50
November 18, 2021 SUBJECT: Request For Qualifications To Provide Professional Services For The Santa Barbara Airport Terminal Expansion and Parking Structure Projects REQUEST FOR QUALIFICATIONS The City of Santa Barbara (City) is requesting Statements of Qualifications from experienced architectural and engineering firms to provide planning, design, and post-design construction services for an airline terminal expansion and parking structure at the Santa Barbara Airport (SBA). The parking structure is to be located on Airport property in the vicinity of the John T. Rickard Airline Terminal (Terminal) at 500 James Fowler Road, Santa Barbara, CA 93117. Design for both projects will happen concurrently, but construction of the parking structure will occur first with the terminal expansion to follow. The estimated cost for the parking structure is $46,000,000. The estimated cost for the terminal expansion is $15,000,000. These estimated costs include planning, site selection, design, construction, testing, and Airport soft costs. Mandatory Pre-Submission Meeting There will be a mandatory pre-submission meeting scheduled for December 7, 2021 at 10:30am local time. The meeting will be held in-person, as well as virtually via GoToMeeting, at the Airport Administration Conference Room located at 601 Firestone Road, Santa Barbara, CA 93117. Acceptance of RFQ submissions is contingent upon attendance of this meeting either in-person or virtually. RFQ submissions received from firms that did not attend the mandatory meeting will be rejected. The purpose of the pre-submission meeting is to discuss the project details and proposal requirements, and clarify any questions from interested firms. Interested firms are encouraged to visit the site prior to the pre-submission meeting to gain familiarity with the site and formulate any questions. For those firms planning to attend in-person, a maximum of three (3) representatives from each interested firm will be permitted to attend in-person in order to ensure social distancing and mitigate Covid-19 transmission. For those firms planning to attend virtually, please submit an email request for log- in information at least 24 hours in advance of the pre-submission meeting. Email requests should be sent to: [email protected]. Background

November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

November 18, 2021 SUBJECT: Request For Qualifications To Provide Professional Services For The

Santa Barbara Airport Terminal Expansion and Parking Structure Projects

REQUEST FOR QUALIFICATIONS The City of Santa Barbara (City) is requesting Statements of Qualifications from experienced architectural and engineering firms to provide planning, design, and post-design construction services for an airline terminal expansion and parking structure at the Santa Barbara Airport (SBA). The parking structure is to be located on Airport property in the vicinity of the John T. Rickard Airline Terminal (Terminal) at 500 James Fowler Road, Santa Barbara, CA 93117. Design for both projects will happen concurrently, but construction of the parking structure will occur first with the terminal expansion to follow. The estimated cost for the parking structure is $46,000,000. The estimated cost for the terminal expansion is $15,000,000. These estimated costs include planning, site selection, design, construction, testing, and Airport soft costs. Mandatory Pre-Submission Meeting There will be a mandatory pre-submission meeting scheduled for December 7, 2021 at 10:30am local time. The meeting will be held in-person, as well as virtually via GoToMeeting, at the Airport Administration Conference Room located at 601 Firestone Road, Santa Barbara, CA 93117. Acceptance of RFQ submissions is contingent upon attendance of this meeting either in-person or virtually. RFQ submissions received from firms that did not attend the mandatory meeting will be rejected. The purpose of the pre-submission meeting is to discuss the project details and proposal requirements, and clarify any questions from interested firms. Interested firms are encouraged to visit the site prior to the pre-submission meeting to gain familiarity with the site and formulate any questions. For those firms planning to attend in-person, a maximum of three (3) representatives from each interested firm will be permitted to attend in-person in order to ensure social distancing and mitigate Covid-19 transmission. For those firms planning to attend virtually, please submit an email request for log-in information at least 24 hours in advance of the pre-submission meeting. Email requests should be sent to: [email protected]. Background

Page 2: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 2 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

SBA is categorized as a “small hub” airport served by United, Alaska, American, and Southwest airlines and their affiliates. Since the Terminal opened in August 2011, SBA has experienced approximately 27 percent growth in enplanements (i.e. commercial passenger boardings). In 2022, SBA is estimated to exceed 503,400 enplanements. By 2032, SBA is estimated to experience 657,000 enplanements, a 79% increase since the last major landside capacity project was completed in 2011. A 20-year Airport Master Plan (AMP) was completed in 2017 and identified several major landside capacity projects necessary to meet the continued growth and development of SBA. One of those major projects is a new parking structure and another is an expansion of the Terminal. Forecasted Demand SBA’s capital project program is “demand based,” i.e. development occurs in response to reasonably anticipated demand for facilities. In 2012 an aviation forecast was prepared in support of the 2017 AMP which identified growth in commercial aviation at SBA reaching 657,000 annual enplanements by the year 2032. In May 2021, the Federal Aviation Administration’s (FAA’s) Terminal Area Forecast (TAF) (essentially a constant market share forecast) estimates SBA exceeding 657,000 annual enplanements in 2027. However, that forecast anticipated SBA’s 2021 enplanements at 263,969, a number SBA exceeded in August 2021. Therefore, it is reasonable to assume that the Airport Master Plan build-out figure of 657,000 annual enplanements may be exceeded in the next few years. Project Description The Terminal Expansion and Parking Garage Projects are two projects proposed to be located adjacent to and immediately south of the Terminal. Due to their close proximity and immediate capacity needs, these two projects will be awarded jointly to a single design team. Given the uncertainty of aviation forecasting, especially during the Covid-19 pandemic, these projects will be designed with alternative scenarios, including scenarios exceeding 657,000 annual enplanement capacity. These two projects will need to comply with the City of Santa Barbara Green Building Policy (Attachment E). Parking Structure Project The Terminal Parking Structure Project (Parking Project) will generally consist of a multi-level structure capable of supporting between 800 and 1,400 parking spaces used for short-term parking, long-term parking, rental cars and rental car customer counters, and office support space. The general location is to the south of the Terminal located at 500 James Fowler Road, Santa Barbara, CA 93117. See Figure 1 for a concept site plan as shown in the Airport Master Plan.

Page 3: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 3 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Siting of the new parking structure is to consider future expansion of the Airline Terminal, expansion of the current short-term parking lot, modification of terminal loop road, and potential restrictions or impacts related to Runway 15L-33R. See Figure 2 for an overview of the existing parking facilities. Additionally, the new parking structure shall be designed to complement the architectural qualities and historical values of the existing Terminal complex. Please refer to Attachment D for a full list of project elements to be considered.

Figure 1 – Concept Plan showing parking structure to the south of the Airline

Terminal (source: 2017 Airport Master Plan)

Page 4: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 4 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Figure 2 – Existing parking facilities (source: 2017 Airport Master Plan)

All existing public parking facilities are surface lots with a pay-on-exit parking system. Terminal employee parking is available in the Airport Economy Lot on Frederick Lopez Road (shown as Long Term Lot 2 in Figure 2). Parking is also provided for rental car parking needs. Currently, the Short-Term Lot provides 196 parking spaces, the Long-Term Lot (shown as Long Term Lot 1 in Figure 2) provides 798 spaces, and the Economy Lot provides 500 spaces. Total parking spaces available to the public total 1,494 public spaces. The Rental Car Ready/Return Lot provides 152 parking spaces. As part of the 2017 AMP, a parking demand analysis was completed based on projected enplanements in the intermediate term (6-10 years) and long term (11-20 years). Total parking demand is projected to increase 37% in the intermediate term and 79% in the long

Airline Terminal

Page 5: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 5 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

term from 2017 levels. To accommodate the forecasted demand, the AMP recommended a new parking structure south of the Terminal. Current parking demand is already comparable to the intermediate term, implying parking demand is ahead of the projections shown in the AMP (see Table 3L of Attachment C). Long-Term Lot 2 is located within a floodway and the AMP recommends the lot be closed and those parking spaces be relocated closer to the Airline Terminal. Besides providing parking for additional demand, a new parking structure would also free up space for a future expansion of the Airline Terminal to add more passenger gates and enplanement capacity, further driving parking demand. Terminal Expansion Project The project design will meet the needs forecasted in the AMP for 657,000 annual enplanements. The design will be for approximately 16,200 sf of additional building space with two additional passenger boarding bridges and potentially additional ground boarding gates. The Terminal Expansion will also need to support additional space for departure processing (ticketing, baggage check), TSA security, baggage claim, building systems (HVAC, plumbing, custodial), concession space, office, storage, restroom, holdroom, baggage claim, and circulation space. These design elements shall be consistent with level of service and capacity standards found in FAA Advisory Circular 150/5360-13A and the Airport Cooperative Research Program (ACRP) Report 25, “Airport Passenger Terminal Planning and Design.” The project design will also consider a subsequent expansion concept that will be included in an AMP update. This design should initially support capacity needs to 800,000 annual enplanements including two additional gates and floor area for a Federal Inspection Service (FIS). The capacity target for the subsequent expansion will be revised by SBA as more information becomes available. Please refer to Attachment A for a full list project elements to be considered. Services to be Provided by Consultant The services to be provided by the Consultant shall include, but not be limited to, those listed below. The services include specific tasks that are required as well as goals which the consultant is expected to strive to reach.

1. Phase I - Conceptual Plan Development a. Provide a project schedule that details tasks and costs for Phase I. Provide

monthly updates to project schedule. b. Attend a kickoff meeting with the Airport to introduce team members, discuss

schedule, review scope of work. Consultant shall prepare agenda and meeting minutes.

c. Schedule and attend bi-weekly project meetings (in-person or remotely). Consultant shall prepare meeting minutes of each bi-weekly meeting and any other project meetings.

Page 6: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 6 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

d. Review the 2017 Airport Master Plan included in this RFQ as Attachment C. e. Review pertinent City design and development guides and policies, past

documents and reports. f. Review short-term and long-term aviation and parking demand growth to

recommend a final project scope. g. In coordination with City Project Engineer, conduct needs assessment via

interviews (individually, questionnaires, or charrette) with Airport staff, rental car companies, and airport business partners to assess current and projected needs.

h. Review site conditions to determine site specific requirements, including, but not limited to, FAA Part 77 limitations, wildlife deterrents, TSA needs, aircraft movement areas and setbacks, vehicular and pedestrian terminal circulation patterns, right-of-way and zoning setbacks, easements, and security considerations.

i. Prepare a constraints analysis based on review of site specific requirements identified in h. above.

j. Provide preliminary design services to include field surveying (NAD 83 horizontal datum and NAVD 88 vertical datum), subsurface utility survey, geotechnical, and other studies as necessary.

k. Propose three potential sites and layouts for the new parking structure. l. Propose three potential layouts for the Airline Terminal’s south expansion. m. Present parking structure and Airline Terminal expansion options to Airport

staff and project subcommittee. Presentation shall include for each option, concept plans showing a site plan, floor plan for each level of the structure, elevation views and one isometric rendering. Assume three (3) meetings with the Subcommittee to review alternatives and consider revisions.

n. Plan on two (2) rounds of revisions to concept plans based off comments received from Airport staff and Subcommittee (Airline Terminal & Parking Structure Design Subcommittee).

o. Present final concept report inclusive of terminal expansion phasing, with drawings, recommended ancillary projects, construction phasing/implementation schedule, high-quality imagery and renderings for marketing purposes, and initial cost estimate to the Airport for review and approval prior to proceeding to Phase II – Design Development.

i. Provide two (2) hard copies and one (1) electronic copy of the Final concept report. Conceptual plans shall be printed on minimum 22 x 44 inch paper.

p. Attend meetings with Airport Commission and/or project sub-committee and design review boards to discuss conceptual plans and answer questions. The Airport estimates no more than three (3) of these meetings for Phase I.

2. Phase II – Design Development (Bid Option 1)

a. 30% Design i. Provide project schedule with monthly updates.

Page 7: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 7 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

ii. Submit initial design package for Development Application Review Team (DART) and revise design package as needed until design package is deemed complete by City staff.

iii. Initial design package shall include preliminary project statistics/data, site plan, floor and roof plans, exterior elevations, perspective views, landscape plan, civil plan, utility plan, and storm water management plan and hydrology calculations.

iv. Present project to City design review board(s) and City Green Building Steering Committee. Assume six (6) meetings.

v. Provide necessary geotechnical, soils, storm water, biological, traffic, archaeology reports, and other environmental reports.

vi. Provide 30% design plans, table of contents for all technical specifications, construction cost estimate, detailed project description, and estimated length of construction. Provide two (2) hard copies and one (1) electronic copy of the full size sets of plans and construction cost estimate. Electronic copy of plans shall be in PDF and AutoCAD format and include GIS shape files.

vii. Provide up to five (5) high-resolution renderings for marketing purposes.

3. Phase III – Final Design (Bid Option 2) a. 60% Design

i. Provide project schedule with monthly updates. ii. Provide 60% design plans, specifications, construction cost estimate,

and estimated length of construction. Provide two (2) hard copies and one (1) electronic copy of the full size sets of plans and construction cost estimate. Electronic copy of plans shall be in PDF and AutoCAD format.

b. 90% Design i. Provide project schedule with monthly updates. ii. Design development iii. In-progress City design review board(s) and City Green Building

Steering Committee meetings. Assume four (4) meetings. iv. Obtain final approval from City design review board and City Planning. v. Provide 90% construction documents to City to include plans,

specifications, and cost estimate. Consultant shall integrate project specifications with City standard specifications (provided by City Project Engineer).

vi. Submit 90% construction documents to City Building & Safety for building permit plan check. Provide three (3) hard copies and one (1) electronic copy of the full size sets of plans, specifications, and cost estimate. Electronic copy of plans shall be in PDF and AutoCAD. Electronic copy of specifications and cost estimate shall be in Microsoft Word or Excel (as appropriate) and PDF.

c. 100% Construction Documents

Page 8: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 8 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

i. Address all comments and questions raised during plan check and revise 90% plans as needed, and submit revised construction documents so that building permit is ‘Ready-to-Issue’.

ii. Provide ‘Ready-to-Issue’ set of construction documents: two (2) hard copies and one (1) electronic copy of the full size sets of plans, specifications, and construction cost estimate. Electronic copy of plans shall be in PDF and AutoCAD format and GIS shape files.

iii. Provide up to five (5) high-resolution renderings for marketing purposes.

4. Phase IV – Post-Design Construction Services (Bid Option 3)

a. Bidding i. Attend pre-bid meeting for potential construction contractors ii. Respond to contractor questions and requests for information and

clarification during the bidding phase. iii. Provide addendums to bid documents as needed. Answer contractor

questions and provide c b. Construction

i. Provide on-site construction observation and verification services of construction documents and attend construction progress meetings. Expectation is for at least weekly site visits. (Full-time City quality assurance/quality control contractor to be procured under separate contract)

ii. Provide contract support in accordance with all local, state, and federal requirements including documentation required for federal and state funding for all project phases.

iii. Review and respond to contractor’s requests for information, submittals, shop drawings, and value-added alternatives.

iv. Review and recommend for approval contractor’s change order requests and payment applications.

c. Project Closeout i. Coordinate and verify systems training and commissioning efforts. ii. Provide punch list corrections for contractor prior to deeming the

project substantially complete. iii. Provide as-built drawings in CAD format, PDF format, and GIS shape

files. iv. Coordinate and conduct an eleven-month warranty walk through.

Although not all of the above services will be included in the initial contract, the City is looking for a team that is highly qualified to deliver all pre-construction services for the project, including final construction plans and specifications. Services to be Provided by City The services to be provided by the City shall include, but not necessarily be limited to, the following:

Page 9: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 9 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

a. Provide general direction to the consultant through the City Project Engineer, or

their designated representative; b. Coordinating communication between the consultant and various interagency and

interdepartmental stakeholders; c. Provide the standard conditions for the specifications; d. Provide assistance on environmental review and permitting; e. Provide access to the City’s drawing vaults, past project files, completed reports

and studies, and Airport Department records; and f. Review, sign, and print final plans and specifications for advertising for bids.

Statement of Qualifications Submittal Requirements Firms responding shall submit one electronic copy of the statement of qualifications that shall include the items listed below. Note that clear, organized, and concise proposals prepared by the Project Manager are highly desirable: 1. An outline describing similar projects undertaken in the past five (5) years. The list

should identify projects for which the consultant had full responsibility for all design phases of the project. Past projects located in Santa Barbara are desirable. Past projects working on airline terminals and multi-level parking facilities is required. Indicate who in the firm performed specific functions on the projects. State why the project is relevant, what challenges were overcome and how. Provide the project name, location, construction value, completion date, and at least one photo.

2. The City desires to adhere to the highest level of Green Building standards

(Parksmart and City of Santa Barbara Green Building Policy). Please provide an outline of the team’s expertise, experience, and accreditation in this area.

3. Client references, which must include current addresses and telephone numbers of

people to contact for references. It is essential that references for all key members of the project team be included. References should be specific to individual team members.

4. Description of Consultant team, including names, classifications and qualifications of

key personnel and sub-consultants and an organization chart showing how the team will work together.

5. A statement of the proposed approach to the project scope of work, broken down by

tasks and subtasks. 6. Identification of sub-consultants and their scope of services. 7. A schedule estimating the time frames necessary to complete the proposed scope of

services.

Page 10: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 10 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

8. The successful consultant is required to sign an agreement that includes indemnification and hold harmless language as set forth in the sample City Professional Services Agreement (attached). Please identify any issues related to the Professional Services Agreement in your proposal. Changes to the agreement will not be considered by the City once a recommendation to award has been made.

9. A demonstrated ability to develop and maintain a good working relationship with

Boards, Commissions, City departments, outside agencies and the public with examples of past performance.

10. Consultants shall limit their proposals to 30 pages (11-point font minimum), not

including attached resumes and cover letters. Selection Process and Criteria From the Statement of Qualifications received, the City will select two to three of the most qualified firms for interviews. If selected for interviews, the firm’s listed Project Manager must participate in the interview. The selection board will be composed of at least three persons. Selection will be based on the following: 1. Project Manager's qualifications and ability to perform the work as outlined above,

based on information provided by the Consultant and client references. (20%) 2. Consultant's key staff and sub-consultant's qualifications, knowledge of local

architecture style and City’s design review boards, and ability to perform the work as outlined in the Request for Qualifications (RFQ).

a. Design experience in Santa Barbara Spanish Colonial Revival 10% b. Design experience in commercial aviation terminal buildings 10% c. Design experience in multi-level parking structures (which included rental car

operations preferred) 10% 3. Demonstrated ability to meet schedules, deadlines, and complete projects within

budget. (15%) 4. The Consultant's understanding of the project and the project’s potential concerns as

demonstrated by their project approach, the proposal's responsiveness to the RFQ and project needs. (20%)

5. Willingness and ability of the consultant to enter into an agreement with the City using

the standard City of Santa Barbara Service Agreement with contractors (Attachment A), without modifications or supplements to the standard conditions. (5%)

6. Information obtained from client references and City staff who have worked with the

consultant staff in the past. (10%)

Page 11: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 11 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

