program in accordance with federal regulation 49 CFR Part 26 issued by the U.S. Department of Transportation (DOT). AUTHORITY has set a 3.2% for this project. CONSULTANT shall furnish all documentation satisfactory to AUTHORITY that the work committed to UDBE’s was actually performed by UDBE’s. Requests for progress payments shall include a summary of payments actually made to UDBE’s during the invoice period (Form 315), which includes a total of all payments made to all subcontractors under this Contract. UDBE participation shall be credited toward the overall UDBE goal only when payments are actually made to the UDBE firms. CONSULTANT shall submit on the 15th of every month to AUTHORITY’ Contract Compliance Officer, Form 315. Upon completion of the Contract, CONSULTANT shall submit “Final Report-Utilization of Disadvantaged Business Enterprises-First Tier Subcontractors”, Form 17-F and submit with the final
  • 62. invoice. 51.2 CONSULTANT shall carry out all applicable requirements of 49 CFR Part 26 in the award and administration of this DOT- assisted contract. Failure by CONSULTANT to carry out these requirements is material breach of this Contract, which may result in the termination of this Contract or such other remedy, as AUTHORITY may deem appropriate. ARTICLE 52. NONSEGREGATED FACILITIES 52.1 CONSULTANT, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. CONSULTANT agrees that a breach of this certification is a violation of the EEO provisions of this Contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. 52.2 As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time-clocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. ARTICLE 53. RECYCLED PRODUCTS CONSULTANT shall comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act as amended, (42 USC 6962), including but not limited to the 40 CFR part 247 and Executive Order 12873, as applicable.
  • 63. CONSULTANT agrees to include this Article in all of its subcontracts. ARTICLE 54. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT 54.1 CONSULTANT agrees that any facility that is or will be utilized in the performance of this Contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 54.2 CONSULTANT agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 54.3 CONSULTANT shall promptly notify AUTHORITY of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for this Contract is under consideration to be listed on the EPA List of Violating Facilities. 54.4 CONSULTANT agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements.
  • 64. ARTICLE 55. FORCE MAJEURE CONSULTANT shall not be in default under this Contract in the event that the services provided/work performed by CONSULTANT are temporarily interrupted or discontinued for any of the following reasons: riots, wars, sabotage, acts of terrorism, civil disturbances, insurrection, explosion, pandemics, quarantines, acts of God, acts of government or governmental restraint, and natural disasters such as floods, earthquakes, landslides, and fires, severe weather or other catastrophic events which are beyond the reasonable control of CONSULTANT and which CONSULTANT could not reasonably be expected to have prevented or controlled. Other catastrophic events do not include the financial inability of the CONSULTANT to perform or failure of the CONSULTANT to obtain any necessary permits or licenses from other governmental agencies or the right to use the facilities of any public utility where such failure is due solely to the acts or omissions of CONSULTANT. ARTICLE 56. ENTIRE DOCUMENT 56.1 This Contract and its attachments constitute the sole and only agreement governing Services and supersedes any prior understandings, written or oral, between the Parties respecting the Project. All previous proposals, offers, and other communications, written or oral, relative to this Contract, are superseded except to the extent that they have been expressly incorporated into this Contract. 56.2 No agent, employee or representative of AUTHORITY has any AUTHORITY to bind AUTHORITY to any affirmation, representation or warranty outside of, or in conflict with, the stated terms of this Contract, and CONSULTANT hereby stipulates that it has not relied, and will not rely, on same.
  • 65. 56.3 As this Contract was jointly prepared by both Parties, the language in all parts of this Contract will be construed, in all cases, according to its fair meaning, and not for or against either Party. ARTICLE 57. EFFECTIVE DATE The date that this Contract is executed by AUTHORITY shall be the Effective Date of the Contract. IN WITNESS WHEREOF, the Parties hereto have executed this Contract on the day and year below written, but effective as of the day and year first set forth above. CONSULTANT SAN BERNARDINO ASSOCIATED GOVERNMENTS By: By: Name Title
  • 66. Larry McCallon President, Board of Directors Date: Date:
  • 67. APPROVED AS TO FORM By:
  • 69. By: Kathleen Murphy-Perez Contracts Manager ATTACHMENT “B” HOURLY RATES ATTACHMENT “C” FEDERAL FORMS & UDBE/DBE SOLICITATION LANGUAGE FEDERAL FORMS NON LOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS I, (Firm Name) as the Proposer certifies, by signing and submitting this Proposal, to the best of his or her knowledge and belief, that: