Loading...
HomeMy Public PortalAbout7FAGENDA ITEM 7.F. MANAGEMENT SERVICES DEPARTMENT MEMORANDUM DATE: December 21, 2010 TO: The Honorable City Council FROM: Jose E. Pulido, City Manager SUBJECT: CONSULTANT SERVICES AGREEMENT WITH GRUEN ASSOCIATES RECOMMENDATION: It is recommended that the City Council: a) Approve a $907,833 consultant services agreement with Gruen Associates (Attachment "A") to provide the City of Temple City with architectural design and construction administration services for the Rosemead Boulevard Safety Enhancements and Beautification Project; and b) Authorize the City Manager to finalize and execute the consultant services agreement with the Gruen Associates (Gruen). BACKGROUND: 1. On April 6, 2010, the City Council created an Ad -Hoc Committee consisting of Council members Vincent Yu and Carl Blum to work with staff on the redesign of the Rosemead Boulevard Safety Enhancements and Beautification Project. 2. On April 16, 2010, the City Council Ad -Hoc Committee met with the City Manager to review and assess the status of this streetscape improvement project. 3. On May 7, 2010, the City Manager issued a Request for Qualifications (RFQ) for the Rosemead Boulevard Safety Enhancements and Beautification Project Construction Management Services. 4. On August 17, 2010, Temple City Community Redevelopment Agency (CRA), awarded a $125,000 consultant services agreement to Vanir Construction Management, Inc. (Vanir) for the rogram and onstruction anagement of the Rosemead Boulevard Safety Enhancements and Beautification Project. City Council 12/21/10 Page 2 Management, Inc. (Vanir) for the rogram and onstruction anagement of the Rosemead Boulevard Safety Enhancements and Beautification Project. 5. On October 7, 2010, the City Manager issued a Request for Qualifications / Request for Proposals (RFQ/RFP) for the selection of the design team for the Rosemead Boulevard Safety Enhancements and Beautification Project (Attachment "B"). 6. On October 8, 2010, the City Manager issued Addendum No. 1 to the Rosemead Boulevard Safety Enhancements and Beautification Project RFQ/RFP to delete the 30 -page maximum on the proposal requirement. 7. On October 18, 2010, the City Manager issued Addendum No. 2 to the Rosemead Boulevard Safety Enhancements and Beautification Project RFQ/RFP to respond to questions from design firms. 8. On October 19, 2010, the City Manager issued Addendum No. 3 to the Rosemead Boulevard Safety Enhancements and Beautification Project RFQIRFP to clarify some remaining questions from Addendum No. 2. 9. On October 25, 2010, the City Manager issued Addendum No. 4 to the Rosemead Boulevard Safety Enhancements and Beautification Project RFQ/RFP to provide a five day time extension to the RFQ/RFP, which allowed interested parties to submit their proposals by November 1, 2010. 10. On October 26, 2010, the City Manager issued Addendum No. 5 to the Rosemead Boulevard Safety Enhancements and Beautification Project RFQ/RFP to further clarify follow up questions from Addendum No. 2. 11. On November 1, 2010, the City Clerk received 11 proposals in response to the Rosemead Boulevard Safety Enhancements and Beautification Project RFQ/RFP. 12. On November 5, 2010, the City Council Ad -Hoc Committee, City Manager and Vanir met to review and evaluate, based on the qualifications based selection (QBS) criteria, the 11 proposals received from design firms in response to the RFQ/RFP. 13. On November 19, 2010, the City Council Ad -Hoc Committee, City Manager and Vanir interviewed the five selected firms that best met the objectives of the RFQ/RFP and the qualifications based selection (QBS) criteria. At the conclusion of the interviews, direction was given to the City Manager, by the Ad Hoc Committee, to negotiate a consultant services agreement with Gruen. 14. On November 30, 2010, the City Attorney reviewed the draft consultant services agreement with Gruen and approved it with some modifications. City Council 12/21/10 Page 3 15. On December 6, 2010, Gruen requested some changes to the draft consultant services agreement. 16. On December 9, 2010, the City Manager and City Attorney negotiated the consultant services agreement terms with Gruen and both parties reached an agreement. 17. On December 10, 2010, Gruen delivered one signed copy of the consultant services agreement to the City Manager. 18. On December 14, 2010, Gruen delivered two additional signed copies of the contract to the City Manager. ANALYSIS: During the past months, the City Manager has been diligently working to significantly upgrade the initial streetscape design and pedestrian improvements proposed in the original Rosemead Boulevard Safety Enhancements and Beautification Project. The City Council Ad -Hoc Committee, which consists of Council Member Carl Blum (a Civil Engineer) and Council Member Vince Yu (an Architect), agreed with the City Manager that the Rosemead Boulevard Safety Enhancements and Beautification Project's initial design is predominantly utilitarian and that the addition of architectural and pedestrian amenities would help reduce blight within the Rosemead Boulevard Redevelopment Project Area. To accomplish this objective, the City Council Ad -Hoc Committee and the City Manager, with the Vanir team, proceeded to the next step of procuring the professional services of a qualified and experienced urban design firm to provide the City with architectural design and construction administration services for the Rosemead Boulevard Safety Enhancements and Beautification Project. As such, the City Manager issued a Request for Qualifications / Request for Proposals (RFQ/RFP) to solicit proposals from qualified design firms for the Rosemead Boulevard Safety Enhancements and Beautification Project. The City of Temple City received a total of proposals in response to the RFQ/RFP which were reviewed and evaluated by the City Council Ad -Hoc Committee, City Manager and Vanir based on the QBS criteria. Subsequently, five firms were interviewed and Gruen was selected by the City Council Ad -Hoc Committee and City Manager through this rigorous process. The proposal from Gruen (Attachment "C") provides for a phased, multi -modal approach at redesigning the current utilitarian version of the Rosemead Boulevard Safety Enhancements and Beautification Project in a manner that maximizes the streetscape improvements along the Rosemead Boulevard Project Area. These improvements, when properly redesigned and successfully implemented, will greatly enhance Temple City's ability to attract and retain viable businesses that will generate an increase in tax City Council 12/21/10 Page 4 increment and sales tax revenue in the Rosemead Boulevard Project Area for years to come. BUDGET IMPACT Funding for this $907,833 consultant services agreement will come from a $5.4 million Proposition C appropriation aFY 2010-11 City Budget (Attachment "D"), which was approved by the City Council on June 29, 2010. CONCLUSION It is recommended that the City Council review and approve a $907,833 consultant services agreement with Gruen Associates to provide the City with architectural design and construction administration services for the Rosemead Boulevard Safety Enhancements and Beautification Project including, but not limited to: • Pre -design Phase services; • Schematic Design Phase services; • Design Development Phase services; • Construction Document Phase services; • Bid and Award Phase services; and • Construction Administration and Close -Out Phase services. ATTACHMENTS A. Consultant Services Agreement between the City of Temple City and Gruen Associates. B. Request for Qualifications / Request for Proposals (RFQ/RFP) for the Rosemead Boulevard Safety Enhancements and Beautification Project. C. Gruen Associates Proposal to Provide Temple City Design Services D. Approved FY 2010-11 Rosemead Boulevard Improvement Project Budget. ATTACHMENT "A" CONSULTANT SERVICES AGREEMENT By and Between THE CITY OF TEMPLE CITY, a municipal corporation and GRUEN ASSOCIATES a California partnership AGREEMENT FOR CONSULTANT SERVICES BETWEEN THE CITY OF TEMPLE CITY, CALIFORNIA AND GRUEN ASSOCIATES This Agreement for Consultant Services ("Agreement") is entered into as of this day of , 2007 by and between the City of Temple City, a municipal corporation ("City") and Gruen Associates, a FARNF.askAip ("Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties." RECITALS A. City has sought, by issuance of a Request for Proposals, the performance of the services defined and described particularly in Section 2 of this Agreement. B. Consultant, following submission of a proposal for the performance of the services defined and described particularly in Section 2 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Temple City's Municipal Code, City has authority to enter into this Consultant Services Agreement and the City Manager has authority to execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Section 2 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained here and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: SECTION I. TERM OF AGREEMENT. Subject to the provisions of Section 20 "Termination of Agreement" of this Agreement, the scope of services set forth in Exhibit "A" "Scope of Services" shall be completed pursuant to the schedule specified in Exhibit "A." Should the scope of services not be completed pursuant to that schedule, the Consultant shall be deemed to be in Default of this Agreement pursuant to Section 21 of this Agreement. The City, in its sole discretion, may choose not to enforce the Default provisions of this Agreement and may instead allow Consultant to continue performing the scope of services until such services are complete. LAff48I4-2021-6581 vl 1 SECTION 2. SCOPE OF SERVICES. Consultant agrees to perform the services set forth in Exhibit "A" "Scope of Services and Responsibilities", which is incorporated herein by this reference, in accordance with the terms and conditions of this Contract, including without limitation any special conditions, specifications and requirements set forth in Exhibit "A". SECTION 3. ADDITIONAL SERVICES. Consultant shall not be compensated for any services rendered in connection with its performance of this Agreement which are in addition to or outside of those set forth in this Agreement or listed in Exhibit "A" "Scope of Services," unless such additional services are authorized in advance and in writing by the City Council or City Manager of City. Consultant shall be compensated for any such additional services in the amounts and in the manner agreed to by the City Council or City Manager. SECTION 4. COMPENSATION AND METHOD OF PAYMENT. (a) Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in Exhibit "B" "Compensation" and made a part of this Agreement. The total compensation, including reimbursement for actual expenses, shall not exceed Nine Hundred Seven Thousand Eight Hundred Thirty Three dollars ($907,833), unless additional compensation is approved in writing by the City Council or City Manager. (b) Each month Consultant shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month. The invoice shall detail charges by the following categories: labor (by sub -category), travel, materials, equipment, supplies, and sub -consultant contracts. If the compensation set forth in subsection (a) and Exhibit "B" include payment of labor on an hourly basis (as opposed to labor and materials being paid as a lump sum), the labor category in each invoice shall include detailed descriptions of task performed and the amount of time incurred for or allocated to that task. Sub -consultant charges shall be detailed by the following categories: labor, travel, materials, equipment and supplies. City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. In the event that no charges or expenses are disputed, the invoice shall be approved and paid according to the terms set forth in subsection (c). In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. (c) Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, City will use its best efforts to cause Consultant to be paid within forty-five (45) days of receipt of Consultant's correct and undisputed invoice. (d) Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. SECTION 5. INSPECTION AND FINAL ACCEPTANCE. IA #4814-2021-6581 vl 2 Q� City may inspect and accept or reject any of Consultant's work under this Agreement, either during performance or when completed. City shall reject or finally accept Consultant's work within sixty (60) days after submitted to City. City shall reject work by a timely written explanation, otherwise Consultant's work shall be deemed to have been accepted. City's acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such gross mistakes as amount to fraud. Acceptance of any of Consultant's work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, sections 16 and 17, pertaining to indemnification and insurance, respectively. SECTION 6. OWNERSHIP OF DOCUMENTS. All original maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files and other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement shall become the sole property of City and may be used, reused or otherwise disposed of by City without the permission of the Consultant. Upon completion, expiration or termination of this Agreement, Consultant shall turn over to City all such original maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files and other documents. If and to the extent that City utilizes for any purpose not related to this Agreement any maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement, Consultant's guarantees and warrants related to Standard of Performance and found in Section 9 of this Agreement shall not extend to such use of the maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents. SECTION 7. CONSULTANT'S BOOKS AND RECORDS. (a) Consultant shall maintain any and all documents and records demonstrating or relating to Consultant's performance of services pursuant to this Agreement. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, or other documents or records evidencing or relating to work, services, expenditures and disbursements charged to City pursuant to this Agreement. Any and all such documents or records shall be maintained in accordance with generally accepted accounting principles and shall be sufficiently complete and detailed so as to permit an accurate evaluation of the services provided by Consultant pursuant to this Agreement. Any and all such documents or records shall be maintained for three years from the date of execution of this Agreement and to the extent required by laws relating to audits of public agencies and their expenditures. (b) Any and all records or documents required to be maintained pursuant to this section shall be made available for inspection, audit and copying, at any time during regular business hours, upon request by City or its designated representative. Copies of such documents or records shall be provided directly to the City for inspection, audit and copying when it is practical to do so; otherwise, unless an alternative is mutually agreed upon, such documents and records shall be made available at Consultant's address indicated for receipt of notices in this Agreement. LA44B!4-2021-6561 v1 -3- (c) Where City has reason to believe that any of the documents or records required to be maintained pursuant to this section may be lost or discarded due to dissolution or termination of Consultant's business, City may, by written request, require that custody of such documents or records be given to the City and that such documents and records be maintained by the requesting party. Access to such documents and records shall be granted to City, as well as to its successors -in -interest and authorized representatives. SECTION 8. STATUS OF CONSULTANT. (a) Consultant is and shall at all times remain a wholly independent contractor and not an officer, employee or agent of City. Consultant shall have no authority to bind City in any manner, nor to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this AGREEMENT or is otherwise expressly conferred in writing by City. (b) The personnel performing the services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City, nor any elected or appointed boards, officers, officials, employees or agents of City, shall have control over the conduct of Consultant or any of Consultant's officers, employees, or agents except as set forth in this Agreement. Consultant shall not at any time or in any manner represent that Consultant or any of Consultant's officers, employees, or agents are in any manner officials, officers, employees or agents of City. (c) Neither Consultant , nor any of Consultant's officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees. Consultant expressly waives any claim Consultant may have to any such rights. SECTION 9. STANDARD OF PERFORMANCE. Consultant represents and warrants that it has the qualifications, experience and facilities necessary to properly perform the services required under this Agreement in a thorough, competent and professional manner. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. In meeting its obligations under this Agreement, Consultant shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing services similar to those required of Consultant under this Agreement. In addition to the general standards of performance set forth this Section 9, additional specific standards of performance and performance criteria are set forth in the Scope of Work that shall also be applicable to Consultants work under this Contract. Where there is a conflict between a general and a specific standard of performance or performance criteria, the specific standard or criteria shall prevail over the general. If and to the extent that City utilizes for any purpose not related to this Agreement any maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement, Consultant's guarantees and warranties related to Standard of Performance shall not extend to such use of the maps, models, designs, LA M14-2021-6581 v 1 -4- drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents. SECTION 10. COMPLIANCE WITH APPLICABLE LAWS; PERMITS AND LICENSES. Consultant shall keep itself informed of and comply with all applicable federal, state and local laws, statutes, codes, ordinances, regulations and rules in effect during the term of this Agreement. Consultant shall obtain any and all licenses, permits and authorizations necessary to perform the services set forth in this Agreement. Neither City, nor any elected or appointed boards, officers, officials, employees or agents of City, shall be liable, at law or in equity, as a result of any failure of Consultant to comply with this section. SECTION 11. PREVAILING WAGE LAWS It is the understanding of City and Consultant that California prevailing wage laws do not apply to this Agreement because the Agreement does not involve any of the following services subject to prevailing wage rates pursuant to the California Labor Code or regulations promulgated thereunder: Construction, alteration, demolition, installation, or repair work performed on public buildings, facilities, streets or sewers done under contract and paid for in whole or in part out of public funds. In this context, "construction" includes work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work. SECTION 12. NONDISCRIMINATION. Consultant shall not discriminate, in any way, against any person on the basis of race, color, religious creed, national origin, ancestry, sex, age, physical handicap, medical condition or marital status in connection with or related to the performance of this Agreement. SECTION 13. UNAUTHORIZED ALIENS. Consultant hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§ 1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should the any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys' fees, incurred by City. SECTION 14. CONFLICTS OF INTEREST. (a) Consultant covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultant's performance of services under this Agreement. Consultant further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the City Manager. Consultant agrees to at all LA#4814-2021-6581 vl 5 times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. (b) City understands and acknowledges that Consultant is, as of the date of execution of this Agreement, independently involved in the performance of non -related services for other governmental agencies and private parties. Consultant is unaware of any stated position of City relative to such projects. Any future position of City on such projects shall not be considered a conflict of interest for purposes of this section. (c) City understands and acknowledges that Consultant will, perform non -related services for other governmental agencies and private parties following the completion of the scope of work under this Agreement. Any such future service shall not be considered a conflict of interest for purposes of this section. SECTION 15. CONFIDENTIAL INFORMATION; RELEASE OF INFORMATION. (a) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the City Manager, except as may be required by law. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the City Manager or unless requested by the City Attorney of City, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorneys fees, caused by or incurred as a result of Consultant's conduct. (d) Consultant shall promptly notify City should Consultant , its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed thereunder. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. SECTION 16. INDEMNIFICATION. (a) Indemnification for Professional Liability. Where the law establishes a professional standard of care for Consultant's Services, to the fullest extent permitted by law, LA004814-2021-6581 vl -6- Consultant shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including attorney's fees and costs to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or sub -consultants (or any entity or individual that Consultant shall bear the legal liability thereof) in the performance of professional services under this Agreement. (b) Indemnification for Other than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including attorneys fees and costs, court costs, interest, defense costs, and expert witness fees), where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Consultant or by any individual or entity for which Consultant is legally liable, including but not limited to officers, agents, employees or sub -contractors of Consultant. (c) General Indemnification Provisions. Consultant agrees to obtain executed indemnity Agreements with provisions identical to those set forth here in this section from each and every sub -contractor or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this Agreement. In the event Consultant fails to obtain such indemnity obligations from others as required here, Consultant agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Consultant and shall survive the termination of this Agreement or this section. (d) Limitation of Indemnification. Notwithstanding any provision of this Section 16 [Indemnification] to the contrary, design professionals are required to defend and indemnify the City only to the extent permitted by Civil Code Section 2782.8, which limits the liability of a design professional to claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the design professional. The term "design professional," as defined in Section 2782.8, is limited to licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors, and the business entities that offer such services in accordance with the applicable provisions of the California Business and Professions Code. (e) The provisions of this section do not apply to claims occurring as a result of City's sole negligence. The provisions of this section shall not release City from liability arising from gross negligence or willful acts or omissions of City or any and all of its officials, employees and agents. SECTION 17. INSURANCE. LA#4814-2021-6581 v1 7 Consultant agrees to obtain and maintain in full force and effect during the term of this Agreement the insurance policies set forth in Exhibit "C" "Insurance" and made a part of this Agreement. All insurance policies shall be subject to approval by City as to form and content. These requirements are subject to amendment or waiver if so approved in writing by the City Manager. Consultant agrees to provide City with copies of required policies upon request. SECTION 18. ASSIGNMENT. The expertise and experience of Consultant are material considerations for this Agreement. City has an interest in the qualifications of and capability of the persons and entities who will fulfill the duties and obligations imposed upon Consultant under this Agreement. In recognition of that interest, Consultant shall not assign or transfer this Agreement or any portion of this Agreement or the performance of any of Consultant's duties or obligations under this Agreement without the prior written consent of the City Council. Any attempted assignment shall be ineffective, null and void, and shall constitute a material breach of this Agreement entitling City to any and all remedies at law or in equity, including summary termination of this Agreement. City acknowledges, however, that Consultant, in the performance of its duties pursuant to this Agreement, may utilize subcontractors. SECTION 19. CONTINUITY OF PERSONNEL. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant's staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant's staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. SECTION 20. TERMINATION OF AGREEMENT. (a) City may terminate this Agreement, with or without cause, at any time by giving thirty (30) days written notice of termination to Consultant. In the event such notice is given, Consultant shall cease immediately all work in progress. (b) Consultant may terminate this Agreement for cause at any time upon thirty (30) days written notice of termination to City. (c) If either Consultant or City fail to perform any material obligation under this Agreement, then, in addition to any other remedies, either Consultant, or City may terminate this Agreement immediately upon written notice. (d) Upon termination of this Agreement by either Consultant or City, all property belonging exclusively to City which is in Consultant's possession shall be returned to City. Consultant shall furnish to City a final invoice for work performed and expenses incurred by Consultant, prepared as set forth in Section 4 of this Agreement. This final invoice shall be reviewed and paid in the same manner as set forth in Section 4 of this Agreement. LA #4814-2021-6581 vl - 8 SECTION 21. DEFAULT. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under Section 20. Any failure on the part of the City to give notice of the Consultant's default shall not be deemed to result in a waiver of the City's legal rights or any rights arising out of any provision of this Agreement. SECTION 22. EXCUSABLE DELAYS. Consultant shall not be liable for damages, including liquidated damages, if any, caused by delay in performance or failure to perform due to causes beyond the control of Consultant. Such causes include, but are not limited to, acts of God, acts of the public enemy, acts of federal, state or local governments, acts of City, court orders, fires, floods, epidemics, strikes, embargoes, and unusually severe weather. The term and price of this Agreement shall be equitably adjusted for any delays due to such causes. SECTION 23. COOPERATION BY CITY. All public information, data, reports, records, and maps as are existing and available to City as public records, and which are necessary for carrying out the work as outlined in the Exhibit "A" "Scope of Services," shall be furnished to Consultant in every reasonable way to facilitate, without undue delay, the work to be performed under this Agreement. SECTION 24. NOTICES. All notices required or permitted to be given under this Agreement shall be in writing and shall be personally delivered, or sent by telecopier or certified mail, postage prepaid and return receipt requested, addressed as follows: To City: To Consultant: LA #4814-2021-6581 vl City of Temple City Attn: City Manager 9701 Las Tunas Drive Temple City, CA 91780 Gruen Associates 6330 San Vicente Blvd, Suite 200 Los Angeles, CA 90048 9 Notice shall be deemed effective on the date personally delivered or transmitted by facsimile or, if mailed, three (3) days after deposit of the same in the custody of the United States Postal Service. SECTION 25. AUTHORITY TO EXECUTE. The person or persons executing this Agreement on behalf of Consultant represents and warrants that he/she/they has/have the authority to so execute this Agreement and to bind Consultant to the performance of its obligations hereunder. SECTION 26. BINDING EFFECT. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. SECTION 27. MODIFICATION OF AGREEMENT. On behalf of City, the City Manager shall have the power to administer and implement this Agreement, including making minor amendments and modifications hereto. No minor amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Manager. No major amendment to or modification of this Agreement, which is defined for purposes of this section to mean any amendment or modification which increases the amount of compensation due the Consultant pursuant to Section 4 [Compensation and Method of Payment] shall be valid unless made in writing and approved by the Consultant and the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. SECTION 28. WAIVER. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision nor a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. SECTION 29. LAW TO GOVERN; VENUE. This Agreement shall be interpreted, construed and governed according to the laws of the State of California. In the event of litigation between the parties, venue in state trial courts shall lie exclusively in the County of Los Angeles, California. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in Los Angeles. SECTION 30. ATTORNEYS FEES, COSTS AND EXPENSES. In the event litigation or other proceeding is required to enforce or interpret any provision of this Agreement, the prevailing party in such litigation or other proceeding shall be entitled to an award of reasonable attorney's fees, costs and expenses, in addition to any other relief to which it may be entitled. LA #4814-2021-6581 v - 10 - SECTION 31. ENTIRE AGREEMENT. This Agreement, including the attached Exhibits "A" through "C", is the entire, complete, final and exclusive expression of the parties with respect to the matters addressed therein and supersedes all other Agreements or understandings, whether oral or written, or entered into between Consultant and City prior to the execution of this Agreement. No statements, representations or other Agreements, whether oral or written, made by any party which are not embodied herein shall be valid and binding. No amendment to this Agreement shall be valid and binding unless in writing duly executed by the parties or their authorized representatives. SECTION 32. SEVERABILITY. if any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement shall not be affected thereby and the Agreement shall be read and construed without the invalid, void or unenforceable provision(s). IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first -above written. CITY OF TEMPLE CITY By: Jose Pulido, City Manager ATTEST: Mary Flandrick, City Clerk APPROVED AS TO FORM By: City Attorney LA 174814-2021-6581 v1 -11- �i By: AM ec. A. F JOM4)) 1NC. Its: p(� �� By: / Its: NOTE: CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO DEVELOPER'S BUSINESS ENTITY. LAMM-2021-6581 vl -12- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF Los Ange les 1 Onp g„.,I,e,- 1, 20/0 before me, Roy D,,Bni,No+aryNiplecrsonally appeared M;r1,,,.,l,a,•. E+,,,...„i•,, proved to me on the basis of satisfactory evidence to tie the person(j whose names(4 e3 - : subscribed to the within instrument and acknowledged to me that e • - - - executed the same in is, - - ' authorized capacity( s), and that by signature(s) on the instrument the person(, or the entity upon behalf of which the person(g) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: ROY DUBOS Commission # 1874486 Notary Public - Csllfomis fR/ Los Angeles County Comm. Ex Ires Jan 21, 2014 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER CansL (+a.,4- Seruces ree•+•+et-N-1 TITLE OR TYPE OF DOCUMENT 17 NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) SIGNER(S) OTHER THAN NAMED ABOVE R1V #4830-6895-0024 v1 @, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF On , before me, , personally appeared 0 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. (SIGNATURE OF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) PARTNER(S) 0 LIMITED 0 GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER. NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) SIGNER(S) OTHER THAN NAMED ABOVE LA #4814-2021-6581 vl (i Table of Contents EXHIBIT "A" - SCOPE OF SERVICES AND RESPONSIBILITIES 4 A. Basic Services 4 B. Design Services —TASK I: PRE -DESIGN PHASE 6 1. PROJECT INITIATION 6 2. DEVELOPMENT OF ARCHITECTURAL PROGRAM 7 3. SITE MASTER PLANNING 8 4. MEETINGS g 5. DELIVERABLES 9 6. PRESENTATION 10 7. PHASE CESSATION PROVISIONS 10 C. Design Services —TASK II: SCHEMATIC DESIGN PHASE 10 1. GENERAL REQUIREMENTS 10 2. VALUE ENGINEERING 11 3. SPECIFICATIONS 11 4. PROBABLE COSTS 12 5. MEETINGS 12 6. DELIVERABLES 12 7. PRESENTATION 13 8. PHASE CESSATION PROVISIONS 13 A-1 D. Design Services — TASK III: DESIGN DEVELOPMENT PHASE 13 1. GENERAL REQUIREMENTS 13 2. ELECTRICAL 14 3. CIVIL 15 4. LANDSCAPE DESIGNER 15 5. TRAFFIC ENGINEER 15 6. LIGHTING DESIGNER 15 7. VALUE ENGINEERING 15 8. SPECIFICATIONS 16 9. PROBABLE COST 16 10. MEETINGS 16 11. DELIVERABLES 16 12. PRESENTATION 17 13. PROJECT CESSATION PROVISIONS 17 E. Design Services —TASK IV: CONSTRUCTION DOCUMENT PHASE 17 1. Construction Documents (C/D) 30% stage 17 2. Construction Documents 60% stage 19 3. Construction Documents — 90% Stage 20 4. Constructability Review 21 5. Construction Documents (C/D) Final Stage 21 6. Construction Final Back -Check Stage 22 A-2 7. MEETINGS 22 8. Deliverables 23 F. Design Services —TASK V: BID & AWARD PHASE 23 G. Design Services — TASK VI: ADMINISTRATION AND CLOSE OUT PHASE 24 H. PROGRAM SCHEDULE 26 I. AMENDMENT 27 EXHIBIT "B" - COMPENSATION 1 A. BREAKDOWN OF FEES BY PHASE 1 B. INVOICE REQUIREMENTS 1 C. TOTAL COMPENSATION 1 EXHIBIT "C" - INSURANCE 1 A. Insurance Requirements 1 B. Other Provisions 2 C. Other Requirements 2 EXHIBIT "D" — MASTER SCHEDULE 1 A-3 EXHIBIT "A" - SCOPE OF SERVICES AND RESPONSIBILITIES A. Basic Services 1. Determine the agencies that have jurisdiction over the area of work and coordinate with and implement the requirements of the regulatory agencies. 2. Contract for or employ at CONSULTANT'S expense, SUB -CONSULTANTS to the extent deemed necessary for completion of the Project including: architects; electrical/lighting, civil engineers, traffic engineer, mechanical and plumbing engineer, landscape architects (and others as necessary) licensed as such by the State of California, The names of said SUB -CONSULTANTS shall be submitted to the CITY for approval prior to commencement of work. The CITY reserves the right to reject the use of any SUB - CONSULTANT. Nothing in the forgoing procedure shall create any contractual relationship between the CITY and any SUB -CONSULTANTS employed by the CONSULTANT under terms of this Agreement. 3. Agree to exercise usual and customary professional care in its efforts to comply with all laws and regulations which apply to work of this Agreement. 4. Cooperate with other professionals employed by the CITY for the design, coordination or management of work related to the Project. The CITY has retained the services ofa Construction Manager (CM) to act as a "CITY's Representative" in an advisory capacity on the project. In providing the Construction Manager's Services described in this Agreement, the CM shall not assume any of the responsibilities or duties of the CONSULTANT or the SUB -CONSULTANTS. The CONSULTANT remains solely responsible for the contents of design drawings and design documents. 5. Attend coordination meetings during the entire design phase with SUB - CONSULTANTS. CONSULTANT shall invite the CITY and/or its representative to participate in these meetings. CONSULTANT shall keep a separate log to document design/coordination comments generated in these meetings. A-4 6. Review subsoil data, and other information furnished to CONSULTANT pursuant to this Agreement and advise the CITY whether such data are sufficient for purposes of design, or whether additional data are necessary. 7. Be responsible for the professional quality, technical accuracy and the coordination of all studies, reports, projections, master plans, designs, drawings, specifications and other services furnished by consultant under this Agreement CONSULTANT shall, without additional compensation, correct or revise any errors or omissions in its studies, reports, projections, master plans, design, drawings, specifications and other services. 8. If desired by the CITY and agreed to by the CONSULTANT, CONSULTANT shall provide other required services to determine such compliance not specifically identified and included in the scope of this Agreement through an amendment to this Agreement, as an additional service. 9. Provide services required to obtain approval from the local and federal agencies having jurisdiction over the Project. 10. Review the existing grading, drainage, horizontal control, and utility infrastructure plans to assist in preparation of the new design drawing for this project. The services described in this Subparagraph shall be provided by a professional civil engineer, registered in the State of California, who is to subcontract with the CONSULTANT. 11. CONSULTANT to document the location of existing utility lines, telephone, water and sewage, etc., within the limits of the CITY property. The CITY will provide all existing drawings and plans in its possession. CONSULTANT shall use the existing drawings and plans from the CITY as well as seek out any other relevant information from other agencies to validate the capacity of all existing project utilities. 12. Maintain a log of all meetings, site visits, and discussions held in conjunction with the work of this Project, with documentation of major discussion points, observations, decisions, questions or comments. These shall be furnished to the CITY and/or their representative for inclusion in the overall project documentation. A-5 13. Utilize the standardized filing system as established by the CITY. 14. CONSULTANT is not responsible for: a. Ground contamination or hazardous material analysis b. Any asbestos testing, design or abatement c. Environmental impact report d. Historical significance report e. Soils investigation f. Geotechnical hazard report g. Topographic survey Neither the CITY's review, approval of, nor payment, for any of the services required under this Agreement shall be construed to operate as a waiver of any rights under this Agreement, and consultant shall remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by CONSULTANT'S failure to perform any of the services furnished under this Agreement. B. Design Services - TASK I: PRE -DESIGN PHASE 1. PROJECT INITIATION Upon final execution of the Contract with the CITY, the CONSULTANT shall: a. Immediately after execution of the contract, meet with the CITY and their representatives to prepare a detailed task analysis and work plan for documentation in a computer generated project schedule. The CITY will incorporate the consultant's provided data within the master program schedule for the project. This task analysis and work plan will identify specific tasks including, but not limited to: management communication system with CM and all design SUB -CONSULTANTS, interviews, data collection, required CITY filing standards, analysis, report preparation, planning, Architectural programming, conceptual design preparation for schematic phase, and estimating that are part of the work of the Project. Also identified will be milestone activities or dates, specific task responsibilities, required times for completion and additional definition of deliverables. This detailed work plan must comply with or compress the attached master schedule. A-6 b. Review the developed work plan with the CITY and their representatives to familiarize them with the proposed tasks and schedule and develop necessary modifications, including integration into the master schedule. c. Participate in a general Project kick-off meeting to include the CONSULTANT'S appropriate SUB -CONSULTANTS, and CITY staff. At the project kick-off meeting, participants will: i. Introduce key team members from the CITY and the CONSULTANT to each other defining roles and responsibilities relative to the Project. ii. Identify and review pertinent information and/or documentation necessary from the CITY for the completion of the Project. iii. Review and explain the overall project goals, general approach, tasks, work plan and procedures and deliverable products of the Project. iv. Review and explain the task analysis and project work plan for all parties present; determine any adjustments or fine tuning that needs to be made to the work plan. v. Review documentation of the project kick-off meeting prepared by the CITY's representative and comment prior to distribution. 2. DEVELOPMENT OF ARCHITECTURAL PROGRAM Perform pre -design investigations to establish appropriate guidelines around which and within which the Project is to be designed. Identify design issues relating to functional need, directives and constraints imposed by regulatory codes. a. Provide a design information check list identifying critical issues affecting project completion and certification; significant site considerations; applicable planning and zoning requirements; applicable code requirements; applicable fire and life safety requirements; and water runoff requirements; electrical power service and requirements. b. Validate documents that were provided as part of the RFQ/REP as well as boundary surveys and layouts provided to CONSULTANT by CITY. c. Investigate underground and overhead utilities (all utilities) and design in coordination with the utility companies for gas, water, sewer, storm water, telephone, cable, fire, etc. A-7 d. Perform Condition Assessment of the entire area within the Project boundaries and submit a Condition Assessment Report that includes, but is not limited to, methods used to assess existing conditions, photos of specific areas of interest, narrative, etc. e. Conduct Architectural program meeting with the CITY. f. Develop probable construction cost for the Project; probable costs are to be based on the developed functional Architectural programs as approved by the CITY. Probable costs prepared by the consultant: 1. All costs are to be based on current bid prices, with escalation rate and duration clearly identified as a separate line item; rate of cost escalation and projected bid and construction dates are to be as approved by the CITY and their representatives. ii. Contingencies for design, bidding or construction, if included in the probable costs, are to be included as individual line items, with the percentage and base of calculation clearly identified. iii. All construction probable costs developed per the above should additionally be presented and summarized by the Construction Specification Institute (CSI) category for the project. iv. One week prior to the submittal of documents, the consultant's proposed cost format must be submitted to the CITY for review and approval. v. Sub -consultants shall participate in the progress meeting as appropriate and shall provide input and feedback into the development of the probable cost. 3. SITE MASTER PLANNING Prepare a new Master Site Plan configuration for the proposed work. The development of this new Master Site Plan should incorporate or be based upon completion of the following tasks: a. Assist the CITY conducting initial, intermediate and final community meetings to solicit feedback, comments, and concerns from the community. b. Document and take into consideration existing physical characteristics of the proposed site such as topography, drainage, plant coverage, views to and from the proposed site, current site usage and potential for future development. A-8 c. Analyze the proposed site existing conditions relative to potential effect on master planning circulation, access, parking, constructability, businesses and future development potential. d. Develop a Master Site Plan showing in detail the temporary construction safety measures for safe traffic movement during each phase of construction. e. Consultant to provide a minimum of three design schemes during the Site Master Planning and the Schematic Design phases. Consultant shall present the three design schemes to the Ad -Hoc Committee before completion of the two phases. Only one scheme will need to be submitted as deliverables. 4. MEETINGS During the Pre -Design Phase, it is anticipated meetings will be convened biweekly between the CITY and the CONSULTANT. These meeting will not exceed one day in duration and will be held in Temple City Hall. Decisions made at such meetings and subsequently approved by the CITY shall be binding. Any revisions or reconsiderations of such decisions shall constitute a change in the scope of services of the CONSULTANT. In the event of any delay in the progress of the scheduled design work the meetings may be convened weekly as necessary to maintain timely progress of the design services. 5. DELIVERABLES CONSULTANT shall provide to the CITY the following quantities of materials resulting from the work of the Project: Copies: Six (6) - of Condition Assessment Report Six (6) - of Functional and Architectural Program Report. (include a comparison between developed program and "model" program; include narrative explaining any substantial deviations). Six (6) - of Master Site Plan Six (6) - Itemized Probable Cost and design budgetary cost estimate One (1) - copy of Design Information Checklist Six (6) - of the collected meeting notes, notes, visit or telephone reports, interview minutes or notes, and summary correspondence One (1) - scanned pdf electronic version of each of the above deliverables A-9 3d rendering where it become necessary to portray the design idea 6. PRESENTATION CONSULTANT along with his SUB -CONSULTANT shall present and review with the CITY and the City Council the summary and detail of the work mentioned above. 7. PHASE CESSATION PROVISIONS Upon completion and review of the functional and Architectural program and master site planning, no further work shall be done unless and until the CITY has approved the completed work for Design Services Task I and has given a written Notice to Proceed to CONSULTANT for Design Services Task II. C. Design Services — TASK 1I: SCHEMATIC DESIGN PHASE Upon written authorization from the CITY to proceed with the Schematic Design Phase, The CONSULTANT shall prepare for the CITY's review a Schematic Design Study for all disciplines to include the following: 1. GENERAL REQUIREMENTS a. Scaled street plans showing all intersections, driveways, entrances, features and their relationships. b. Site plan with minimum one (1) foot contour grade intervals. All major site development, such as paving, utilities and facilities shall be shown, including, but not limited to, City's property lines, existing structures, and walls and fences. The information provided on the drawing shall include all structure and infrastructure within seventy five (75') feet outside of the project construction limits on all sides. c. Identify code requirements. d. As needed, structural drawing for the Road bed and street pavements. e. Mechanical and plumbing: for any possible infrastructures that may impact the project. f. Coordinate with local utility companies to exchange information and coordinate drawing for street light design, traffic and pedestrian signals. A-10 g. Development of site utility systems such as electrical, sewer, gas, water, storm drain, telephone, cable and fire hydrants. h. Identify surface improvements including roadways, hardscapes, pedestrian sidewalks, parking preliminary finish grades and drainage. i. Development and coordination of landscape design concepts entailing analysis of existing conditions and proposed components. Include location and description of planting, ground improvements and visual barriers. Confirm availability of selected materials. j. Development and coordination of design for street lighting, pedestrian cross walks, pedestrian signal lights, traffic signals and roadway safety issues entailing analysis of existing conditions and proposed components. Include location and description of the existing and proposed components and coordinate with manufacturer. k. Development and coordination of public art concepts entailing analysis of potential locations and renderings of options and proposed components. 1. Consultant to provide a minimum of three design schemes during the Schematic Design phases. Consultant shall present the three design schemes to the Ad -Hoc Committee before completion of the this phase. Only one scheme will need to be submitted as deliverables. 2. VALUE ENGINEERING Value analysis shall be applied to all components of the schematic design to optimize value to the CITY. Note that value is added when function is increased or cost is decreased and that the CITY does not generally consider value engineering to mean reducing or removing scope. Optimized items shall be included in the statement indicating changes made to the program/master plan. 3. SPECIFICATIONS Specifications: for all disciplines: Outline specifications of proposed work for all disciplines (CONSULTANT'S and SUB -CONSULTANTS' work) and their criteria and quality standards. Investigate, select, and coordinate specified items with manufacturer and confirm availability of item. A-11 4. PROBABLE COSTS a. Schematic Probable costs: This probable cost consists of unit cost applied to the major items and quantities of work. The unit cost shall reflect the complete direct current cost of work and include life cycle cost analysis. Complete cost includes labor, material, waste allowance, sales tax and subcontractor's mark-up. b. General conditions shall be applied separately. This probable cost shall be prepared by specification section and summarized by the specification category. c. The probable cost format shall be submitted to the CITY for review and approval prior to acceptance. d. Escalation: All probable costs shall be priced out at current market conditions. The probable costs shall incorporate all adjustments as appropriate, relating to mid -point construction, contingency, and cost index. 5. MEETINGS During the Schematic Design Phase, it is anticipated meetings will be convened biweekly between the CITY and the CONSULTANT. These meeting will not exceed one day in duration and will be held in Temple City Hall. Decisions made at such meetings and subsequently approved by the CITY shall be binding. Any revisions or reconsiderations of such decisions shall constitute a change in the scope of services of the CONSULTANT. Consultant to provide a minimum of three design schemes during the Site Master Planning and the Schematic Design phases. Consultant shall present the three design schemes to the Ad -Hoc Committee before completion of the two phases. Only one scheme will need to be submitted as deliverables. 6. DELIVERABLES Copies: Six (6) - Schematic Design Package submittal with alternatives (package should include plan sheets, design renderings, and specification outline) Four (4) -- Itemized Probable Cost and design budgetary cost estimate Two (2) - statement indicating changes made to the program/master plan Two (2) - Project file, including all correspondence, meeting notes, etc. to date. One (1) — scanned pdf electronic version of each of the above deliverables A-12 3d rendering where it become necessary to portray the design idea 7. PRESENTATION CONSULTANT along with his SUB -CONSULTANTS shall present and review with the CITY the detailed Schematic Design. The schematic design studies shall be revised within the program parameters until a final concept has been accepted and approved by the CITY at no additional cost to the CITY. The final schematic design may have to be presented at up to Three (3) community meetings as well. 8. PHASE CESSATION PROVISIONS Upon completion of the schematic design study, the CITY shall have the right to terminate this Agreement upon written notice of such termination to consultant. The CITY shall pay the consultant only the fee associated with the services provided under the Schematic Design Phase. D. Design Services -- TASK III: DESIGN DEVELOPMENT PHASE Upon written authorization by the CITY to proceed with the Design Development Phase, consultant shall prepare from the Schematic Design Phase documents approved by the CITY, Design Development Phase documents including, but not limited to, the following: 1. GENERAL REQUIREMENTS Architect and all other disciplines (CONSULTANT and SUB -CONSULTANTS work): a. Streetscape layouts including scaled, dimensioned plan elevations and renderings for the street and its components including, but not limited to, landmark features, south and north entries to Temple City, railroad underpass, treatment at open channel, billboards and signage, street lighting, landscape lighting, landscape irrigation, drainage, sustainability measures, sidewalks, curb ramps, transit stops, rest areas, tree planting, median islands, improvement to underground and overhead utilities, crosswalks, accent nodes, city entry and exit signs, traffic signals, traffic sign posts, business signs and billboards, public arts, transit shelters, street furniture, bulb -outs, sump pump at rail road overpass, and other design ideas such as bike lanes, newpaper stands, traffic control, cameras, etc. A-13 b. Scaled cross road sections showing dimensional relationships, materials and component relationships. c. Address any issues related to residential and commercial property entrances and exits. d. Identification of all fixed equipment to be installed in contract. e. Plan to be completely drawn with beginning notes and dimensions including grading and paving. f. Preliminary development of detailed layout plans and large-scale blow-ups for treatment of special locations and issues. g. Legend showing all symbols used on drawings. h. Plans identifying all major equipment and furniture. i. Further refinement of Schematic Design (SD) outline specification for architectural, and all engineering design work, and landscape manuals, systems and equipment. Provide samples for materials and finishes. j. Lighting plans and specification for the street, showing: (work to be coordinated with SCE) (1) Light fixtures options (ii) Power plan (iii) installation detail and sections 2. ELECTRICAL a. All lighting fixtures should be located and scheduled showing all types and quantities of fixtures to be used, including proposed lighting levels. b. All major electrical equipment at point of connections should be scheduled indicating size and capacity. c. Complete electrical distribution including a one line diagram indicating point of connections, communications, controls; (high and low voltage) motor control centers, panels, transformers and emergency generators, if required. d. Legend showing all symbols used on drawings. e. More developed outline specifications indicating quality level and manufacture. A-14 3. CIVIL a. Further refinement of Schematic Design (SD) development of site utility systems for sewer, water, storm drain, gas, and fire water. Includes pipe sizes, materials, invert elevation location and description of manholes, clean outs, hookups, bedding and installation details. b. Further refinement of SD drawing related roadways, sidewalks, bulb outs, parking, medians, cross walks, transit stops and shelters, rest area furniture, entry and exiting locations, driveways, curb and gutters, storm drainage improvements and ADA path compliance issues. Include details and large scale drawings of curb and gutter, manhole, thrust blocks, paved parking and roadway sections. c. Structural drawing with all major members located and sized as they may apply to some of the elements on the street such as road bed and possible retaining wall modifications. d. Preliminary specifications. 4. LANDSCAPE DESIGNER Further refinement of Schematic Design concepts. Includes coordination of hardscape, landscape planting, ground cover, and irrigation main distribution lines. 5. TRAFFIC ENGINEER Further Development and coordination of design for pedestrian cross walks, pedestrian signal lights, traffic signals and roadway safety issues. Include specification for the proposed components. Identify and coordinate the layout of the proposed components with the CITY's Traffic Engineer. 6. LIGHTING DESIGNER Provide plan and specification for the street lighting selection and alternatives such as energy saving options. 7. VALUE ENGINEERING Value analysis shall be applied to all components of the design development to optimize value to the CITY. Note that value is added when function is increased or cost is A-15 decreased and that the CITY does not generally consider value engineering to mean reducing or removing scope. Note also that the value analysis shall take into account value of existing facilities and shall utilize life -cycle optimization. Optimized items shall be included in the statement indicating changes made to the program/master plan. 8. SPECIFICATIONS Specifications: for all disciplines: Outline specifications of proposed work for all disciplines (CONSULTANT'S and SUS -CONSULTANTS' work) and their criteria and quality standards. Investigate, select, and coordinate specified items with manufacturer and confirm availability of item. CITY will provide general condition specification and supplementary conditions. 9. PROBABLE COST Design Development Probable Cost: This probable cost shall be prepared by specification section, summarized by specification category. The probable cost shall include individual item unit costs of materials, labor and equipment and include an updated life cycle cost analysis. Sales tax, contractor's mark-ups, and general conditions shall be listed separately. 10. MEETINGS During the Design Development Phase it is anticipated meetings will be convened biweekly between the CITY and the CONSULTANT to address specific design issues and to facilitate the decision making process such meeting shall not exceed one day in duration and will be held in the CITY office. Documented decisions made at such meetings and subsequently approved by the CITY shall be binding. Any revisions or reconsiderations of such decisions affecting program, master plan and schematic design shall constitute a change in the scope of services of the consultant. CITY and consultant shall schedule progress meetings to coincide with the consultant's coordination meeting. In the event of any delay in the progress of the scheduled design work the meetings may be convened weekly as necessary to maintain timely progress of the design services. 11. DELIVERABLES A-16 Copies. Three (3)- prints of plan drawings from all professional disciplines necessary to deliver the project Four (4) - Outline Specifications (finalized) Four (4) - Itemized Probable Cost and design budgetary cost estimate Two (2) - Permit File, including a correspondence, meeting notes, etc. to date One (1) - scanned pdf electronic version of each of the above deliverables 3d rendering where it become necessary to portray the design idea 12. PRESENTATION CONSULTANT along with his SUB -CONSULTANTS shall present and review with the CITY the detailed fully developed design. This final concept must be accepted and approved by the CITY or revised by CONSULTANT for acceptance at no additional cost to the CITY. The design may have to be presented at up to three (3) community meetings as well. 13. PROJECT CESSATION PROVISIONS Upon completion of the design, the CITY shall have the right to terminate this Agreement upon written notice of such termination to consultant. The CITY shall pay the consultant only the fee associated with the services provided under the Design Development Phase. E. Design Services - TASK IV: CONSTRUCTION DOCUMENT PHASE Upon written authorization from the CITY to proceed with the Construction Documents Phase, consultant shall prepare from Design Development Phase Documents approved by the CITY, Construction Document (complete working drawings to include all design disciplines) consisting of the following items below. Prepare construction documents in compliance with the appropriate applicable building codes, ordinances and other regulatory authorities. 1. Construction Documents (C/D) 30% stage a. Architectural: A-17 1,(y i. Site plan developed to show component location, all topographical elements and if applicable existing/proposed contour lines. ii. Cross sections and plans corrected to reflect design development review comments. Architectural details and large blow-ups. iv. Well -developed component schedules. v. Site utility plans started. vi. Fixed equipment details and identification started. vii. Street plans coordinated with all other disciplines. b. Electrical and Lighting: i. Distribution information on all power consuming equipment; lighting and device branch wiring development should be started. ii. All electrical equipment schedules should be started. Special system components should be approximately located on plans. iv. Street Lighting, power, signal and communication plans should show all controls. Fixture schedule and lighting detail development should be started. c. Civil: i. All site plans, site utilities, parking and roadway systems updated to reflect update revisions from Design Document. ii. Structural plans and sections with detailing well advanced. iii. Miscellaneous Structural footing and foundation plans as needed, with detailing. iv. Completed cover sheet with general notes, symbols and legends. d. Landscape: All landscape, hardscape and irrigation plans updated to reflect update revisions from Design Documents. e. Probable cost: Update and refine the Design Development Phase Probable cost. f. Specifications: i. Virtually complete development and preparation of technical specifications describing materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the Project. A-18 Where articles, materials and equipment are identified by brand names, at least two names shall be used, and such names shall be followed by the words "or approved equal" in accordance with Public Contract Code, Section 3400. Specifications shall not contain restrictions that will limit competitive bids other than those required for maintenance convenience by the CITY. ii. Coordination of the development of specifications by other disciplines. iii. Specification shall be in either CSI or Greenbook format. 2. Construction Documents 60% stage a. Architectural: i. Nearly complete site plan. ii. Nearly complete plans, elevations and sections. iii. Architectural details and large blow-ups near completion. iv. Fixture schedules nearly complete, including most details. v. Site utility plan nearly complete. vi. Fixed equipment details and identification nearly complete. vii. Provide Finish Schedule (with the exceptions of colors) identifying type of material. Architect to recommend color selection for approval by the CITY. viii. All equipment catalog cuts. b. Electrical and Lighting: i. Lighting, power, signal plan(s) should reflect all switching and controls. Fixture schedule(s) should be near completion. ii. Distribution information on all power consuming equipment; lighting and device branch wiring should be near completion. iii. All electrical equipment schedules should be near completion. iv. Special system components should be located on plans. c. Civil: i. All site plans, site utilities, and roadway systems updated to reflect update revisions from 30% CD's. ii. Completed structural plans and sections with advanced A-19 detailing. d. Landscape: All landscape, hardscape and irrigation plans updated to reflect update revisions from 30% CD's and be nearly completed. 3. Construction Documents — 90% Stage a. Architectural: i. Completed site plan. ii. Completed plans, elevations and sections. iii. Architectural details and large blow-ups completed. iv. Fixture schedules completed, including all details. v. Site utility plans completed. vi. Fixed equipment details and identification completed. b. Electrical and Lighting: i. Lighting and power plan should show all switching and controls. Fixture schedule and lighting details should be completed. ii. Distribution and efficiency information on all power consuming equipment, including lighting, power, signal and communication device(s) branch wiring completed. iii. All electrical equipment schedules completed. iv. Special system components plans completed. v. Electrical load calculations completed. c. Civil: 1. All site plans, site utilities, and roadway systems completed. ii. Structural plans and sections with detailing completed. Structural calculations completed. d. Probable Cost: Update and refine the 30% Construction Document Probable cost. e. Specifications: i. Complete development and preparation of technical specifications describing materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the Project. A-20 Where articles, materials and equipment are identified by brand names, they shall be followed by the words "or approved equal" in accordance with Public Contract Code, Section 3400. Specifications shall not contain restrictions that will limit competitive bids other than those necessary for CITY maintenance requirements that to be coordinated with the City's maintenance and operation division for adequacy and compliance. At one hundred percent (100%) review, the specification shall comply with all applicable funding restrictions, if any, in addition to pubic contract code and shall be reviewed by the CITY and corrections made as directed at no cost to the CITY. ii. Coordination of the development of specifications by other disciplines. iii. Specifications shall be in CSI format or Greenbook format. 4. Constructability Review In addition to Quality Control measures by CONSULTANT, the CITY will conduct a Constructability Review (CR) at the 90% design stage, prior to submission to jurisdictional approvals. CR shall be performed using on-line system for the CITY to post comments on the construction documents to the consultant and its team members. CONSULTANTS and its team members shall review and respond to all comments on-line, and shall be responsible for incorporating all valid comments into a revised set of documents. CONSULTANT and its team members will be responsible to attend a CR-reconciliation meeting. The CITY may perform a back check on the revised documents, which may produce a second set of comments, which to which CONSULTANT shall respond to all valid comments. By performing the reviews described herein, the CITY/their agent/ representative is not acting in a manner so as to assume responsibility or liability, in whole or in part, for all or any part of the Project design and design documents. The CONSULTANT remains solely responsible for the contents of design drawings and design documents. 5. Construction Documents (C/D) Final Stage A-21 CONSULTANT shall add selected bid alternates into the construction and bid documents at this time. CONSULTANT is responsible for and shall provide coordination and submission of the complete construction documents (including all design disciplines) to jurisdictional agencies. The construction document final stage shall be for the purpose of the consultant incorporating all Regulatory Agencies' comments into the drawings, specifications, and probable cost. All corrections made by the consultant during this stage should be at no additional cost to the CITY. The final contract documents delivered to the CITY upon completion of the consultant's work shall consist of the following: a. Drawings: Original tracings of all drawings on consultant's tracing paper with each consultant/sub-consultant's State license stamp. b. Specifications: Original typed complete and finalized technical specifications on reproducible masters in CSI or Greenbook format. c. Update and refine the sub -consultant's completed Construction Documents. 6. Construction Final Back -Check Stage Make corrections as required, to reflect regulatory agencies' final back -check comments into the drawings, specifications and probable cost. All such corrections will be made at no cost to the CITY. Upon written approval by the CITY that the documents are complete, consultant shall provide to the CITY a set of completed construction documents including the original sealed drawing (Architectural and Engineering professional seal) and specification as well as other pertinent documents for this project. Reproduction of the contract documents for distribution to bidders will be provided by the CITY. Electronic copy of the originals (DWG format) and the sealed PDF copy of the construction documents (DVD) including the specification and other pertinent material shall be submitted to the CITY. 7. MEETINGS During the Construction Document Phase it is anticipated that biweekly progress meetings will convene to address specific design issues and to facilitate the decision making process such meeting shall not exceed one day in duration and will be held in the CITY office. Documented decisions made at such meetings and subsequently approved by A-22 the CITY shall be binding. Any revisions or reconsiderations of such decisions affecting program, master plan, schematic design and design development shall constitute a change in the Scope of Services of the consultant. 8. Deliverables a. Copies Four (4) - Thirty percent (30%) submittal - one (1) reproducible and three (3) prints of the Thirty percent (30%) working drawings, three (3) specifications, and three (3) probable costs. Four (4) - Sixty percent (60%) submittal - one (1) reproducible and three (3) blue line prints of the sixty percent (60%) working drawings and three (3) sets of equipment cut sheets. Two (2) - Statement of requirements for testing and inspection of service for compliance with construction documents and applicable codes. Submit with 60% and 90% (constructability package) CD submittal. Four (4) - One hundred percent (100%) submittal - one (1) reproducible and three (3) prints of the one hundred percent (100%) working drawings, three (3) specifications, one (1) engineering calculations and three (3) probable costs. Two (2) — Regulatory Agencies file including all correspondence, meeting, back check comments, checklists, etc. to date. (Submit with 100% CD submittal). b. A statement at each stage of CD review indicating any authorized changes made to the program from the last submittal and the cost impact of such changes on the previously approved Construction Budget. If no changes occur, but shifts of costs occur between disciplines, identify for CITY review. (Submit with all submittals, 30%, 60%, and 100%). F. Design Services - TASK V: BID & AWARD PHASE The development of the bidding procedure and the general condition of the construction contract shall be the joint responsibility of the CITY and the CONSULTANT. A-23 While the Project is being advertised for bids, all questions concerning intent shall be referred to the CITY for screening and subsequent processing through the CONSULTANT. In the event that items requiring interpretation of the drawings or specifications are discovered during bidding period, said items shall be analyzed by the CONSULTANT for decision by the CITY as to the proper procedure required. Corrective action taken will be in the form of an addendum prepared by the CONSULTANT and issued by the CITY. The consultant shall ensure that the Bid and Award documents will meet all funding requirements for this project. In addition to responding to questions and preparing bid addenda, CONSULTANT shall attend bid job walks and attend bid opening conference. G. Design Services — TASK VI: ADMINISTRATION AND CLOSE OUT PHASE The consultant's responsibility to provide basic services for the Construction Phase under this Agreement commences with the award of the Contract for Construction and terminates at the earlier of the issuance to the CITY of the final Certificate for Payment or sixty (60) days after the date of completion of the final construction phase. The consultant will receive written notification of the award of a construction contract. Upon receiving such written notification, the CONSULTANT shall proceed with the services required by the Construction Administration Phase of this Agreement. 1. CONSULTANT shall attend the Preconstruction Conference. 2. During construction, the CONSULTANT shall furnish all necessary additional drawings for requests for information, for supplementing, clarifying and/or correcting purposes, and for change orders required. Such drawings shall be requested in writing from the CONSULTANT by the CITY and shall be at no additional cost unless designated as an additional service to the CITY. Drawings and contract wording for change orders shall be submitted to the CITY for duplication and distribution. 3. CONSULTANT shall address any and all design issues that involve jurisdictional agencies. 4. CONSULTANT shall review and approve or take other appropriate action upon contractor's submittals such as: shop drawings, project data, samples and change orders, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. A-24 The CONSULTANT'S action shall be taken within fourteen (14) calendar days so as to cause no unreasonable delay in the work or in the construction of the project. Unless approved otherwise by the City or their representative in writing, in no case shall the review period associated with a single, particular submittal exceed fourteen (14) calendar days from the receipt by the CONSULTANT. 5. During the course of construction, all Requests for Information must be responded to in a most expeditious manner so as not to impact and delay the construction progress. CONSULTANT shall endeavor to respond to each RFI within three (3) days. Unless approved otherwise by the City or their representative in writing, in no case shall the response period associated with a single particular RFI exceed five (5) days. 6. Drawings or change orders required due to actions of the CITY which are beyond the scope of the CONSULTANT'S responsibilities, shall be considered extra services. Consultants will not be entitled to any fee increase associated with construction change order costs that are resulted from the error and omission of the drawings. 7. Consultant shall attend the weekly progress meeting for duration of the project, indicated in the attached Preliminary Master Schedule, to visits the job site for on - site review of the project construction. The schedule of these visits shall be coordinated with the CITY. The purpose of these visits is to interpret or clarify in the Contract Documents and to monitor and provide feedback on the progress of the Project. Consultant shall bring to the attention of the CITY and their representative, in writing to guard the CITY against, but does not assure against, any defects or deficiencies in the work by the CITY'S construction contractor which the CONSULTANT may observe. 8. CONSULTANT shall visit the site at intervals appropriate to the stage of construction or as otherwise agreed by the CITY and CONSULTANT in writing to become generally familiar with the progress and quality of the work completed and to determine in general that the work is being performed in a manner that the work when competed will be in accordance with the Contract Documents. However, the consultant shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work. On the basis of on -site observations as an architect, the CONSULTANT shall keep the CITY informed of the progress and the quality of the work, and shall endeavor to guard the CITY against defects and deficiencies in the work. However, the consultant shall not be a guarantor of the contractor's performance. A-25 9. Prepare "Record Drawings" on the original bid documents (from contractor's red -lined as -built) to record changes made during the construction project based upon information provided by the CITY'S construction contractor and changes by change orders. An electronic copy (pdf and CAD versions) of these "Record Drawings" along with two hard copies shall be delivered to the CITY at completion of the construction and shall be a condition precedent to the CITY's approval of the consultant's final payment. 10. The consultant shall not be responsible for, nor has control or charge of, construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Project, and shall not be responsible for contractors' failure to carry out work in accordance with the Contract Documents. The CONSULTANT shall not be responsible for, nor have control over, the acts or omissions of the contractors, subcontractors, any of their agents or employees, or any other- persons performing any work. 11. CONSULTANT shall review final close out documents from contractor, including, but not limited to, equipment and operation and maintenance manuals and a complete set of warranty documents for all equipment and installed systems. 12. CONSULTANT and SUB -CONSULTANTS shall attend the punch list walk and prepare his own punch list and submit list to CITY within 3 days of the punch list walk. 13. CONSULTANT and SUB -CONSULTANTS shall attend the punch list verifications walk with contractor and be prepared to initial items on list to indicate that the issues have been addressed in accordance with the Contract Documents. 14. CONSULTANT shall address any close out issues with jurisdictional agencies involved in the Project. 15. CONSULTANT shall provide a complete project file to the CITY, including all correspondence, meeting notes, back check comments, checklists, inspection affidavits, etc. to the CITY at acceptance. This project file shall include a final report for all disciplines which shall include, but is not limited to, narrative explanations of the work performed, before and after pictures of the work, etc. H. PROGRAM SCHEDULE Program Schedule shall adhere to the Master Schedule that was part of the RFP and be provided and attached to this agreement (Exhibit "A") by the selected design consultant. A-26 AMENDMENT The Scope of Services, including services, work products, and personnel, are subject to change by mutual Agreement. Mutually agreed to changes to the Scope of Services shall be made in compliance with Section 27 of the Agreement. In the absence of mutual Agreement regarding the need to change any aspects of performance, Consultant shall comply with the Scope of Services as indicated above. END OF Exhibit "A" A-27 EXHIBIT "B" - COMPENSATION A. BREAKDOWN OF FEES BY PHASE In addition to the hourly rates, the Consultant shall use the following table for the breakdown of proposed fee on the provided Services: 1. Pre Design Services ,L0% 2. Schematic DesigrL$ervices 15% 3. Design Development Services 10% 4. Submission of Construction Documents at 30% 10% 5. Submission of Construction Documents at 60% 10% 6. Submission of Construction Documents at 100% Licht 7. Agency Review and Approval al 8. Bid &Award 2% 9. Construction Phase Services 25% 10. Project Close Out Services S% B. INVOICE REQUIREMENTS The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: 1. Line items for the work performed and the percentage completed for every portion of work related to the consultants. 2. Reimbursable cost line items (if applicable) for all supplies charged to the Services. 3. Reimbursable cost line items (if applicable) for all travel charged to the Services. 4. Reimbursable cost line items (if applicable) for all equipment charged to the Services. 5. Reimbursable cost line items (if applicable) for all materials charged to the Services. 6. Reimbursable cost line items (if applicable) for all subcontractor labor, supplies, equipment, materials, and travel charged to the Services. 7. Provide backup invoices, bill of sales, and receipts for all reimbursable cost line items. C. TOTAL COMPENSATION The total compensation for the Services shall not exceed $907,833, as provided in Section 4 of this Agreement. END OF EXHIBIT "B" B-1 EXHIBIT "C" - INSURANCE A. Insurance Requirements Consultant shall provide and maintain insurance, acceptable to the City Manager or City Counsel, in full force and effect throughout the term of this Agreement, against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Consultant, its agents, representatives or employees. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A: VII. Consultant shall provide the following scope and limits of insurance: 1. Minimum Scope of Insurance. Coverage shall be at least as broad as: (a) Insurance Services Office form Commercial General Liability coverage (Occurrence Form CG 0001). (b) Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, including code 1 "any auto" and endorsement CA 0025, or equivalent forms subject to the written approval of the City. (c) Workers' Compensation insurance as required by the Labor Code of State of California and Employer's Liability insurance and covering all persons providing services on behalf of the Consultant and all risks to such persons under this Agreement. (d) Professional liability insurance appropriate to the Consultant's profession. This coverage may be written on a "claims made" basis, and must include coverage for contractual liability. The professional liability insurance required by this Agreement must be endorsed to be applicable to claims based upon, arising out of or related to services performed under this Agreement. The insurance must be maintained for at least 3 consecutive years following the completion of Consultant's services or the termination of this Agreement. During this additional 3 -year period, Consultant shall annually and upon request of the City submit written evidence of this continuous coverage. 2. Minimum Limits of Insurance. Consultant shall maintain limits of insurance no less than: (a) General Liability: $1,000,000 general aggregate for bodily injury, personal injury and property damage. (b) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. A combined single limit policy with aggregate limits in an amount of not less than $2,000,000 shall be considered equivalent to the said required minimum limits set forth above. (c) Workers' Compensation and Employer's Liability: Workers' Compensation as required by the Labor Code of the State of California and Employers Liability limits of not less than $1,000,000 per accident. (d) Professional Liability: $1,000,000 per occurrence. C-1 B. Other Provisions Insurance policies required by this Agreement shall contain the following provisions: 1. All Policies. Each insurance policy required by this Agreement shall be endorsed and state the coverage shall not be suspended, voided, cancelled by the insurer or either party to this Agreement, reduced in coverage or in limits except after 30 days' prior written notice by Certified mail, return receipt requested, has been given to City. 2. General Liability and Automobile Liability Coverage. (a) City, and its respective elected and appointed officers, officials, and employees and volunteers are to be covered as additional insured as respects: liability arising out of activities Consultant performs; products and completed operations of Consultant; premises owned, occupied or used by Consultant ; or automobiles owned, leased, hired or borrowed by Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City, and their respective elected and appointed officers, officials, or employees. (b) Consultant's insurance coverage shall be primary insurance with respect to City, and its respective elected and appointed, its officers, officials, employees and volunteers. Any insurance or self insurance maintained by City, and its respective elected and appointed officers, officials, employees or volunteers, shall apply in excess of, and not contribute with, Consultant's insurance. (c) Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (d) Any failure to comply with the reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to City, and its respective elected and appointed officers, officials, employees or volunteers. 3. Workers' Compensation and Employer's Liability Coverage. Unless the City Manager otherwise agrees in writing, the insurer shall agree to waive ail rights of subrogation against City, and its respective elected and appointed officers, officials, employees and agents for losses arising from work performed by Consultant. C. Other Requirements Consultant agrees to deposit with City, at or before the effective date of this contract, certificates of insurance necessary to satisfy City that the insurance provisions of this contract have been complied with, The City Attorney may require that Consultant furnish City with copies of original endorsements effecting coverage required by this Section. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. City reserves the right to inspect complete, certified copies of all required insurance policies, at any time. 1. Consultant shall furnish certificates and endorsements from each subcontractor identical to those Consultant provides. C-2 2. Any deductibles or self -insured retentions must be declared to and approved by City. At the option of City, either the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects City or its respective elected or appointed officers, officials, employees and volunteers or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration, defense expenses and claims. 3. The procuring of such required policy or policies of insurance shall not be construed to limit Consultant's liability hereunder or to fulfill the indemnification provisions and requirements of this Agreement. END OF EXHIBIT "C" (not including the attachment) C-3 EXHIBIT "D" - MASTER SCHEDULE update #3- Data Date 02DEC10- attached 2pages D-1 Ovum. ircuk 1.1 1.1.1 4 r.IIwIW ,G 1000 Temple City Project Maste r 1010 1020 .ac lrx a5• bn,.e• -i."411./11 Project Start -U p Set -Up Office & Prucuw Basic Furniture Sebtlp Computer System Se -Up Filing & Gel Office Supplies bu r Ae m r. !1WA E.rly r.,m , r,n,.-. . �r 60f 18AUG10 28MA R13 0` 0 1BAUG10 1BAUG10 A 1.1.2 1030 0 19AUG10 A 20A UG 10 20AUG10A ' 20AUG10A 1.1. 3 1040 0 1BAUGIOA 20AUG10 A 1.1. 4 1050 Vane Forms & letterheads 0 19AUG10 A 20AIJGIOA 1.2 1.2. 1 10 60 1070 Pre -Design Phase Confirm Master Plan 14 0' 23AUG 10 23AUG10 A 21 DEC10 15SEPIO A 0 1.2. 1. 1 1.2. 1.2 1080 1090 Site Visit 0 An alysis it Report Preparation 0 23AU010 A 30AUG10 A 31AUG10 A 09SEP10 A 1.2. 1 3 1100 Submit Report (Draft 90% ) 0 105EP10 A IOSEP10 A 1,2.1.4 1110 Finalize Repo rt 0 13SEP10 A i55EP10 A 1.2.2 1120 Design Professional Selection RFOIRFP Preparation 14' 16SEP10A 21DEC10 0 1,2, 2A 1130 0' 16SEP10 A 01 OCT10 A 1. 22.1. 1 1140 Wendy Designer Firm (5 to 10 Fin is) RFO J RFP Pre paration Work 0 16SEP10 A 23S EP10 A 1. 2.2,1.2 1150 12. 22 1150 RFC / RFP Advertising 0 01 24SEP10 A 010CT10 A 040CT10 A 060CT10 A 1. 22. 3 1170 RFOJ RFP Re sponse Wne 0 070CT10 A 01NOV10 A 122 .4 1500 Fun ding -process amen dment to TIP for fending Fun ding -review 8 a ppro val of new amwn. do n 0 260C T10 A 05NOV10 A 12.2.5 1610 12 OBNOVIO A 17DEC10 2d 1,22. 6 1150 RFC / RFP RO1OW 0 2BOC T10 A 03NOV10 A 12.2.7 1190 Att9dtte d Interview 0 2BOC T10 A 10NOV10 A 1.2.2.8 1200 Archaecl 5eletfine 0 2SOCTi0 A 05NO V10 A 12.2.9 1210 De signer Contact Prepanir ton 122. 10 1220 Designer C ontract Award by City a B 22NOV10 A 13DEC10- 0 14DEC10 21DEC10' 0 1. 3 1. 3.1 1300 1850 De sign Phase Design Orlenla(bn Notify Public (web, Flyers & Advertisement) Master Flan Revision & Final PleperaBon Work 101 2 22DEC10 22DEC10 31A UG 11 23DEC10 10d 1.3.2 1860 24DEC10 24DEC10 10d 1.3.3 1310 24DEC10 30DEC10 0 1.3.4 1870 Design Milestone Schedub Project/Clnshlrction BlctgelPreparation Cost Analysi /Corsbr Alin - Staff Repo rt -Causal Project MIS System Cotnicll Approval of Master Schedule Design IGd(-08 Meeting Conform Scope of Work d Master Plan (by Arch) Design Preparation Work (30%) (by Arch) 30% Design Review (by VCMJCrty) Community Meeting/PubtC Outreach Design Preparation W ork (60%) (by Arch) Update Community Websile 4a Temple City 609E Design Review (by VCMNCdy) Funding-err/iron. review- proce ssed by Avnl Garde Funding-Caltrans Revew of emiron. submittal 2 24DECIO 27DEC10 9d 1.3.5 1880 3 31DEC10 04JAN11 0 1.3.6 1890 3 22DEC10 24DEC10 lid 1. 3. 7 1.3. 8 1900 10 22DEC10 04JANii 3d 1320 3 31DEC10 04JAN11 3d 1.3,9 1330 1 05JAN11 05JAN11 3d 1.3,10 1340 5 051AN11 IIJAN11 0 1.3.11 1350 11JAN11 28FEB11 0 1. 3.12 1360 5 01MAR11 07MAR11 0 1. 3. 13 1370 2 OOM ARII 09MAR1 I 1BAPR11 0 1.3.14 1380 30 08MAR11 0 1.3.15 1390 1.3 16 1400 19APR11 id 19APR11 20APR11 0 02MAY11 0 1.3.17 1520 10 26APR11 09MAY11 0 1.318 1830 etke deb 10AUG10 Flydeh d.t. 2111,1A 11130 d 0. 4 . 1. 02DEC 10 Run Ore 02DEC10 P,Aw imMr 1A D Pffmnte work are. Ire. 30 10MAY11 2OJUN11 0 arrgw stns -U &So 4Jp O1b i1Prcerro Bp.e Ferd us &SWUP Garrpuft r Skeen si5.1- Up Fdre ft Ge l 011lw Supple[ • kVr.r Ferro & txede.d• PreD..gn Plea. rryCon forrn M aster pla n, &3d• Vial 1 41111Anslys s & Re port Preparehon Subic Pop e; (D raft B0%1 1 I♦I=, nei,:e Rerrp pp�n. 1 - 1 1 De s'gn P,oles sonal Se lec tion n ARFOIR FP Preparalor' MIdenl,ty Des igner Firm (5 ID 10 Farm) 1 -1-1- 1 IARFO( RFP Prepa rtfon l ih rk ' , -1" 1- -- 1— - "1 — 1 1 1 1 1 #R FOf RFP AOver's'ng , 1 1 I .Fa4RFO1 RFP Res ponse Irmo I 1 1 I rFuming-po oau amendment to T1P Ear rewire Funden g-renew & approval of new entrain. do c. aREcU R EP Renew 1 1 1 I AArchnec l n lerv•ow I I 1 I DALAr IWe d Solection ! t 1 S Designe r Contract PreoarerGan MkDemme Conlnd Award by City I I 1 1 I 1 I 1 i I 1 1 1 I r p, QPrim D•sim Pri 1110 ozipn p yy„r,: I 1 ( i 1 lirmrdy Pubic (we b. Awns Advreprrr lI) I I , I I Sp Warr Plan Reviu n & Fin al Prepvarfm Work I r e 'D .arpn M4sflorrr 3dy11ur 1 1 - 1 11•PrchW CaebvCiar Bide d PrprW ' I ( I 3Cait Arr•y. ur GurWrAlta - Self Raprrraual 6i7Pic ea.Mr6 Sworn r nand Approv al d Moir Sd ed oM 1 I ' 0Du gn Ifck-011 Men W1e aCarOrr n Smp d w•labiner P en(bt' Arch) Dew; Prapraem Walt (d0 %) (by Ards) a 30% Deeps ;lark., (by VCMlCily) ,ACo rwtrvy M� Wy?Pub0c Olr eah \Dei gn P1.pereeon Work 1,50 %) (W Ar ch) ;Upd.e Caren olIy Wbee egTh a.ealy ' 60% Dow n Roomy ( .4 VCM1Cily) 416Furldep-.crabs min , pr oemial by Ant G el. .i skFur +arw-C alt'p Rave. of .win l Uerik 1 1 1 1 1 1 _ 0 I 't - I I 1 I —1— r 1 1 1 1 1 1 1 I 1 1 1 1 I I . 1 1 I 1 1 _L 1 1 I 1 1 1 1 1 1 I 1 1 ' 1 I 1 ( I VANIR CM TE MPLE CITY- R OSEMEAD BLVD. ENHANCEMENT AND BEAUTIFICATI ON SCHEDULE UPDATE tf3 f it.kkt • ....TM. w.�r. v y C.1.. .. p C.rlr. Ac l,u-I, a40 a4‘. .Ir,ly . .t_,rpl,nn Ruhi b..-.. L ,. rir ' ;J.r E;.iy 'iiir..' Nat. P C. 11 1.2:19 1410 Design Preparation W ork (1009) (by Arch} 26APR11 06JUN11 0 1.3.20 1420 CorlsbedabdityReview (by VCM) 07JUN11 04JUL11 0 13.21 1430 Corrective Work byAlchiled 1 21JUN11 11JUL11 0 1.3.22 1540 Fundg-req. Fed. authorize lo proce ed with roast. 1 07JUN11 20JUN11 15d 1. 3.23 1440 Regulatory Agendas Plan & Spec Review 30 12JUL11 22AUG11 17d 1.3 23.1 1460 LA County R eview 12JUL11 22AUG11 17c 1.3.23.2 1450 CalTrane R ev iew of 100% 12JUL11 06AUG11 27c 1. 3. 23. 3 1470 Ra ilroad Authority Review 12JUL11 22AUG11 5d 1.3,23.4 1480 Neighbor S Cwemuiraty Presen taern 1 12JUL11 25JUL11 0 1.3 24 1490 Pmjed Cost Estimator 30JUN11 08JUL11 13d 1125 1500 Value Analys is OBJUL11 14JUL11 14d 1.3.26 1510 Project FlmdingCanfiRmalion 11JUL11 15JUL11 13d 1.3.27 1520 Cash Flow Anatysis 1 111.11.11.11 29JUL11 13t1 1. 3.28 1530 Preparatim of the General SpecsdCondilions 2 261111.11 29AUG11 0 1.3.29 1540 Preparation of the Bidding Schedule 30AUG11 31AUG11 0 1,3.30 1550 Contractor's C.ontrad PreparafionlPhasi g 1 01AUG11 12AUG11 13d 1.4 1500 Bld 1!i Award 31 01SEP11 130 C1 11 0 1.4. 1 1570 Bid Advertisement 1 01SEP11 A 14SEP11 0 1.4.2 1580 Bid Walk 1 15SEP11 A 15SEP11 0 1. 4.3 1920 Bid Openirg 1 16SEP11 296EP11 0 1.4.4 1910 Award of Contract 1 3OSEP11 130CT11 0 1. 5 16 10 Cons truc tion -Segmen t I 95 14OCT 11 23FEB12 0 1.6 1650 Constru ction -Segment 11 85 24FEB12 21JUN 12 0 1.7 1690 Construction -Segment 111 85 22JUN 12 10O CT 12 0 1.8 1730 Constructio n - Segment IV 85 190CT12 14FEB13 0 1.9 1770 Post Constructio n 30 15FEB13 28MAR13 0 1.9.1 1780 ContractorCbse-Dul 1 15FEB13 07MAR13 0 1. 9.2 1790 Agency Close -Out 1 01MAR13 21MAR13 0 1. 9.3 1800 Complete Close-Ou1 1 15MAR13 28MAR13 ` 0 sum data, 1 .AU G10 R111A .Oslo 2SMAR11 Ran data 11 ono° CITY- ROSE M Rue data (=ECMTEMPLE P. numbs 1d, Q Pr1m1"anjv. I. h.1. Inc. 1 1 osIga Prepa ra lan Wont (100 y- 4 1 1 i I 1 1 1 1 1 1 s ' - r•- .- -[11,G enstrodelory Rimer (by VC -1.4) - 7 - -1 � I- T' -t- '- ' -1- r -1 - _ -• - f -4 I 11 r 11 I I 1 1 1 , p IIPL Cmre iV e Work by . I 4 I l 1 1 1 1 1 I I I i lapFurd a-.p Frd. auUn[1ze to pro ceed 1v 11h e ked. [ 1 1 1 1 1 1 1 1 1 1 I I '�ORpu►brPcon osrPionaSpecSe e r' f I 1 I I 1 1 i 1 7 1 . I I I' 1 1 1 1 I I 4 1 LAC n RIM"' 1 I I I 1 f I 1 I I 1 1 1 1- r, I r i 111Carra ra Parlor al 100% 1 1 1 I II 1 1 1 1 I 1 1 1 I I 1 t I ! Ra mceeA allorarRe vnr I I I l l I 1 I I 1 1 ' I r I I I 1 1 1 1 1 1 1 I 1 1 I 1 I I I I I i I I I 1 I I 1 q a'r a Community Pre ranta e •I ! I I 1 I 1 1 t 1 1 1 1 1 1 Prge d Cor al Fjllmala ' 1 11 I 1 I I 4 4 I 1 ' r 1p 1 1 1 1 1 �vrw Amine ' I I I I I I I I I I 1 t 1 . d I 1 1 1( i 1 1 I 1 I I I Gome l ape I{ I I I I I 1 I I I I 1 I I 1 , dPrgad Fladvq C aner.rlrintr I 1 I 1 f I I I 1 1 1 1 1 I 1 1 1 l 4 I I 1 4 1 WICaa� hFro Aki A kira. 1 111411 I 1 I I I 1 ( I 1 I I I P I I i Praperame d all dCn�uma I I I ' I 1 I I I I 11 t I . 1 1 1. 1 I I I I I I I 1! t t I 1' I 1 1 1 1 Q.Pnprra aon d re Ridding Schottky 1 1 I I 1 4 I I 1 I 1 1 1 1 I . I 1 4 I AO Contra ctor's Co nVoctPreparation4Phs s.ng f 1 I 1 I I 4 4 4 . 4 4 1 r- L i J_ L 1 _t_ ... i ._ 1 _I_ L i -I- '. ..J- _ 1 1- L J. _4 1 6 I I 1 1 I ��� a''W°� `a -I �- 1 ' 1 1 I I P I I i 1 I 1 I I 1 I I I 1 4 . I SIA MAMrlsamra 4 I I 1 I 1 I I 1 1 S I I 4 1 I I t I [ 1 I I 1 1 1 4 1 ��yyy 1 1 I I I I I 1 1 I 1 1 I 4 1 r I 1 I I i 1 1 4{ 1 1 1 1 1 1 11 I I I I 1 1 1 1 I 1 I i I 1 1 i I 1 I 1 1 I I I I ' �6111g 4 4 I 1 I 4 1 4 4 I I 1 1 I 1 1 1 1 1 1 1 1 1 1 4 1 1 1 1 OPSAratd of Cok ed 1 1 1 I 1 1 t I 1 1 I 1 1 ' 1 I -4 -1- -1 - F , - t- - -1- t- -1 - ruwctmn . Segm ent I ._r- -i --I- 1--I - - - - F 1. -I - 1 1 4 1 4 •1 1 1 I 1 1 1 1 1 1 1 1 1 I I 1 1 1 I 1 1 I I I 1 l 1 I 1 Ik Cmtrlrlior. -Spook 11 0 I 1 1 1 1 1 4 1 1 I 1 1 1 1 I 1 1 1 1 1 1 1 1 11 1 1 1 ,Corotho ien - Spume in I 1 I P 1 I ' I [ I 1 I I 1 1 1 1 1 1 I t I I 1 I l 1 I I I I I ! I 1 1 I 1 I I 1 1 - .pnn M 1 I i t l 4 1 I 1 I I 1 I 1 I 1 1 1 1 1 I 1 1 I 1 , I 1 , Po'aCo 4 -T -I- -I-r T-1-t-T-I-r-1-r 1-r1--i-r-I-i- r-1- r 1—i T1"iwea m.eram a.a 1 I I . 4 I I I I I I 1 ( I I 1 I I 1 I I 1 I I I 4 I I 1 yCr_y .,,� I 4 1 I 1 i I ' 1 I I I . 1 1 1 1 1 1 1 1 1 1 1 1 1 �"'+ ( I 1 r I. 1 I I I 1 4 I 1 4 4 4 41444114114 n I RCanpiel a ama- VANIR CM EAD BLVD . ENHANCEMENT AND BEAUTIFICATION SCHEDULE UPDATE #3 ATTACHMENT "B" ..J: de? 4-1141kk e 064, O' l z. . 0,.1. Sk-40, -- - 1� `. CITY OF TEMPLE CITY REQUEST FOR QUALIFICATIONS/ REQUEST FOR PROPOSAL (RFQ/RFP) ARCHITECTURAL DESIGN AND CONSTRUCTION ADMINSTRATION SERVICES FOR THE ROSEMEAD BOULEVARD SAFETY ENHANCEMENTS & BEAUTIFICATION PROJECT Due: WEDNESDAY, OCTOBER 27, 2010 at 2:00 pm Page 1 of 18 Vanir E 207 A, 01/03 NOTICE OF REQUEST FOR QUALIFICATIONS (RFQ/RFP) FOR ARCHITECTURAL DESIGN AND CONSTRUCTION ADMINSTRATIE SERVICES FOR THE ROSEMEAD BOULEVARD SAFETY ENHANCEMENTS & BEAUTIFICATION PROJECT NOTICE IS HERBY GIVEN that the City of Temple City is seeking Architectural Design and Construction Administrative services for the Rosemead Boulevard Safety Enhancements & Beautification Project (i.e., between the Railroad Crossing on the south and Callita Street on the north). The Service Proposal (Qualification Statement) and Fee Proposal must be submitted to the City Clerk's Office in City Hall, 9701 Las Tunas Drive, Temple City, California, 91780, Attention: City Manager, no later than 2:00 p.m. on Wednesday, October 27, 2010. POSTMARKS WILL NOT BE ACCEPTED. All responses to this RFQ/RFP must be clearly marked, "ARCHITECTURAL DESIGN AND CONSTRUCTION ADMINSTRATION SERVICES FOR THE ROSEMEAD BOULEVARD SAFETY ENHANCEMENTS & BEAUTIFICATION PROJECT," and shall be delivered during normal business hours of 7:30 a.m. to 6:00 p.m., Monday through Friday, except holidays, to the City Clerk's Office, attention City Manager. Submit one original and five copies of your Service Proposal along with, in a sealed envelope, one copy of your Fee Proposal (please see Sections 10,11 and 12 for format and content). The RFQ/RFP respondents understand that the final fee will be negotiated with the City for the aforementioned services. All responses to this RFQ will be reviewed and analyzed by City staff, City's project manager, and the proposals that best address the City's and project's needs, will continue on for further analysis and negotiation with the City Manager. The City of Temple City reserves the right, in its sole discretion during the selection process, to reject any or all responses to this RFQ/RFP or any portion without exception or explanation. Parties will receive a free copy of the electronic design package (i.e., DVD disc), which includes the items that are mentioned on the cover letter. A copy of the electronic design package can be obtained from the City's Project Management office at the following address: Temple City Hall 9701 Las Tunas Drive Temple City, CA 91780 (626) 626.285.2171 x 2329 Page 2 of 18 Vanir E 207 A, 01/03 REQUEST FOR QUALIFICATIONS/ REQUEST FOR PROPOSAL (RFQ/RFP) FOR ARCHITECTURAL DESIGN AND CONSTRUCTION ADMINSTRATION SERVICES FOR THE ROSEMEAD BOULEVARD SAFETY ENHANCEMENTS & BEAUTIFICATION PROJECT Table of Contents SECTION 1. GENERAL STATEMENT 4 SECTION 2. PROJECT DESCRIPTION 4 SECTION 3. BUDGET 5 SECTION 4. PROJECT SCHEDULE 5 SECTION 5. CONSULTANT'S QUALIFICATIONS 5 SECTION 6. INSURANCE AND INDEMNIFICATION 5 SECTION 7. STANDARD CONTRACT 5 SECTION 8. ELIGIBILITY 6 SECTION 9. SCOPE OF SERVICES 6 SECTION 10. SUBMISSION OF PROPOSALS 6 SECTION 11. SERVICE PROPOSAL: CONTENT & ORGANIZATION 7 SECTION 12. FEE PROPOSAL: CONTENT & ORGANIZATION 9 SECTION 13. SELECTION PROCEDURE 10 SECTION 14. REQUEST FOR ADDITIONAL INFORMATION 11 SECTION 15. SCHEDULE OF EVENTS 11 APPENDIX A PROJECT INFORMATION PACKAGE 12 APPENDIX13 - SAMPLE STANDARD AGREEMENT 18 Page 3 of 18 Vanir E 207 A, 01/03 SECTION 1. GENERAL STATEMENT The Rosemead Boulevard Safety Enhancements & Beautification Project is moving closer to reality in the Temple City. The City Currently has preliminary construction plans for the previously budgeted $6 million transportation enhancement project that encompasses the entire boulevard from City limit to City limit (see attached DVD which contains electronic copies of four related planning and design documents ). However, the following two important factors allow the City to consider expanding the scope of the project: 1: Current Bidding Environment: The bids for capital improvement such as this one are coming considerably under budget; and 2: City Budget Increase: The City now has a $10 million budget available to use for design and construction of this project. Hence, the City is in a position to significantly upgrade the preliminary design of this capital improvement project by retaining a new architectural/urban design firm that will maximize this unprecedented opportunity for the Temple City community. It is the intent of this Request for Qualifications/Request for Proposals to establish the specifications, terms and conditions governing the selection of a professional architectural/urban designer firm(s) to provide architectural and engineering services to the City of Temple City. All submittals shall be in the approved form, formatted as specified in this RFQ/RFP, and shall take into consideration all other information included in the Appendixes. Submittals which do not include all of the elements as specified, or which deviate from the proposed format and content as specified, may be deemed "non -responsive" by the evaluation committee and eliminated from further consideration. SECTION 2. PROJECT DESCRIPTION The City of Temple City is seeking qualified providers of architectural/ urban planning and engineering services for The Rosemead Boulevard Safety Enhancements & Beautification Project from City limit to City limit (Le., between the Railroad Crossing on the south and Callita Street on the north). Specifically, enhancements shall be made, at a minimum, to the following project features: 1. Sidewalks; 2. Curb ramps; 3. Transit Stops; 4. Rest areas; 5. Tree planting; 6. Median islands; 7. Street lighting; 8. Improvement to underground utilities; 9. Crosswalks; 10. Accent nodes; 11. City entry and exit signs; 12. Traffic signals; 13. Traffic signposts; Page 4 of 18 Vanir E 207 A, 01/03 14. Business signs and billboards; 15. Public arts; and 16. Entry to Temple City at Railroad underpass. Please refer to the Appendix A and DVD available from the City Clerk for more information, including the original master plan, the master planning re -assessment, preliminary construction drawings (civil), and landscape improvement drawings for Rosemead Boulevard. SECTION 3. BUDGET The City now has $10 million budget available to use for programming, design, construction, and all associated costs. Funding sources include federal, state, Caltrans, and City Redevelopment funds. SECTION 4. PROJECT SCHEDULE The project schedule anticipates that the new architectural/urban design firm will begin pre -design activities in November 2010 and construction is scheduled to begin July 2011 or earlier. Please refer to the Schedule in Appendix A for more detailed preliminary schedule data. SECTION 5. CONSULTANT'S QUALIFICATIONS The architectural/urban design firm will be selected based on professional qualifications and demonstrated competence. Serious consideration will only be given to those applicants who clearly demonstrate successful past experience on similar street safety enhancement and beautification projects. Ability to meet schedules, coordinate effectively with other entities, and work effectively with business and community groups and to work within budget limitations will all be considered in the selection process. The selection criteria are further described in Section 13. The City of Temple City is an Equal Opportunity Employer. The successful firm shall be expected to comply with applicable laws. SECTION 6. INSURANCE AND INDEMNIFICATION Proposers shall be required to comply with the Indemnification provisions contained in the Standard Agreement (see Exhibit "C" of the attached Appendix" B", pages C1, C2, and C3 for detail). The successful proposer shall procure, maintain, and provide to the City proof of insurance coverage for all the programs of insurance along with associated amounts specified in the Standard Agreement (see Exhibit "C" of the attached Appendix" B", pages C1, C2, and C3 for detail). SECTION 7. STANDARD CONTRACT The exact scope of services required by the City will be set forth in the Agreement between the City of Temple City and the successful firm; a sample copy of the City's Standard Agreement has been attached to this RFQ/RFP for your reference(see Appendix B). Identify in writing any exceptions or deviations to the Standard Agreement. The City of Temple City reserves the right to modify contract language at any time prior to award of the contract. Page 5 of 18 Vanfr E 207 A, 01/03 SECTION 8. ELIGIBILITY An architectural firm may associate by sub consultant agreement with other firms for this project. The architectural firm and sub consultants must be licensed by the State of California to practice in their respective fields of specialization. Joint -venture teams will not be accepted. SECTION 9. SCOPE OF SERVICES The City of Temple City is seeking qualified providers of architectural/ urban planning and engineering services for The Rosemead Boulevard Safety Enhancements & Beautification Project from City limit to City limit (Le., between the Railroad Crossing on the south and Callita Street on the north). The successful firm will work directly with the Temple City Project Manager Representatives and other consultants in fulfilling the duties as described in this request. As a guideline, it is anticipated that the consultant will participate in the development of design and construction program information including the needs assessment, an architectural program, construction documents and technical specifications and construction administration. Services may include architectural, urban planning, civil, structural, and electrical engineering, landscape design, traffic engineering and signage, specifications and cost estimating. Soils investigation and surveying are not part of this RFQ/RFP. Please refer to Appendix A "Project Information Package" for additional information. SECTION 10. SUBMISSION OF PROPOSALS All submittals must conform to the prescribed format described in this Section and Section 11 (Service Proposal) and Section 12 (Fee Proposal). Any submittal that deviates from this format may be rejected without review at the City's sole discretion. All costs for proposal preparation or subsequent interview preparation shall be at the expense of the proposer and shall not be included in the fee proposal. Services Proposal Firms wishing to respond to this request must supply the information requested in this RFQ/RFP by the date and time required. All submittals shall be in an 8%2 x 11' format. Foldout 11 x 17" pages may be used to exhibit projects. All submittals must have executive summary, numbered pages and a table of contents. The document shall be typed and shall not exceed thirty (30) pages of written material, with minimum 10 -point font. Double -sided pages will count as two (2) pages. Each the thirty (30) page limitation includes any written, photographic, or graphic material contained in the body of the proposal and any appendices. The limitation does not include the cover, cover letter, table of contents or index, and blank tab pages. Number each page, beginning with the first page of the Executive Summary. Fee Proposal The fee submittal must have a cover letter on the prime's letterhead, reference this project and include the firm names of all team members. The submittal should be in an 8 Ya" x 11" format, although foldout 11" x 17" pages may be used. There is no page limitation to the fee proposal. The fee proposal shall be submitted in a sealed envelope. Clearly label the sealed envelope with firm name and title "Fee Proposal Page 6 of 18 Vanlr E 207 A, 01/03 —Architectural Design and Construction Administration Services for Rosemead Boulevard Safety Enhancements & Beautification Project." Submit one original and five (5) copies of your Service Proposal along with one copy of your Fee Proposal in a separate sealed envelope. Ali documents shall be submitted in one container or package to: City of Temple City RE: Architectural Design and Construction Administration Services Rosemead Blvd Safety enhancements & Beautification Project 9701 Las Tunas Dive Temple City, CA 91780 Attn: City Manager SECTION 11. SERVICE PROPOSAL: CONTENT & ORGANIZATION All proposals must be submitted in the prescribed format; they must address all of the following in the order shown. Any proposal that deviates from this format may be rejected without review at the City's sole discretion. Cover Letter The Cover Letter shall be addressed to Mr. Jose Pulido, City Manager, and shall include the legal name of the company, corporate address, telephone, and fax numbers. Include name, title, address and telephone number of the contact person identified. Acknowledge receipt of all addenda, if any (addenda will be posted on the City of Temple City Website before the dead line date). Include a statement to the effect that the proposal shall remain valid for a period of not less than 90 days from the date of the submittal. Include a signed statement, by an officer of the firm with authority to bind the firm in event of a contract, attesting that all information submitted with the proposal is true and correct. Table of Contents Include a table of contents in your proposal. Tabs or dividers between each section are highly encouraged. A. Executive Summary Provide a summary of the significant information contained in the proposal. Highlight and summarize your qualifications and strengths that will single out your firm as the best firm to accomplish this project. B. Understanding of and Approach to the Project 1. Provide a summary of your approach to the project. 2. Discuss your understanding and approach to the challenges of this project. 3. List the required information expected from the City by major task. 4. Indicate participation the firm will require from the City staff and consultants. 5. Describe your approach to working effectively with jurisdictional agencies including but not limited to Los Angeles County Public Works, Southern California Edison, and so forth. 6. Describe your approach to working effectively with Ad -hoc committees. Attendance in neighboring and community design presentation will be required, Page 7 of 18 Vanir E 207 A, 01/03 7. Describe your approach to effective interaction with community groups C. Quality Control 1. Provide an outline of quality control and in-house procedures to coordinate the work of your consultants during the architectural programming and design phase of the project. The outline should describe your system of compiling information; frequency of team meetings; method of documenting team meetings; procedures for distributing information to team members; and procedures for verifying and guaranteeing that approved items are incorporated in the final Construction Documents. 2. Describe your approach to construction administration 3. Provide a statement as to how you will manage the flow of information between members of the team: The City manager, City Council, City Project Manger group, businesses, the public and the owner's consultant and your consultants. D. Experience on Similar Projects 1. Provide a list and description of similar projects completed (constructed) within the last eight (8) years of similar scope and complexity. Include the following information: a. Project Name and Location; b. Brief project description; c. Total project budget; d. Design Fee; e. Project duration; f. Names of your consultant firms; g. Phases wherein proposer performed work (programming, schematic, design development, construction documents, construction administration, and close-out); h. Indicate whether project was in a congested downtown area; and i. Include references for each cited project. 2. Provide a list and description of projects currently under design/construction of similar scope and complexity E. Experiences in Controlling Project Cost/Design Schedule 1. Provide a statement of the firm's philosophy with respect to cost and budget control during the design phase of the project, demonstrating experience and ability to design to a given budget. 2. Provide a statement of the firm's philosophy with respect to schedule control. Describe your approach to meeting the schedule for this project (See Appendix A.2 for master project schedule) 3. For the projects completed in the last eight (8) years listed in item D above, provide the following information (in this section): a. The date the design contract was awarded; b. The design schedule for completion of construction documents; c. The date construction documents were completed; d. Construction budget established at the program level; e. Construction budget at the schematic design phase; f. Construction budget at the design development phase; g. Construction budget at the construction document phase; h. Construction budget at the bid date including a list and amount of bid alternates; i. Bid opening date and bid spreadsheet for each project including a list of bid alternates; Page 8 of 18 Vanir E 207 A, 01/03 j. If re -bid was necessary and why; k. Awarded amount; I. Construction start and completion dates; m. Change order history for each project identifying the reason for the change order (i.e.; owner request, errors, omissions, site conditions); and n. Name, address and telephone number of: i. Owner's representative who was directly involved during the construction phase. ii. Superintendent and contracting firm that performed the work. 4. List and provide amounts of pending and/or resolved claims, if any, associated with the above projects. F. Proposed Organization and Staffing 1. Identification of Prime Firm: State the year the firm was established. Include a brief description of the organization, its constituent parts and size variation in the past five years. 2. Provide a description of the organizational structure and staffing to be used for the project. Include an organizational chart. Also provide the following: a) Provide the resume of the Project Architect to be assigned to the project. b) Provide name of the consulting firms, the leads of the consulting firms to be assigned to this project, their resumes, and a list of projects each has completed within the last three years. c) Provide the resumes of the balance of the consulting team. 3. For the lead individuals indicate an estimate, by name, of the percentage of that person's time (based on fifty-two, forty hour weeks per year) that will be devoted to each phase of the project. 4. Separately describe the experience and background qualifications of the members of the project team functioning together on similar projects. 5. Current Projects: Provide a summary of all projects for which your firm is currently providing services. What is the total estimated construction value of projects currently under contract? Identify the clients with whom there have been repeated associations. G. Exceptions to Standard Agreement 1. List exceptions, if any, to the Standard Agreement. SECTION 12. FEE PROPOSAL: CONTENT & ORGANIZATION The fee proposal must have a cover letter on the prime's letterhead, which references this project and includes the firm names of all team members. The fee schedule shall include the number of personnel hours, sub -consultants, and other direct cost to support the following listed sections. Indicate reimbursable expenses include hourly fee schedules for the prime and each sub -consultant and include a "Not -to -Exceed" or a "Lump Sum" total project fee at the following table in a sealed envelope as per the instruction provided in this RFQ/RFP. Page 9 of 18 Vanir E 207 A, 01/03 Include a summary of your total costs in a table as follows: Description Amount Percentage of Fee a. Pre -Design Phase b. Schematic Design/ Design Development c. Construction Documents at 30% d. Construction Documents at 60% $ [XXX.XX] $[xx.xx] $xx,xxx $XX,XXX e. Construction Documents at 100% $XX,XXX f. Construction Phase $XX,XXX g. Project Close Out $XX,XXX ' h. Total Proposed fee $XX,XXX 100% SECTION 13. SELECTION PROCEDURE A review committee will evaluate all responses to this RFQ/RFP that meet the submittal requirements. Architectural firms will be selected based on professional qualifications and demonstrated competence, according to the responses to information required in the RFQ/RFP, as follows: • Evaluation of approach (30 points); • Firm's past experience on projects of similar size and scope (30 points); • Proposed organizational structure and key staff (30 points); and • Completeness of proposal and adherence to requirements (10 points). Proposals will be evaluated and ranked. The Review committee will select a minimum of three firms that best meet the requirements of the City of Temple City. The fee proposals will not be used in establishing this ranking. A single set of interviews will be held to select an architectural firm. Finalists will be interviewed by a selection panel. Approximately thirty-five (35) minutes will be allowed for presentation and twenty-five (25) minutes for questions by the selection panel. All principal team members must participate in the interview. Your proposed Project Manager must be available to lead the presentation. Firms selected for interviews should focus their approach on the Rosemead Boulevard Safety Enhancement and Page 10 of 18 Vanlr E 207 A, 01/03 interview. Your proposed Project Manager must be available to lead the presentation. Firms selected for interviews should focus their approach on the Rosemead Boulevard Safety Enhancement and Beautification Project (as opposed to reiterating qualifications or discussing generic issues that might apply to any project). Fee negotiations will commence with the top ranked firm as determined after the interviews. If a fee cannot be agreed upon, or if negotiations are not complete at the end of five (5) working days, negotiations with the first firm will cease and will commence with the second firm, etc. SECTION 14. REQUEST FOR ADDITIONAL INFORMATION Firms may submit written questions regarding this RFQ/RFP by fax or a -mail. Only questions provided in a written format by fax or email will be answered. All responses will be in written format. No responses will be made to verbal questions. Only responses made by the Project Manager, in writing, will be binding to the City. All questions must be received by the date and time given in Section 15. When submitting questions, please specify the section number, paragraph number, and page number and quote the language that prompted the question. This will ensure that the questions can be quickly found. The City reserves the right to group similar questions when providing answers. The City will not identify the source of any question. The City will issue an Addendum to the RFQ/RFP that compiles and answers all questions. Addenda will be posted on the City of Temple City web site on or before the dead line date indicated in Section 15. Questions should be made in writing and addressed to: City of Temple City Mr. Sha Jarrahi, Project Manager Architectural Design and Construction Administration Services Rosemead Blvd Safety Enhancements & Beautification Project 9701 Las Tunas Dive Temple City, CA 91780 FAX: 626.285.8192 E-mail: sha.jarrahi@vanir.com Please do not direct any questions or concerns to any other individual or City agency. Violation of this policy will be considered grounds for disqualification. SECTION 15. SCHEDULE OF EVENTS Issue RFC)/ RFP Dead line for Questions Submitted in Writing Response to A/E Written Questions Proposals Due (at or before 2:00 p.m.1 Announcement of Firm to be interviewed Interviews Select a Firm Contract Approval Wednesday, October 6, 2010 Thursday, October 14, 2010 Wednesday, October 20, 2010 Wednesday, October 27, 2010 Monday, November 1, 2010 Thursday, November 4, 2010 Tuesday, November 9, 2010 Monday, November 22, 2010 Page 11 of 18 Vanlr E 207 A, 01/03 "APPENDIX A" CITY OF TEMPLE CITY REQUEST FOR QUALIFICATIONS/ REQUEST FOR PROPOSAL (RFQ/ RFP) ARCHITECTURAL DESIGN AND CONSTRUCTION ADMINSTRATION SERVICES FOR THE ROSEMEAD BOULEVARD SAFETY ENHANCEMENTS & BEAUTIFICATION PROJECT APPENDIX A - PROJECT INFORMATION PACKAGE A.1- SCOPE OF SERVICES A.2 -PRELIMINARY MASTER SCHEDULE Page 12 of 18 Vanir E 207 A, 01/03 A.1 SCOPE OF SERVICES The City currently has preliminary construction plans for the previously budgeted $6 million transportation enhancement project that encompasses the entire boulevard from city limit to city limit. However, the following two important factors allow the City to consider expanding the scope of the project: 1: Current Bidding Environment: The bids for capital improvement such as this one are corning considerably under budget; and 2: City Budget Increase: The City now has a $10 million budget available to use for design and construction of this project. The City is in a position to significantly upgrade the preliminary design of this capital improvement project by retaining a new architectural/urban design firm that will maximize this unprecedented opportunity for the Temple City community. The existing conditions and other information are contained in the documents available on the provided DVD, referenced in the cover letter to this RFQ/RFP, namely: • Master Planning for Enhancement of Rosemead Boulevard, • Master Planning Reassessment report for Enhancement of Rosemead Blvd Improvement -Plan Review and Confirmation, • Preliminary construction drawing for "Street Enhancement Project Rosemead Blvd from Railroad to Callita", and • "Landscape improvements drawings for Rosemead Blvd landscaping project from 1-210 freeway to Temple City Boundary." Proposers are strongly encouraged to carefully review this information. Generally, enhancements shall be made to the following: 1. Landmark features; 2. South and north entries; 3. Railroad underpass; 4. Treatment at open channel; 5. Billboards and signage; 6. Street lighting; 7. Landscape lighting; 8. Landscape irrigation; 9. Sidewalks; 10. Curb ramps; 11. Transit Stops; 12. Rest areas; 13. Tree planting; 14. Median islands; 15. Improvement to underground utilities; 16. Crosswalks; 17. Accent nodes; Page 13 of 18 Vanir E 207 A, 01/03 18. City entry and exit signs; 19. Traffic signals; 20. Traffic sign posts; 21. Business signs and billboards; 22. Public arts; 23. Transit shelters; 24. Street furniture; 25. Bulb -outs; 26. Sump pump at railroad overpass; and 27. Other design ideas such as bike lanes, newspaper stands, traffic control cameras, security camera, etc. As part of the services, the consultant will be responsible for the following: A. Pre -Design Phase: Conduct a Condition Assessment and Verification Review that verifies the documents provided by City, including 2006 Master Plan, Updated Master Plan, and information contained on civil engineering plans, provided on RFQ/RFP DVD. Identify in writing any significant variations. B. Schematic/Design Development Phases: Development of Schematic Design Documents for the City of Temple City. Development of Design Development Documents based upon approval of Schematic Design, design documents and any adjustments authorized by the City of Temple City to the Program Schedule or Construction Budget. C. Construction Document Phase: Development of Construction Documents based upon the approved Design Development Documents and any further adjustments in the scope or quality of the Project or in the Construction Budget authorizes by the City of Temple City. D. Bid and Award Phase: Consultant, following the City of Temple City's approval of the Construction Documents, shall assist the City of Temple City in clarifying, interpreting and amending bid documents and attend the bid and award meetings. E. Construction Phase: Provide support services during the construction phases. Consultant's Scope of Services shall include, but not be limited to, the following: (all work to be coordinated with the City's Project Manager): A. Pre -design phase to include but not be limited to the following services: a. Attend design orientation; b. Establish management communication system with City's project manager and all design consultants; c. Prepare design program schedule to comply with the attached master schedule; d. Prepare milestone A/E schedule in coordination with the selected consultants; and e. Update A/E schedule as needed for integration into the master schedule. B. Schematic Design Phase to include but not be limited to the following services: a. Project start up and design investigation work; b. Condition verification; Page 14 of 18 Vanir E 207 A, 01/03 c. Development of schematic design; d. Product investigation, selection, and coordination with manufacturers; e. Street furnishing selections and coordination with manufacturers ; f. Hardscape and landscape material selection; g. Cost estimate and life -cycle costing; h. Value engineering; i. Community presentation meetings (up to 2); j. Attend and have consultants attend the coordination meetings (up to 4); k. 30% submittal to include (at a minimum) plans, design rendering, and specifications for all disciplines for quality control review; I. Design budgetary cost estimate; and m. Value engineering. C. Design Development Phase to include but not be limited to the following services: a. Streetscape layouts b. Boundary verification and layouts c. Underground utility investigation and design in coordination with the utility companies for Gas, water, sewer, storm water, telephone, cable, fire, and etc. d. Refinement of schematic design phase e. Provide design (plans elevations and renderings) for the following: i. Landmark features; ii. South and north entries; iii. Railroad underpass; iv. Treatment at open channel; v. Billboards and signage; vi. Street lighting; vii. Landscape lighting; viii. Landscape irrigation; ix. Sidewalks; x. Curb ramps; xi. Transit Stops; xii. Rest areas; xiii. Tree planting; xiv. Median islands; xv. Improvement to underground utilities; xvi. Crosswalks; xvii. Accent nodes; xviii. City entry and exit signs; xix. Traffic signals; xx. Traffic sign posts; xxi. Business signs and billboards; xxii. Public arts; xxiii. Transit shelters; xxiv. Street furniture; xxv. Bulb -outs; Page 15 of 18 Vanir E 207 A, 01/03 xxvi. Sump pump at railroad overpass; and xxvii. Other design ideas such as bike lanes, newspaper stands, traffic control cameras, security camera, etc. f. Addressing issues related to residential and commercial properties' entrances and exits, and property encroachment issues. g. Traffic engineering issues h. Detailed layout plans for treatment of special locations and issues i. Respond to issues and questions from the owner and other team members j. Research and specification preparation for material and finishes- specification sheets and samples to be provided k. 60% submittal to include (at a minimum) plans, specifications for all disciplines for quality control review I. Design development cost estimate m. Value engineering n. Community presentation meeting (1) o. Attending and have consultants attend the coordination meetings (up to 4) p. Attending City's council meetings (once a month) D. Construction Document Phase to include but not be limited to the following services: a. Preparation of complete working drawings to include all design disciplines b. Preparation of technical specifications for all divisions c. Preparation of final cost estimate d. Coordination and submission of the complete construction documents to jurisdictional agencies and incorporation of the suggested corrective work into the construction sets for all disciplines e. Addition of the selected bid alternates into the construction and bid documents f. Submission of 100% construction documents and cost estimate for constructability review by the construction manager g. Receive, review, and incorporate the constructability review comments into the final set of the documents h. Attending and have consultants attend the coordination meetings (up to 4) i. Attending community outreach and design meeting (1) j. Attending City's council meetings (once a month) E. Bid and Award Phase to include but not be limited to the following services: a. Respond to questions from bidders and City staff b. Assist in preparing bid addenda c. Attending bid job walks d. Attending bid opening conference F. Construction Administrative Phase to include but not be limited to the following services: a. Attend preconstruction conference b. Provide response to RFIs c. Review and response to submittals d. Attend weekly progress meetings and attend the job site walks e. Attend special design meetings with contractor f. Attending City's council meetings (once a month) g. Addressing design issues with jurisdictional agencies Page 16 of 18 Vanlr E 207 A, 01/03 h. Attending (with the design consultants) the punch list walk and preparation of the punch list i. Attending the punch list verification walk with sub -consultants and the contractor j. Review Owner Operations & Maintenance Manual k. Address close out issues with jurisdictional agencies for each phase of construction I. Provide final report for all disciplines A.2 PRELIMINARY MASTER SCHEDULE Please see attached Preliminary Master Schedule. (1. Page) Page 17 of 18 Vanir E 207 A, 01/03 Description Aettvrity It D001 Origin al ® urat4 an 36 " EQrly Start 10/81110 Easy FIr�1ah 11/22110 ;Et �.9fi 0 re D J F M '4 M J _ r i J S s a l TI J F h1 _ nl A M J J n - 5 D N O J f M 3e73 d M J J A a: 0 AJE Selecfi on Pleas/ Advertise RFP 0004 3 10/01/10 10/06/10 Re sponse Time 0005 15 10/06/10 10/27/10 RFP Revie w 0036 5 10/27/10 11/03/10 Architec t Interview (a.m .) 0046 1 11/03/10 11104/10 Architec t Se/action 0016 3 11/04/10 11/09/10 t i ' 1 ' - - _ Architec t Contra ct preparation 0006 11 11/04/10 11/19/10 Architect Contract Award 0037 1 11/19/10 11/22/10 Design Phas a 0007 177' ' 11/22/18 07/27111 mil] _ I _ - I I Designer O rienta tion & Scope 0016 r 17 11/22/10 12/15/10 30% Design Do cuments 0009 35 12/15/10 02/02/11 1 1 - - i 1 - -- _ I 1 30% Review 0030 5 02/02/11 02/09/11 60% Design Do cume nts 0010 30 02/09/11 03/23/11 f 60% Review 0061 10 03/23/11 04/06/11 100% Design Documents 0011 30 03/25/11 05/06/11 Co nstru cta bilrty Review 0022 20 05/06/11 06/03/11 — `1 _ - L i i 1 1 lr 1� _ - 1 - -L . 1 Addre ssing the Co nstru ctability 0012 15 05/20/11 06/10/11 Re gulato ry A gencies Re vie w 0023 40 06/01/11 07/27/11 1 i , iO Co nstruction Phase ', 0013 ?•lS' 07/13/11 13,j7. 'Sr11 1 Bid Advertisemen t & 0014 20 07/13/11 08/10/11 Award of Contraci/NTP 0017 10 08/10/11 08/24/11 - - 1 - 3 , , - , , - Constructio n 0019 85 08/24/11 12/21/11 - - C onseuati nPhaa. e14 0020 1TE' 11/09/11 84/18/12 Bid Advertise ment & 0021 21 11/09/11 12/07/11 Award of Contract/NIP 0024 1 12/07/11 12. /21/1 1 Constructio n 0026 1 12/21/11 04/18/12 - r _ _ _• 1 - _ 1 1 Co nstruction Phe w) 111 014ZF 115' 03/07/12 08/15212 1 - Bid Advertisement & 0028 1 03/07/12 04/04/12 Awa rd of ContraCNNTP 0031 1 04/04/12 04/18/12 Co nstruction 0033 1 04/18/12 08/15/12 Co ntulJu r-ltorl Pha se hi 003,0 115' 07004112 12/1211?- - r - r,� '-• - Bid Adve rtiseme nt & 0035 1 07/04/12 08/01/12 Awa rd of Co nlra c/NTP 00313 1 08/01/12 08/15/12 Co nstruction 0040 1 08/15/12 12/12/12 Constru ctio n Phasic, V 0041 115 " 10131/17. 04/10)1 i i Bid Adve rtisemen t 8 0042 1 10/31/12 11/28/1211 1 } - 1 - r - r - - _ r - j� � .. _ Awa rd of Co nlraCUNTP 0045 1 11/28/12 12/12/12 Construction 0047 1 12/12/12 04/10/13 1 Po st L'. onstrreotion fl04e 30 " 0.3/10/13 05/22/13 Co ntractor Close-out 0049 1 04/10/13 05/01/13- Agency Clo se -out 0050 1 04/24/13 05/15/13 ' ' - _ - 1 - Co mplete Clo se -o ut 0051 1 05/08/13 05/22/13 Start date 10/01/10 3;00PM City Appendix "A" (A.2) -Preliminary of Temple City Master Ro semead Schedule, Blvd subject to change Il Early bar II Pr ogr ess ® Critic al (S ummary a Pr ogr ess V Critic al I:I Summary Q Start milestone 0 Finish bar bar bar point point point point milestone point Finish data 05/22/13 2:59PM Data da te 10/01/10 3:00PM Run dale 10/04/10 5:00PM Pa ge number 1A Prima vera Systems, Inc. "APPENDIX B" CITY OF TEMPLE CITY REQUEST FOR QUALIFICATIONS/ REQUEST FOR PROPOSAL (RFQJRFP) ARCHITECTURAL DESIGN AND CONSTRUCTION ADMINSTRATION SERVICES FOR THE ROSEMEAD BOULEVARD SAFETY ENHANCEMENTS & BEAUTIFICATION PROJECT APPENDIX B - SAMPLE STANDARD AGREEMENT Page 18 of 18 Vanlr E 207 A, 01/03 APPENDIX "B" CONSULTANT SERVICES AGREEMENT- SAMPLE Table of Contents RECITALS 1 OPERATIVE PROVISIONS 1 SECTION 1. TERMS OF AGREEMENT 1 SECTION 2. SCOPE OF SERVICES 1 SECTION 3. ADDITIONAL SERVICES 1 SECTION 4. COMPENSATION AND METHOD OF PAYMENT 2 SECTION 5. INSPECTION AND FINAL ACCEPTANCE 2 SECTION 6. CITY OF TEMPLE CITYSHIP OF DOCUMENTS 2 SECTION 7. CONSULTANT'S BOOKS AND RECORDS 3 SECTION 8. STATUS OF CONSULTANT 3 SECTION 9. STANDARD OF PERFORMANCE 4 SECTION 10. COMPLIANCE WITH APPLICABLE LAWS; PERMITS AND LICENSES 4 SECTION 11. PREVAILING WAGE LAWS 4 SECTION 12. NONDISCRIMINATION 4 SECTION 13. UNAUTHORIZED ALIENS 4 SECTION 14. CONFLICTS OF INTEREST 5 SECTION 15. CONFIDENTIAL INFORMATION; RELEASE OF INFORMATION 5 SECTION 16. INDEMNIFICATION 6 SECTION 17. INSURANCE 7 SECTION 18. ASSIGNMENT 7 SECTION 19. CONTINUITY OF PERSONNEL 7 Table of Content - Page 1 of 3 SECTION 20. TERMINATION OF AGREEMENT 7 SECTION 21. DEFAULT 8 SECTION 22. EXCUSABLE DELAYS 8 SECTION 23. COOPERATION BY CITY 8 SECTION 24. NOTICES 8 SECTION 25. AUTHORITY TO EXECUTE 9 SECTION 26. BINDING EFFECT 9 SECTION 27. MODIFICATION OF AGREEMENT 9 SECTION 28. WAIVER 9 SECTION 29. LAW TO GOVERN; VENUE 9 SECTION 30. ATTORNEYS FEES, COSTS AND EXPENSES 9 SECTION 31. ENTIRE AGREEMENT 10 SECTION 32. SEVERABILITY 10 FORM FOR CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 11 FORM FOR CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 12 EXHIBIT "A": SCOPE OF SERVICES AND RESPONSIBILITIES A-1 CONSULTANT'S SCOPE OF SERVICES A-1 A. PRE -DESIGN PHASE A-1 B. SCHEMATIC DESIGN A-1 C. DESIGN DEVELOPMENT PHASE A-1 D. CONSTRUCTION DOCUMENT PHASE A-2 E. BID AND AWARD PHASE A-3 F. CONSTRUCTION ADMINISTRATION PHASE A-3 II. CONSULTANT SCOPE OF RESPONSIBILITIES A-3 A. PRE -DESIGN PHASE A-3 B. SCHEMATIC DESIGN/ DESIGN DEVELOPMENT PHASE A-4 C. CONSTRUCTION DOCUMENT PHASE A-4 Table of Content - Page 2 of 3 D. BID AND AWARD PHASE A-4 E. CONSTRUCTION PHASE A-4 111. PERFORMANCE OF THE SERVICES A-4 A. BASIC SERVICES: A-4 B. DESIGN SERVICES TASK 1 A-6 1. PROJECT INITIATION A-6 2. DEVELOPMENT OF ARCHITECTURAL PROGRAM A-7 3. SITE MASTER PLANNING A-8 4. MEETING A-8 5. DELIVERABLES A-8 6. PROJECT CESSATION PROVISIONS A-9 C. DESIGN SERVICE TASK II A-9 1. SCHEMATIC DESIGN A-9 2. DESIGN DEVELOPMENT A-11 3. CONSTRUCTION DOCUMENT A-14 4. BID AND AWARD PHASE A-20 5. CONSTRUCTION ADMINISTRATION PHASE A-20 1 111. PROGRAM SCHEDULE A-22 V. AMENDMENT A-22 EXHIBIT'S" COMPENSATION B-1 EXHIBIT "C" INSURANCE C-1 END Table of Content - Page 3 of 3 CONSULTANT SERVICES AGREEMENT By and Between THE CITY OF TEMPLE CITY, A Municipal Corporation And AGREEMENT FOR COSULATANT SERVICES BETWEEN THE CITY OF TEMPLE CITY, CALIFORNIA AND This Agreement for Consultant Services ("Agreement") is entered into as of this day of 2010 by and between the City of Temple City, a municipal corporation ("City") and a ("Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties." RECITALS A. City has sought, by issuance of a Request for Proposals or Invitation for Bids, the performance of the services defined and described particularly in Section 2 of this Agreement. B. Consultant, following submission of a proposal or bid for the performance of the services defined and described particularly in Section 2 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Temple City's Municipal Code, City has authority to enter into this Consultant Services Agreement and the City Manager has authority to execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Section 2 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained here and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: SECTION 1. TERMS OF AGREEMENT. Subject to the provisions of Section 20 "Termination of Agreement" of this Agreement, the scope of services set forth in Exhibit "A" "Scope of Services" shall be completed pursuant to the schedule specified in Exhibit "A." Should the scope of services not be completed pursuant to that schedule, the Consultant shall be deemed to be in Default of this Agreement pursuant to Section 21 of this Agreement. The City, in its sole discretion, may choose not to enforce the Default provisions of this Agreement and may instead allow Consultant to continue performing the scope of services until such services are complete. SECTION 2. SCOPE OF SERVICES. Consultant agrees to perform the services set forth in Exhibit "A" "Scope of Services" and made a part of this Agreement. SECTION 3. ADDITIONAL SERVICES. -1- Consultant shall not be compensated for any services rendered in connection with its performance of this Agreement which are in addition to or outside of those set forth in this Agreement or listed in Exhibit "A" "Scope of Services," unless such additional services are authorized in advance and in writing by the City Council or City Manager of City. Consultant shall be compensated for any such additional services in the amounts and in the manner agreed to by the City Council or City Manager. SECTION 4. COMPENSATION AND METHOD OF PAYMENT. (a) Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in Exhibit "B" "Compensation" and made a part of this Agreement. The total compensation, including reimbursement for actual expenses, shall not exceed dollars ($ ), unless additional compensation is approved in writing by the City Council or City Manager. (b) Each month Consultant shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month. The invoice shall detail charges by the following categories: labor (by sub -category), travel, materials, equipment, supplies, and sub -consultant contracts. If the compensation set forth in subsection (a) and Exhibit "B" include payment of labor on an hourly basis (as opposed to labor and materials being paid as a lump sum), the labor category in each invoice shall include detailed descriptions of task performed and the amount of time incurred for or allocated to that task. Sub -consultant charges shall be detailed by the following categories: labor, travel, materials, equipment and supplies. City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. In the event that no charges or expenses are disputed, the invoice shall be approved and paid according to the terms set forth in subsection (c). In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. (c) Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, City will use its best efforts to cause Consultant to be paid within forty-five (45) days of receipt of Consultant's correct and undisputed invoice. (d) Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. SECTION 5. INSPECTION AND FINAL ACCEPTANCE. City may inspect and accept or reject any of Consultant's work under this Agreement, either during performance or when completed. City shall reject or finally accept Consultant's work. City shall reject work by written explanation. City's acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such gross mistakes as amount to fraud. Acceptance of any of Consultant's work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, sections 16 and 17, pertaining to indemnification and insurance, respectively. SECTION 6. CITY OF TEMPLE CITYSHIP OF DOCUMENTS. All original maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files and other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement shall become the sole property of City and may be used, reused or otherwise disposed of by City without the permission of the Consultant. Upon 2 completion, expiration or termination of this Agreement, Consultant shall turn over to City all such original maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files and other documents. If and to the extent that City utilizes for any purpose not related to this Agreement any maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement, Consultant's guarantees and warrants related to Standard of Performance and found in Section 9 of this Agreement shall not extend to such use of the maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents. SECTION 7. COSULATANT'S BOOKS AND RECORDS. (a) Consultant shall maintain any and all documents and records demonstrating or relating to Consultant's performance of services pursuant to this Agreement. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, or other documents or records evidencing or relating to work, services, expenditures and disbursements charged to City pursuant to this Agreement. Any and all such documents or records shall be maintained in accordance with generally accepted accounting principles and shall be sufficiently complete and detailed so as to permit an accurate evaluation of the services provided by Consultant pursuant to this Agreement. Any and all such documents or records shall be maintained for three years from the date of execution of this Agreement and to the extent required by laws relating to audits of public agencies and their expenditu res. (b) Any and all records or documents required to be maintained pursuant to this section shall be made available for inspection, audit and copying, at any time during regular business hours, upon request by City or its designated representative. Copies of such documents or records shall be provided directly to the City for inspection, audit and copying when it is practical to do so; otherwise, unless an alternative is mutually agreed upon, such documents and records shall be made available at Consultant's address indicated for receipt of notices in this Agreement. (c) Where City has reason to believe that any of the documents or records required to be maintained pursuant to this section may be lost or discarded due to dissolution or termination of Consultant's business, City may, by written request, require that custody of such documents or records be given to the City and that such documents and records be maintained by the requesting party. Access to such documents and records shall be granted to City, as well as to its successors -in -interest and authorized representatives. SECTION 8. STATUS OF CONSULTANT. (a) Consultant is and shall at all times remain a wholly independent contractor and not an officer, employee or agent of City. Consultant shall have no authority to bind City in any manner or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this AGREEMENT or is otherwise expressly conferred in writing by City. (b) The personnel performing the services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City, nor any elected or appointed boards, officers, officials, employees or agents of City, shall have control over the conduct of Consultant or any of Consultant's officers, employees, or agents except as set forth in this Agreement. -3- Consultant shall not at any time or in any manner represent that Consultant or any of Consultant's officers, employees, or agents are in any manner officials, officers, employees or agents of City. (c) Neither Consultant , nor any of Consultant's officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees. Consultant expressly waives any claim Consultant may have to any such rights. SECTION 9. STANDARD OF PERFORMANCE. Consultant represents and warrants that it has the qualifications, experience and facilities necessary to properly perform the services required under this Agreement in a thorough, competent and professional manner. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. In meeting its obligations under this Agreement, Consultant shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing services similar to those required of Consultant under this Agreement. If and to the extent that City utilizes for any purpose not related to this Agreement any maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement, Consultant's guarantees and warranties related to Standard of Performance shall not extend to such use of the maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents. SECTION 10. COMPLIANCE WITH APPLICABLE LAWS; PERMITS AND LICENSES. Consultant shall keep itself informed of and comply with all applicable federal, state and local laws, statutes, codes, ordinances, regulations and rules in effect during the term of this Agreement. Consultant shall obtain any and all licenses, permits and authorizations necessary to perform the services set forth in this Agreement. No (elected or appointed) Temple City board member, officer, official, employee, or agent, shall be liable, at law or in equity, as a result of any failure of Consultant to comply with this section. SECTION 11. PREVAILING WAGE LAWS It is the understanding of City and Consultant that California prevailing wage laws do not apply to this Agreement because the Agreement does not involve any of the following services subject to prevailing wage rates pursuant to the California Labor Code or regulations promulgated there under: Construction, alteration, demolition, installation, or repair work performed on public buildings, facilities, streets or sewers done under contract and paid for in whole or in part out of public funds. In this context, "construction" includes work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work. SECTION 12. NONDISCRIMINATION. Consultant shall not discriminate, in any way, against any person on the basis of race, color, religious creed, national origin, ancestry, sex, age, physical handicap, medical condition or marital status in connection with or related to the performance of this Agreement. SECTION 13. UNAUTHORIZED ALIENS. Consultant hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§ 1101, et seg., as amended, and in connection therewith, -4- shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should the any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys' fees, incurred by City. SECTION 14. CONFLICTS OF INTEREST. (a} Consultant covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultant's performance of services under this Agreement. Consultant further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the City Manager. Consultant agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. (b) City understands and acknowledges that Consultant is, as of the date of execution of this Agreement, independently involved in the performance of non -related services for other governmental agencies and private parties. Consultant is unaware of any stated position of City relative to such projects. Any future position of City on such projects shall not be considered a conflict of interest for purposes of this section. (c) City understands and acknowledges that Consultant will, perform non -related services for other governmental agencies and private parties following the completion of the scope of work under this Agreement. Any such future service shall not be considered a conflict of interest for purposes of this section. SECTION 15. CONFIDENTIAL INFORMATION; RELEASE OF INFORMATION. (a) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the City Manager, except as may be required by law. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the City Manager or unless requested by the City Attorney of City, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reim- bursement and indemnity from Consultant for any damages, costs and fees, including attorneys fees, caused by or incurred as a result of Consultant's conduct. (d) Consultant shall promptly notify City should Consultant , its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, - 5 - but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. SECTION 16. INDEMNIFICATION. (a) Indemnification for Professional Liability. Where the law establishes a professional standard of care for Consultant's Services, to the fullest extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including attorney's fees and costs to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or sub -consultants (or any entity or individual that Consultant shall bear the legal liability thereof) in the performance of professional services under this Agreement. (b) Indemnification for Other than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including attorneys fees and costs, court costs, interest, defense costs, and expert witness fees), where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Consultant or by any individual or entity for which Consultant is legally liable, including but not limited to officers, agents, employees or sub -contractors of Consultant. (c) General Indemnification Provisions. Consultant agrees to obtain executed indemnity Agreements with provisions identical to those set forth here in this section from each and every sub- contractor or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this Agreement. In the event Consultant fails to obtain such indemnity obligations from others as required here, Consultant agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Consultant and shall survive the termination of this Agreement or this section. (d) Limitation of Indemnification. Notwithstanding any provision of this Section 16 [Indemnification] to the contrary, design professionals are required to defend and indemnify the City only to the extent permitted by Civil Code Section 2782.8, which limits the liability of a design professional to claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the design professional. The term "design professional," as defined in Section 2782.8, is limited to licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors, and the business entities that offer such services in accordance with the applicable provisions of the California Business and Professions Code. (e) The provisions of this section do not apply to claims occurring as a result of City's sole negligence. The provisions of this section shall not release City from liability arising from gross negligence or willful acts or omissions of City or any and all of its officials, employees and agents. SECTION 17. INSURANCE. 6 Consultant agrees to obtain and maintain in full force and effect during the term of this Agreement the insurance policies set forth in Exhibit "C" "Insurance" and made a part of this Agreement. All insurance policies shall be subject to approval by City as to form and content. These requirements are subject to amendment or waiver if so approved in writing by the City Manager. Consultant agrees to provide City with copies of required policies upon request. SECTION 18. ASSIGNMENT. The expertise and experience of Consultant are material considerations for this Agreement. City has an interest in the qualifications of and capability of the persons and entities who will fulfill the duties and obligations imposed upon Consultant under this Agreement. In recognition of that interest, Consultant shall not assign or transfer this Agreement or any portion of this Agreement or the performance of any of Consultant's duties or obligations under this Agreement without the prior written consent of the City Council. Any attempted assignment shall be ineffective, null and void, and shall constitute a material breach of this Agreement entitling City to any and all remedies at law or in equity, including summary termination of this Agreement. City acknowledges, however, that Consultant, in the performance of its duties pursuant to this Agreement, may utilize subcontractors. SECTION 19. CONTINUITY OF PERSONNEL. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant's staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant's staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. SECTION 20. TERMINATION OF AGREEMENT. (a) City may terminate this Agreement, with or without cause, at any time by giving thirty (30) days written notice of termination to Consultant. In the event such notice is given, Consultant shall cease immediately all work in progress. (b) Consultant may terminate this Agreement for cause at any time upon thirty (30) days written notice of termination to City. (c) If either Consultant or City fails to perform any material obligation under this Agreement, then, in addition to any other remedies, either Consultant, or City may terminate this Agreement immediately upon written notice. (d) Upon termination of this Agreement by either Consultant or City, all property belonging exclusively to City which is in Consultant's possession shall be returned to City. Consultant shall furnish to City a final invoice for work performed and expenses incurred by Consultant, prepared as set forth in Section 4 of this Agreement. This final invoice shall be reviewed and paid in the same manner as set forth in Section 4 of this Agreement. SECTION 21. DEFAULT. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is 7 presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default, If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under Section 20. Any failure on the part of the City to give notice of the Consultant's default shall not be deemed to result in a waiver of the City's legal rights or any rights arising out of any provision of this Agreement. SECTION 22. EXCUSABLE DELAYS. Consultant shall not be liable for damages, including liquidated damages, if any, caused by delay in performance or failure to perform due to causes beyond the control of Consultant. Such causes include, but are not limited to, acts of God, acts of the public enemy, acts of federal, state or local governments, acts of City, court orders, fires, floods, epidemics, strikes, embargoes, and unusually severe weather. The term and price of this Agreement shall be equitably adjusted for any delays due to such causes. SECTION 23. COOPERATION BY CITY. All public information, data, reports, records, and maps as are existing and available to City as public records, and which are necessary for carrying out the work as outlined in the Exhibit "A" "Scope of Services," shall be furnished to Consultant in every reasonable way to facilitate, without undue delay, the work to be performed under this Agreement. SECTION 24. NOTICES. All notices required or permitted to be given under this Agreement shall be in writing and shall be personally delivered, or sent by telecopy or certified mail, postage prepaid and return receipt requested, addressed as follows: To City: To Consultant: City of Temple City Attn: City Manager 9701 Las Tunas Drive Temple City, CA 91780 Notice shall be deemed effective on the date personally delivered or transmitted by facsimile or, if mailed, three (3) days after deposit of the same in the custody of the United States Postal Service. SECTION 25. AUTHORITY TO EXECUTE. The person or persons executing this Agreement on behalf of Consultant represents and warrants that he/she/they has/have the authority to so execute this Agreement and to bind Consultant to the performance of its obligations hereunder. 8 SECTION 26. BINDING EFFECT. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. SECTION 27. MODIFICATION OF AGREEMENT. On behalf of City, the City Manager shall have the power to administer and implement this Agreement, including making minor amendments and modifications hereto. No minor amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Manager. No major amendment to or modification of this Agreement, which is defined for purposes of this section to mean any amendment or modification which increases the amount of compensation due the Consultant pursuant to Section 4 [Compensation and Method of Payment] shall be valid unless made in writing and approved by the Consultant and the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. SECTION 28. WAIVER. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. SECTION 29. LAW TO GOVERN; VENUE. This Agreement shall be interpreted, construed and governed according to the laws of the State of California. In the event of litigation between the parties, venue in state trial courts shall lie exclusively in the County of Los Angeles, California. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in Los Angeles. SECTION 30. ATTORNEYS FEES, COSTS AND EXPENSES. In the event litigation or other proceeding is required to enforce or interpret any provision of this Agreement, the prevailing party in such litigation or other proceeding shall be entitled to an award of reasonable attorney's fees, costs and expenses, in addition to any other relief to which it may be entitled. SECTION 31. ENTIRE AGREEMENT. This Agreement, including the attached Exhibits "A" through "C", is the entire, complete, final and exclusive expression of the parties with respect to the matters addressed therein and supersedes all other Agreements or understandings, whether oral or written, or entered into between Consultant and City prior to the execution of this Agreement. No statement, representation or other Agreement, whether oral or written, made by any party which is not embodied herein, shall be valid and binding. No 9- amendment to this Agreement shall be valid and binding unless in writing duly executed by both parties or their authorized representatives. SECTION 32. SEVERABILITY. If any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement shall not be affected thereby and the Agreement shall be read and construed without the invalid, void or unenforceable provisions). IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first -above written. CITY OF TEMPLE CITY By: , City Manager ATTEST: City Clerk APPROVED AS TO FORM By: City Attorney By: By: Its: Its: NOTE: CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO DEVELOPER'S BUSINESS ENTITY. - 10- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF On before me, , personally appeared , proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) o PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARD1AN/CONSERVATOR OTHER SIGNER IS REPRESENTING: NUMBER OF PAGES DATE OF DOCUMENT (NAME OF PERSON(S) OR ENTITY(IES)) SIGNER(S) OTHER THAN NAMED ABOVE A g4814-2021-6581 v1 11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF On before me, , personally appeared ❑ personally known to me ORE ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. (SIGNATURE OF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) E E PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER SIGNER IS REPRESENTING: NUMBER OF PAGES DATE OF DOCUMENT (NAME OF PERSON(S) OR ENTITY(IES)) SIGNER(S) OTHER THAN NAMED ABOVE LA #4314-2021-6581 vl 12 EXHIBIT "A" SCOPE OF SERVICES AND RESPONSIBILITIES I. Consultant's Scope of Services shall include, but not be limited to, the following: (all work to be coordinated with the City's Construction Manager): A. Pre -design phase to include but not be limited to the following services: 1. Attend design orientation 2. Set management communication system with construction manager and all design consultants 3. Prepare design program schedule to comply with the attached master schedule 4. Prepare milestone A/E schedule in coordination with the selected consultants 5. Update A/E schedule as needed for integration into the master schedule 6. Validate documents provided on the attached DVD 7. Boundary verification and layouts 8. Underground utility investigation and design in coordination with the utility companies for Gas, water, sewer, storm water, telephone, cable, fire, and etc. B. Schematic Design Phase to include but not be limited to the following services: 1. Project start up and design investigation work 2. Condition verification 3. Development of Schematic design 4. Product investigation, selection, and coordination with manufacturer 5. Street Furnishing Selections and coordination with manufacturer 6. Street Lighting Design 7. Hardscape and landscape material selection 8. Cost estimate and life -cycle costing 9. Community presentation meetings (up to 2) 10. Attend and have consultants attend coordination meetings (up to 4) 11. 30% submittal to include (at a minimum) plans, design rendering, and specification for all disciplines for quality control review 12. Design budgetary cost estimate 13. Value engineering C. Design Development Phase to include but not be limited to the following services: 1. Streetscape layouts 2. Refinement of Schematic design phase 3. Provide design (plans elevations and renderings) for the following: a. Landmark features b. South and north entries c. Railroad underpass d. Treatment at open channel e. Billboards and signage f. Street lighting g. Landscape lighting h. Landscape irrigation, drainage, and sustainability i. Sidewalks j. Curb ramps A-1 k. Transit Stops I. Rest areas m. Tree planting n. Median islands o. Improvement to underground utilities p. Crosswalks q. Accent nodes r. City entry and exit signs s. Traffic signals t. Traffic sign posts u. Business signs and billboards v. Public arts w. Transit shelters x. Street furniture y. Bulb -outs z. Sump pump at railroad overpass aa. Other design ideas such as bike lanes, newspaper stands, traffic control cameras, security camera, etc. 4. Addressing issues related to residential and commercial properties' entrances and exits 5. Traffic engineering issues 6. Detailed layout plans for treatment of special locations and issues 7. Respond to issues and questions from the City of Temple City and other team members 8. Research and specification preparation for material and finishes- specification sheet and samples to be provided 9. 60% submittal to include (at a minimum) plans, specifications for all disciplines for quality control review 10. Design Development Cost estimate 11. Value engineering 12. Community presentation meeting (1 time) 13. Attend and have consultants attend the coordination meetings (up to 4 times) 14. Attending City's council meetings (1 time) D. Construction Document Phase to include but not be limited to the following services: 1. Preparation of complete working drawings to include all design disciplines 2. Preparation of technical specifications for all divisions 3. Preparation of final cost estimate 4. Coordination and submission of the complete construction documents to jurisdictional agencies and incorporation of the suggested corrective work into the construction sets for all disciplines 5. Addition of the selected bid alternates into the construction and bid documents A-2 6. Submission of 100% construction documents and cost estimate for constructability review by the construction manager 7. Receive, review, and incorporate the constructability review comments into the final set of the documents 8. Attend and have consultants attend the coordination meetings (up to 4 times) 9. Attending community outreach and design meeting (1 time) 10. Attending City's council meetings (1 time) E. Bid and Award Phase to include but not be limited to the following services: 1. Respond to questions from bidders and City staff 2. Assist in preparing bid addenda 3. Attending bid job walks 4. Attending bid opening conference F. Construction Administration Phase to include but not be limited to the following services: 1. Attend preconstruction conference 2. Provide response to RFIs 3. Review and response to submittals 4. Attend weekly construction progress meetings and attend the job site walks 5. Attend special design meetings with contractor 6. Addressing design issues with jurisdictional agencies 7. Attending (with the design consultants) to punch list walk and prepare punch list 8. Attend the punch list verification walk with sub -consultants and the contractor 9. Review of final close-out document from contractor, including as-builts, warranties, O&M manuals plant maintenance etc. 10. Address close out issues with jurisdictional agencies 11. Provide final report for all disciplines 12. Prepare record drawing from contractor's red -lined as -built II. As part of This Contract, Consultant will be responsible for the following: A. Pre -Design Phase: Condition Assessment and Validation Review and validate the document provided by City, including 2006 Master Plan, Updated Master Plan, and information contained on civil engineering plans, provided on REQ DVD. Identify in writing any significant variations. B. Schematic/ Design Development Phase: Development of Schematic Design Documents for the City of Temple City. Development of Design Development Documents based upon approval of Schematic Design, design documents and any adjustments authorized by the City of Temple City to the Program Schedule or Construction Budget. C. Construction Document Phase: Development of Construction Documents based upon the approved Design Development Documents and any further adjustments in the scope A-3 or quality of the Project or in the Construction Budget authorizes by the City of Temple City. D. Bid and Award Phase: Consultant, following the City of Temple City's approval of the Construction Documents shall assist the City of Temple City in clarifying, interpreting and amending bid documents and attend the did and award meetings. E. Construction Phase: Provide support services during the construction phase. III. During performance of the Services, Consultant will keep the City appraised of the status of performance and agrees to provide the services described below: A. Basic Services: Consultant agrees to provide the services described below: 1. Determine the agencies that have jurisdiction over the area of work and coordinate with and implement the requirements of the regulatory agencies. 2. Contract for or employ at consultant's expense, sub -consultants to the extent deemed necessary for completion of the Project including: architects; electrical/lighting, civil engineers, traffic engineer, mechanical and plumbing engineer, landscape architects (and others as necessary) licensed as such by the State of California. The names of said sub -consultants shall be submitted to the City of Temple City for approval prior to commencement of work. The City of Temple City reserves the right to reject the use of any sub -consultants. Nothing in the forgoing procedure shall create any contractual relationship between the City of Temple City and any sub -consultants employed by the consultant under terms of this Agreement. 3. Agree to exercise usual and customary professional care in its efforts to comply with all laws and regulations which apply to work of this Agreement. 4. Cooperate with other professionals employed by the City of Temple City for the design, coordination or management of work related to the Project. The City of Temple City has retained the services of a Construction Manager (CM) to act as a "City of Temple City's Representative" in an advisory capacity on the project. In providing the Construction Manager's Services described in this Agreement, the CM shall not assume any of the responsibilities or duties of the Contractors or the Design Professional. The Architect remains solely responsible for the contents of design drawings and design documents. 5. Attend coordination meetings during the entire design phase with his sub - consultants, consultant shall invite the City of Temple City and/or its representative to participate in these meetings. consultant shall keep a separate log to document design/coordination comments generated in these meetings. 6. Review subsoil data, and other information furnished to consultant pursuant to this Agreement and advise the City of Temple City whether such data are sufficient for purposes of design, or whether additional data are necessary. A-4 7. Be responsible for the professional quality, technical accuracy and the coordination of all studies, reports, projections, master plans, designs, drawings, specifications and other services furnished by consultant under this Agreement. consultant shall, without additional compensation, correct or revise any errors or omissions in its studies, reports, projections, master plans, design, drawings, specifications and other services. If desired by the City of Temple City and agreed to by the consultant, consultant shall provide other required services to determine such compliance not specifically identified and included in the scope of this Agreement through an amendment to this Agreement, as an additional service. 8. Provide services required to obtain approval from the local and federal agencies having jurisdiction over the Project. 9. Review the existing grading, drainage, horizontal control, and utility infrastructure plans to assist in preparation of the new design drawing for this project. The services described in this Subparagraph shall be provided by a professional civil engineer who is to subcontract with the consultant. 10. Consultant to document the location of existing utility lines, telephone, water and sewage, etc., within the limits of the City of Temple City on -site property. This information shall be provided by the City of Temple City. Consultant to verify the capacity of all existing project utilities. 13. Maintain a log of all meetings, site visits or discussions held in conjunction with the work of this Project, with documentation of major discussion points, observations, decisions, questions or comments. These shall be furnished to the City of Temple City and/or their representative for inclusion in the overall project documentation. 14. Utilize the standardized filing system as established by the City of Temple City. 15. consultant is not responsible for: a. Ground contamination or hazardous material analysis b. Any asbestos testing, design or abatement c. Environmental impact report d. Historical significance report e. Soils investigation f. Geotechnical hazard report B. Topographic survey Neither the City of Temple City's review, approval of, nor payment, for any of the services required under this Agreement shall be construed to operate as a waiver of any rights under this Agreement, and consultant shall remain liable to the City of Temple City in accordance with applicable law for all damages to the City of Temple City caused by consultant's failure to perform any of the services furnished under this Agreement. B. DESIGN SERVICES TASK I: Consultant agrees to provide the services described below: 1. PROJECT INITIATION: Upon final execution of the Contract with the City of Temple City, the consultant shall: a. Within the first week following execution of the contract, meet with the City of Temple City and their representatives to prepare a detailed task analysis and work plan for documentation in a computer generated project schedule. The City of Temple City will produce the final scheduling format based on data furnished by consultant. This task analysis and work plan will identify specific tasks including, but not limited to: interviews, data collection, required City of Temple City filing standards, analysis, report preparation, planning, Architectural programming, concepts and schematic design preparation and estimating that are part of the work of the Project. Also identified will be milestone activities or dates, specific task responsibilities, required times for completion and additional definition of deliverables. b. Review the developed work plan with the City of Temple City and their representatives to familiarize them with the proposed tasks and schedule and develop necessary modifications. c. Participate in a general Project kick-off meeting to include the consultant's appropriate sub -consultants, and City of Temple City staff. 1. The project kick-off meeting will introduce key team members from the City of Temple City and the consultant to each other defining roles and responsibilities relative to the Project. 2. Identify and review pertinent information and/or documentation necessary from the City of Temple City for the completion of the Project. 3. Review and explain the overall project goals, general approach, tasks, work plan and procedures and deliverable products of the Project. A-6 4. Review and explain the task analysis and project work plan for all parties present; determine any adjustments or fine tuning that needs to be made to the work plan. 5. Review documentation of the project kick-off meeting prepared by the City of Temple City's representative and comment prior to distribution. 2. DEVELOPMENT OF ARCHITECTURAL PROGRAM: Perform pre -design investigations to establish appropriate guidelines around which and within which the Project is to be designed. Identify design issues relating to functional need, directives and constraints imposed by regulatory codes. a. Provide a design information check list identifying critical issues affecting project completion and certification; significant site considerations; applicable planning and zoning requirements; applicable code requirements; applicable fire and life safety requirements; and water runoff requirements; electrical power service and requirements. b. Conduct Architectural program meeting with the City of Temple City selected project committee. c. Develop probable construction cost for the Project; probable costs are to be based on the developed functional Architectural programs as approved by the City of Temple City. 1. Probable costs prepared by the consultant: a. All costs are to be based on current bid prices, with escalation rate and duration clearly identified as a separate line item; rate of cost escalation and projected bid and construction dates are to be as approved by the City of Temple City and their representatives. b. Contingencies for design, bidding or construction, if included in the probable costs, are to be included as individual line items, with the percentage and base of calculation clearly identified. c. All construction probable costs developed per the above should additionally be presented and summarized by the Construction Specification Institute (CSI) category for the project. d. One week prior to the submittal of documents, the consultant's proposed cost format must be submitted to the City of Temple City for review and approval. e. Sub -consultants shall participate in the progress meeting as appropriate and shall provide input and feedback into the development of the probable cost. A-7 3. SITE MASTER PLANNING: Prepare a new Master Site Plan configuration for the proposed work. The development of this new Master Site Plan should incorporate or be based upon completion of the following tasks: a. Assist the City of Temple City conducting initial, intermediate and final community meetings to solicit feedback, comments, and concerns from the community. b. Document and take into consideration existing physical characteristics of the proposed site such as topography, drainage, plant coverage, views to and from the proposed site, current site usage and potential for future site development. d. Analyze the proposed site existing conditions relative to potential effect on master planning circulation, access, parking, constructability, businesses and future development potential. e. Develop a Master Site Plan showing in detail the temporary construction safety measures for safe traffic movement during each phase of construction. 4. MEETING: During the Architectural Programming Design Phase it is anticipated that approximately two (2) meetings per month, will be convened between the City of Temple City and the consultant. These meeting will not exceed one day in duration and will be held in City of Temple City. Decisions made at such meetings and subsequently approved by the City of Temple City shall be binding. Any revisions or reconsiderations of such decisions shall constitute a change in the scope of services of the consultant. 5. DELIVERABLES: CONSULTANT: a. shall provide to the City of Temple City the following quantities of materials resulting from the work of the Project: Copies: Six (6) - of Functional and Architectural Program Report. (Include a comparison between developed program and "model" program; include narrative explaining any substantial deviations). Six (6) - of Master Site Plan Six (6) - of Project Probable Cost One (1) - copy of Design Information Checklist Six (6) - of the collected meeting notes, notes, visit or telephone reports, interview minutes or notes, and summary correspondence b. consultant along with his sub -consultant shall present and review with the City of Temple City and the City Council the summary and detail of the work mentioned above. A-8 6. PROJECT CESSATION PROVISIONS: Upon completion and review of the functional and Architectural program and master site planning, no further work shall be done unless and until the City of Temple City has approved the completed work for Design Services Task I and has given a written Notice of proceed to consultant for Design Services Task 11. C. DESIGN SERVICES TASK 11 1. SCHEMATIC DESIGN: Schematic Design: Upon written authorization from the City of Temple City, to proceed with the Schematic Design Phase. The consultant shall prepare for the City of Temple City's review a Schematic Design Study for all disciplines to include the following: a. Scaled street plans showing all intersections, driveways, entrances, features and their relationships. b. Site plan with minimum one (1) foot contour grade intervals. All major site development, such as paving, utilities and facilities shall be shown, including City's property lines, existing structures, and walls and fences. The information provided on the drawing shall include all structure and infrastructure within seventy five (75') feet outside of the project construction limits on all sides. c. Identify code requirements; d. As needed structural drawing for the Road bed and street pavements e. Mechanical and Plumbing: for any possible infrastructures that may impact the project f. Coordination with local utility companies and provide information and coordinate drawing for street light design, traffic and pedestrian signals. g. Development of site utility systems such as electrical, sewer, gas, water, storm drain, telephone, cable and fire hydrants. h. Identify surface improvements including roadways, pedestrian sidewalks, parking preliminary finish grades and drainage. Development and coordination of landscape design concepts entailing analysis of existing conditions and proposed components. Include location and description of planting, ground improvements and visual barriers. J. Development and coordination of design for pedestrian cross walks, pedestrian signal lights, traffic signals and roadway safety issues entailing analysis of existing conditions and proposed components. Include location and description of the existing and proposed components. A-9 k. Specifications: for all disciplines: Outline specifications of proposed work for all disciplines (consultants and sub -consultants work) and their criteria and quality standards. Probable Costs: 1. Schematic Probable costs: This probable cost consists of unit cost applied to the major items and quantities of work. The unit cost shall reflect the complete direct current cost of work. Complete cost meaning labor, material, waste allowance, sales tax and subcontractor's mark-up. General conditions shall be applied separately. This probable cost shall be prepared by specification section and summarized by the Construction Specification Institute (CSI) category. 2. The probable cost format shall be submitted to the City of Temple City for prior review and approval. 3. Escalation: All probable costs shall be priced out at current market conditions. The probable costs shall incorporate all adjustments as appropriate, relating to mid -point construction, contingency, and cost index. m. Meetings: During the Schematic Design Phase it is anticipated that two (2) weekly meeting per month between the City of Temple City and the consultant to address specific design issues and to facilitate the decision -making process. Such meetings shall be held in City of Temple City office. Decisions made at such meetings and subsequently approved by the City of Temple City shall be binding. Any revisions or reconsideration of such decisions shall constitute a change in the scope of services of the consultants. n. Deliverables: Copies: Six (6) - Schematic Design Package submittal with alternatives Four (4) - Probable Cost Two (2) - statement indicating changes made to the program/master plan Two (2) - Project file, including all correspondence, meeting notes, etc. to date. o. Presentation: consultant along with his sub -consultants shall present and review with the City of Temple City and the detailed Schematic Design. The schematic design studies shall be revised within the program parameters until a final concept has been accepted and approved by the City of Temple City at no A-10 additional cost to the City of Temple City. The final schematic design may have to be presented at a community meeting as well. P. Project Cessation Provisions: Upon completion of the schematic design study, the City of Temple City shall have the right to terminate this Agreement upon written notice of such termination to consultant. The City of Temple City shall pay the consultant only the fee associated with the services provided under the Schematic Design Phase. 2. DESIGN DEVELOPMENT: Upon written authorization by the City of Temple City to proceed with the Design Development Phase, consultant shall prepare from the Schematic Design Phase documents approved by the City of Temple City, Design Development Phase documents consisting of the following: a. Architectural and all other disciplines (consultant and sub -consultants work): 1. Scaled, dimensioned plans for the street and its components. 2. Scaled cross road sections showing dimensional relationships, materials and component relationships. 3. Identification of all fixed equipment to be installed in contract. 4. Plan to be completely drawn with beginning notes and dimensions including grading and paving. 5. Preliminary development of details and large-scale blow-ups. 6. Legend showing all symbols used on drawings. 7. Plans identifying all major equipment and furniture. 8. Further refinement of SD outline specification for architectural, and all engineering design work, and landscape manuals, systems and equipment. 9. Lighting plans and specification for the street, showing: (work to be coordinated with SCE) (a) Light fixtures options (b) Power plan (c) installation detail and sections A-11 b. Electrical: 1. All lighting fixtures should be located and scheduled showing all types and quantities of fixtures to be used, including proposed lighting levels. 2. All major electrical equipment at point of connections should be scheduled indicating size and capacity. 3. Complete electrical distribution including a one line diagram indicating point of connections, communications, controls; (high and low voltage) motor control centers, panels, transformers and emergency generators, if required. 4. Legend showing all symbols used on drawings. 5. More developed outline specifications indicating quality level and manufacture. c. Civil: 1. Further refinement of SD development of site utility systems for sewer, water, storm drain, gas, and fire water. Includes pipe sizes, materials, invert elevation location and description of manholes, clean outs, hookups, bedding and installation details. 2. Further refinement of SD drawing related roadways, sidewalks, bulb outs, parking, medians, cross walks, transit stops and shelters, rest area furniture, entry and exiting locations, driveways, curb and gutters, storm drainage improvements and ADA path compliance issues. Include details and large scale drawings of curb and gutter, manhole, thrust blocks, paved parking and roadway sections. 3. Structural drawing with all major members located and sized as they may apply to some of the elements on the street such as road bed and possible retaining wall modifications. 4. Preliminary specifications. d. Landscape: Further refinement of Schematic Design concepts. Includes coordination of hardscape, landscape planting, ground cover, and irrigation main distribution lines. e. Traffic Engineer: Further Development and coordination of design for pedestrian cross walks, pedestrian signal lights, traffic signals and roadway safety issues. A-12 Include specification for the proposed components. Identify and coordinate the layout of the proposed components with the City of Temple City's Traffic Engineer. f. Lighting designer: Provide plan and specification for the street lighting selection and alternatives such as energy saving options. g. City of Temple City to provide general condition specification and supplementary conditions. h. Probable Cost: J. Design Development Probable Cost: This probable cost shall be prepared by specification section, summarized by CSI category. The probable cost shall include individual item unit costs of materials, labor and equipment. Sales tax, contractor's mark-ups, and general conditions shall be listed separately. Meetings: During the Design Development Phase it is anticipated that two (2) meetings per month will convene to address specific design issues and to facilitate the decision making process such meeting shall not exceed one day in duration and will be held in the City of Temple City office. Documented decisions made at such meetings and subsequently approved by the City of Temple City shall be binding. Any revisions or reconsiderations of such decisions affecting program, master plan and schematic design shall constitute a change in the scope of services of the consultant. City of Temple City and consultant shall schedule progress meetings to coincide with the consultant's coordination meeting. Deliverables: Copies. Three (3)- prints from all professional disciplines necessary to deliver the project Four (4) - Outline Specifications Four (4) - Probable Cost Two (2) - Permit File, including all correspondence, meeting notes, etc. to date A-13 3. CONSTRUCTION DOCUMENT: Upon written authorization from the City of Temple City to proceed with the Construction Documents Phase, consultant shall prepare from Design Development Phase Documents approved by the City of Temple City, a Construction Document consisting of the following: a. Prepare construction documents in compliance with the appropriate applicable building codes, ordinances and other regulatory authorities. b. Construction Documents (C/D) 30% stage: 1. Architectural: a. Site plan developed to show component location, all topographical elements and if applicable existing/proposed contour lines. b. Cross sections and plans corrected to reflect design development review comments. c. Architectural details and large blow-ups. d. Well -developed component schedules. e. Site utility plans started. f. Fixed equipment details and identification started. g. Street plans coordinated with all other disciplines. 2. Electrical and Lighting: a. Distribution information on all power consuming equipment; lighting and device branch wiring development should be started. b. All electrical equipment schedules should be started. c. Special system components should be approximately located on plans. d. Street Lighting, power, signal and communication plans should show all controls. Fixture schedule and lighting detail development should be started. 3. Civil: a. All site plans, site utilities, parking and roadway systems updated to reflect update revisions from Design Document. A-14 b. Structural plans and sections with detailing well advanced. c. Miscellaneous Structural footing and foundation plans as needed, with detailing. d. Completed cover sheet with general notes, symbols and legends. 4. Landscape: All landscape, hardscape and irrigation plans updated to reflect update revisions from Design Documents. 5. Probable cost: Update and refine the Design Development Phase Probable cost. 6. Specifications: a. Virtually complete development and preparation of technical specifications describing materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the Project. Where articles, materials and equipment are identified by brand names, at least two names shall be used, and such names shall be followed by the words "or approved equal" in accordance with Public Contract Code, Section 3400. Specifications shall not contain restrictions that will limit competitive bids other than those required for maintenance convenience by the City of Temple City. b. Coordination of the development of specifications by other disciplines. c. Specification shall be in CSI format. c, Construction Documents 60% stage: 1. Architectural: a. Nearly complete site plan. b. Nearly complete plans, elevations and sections. c. Architectural details and large blow-ups near completion. d. Fixture schedules nearly complete, including most details. A-15 e. Site utility plan nearly complete. f. Fixed equipment details and identification nearly complete. g. Provide Finish Schedule (with the exceptions of colors) identifying type of material. Architect to recommend color selection for approval by the City of Temple City. h. All equipment catalog cuts. 2. Electrical and Lighting: a. Lighting, power, signal plan(s) should reflect all switching and controls. Fixture schedule(s) should be near completion. b. Distribution information on all power consuming equipment; lighting and device branch wiring should be near completion. c. All electrical equipment schedules should be near completion. d. Special system components should be located on plans. 3. Civil: a. All site plans, site utilities, and roadway systems updated to reflect update revisions from 30% CD's. b. Completed structural plans and sections with advanced detailing. 4. Landscape: All landscape, hardscape and irrigation plans updated to reflect update revisions from 30% CD's and be nearly completed. d. Construction Documents - Substantial Completion Stage: 1. Architectural: a. Completed site plan. b. Completed plans, elevations and sections. c. Architectural details and large blow-ups completed. d. Fixture schedules completed, including all details. A -A6 e. Site utility plans completed. f. Fixed equipment details and identification completed. 2. Electrical and Lighting: a. Lighting and power plan should show all switching and controls. Fixture schedule and lighting details should be completed. b. Distribution information on all power consuming equipment, including lighting, power, signal and communication device(s) branch wiring completed. c. All electrical equipment schedules completed. d. Special system components plans completed. e. Electrical load calculations completed. 3. Civil: a. All site plans, site utilities, and roadway systems completed. b. Structural plans and sections with detailing completed. c. Structural calculations completed. 4. Probable Cost: Update and refine the 30% Construction Document Probable cost. 5. Specifications: a. Complete development and preparation of technical specifications describing materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the Project. Where articles, materials and equipment are identified by brand names, they shall be followed by the words "or approved equal" in accordance with Public Contract Code, Section 3400. A-17 Specifications shall not contain restrictions that will limit competitive bids other than those necessary for City of Temple City maintenance requirements. At one hundred percent (100%) review, the specification shall comply with all applicable funding restrictions, if any, in addition to pubic contract code and shall be reviewed by the City of Temple City and corrections made as directed at no cost to the City of Temple City. b. Coordination of the development of specifications by other disciplines. c. Specifications shall be in CSI format. e. Constructability Review: In addition to Quality Control measures by consultant, the City of Temple City will conduct a Constructability Review (CR) at the 90% design stage, prior to submission to jurisdictional approvals. CR shall be performed using on-line system for the City of Temple City to post comments on the construction documents to the consultant and its team members. Consultant and its team members shall review and respond to all comments on-line, and shall be responsible for incorporating all valid comments into a revised set of documents. Consultant and its team members will be responsible to attend a CR-reconciliation meeting. The City of Temple City may perform a back check on the revised documents, which may produce a second set of comments, which to which consultant shall respond all valid comments. By performing the reviews described herein, the City of Temple City is not acting in a manner so as to assume responsibility or liability, in whole or in part, for all or any part of the Project design and design documents. The Architect remains solely responsible for the contents of design drawings and design documents. f. Construction Documents (C/D) Final Stage: The construction document final stage shall be for the purpose of the consultant incorporating all Regulatory Agencies' comments into the drawings, specifications, and probable cost. All corrections made by the consultant during this stage should be at no additional cost to the City of Temple City. The final contract documents delivered to the City of Temple City upon completion of the consultant's work shall consist of the following: 1. Drawings: Original tracings of all drawings on consultant's tracing paper with each consultant/sub-consultant's State license stamp. 2. Specifications: Original typed technical specifications on reproducible masters in CSI format. A-18 3. Update and refine the sub -consultant's completed Construction Documents. a. Construction Final Back -Check Stage: Make corrections as required, to reflect regulatory agencies' final back -check comments into the drawings, specifications and probable cost. All such corrections will be made at no cost to the City of Temple City. Upon written approval by the City of Temple City that the documents are complete, consultant shall provide to the City of Temple City completed original tracing and a complete set of typed specifications on reproducible masters. Reproduction of the contract documents for distribution to bidders will be provided by the City of Temple City. Electronic copy of the originals (DWG format) shall be submitted to the City of Temple City. Electronic copy of Specifications shall be submitted to the City of Temple City. h. During the Construction Document Phase it is anticipated that weekly construction progress meetings will convene to address specific design issues and to facilitate the decision making process such meeting shall not exceed one day in duration and will be held in the City of Temple City office. Documented decisions made at such meetings and subsequently approved by the City of Temple City shall be binding. Any revisions or reconsiderations of such decisions affecting program, master plan, schematic design and design development shall constitute a change in the Scope of Services of the consultant. Deliverables: 1. Copies Four (4) - Thirty percent (30%) submittal - one (1) reproducible and three (3) prints of the Thirty percent (30%) working drawings, three (3) specifications, and three (3) probable costs. Four (4) - Sixty percent (60%) submittal - one (1) reproducible and three (3) blue line prints of the sixty percent (60%) working drawings and three (3) sets of equipment cut sheets. Two (2) - Statement of requirements for testing and inspection of service for compliance with construction documents and applicable codes. Submit with 60% and 90% (constructability package) CD submittal. Four (4) - One hundred percent (100%) submittal - one (1) reproducible and three (3) prints of the one hundred percent (100%) working drawings, three (3) specifications, one (1) engineering calculations and three (3) probable costs. A-19 Two (2) — Regulatory Agencies file including all correspondence, meeting, back check comments, checklists, etc. to date. (Submit with 100% CD submittal). 2. A statement at each stage of CD review indicating any authorized changes made to the program from the last submittal and the cost impact of such changes on the previously approved Construction Budget. If no changes occur, but shifts of costs occur between disciplines, identify for City of Temple City review. (Submit with all submittals, 30%, 60%, and 100%). 4. BID AND AWARD PHASE: The development of the bidding procedure and the general condition of the construction contract shall be the joint responsibility of the City of Temple City and the consultant. While the Project is being advertised for bids, all questions concerning intent shall be referred to the City of Temple City for screening and subsequent processing through the consultant. In the event that items requiring interpretation of the drawings or specifications are discovered during bidding period, said items shall be analyzed by the consultant for decision by the City of Temple City as to the proper procedure required. Corrective action taken will be in the form of an addendum prepared by the consultant and issued by the City of Temple City. The consultant shall ensure that the Bid and Award documents will meet all funding requirements for this project. 5. CONSTRUCTION ADMINISTRATION PHASE: The consultant's responsibility to provide basic services for the Construction Phase under this Agreement commences with the award of the Contract for Construction and terminates at the earlier of the issuance to the City of Temple City of the final Certificate for Payment or sixty (60) days after the date of completion of the final construction phase. a. During construction, the consultant shall furnish all necessary additional drawings for supplementing, clarifying and/or correcting purposes and for change orders required. Such drawings shall be requested in writing from the consultant by the City of Temple City or designated representative and shall be at no additional cost unless designated as an additional service to the City of Temple City. Drawings and contract wording for change orders shall be submitted to the City of Temple City for duplication and distribution. b. The consultant will receive written notification of the award of a construction contract. Upon receiving such written notification, the consultant will proceed with the services required by the Construction Administration Phase of this Agreement. A-20 c. consultant shall review and approve or take other appropriate action upon contractor's submittals such as: shop drawings, project data, samples and change orders, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The consultant's action shall be taken within fourteen (14) calendar days so as to cause no unreasonable delay in the work or in the construction of the project. In no case shall the review period associated with a single, particular submittal exceed fourteen (14) calendar days from the receipt by the consultant. d. During the course of construction, all Requests for Information must be responded to in a most expeditious manner so as not to impact and delay the construction progress. Consultant shall endeavor to respond to each RFI within three (3) days. In no case shall the response period associated with a single particular RFI exceed five (5) days. e. Drawings or change orders required due to actions of the City of Temple City which are beyond the scope of the consultant's responsibilities, shall be considered extra services. Consultants will not be entitled to any fee increase associated with construction change order costs that are resulted from the error and omission of the drawings. f. Consultant shall attend the weekly progress meeting for duration of the project, indicated in the attached Preliminary Master Schedule, to visits the job site for on -site review of the project construction. The schedule of these visits shall be coordinated with the City of Temple City and their representative. The purpose of these visits is to interpret or clarify in the Contract Documents and to monitor the progress of the Project. Consultant shall bring to the attention of the City of Temple City and their representative, in writing to guard the City of Temple City against, but does not assure against, any defects or deficiencies in the work by the City of Temple City's construction contractor which the consultant may observe. g. The consultant shall visit the site at intervals appropriate to the stage of construction or as otherwise agreed by the City of Temple City and consultant in writing to become generally familiar with the progress and quality of the work completed and to determine in general that the work is being per -formed in a manner that the work when competed will be in accordance with the Contract Documents. However, the consultant shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the A-21 work. On the basis of on -site observations as an architect, the consultant shall keep the City of Temple City informed of the progress and the quality of the work, and shall endeavor to guard the City of Temple City against defects and deficiencies in the work. However, the consultant shall not be a guarantor of the contractor's performance. h. Prepare "Record Drawings": on the original bid documents record changes made during the construction project based upon information provided by the City of Temple City's construction contractor and changes by change orders. An electronic copy of these "Record Drawings" along with two hard copies shall be delivered to the City of Temple City at completion of the construction and shall be a condition precedent to the City of Temple City's approval of the consultant's final payment. The consultant shall not be responsible for, nor have control or charge of, construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Project, and shall not be responsible for contractors' failure to carry out work in accordance with the Contract Documents. The consultant shall not be responsible for, nor have control over, the acts or omissions of the contractors, subcontractors, any of their agents or employees, or any other persons performing any work. J• consultant shall review equipment and maintenance manuals and a complete set of warranty documents for all equipment and installed systems. k. consultant provide a complete project file to the City of Temple City, including all correspondence, meeting notes, back check comments, checklists, inspection affidavits, etc. to the City of Temple City at acceptance. IV. PROGRAM SCHEDULE: Program Schedule shall be provided and attached to this agreement (Exhibit "A") by the selected design consultant. V. AMENDMENT The Scope of Services, including services, work products, and personnel, are subject to change by mutual Agreement. In the absence of mutual Agreement regarding the need to change any aspects of performance, Consultant shall comply with the Scope of Services as Indicated above. A-22 EXHIBIT "B" COMPENSATION I. In addition to the hourly rates, the Consultant shall use the following table for the breakdown of proposed fee on the provided Services: A. Pre Design Services B. Schematic Design/ Design Development Services C. Submission of Construction Documents at 30% D. Submission of Construction Documents at 60% E. Submission of Construction Documents at 100% F. Construction Phase % G. Project Close Out % II. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all personnel describing the work performed, the number of hours worked, and the hourly rate. B. Line items for all supplies properly charged to the Services. C. Line items for all travel properly charged to the Services. D. Line items for all equipment properly charged to the Services. E. Line items for all materials properly charged to the Services. F. Line items for all subcontractor labor, supplies, equipment, materials, and travel properly charged to the Services. IV. The total compensation for the Services shall not exceed $ , as provided in Section 4 of this Agreement. 8-1 EXHIBIT "C" INSURANCE A. Insurance Requirements. Consultant shall provide and maintain insurance, acceptable to the City Manager or City Counsel, in full force and effect throughout the term of this Agreement, against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Consultant, its agents, representatives or employees. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A: VII. Consultant shall provide the following scope and limits of insurance: 1. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) Insurance Services Office form Commercial General Liability coverage (Occurrence Form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, including code 1 "any auto" and endorsement CA 0025, or equivalent forms subject to the written approval of the City. (3) Workers' Compensation insurance as required by the Labor Code of State of California and Employer's Liability insurance and covering all persons providing services on behalf of the Consultant and all risks to such persons under this Agreement. (4) Professional liability insurance appropriate to the Consultant's profession. This coverage may be written on a "claims made" basis, and must include coverage for contractual liability. The professional liability insurance required by this Agreement must be endorsed to be applicable to claims based upon, arising out of or related to services performed under this Agreement. The insurance must be maintained for at least 3 consecutive years following the completion of Consultant's services or the termination of this Agreement. During this additional 3 - year period, Consultant shall annually and upon request of the City submit written evidence of this continuous coverage. 2. Minimum Limits of Insurance. Consultant shall maintain limits of insurance no less than: (1) General Liability: $1,000,000 general aggregate for bodily injury, personal injury and property damage. (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. A combined single limit policy with aggregate limits in an amount of not less than $2,000,000 shall be considered equivalent to the said required minimum limits set forth above. (3) Workers' Compensation and Employer's Liability: Workers' Compensation as required by the Labor Code of the State of California and Employers Liability limits of not less than $1,000,000 per accident. c-1 (4) Professional Liability: $1,000,000 per occurrence. B. Other Provisions. Insurance policies required by this Agreement shall contain the following provisions: 1. All Policies. Each insurance policy required by this Agreement shall be endorsed and state the coverage shall not be suspended, voided, cancelled by the insurer or either party to this Agreement, reduced in coverage or in limits except after 30 days' prior written notice by Certified mail, return receipt requested, has been given to City. 2. General Liability and Automobile Liability Coverage. (1) City, and its respective elected and appointed officers, officials, and employees and volunteers are to be covered as additional insured as respects: liability arising out of activities Consultant performs; products and completed operations of Consultant; premises owned, occupied or used by Consultant ; or automobiles owned, leased, hired or borrowed by Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City, and their respective elected and appointed officers, officials, or employees. (2) Consultant's insurance coverage shall be primary insurance with respect to City, and its respective elected and appointed, its officers, officials, employees and volunteers. Any insurance or self insurance maintained by City, and its respective elected and appointed officers, officials, employees or volunteers, shall apply in excess of, and not contribute with, Consultant's insurance. (3) Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (4) Any failure to comply with the reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to City, and its respective elected and appointed officers, officials, employees or volunteers. 3. Workers' Compensation and Employer's Liability Coverage. Unless the City Manager otherwise agrees in writing, the insurer shall agree to waive all rights of subrogation against City, and its respective elected and appointed officers, officials, employees and agents for losses arising from work performed by Consultant. C. Other Requirements. Consultant agrees to deposit with City, at or before the effective date of this contract, certificates of insurance necessary to satisfy City that the insurance provisions of this contract have been complied with. The City Attorney may require that Consultant furnish City with copies of original endorsements effecting coverage required by this Section. The certificates and endorsements are to be signed by a person authorized by that insurer to bind C-2 coverage on its behalf. City reserves the right to inspect complete, certified copies of all required insurance policies, at any time. 1. Consultant shall furnish certificates and endorsements from each subcontractor identical to those Consultant provides. 2. Any deductibles or self -insured retentions must be declared to and approved by City. At the option of City, either the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects City or its respective elected or appointed officers, officials, employees and volunteers or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration, defense expenses and claims. 3. The procuring of such required policy or policies of insurance shall not be construed to limit Consultant's liability hereunder or to fulfill the indemnification provisions and requirements of this Agreement. C-3 1 1I ARCI [TE CTLR+' L 7 SIGI AND CONSTFIUICTIO ` J .".1DMii !` ,TPATI :1f,J ROSEMEAD BOULEVARD SAF . l Y ENHAN EME & BEAU IT1 FI ATION PRO, City ai Tempi Q Ft ENAS SOCIAT GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS November 1, 2010 City of Temple City RE: Architectural Design and Construction Administration Services Rosemead Blvd Safety Enhancements & Beautification Project 9701 Las Tunas Drive Temple City, CA 91780 Attn: Jose Pulido, City Manager KI SUN PARK, FAIA, FA I CP, Hon.FKIA MICHAEL A.ENOMOTO. FAIA LARRY SCHLOSSBERG. AIA.LEEDAP DEBRA GEROD. AIA, LEED AP ASHOK VANMALI,AIA Re: Proposal for The Rosemead Boulevard Safety Enhancements & Beautification Project Dear Mr. Pulido: Gruen Associates is pleased to respond to your Request for Qualifications/Request for Proposal for architectural design and construction administration services for the Rosemead Boulevard Safety Enhancements & Beautification Project. We believe our combination of design skills, well known technical capabilities, experience with projects in urban areas and experience with large scaled and complex streetscape and landscape projects that are implemented will be of great benefit to the City of Temple City. Gruen Associates' address is 6330 San Vicente Blvd, Suite 200, Los Angeles, CA 90048. The contact person is Steve Smith who can be reached at 323-937-4270. Our fax number is 323-937-6001. Gruen has assigned its most trusted senior personnel to key positions who will directly participate with you in the design of your project. 1, Michael Enomoto, FAIA, will be the Partner -in -Charge and will bring to bear the full resources of Gruen Associates as the project dictates. Steve Smith, ASLA, will be the Project Manager/Landscape Architect, has over 30 years of streetscape/landscape architectural experience will be the key contact person. Elaine V. Carbrey, AIA, AICP, Associate Partner will be the Urban Designer who was the project manager/urban designer of many of Gruen's award -winning projects and timeless, built streetscapes. Jill Wagner, LEED AP, will be Technical Manager, and will assist Mr. Smith with project management. Our consultants include VCA Engineers, Civil Engineering; KOA Corporation, Traffic Engineering and Electrical Engineering (Lighting); Seibert Perkins DesignfSignage & Wayfinding (WBE/SBE); Englekirk & Sabol, Structural Engineering; Sweeney + Associates/irrigation Design/AB 1881 Water Management Compliance; and Faithful + Gould for Cost Estimating. The design and implementation of the Rosemead Boulevard Safety Enhancements & Beautification Project is an important event in the life and future of the City of Temple City. We recognize the importance of this project to the community and are ready to accept the varied and complex challenges and opportunities. Gruen Associates has received and reviewed the five (5) addenda. Our proposal is valid for a period of not less than ninety (90) days from the date of this submittal. I attest that all information submitted with the proposal is true and correct. Respectfully submitted, GRUEN ASSOCIATES Michael A. Enomoto, FAIA Partner 6330 San Vicente Boulevard, Suite 200, Los Angeles, CA 90048-5441 • T 323 937.4270 • F 323 937-6001 • www.gruenassociates.com REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSAL (RFQ/RFP) - ARCHITECTURAL DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE ROSEMEAD BOULEVARD SAFETY ENHANCEMENTS & BEAUTIFICATION PROJECT TABLE OF CONTENTS Tab -1 A. EXECUTIVE SUMMARY Tab -2 B. UNDERSTANDING OF AND APPROACH TO THE PROJECT Tab -3 C. QUALITY CONTROL Tab -4 D. EXPERIENCE ON SIMILAR PROJECTS Tab -5 E. EXPERIENCES IN CONTROLLING PROJECT COST/DESIGN SCHEDULE Tab -6 F. PROPOSED ORGANIZATION AND STAFFING Tab -7 G. EXCEPTIONS TO STANDARD AGREEMENT Tab -8 ATTACHMENTA GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS EXECUTIVE SUMMARY : A Provide a summary of the significant information contained in the proposal. Highlight and summarize your qualifications and strengths that will single out your firm as the best firm to accomplish this project. Gruen Associates, established in 1946, is a professional partnership of corporations located at 6330 San Vicente Boulevard, Suite 200 in Los Angeles. With over 60 employees, Gruen Associates has provided internationally recognized planning, architectural, transportation, urban design, and landscape architecture services world-wide. The firm's multidisciplinary staff is directed by five partners with diverse and complementary backgrounds. Because Gruen Associates has over 60 years of diversified experience in the successful execution of award -winning streetscape, mixed -use, transit, governmental, institutional, commercial, planning and architectural projects, and our special expertise in urban design in Southern California, we are uniquely qualified to lead our team in a successful and comprehensive design for Rosemead Boulevard in Temple City. Gruen Associates is deeply committed to meaningful consensus building between identified stakeholders as an integral part of its projects. We are experienced in working with ad -hoc committees and the community. We strive to blend function and efficiency with distinctive architectural and landscape and thematic components designed to respond to the client's and community's needs. The firm provides personal service, while taking advantage of the wide range of expertise and technical capability of a large organization. The firm's philosophy is that a client well served is the best marketing strategy. The highest possible quality of our services is our primary concern and emphasis. Our commitment to and track record of on -time and on -budget performance is the key to the firm's successes. Seasoned Management and Personnel Gruen Associates' has the proven knowledge and experience to successfully design unique plans and manage large consultant teams. I, Michael A. Enomoto, FAIA, will be the Partner -in -Charge and will bring the appropriate resources of the firm, as the managing partner of the firm. Steve Smith, Director of Landscape Architecture, ASLA, the Gruen project manager and project designer/landscape architect, has over 30 years of experience in designing and managing landscape architecture and complex streetscape projects. These projects have varied in size from small streetscape projects on limited budgets to large-scale park, institutional and commercial projects. His experience includes streetscape, transportation, and master planning projects, college campuses, parks, river greenbelts, large-scale housing developments, institutional and health care complexes. Mr. Smith's landscape architectural career includes many constructed streetscape and landscape projects such as: Huntington Drive and 1 sst Avenue Streetscape / Arcadia California Foothill Boulevard Streetscape/ Bus Shelters/ Memorial Park Bandstand- La Canada Pico- Union Streetscape/ Los Angeles,CA East Los Angeles Civic Center / Park and Street Enhancements Pasadena Gold Line/ Station and Streetscape Enhancements (Pasadena to Los Angeles) Descanso Gardens -International Rosarium Mr. Smith will be supported by Elaine Carbrey, Associate Partner, AIA, AICP, the project's Urban Designer who also brings over 30 years of experience in urban design, streetscape and planning projects. Ms. Carbrey has managed small projects from the Los Angeles Neighborhood Initiative Streetscape enhancements to large, streetscape projects like Santa Monica Boulevard and Westwood Village in Los Angeles to multi -million dollar transportation design efforts. Jill Wagner, LEED AP, will be Technical Manager and will assist with project management of the technical team. Ms. Wagoner is currently responsible for coordinating projects from design development drawings through bidding and construction administration, including city planning and building department approvals. These individuals have worked together on many projects and along with the staff assigned to the project have just completed the San Bernardino's sbX BRT Transit Station and landscape design which is a $150 million transit/urban design project that involved integrating the new on -street rapid bus transit design into an enhanced streetscape. Subconsultant Team The firms listed below are the subconsultant members of the Gruen team. Descriptions of each subconsultant firm are included in Section 6. The Rosemead Boulevard Safety Enhancements & Beautification Project Page 1 GRUENASSOCLATES ARCHITECTURE PLANNING INTERIORS VCA Engineers, Civil Engineering KOA Corporation, Traffic Engineering and Electrical Engineering (Lighting) Seibert Perkins Design, Signage & Wayfinding (WBE/SBE) Englekirk & Sabol, Structural Engineering Sweeney + Associates, Irrigation Design/AB 1881 Water Management Compliance Faithful + Gould, Cost Estimating. Understanding the Project The City of Temple City intends to hire a consultant for preliminary and final streetscape design, civil engineering as well as for the preparation of construction documents and construction administration for the Rosemead Boulevard Safety Enhancements and Beautification Project. It is also the desire of the City of Temple City to enhance and maximize the boulevard's visual quality and urban design character for current and future residents and businesses along Rosemead Boulevard. In the process of preparing the most creative and enduring designs for the Rosemead Boulevard it is the consultant's task to review the earlier plans and build upon the efforts of the City and its previous consultants to combine and apply the wide range of new design ideas for the Rosemead Boulevard Safety Enhancements and Beautification project. Opportunities for Enhancements The Rosemead Boulevard project will become the heart of the overall Temple City redevelopment projects. Rarely streetscape improvements can stand alone ensuring commercial success to a street, but it can set the mood and the environment for the area it serves. An imaginative streetscape can demonstrate to visitors the civic quality and values of its community, invite them to shop and find entertainment and entice pedestrians to explore and linger. In addition to wider sidewalks and new trees, the impact of imaginative street furniture, lighting, public art and signage are part of the potential elements that will give Temple City a one of a kind identity. Some of the major elements considered for potential enhancements which will be explored: • Maximizing sidewalk widths and parkway dimensions • Maximizing street tree planting throughout the project area • Providing generous landscaped "bump out" planters • Infiltration systems or 'Green Street' treatments • More creative opportunities for community identity structures and public art • Thematic pedestrian, public art and accent lighting and paving to establish Rosemead as a unique place • Creation of visually artistic gateways at points of entry into Temple City and at strategic viewpoints Maximizing the Project Within the Budget The project needs to be based on the realities of its budget. All effort will be made to match community expectations and deliverables within the established budget. While phasing may play a role in its construction timetable, the first phase of base project should give the city a full range of rich and satisfying design elements that make the desired product exciting and notable. Some possible approaches to address the budget are: • • • • • Determine highest priorities for major design elements Determine trade-offs relative to on -street parking, bike lanes, travel lane widths in order to create 'green space' for trees and plantings at every opportunity Use of existing gutters and storm drains with removable precast covers where feasible Use of existing signal and street light locations. Meet environmental goals and economical goals with new "green street" technologies Use of water efficient irrigation systems/ drought tolerant sustainable plantings Permeable paving surfaces Controlling Project Cost/Design Schedule At the initiation of the project we will prepare, in consultation with our cost estimator, a cost model which allocates resources to various systems and elements even before a design is in place. As the project proceeds, we will engage in an iterative cost - estimating process with comprehensive cost take -offs to be performed at the end of each phase. This last cost estimate is so timed to allow us to make value engineering decisions, if required, before the completion of the drawings and avoid delays in the bidding process. Working with the City, Gruen will establish a detailed and workable schedule, and set a time frame for the performance of each component of the work. This schedule includes major meeting dates and review periods for the Team and the City Agencies. GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 2 The Rosemead Boulevard Safety Enhancements & Beautification Project Integrating Quality Control Gruen will review the work of the consultant team at prescribed intervals and review both hard copies and electronic files as part of the quality control process. The hard copies allow us to review the documents as they will be seen by the bidders and contracts. The electronic files allow us to overlay the work of the various disciplines, looking for conflicts and interferences. In addition, we have a Quality Assurance Manual which establishes what is expected on each type of document at each point in the process. This allows us a better understanding of our level of completion at any point along the way. Among the quality assurance techniques we employ are: • Responsibility Matrix • Definition of Deliverables • Intensive Document Checking • Written Documentation • Continuity of Personnel • Internal Consultant Team Meetings and Coordination • Review of Consultant Work • Management Tools Streamlined Construction Administration In reality, the ultimate success of any project depends on understanding of the project goals by the construction administration staff. This is one of the primary reasons that we maintain the same key project staff throughout the project, including construction, since they carry with them the history of decisions made on the project. Project Experience The following projects highlight Gruen Associates' extensive experience in Streetscape, transit, architecture, urban design, public art, and land use -transportation integration projects. Photographs and descriptions of these projects and others are found in Section D. • • • • • Village Walk and Streetscape including Public Art, Tarzana East Los Angeles Civic Center Urban Design, Existing Facility Renovation, Streetscape, and public art coordination, Los Angeles County Beverly Hills Gateways & Streetscape, Beverly Hills, CA Beverly Hills Triangle Urban Design/Streetscape and Santa Monica Five Parking Structures, Beverly Hills, CA Santa Monica Boulevard Transit Parkway Streetscape, Los Angeles, CA Westwood Village Streetscape, Los Angeles, CA University Avenue Streetscape, Riverside, CA Central Avenue Streetscape, Phoenix, AZ Pico Boulevard Streetscape Improvements, Los Angeles, CA Metro Orange Line Extension (architecture, urban design, landscape architecture and environmental impact report)* Mid -City Exposition LRT Project — Phase 1 -- Architecture, Landscape Architecture and Linkages sbX E Street BRT Corridor — Planning, Urban Design, Architecture, Landscape Architecture, and Transit -Oriented Development, San Bernardino County Gruen Associates led and managed the public art program for the East Los Angeles Civic Center Urban Design and Existing Facility Renovation working with artists Jose Antonio Aguirre, Michael Amescua, Linda Arreola, Rudy Calderon, Roberto Delgado, and Ricardo Duffy. Currently, Gruen Associates and its subconsultant are finalizing with eight artists the art design for sbX, a 16 station BRT in San Bernardino and Loma Linda, California. Gruen also worked on the Los Angeles to Pasadena Gold Line artist selection and program. For the Los Angeles Convention Center Expansion project, Gruen coordinated the implementation of the works of Alexis Smith, Matt Mullican and Pat Ward Williams. For the Ronald Reagan Federal Building and U.S. Courthouse in Santa Ana, Gruen coordinated the implementation of works by sculptor Ray Caskey and muralist John Valadez. For Santa Monica Boulevard Transit Parkway project, Gruen worked closely with Metro's selected artist, Barbara McCarren. Our recent Village Walk Streetscape includes artist designed fountains. These projects and our architecture and planning projects have won numerous awards. Among our many architectural projects are the Los Angeles Convention Center, the Olympic Police Station, Pasadena City College Library, and the Hollywood Bowl Renovation. The Rosemead Boulevard Safety Enhancements & Beautification Project Page 3 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Gruen Associates has been a leader in urban design, land use, and transportation integration. Transportation facilities are inextricably linked with the rest of the built environment and Gruen Associates strives to improve the pedestrian, bicycles, and other linkages to its transit facilities and to adjoining private development to reinforce a walkable environment. During the last four decades, Gruen Associates provided extensive private sector experience in the planning and design of mixed -use projects, office buildings, retail developments, parking structures, hotels, residential communities, and other components of urban areas. In addition, our subconsultants have extensive streetscape experience. Seibert Perkins, our graphic designer has designed many iconic and thematic projects such as the Los Angeles World Airport (LAX) Gateway and Century Boulevard Streetscape. Conclusion We look forward to working closely with the City of Temple City to create an urban environment that will respond to the unique characteristics of the Rosemead Boulevard Safety Enhancements & Beautification Project. Our offices are close by Temple City with Gruen's, VCA's and Seibert Perkins' offices in Los Angeles; and KOA's office in Monterey Park. As Mr. Smith lives nearby in Pasadena and Mr. Klaus in San Gabriel, there are personal loyalties and physical conveniences that will help facilitate the project. The Gruen team has dynamic, talented and seasoned leadership that is ready to work closely with you and other stakeholders to provide a vision for Rosemead Boulevard and the City of Temple City. We believe our team offers major strengths in areas that are critical to successfully developing a unique and exciting streetscape for Rosemead Boulevard. These include: • Successful project experience throughout California for both the public and private sectors • Demonstrated ability to provide innovative and creative urban design solutions that have been successfully implemented Multidisciplinary experience of a truly integrated urban design/planning/landscape architecture/architecture/traffic and transportation team that can simultaneously and comprehensively undertake all components from concept to implementation • Involvement of creative and experienced top management of all firms. This group of visionary veterans is experienced in all aspects of streetscape design and implementation Temple City has a great and rare opportunity to remake itself. Working with a sound groundwork of efficient and modern infrastructure, the city can start its new and invigorated life as a vital and attractive destination for shopping, dining and living. Using the classic ingredients of successful towns and cities, Temple City can create a truly grand boulevard of generous street trees, intimate spaces for seating and lingering, for inviting public art, fountains, and the creation of gateways for future developments that will compete with the best offered in the San Gabriel Valley. Temple City can't make its new Rosemead Boulevard streetscape just adequate or better, it needs to excel beyond everyone's expectation. To truly succeed, it needs to be exceptional. This will take vision and bravery. We feel Gruen Associates and its team is capable of guiding the city to this vision. We trust that our response to your Request for Qualifications for the Rosemead Boulevard Safety Enhancements & Beautification Project will convey to you our interest and the commitment in providing professional services to you. We look forward to personally presenting you with our qualifications as you narrow the field of professionals leading to the selection of a consultant for your exciting and challenging project. GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 4 The Rosemead Boulevard Safety Enhancements & Beautification Project UNDERSTANDING OF AND APPROACH TO THE PROJt= I 1. Provide a summary of your approach to the project. Gruen Associates' strength in urban design, landscape architecture, architecture, and land use planning is derived from many years of experience working on award -winning streetscape and transportation -related projects. They have been based on a holistic approach to design. Gruen doesn't erect artificial barriers between architects, urban designers and planners, nor between architecture, urban design and planning projects. By integrating these disciplines with the landscape architects in one office, Gruen can generate thoughtful and complete solutions to project challenges, no matter the size. In the process of preparing the most creative and enduring designs for the Rosemead Boulevard it is the consultant's task to review the Master Plan and earlier plans and build upon the efforts of the City and its previous consultants to combine and apply the wide range of new design ideas for the Rosemead Boulevard Safety Enhancements and Beautification project. Our objective is to utilize the increased budget wisely and to identify the very best elements to add that will give the greatest return for the Investment. In order to be successful and to support the ongoing efforts to attract quality mixed use development, the Rosemead Boulevard streetscape project needs to incorporate unique and unusual elements that set it apart from other communities. Many cities in Southern California have implemented streetscape beautification plans over the years. Many have used the classic elements of new street trees, bump out planters at the intersections and tasteful wayfinding signage. Others have installed massive grand statements such as arched gateways and fountain plazas in new commercial shopping centers or entertainment centers. Invariably, certain elements have seemed to work best in contributing to the longevity and viability of the best redevelopment projects. Success and enduring downtown spaces and public streets usually consist of some or all of the following attributes: • • • • • • Intimacy Shade from the sun and enclosure in spaces Density/ Critical Mass Dramatic variations in height and mass Rich variety in textures and building materials Visual intricacy and details The Rosemead Boulevard project will become the catalyst and spine of the overall Temple City redevelopment projects. It will be the "front door" and the welcoming mat to future grand projects and exciting mixed -use developments. Rarely streetscape improvements can stand alone ensuring commercial success to a street, but it can set the mood and the environment for the properties it serves. A truly exciting, charming and imaginative streetscape can invite pedestrians to explore and linger in the environment. In addition to wider sidewalks and new trees, the impact of street fumiture, art and signage can be pushed to a new level. Beyond catalogue bus shelters, light fixtures and bollards, creative thinking needs to identify potential elements that will give Temple City a one of a kind brand or stamp. Landscape plantings need to be bold and trees used in generous and dramatic masses with viable spaces for seating, lingering and displaying public art. Wherever there appears to be an opportunity to create an entrance or gateway for a future project, the streetscape should respond with plaza openings, palms or tree masses and art at highly visible pedestrian intersections. We see a project program as a living document. Through the programming and design process as opportunities come to light or constraints become apparent we expect to revise the program to take advantage of those opportunities or work around constraints. We also recognize that needs, personnel and resources change over the short and long term and the program and design should be able to respond to those changes both before and after construction. We find that small projects as well as complex ones can be most successful when we manage the design/documentation process from the early stages of the project, working closely with the Owner and user groups to collaboratively develop the design for the project. Our approach is to understand the design intent, manage the team, and implement quality assurance into the management process in order to deliver projects which are on -schedule, on -budget, and which meet the design/ programming goals established. Key elements of our approach are as follows: • Collaborating with our Team. Working with the Owner, Gruen establishes a detailed and workable schedule, and sets time frames for the performance of each component of the work. This schedule includes major meeting dates and review periods for the Team and the City Agencies. • Providing High -Quality Services by assigning appropriate Team Members and Specialized Subconsultants The project managers and partner -in -charge have experience managing complex projects and assigning and scheduling the right personnel and subconsultants for each task at the appropriate time. The Rosemead Boulevard Safety Enhancements & Beautification Project Page 5 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS fia�e=t: Understanding the Design/Programming Working closely with City staff, Gruen will endeavor to gain a keen understanding of the City's and other user groups' design requirements and programmatic needs. By developing alternatives and creative solutions, the Team's next step is to minimize areas of conflict and maximize areas of consensus. This consensus building process is a hallmark of Gruen's collaborative work plan. Understanding the Site, the Surrounding Area, and Community Concerns A thorough understanding of the project's context or environs and the community are essential to develop a successful outcome for the project. Integrating Quality Control Gruen will review the work of the consultant team at prescribed intervals. We will review both hard copies and electronic files. The hard copies allow us to review the documents as they will be seen by the bidders and contracts. The electronic files allow us to overlay the work of the various disciplines, looking for conflicts and interferences. We will check CADD backgrounds regularly, but not so often that the consultants avoid incorporating the updates. In addition, internally, we have a Quality Assurance Manual which establishes what is expected on each type of document at each point in the process. This allows us a better understanding of our level of completion at any point along the way. Innovative, Creative, Pragmatic Design and Strategic Approach Gruen Associates strongly believes that innovative landscape architectural design, urban design, and wayfinding enhancements are integral to creating a sense of place. Our approach is not only innovative but also pragmatic in that we start with the Owner's concerns, City standards and stakeholders in reviewing and analyzing a project working to understand concerns such as maintenance, ADA requirements, site distance concerns, water shed issues, sustainability opportunities, etc., and the needs of the pedestrian, local traffic circulation, and parking. As limited budgets and funding are often concerns for public projects, we utilize a strategic approach to our design efforts. We concentrate our design efforts on those elements that will make a noticeable difference in an area and prioritize potential design components with the Owners. Gruen prepared a draft Scope of Services for this project found in the back as Attachment A. 2. Discuss your understanding and approach to the challenges of this project. The City of Temple City intends to hire a consultant for preliminary and final streetscape design, civil engineering as well as for the preparation of construction documents and construction administration for the Rosemead Boulevard Safety Enhancements and Beautification Project. It is the desire of the City of Temple City is to enhance and maximize the visual quality and urban design character for current and future residents and businesses along a Rosemead Boulevard. Providing streetscape amenities and enhancing walkability will give this most important street in the Temple City a boost in attracting new development, creating a distinct Identity for the community, according to the objectives stated in the Master Plan for Rosemead Boulevard. As stated in the RFQI RFP, certain key streetscape design elements have already been studied, designed and finalized in an earlier set of construction documents prepared for the Rosemead Boulevard by Lost West. Following the bidding process, the city decided it could attain a more intensive and impactful landscape and urban design product by adding more to the construction budget. Going from a $6 million to $10 million budget will allow more opportunities to enrich and expand the streetscape elements that will contribute to a more exciting and memorable experience travelling or walking on Rosemead Boulevard. Challenges and Observations The previous designs and construction documents help to establish potential boundaries and identify opportunities for the boulevard's renaissance. These plans offered some amenities but perhaps because of budget constraints at the time, some opportunities and important design elements appear to be lacking. The following are some comments and observations on the previous plan and opportunities for the new designs: While the south gateway entrance from the city of Rosemead (Railway bridge underpass) was to be highly landscaped and many trees proposed, there appears to be much less continuity of that same tree lined character on the rest of the boulevard. Nothing will give the street more instant visual improvement, short or long term, than this backbone or "spine" on the boulevard. Street trees are very important to the success of Rosemead Boulevard enhancements and should be installed where ever they can be planted. The softening and humanizing effect of the shade and visual relief of the street trees will give instant visual uplift. This project should investigate every opportunity to maximize sidewalk widths (minimum 10' wide) so as to allow for a G R UENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 6 The Rosemead Boulevard Safety Enhancements & Beautficalion Project minimum 4' tree wells or parkways, safe and accessible ADA walkways and allowance for sustainable, "Green Street" drainage systems. The team's traffic engineer working with city staff will assist in evaluating of lane sizes, space for bike lanes and making workable adjustments so as to allow for maximized sidewalk and parkway dimensions. • There appears to be an opportunity to increase the "bump out" planters along the sidewalk frontages. Where there are red "no parking' designated curbs and where there are spaces without street parking, there can be larger planters. Especially adjacent to large parking lots and open spaces, effort should be made to maximize green space with bump out planters and trees. These may also become excellent sites for public art and/ or wayfinding community signage. Current plans offer very little seating or areas to linger other than at bus shelters. • The proposed new bus shelters are an opportunity to add highly stylized architectural statements to the boulevard. Other than the more common off the shelf styled shelters seen in many communities, we would introduce a rich and exciting architectural palette that sets Temple City apart. Potentially, revenue producing and informative kiosks and other forms of artistic advertising can add color and visual interest to the streetscape. • One alternative approach may include infiltration systems or bio swales for run off water in compliance with new state and county regulations for treatment of surface runoff water into the tree wells and parkways. A "Filterra" drainage system or equal allowing for water filtration into curbside tree wells and planters can add filtered moisture to the groundwater system. • Additional opportunities for placing civic monuments /public art, signage and community identity structures should be explored. There is a great opportunity to enhance the rail road bridge with detached cantilevered steel screen or sculptures or other artist elements. . By not being attached to the RR bridge, the potential challenges of gaining railroad approvals is avoided. In addition, the availability of city owned land and other locations for a gateway should be explored with the city. • An option for street lighting may include placing thematic street lighting in the medians in lieu of the sidewalks so as to maximize the number of potential street trees. Sight lines, safety and maintenance will be primary considerations. Alternatively, low level and non glaring pedestrian lights along the sidewalks can add additional character. • Cross walks can become elegant and distinctive identifiers giving character and richness to the ground plane. Other than basic painted striping or "Dura-therm" imbedded plastic pattems for crosswalk designation, the city may consider textured concrete or interlocking pavers as a means to create a high quality walking environment. • Alternative design styles for the streetscape and urban design elements should be investigated. While the modernized "Craftsman" style of the structures, signs, walls and medians of the previous plan has been used by many communities, Temple City may want to find a more unique look or style to give the community Its own identity. The bus shelters, signs, art and other structures should represent the best of current architecture, use of quality and lasting natural materials and be of a classic and enduring style that will age gracefully. Cities such as San Marino, Arcadia and Monrovia and have streetscape elements that give them unique character that have lasted many decades. Cost Effectiveness Ultimately, the project's designed elements need to be supported by the realities of its budget and limited resources. Every dollar should be used judiciously to maximize the quality of the final product. How can we determine the best and most efficient use of construction dollars? Whereas the design process can identify many "possibilities" on paper (which is inexpensive), the cost estimating and refinement process will determine the preferred elements. Some possible approaches to maximizing the budget are: • Determine the value and impact of the railroad underpass gateway project. Whereas a grand and expensive statement can be made at the south end of town, will it sacrifice important base design elements such as street trees or bump out planters? The budget may be better spent on close up, pedestrian related art or details on the street. • The traffic engineering effort will identify the needs and configurations for on -street parking. While normally crucial to store front merchants, we argue that we should worry less about the quantity of parking and pay more attention to its quality. This will enhance walkabilty and increase pedestrian traffic. • Instead of entirely altering or reconstructing the existing gutters along Rosemead Boulevard, the existing gutters can be covered with precast concrete panels bridging bump out landscaped planters. This was done on the Huntington Drive Streetscape in Arcadia. The Rosemead Boulevard Safety Enhancements & Beautification Project Page 7 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS B: 'UNDER TAND1NG OF AND Amt THE TAR HEOT L • Street lighting and signals are vital to the safety of vehicular and pedestrian traffic. It would be advisable to design curbs, left turn lanes and crosswalks to best utilize the existing signal and street light (cobra head) locations. • Drainage systems can be meet new state and county rules by implementing swales and green street systems. If runoff water can drain directly into tree wells (and bio-swale filtering systems) and grading in new planters filter into themselves instead of the street, environmental goals are met economically. • Careful study will be undertaken to develop a water efficient irrigation system. Following recently mandated State guidelines (AB1881), plants should be selected following "hydrozone" categories, irrigation designed to avoid runoff and water usage monitored and budgeted. • Permeability should be considered for many paving surfaces. Where feasible and acceptable for ADA standards, pavers and soft surfaces may be considered in tree wells, planters and parkways. What can the City of Temple City do to make its main street truly unique and stand out? The consultant should be willing to expand upon the recommendations of the Master Plan and earlier design plan to explore the unusual and evocative. With input, review and approval from the city staff, the Ad Hoc Committee and other stakeholders, the theme of the streetscape improvement will be established. Whether the hardscape elements consist of trend setting contemporary, "green and sustainable" materials or more classic materials, the design should be developed to insure an enduring look which ages well and can inspire adjacent private developments for years to come. 3. List the required information expected from the City by major task. The following is the information identified to date that will be required from the City: Task A- Pre -Design Phase • Topographic base map (CAD) • Utility base map (CAD) • Boundary Survey data and Map (CAD) • Budget- soft costs and other city expenses • Preliminary construction drawing for "Street Enhancement Project Rosemead Blvd. from Railroad to Calita" (PDF/ CAD) • Soils Report (PDF) • Master Planning for Enhancement of Rosemead Boulevard (PDF) • Master Planning Reassessment report (PDF) • Landscape Improvement drawings for Rosemead Blvd. Landscaping project from 1-210 freeway to Temple City Boundary (PDF) • Geotechnical information and Survey, as required • Additional notations, dimensions and clarifications on the provided survey. Street widths, setbacks and rights of way need better clarification. Task B- Schematic Design Phase • Temple City design criteria, standards and guidelines (PDF) • Temple City Sign ordinances and guidelines (PDF) • Temple City Billboard Ordinance (PDF) • 30% Preliminary Construction Document Written Comments from City and Stakeholders • Aquisition of any required property easement modifications along project if applicable Task C- Design Development Phase • Provide Front End Division 1 specs • 60% Construction Document Written Comments from City GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 8 The Rosemead Boulevard Safety Enhancements & Beautification Project UN'R T Ni WNG Al'TO THE PROJECT: =i Task D- Construction Document Phase • 90% Construction Document Comments from City • 90% Constructability review by Construction Manager Task E- Bid and Award Phase • City will provide Bid Documents 4. Indicate participation the firm will require from the City staff and consultants. It is assumed that the City will arrange, invite and organize meetings for the consultants. The following required City participation by task: Task A- Pre -Design Phase • Project kick-off meeting • Cost/Scope meeting Task B- Schematic Design Phase • Identify any staff of Planning, Building, Fire Department, etc., that will be involved in project • "Brainstorming" meeting with city staff to review research material and define direction • Alternative design meetings to determined preferred approach (up to 4 meetings) • Community meeting organization and support (up to 2 meetings) Task D- Construction Document Phase • Design meetings to refine concepts and element selections (up to 4 meetings) • City Council meeting coordination (2 meetings) • Community meeting organization and support (1 meeting) Task E- Bid and Award Phase • City to take lead in producing Bid Documents (excluding plans and technical specs) Task F- Construction Administrative Phase • Preconstruction conference • Weekly progress meetings • City Council meeting coordination (4-5 meetings) 5. Describe your approach to working effectively with jurisdictional agencies including but not limited to Los Angeles County Public Works, Southern California Edison, and so forth. Gruen Associates has provided design services in Southern California for over 64 years. This has included extensive work with the Department of the State Architect, various City of Los Angeles agencies, the County of Los Angeles, Metro, Caltrans, Utility Companies, Los Angeles Unified School District, extensive consulting services for various educational campuses as well as work with the Los Angeles City and County Department of Public Works and Fire Departments for numerous of projects completed throughout Los Angeles. We like to meet with various relevant agencies including fire, police, planning, and public works early to identify potential issues and obtain data. We have provided projects in connection with a wide variety of public, state and local clients. The following lists some of our local projects highlighting our projects with Los Angeles County as our client. The Rosemead Boulevard Safety Enhancements & Beautification Project Page 9 GRUENASSOCIATES ARCHrTECTJRE PLANNING INTER -RS pMT- 4 - Olympic Police Station - Los Angeles Convention Center - San Fernando Valley East-West Transit Corridor (Orange Line) - Will Rogers State Beach (Los Angeles County) - East Los Angeles Civic Center (Los Angeles County) - Lawndale Library (Los Angeles County) - Hollywood Bowl (Los Angeles County) - LA County Fire Dept. Headquarters (Los Angeles County) - Glendale Freeway/Boulevard Corridor Preliminary Planning Study - Santa Monica Blvd Transit Parkway Study and Preliminary Streetscape Design Concept - Mother's Beach Playground (Los Angeles County) - Zuma County Beach (Los Angeles County) - White Point County Beaches and Parks (Los Angeles County) - Pico Blvd Streetscape Improvements - Los Angeles County Museum of Art (Los Angeles County) - Los Angeles World Airports Supervisory Architect - Prop Q On -Call Services - interline Baggage at Torn Bradley International Terminal, LAX - Van Nuys Airport Hangars 901 & 902 Seismic Retrofit - Westwood Village Streetscape - Isidore B. Dockweiler State Beach (Los Angeles County) - Marina del Rey ongoing services (Los Angeles County) 6. Describe your approach to working effectively with Ad -hoc committees. Attendance in neighboring and community design presentation will be required. Gruen Associates has extensive experience in working with individual committees in our public sector design projects. We support the establishment of a committee made up of key stakeholders to work directly with us early on in the design phase and at key milestones. We recommend that this committee include key stakeholders such as City Council members, representatives from the other City committees, those within the City concerned with public art, major adjoining property owners, adjoining businesses and public work's staff. Per the Addendum, we understand the City has already established an Ad Hoc Committee. For our Westwood Village Streetscape and Exposition Light Rail projects in Los Angeles, we worked closely with urban design committees. For Lincoln Corridor Mobility Study and Santa Monica Transit Parkway projects, we worked with a Technical Advisory Committee consisting of multiple jurisdictions. Key to working with these committees is for our Project Manager and other key staff to make presentations supplement by attractive graphics explaining the project goals, the various alternatives for addressing their goals and an assessment of these alternatives. Our team carefully listens to the input from the committee and facilitates discussions to obtain input and help with consensus building. We use breakout sessions with staff stationed at the boards to obtain comments from individuals. We also suggest meeting with the Ad Hoc Committee before the Community meeting to review the design content. 7. Describe your approach to effective interaction with community groups. Gruen Associates and its subconsultants have extensive experience in coordinating a wide range of public outreach programs for many of our projects including stakeholder meetings, charrettes, workshops, and other public presentations. Gruen Associates and its subconsultants are deeply committed to meaningful public involvement as an integral part of its public projects. We have developed a personalized approach, which has been time -tested and refined over more than 30 years of interaction with community groups, property owners, business owners, public agencies, and other interest groups. Many of Gruen's projects are sensitive and controversial, and the firm's services include comprehensive public involvement programs to ensure that community and citizen concerns are informed to help build consensus and support for the project. Gruen has successfully conducted public participation programs ranging from small community plans to statewide highway corridors as part of its planning process. Gruen is very experienced in conducting community involvement meetings or assisting public agency staff in this regard with technical information and graphics. Some of our recent projects including community meetings include the E Street Bus Rapid Transit Project in San Bernardino County, the Redlands Passenger Rail Station Area Plans, and the Monterey Park Mixed Use and Pedestrian Linkage Study which have been well received. GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 10 The Rosemead Boulevard Safety Enhancements & Beautification Project "UNiEI TA:. I IIdG OF AND APPROACH THE RQJ Gruen Associates public involvement program for this project includes community public meetings, meetings with an Ad -Hoc Committee described previously and individual stakeholder meetings early in the project such as local elected officials, major property owners, businesses, adjacent homeowners group, or any local City staff and other jurisdictions on the project. We recommend that City staff arranges stakeholders' individual meetings over a one -day period with key stakeholders so that we may understand each stakeholders' goals, improvements, ideas, and priorities for Rosemead Boulevard early on. Our approach to effective interaction with community groups at meetings designated in the scope will be at the first meeting to articulate the projects goals and objectives, the site analysis, the previous design, and initial design alternatives to obtain community group input. Community group input is especially helpful in evaluating tree species, street furniture, gateways and way finding signage concepts. We use attractive, clearly readable graphics and our landscape architects/graphic designers will discuss each alternative, the pros and cons and potential trade-offs such as on -street parking versus a bike lane. We listen carefully for design ideas from the community and their concerns, and take ample notes so when we return to the next community meeting we are able to discuss how the input from the previous meeting was incorporated into the preferred alternative. The Rosemead Boulevard Safety Enhancements & Beautification Project Page 11 GR UENASSOCIATES ARCHITECTURE PLANNING INTERIORS GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 12 The Rosemead Boulevard Safety Enhancements & Beautification Project QUALITY CONTROL : C 1. Provide an outline of quality control and in-house procedures to coordinate the work of your consultants during the architectural programming and design phase of the project. The outline should describe your system of compiling information; frequency of team meetings: method of documenting team meetings: procedures for distributing information to team members: and procedures for verifying and guaranteeing that approved items are incorporated in the final Construction Documents. Gruen Associates, having been involved in the preparation of design and construction documents for over 60 years, has developed a precise set of quality control and assurance procedures which are used to check and process documentation for all our projects. We have developed a reputation for high -quality documentation which has resulted in our involvement in a wide variety of projects ranging from several hundred thousand dollars to projects in excess of $300 million. A portion of our work includes our activities as executive architect involved in projects with other professionals where our expertise in the preparation of construction documents, management of complex projects with multiple consultants, and the responsibility to multi -headed client groups has required us to develop the highest quality documentation. We practice a proactive, interactive and iterative approach to the management of projects. Our approach to understanding the intent of the client, managing the team, and building quality assurance into the management process allows us to deliver first-class projects which are on -schedule, on -budget, and meet the client's established design and programming goals. Amongst the quality assurance techniques we employ are: Responsibility Matrix: At the onset of the project, we develop a project responsibility matrix that describes all tasks for each phase of the project and their assignment to project team members, including the client staff. This matrix will be carefully coordinated with the milestones that are part of the project schedule. This technique helps us to ensure that all tasks are completed and all team members are clear in their roles. Definition of Deliverables: We define the deliverables in terms of drawings, specifications, models, sketches, etc., along with their level of detail, at the beginning of each phase of work. We also use a cartoon set of drawings to organize and manage the work so that we know what our goals are and where we are going. These techniques allow us a better understanding of our level of completion at any point along the way. Intensive Document Checking: We check our documents from the top down. Michael A. Enomoto, FAIA, the Partner -in - Charge of the project, is responsible to personally check the work. Additionally, we use an Associate Principal, who is the Technical Manager of the project, to act as a quality control manager. We budget a considerable amount of our overall person -hours to quality control and document checking. Written Documentation: To ensure clarity and understanding, we respond in writing to all questions or comments from milestone reviews and collaborative work sessions and utilize these responses as a checklist for the next submission. Meeting minutes are kept and distributed to the team and are the basis of the agenda for subsequent meetings. Items are not dropped from the meeting minutes until fully resolved. Continuity of Personnel: To insure that original design and programmatic intent is carried through to every detail of an executed building, our Project Manager is involved through every phase of the project, including the review of construction documents, the review of shop drawing submittals, and participation in the punchlist and project close-out and warranty review process. The ultimate success of any project depends on the sensitivity and understanding of the project goals by the Construction Administration personnel. This is one of the primary reasons that we maintain the same key project staff throughout the project, including construction, since they carry with them the history of decisions made and original intent. Internal Consultant Team Meetings and Coordination: We will hold internal meetings, conference calls, and frequent emails as necessary with the team to ensure coordination among the disciplines. Review of Consultant Work: We will review the work of our subconsultants at regularly prescribed intervals. We will review both hard copies and electronic files. The hard copies allow us to review the documents as they will be seen by the bidders and contractors. The electronic files allow us to overlay the work of the various disciplines, looking for conflicts and interferences. We update our CAD backgrounds regularly, but not so often as to interfere with the work of the consultant. Management Tools: Gruen Associates maintains quality assurance handbooks, which guide our personnel in a thorough review of code, scope, constructability, value engineering, and consultant interface coordination. These handbooks are utilized by the staff throughout the project. Project and technical managers maintain notebooks to record all pertinent information gathered from the outset of the project until the completion of the construction phase of the work. These notebooks are used to memorialize, monitor and review the progress of our efforts throughout the entire process. We will also maintain a consecutively numbered memorandum system for all outgoing correspondence to assist in the tracking of correspondence. Administration and management software are used for scheduling all the components of the project. The Rosemead Boulevard Safety Enhancements & Beautification Project Page 13 GRUENASSOCIATES ARCHITECTURE PLANNING {NTERiORS 2. Describe your approach to construction administration. At Gruen Associates we hold to a few simple truths. In regards to construction it is our simple philosophy that a building must be successfully built in order for the design to be realized. In order to achieve this success, we hold to a four simple principles. First, we believe that cooperation between the A/E team, the Client, and the Contractor during the Construction Administration phase of a project is key to a successful project. We actively encourage dialog amongst all parties and strive to find creative solutions to any problems that may be encountered. Second, we also believe that, in reality, the ultimate success of any project depends on understanding of the project goals by the construction administration staff. This is one of the primary reasons that we maintain the same key project staff throughout the project, including construction, since they carry with them the history of decisions made on the project. For the Construction Administration Phase, we will have key staff members dedicated to this Project. Additional staff may be added as needed to support particular phases of the construction effort, however the dedicated Project Representative will remain the same. The Project Representative will be the primary point of contact for construction related activities. They will attend preconstruction conference as well as all weekly and specialty construction meetings. They will perform regular site visits at intervals appropriate to the various stages of construction, provide prompt job visit reports, and coordinate the efforts of the A/E team Third, in order to meet the rigorous demands of today's construction schedules, it is imperative that Gruen Associates is a party to all communications in this phase. To assist in this process, we have developed electronic logging systems to track all Submittals, Requests for Information, Change Order Requests, Non Conforming Work, Memos, Sketches, and other construction documentation. While the Team will review and respond to submittals & RFIs and will attend meetings relevant to their work product, coordination and review of these efforts will occur through Gruen Associates. Gruen Associates will counter sign all consultant RFI responses and counter stamp & sign all submittal reviews. These aforementioned simple yet effective philosophies regarding construction administration has resulted in Gruen Associates being selected over and over again by General Contractors to team with them on design/build projects. This has included major projects as diverse as the Caltrans District 7 Headquarters to the offices for the Los Angeles Philharmonic at the Disney Concert Hall. 3. Provide a statement as to how you will manage the flow of information between members of the team;; The City Manager, City Council, City Project Manager group. businesses, the public and the owners consultant and your consultants. The Gruen Team with the City Manager will develop procedures for receiving, indexing and routing project related information including correspondences, emails, reports, and large scale documents to the appropriate member of the team. Typically, as the prime contractor, Gruen Associates forwards all correspondence and emails to and from the City to its subconsultant team. Throughout the project, Gruen Associates envisions working directly with the City Manager and the City's project management group through staff meetings, emails, and conference calls at key milestones. We will look to the City Manager and/or the City's project management group to arrange meetings and notice meetings with City Council members businesses and other stakeholders, committees, and the community and to disseminate information. The Gruen Team will provide draft meeting minutes of stakeholders and/or committee meetings, and will email these minutes to each attendee of these stakeholders and committee meetings. We will provide copies of PowerPoint presentations for the City to post on its website for community meetings. The Gruen Team will assist the City in the preparation of text and graphics for invitations/notices of community meetings. GRUENASSOCIATES ARCHITECTURE PLANNING INTER+ORS Page 14 The Rosemead Boulevard Safety Enhancements & Beautification Project EXPERIENCE ON SIMILAR PROJECT : D 1. Provide a list and description of similar projects completed (constructed) within the last eight (8) years of similar scope and complexity. EAST LOS ANGELES CIVIC CENTER URBAN DESIGN AND EXISTING FACILITY RENOVATION Los Angeles, California Once a disjointed compound used primarily for government and law enforcement purposes, Gruen Associates, in conjunction with the Los Angeles County Public Works Department and input from the community and local artists, transformed the 29 -acre site into a beautifully landscaped and unified park and streetscape setting that is now a gathering place for the entire community. The leading objective of the East Los Angeles Civic Center Renovation was to integrate the separate existing uses into a cohesive whole while creating a significant and culturally evocative place for the community. The defining element of the refurbished park -like compound is the new Civic Center Plaza, which is now centrally located and from which a new pedestrian promenade continues towards the east, connecting the existing park and lake. New and upgraded landscaping and hardscape along the promenade, plaza, park, buildings and surrounding streets visually unifies and enhances the new civic center. Trees and plant material were carefully selected for their drought tolerance, maintenance and adaptability to the existing soil types as well as for their shading and aesthetic properties. New 20 -foot high palm trees were used at new entry portals to reinforce entry into the site. The existing 3 -acre lake was completely refurbished with sustainability and maintenance practices in mind, including an irrigation system using the lake water. Gruen landscape architects further added their talent and skills to the new children play areas, picnic shelters, landscape at the amphitheater,and streetscape adjacent to the Metro Gold Line Extension Transit Station. Total Project Budget: $9M Design Fee: $1.1M Project Duration: 3/2001 - 2/2008 Names of Consultant Firms: Gruen Associates: Prime Consultant, Landscape Architect and Architect; VCA Engineers, Sanchez Kamps, TMAD, SFO Design Group, Wagner Engineering, Frances Krahe, Kaku, Abratique, ABS Consulting Phases wherein proposer performed work All phases Indicate whether project was in a congested downtown area: This project is located in East Los Angeles, which is an urban area. Reference: LA County Dept of Public Works David Palma, Project Director 626.300.2300 The Rosemead Boulevard Safety Enhancements & Beautification Project GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 15 ' D ; EXPERIENCE ON SIMILAR PRQJECTS VILLAGE WALK AND STREETSCAPE Tarzana, California Gruen Associates is the architect and landscape archtiect for the Village Walk at Tarzana, a mixed -use and streetscape project on Ventura Boulevard. The 250,000 sq ft mixed use project built on 5.5 acres consists of 150,000 sq ft lifestyle center with retail, restaurant, and supermarket, and 100,000 sq ft of residential uses with 73 townhouses and loft condominium units. The first two of three phases are complete. The eclectic mix of tenants opening onto beautifully landscaped open spaces creates a sense of place for the community and provides for an exciting and diverse urban experience. The Village Walk is a private project, however the client is participating with the Business Improvement District to collaborate on a streetscape project adjacent to other private property within a quarter mile radius of the Village. Total Project Budget: $53M Design Fee: $2.8M Project Duration: 2006 - 10/2009 Names of Consultant Firms: KPFF, IEG, Englekirk & Sabot Phases wherein proposer performed work: All phases Indicate whether project was in a congested downtown area: The project is located in Ventura Boulevard, an urbanized congested area of the San Fernando Valley. Reference: Pacific Equity Properties Bryan Gordon 310.255.0050 PICO BOULEVARD STREETSCAPE IMPROVEMENTS Los Angeles, California Gruen Associates is the LandscapeArchitect/Architect/Urban Planner responsible for the schematic design, preparation of construction documents, and construction administration for street improvements to a four block segment of Pico Boulevard near downtown Los Angeles, located in the Pico Union Neighborhood. Gruen established design parameters related to the project image, the level of desired landscape treatment, and the design direction. This streetscape improvement project includes street trees, decorative pedestrian crosswalks, street furniture, and public art elements, as well as enhanced pavement, curb ramps — ADA accessibility, bus shelters, wayfinding, benches, trash receptacles, and bike racks. Seibert Perkins is the graphic designer for this project. The wayfinding signage construction will be constructed later. Total Project Budget $2M Design Fee: $209,435 Project Duration: 8/2006 -112008 Names of Consultant Firms: Gruen Associates: Prime and Landscape Architect; KPFF Consulting Engineers, Seibert Perkins Design Phases wherein proposer performed work: All phases, however, since project was constructed by City staff, construction administration was limited. Indicate whether project was in a congested downtown area: The project is located in downtown Los Angeles. Reference: CRA/LA Kenneth Moye 213.977.1737 kmoye@cra.lacity.org T:::. rr■ri ■ ■ ESN ■ •!■ ■ ■ En ■ • IN ' ■I! ■ • .®„ ■ f I•II ` ■ ■ •. f•III le■■• •■ .f ■ fa „' ■ ■ ■. ■. ■ `�_ II _u GRUENASSOCIATES ARCHITECTURE PLANNING FNTERFORS Page 16 The Rosemead Boulevard Safety Enhancements & Beautification Project OLYMPIC POLICE STATION Los Angeles, California Gruen Associates is the Design Architect for this new Precinct Station. The project includes a 54,000 square -foot police station, a 10,000 square -foot vehicle maintenance facility (Motor Transport Division), a Communication Tower, a 250 -space subterranean parking garage (approximately 87,500 square -foot) and approximately 80 spaces of on -grade parking. The station includes the latest in security design and maintains contextual ties to the local community. Strategically located adjacent to Koreatown, it is a visible expression to increase the presence of the Los Angeles Police Department in the community. This project received numerous awards including a 2004 Excellence in Architectural Design Award from the City of Los Angeles Cultural Affairs Department, a 2005- 2006 AIA Justice Facilities Review Design Award, a 2008 Community Impact Award from the Los Angeles Business Council, a 2008 Civic Building Award from Southern California Development Forum, a 2009 Project of the Year Award — Buildings Category, American Public Works Association, Southern California Chapter, a 2009 Merit Award, Los Angeles Cultural Affairs Commission, and a 2010 City of Los Angeles Green Building Award from the Los Angeles Business Council. This project earned a LEED Silver certification. Total Project Budget $34M Design Fee: $1.6M Project Duration: 7/2003 - 1/2008 Names of Consultant Firms: Englekirk & Sabol, TMAD, KPFF, Faithful & Gould Phases wherein proposer performed work: All phases Indicate whether project was in a congested downtown area: This project is located in an urban congested area of Los Angeles. Reference: City of LA, Dept of Public Works Nassef Eskander, Project Manager 213.482.7362 MORONGO BAND OF MISSION INDIANS ADMINISTRATIVE COMPLEX Los Angeles, California Gruen Associates is the Design Architect for this project, designed to recall the character of the indigenous architecture of the Native American tribes of the southwest United States, but executed in a way appropriate to contemporary building materials and technologies and its striking dessert setting, the Administrative complex for the Morongo Band of Mission Indians serves as the "City Hall" for the reservation in Banning, California. The buildings' primary forms, materials, and compositional image as a grouping of buildings defining a courtyard support the sense of a community and the continuity of that community with its past, present and future. The project celebrates, in a non literal way, the artistry of basket weaving for which the tribes of California are renown. Total Project Budget: $26M Design Fee: $1.4M Project Duration: 2005 - 2009 Names of Consultant Firms: Englekirk & Sabol, Gotama Building Engineers, KGM Lighting, Associated Engineering Phases wherein proposer performed work: Indicate whether project was in a congested downtown area: no Reference: The Morongo Band of Mission Indians Thomas E. Linton, MBA, Director 951.755.5202 The Rosemead Boulevard Safety Enhancements & Beautification Project GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 17 D ; EXPERIENCE ON SIMILAR PROJECTS HOLLYWOOD BOWL RENOVATION Los Angeles, California After approximately a two-year hiatus, Gruen Associates was authorized by the County of Los Angeles to proceed with completion of plans for the renovation of the stage and shell of the Hollywood Bowl. The concept design for the shell was implemented by Gruen Associates as the Architect. This project, totaling approx 16,000 sq-ft, included the complete replacement of the 1927 shell as well as all of the back -of -house facilities. Technical solutions to acoustical problems were resolved through innovative project delivery techniques, including the design - build solution to the complicated acoustic "halo" over the orchestra. Within the shell a new acoustical ring and canopy have been designed to meet the acoustic requirements of the Los Angeles Philharmonic, while providing flexibility for a wide range of performance activities which make up the summer season for the Hollywood Bowl. The project was completed by June 2004 for the grand re- opening of this cultural icon for the City and County of Los Angeles. The Design - Build team met County expectations for budget and schedule. Total Project Budget $25M - Design -Build project Design Fee: $2.1M Project Duration: 2000 - 2004 Names of Consultant Firms: Matt Construction, KPFF, Miyamoto International, Gotama Building Engineers Phases wherein proposer performed work All phases Indicate whether project was in a congested downtown area: This project is located in an urbanized area of Los Angeles. Reference: Los Angeles County, Dept of Public Works Cung Nguyen 626.300.2319 MARLBOROUGH SCHOOL -ACADEMIC RESEARCH CENTER, MITCHELL HALL AND MUDD COMPUTER CENTER RENOVATION Los Angeles, California Gruen Associates is the Architect for this project, housing a library, visual arts classrooms, and administrative offices, at the prestigious Marlborough School in Los Angeles. This project was conceived to replace the old library building with a state of the art library, integrating their resource center with their technology curriculum as well as providing much needed studio and gallery space for their growing visual arts program. Gruen added two levels of underground parking providing an additional 66 spaces which alleviates the School's parking problem. In addition to the 92,650 square feet of new building, Gruen renovated two other classroom buildings on the campus, designed their temporary facilities, as well as assisted the General Contractor in phasing the construction activities to coincide with on -going school activities. This Deign -Build project received LEED silver certification. Total Project Budget $33M - Design -Build project Design Fee: $1.6M Project Duration: 2/2008 - 11/2009 Names of Consultant Firms: Moses & Associates, Davar & Associates, Matt Construction Phases wherein proposer performed work: All phases Indicate whether project was in a congested downtown area: This project is located in a urban congested area of Los Angeles. Reference: Marlborough School Barbara Wagner, Headmaster 323.935.1147 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 18 The Rosemead Boulevard Safely Enhancements & Beautification Protect EXPERIENCE ON SIMILAR PROJECT : D THE CENTER FOR EARLY EDUCATION West Hollywood, California Gruen Associates prepared a master plan for this independent preschool and elementary school. The schematic design services have included: reconfiguration and renovation of existing classrooms and other facilities, design for new facilities on newly acquired sites, and design and construction of the first phase expansion. In addition, Gruen designed a new upper elementary school building for the campus, which consists of a 4 -story building with below -grade parking. The new 39,000-sq-ft upper school contains fourth through sixth grade classrooms, a new semi -circular library with views to the Hollywood Hills, a multi -purpose room, specialty classrooms for music, art, science and computers. The upper school was completed March 2003. The project received the 2003 Southern California Development Forum Community Enrichment Award. Total Project Budget: $16M (including new & renovated building) Design Fee: $1.2M Project Duration: 1/2000 - 6/2003 Names of Consultant Firms: WHL Engineers, Paller-Roberts Engineering, Innovative Engineering Group Phases wherein proposer performed work: All phases Indicate whether project was in a congested downtown area: This project is located in an urban congested area of West Hollywood. Reference: The Center for Early Education Reveta Bowers 323.651.0707 JOHN SPOOR BROOME LIBRARY, CALIFORNIA STATE UNIVERSITY CHANNEL ISLANDS Camarillo, California Gruen Associates teamed with PCL Construction in the renovation and partial demolition of an existing building paired with new construction to build the main campus library, based on a design by Foster and Partners. The $44 million, 137,750 square foot project consists of a two-story building (71,685 square feet of new construction and 66,065 square feet of renovation). The existing mission style building will be selectively demolished and a new steel canopy and glass enclosed library stack structure will be inserted into the heart of the existing building. The new library is placed on the eastern end of the central landscape spine destined to become the form -giving architectural icon to the Channel Islands campus. The project received the Best of 2008 Award of Merit in the Outstanding Architectural Design category from California Construction magazine. Total Project Budget $44M- Design/ Build Project Design Fee: NA Project Duration: 10/2005 - 4/2008 Names of Consultant Firms: Arup, KPFF, Schaffer Acoustics Phases wherein proposer performed work: All phases Indicate whether project was in a congested downtown area: No Reference: Califomia State University Channel Islands Deborah Wylie, Associate VP, Operations, Planning & Construction 805.437.8422 The Rosemead Boulevard Safely Enhancements & Beautification Project GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 19 1D ; EXPERIENCE ON SIMILAR PROJECTS In addition, Gruen Associates' staff assigned to the project have completed several urban area landmark and award -winning projects which are constructed and are over 8 years old, but have stood the test of time. Elaine Carbrey's constructed streetscape projects while at Gruen Associates include: SANTA MONICA BOULEVARD TRANSIT PARKWAY - URBAN DESIGN Los Angeles, California Gruen Associates served as the urban designer and landscape architect on a multidisciplinary team that studied alternatives to improve traffic flow, including bus, pedestrian access, and the aesthetic character of "big" and "little" Santa Monica Boulevard, a major thoroughfare in West Los Angeles. Urban design proposals include creating a center and site medians, widening sidewalk areas on Little Santa Monica for bus stations, the use of large specimen trees as a unifying element along the length of the street, flowering trees and shrubs for seasonal color, median landscaping using low maintenance ground covers, special sidewalk paving and intersection treatments, architectural and landscape treatment of the retaining walls, and the incorporation of the roadway's heritage as a portion of historic Route 66 through decorative signs and sidewalk insets. Gruen Associates worked closely with MIA's selected artist and participated in community meetings to build consensus for the project. Gruen Associates prepared the urban design and landscaping portion for the Preliminary Engineering phase and portions of the Environmental Impact Report. The project was completed in 2007. BEVERLY HILLS TRIANGLE URBAN DESIGN / STREETSCAPE IMPROVEMENT PROGRAM & SANTA MONICA FIVE PARKING STRUCTURES Beverly Hills, California This urban design and streetscape improvement project for downtown Beverly Hills includes three components: 1) short-term enhancements including directories and signage, planters, flower boxes and baskets, pedestrian -scale lighting, tree grates, street furniture and special paving; 2) longer -term improvements including redesign of streets to increase pedestrian spaces, pedestrian connection across Wilshire Boulevard, municipal parking structures with restaurant courtyards, focal elements (fountains and sculpture), and gateway treatments; and 3) management concerns including coordinated promotion, maintaining a balanced mix of uses and introduction of anchor uses, maintenance, and special events. The urban design project links with the City's public parking program including the Gruen Associates' designed Santa Monica Five Parking Structures. The project is designed to reinforce the City's image as an international garden city, unify the shopping district, and to direct pedestrians through the Beverly Hills Triangle commercial shopping area. As follow-ups to the Urban Design/Streetscape Improvement Program, Gruen Associates provided complete architectural/ landscape services from design through construction administration for a portion of the area as well as for numerous architectural projects on Wilshire Boulevard and Rodeo Drive. The Santa Monica Five Parking Structure, designed by Gruen Associates, won anAlAAward. GRUENASSOCIATES ARCHrrECTuRE PLANNING INTERIORS Page 20 The Rosemead Boulevard Safety Enhancements & Beautification Project EXPERIENCE ;' ® R ROJ CT : D UNIVERSITY AVENUE SPECIFIC PLAN AND STREETSCAPE PLANS Riverside, California Gruen Associates prepared the University Avenue Specific Plan which provides land use regulations to encourage a mix of land uses and investments on the Avenue, transforming certain objectionable uses to new uses. Development standards and guidelines are aimed at developing University Avenue as a one - of -a -kind street with an enhanced pedestrian character, extensive landscaping, a new bikeway, a shuttle system, widening at major intersections, and revitalized uses. The University Village Center recommended in the plan, opened in 1997 and has been expanded twice. A new and extensively landscaped streetscape designed by Gruen Associates is a major element for improving the visual quality of the University Avenue and the pedestrian environment. Existing palms were maintained and new palms and shade trees planted along both sides of University Avenue. The use of citrus trees, thin water elements, trellis elements, historic pedestrian scaled lights, and brick accented paving emphasizes Riverside's heritage. Caltrans standards for landscaping were followed at freeway ramps and where of University Avenue passes under the freeway. CENTRAL PHOENIX DEVELOPMENT PLAN, CENTRAL AVE. IMAGE IMPROVEMENTS & STREETSCAPE Phoenix, Arizona As a follow-up to preparation of the Central Phoenix Development Plan, Gruen Associates prepared the Central Avenue Image Study, which defined a plan of action for a 9 mile section of the grand ceremonial thoroughfare through downtown. Improvements to the pedestrian environment, landscaping, traffic, urban design and the integration of transit were considered, as well as preservation of the palm corridor. Design Development drawings were prepared by Gruen Associates for a 4 mile section of the Avenue, complementary to the area's history and the southwest environment. The $9 million project was constructed in 1990. The strategy for the Central Avenue Development Plan is the creation of an environment rich with diversity and ambience to attract people downtown by establishing one -of -a -kind activities not available elsewhere in the region, clustered in a tightly knit pedestrian precinct. Many of the elements proposed in the Plan have been constructed, including the Deck Park built over the 1-10 Tunnel. The Rosemead Boulevard Safety Enhancements & Beautification Project GRU ENASSOC IATES ARCHITECTURE PLANNING INTERIORS Page 21 D : EXPERIENCE ON SIMILAR Ply ,' WESTWOOD VILLAGE SPECIFIC PLAN, ENVIRONMENTAL IMPACT REPORT AND STREETSCAPE PLAN Los Angeles, California As a follow-up to the Westwood Village Specific Plan, Gruen Associates' landscape architects prepared a streetscape plan for the 45 -acre Specific Plan area. The completed project encompasses street trees, pedestrian crossings, street lights, and other streetscape components. The project included extensive coordination with the City of Los Angeles' multiple departments as well as public outreach. Westwood Village is unique in that it is one of the few pedestrian - oriented locations in the Los Angeles area, and the streetscape plan is designed to make the Village more attractive by creating an environment that strengthens this pedestrian orientation. Construction documents were prepared for Phase One of this $4 million improvement program. The improvements were financed by an assessment district. Construction of the streetscape was completed in 1998. Steve Smith's projects while at other firms include: HUNTINGTON DRIVE STREETSCAPE Arcadia, California As part of the City of Arcadia's revitalization of Huntington Drive and First Street, Mr. Smith, Director of Landscape Architecture at Gruen Associates, (while at Lawrence R. Moss and Associates) provided design and project management services for new sidewalks, planters, street lighting and street furniture. Complimenting the City's residential character and the adjacent Santa Anita Race Track, this project provides tree -lined and pedestrian amenities in Arcadia's commercial core. LINCOLN AVENUE STREETSCAPE PROJECT Cypress, CA Prior to joining Gruen Associates, Mr. Smith provided design and construction management services for the Lincoln Avenue Streetscape Project in Cypress, California. Plans included design and implementation of new bridge towers, lighting, street trees, bump out plantings, brick sign walls and shade structures for pedestrians. The project's main goal was to unify the streetscape and to enhance property values along this major commercial corridor. GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 22 The Rosemead Boulevard Safety Enhancements & Beautification Project EXPERIENCE ON SIMILAR PROJECT : D 2. Provide a list and description of projects currently under design/construction of similar scope and complexity. sbX E STREET BUS RAPID TRANSIT CORRIDOR -ARCHITECTURE OF STATIONS, URBAN DESIGN AND LANDSCAPE ARCHITECTURE OF THE CORRIDOR San Bernardino and Loma Linda, California Gruen Associates recently completed final construction documents for station architecture and landscaping of the 16 -mile on -street corridor, encompassing Kendall Drive, E -Street, Hospitality Lane, Tippecanoe/Anderson and Barton Road. Gruen Associates served as the urban design and station area planning subconsultant on a multidisciplinary team that conducted a Major Investment Study evaluating the corridor for enhanced transit service including Bus Rapid Transit (BRT) and other modes of travel. The Locally Preferred Alternative recommended service to Califomia State University San Bernardino at the north end and Loma Linda University and Medical Center at the south end, as well as downtown San Bernardino. Known as sbX, the new high-tech, user-friendly system being planned will offer more frequent service, fewer stops, and higher average speeds than traditional bus service. Investing in this new transportation system will also encourage redevelopment. As part of the integrated team, Gruen located stations, prepared concept design plans for transit and linkage concepts, and TOD concepts for mixed -use developments, and portions of the Environmental Assessment document. Construction will start on this project in 2011. This BRT project won an American Planning Association, Inland Empire Section Award in 2006. BEVERLY HILLS GATEWAYS AND STREETSCAPE Beverly Hills, California Gruen Associates is currently in the construction document stage of a gateway and streetscape improvement project for the City of Beverly Hills. Gruen Associates is the lead designer/landscape architect as part of an overall Gateway Concept Plan that encompasses 4 different sites which include Santa Monica Blvd. and Doheny Dr., Olympic Blvd. and Century Park East, Wilshire Blvd and San Vicente Blvd and the current project at Wilshire Blvd. and Whittier Drive. The program consists of streetscape enhancements including drought tolerant planting, widened parkways, lighting and gateway signage that will mark significant entrances into the city. The Rosemead Boulevard Safely Enhancements & Beautification Project Page 23 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS EXPOSITION LIGHT RAIL TRANSIT PHASE 1 DESIGN BUILD PROJECT Los Angeles, California Gruen Associates is the Design Lead for Urban Design, Architecture and Landscape Architecture for this new $640 million public transportation project. As a major subconsultant for this 8.5 mile project, Gruen Associates plays an integral part in implementing the vision for a true Transit Parkway from Downtown to Culver City. It will connect some of the densest residential neighborhoods of Los Angeles with a variety of cultural and historic sites as well as the business district of Downtown Los Angeles. Gruen is responsible for the design of eight new light rail stations, the landscaping of the Transit Parkway, and linkage improvements of each station area encompassing a 300 -foot radius around each station. Gruen Associates' staff prepared graphics, actively participated in stakeholder and community meetings, and facilitated Urban Design Committee meetings. Most of the construction documents are 100% complete and the project is under construction. This project was awarded a 2008 Urban Design Merit Award from the AM, California Chapter. GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 24 The Rosemead Boulevard Safety Enhancements & Beautification Project EXPERIENCE ON SIMILAR PROJECT : D Other recent projects of interest include: DATE PALM DRIVE CORRIDOR CONNECTOR PLAN Cathedral City, CA The Date Palm Drive Corridor Connector Plan provides direction for future City of Cathedral City public investments, private development, and community action. The Plan aims to highlight Cathedral City's many assets, to support the improved performance of existing businesses, and to establish a competitive advantage to attract new vitality to the Date Palm Drive Corridor in the near future. Serving as a catalyst, this vision that emphasizes land use and transportation strategies that support and stimulate economic development and produce a more livable and sustainable community, will establish clearly defined priorities for City Council and City staff. For the public realm along Date Palm Drive the plan includes shaded multi -use pathways for pedestrians, bicyclists, and Neighborhood Electric Vehicles which are complimented by public transit facilities and desert sensitive landscaping. "KEY TO DOWNTOWN" IMPLEMENTATION PLAN Lake Elsinore, California In June 2009 the City of Lake Elsinore and the City of Lake Elsinore Redevelopment Agency produced a Draft Downtown Master Plan with the purpose of providing an innovative urban design vision for the city's historic downtown area that embraces its historical past while providing a bold direction for its future development. The "Key to Downtown" Implementation Plan prepared by Gruen Associates with funds provided by the Southern California Association of Governments' (SCAG) Compass Blueprint Demonstration Project Program, provides Standards and Guidelines for the Public and Private Realms that are specific to the "Key to Downtown" area and follow, complement, refine, and detail the standards and guidelines in the Downtown Master Plan. A key feature of the plan is the reconfiguring of Main Street that creates a Circle as a gateway to downtown. Besides streetscape concepts and development guidelines for private properties in the Key to Downtown area, alternative civic uses within the circle have been also addressed in the Implementation Plan that also includes conceptual architectural designs for a 25,000 public library. CRAILA - METRO CALL FOR PROJECTS 2009 - GRANT APPLICATION FOR MARTIN LUTHER KING, JR BLVD AND MENLO AVE PEDESTRIAN ACCESS IMPROVEMENTS Los Angeles, California In a very short timeframe, Gruen Associates assisted the CRAILA in the preparation of a successful grant application to Metro aimed at improving pedestrian access to the new Expo station on Vermont Avenue by installing sidewalks, landscaping, and lighting on approximately 112 mile along Menlo Avenue and on 1/2 mile along Martin Luther King (MLK) Jr. Boulevard plus a median on MLK Boulevard. The project is located in South Los Angeles around and through Exposition Park and involved key stakeholders. Gruen analyzed and documented existing conditions, reviewed existing plans and proposed projects, developed conceptual alternative designs, coordinated the preparation of the cost estimate for the preferred alternative, and prepared text and tables required in the grant application. VCA Engineers was the Civil Engineer for this project. The Rosemead Boulevard Safety Enhancements & Beautification Project GR U ENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 25 GRUENASSOGIATES ARCHITECTURE PLANNING INTERIORS Page 26 The Rosemead Boulevard Safely Enhancements & Beautification Project EXPERIENCES IN CONTROLLING PROJECT COST/DESIGN SCHEDULE : E 1. Provide a statement of the firm's philosophy with respect to cost and budget control during the design phase of the project, demonstrating experience and ability to design to a given budget. At the initiation of the project we will prepare, in consultation with our cost estimator, a cost model which allocates resources to various systems and elements even before a design is in place. The cost model technique tells us which building systems' materials, features, etc. are appropriate to the project and available City resources. As the project proceeds, we will engage in an iterative cost -estimating process with comprehensive cost take -offs to be performed at the end of Schematic Design, at the end of Design Development, at the 30% completion level of Construction Documents, and at the 60% completion of Construction Documents. This last cost estimate is so timed to allow us to make value engineering decisions, if required, before the completion of the drawings and avoid delays in the bidding process. Cost Estimating History. The matrix below sets forth a project listing and bid information associated with public and institutional projects. PROJECT BUDGET BID COMMENTS Village Walk and Streetscape East Los Angeles Civic Center (4 phases) Morongo Band of Mission Indians Administrative Complex Hollywood Bowl Renovation* Marlborough School The Center for Early Education John Spoor Broome Library* Olympic Police Station Fresno Federal Building and United States Courthouse Capitol Area East End Complex* (* Design Build) $50,000,000 $9,000,000 $26,000,000 $25,000,000 $33,000,000 $16,000,000 $44,000,000 $30,000,000 $107,500,000 $226,000,000 $50,000,000 $10,000,000 $26,000,000 $25,000,000 $33,000,000 $16,300,000 $49,000,000 $34,000,000 $103,000,000 $226,000,000 Additional scope and cost estimate over 4 phases Bid at 44M; extra was due to additional scope. Due to bidding climate and discovery of unknown site conditions The Rosemead Boulevard Safety Enhancements & Beautification Project Page 27 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS E : EXPERIENCES IN CONTROLLING PROJECT COST/DESIGN SCHEDULE 2. Provide a statement of the firm's philosophy with respect to schedule control. Describe your approach to meeting the schedule for this project. Gruen Associates Team Work Plan will be based on a personalized consensus building process and pro -active management approach. We find that projects are most successful when we manage the design/documentation process from the early stages of the project, working closely with the client and user groups to collaboratively develop the design for the project. Our approach is to understand the design intent, manage the team, and implement quality assurance into the management process in order to deliver projects which are on -schedule, on -budget, and which meet the design and programming goals established. Understanding Responsibilities: Amongst the first things we will do is to define the responsibilities between the various project team members. Working with the City, the Program Manager, the Project Manager, various users and community groups we will establish a detailed and workable design schedule that defines timeframes for the performance of each component of the project. This schedule will include major meeting dates, weekly project deliverables, indicate critical tasks and dates required and review periods, so that there is an understanding of when decisions will be required. This Work Plan/Schedule, with weekly deliverable commitments, will be provided to the City prior to the initiation of project work. Gruen Associates and its consultant team are sensitive to public agency's desire for effective quality control, cost control and management of complex projects. In over 60 years of involvement in the architecture, planning and urban design profession, Gruen Associates has developed time -tested management approaches that stress the quality of design, while assuring effective control of documents prepared in strict adherence to the owner's schedule and budget. We have completed many successful projects for public agencies and believe that Gruen's complete understanding of the design process, contract documents, and project management is the basis for our highly acclaimed project success rate. Gruen Associates has a record of meeting schedules on our projects, which can be verified by our client references. On the San Fernando Valley East-West Transit Corridor MIS/EIR, Gruen met extremely tight deadlines set by MTA completing the MIS in less than six months and the conceptual design and Administrative Draft El R in eight months. For the Los Angeles to Pasadena Metro Gold Line project, Gruen was part of the Management Team that delivered the project on schedule. For the John Spoor Broome Library project, we completed the project in the stated 1000 day design and construction period on schedule. GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 28 The Rosemead Boulevard Safety Enhancements & Beautification Project 3. For the projects completed in the last eight (8) years listed in Item D above, provide the following information (in this section): Project Name and Location a. Date Design Contract Awarded b. Design Schedule for Completing CD c. Date CD Completed d -h. Construction Budget ($ millions) 1. Bic Date Spre each inclu bid a d. Program Level e. Design Phase f. Develop- ment Phase g. CD Phase h. Bid Date including a list and amount of bid alternates Village Walk Tarzana, California 1.29.07 8 months 12.2007 50 M 50 M 50 M 50 M Bid w/ Guaranteed Maximum Price Contract 10.2 Pico Boulevard Streetscape Improvements Los Angeles, California 9.13.04 N/A 2.2007 2 M 2 M 2 M 2 M N/A LAB! cons projc then East Los Angeles Civic Center Urban Design and existing Facility Renovation East Los Angeles, California 3.22.01 N/A —4 phases 2008 9 M 9 M 9 M 9 M N/A Phas John Spoor Broome Library Camarillo, California 10.2005 N/A 4.2008 44 M 44 M 44 M 44 M N/A Desi Hollywood Bowl Renovation, Los Angeles County, CA 2000-2002 7 months programmed by County 2004 20 M 25 M; due to scope change 25 M 25 M N/A Desi Marlborough School Academic Research Center, Mitchell Hall and Mudd Computer Center Renovations Los Angeles, California 2005 N/A 3.20.08 33 M 33 M 33 M 33 M N/A Desi Morongo Band of Mission Indians Administrative Complex Banning, California 7.10.07 6 months 2008 26 M 26 M 26 M 26 M Negotiated contract Neg tom Olympic Police Station Los Angeles, California 2003 5 months 2005 N/A N/A N/A 30 M 3.2005 3.2C The Center for Early Education W. Hollywood, California 2000 5 months 10.2001 16 M 16 M 16M 16 M Bid w/ Guaranteed Maximum Price Contract 10.; The Rosemead Boulevard Safety Enhancements & Beautification Profecl Page 29 E : EXPERIENCES IN CONTROLLING PROJECT COST/DESIGN SCHEDULE 4. List and provide amounts of pending and/or resolved claims, if any, associated with the above projects. Gruen Associates does not have any pending and/or resolved claims associated with the above projects. GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 30 The Rosemead Boulevard Safety Enhancements & Beautihcalcon Proyect PROPOSED ORGANIZATION AND STAFFING F 1. Identification of Prime Firm: State the year the firm was established. Include a brief description of the organization, its constituent parts and size variation in the past five years. Gruen Associates — Prime Firm Gruen Associates, an MBE firm, established in 1946, is a professional partnership of corporations located at 6330 San Vicente Boulevard, Suite 200, Los Angeles, California 90048. With over 60 employees, Gruen has provided internationally recognized architectural, landscape architecture, urban design, planning and transportation services world-wide. In the performance of our services, we utilize research, innovative design and project management to meet project requirements and economics, as well as to achieve state-of-the-art technical excellence. Our on -time and on -budget performance is the key to the firm's successes. Gruen Associates maintains close contact with each client from beginning to completion of the project by allocating its direction to one of its partners. In this manner, the firm provides personal service, while taking advantage of the wide range of expertise and technical capability of a large organization. The firm's philosophy is that a client well served is the best marketing strategy. The highest possible quality of our services is our primary concern and emphasis. The firm's multidisciplinary staff is directed by five partners with diverse and complementary backgrounds. Size Variation in the Past Five Years: 2006 2007 2008 2009 2010 64 employees 70 employees 73 employees 59 employees 64 employees Because of Gruen's diversified experience in the successful execution of award -winning urban design, landscape, land use, mixed -use, transit, governmental, institutional, commercial, planning and architectural projects, we are uniquely qualified to undertake this assignment for the Rosemead Boulevard Safety Enhancements & Beautification Project. The Rosemead Boulevard Safety Enhancements & Beautification Project Page 31 GRUENASSOCIATES ARCHITECTURE PLANNING [NTER[ORS F; PROPOSED ORGANIZATION AND STAFFING 2. Provide a description of the organizational structure and staffing to be used for the project. Include an organizational chart. PROJECT TEAM AND TEAM ORGANIZATION Gruen Associates Steve Smith, ASLA Project Manager Jill Wagner, LEED AP Technical Manager Gruen Associates Michael Enomoto, FAIA, Partner -in -Charge Elaine Carbrey, AIA, AICP Urban Designer LANDSCAPE ARCHITECTURE Gruen Associates Steve Smith, ASLA Senior Landscape Architect Dean Howell Landscape Designer Darin Morris Landscape Designer URBAN DESIGN / TRANSIT SHELTER DESIGN Gruen Associates Elaine Carbrey, AIA, AICP Lead Urban Designer Anshuman Raje Transit Station Designer CIVIL ENGINEERING VCA Engineers Virgil Aoanan, PE, SE Lead Civil Engineer TRAFFIC ENGINEERING/ ELECTRICAL (LIGHTING) KOA CORP. Brian A. Marchetti, AICP Sr Transport. Planner Frank Benavidez, PE Senior Design Engineer Doug Yeh, PE Senior Engineer STRUCTURAL ENGINEERING Englekirk & Sabol Russell Tanouye, SE, LEED AP Principal GRAPHICS Seibert Perkins Design Robin Perkins Principal IRRI Sweeney + Associates Lance Sweeney President Also provide the following: a) Provide the resume of the Project Architect to be assigned to the project. COST ESTIMATING Faithful + Gould Minna Gerard, MRICS, MC1OB, LEED AP Chief Cost Manager MICHAEL A. ENOMOTO, FAIA, Gruen Associates — Partner -in -Charge Mr. Enomoto is an internationally recognized mentor, leader and visionary who has organized new and innovative standards for collaborations between architectural firms from across the nation. Faced with increasingly complex and ambitious projects, he built a portion of Gruen's practice on an expanded role for the Executive Architect. This includes the overall management and design manager for the entire project in addition to performing Construction Documents and Construction Administration. Over time, Mr. Enomoto further expanded the firm into managing teams of consultants on Design -Build projects. This allows for him to manage large and complex projects with more effective value engineering, while meeting fee and budget constraints. Since 1980, Mr. Enomoto has led dozens of collaborative teams totaling over $1.5 billion in construction costs. Among his recent projects are CRA/LA's Pico Streetscape Improvement Project; East Los Angeles Civic Center Renovation; Mid -City Exposition LRT Project the award -winning Olympic Police Station in Los Angeles; the Pacific Design Center, Ronald Reagan Federal Building and United States Courthouse; Renee and Henry Segerstrom Concert Hall, Costa Mesa; Los Angeles Memorial Sports Arena, Los Angeles; Los Angeles Memorial Coliseum Reconstruction Project, Los Angeles and Capitol Area East End GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 32 The Rosemead Boulevard Safety Enhancements & Beautification Project OP Tft ^P ID ° BTAFFI 1C Complex, Sacramento. He has a Bachelor of Architecture degree from California Polytechnic State University, San Luis Obispo and is currently a Board Member of the American Institute of Architects, Los Angeles; the Past President of the Asian American Architects/Engineers Association; and Commissioner, City of the Los Angeles Quality and Productivity Commission. STEVE SMITH, ASLA, Gruen Associates — Project Manager/Director of Landscape Architecture As Project Manager/Landscape Architect, Steve Smith, ASLA, will be the key contact person during the RFP process and for this project. With 41 years of experience, he possesses a strong background in urban landscape and architectural design applications for the public and private sectors. For the past 20 years, he has designed and managed streetscape, large-scale park, institutional and commercial projects. His experience includes various streetscapes, master planning and transportation projects, college campuses, parks, river greenbelts, large-scale housing developments, institutional and health care complexes. He is responsible for project coordination, schematic design, design and production documents, cost estimating, construction administration and review. Pico Boulevard Streetscape Improvement Project includes gateway markers, street trees, decorative pedestrian crosswalks, street furniture, and public art elements, as well as enhanced pavement, curb ramps —ADA accessibility, pedestrian lighting, bus shelters, way finding, benches, trash receptacles, and bike racks; East Los Angeles Civic Center Lake and Park Refurbishment project; Ballona Creek Bike Trail, Los Angeles; Tarzana Village Walk and Streetscape; Beverly Hills Gateways; Tarzana Village Walk Streetscape; Mid-City/Exposition Corridor Light Rail Transit Design -Build Project; Canoga Transportation Corridor, Los Angeles; Metro Call for Projects 2009 — Grant application for Martin Luther King, Jr. Boulevard and Menlo Avenue Streetscape Improvements; Claremont Colleges Quarry Athletic Complex; Loma Linda University Landscape Master Plan; sbX E Street Bus Rapid Transit Corridor — Landscape Architecture of the Corridor, San Bernardino and Loma Linda; Bus Rapid Transit Corridor —Landscape Architecture of the Corridor, San Bernardino and Lorna Linda; and Morongo Band of Mission Indians Administrative Complex. He is a registered Landscape Architect in the State of California. He earned his Masters of Landscape Architecture from California State Polytechnic University Pomona, California; and his Bachelor of Arts, Political Science from Brigham Young University, Provo, Utah. b) Provide the name of the consulting firms, the leads of the consulting firms to be assigned to this project, their resumes, and a list of projects each has completed within the last three years. VCA Engineers, Subconsultant, Civil Engineer VCA Engineers, Inc. is a client -focused, service -oriented civil and structural engineering firm located in the City of Los Angeles, California. The firm is engaged in a wide variety of engineering designs involving private and public land development, facility engineering, transportation engineering, and topographical engineering services that include: - Engineering investigations - Feasibility studies - Conceptual planning - Surveying - Construction documents - Public Works improvements - Specifications - Construction estimates - Construction support services - Engineering calculations VIRGIL AOANAN, Lead Civil Engineer, has over twenty years of hands-on experience in civil and structural engineering related to planning, design, management, and construction of airport, municipal, industrial, institutional, transportation, commercial, manufacturing, aerospace, and military facilities. He has prepared and executed engineering construction documents (plans, specifications, calculations, requisitions, contracts) in multiple capacities as project manager, project engineer, lead engineer, design engineer, and construction engineer in both the civil and structural disciplines. As a Civil Engineer, Mr. Aoanan is intimately familiar with design issues related to: street design including restoration and rehabilitation, site development, parking, ADA requirements, drainage, grading, storm water management (SUSMP and SWPPP), site sustainable design (LEED and CHPS), rigid and flexible pavements, underground utilities (water, sanitary sewer, and storm sewer), street and bridge horizontal and vertical alignments, and bridge drainage. In addition, Mr. Aoanan has also extensive design experience not only in on -site improvements as described above but also in off - site improvements involving municipal and jurisdictional interfaces such as the City of Los Angeles B -Permit or similar requirements. His relevant experience includes: Cross Creek Road Rehabilitation, City of Malibu, CA; Village Loop Road Median and Landscape Reconstruction, City of Pomona, CA; Street Rehabilitation, Irwindale Avenue and Arrow Highway, City of Irwindale, CA; Metro Red Line Little Tokyo Station, Los Angeles, CA; Metro Red Line Hollywood and Vine Station, Los Angeles, CA; and Downtown Seattle Transit Project, METRO, Seattle, WA. VCA Engineers relevant projects include: CROSS CREEK ROAD REHABILITATION, City of Malibu, CA: Lead Civil Engineer for streetscape for this street in the beach community of Malibu. The existing street has no dedicated traveled way for pedestrians and vehicles as there are no sidewalks and dedicated driveways. In addition, local users are using this roadway as a shortcut to Malibu Canyon The Rosemead Boulevard Safety Enhancements & Beautification Project Page 33 GRUENASSOCIATES ARCHTECTURE PLANNING INTERIORS F PROPOSED ORGANIZATION AND STAFFING Road rather than using Pacific Coast Highway. As a result the City of Malibu planned to provide meandering roadways for traffic calming, provide sidewalks for pedestrian safety and ADA compliance, provide dedicated driveways for easy access and egress from the shopping places. Mr. Aoanan was responsible for the civil component of the design including horizontal and vertical alignment of the roadway, storm drainage system, street lighting, and sidewalk and driveway design. DOWNTOWN REGION STREETSCAPE DESIGN AND PEDESTRIAN IMPROVEMENTS, Los Angeles, CA: With Gruen Associates, VCA Engineers, Inc. prepared conceptual cost estimate for the Martin Luther King Jr. Boulevard from Figueroa Street to Vermont Avenue and Menlo Avenue from Exposition Boulevard to Martin Luther King Boulevard. The project is located within the boundaries of CRA's Expanded Hoover Area in South Los Angeles, and it is part of CRA's revitalization efforts that include upgrading of infrastructure in and around Exposition Park's immediate surroundings. The Menlo Avenue will become a major pedestrian route linking many sports and cultural facilities and the residential neighborhoods south of Martin Luther King Jr. Boulevard to and from the new light rail station on Vermont Avenue. The construction cost is approximately $ 3, 914.000. 61 - �✓-JJJJ J' JJ JJJJJ J�J_J _., L •..- '. J, J J .JJ._:k-J-�J'J.l_,!3.J_l'JJ J J..J'-J)-r J• KOA Corporation, Subconsultant, Traffic Engineer Founded in 1987, KOA Corporation (KOA) is one of the leading traffic engineering and transportation planning and design firms in California. KOA provides consulting services to both public and private sectors, with a total of 89 employees in six offices to serve our California clients. Our staff includes certified transportation planners and California registered civil and traffic engineers. KOA has provided engineering services for many of the largest public works and transportation planning projects in California_ KOA is a California Corporation, a regional firm, based in and working primarily in California. The office assigned to this project will be our Monterey Park office located at 1055 Corporate Center Drive, Suite 300, Monterey Park, CA 91754. KOA's professional planning and engineering staff members are available to provide the following services: ADA Assessment & Improvements; Circulation and Parking Studies; Civil Engineering; Construction Management & Observation; Highway & Infrastructure Design; Intelligent Transportation/Systems Design; NPDES Program Implementation; Parking Design & Analysis; Pedestrian & Bikeway Design; Plan Checking; Plans, Specifications and Estimates; Signing & Striping Plans; Storm Drainage Design; Traffic & Parking Impact Studies; Traffic Signal/Lighting Design; Transit/Rail Planning; Transportation Modeling; Transportation Planning/Analysis; Travel Demand Forecasting & Modeling; and Worksite Traffic Control. BRIAN MARCHETTI, AICP is a Senior Transportation Planner at KOA Corporation for traffic impact and parking studies. He has served as a Project Manager on traffic impact, parking and transit operations studies. He has extensive experience with TRAFFIX and Synchro traffic analysis software packages. His relevant experience includes: Arcadia Huntington Drive Capacity Improvements Project; CR4/LA Vermont Avenue Median Park, Los Angeles, California - Traffic Task Manager; Florence Avenue (Districts 1 & 2) Streetscape and Pedestrian Safety Enhancement Project, Los Angeles, County, CA; Long Beach Transit Mall Construction Planning, Long Beach, CA - Traffic Task Manager; SCAG Compass Blueprint Program, Palm Springs Airport - Downtown Shuttle Feasibility Study, Riverside County, CA - Project Manager; East Colorado Boulevard Specific Plan, Mobility Element Report, Pasadena, CA - Senior Transportation Planner; Pomona Mission & Linden Traffic Analysis/Parking Study, Cesar Chavez Avenue Streetscape Traffic Impact Study, East Los Angeles, CA; and Los Angeles Lorenzo Flower/23rd Resdential Traffice Impact Analysis. He has a BS in Urban & Regional Planning from Cal Poly Pomona and is registered with the American Institute of Certified Planners. FRANK BENAVIDEZ, PE, Senior Design Engineer, is a licensed professional civil engineer with ten years working experience which includes traffic, street, land development, roads and infrastructure projects. He has significant experience in project GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 34 The Rosemead Boulevard Safety Enhancements & Beautification Project PROPO ED ORGANIZATION AND STAFFING :; F management and working with public agencies in Southern California. Before joining KOA Corporation, Mr. Benavidez was a civil engineer with the Los Angeles County Department of Public Works for seven years. His relevant projects include: Compton Capital Improvement Project, Traffic Signal Design/Upgrade, Compton, CA; Firestone/Garfield Traffic Signal, South Gate, CA; 2405 Southern Avenue Traffic Signal Design, South Gate, CA; 8600 Rheem Avenue Industrial Expansion Project; SR -118 (Los Angeles Avenue) Widening Project, Moorpark, CA; Design Services for Florence Avenue (District 1) Streetscape and Pedestrian Safety Enhancement Project in unincorporated Los Angeles. He has a BS in Civil Engineering from University of Texas at El Paso and is a registered Professional Engineer. DOUG YEH, PE, Senior Engineer, has extensive experience in the design and analysis of transportation and infrastructure projects. He has served as Project Manager and Team Leader for numerous projects involving design of roadways, traffic signals, work site traffic control, street lighting, signing & striping, and intelligent transportation systems design. Mr. Yeh is an expert in geometric design, traffic signal design and preparation of worksite traffic control (traffic handling) plans. He currently is also a Vice President of KOA Corporation and has been with the company for 22 years. His relevant projects include: Alameda Railroad Bridge Worksite Traffic Control and Detour Plan, Los Angeles, CA; Mid -City Exposition Light Rail Transit Project; Metro Gold Line Exstention Project - Mountain Avenue Grade Crossing Conceptual Design; Design Services for Florence Avenue Streetscape and Pedestrian Safety Enhancement Project, Los Angeles County; Playa Vista State Transportation Improvement Program (STIP) - Project Manager; Design Services for City of Thousand Oaks - The Smart Corsswalk Design (2 Locations) for School Crossings, Thousand Oaks, CA - Project Manager; Hawthorne/Del Amo Boulevard Intersection Capacity Enhancement Project, Torrance, CA; Lincoln/Manchester Traffic Engineering Design; Design Services for City of Thousand Oaks Traffic Signal Coordination/Synchronization and Improvement Projects, Thosuand Oaks, CA; and Santa Clarita Railroad Avenue. He has a BS in Optical Engineering from University of La Verne and is a registered Professional Engineer. KOA Corporation's relevant projects include: TRAFFIC CALMING DESIGN, Various Locations in West Hollywood, California The City of West Hollywood implemented traffic calming improvements on Norwich Drive, Formosa Avenue, and Detroit Street. The improvements included curb return bulbouts at the intersection of Norwich Drive and Melrose Avenue, a mid -block choker on Norwich Drive, raised median islands on Formosa Avenue, Detroit Street, and Norwich Drive, and various signing and striping improvements on all three streets. KOA Corporation prepared the street improvement plans, drainage design, and signing & striping plans for the project. HUNTINGTON DRIVE CAPACITY IMPROVEMENTS PROJECT, Arcadia, California The City of Arcadia is seeking to improve the traffic capacity and levels of service (LOS) at three intersections on Huntington Drive, which currently operate at or below LOS "D" according to the City's most recent Transportation Master Plan: Huntington Drive at Santa Anita Avenue, Huntington Drive at Santa Clara Street, and Huntington Drive at Colorado Place. During peak periods, traffic congestion at these three intersections can be a problem, particularly between Colorado Place and Santa Clara Street where the spacing between the two intersections is relatively short. To help the City address these concerns, KOA is leading a team of consultants to analyze the traffic congestion at these three project intersections, determine feasible capacity improvements, and prepare the plans, specifications, and estimates to construct these improvements. Our scope of work includes analyzing traffic queues using Synchro, preparation of conceptual alternatives, topographic survey, right-of-way verification, street improvement plans, traffic signal plans, signing and striping plans, landscaping and irrigation plans, street lighting plans, utility coordination, right-of- way acquisition and permits to enter, and construction engineering support services. ROLLING HILLS TRAFFIC SIGNALS, SIGNING & STRIPING, Torrance, California KOA provided Traffic Engineering services for various locations near Rolling Hills Road in the City of Torrance. The firm designed new traffic signals, striping improvements, and prepared timing sheets at the intersections of Rolling Hills Road/ Whiffletree Lane and Rolling Hills Road/Fallenleaf Drive; traffic signal interconnect for all four signals on Rolling Hills Road between Hawthorne Boulevard and Crenshaw Boulevard; and landscaped median islands and striping improvements on The Rosemead Boulevard Safety Enhancements & Beautification Project Page 35 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Rolling Hills Way between Pacific Coast Highway and Crenshaw Boulevard. The median islands were constructed with asphalt -extruded curbs. All plans met City of Torrance design requirements and standards. FLORENCE AVENUE (STREETSCAPE AND PEDESTRIAN SAFETY ENHANCEMENT PROJECT in unincorporated Los Angeles County, California KOA has been involved in phase one and phase two of this CRA-LA streetscape and pedestrian safety enhancement design project for Florence Avenue located in unincorporated Los Angles County, California. The first phase of the project stretched along Florence Avenue From Central Avenue to the Metro Blue Line. KOA Corporation prepared traffic signal modification to accommodate the proposed curb bulb -out at the signalized intersections along Florence Avenue. The signal modifications included proposed countdown pedestrian indications to enhance pedestrian safety for street crossing. KOA designed the pedestrian lighting system along Florence Avenue, coordinating with the landscape architect for the lighting styles and color to be used. KOA prepared illumination calculations to meet the Illuminating Engineering Society of North America (IESNA) lighting criteria and to provide appropriate illumination along Florence Avenue to enhance pedestrian safety. The second phase of the project included improvements from the Metro Blue Line station on the west to Mountain View Avenue on the east. KOA prepared a traffic study to examine the changes in traffic patterns which would result from the extension of median islands and changes to pedestrian crossing points. Vehicle and pedestrian access to the Blue Line station was examined under various adjacent intersection and median configurations, and impact determinations were made for area intersections based on traffic rerouting. KOA also prepared traffic signal modifications to accommodate the proposed curb bulb -out at the signalized intersections along Florence Avenue. The signal modification included proposed countdown pedestrian indicators to enhance pedestrian safety. CRA/LA VERMONT MEDIAN PARK The Community Redevelopment Agency of the City of Los Angeles (CRA/LA) saw an opportunity to reconfigure an especially wide segment of Vermont Avenue between Gage and Manchester Avenues located in the South Los Angeles area of the City of Los Angeles. The object of the project is to provide much -needed greenery and usable park space within the existing street right-of-way. This phase of the CRA/LA project involved the development of concept plans for the proposed linear park within the roadway median. KOA's scope of work included a traffic analysis on Vermont Avenue at key intersections, a parking analysis for all service roads and adjacent cross -street parking areas, and preparing conceptual geometric plans to address traffic concerns adjacent to the park. An analysis was conducted for pre -project and post -project conditions based on the related major reconfiguration of the roadway. KOA also participated in coordination efforts with the project team and City staff to develop the proposed concept, and reviewed cost estimates for anticipated traffic improvements. Englekirk & Sabo!, Subconsultanf, Structural Engineer Englekirk & Sabol Consulting Structural Engineers, Inc. (ESI) is an internationally recognized leader in structural engineering design, renowned for expert cost-effective design of institutional structures inclusive of education, residential, healthcare, office buildings, essential services, and parking structures. Englekirk & Sabol, Inc. was founded to provide our clients with specialized structural engineering services such as wind engineering and wind tunnel studies, seismic strengthening and rehabilitation of buildings, earthquake engineering and risk management, failure analysis, and military and federal government structural design and development of new technology in structural engineering. With offices in Los Angeles, Orange County, San Diego, Hawaii, and Guam our staff of over 75 individuals includes nearly 40 engineers. More than 20 of these are licensed professional engineers and over twenty hold advanced structural engineering degrees. Englekirk & Sabol Consulting Structural Engineers, Inc. is certified as a Minority Business Enterprise (MBE). RUSSELL TANOUYE, S.E., LEED AP joined the firm in 1981. During his 29 -year history with the firm he has developed extensive experience in the design of various types of structures including steel, prestressed concrete and cast -in -place GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 36 The Rosemead Boulevard Safety Enhancements & Beautilicalion Project PR POSED t R hIZATION AND TAA H'N concrete. Mr. Tanouye has participated in the structural design of commercial facilities inclusive of regional retail, office, and mixed -use projects, hotels, and parking structures as well as the design of various institutional, jail and justice facilities. Mr. Tanouye has been responsible for the structural design and project administration for large-scale building structures including institutional structures, high- and mid -rise commercial buildings, hotels, sports and entertainment and performing arts facilities. His responsibilities include primary client contact, selection and design of structural systems, direction of construction document preparation, and construction administration. He is a LEED AP and a registered Civil and Structural Engineer in the State of California, Florida, Louisiana, and Nevada, and has directed the structural design of many diverse projects throughout the United States, some of which include: Olympic Police Station, Los Angeles, CA; John Thomas Dye School, Phase II Academic Building, Pavilion, Garage; Art Center College of Design South Campus, Pasadena; Aerospace Observatory STructure; Habitat for Humanity - South Gate Church Adaptive Reuse; Edwards Conference Center; and University Gateway Housing. He has a BS in Civil Engineering from the University of the Pacific, and a MS in Civil and Structural Engineering from Stanford University. Seibert Perkins Design, Subconsultanf, Wayfinding & Signage Seibert Perkins Design (SPD) is a WBE and SBE multidisciplinary, international design firm that has created some of the world's most notable, iconic landmarks. Their award -winning work, for a diverse array of high -profile clients can be seen on five continents. They combine branding, public art, sculptures, signage and wayfinding to create meaningful environments that serve the public well and translate into positive results for the client. For over 25 years, SPD has collaborated with municipalities, public agencies, owners, developers, architects, landscape architects, and the public to create innovative, branded environments that inspire. SPD has successfully completed numerous large-scale projects around the world, including streetscapes, municipal projects, transportation facilities, mixed -use, retail, entertainment centers, sports arenas, healthcare and university campuses, and more. SPD has a combined staff of 35 employees in five offices. ROBIN PERKINS, PARTNER -IN -CHARGE, will oversee all team members in the research and analysis, branding strategy, conceptual and creative efforts. Her projects are all the projects listed previously for the firm under related experience. She has a Bachelor's degree from the Rhode Island School of Design and attended Harvard University's Landscape Architecture program. She will lead all community and public outreach efforts. Rameen Khan, Design Director, will act as primary point of contact and will be responsible for leading all phases of SPD's efforts. Seibert Perkins Design's relevant projects include: HISTORIC BROADWAY STREETSCAPE Los Angeles, California The Historic Broadway Streetscape and Infrastructure Improvement Plan project and the Broadway Entertainment Community Design Overlay District project are important parts of Bringing Back Broadway. Both projects are intended to improve the appearance, enhance the identity, promote the pedestrian environment, and economic revitalization, of the Broadway corridor. Collaborating with CRA/LA and MelendrezllBl Group, SPD is creating a brand identity and logo for the Broadway Street Car, as well as streetscape improvement elements that preserve the historic character and serve pedestrian and transit riders. The Rosemead Boulevard Safety Enhancements & Beautification Project GRUENASSOCIATES Page 37 ARCHITECTURE PLANNING INTERIORS AVON AND S wMING FLORENCE BOULEVARD (DISTRICT 1 & 2) Los Angeles, California SPD collaborated with project landscape architects, Ah'be, to design iconic gateways and a banner system for the new Florence Avenue Streetscape in Los Angeles. Florence Avenue is a major east -west commercial thoroughfare that passes through the communities of Florence, Walnut Park, and Huntington Park and extends approximately 2.2 miles in length. Project goals were successfully met and improved the Florence Avenue commercial corridor by constructing and repairing curbs, gutters and sidewalks, adding green space, and installing street furniture and other site elements to improve the attractiveness and safety of the area. These improvements eliminated blight, increased safety, and contributed to the long-term viability of local businesses. EAST FREMONT STREET Las Vegas, Nevada SPD collaborated with the City of Las Vegas to revitalize East Fremont Street between Las Vegas Boulevard and 8th Street into a lively music and entertainment district. Inspired by 1950s Las Vegas and "Googie" style, we created a vibrant entry gateway to welcome visitors to the new Fremont East district. Neon sculptures including a 30 -foot tall martini glass, line the median while interpretive pavement medallions describe notable dates in Las Vegas history. Banners, street signs and other amenities complete the transformation of East Fremont Street into a thriving entertainment district. LOS ANGELES COUNTY DEPARTMENT OF BEACHES AND HARBORS, Marina del Rey, California For the LA Department of Beaches and Harbors, SPD was hired to enhance the community visibility of the waterfront pedestrian walkway. The majority of the community was unaware of the waterfront pedestrian paths that were open to the public and needed to change the perception that it was only space for those with boats within the harbor. SPD created a banner system throughout the surrounding marina community to create awareness of the Marina Coast Link, a community boat shuttle system, as well as the city's free summer concert series on the marina boardwalk. SPD also created a lively, kinetic sign design that attached to the existing light poles along the boardwalk to lead the visitor through the pedestrian pathways along the marina with medallions that spun in the wind in related marina colors and symbols. Supplemental to the pedestrian identity, was the design of sculpture and kinetic landmarks which would create focal gateways into the marina waterfront at main street entrances. GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 38 The Rosemead Boulevard Safety Enhancements & Beautification Project PROPOSED ORGANIZATION AND STAFFING ; F NOHO ARTS DISTRICT North Hollywood, California SPD was contracted by the CRA/LA to create a district identity for the burgeoning NOHO Arts District. Three bold and bright graphic options were created to define the ARTS district identity. The CRA/LA installed all 3 identity banner options along the main boulevard to let the NOHO community caste their vote and solicit comments online for the preferred graphic identity system. The district banners were the initial effort to define the district and revitalize the streetscape. Bright colors and graphic patterns symbolize the diverse, creative and eclectic nature of the NoHo Arts community. The placement of the banners also acts as a gateway into the district neighborhood. LOS ANGELES WORLD AIRPORTS (LAX) & CENTURY BOULEVARD STREETSCAPE Los Angeles, California SPD created a new name and identity for the Los Angeles International Airport (LAX) and comparable identities for Palmdale (PMD), Ontario (ONT) and Van Nuys (VNY) - the area's 3 other aviation centers. SPD developed a global name to unite all 4 airports into one brand - Los Angeles World Airports (LAWA). The new name and identity functions as a "system" of logos that work for all four airports and each one individually, thereby uniting the airports and promoting the brand. SPD developed graphic standards for name and logo use including a color palette, typography standards and logo placement guidelines for buildings, vehicles and other LAWA branded components. SPD was responsible for the concept, design and development of the dynamic LAX gateway comprised of a ring of 100' tall lighted glass columns. 15 additional columns line the median along two miles of Century Boulevard. This landmark design has become a symbol of the diversity and energy of Los Angeles, as well as a gateway into the United States. The Rosemead Boulevard Safely Enhancements & Beaul[ficatlon Project Page 39 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS r, PROPOSED ORGANIZATION AND STAFFING Sweeney + Associates, Subconsultant, Irrigation Sweeney & Associates, Inc. is an irrigation consulting firm specializing in irrigation system design, master planning and water management. Founded in 1990, in San Diego, California, the company has evolved into a nationally recognized leader in the irrigation industry. As the leader in the landscape irrigation design industry Sweeney & Associates provides complete end to end solutions for all landscape irrigation design needs. Taking projects from concept to complete construction drawings, then providing construction observations or as -built services as needed, we are truly a full service firm. Sweeney & Associates provides irrigation design services to a wide variety of clientele including landscape architects, engineering firms, and municipalities. The company is recognized as a leader in the drip and subsurface irrigation design field. Other services include project master planning, construction site observations, the development of irrigation standard design guidelines, and GPS based irrigation as -built drawing preparation. Gruen Associates has collaborated with Sweeny+Associates on the following recent Streetscape and Transit projects: • San Fernando Valley East-West Transit Corridor Urban Design Concepts (Orange Line) • Mid-City/Exposition Corridor LRT Project • Beverly Hills Gateways and Streetscape Enhancements • Workman Mill Median Landscape Enhancements GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 40 The Rosemead Boulevard Safety Enhancements & Beautification Project PROPOSED f' RGANIZATIQN AND STAFFING : F Faithful + Gould, Subconsultant, Cost Estimator MINNA GERARD, MRICS, MCIOB, LEED AP - Chief Cost Manager Minna's experience includes project management, cost estimating, cost planning, and scheduling for major public and private projects. She brings expertise in cost reports, cash flow forecasts, progress payment application approvals, change orders estimating, claims analysis, and final cost audits. Minna is experienced with LEED - Sustainable Design / Green Building projects. Faithful + Gould's representative project experience includes: SANTAMONICACOLLEGEQUADANDSTREETIMPROVEMENTS, Santa Monica, CA Faithful+Gould provided design phase estimates for the $9 million renovation of this 4 -acre college quad, including site demolition and redevelopment of paving, amphitheater, courtyards, fountains, promenades, landscaping and site lighting. The project received the 2009 Award of Excellence from the Community College Facility Coalition, and the 2009 Community Impact Award from the Los Angeles Business Council. Additional services included design phase estimates for the improvements to the traffic signal and north driveway at Bundy Drive, and the Douglas Loop connecting Airport Avenue with the Bundy campus west parking lot. Services were provided from 2006 through 2008. HARBOR BOULEVARD BEAUTIFICATION, City of Fullerton, CA — Faithful+Gould provided conceptual estimates for the beautification of a one-half mile corridor in downtown Fullerton. Services were provided in 2008. ADAMS SQUARE MINI -PARK, Glendale, CA — Faithful+Gould provided cost estimates at the 100% design development and 75%construction documents phases for the upgrade of this one-third acre urban park originally developed in the 1940s. Park facilities include children's play area, picnic table / benches, open lawn, and - as its centerpiece - the restoration of a streamline-moderne- style gas station built in1936. Services were provided in 2006. EAST LOS ANGELES CIVIC CENTER, STAGE 3 AND CENTER ISLAND STAGE, Los Angeles, CA — Faithful+Gould provided design phase estimating for the stage 3 site improvement work on the civic center campus, mall and plaza, Third Street access road, transit plaza, and off -site improvements. The project also included renovation of the existing island center stage, dressing room, and surrounding pavement, bridge, and landscaping. Services were provided from 2005 through 2007. The Rosemead Boulevard Safety Enhancements & Beautification Project Page 41 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS F_ PROPOSED ORGANIZATION AND STAFFING c) Provide the resumes of the balance of the consulting team. ELAINE V. CARBREY, AIA, AICP, Gruen Associates —Associate Partner, Urban Designer Elaine V. Carbrey, AIA, AICP, Associate Partner of Gruen Associates with over 30 years experience as a project manager, and will be the urban designer of the team. She has experience in a full range of urban design, streetscape, transit, transit -oriented development, urban and regional planning, land use, transportation, environmental assessment and master planning, as well as architectural project activities. In the last seven years, her projects have won more than ten urban design/planning awards. Ms. Carbrey has been a "hands on" project manager for numerous projects that have been successfully implemented, and is experienced in working with both the private sector and public agencies of all sizes. She just completed the sbX E -Street Bus Rapid Transit Station Design in San Bernardino and is currently completing the Metro Orange Line Extension Project in Los Angeles. She recently completed the Key to Downtown Implementation Program for Lake Elsinore, and Date Palm Drive Connector Plan in Cathedral City Her streetscape projects include Santa Monica Boulevard Transit Parkway in West Los Angeles, Westwood Village Streetscape in Los Angeles, University Avenue Streetscape in Riverside, and Central Avenue Streetscape in Phoenix, Arizona. She is a Registered Architect in the State of California and a member of the American Institute of Architects; American Institute of Certified Planners; and Lambda Alpha, an Honorary Land Economics Society. JILL WAGNER, LEED AP, Gruen Associates — Technical Manager Jill Wagner joined Gruen Associates in 2000. She is involved in the technical management, quality control, production and coordination of construction documents to meet critical deadlines, and oversees the construction administration phase of various projects. She is currently responsible for the production work and drawings for several projects utilizing Architectural Desktop and Revit. She has prepared schematic designs and construction documents for streetscape,retail centers, parking structures and entertainment facilities. She has also prepared various site feasibility studies, site analysis studies, and leasing studies. Ms. Wagner coordinated projects from design development drawings through bidding and construction administration, including city planning and building department approvals. Her projects include: sbX E Street Bus Rapid Transit Corridor in San Bernardino County, Riverside District Attorney's Office Building and Parking Garage, Academy Museum of Motion Pictures, United States Embassy in Berlin, Germany, Martin V. Smith Decision Center, California State University Channel Islands, John Spoor Broome Library, Califomia State University Channel Islands, Robert E. Coyle United States Courthouse, Renee and Henry Segerstrom Concert Hall, Hollywood Bowl Renovation, and Capitol Area East End Complex. She has a Bachelor of Architecture at the University of Southern California and is a LEED Accredited Professional. LARRY SCHLOSSBERG, AIA, LEED AP, Gruen Associates — Partner -in -Charge, Architectural Designer Larry Schlossberg, will direct design concepts and perform QA/QC. He is currently the architectural designer of a 600,000 sq-ft Paseo Plaza mixed -use project in Hollywood. He was the principal architectural designer of the Grossmont Trolley Project TOD; streetscape amenities in Westwood Village; Key to Downtown Implementation Plan, Lake Elsinore, CA; sbX E Street Bus Rapid Transit Corridor — Architecture of Stations, Urban Design and Landscape Architecture of the Corridor, San Bernardino and Loma Linda, CA; Morongo Band of Mission Indians Administrative Complex, Banning, CA. His recent Los Angeles projects include: The Village Walk and Streetscape at Tarzana, The John Thomas Dye School Expansion; The Center for Early Education, Hollywood; Strategic Campus Plan for Harvard -Westlake Upper School, Los Angeles; California Marketplace, Los Angeles; Equitable City Center, and Korean Airlines Sky Team Alliance Lounge at LAX. He is a Registered Architect in the states of California, South Dakota and Texas. He is a member of the American Institute of Architects and the National Council of Architectural Registration Boards; and is a LEED Accredited Professional. DEAN HOWELL, Gruen Associates — Landscape Designer Dean Howell is an Urban Planner/Landscape Designer who has developed conceptual designs that stress a balanced relationship with the natural and social environment. He has performed site in-depth site analysis studies based on environmental, physical, social and economic considerations in addition to developing overall plans and project designs for integrated land use. Mr. Howell has experience interfacing with clients and governmental agencies as well as collaborating with architectural design professionals. He performs a full range of tasks from design development and presentation illustrations to construction documents for public parks, streetscapes, commercial projects and transit corridors in accordance with the accepted public standards for health safety and welfare. His projects include: Mid-City/Exposition Corridor Light Rail Transit Project; sbX E Street Bus Rapid Transit Corridor —Architecture of Stations, Urban Design and Landscape Architecture of the Corridor; Canoga Metro Orange Line Extension, Landscape Architecture, and the Beverly Hills Gateway and Streetscape Project.. GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 42 The Rosemead Boulevard Safety Enhancements 8 Beautification Project DARIN MORRIS, Gruen Associates — Landscape Designer Darin Morris is an Urban Planner/Landscape Designer. Mr. Morris is passionate about bringing better health and coherence to people and their communities through beautiful landscapes_ He possesses a broad scope and depth of professional experience in project management, designing healthy environments, and software and media production development lifecycles. His responsibilities include responding to RFIs, construction administration, planting design; AutoCAD plans, sections and elevations; planter design, preparing renderings and graphics, visibility studies, conceptual design assistance and research, precedent image research, planting plans, specification research/writing, site analysis, and signage design. He is currently working on the Mid-City/Exposition Corridor Light Rail Transit Project, Los Angeles; sbX E Street Bus Rapid Transit Corridor — Architecture of Stations, Urban Design and Landscape Architecture of the Corridor; the Beverly Hills Gateway Signage Design; Loma Linda University Master Plan, Loma Linda, Ca. ANSHUMAN RAJE, Gruen Associates — Designer - Intermediate Staff Mr. Raje joined Gruen Associates in 2000 as a Designer. He has worked on large- and small-scale projects in both the public and private sectors as a Designer including the design of transit station and shelters. He has prepared construction documents, including input during the design phase, digital 3D modeling and renderings for transit and residential projects. He has also managed the construction documentation phase for retail projects. His relevant projects include: sbX E Street Bus Rapid Transit Corridor —Architecture of Stations, Urban Design and Landscape Architecture of the Corridor, San Bernardino and Lorna Linda, CA; West Los Angeles College, Culver City; Long Beach Transit Bus Stop Amenities II Project, Long Beach; OCTA Bus Rapid Transit Station Design Plan, Orange County; The Center for Early Education, W. Hollywood; United States Embassy, Berlin; 20th Area Police Station, Los Angeles; Equitable City Center, Los Angeles; Robert E. Coyle United States Courthouse, Fresno; and LA Open Door Presbyterian Church, Los Angeles. Mr. Raje received his Master of Architecture from the University of Arizona, Tucson, AZ and his Bachelor of Architecture from Sushant School of Art & Architecture in New Delhi, India. 3. For the lead individuals indicate an estimate, by name, of the percentage of that person's time (based on fifty-two, forty hour weeks per year) that will be devoted to each phase of the project. Michael Enomoto Steve Smith Elaine Carbrey Jill Wagoner Dean Howell Phase A Phase B Pre -Design Schematic Design 4% 3% 30% 50% 30% 30% 25% 50% 50% 50% Phase C Design Development 3% 50% 30% 50% 50% Phase D Construction Documents 3% 30% 5% 30% 50% Phase E Bid Phase Phase F Construction Administration The Rosemead Boulevard Safety Enhancements & Beautification Project Page 43 G RUENASSOCIATES ARCHITECTURE PLANNING INTERIORS F: PROPOSED ORGANIZATION AND STAFFING 4. Separately describe the experience and background qualifications of the members of the project team functioning together on similar projects. Gruen Associates has worked with members of the team on many projects. The following table indicates our recent collaboration with our subconsultants Gruen VCA KOA Seibert Perkins Sweeney Faithful + Gould Englekirk & Sabo! East Los Angeles Civic Center, Los Angeles County X X X Pico Blvd Streetscape, Los Angeles X X Village Walk and Streetscape, Los Angeles X X Olympic Police Station, Los Angeles X X Morongo Band of Mission Indians Administrative Complex, Banning, CA X X X Date Palm Corridor, Cathedral City,CA )( X Highway 99/Indio Blvd Indio,CA X X sbX BRT Stations) Landscape Architect San Bernardino,CA X CRAILA Martin Luther King Blvd & Menlo Ave Streetscape Los Angeles X X Expo LRT Stations/ Landscape Architect Los Angeles X X GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS Page 44 The Rosemead Boulevard Safety Enhancements & Beautification Project PROPOSED ORGANIZATION AND STAFFING: F 5. Current Projects: Provide a summary of al! projects for which your firm is currently providing services. What is the total estimated construction value of projects currently under contract? Identify the clients with whom there have been repeat associations. PROJECT NAME AND LOCATION DESCRIPTION OF WORK CLIENT ESTIMATED COMPLETION CONSTRUCTION VALUE Beverly Hills Gateway Beverly Hills, California Landscape Architecture and Urban Design City of Beverly Hills Beverly Hills, CA 11/2011 $50,000 John Thomas Dye School Los Angeles, California Architecture and Landscape Architecture John Thomas Dye School Los Angeles, CA 3/2011 $14 million Metro Orange Line Canoga Extension Los Angeles, California Urban Design, Planning, PE for Architecture, Landscape Architecture, EIR for BRT Sub to lteris Metro Los Angeles, CA Final drawings complete; under construction 2012 $216 million Construction starts 3/2010 sbX E Street Bus Rapid Transit Corridor— Architecture of Stations Urban Design and Landscape Architecture of the Corridor San Bernardino and Loma Linda, CA Architecture of Stations, Urban Design and Landscape Architecture PE and Final Design Sub to Parsons Transportation Group Omnitrans San Bernardino, CA Final drawings complete; 7/2010 Design Services 3/2011 Construction $150 million Exposition Corridor Light Rail Transit Project — Phase 1 Design Build Los Angeles County, CA Station Design, Landscape Architecture, Urban Design and Pedestrian Access and Linkages Improvements Sub to Parsons Transportation Group Exposition Metro Line Construction Authority Los Angeles, CA 2/2011 (design completed 7/2008) Est. construction cost $860 million 1-710 Freeway Los Angeles County, California Planning, Urban Design Sub to URS Metro Los Angeles, CA 2010 LA Open Door Presbyterian Church Los Angeles, California A/E Services LA Open Door Los Angeles, CA 2011 (under construction) $21 million Pacific Design Center Los Angeles, California Architecture Pacific Red LLC (Cohen Brothers Corporation) New York, NY 6/2011 (under construction) $121 million California Market Los Angeles, California Architecture California Market Los Angeles, CA 11/2011 $32 million Louis Vuitton, Various Architecture LVMH Fashion Group Arnericas New York, NY 11/2011 Varies Paseo Plaza Hollywood, CA Architecture, Landscape Architecture Continental Development Group, LLC Culver City, CA 1/2011 $200 million The Rosemead Boulevard Safety Enhancements & Beautification Project Page 45 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS PROPOSED ORGANIZATION AND STAFFING: F 5. Current Projects: Provide a summary of all projects for which your firm is currently providing services. What is the total estimated construction value of projects currently under contract? Identify the clients with whom there have been repeat associations. PROJECT NAME AND LOCATION DESCRIPTION OF WORK CLIENT ESTIMATED COMPLETION CONSTRUCTION VALUE Omega Boutiques, various locations Architecture and Interiors The Swatch Group, US New York, NY 1/2012 Varies Metropolis Los Angeles, CA Architecture of Residential Building IDS Real Estate Group Los Angeles, CA As of 212110, on hold $100 million De Beers, various locations Architecture and Interiors De Beers Diamonds Jewelers New York, NY 12/2010 Varies AMPAS Hollywood, CA Architecture and Inferiors Anthony Biddle (owner) AMA Project Management, Inc. Los Angeles, CA TBD TBD Brand Library Glendale, CA Architecture and Landscape Architecture City of Glendale Glendale, CA 7/2012 $6.6 million Private Residence Architecture and Landscape Architecture Confidential Confidential Confidential Dorothy Chandler Pavilion Los Angeles, CA Architecture, Renovation Music Center of Los Angeles County 9/2015 $200 million Redlands Rail Corridor Analysis, San Bernardino, CA Transit -Oriented Development and Planning Sub to HDR San Bernardino Associated Governments San Bernardino, CA 2/2011 N/A Ahmanson Theater Renovation Architecture, Renovation Music Center of Los Angeles County 9/2011 $500,000 The Rosemead Boulevard Safety Enhancements & Beautification Project Page 46 GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS 1. List exceptions, if any, to the Standard Agreement. Gruen reviewed the Standard Agreement and have the following comments to discuss with the City: 1. Section 6 - The City should indemnify Architect for re -use of documents in locations other than on Rosemead Boulevard. 2. Sections 6, 9, and 16 - Last sentence, last paragraph — Architect insurance does not "warrant or guarantee". As such, we need the ability and time to meet with our insurance agents/brokers and the City to coordinate acceptable language/ response for this. 3. Section 13 — We will endeavor to comply and we will not "knowingly" employ 4. Section 30 - Each party to be responsible for its own attorney's fees. The City's attorney resources are usually far greater than the Architect's legal resources. As such, it is not fair to place the burden only on the prevailing party. 5. Section 5 — City shall "promptly" accept or reject The Rosemead Boulevard Safety Enhancements & Beautification Project Page 47 G RU ENASSOCIATES ARCHITECTURE PLANNING INTERIORS ATTACHMENT A The following list of assumptions about the Scope of Services is modeled on the Scope of Services defined in Appendix A of the RFP. Tasks match the nomenclature used on pages 14-16 and provide a more detailed description of our approach to the project. Task A- Pre -Design Phase Al. Project Kick Off Meeting — the Gruen Team will participate in a project kick-off meeting that will include the principal design team consultants and City of Temple staff. The purpose of the meeting will be to review and identify overall project goals, general approach, tasks, project program, the work plan, deliverables of the project, management communications plans, and identify design standards or guidelines the project should follow. It is also at this time that the City staff will discuss those design items that the City may want to add or change from the previous 30% plans prepared by others. The team will obtain background information from the City including CAD files of the survey to be used for the project and will identify pertinent information and other documentation necessary from the City. Gruen Associates will document the meeting. A2. Master Schedule — the Gruen Team will review the developed preliminary master schedule with the City and their representatives to familiarize ourselves with the proposed tasks and schedule and prepare a new program schedule with necessary modifications. The schedule will be updated periodically as needed. We have assumed that a schedule tracking design team progress against the master schedule is not required. A3. Milestone Schedule — Gruen will prepare milestone design schedule in coordination with design consultants and update design team (A/E) schedule as needed for integration into the master schedule. The milestone schedule will be updated periodically as needed. We have assumed that a schedule tracking design team progress is not required. A4. Site Visit & Boundary Validation — the Gruen Team will visit and photograph the site, review boundary and layout information received against the site, and follow up with documentation indicating findings. Following the site visit, the Gruen team will document potential opportunities and constraints related to the potential proposed streetscape improvements. A5. Condition Assessment & Validation Review — the Gruen Team will conduct a Condition Assessment and Validation Review of the documents provided by the City, including the Master Planning for Enhancement of Rosemead Boulevard, Master Planning Reassessment Report, Preliminary construction drawings for "Street Enhancement Project Rosemead Blvd. from Railroad to Calita" and "Landscape Improvement Drawings for Rosemead Blvd. Landscaping Project from 1-210 Freeway to Temple City Boundary." The City's established scope and budget will be evaluated at a general level to verify that the two are copasetic. Any conflicts or clarifications in documents will be identified as soon as possible so that they can be dealt with as soon as possible. A memo will be generated to present findings based on a review of the current plans and the opportunities & constraints from the site visit and kick off meeting. A6. Utilities — VCA will conduct an underground utility investigation in coordination with the utility companies for Gas, water, sewer, storm water, telephone, and cable. VCA will notify the City and Utility owners, and the County if applicable for all affected surface features. We will coordinate with Utility owners and request their As -built plans. Upon receipt, VCA will incorporate existing utilities in the plans based on the As -built plans provided by the Utility owners. Some review & coordination with Gruen Associates is assumed. A7. Prepare Base Sheets of Existing Conditions — the Gruen Team will utilize existing CAD survey information and topographic base sheets provided by the City to set up Base Sheets for the project at 1 "=20' scale showing existing available physical information. These base sheets will be used both as a linear base for continuous design layout as well as individual sheets for construction documents. A8. Traffic Analysis and Data Collection — A traffic study will be produced by KOA using the following techniques: • Review the existing City General Plan for volume data sources, identified issues on Rosemead, and future traffic volumes. KOA will also coordinate with the City to review recent traffic studies for major developments on or near the Rosemead Boulevard corridor. • Provide a scoping document to the City documenting assumptions including study intersection locations, count timeframes, count sources, impact analysis methodology, future timeframe definitions, initial design assumptions, parking survey timeframes, and other details. The Rosemead Boulevard Safety Enhancements & Beautification Project GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS ATTACHMENT A • Conduct a weekday a.m./p.m. peak hour and Saturday mid -day counts at up to five signalized intersections and three unsignalized intersections within the project corridor. Fieldwork will be conducted to document roadway segment lane configurations, intersection approach lane configuration, stop sign placement, and signalized control phasing. • Develop future base conditions for the study area based on an ambient annual traffic growth rate, trips generated by known major projects near or within the corridor, and assumptions on timeframes for a project year and a build out year. • Examine initial post -project definitions such as bulb -outs and related approach lane changes at the study intersections, loss of parking due to bulb -outs and new tree wells/planters, and necessary left -turn pocket lengths at signalized study intersections for the future period. KOA will estimate potential traffic re -routings caused by the closure of mid -block driveways and the potential effects on left -turn movements where new U-turn movements must be made. Traditional traffic impact calculations would be conducted for the study intersections, based on the assumed inputs. • Review the potential on -street parking loss that will result from implementation of the project, for two design alternatives. KOA will document parking demand within the study area for weekday mid -day, weekday mid- afternoon, and weekend late afternoon demand (or comparable three timeframes, as defined by the scoping document). Parking supply reductions to the project, under two alternatives, would be reviewed and potential parking impacts would be defined based on 90% utilization of parking areas in the post -project period. • Summarize the traffic analysis within a report, to include assumptions, analysis results, tables, figures, and conclusions/recommendations, including appendices with traffic analysis worksheets, traffic counts, parking surveys, and the overall study scoping document. TASK A Key Deliverables: • Updated Program Master Schedule • Milestone NE Schedule • Condition Assessment and Validation Memo • Base Sheets of existing conditions • Traffic Report • Collected meeting notes, interview minutes, and memos Task B - Schematic Design Phase -30% Submittal The Gruen Team's approach the Schematic Design is to effectively break it into two segments: Design Alternatives and Schematic Development of Design. B1. Design Alternatives, Streetscape Concepts — the Gruen Team will develop up to three (3) alternatives for the overall streetscape themes and street configuration designs. These will include options for key design components such as sidewalk and planter layouts, hardscape and paving, seating nodes, street trees, public art opportunities, and street furniture including pedestrian lighting, benches, bike racks, pots etc. Plans, cross -sections, and product images will be produced as needed to convey design intent. B2. Design Alternatives, Signage & Graphics — at the same time, Seibert Perkins Design Collaborative will develop conceptual Way -finding signage and potential gateway elements as described in the sub -tasks below: • Hold "brainstorming" meetings with city staff / stakeholders and other team members to review all relevant research material, as well as discuss the needs, concerns, and goals for wayfinding and interpretive signage. • Review and evaluate other City materials including historical materials, existing City identities, interpretive and district signage, signage standards, related communications materials and existing City standards such as sign design guidelines, development guidelines, and sign ordinances. • Perform in -field survey to identify existing site conditions including existing landscape/streetscape elements and or other signage that could impact visibility of new signage, as well as any parking/traffic issues that could impact the placement of any new streetscape elements. • Develop city positioning and design criteria for the Temple City Street Wayfinding Signage and Thematic Elements that respond to City brand strategy. • In addition the wayfinding signage and entry gateways, other public art will be an option to consider as part of the landscape enhancements along Rosemead Boulevard. The Gruen team will prepare for and facilitate a meeting with project stakeholders to define a vision for public art and identify opportunities for public art within the Project. A public art coordinator for artist selection is not part of the Consultants team, but The Rosemead Boulevard Safety Enhancements & Beautification Project GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS ATTACHMENT A _ could be added as an addition if the City desires to take that type of approach with the community. B3. Design Alternatives, Transit Shelters — Gruen Associates will develop up to three (3) alternative designs for transit shelters illustrating typical canopy design and station elements. Plans, elevations, cross -sections, and product images will be produced as needed to convey design intent. B4. Design Alternatives, Traffic — KOA will work with the client to define two (2) traffic project design alternatives and will then re -analyze the applicable aspects of the project. Traditional traffic impact calculations will be re -calculated for the two project design alternatives. B5. Schematic Development of Design, Streetscape & Landscape — after the design alternatives are presented first to the City staff and Ad -hoc Committee, they will be presented at a community meeting. With input received, the City and Ad -hoc Committee will choose one (1) overall concept for refinement and development trough the remainder of schematic design. Plans will be presented in varying scales depending on the level of detail to be studied. Gruen Associates will work with a lighting designer to establish initial light fixture selections. For public meetings, plans will be prepared in a long linear scroll format to show the overall design concepts. Schematic Design (30%) plans will be produced on the 1".20' base plans and formatted in segmented drawings. B6. Schematic Development of Design, Wayfinding Signage and Thematic Elements — Seibert Perkins will present a summary of research and analysis for Wayfinding Signage and Thematic Elements including preliminary sign location plans and summary of sign types. B7. Schematic Development of Design, Transit Shelters — following the same schedule as Streetscape design, one transit shelter will be developed to a schematic design level after presentation to the Ad -hoc Committee and Community. 68. Schematic Development of Design, Traffic Signal Plans — KAO will prepare intersection base plans at affected locations. The base plans will show centerlines, right of way lines, relevant existing and proposed street improvements, utilities of record, and existing traffic controls and improvements. At a schematic level, they will also indicate recommended signal phasing, vehicle detection systems, and proposed removals relocation or installation of signal equipment. B9. Schematic Development of Design, Civil/Utility/Traffic Striping & Signage Plans — Schematic Design (30%) plans will be produced on the 1"=20' base plans and formatted in segmented drawings so that all team member drawings utilize the same format. Civil, Utility, Traffic Signage & Striping, and Street Lighting plans will be developed to a schematic level. To support the street lighting work, KOA will perform a field review of the existing street lights. B10. Schematic Development of Design, Specifications — The Gruen team will produce outline technical and performance specifications to compliment the drawings. B11. Schematic Development of Design, QA/QC — The Gruen team will perform a QA/QC of a progress drawing set to verify document quality and appropriate scope of the project. B12. Schematic Development of Design, Cost Estimate — a preliminary statement of probable costs for the preferred design alternative will be prepared with unit costs for component quantities. B13. Schematic Development of Design, Value Engineering — The Gruen team will perform a value engineering study to identify potential reductions in project costs and nonessential elements. B14. Coordination Meetings — the Gruen Team will meet with city staff and Ad -hoc Committee to present, discuss and refine the findings, initial concepts, alternatives, and to select the preferred components up to four (4) times total. While Gruen Associates will attend all meetings, the consultant teams' attendance at all four meetings was assumed to be unnecessary. Gruen Associates will document the meetings. B15. Community Meetings — the Gruen Team will produce PowerPoint presentations and up to six (6) color boards depicting the findings and initial design concepts and present them at up to two (2) community meetings organized by the City. The Rosemead Boulevard Safety Enhancements & Beautification Project GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS ATTACHMENT A='' TASK B Key Deliverables: • Three (3) alternative streetscape designs including alternatives for mobility, street furniture, lighting, paving, and landscape • Three (3) alternative concept designs for architectural elements • Three (3) conceptual approaches to Wayfinding Signage and Thematic Elements • A summary of research and analysis for Wayfinding Signage and Thematic Elements including preliminary sign location plans and summary of sign types • 30% preferred Streetscape Plans, including new civil engineering, landscape, signage, lighting, street furniture and traffic design modifications • Outline Technical Specifications • Preliminary Statement of Probable Costs • PowerPoint presentation and up to six (6) color presentation boards • Collected meeting notes and memos Task C - Design Development Phase, 60% Submittal C1. Response to Comments — The Gruen Team will provide written responses to the City and stakeholder 30% (Schematic Design) submittal. Incorporation of the comments will occur as part of the development of the 60% (Design Development) set. C2. Drawings, Streetscape & Landscape — the Gruen Team will refine and develop the design development level plans for a 60% submittal. The drawings will include complete overall plans, detailed layout plans for treatment of special locations, developed elevations, dimensioned plans and perspective sketches sufficient to describe the size, shape, and character of all major design elements. Landscape and hardscape materials, as well as street furniture will be presented to the City and selected for incorporation into the documents. C3. Drawings, irrigation — to compliment the landscape drawings, Sweeney Associates will produce a set of design development irrigation drawings with main lines and a preliminary head layout shown. C4. Drawings, Lighting Plans — KOA will prepare street lighting plans for the entire length of the project. The street lighting plan will show the removal and relocation of the existing street lights that will be impacted by the project. The plan will also show any other existing street lights or other needed street lighting modifications on Rosemead Boulevard that may be upgraded as part of the beautification and safety enhancement elements of the project. The design of the proposed street lighting modifications will be prepared to satisfy the illumination requirements of the City. C5. Drawings, Wayfinding Signage and Thematic Elements — Seibert Perkins will refine and develop the elements selected in the schematic design phase. Drawings will include overall plans and detailed design level drawings of key elements. Materials and colors will be selected. C6. Drawings, Transit Shelters — Gruen Team will refine and develop the schematic design drawings for a 60% submittal. The drawings will include dimensioned plans, developed elevations, perspective sketches sufficient to describe the size, shape, and character of all major design elements. Shelter materials and furniture will be presented to the City and selected for incorporation into the documents. C7. Drawings, CivillUtility /Traffic Striping & Signage —VCA will produce Civil and Utility plans for street improvements. They will include plan and profiles for new sidewalks, details for the construction of all features such as driveways, curb ramps, median islands, and catch basins. KOA will prepare traffic signing and striping plans to show centerlines, relevant existing and proposed street improvements, and existing pavement delineations, markings and roadside signs. Proposed pavement delineations, markings and roadside signs, and the proper disposition of all affected existing pavement delineations, markings and roadside signs will be included. Required transitions for the proposed pavement delineation to join with existing pavement delineations on intersection approaches and departures will also be a part of the set. CB. Drawings, Traffic Signals — KAO will prepare intersection plans at affected locations. The plans will show centerlines, right of way lines, relevant existing and proposed street improvements, utilities of record, and existing traffic controls and improvements. They will also indicate recommended signal phasing, vehicle detection systems, and proposed removals relocation or installation of signal equipment. The Rosemead Boulevard Safety Enhancements & Beautification Project GRUENASSOCIATES ARCHITECTURE P!_ANN3NG INTERIORS ATTACHMENT A C9. Specifications — the Gruen Team will develop the outline specification in to draft version specifications consistent with City format to complement the drawings. C10. QA/QC — The Gruen team will perform a QA/QC of a progress drawing set to verify document quality, appropriate level of detail, and the incorporation of comments. C11. Statement of Probable Cost — the Statement of Probable Costs will be updated to reflect the development of the drawings and the specifications. C12. Value Engineering — The Gruen team will perform a value engineering study to identify potential reductions in project costs and nonessential elements. C13. Coordination Meetings — the Gruen Team will meet with city staff and Ad -hoc Committee to present, discuss and refine the findings, initial concepts, alternatives, and to select the preferred components. A preliminary meeting with the City's plan checkers, fire department, and/or any other Authority Having Jurisdiction will occur in this phase. The total number of meetings assumed is up to four (4) times total. While Gruen Associates will attend all meetings, the consultant teams' attendance at all four meetings was assumed to be unnecessary. Gruen Associates will document the meetings. C14. Community Meeting — the Gruen Team will produce PowerPoint presentations and up to six (6) color boards depicting the findings and initial design concepts and present them at one (1) community meeting organized by the City. TASK C Key Deliverables: • Response to 30% City and Stakeholder comments • 60% (DD) Drawings (see above) • 2 Renderings • 60% (DD) Technical Specifications • Updated Statement of Probable Costs • PowerPoint presentation and up to six color presentation boards • Collected meeting notes and memos Task D - Construction Document Phase For the purposes of the proposal, Gruen Associates has broken down the overall Construction Documents phase into the three segments identified in the RFP cost breakdown: CDs at 30%, CDs at 60%, and CDs at 100%. Because of the timeline, we anticipate that the work submitted will actually be more advanced than the percentages indicated in the RFP. Our submittals will equate to a Preliminary Review set with the city (30% CD), a Plan Check submittal set (60% CD), and an "Issued for Construction" set (100%) as described below. 01. Response to Comments — The Gruen Team will provide written responses to the City and stakeholder 60% (Design Development) submittal. Incorporation of the comments will occur as part of the development of the Construction Document set. D2. Preliminary Review CD (30% CD) Drawings — the Gruen Team will produce drawings of all disciplines for an interim CD review with the City. The Design Development drawings will be further refined and detailed with an eye towards constructability. D3. Plan Check (60% CD) Drawings — the Gruen Team will further develop and produce drawings of all disciplines to be submitted to the City and Plan Check agencies. This set will also be used for the Constructability Review. D4. Specifications (60% CD) — the Gruen Team will update the previous issuance of the specifications complement the drawings. We assume that the City will provide their front end (Division 1) specifications at this time to be placed at the beginning of the Technical Specifications. The Gruen Team will review, provide comment to, and coordinate with these sections. D5. QA/QC — The Gruen team will perform a QA/QC of a progress drawing set to verify document quality, appropriate level of detail, and the incorporation of comments. The Rosemead Boulevard Safety Enhancements & Beautification Project GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS ATtACHfVlEa-F-ki D6. Issue for Construction Drawings and Specifications (100% CD) — the Gruen Team will further develop and produce drawings of all disciplines to be issued as "For Construction" drawings. These will incorporate all plan check comments, constructability review comments, final City comments, and will be the drawings set utilized for bidding. D7. Statement of Probable Cost — the Statement of Probable Costs will be updated to reflect the 100% Issue for Construction drawings and specifications. This will be able to be used by the City to evaluate Contractors' bids. D8. Coordination Meetings — the Gruen Team will meet with city staff and Ad -hoc Committee to present, discuss and refine the findings, initial concepts, alternatives, and to select the preferred components. A meeting with the City's plan checkers, fire department, and/or any other Authority Having Jurisdiction will occur in this phase as needed. The total number of meetings assumed is up to four (4) times total. While Gruen Associates will attend all meetings, the consultant teams' attendance at all four meetings was assumed to be unnecessary. Gruen Associates will document the meetings. D9. Community Meeting — the Gruen Team will produce a PowerPoint presentation and present at one (1) community meeting organized by the City. TASK D Key Deliverables: • Written response to the 60% Design Development submittal comments • Preliminary Review Drawings (30% CD) to include all design disciplines • Plan Check submittal Drawings (60% CD) to include all design disciplines • Technical Specifications (60% CD) • Issued for Construction Drawings & Specifications • Pre -final Cost Estimate • Final Statement of Probable Costs • PowerPoint presentation • Collected meeting notes and memos Task E- Bid and Award Phase Costs for the bid phase are included in the Construction Phase portion of the fee proposal. For the five different Construction phases identified, the Gruen Associates Team will assist the City in responding to bidders' questions, prepare any required addenda, attend five pre -bid meetings/job walks, and attend five bid openings. Based on the description of the Scope of Service, we have not included time or costs for packaging and reproduction of bid sets in our fee. Task F- Construction Administrative Phase The Gruen Associates Team fee is based on Construction being broken up into five phases. This includes attendance of five pre -construction meetings and assisting the City with close-out of each phase. For certain aesthetic items, such as site furniture and bus shelters, we assume that the winning supplier in the first phase in which the item occurs will be assigned to subsequent bidders. Gruen Associates will establish a dedicated contact for Construction Administration to provide responses to RFIs, review of submittals, and attend weekly Owners meetings: however this will not be a full time position. Attendance of relevant team members at special construction meetings are assumed and presume sufficient notification by the Contractor. We assume 10 such meetings. Extra Services As requested in the RFP addenda, attendance at City Council meetings has been identified as a separate cost. A total has not been identified, as the attendees may vary. The Rosemead Boulevard Safety Enhancements & Beautification Project GRUENASSOCIATES ARCHITECTURE PLANNING INTERIORS CITY OF TEMPLE CIT Y ANN UAL B UD GET FY 2010 - 2011 CAPI TA L IMP ROVE1 ENT PROGRAM PROJECT RECAP FY 2010 - 2011 Project Nu mber D escriptio n P03-18 Repaint streetlights P03.16 Storage building - La R osa City Yard P05.07 NPDES Cath Basin Scre en s P08-07 Upgra de Sower Line on Lon gden fr dm Muscatel to E ncinite E3-11 Rose mea d B oulevar d Improv emet Pro ject P10-08 Re nova tion of circular planter at Liv e Oak Perk P10.04 New playgroun d equipmen t P10.06 Counc il Chamber u pgrades for video ta ping Total Ge neral • F und Sewer Park SAFE Prop 1B Recanetr Acd LILD STP-L TEA-LU 60,000 10,000 200,000 8,000 100,000 20,470 400,000 3,461,828 600,260 641,710 719,920 10,000 378,000 d 8,461,826 600,250 400,000 10,000 20,470 641,710 719,920 Total 20,470 60 ,000 10,000 800,000 5,429,705 10,000 8,000 100,000 6,232,176 s,a„ IN3 WHOVIIV