The highest rated firm following interviews will be selected to develop a final scope of work and fee proposal. If such negotiations are not successful, the City will enter into negotiations with the firm or firms receiving the next highest rating. The successful consultant is required to obtain insurance as set forth in the Attachment B with an insurer or insurers that are satisfactory to the City. Failure to meet the insurance requirements shall result in the Consultant’s disqualification. By signing and submitting a proposal, the Consultant is certifying that they have reviewed the City’s insurance coverage requirements, and that the said insurance coverages will be obtained and be in force upon execution of a contract with the City. The successful Consultant shall submit a completed Certificate of Insurance with the signed contract. Failure to respond to the requirements outlined shall result in the proposer's disqualification as non-responsive to this RFQ. The City of Santa Barbara is not liable for any cost incurred by the interested firms in submitting a RFQ submission, responding to additional questions, or participating in the interview process. The proposer is also required to obtain a business license from the City prior to the execution of the agreement with the City for the consulting services. Addendums shall be distributed via PlanetBids. Firms shall acknowledge receipt of any issued addendums in their submission. All submittals, deliverables, and work product from this RFQ will become the property of the City of Santa Barbara. Please submit your response to this RFQ via PlanetBids by 3:00 p.m., on Thursday, January 6, 2022 to PlanetBids. The tentative schedule for the selection process is as follows:

Issue RFQ November 2021 Pre-submission meeting (mandatory) December 2021 RFQ Proposals due January 2022 City completes review and ratings of RFQ proposals January 2021 City interviews highest rated proposals February 2022 City enters into negotiations with highest rated proposal February 2022 Contract award March 2022

If you have any questions regarding this RFQ, please feel free to contact Brad Klinzing, Supervising Engineer, at [email protected] or (805) 692-6020.

Page 12: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS
Page 13: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 13 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Attachment A – Project Design Elements Parking Structure Design Elements:

Provide between 800 and 1,400 parking spaces No greater than four stories tall with elevator Aesthetically complement the existing Airline Terminal, Historic Airline Terminal,

and future terminal expansion Compliance with Architectural and Urban Design Guidelines for the Airport Compliance with City storm water management program ADA accessible on all levels Wayfinding signage Capability to add skybridge or people mover system to future terminal expansion Closed-circuit security cameras Construction documents shall be developed to meet City of Santa Barbara, FAA,

and TSA requirements. The City Project Engineer will help coordinate review of plans by these organizations.

Rental Car ready/return spaces, load/unload spaces Rental Car customer counter spaces Office support space (rental car companies, parking vendor, restroom) Facility support space (maintenance, electrical, IT, etc) Parking space guidance system (count system, variable messaging, license plate

inventory) Entry/exit plazas, one-way traffic control spikes Modifications and re-alignment of the Terminal loop road Emergency vehicle access (fire department, police) Electric Vehicle parking spaces, charging stations, ancillary equipment, and other

infrastructure to support future install of EV chargers Reserved parking or pre-paid/monthly rented spaces Sustainable design features (passive design elements, water-wise and low

maintenance landscaping, etc.) Rooftop solar photovoltaic (PV) array and support element

o Maximize electrical generation potential o Integrate array into overall design aesthetic of project o Minimize proposed cost per kW of the system

Battery Energy Storage System (BESS) o Provide critical load back-up power to the terminal building o Provide load-shifting and peak demand reduction services to the terminal

building o Connect directly to the Terminal electric panels and PV array to minimize

power transfer losses Design main structural elements (concrete and steel) with materials or

specifications that prioritize significantly lowering the carbon footprint of the project. Parksmart Certification, gold level (City to administer)

Terminal Expansion Design Elements:

Page 14: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 14 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Provide space for additional departure processing: o Ticket counter o Queuing area o TSA baggage check o Airline ticket offices o Self check-in kiosks

Provide space for TSA security station queuing area and office space Expand and improve the baggage claim area Add up to four passenger gates and expand holdroom areas Consider one international gate, holdroom, customs and immigration needs Provide additional food, beverage, and retail space Provide space for mechanical, electrical, plumbing, custodial, IT, and general

storage. Aesthetically complement the existing Airline Terminal, Historic Airline Terminal,

and proposed Parking Structure Compliance with Architectural and Urban Design Guidelines for the Airport Compliance with City storm water management program ADA accessible on all levels Wayfinding signage Capability to add skybridge or people mover system to proposed parking structure Closed-circuit security cameras Modifications and re-alignment of the Terminal loop road Emergency vehicle access (fire department, police, TSA) Construction documents shall be developed to meet City of Santa Barbara, FAA,

and TSA requirements. The City Project Engineer will help coordinate review of plans by these organizations.

Rooftop solar photovoltaic (PV) array and support element o Maximize electrical generation potential o Integrate array into overall design aesthetic of project o Minimize proposed cost per kW of the system

Design main structural elements (concrete and steel) with materials or specifications that prioritize significantly lowering the carbon footprint of the project.

Incorporate parking structure’s BESS into the electrical design of the terminal expansion.

Design shall comply with City’s Green Building Policy including: o Achieve a minimum of 60 points from the Green Building Checklist o Achieve a zero net carbon design in combination with the parking structure o Achieve a minimum of 20% energy savings beyond Title 24, Chapter 6

Energy Code requirements o Install all electric mechanical systems o Meet or exceed current CALGreen plumbing fixture flow rates, utilizing

WaterSense labeled fixtures where available o Meet or exceed the City’s Landscape Design Standards for Water

Conservation. o Use recycled water for all approved uses if available

Page 15: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 15 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

o Provide bicycle parking, electric bike charger, and showering and changing facilities.

Page 16: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 16 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Attachment B – Sample Professional Services Agreement

SANTA BARBARA CITY AGREEMENT NO._______________

with

Name of Design Professional/Firm for Project Name This contract is entered into on _________________ by and between:

The City of Santa Barbara, a Municipal Corporation, referred to herein as the “City,”

and,

Name of Design Professional/Firm, a _________________, referred to herein as the “Design Professional,”

This contract includes the following attached exhibits:

• Exhibit A – Scope of Services; Rates and Payments Schedule; Performance Schedule.

• Exhibit B – Insurance Requirements. • Exhibit C – Federal Requirements - FAA

1. CONTRACT ADMINISTRATION a. The City’s [Insert title of department head] (“Department Head”) is the City’s authorized representative for administration of this contract. The Department Head may delegate administrative responsibilities under this contract. References in this contract to Department Head include references to a person exercising authority delegated by the Department Head. b. [Name of Project Manager for Design Professional] (“Project Manager”) is the Design Professional’s representative for administration of this contract. The Project Manager is also the licensed professional responsible to provide the services under this contract, except as otherwise expressly stated in Exhibit A. Design Professional may not change the Project Manager without the written consent of the Department Head, which consent may be withheld at the discretion of the Department Head. An unauthorized substitution of the Project Manager is a material breach of this contract. 2. SCOPE OF DESIGN PROFESSIONAL SERVICES a. Design Professional agrees to [[[SAMPLE LANGUAGE provide design services to the City for the construction of a 574-space parking structure located in the City's Lot No. 6 Parking Lot]]] as described in the scope of services included in Exhibit A. The scope of services and performance schedule are separated into four phases. The

Page 17: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 17 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

work included in Phases II, III, and IV is subject to future appropriation of funds by the City Council and written direction to proceed from the City Engineer.

b. Services will be performed by Design Professional in accordance with generally accepted professional practices and principles and in a manner consistent with the professional standard of care and skill ordinarily exercised under similar conditions by members of Design Professional’s profession currently practicing in California. Delivery of work by Design Professional includes Design Professional’s affirmative representation that the work conforms to the requirements of this contract, all applicable federal, state and local laws, and the professional standard of care and skill applicable to the scope of services.

c. Design Professional is responsible for making an independent evaluation and judgment of all conditions affecting performance of the work, including without limitation site conditions, existing facilities, seismic, geologic, soils, hydrologic, geographic, climatic conditions, applicable federal, state, and local laws and regulations, and all other contingencies or design considerations. Data, calculations, opinions, reports, investigations, and other similar information provided by the City relating to site, local, or other conditions is not warranted or guaranteed, either expressly or implied, by the City.

d. Design Professional’s responsibilities under this section may not be delegated or assigned. Design Professional is responsible to the City for acts, errors, or omissions of Design Professional’s subcontractors.

e. Whenever the scope of services requires or permits review, approval, conditional approval or disapproval by the City, it is understood that such review, approval, conditional approval or disapproval is solely for the purposes of administering this contract and determining whether the Design Professional is entitled to payment for work performed, and will not be construed as a waiver of any breach or acceptance by the City of any responsibility, professional or otherwise, for the work, and will not relieve the Design Professional of responsibility for complying with the professional standard of care, or laws, regulations, industry standards, or from liability for damages caused by negligent acts, errors, omissions, noncompliance with industry standards, or the willful misconduct of Design Professional.

f. Design Professional is an independent contractor. Neither Design Professional nor any of Design Professional’s officers, employees, agents or subcontractors, if any, is an employee of the City by virtue of this contract or performance of any work under this contract. Design Professional retains the right to pay and supervise its employees and subcontractors as it sees fit. The City has no right to supervise Design Professional’s employees or subcontractors. If any issues arise with Design Professional’s employees or subcontractors as to their performance, the City may contact the Design Professional directly so that Design Professional may address any issues. If for any reason Design Professional, or any of Design Professional’s officers, employees, agents or subcontractors, believes that any actions of the City are inconsistent with Design Professional’s role as an independent design professional, the Design Professional must provide written notice to the Department Head of such action(s) within thirty days of their occurrence or they are waived to the extent permitted by law. If such written notice is not timely provided and then any claims are later made against the City related to such action(s), Design Professional agrees that such claims qualify under Section 8, below as being subject to defense and indemnity by Design Professional for the benefit of the City.

Page 18: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 18 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

3. COMPENSATION a. This contract provides the exclusive means of payment for services and reimbursement for costs to Design Professional. The payment for services includes all expenses incurred in the performance of this contract, including materials, travel, lodging, overhead, and similar costs, unless expense reimbursement is expressly authorized in Exhibit A. The maximum payment to Design Professional under this contract within the scope of Phase I, including compensation for services and reimbursement of authorized expenses, will not exceed the sum of $XXXXXXX unless an amendment to this contract has been approved by the City. The total compensation for all services performed under Phases II, III, and IV shall not exceed the sum of $XXXXXX. The work included in Phases II, III, and IV is subject to future appropriation of funds by the City Council and written direction to proceed from the City Engineer. b. Payment for services performed will be at the hourly rates stated in the rates and payment schedule included in Exhibit A. Changes in personnel or hourly rates stated in Exhibit A may be made only after written notice to and written approval by the Department Head. Automatic increases to hourly rates are not permitted. c. Design Professional may be reimbursed for actual and necessary costs, without markup, as specified in Exhibit A. Where travel costs are included in Exhibit A, reimbursement will be made for actual travel costs (at fare, rate per mile or lump sum approved), and actual expenses consistent with guidelines approved by the City Finance Director for travel by City employees. Work performed by authorized subcontractors will be billed as reimbursable costs, subject to a mark-up not to exceed ten percent, according the subcontractor’s scope of work and payment contained in Exhibit A d. Design Professional will be paid as promptly as City’s fiscal procedures will permit upon receipt by the Department Head of itemized invoices. Itemized invoices must state the number of hours work performed by task, the person performing the work, the hourly rate for that person, and an itemized list of costs for which reimbursement is sought. If the Department Head has established a standard billing format, then invoices must be submitted in the standard billing format established by the Department Head. Design Professional must keep records concerning payment items on a generally recognized accounting basis and maintain the records for three years following the Completion Date. Design Professional must make records available for copying, inspection or audit by City employees or independent agents upon reasonable notice during reasonable business hours. e. Design Professional will submit invoices on a monthly basis unless otherwise authorized in writing by the Department Head. f. If this contract exceeds $10,000, the performance and payments under it, and the parties to it may be subject to examination and audit by the California State Auditor pursuant to California Government Code § 8546.7 for three years following final payment under the contract. 4. TIME FOR PERFORMANCE AND COMPLETION

Page 19: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 19 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

a. Design Professional will complete all services by ________________(“Completion Date”). Time is of the essence in the performance of this contract. Design Professional will adhere to the performance schedule shown in Exhibit A. b. If the performance schedule calls for the services to be performed in phases or discrete increments, Design Professional shall not proceed from one phase or increment to the next without written authorization from the Department Head. c. City may withhold payments if work is not performed in accordance with the performance schedule. **** Please be sure to address consultant/Design Professional deadlines/schedule in Exhibit A. Delete this text****** Design Professional's failure to perform in accordance with the performance schedule, or complete the scope of services within the time specified, due to avoidable delays, may at the City's discretion be considered a material breach of this contract. Design Professional shall review the remaining work and schedule of performance at least monthly and shall confirm that completion may be expected within the schedule approved, or in the alternative, give immediate notice when it shall first appear that the approved schedule will not be sufficient, together with an explanation for any projected delays in the schedule. No extension of time to complete any portion of the services called for in the contract will be allowed except upon the written approval of the Department Head. d. If Design Professional is unable to meet the Completion Date or performance schedule due to circumstances beyond Design Professional’s reasonable control, such as war, riots, natural disaster, epidemic, strikes, lockouts, work slow-down or stoppage, except strikes, lockouts, or work slow-down or stoppage of Design Professional’s employees or subcontractors, Design Professional may request an extension of time. The request must be made within a reasonable time and must state the duration and justification for the delay. The Department Head will not unreasonably withhold consent to a schedule change. 5. CHANGES IN SCOPE OF WORK No payment for changed or additional work will be made unless the changed or additional work has first been approved in writing by the Department Head and the parties have agreed upon the appropriate adjustment, if any, to the payment schedule and maximum payment amount for the changed or additional work. The Department Head may order changes or additions to the scope of work. Whether a change or addition to the scope of work is proposed by the Design Professional or ordered by the Department Head, the parties will negotiate an appropriate adjustment, if any, to the payment schedule and maximum payment for the changed or additional work. An approved change or addition, along with the payment adjustment, if any, will be effective upon execution of a change order signed by the Project Manager and the Department Head. Changes in work that increase the amount of payment are subject to approval in accordance with the City’s municipal code. 6. OWNERSHIP OF DOCUMENTS All documents, computer programs, plans, renderings, charts, designs, drafts, surveys and other intellectual property which is originally developed by Design

Page 20: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 20 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Professional pursuant to this contract shall become the property of City upon payment to Design Professional for services performed. Design Professional will take such steps as are necessary to perfect or to protect the ownership interest of the City in such property. Design Professional may retain copies of said documents for Design Professional's file. Design Professional agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in the City and waives and relinquishes all claims to copyright or other intellectual property rights in favor of the City. City acknowledges that its use of the work product is limited to the purposes contemplated by the scope of work and that the Design Professional makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. 7. ASSIGNMENT OF CONTRACT Design Professional shall not assign, subcontract, or transfer any right, privilege or interest in this contract, or any part thereof, without prior written consent of City. Design Professional shall not substitute personnel designated in the proposal of Design Professional without the written consent of City. 8. NOTICES a. When notice is required by law to be delivered by personal delivery or by mail, notices to either party may be provided by personal delivery or by depositing them in the United States mail, first class postage prepaid, and addressed as identified at the signature page of this contract. A party may change mailing address for all purposes under this contract, by written notice. b. Reference in this contract to a writing includes paper documents and documents in an electronic format. Writings may be delivered via delivery of an original or duplicate in person or by mail, or in an electronic format, including transmission by electronic mail, secure Internet drop-box, facsimile, or similar other standard interchange format capable of reproduction and storage, as agreed to by the Department Head and Project Manager. This paragraph does not apply to deliverables identified in Exhibit A, such as drawing, plans, maps, photographs, which must be delivered in the manner specified in Exhibit A. 9. DEFENSE, INDEMNITY AND HOLD HARMLESS a. To the fullest extent permitted by law, Design Professional will defend and indemnify the City, its governing body, officers, and employees from and against all liabilities regardless of nature or type that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of Design Professional, or its employees, agents, or subcontractors. Liabilities subject to the duties to defend and indemnify include all claims, lawsuits, losses, damages, penalties, fines, and judgments; associated investigation and administrative expenses; defense costs, including reasonable attorneys’ fees; court costs; and shared costs of alternative dispute resolution.

Page 21: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 21 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

b. The direction, review, acceptance or approval of the Design Professional’s work or work product by any indemnified party will not be construed to affect, relieve or reduce the Design Professional’s indemnification or defense obligations. c. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. d. Defense counsel must be approved by the City. Design Professional’s obligations to defend applies until it is finally adjudicated that the liability or liabilities, in whole or in part, do not arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of Design Professional or its employees, agents, or subcontractors. Design Professional’s costs of providing defense under this section shall not exceed Design Professional’s proportionate percentage of fault as finally adjudicated, as required by California Civil Code section 2782.8. Notwithstanding the previous sentence, if one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, the design professional shall meet and confer with the City and the other parties regarding unpaid defense costs. Design Professional may submit a claim to the City for reimbursement of the City’s share of reasonable attorneys’ fees and defense costs in excess of Design Professional’s proportionate percentage of fault as finally adjudicated. 10. INSURANCE REQUIREMENTS a. Design Professional will provide insurance as specified in Exhibit B. b. Design Professional will immediately report (as soon as feasible but no later than 24 hours after) to the City’s Risk Manager any accident or other occurrence causing injury to persons or property during the performance of this contract. If required by the City’s Risk Manager, the report will be made in writing and must include, at a minimum: (a) the names, addresses, and telephone numbers of the persons involved, (b) the names, addresses and telephone numbers of any known witnesses, (c) the date, time and description of the accident or other occurrence. 11. TERMINATION a. The City may terminate or abandon any portion or all of the work by giving ten days written notice to Design Professional. Upon receipt of a notice of termination, Design Professional shall perform no further work except as specified in the notice. Before the date of termination, Design Professional shall deliver to City all work product, whether completed or not, as of the date of termination and not otherwise previously delivered. The City will pay Design Professional for services performed in accordance with this contract before the date of termination. In addition, the City will reimburse Design Professional for authorized expenses incurred and not previously reimbursed. The City will not be liable for any fees or costs associated for the termination or abandonment except for the fees, and reimbursement of authorized expenses, payable pursuant to this section. b. Design Professional, if Design Professional is not in default or breach, may terminate Design Professional’s obligation to provide further services under this contract

Page 22: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 22 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

upon thirty days’ written notice only in the event of a material default by the City, which default has not been cured within thirty days following the written notice to the City of the default. 12. RIGHT TO PERFORM SIMILAR SERVICES Nothing in this contract shall restrict the City from providing the same or similar services through City employees, other Design Professionals, other resources, or by arrangements with other agencies. Design Professional may engage in similar activities to the extent that such work does not conflict with the proper performance of services under this contract as determined by the Department Head. 13. CONFLICT OF INTERESTS a. Design Professional warrants by execution of this contract that no person or selling agent has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage or contingent fee, and that Design Professional maintains no agreement, employment, or position which would be in conflict with the duties to be performed for City under this contract. Design Professional further agrees that during the term of this contract, Design Professional will not obtain, engage in, or undertake any interests, obligations or duty that would be in conflict with, or interfere with, the services or duties to be performed under the provisions of this contract. b. Design Professional will not make or participate in making or in any way attempt to use Design Professional's position to influence a governmental decision in which Design Professional knows or has reason to know Design Professional has a direct or indirect financial interest other than the compensation promised by this contract. Design Professional will not have such interest during the term of this contract. Design Professional will immediately advise the City if Design Professional learns of such a financial interest of Design Professional's during the term of this contract. If Design Professional’s participation in another City project would create an actual or potential conflict of interest, in the opinion of the City, the City may disqualify Design Professional from participation in such other project. 14. ADMINISTRATION OF EMPLOYMENT Design Professional must obtain and administer the employment of personnel having the background, training, experience, licenses and registration necessary for the work assigned, including all coordination, the withholding of proper taxes and benefits, the payment of wages, employer's contributions for FICA, and Federal and State unemployment payments, and the review and maintenance of any necessary licenses, certificates, memberships and other qualifications necessary for the services to be provided. Design Professional is an independent Design Professional and is not an agent or employee of the City for any purpose. Design Professional and its employees,

Page 23: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 23 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

subcontractors, and agents are not entitled to any of the benefits or privileges that the City provides its employees. 15. BUSINESS TAX CERTIFICATE Not later than 10 days after execution of the contract, Design Professional must obtain a business tax certificate from the City at Design Professional's expense. Design Professional must maintain a business tax certificate as required by the City Finance Director during the term of this contract. Payment under this contract may be withheld for violation of this section. 16. NO WAIVER OF PROVISIONS Any express or implied waiver of a breach of any provision of this contract will not be construed to be a continuing waiver of that provision, nor a waiver of any breach of another provision of this contract. 17. APPLICABLE LAWS, PARTIAL INVALIDITY This contract is subject to the Santa Barbara City Charter, and the laws, rules, regulations and ordinances in effect within the City of Santa Barbara, County of Santa Barbara, California, and any interpretation of the law that may be necessary will be pursuant to the laws applicable within that jurisdiction. If any provision of this contract is determined to be invalid, illegal or unenforceable for any reason, that provision may be deleted from this contract without affecting, impairing, or invalidating any other provision of this contract, unless the provision is material to the consideration for the performance required. If a provision is deleted, the remaining provisions shall be given the force and effect originally intended. 18. NON-DISCRIMINATION ORDINANCE Design Professional must perform all work pursuant to this contract in compliance with Santa Barbara Municipal Code § 9.126.020, which is an indispensable and integral provision of this contract pursuant to Santa Barbara Municipal Code § 9.126.010. 19. DESIGN PROFESSIONAL EMPLOYEES AND SUBCONTRACTORS a. Design Professional will perform the work personally or through Design Professional’s employees, except as otherwise specifically stated in Exhibit A. If subcontracting of work is permitted, Design Professional shall pay subcontractor within ten days of receipt of payment by City for work performed by a subcontractor and billed by the Design Professional. Use of the term subcontractor in any other provision of this contract shall not be construed to imply authorization for Design Professional to use subcontractors for performance of any service under this contract. b. The City is an intended beneficiary of any work performed by a subcontractor for purposes of establishing a duty of care between the subcontractor and the City.

Page 24: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 24 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

20. WORKPLACE CONDUCT Design Professional and Design Professional’s officers, employees, agents and subcontractors, while on City property or interacting with City officers, employees, Design Professionals, or agents, will comply with the City’s policies, rules, and regulations governing work place safety, conduct, and behavior, including without limitation policies prohibiting discrimination or sexual harassment. City will provide Design Professional a copy of the applicable policies. 21. PROTECTION OF CITY INFORMATION Design Professional will treat all information obtained from the City in the performance of this contract as confidential and proprietary to the City. Design Professional shall treat all records and work product prepared or maintained by Design Professional in the performance of this contract as confidential. Design Professional will not use any information obtained as a consequence of the performance of work for any purpose other than fulfillment of Design Professional’s scope of work. Design Professional will not disclose any information prepared for the City, or obtained from the City, or obtained as a consequence of the performance of work, to any person other than the City, or its own employees, agents or subcontractors who have a need for the information for the performance of work under this contract unless such disclosure is specifically authorized in writing by the City. Design Professional will immediately advise the City of any request for disclosure of information or of any actual or potential unauthorized disclosure of confidential or personal information. Design Professional will identify reasonably foreseeable internal and external risks to the privacy and security of personal information that could result in the unauthorized disclosure, misuse, alteration, destruction or other compromise of the information. Design Professional shall regularly assess the sufficiency of any safeguards and information security awareness training in place to control reasonably foreseeable internal and external risks, and evaluate and adjust those safeguards in light of the assessment. Design Professional will promptly comply with any written instructions by the City to provide any public records of the City required to be disclosed by the City pursuant to a request made pursuant to the California Public Records Act. Design Professional’s obligations under this paragraph shall survive the termination of this contract. 22. NONAPPROPRIATIONS OF FUNDS Notwithstanding any other provision of this contract, in the event that no funds or insufficient funds are appropriated or budgeted by the City, or funds are not otherwise available for payments in the fiscal year(s) covered by the term of this contract, then City will notify Design Professional of such occurrence and City may terminate or suspend this contract in whole or in part, with or without a prior notice period. Subsequent to termination of this contract under this provision, City shall have no obligation to make payments with regard to the remainder of the term.

Page 25: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 25 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

23. EXECUTION This contract may be executed in any number of original counterparts. The contract will be effective when all parties have executed the same counterpart, or each party has executed separate counterparts and has delivered a copy of the signature page of the counterpart to the other party. Upon execution by all of the parties, the counterparts shall constitute one and the same contract. Counterparts or signature pages may be delivered via delivery of an original or duplicate in person or by mail, or a duplicate, including scanned copy, in an electronic format, including transmission by electronic mail, secure Internet drop-box, facsimile, or similar other standard interchange format capable of reproduction and storage. 24. FEDERAL REQUIREMENTS The federal contract provisions required by the Federal Aviation Administration and included in Exhibit C are incorporated in this contract. To the extent required for contracts funded by or subject to the jurisdiction of the Federal Aviation Administration, the provisions of 2 C.F.R Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards apply to this contract. Design Professional must include in any subcontracts under this contract a provision making the subcontract subject to all the provisions of the federal requirements incorporated by this paragraph. With respect to any conflict between the federal requirements and the other provisions of this contract, or with the provisions of state law, the more stringent requirement will apply unless otherwise provided by federal law or regulation. 25. VENUE – CHOICE OF LAWS This contract and disputes arising out of or relating to it or the parties’ relationship governed by the laws of the State of California. Any action or proceeding arising out of or relating to the contract or the parties’ relationship must be brought in a state court situated in the County of Santa Barbara, State of California or a federal court in the district that includes the County of Santa Barbara.

Page 26: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 26 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

IN WITNESS WHEREOF, the parties have executed this contract as of the date and year first written above. CITY OF SANTA BARBARA, a municipal corporation

By: Dept. Head Name & Title

NAME OF DESIGN PROFESSIONAL/FIRM Signature Type or Print Name Title Address City State Zip Telephone Number

APPROVED AS TO FORM: Ariel Pierre Calonne, City Attorney By:

Attorney Name Assistant City Attorney

Page 27: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 27 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

EXHIBIT A Scope of Services and Personnel [Insert detailed scope of services. The description of the scope of work provided by the Design Professional in response to an RFP may be used if it adequately describes the services to be provided and the deliverables. This section should also identify the Project Manager and other personnel who will be performing work.] Rates and Payments Schedule [Insert the hourly rate schedule, including a list of all persons who will be providing services and the hourly billing rate for that person. Persons may be listed by name or by job description. If there are reimbursable expenses, they should be identified separately in this section by category. Subcontractors should be listed as reimbursable expenses.] Performance Schedule [Include the schedule of performance here. The schedule of performance should correlate to the deliverables identified in the scope of services.]

Page 28: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 28 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

EXHIBIT B

INSURANCE REQUIREMENTS

As part of the consideration of this contract, Design Professional agrees to purchase and maintain at its sole cost and expense during the life of this agreement, and for five years thereafter, insurance coverage 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 the Design Professional, its agents, representatives, or employees. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: A. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01

covering CGL on an “occurrence” basis, including products and completed operations with limits of no less than One Million Dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a general aggregate limit applies, either the aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit.

B. Automobile Liability: Insurance Services Office Form Number CA 0001 covering

Code 1 (any auto), or if Design Professional has no owned autos, Code 8 (hired) and Code 9 (non-owned), with limits of no less than One Million Dollars ($1,000,000) per accident for bodily injury and property damage.

C. Workers' Compensation: In accordance with the provisions of the California

Labor Code, Design Professional is required to be insured against liability for Workers' Compensation or to undertake self-insurance. Statutory Workers' Compensation and Employers' Liability of at least $1,000,000 shall cover all Design Professional's staff while performing any work incidental to the performance or this agreement.

D. Professional Liability: Professional Liability (Errors and Omission) Insurance

appropriate to the Design Professional’s profession, with limit no less than One Million Dollars ($1,000,000) per occurrence or claim and Two Million Dollars ($2,000,000) aggregate to cover all services rendered by the Design Professional pursuant to this contract.

If the Design Professional maintains higher coverage limits than the amounts shown above, then the City requires and shall be entitled to coverage for the higher coverage limits maintained by the Design Professional. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. OTHER INSURANCE PROVISIONS

Page 29: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 29 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Each insurance policy shall contain, or be endorsed to contain, the following five (5) provisions:

1. Additional Insured Status

The City of Santa Barbara, its officers, employees, and agents, shall be covered as additional insureds on the Commercial General Liability and the Automobile Liability policy with respect to liability arising out of work or operations performed by or on behalf of the Design Professional including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired, or borrowed by or on behalf of the Design Professional. Additional Insured coverage shall be provided in the form of an endorsement to the Design Professional’s insurance (at least as broad as Insurance Services Office Form CG 20 10 11 85 or both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 forms if later revisions used). A copy of the endorsement evidencing that the City of Santa Barbara has been added as an additional insured on the policy, must be attached to the certificate of insurance.

2. Subcontractors

Design Professional shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Design Professional shall ensure that the City is an additional insured on insurance required from subcontractors. For Commercial General Liability coverage subcontractors shall provide coverage with a format at least as broad as Insurance Services Office form CG 20 38 04 13.

3. Notice of Cancellation

A provision that coverage will not be cancelled or subject to reduction without written notice given to the City Clerk, addressed to P.O. Box 1990, Santa Barbara, California 93102-1990.

4. Primary Coverage

For any claims related to this contract, the Design Professional’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City shall be excess of the Design Professional’s insurance and shall not contribute with it.

5. Waiver of Subrogation

Design Professional hereby agrees to waive rights of subrogation which any insurer of Design Professional may acquire from Design Professional by virtue of the payment of any loss. Design Professional agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. Design Professional agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies

Page 30: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 30 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

regardless of whether or not the City has received a waiver of subrogation endorsement from the insurer.

The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Design Professional, its employees, agents and sub-Design Professionals. ACCEPTABILITY OF INSURERS All insurance coverage shall be placed with insurers that have a current rating from AM Best of no less than A: VII; and are admitted insurance companies in the State of California. All other insurers require prior approval of the City. CLAIMS MADE POLICIES If the required Professional Liability (Errors and Omissions) policy provides coverage on a claims-made basis:

1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work.

2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work.

3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a Retroactive Date prior to the contract effective date, the Design Professional must purchase “extended reporting” coverage for a minimum of five (5) years after completion of contract work. COVERAGE LIMITS SPECIFICATIONS Approval of the insurance by City or acceptance of the certificate of insurance by City shall not relieve or decrease the extent to which the Design Professional may be held responsible for payment of damages resulting from Design Professional's services or operation pursuant to this contract, nor shall it be deemed a waiver of City's rights to insurance coverage hereunder. If, for any reason, Design Professional fails to maintain insurance coverage which is required pursuant to this contract, the same shall be deemed a material breach of contract. City, at its sole option, may terminate this contract and obtain damages from the Design Professional resulting from said breach. Alternately, City may purchase such required insurance coverage, and without further notice to Design Professional, City may deduct from sums due to Design Professional any premium costs advanced by City for such insurance. SELF-INSURED RETENTIONS

Page 31: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 31 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Any self-insured retentions must be declared to and approved by the City. At the option of the City, either: the Design Professional shall cause the insurer to reduce or eliminate such self-insured retentions as respects the City, its officers, officials, employees, and volunteers; or the Design Professional shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration, and defense expenses. EVIDENCE OF COVERAGE Design Professional must provide evidence that it has secured the required insurance coverage before execution of this agreement. A Certificate of Insurance supplied by the City or the appropriate ACORD and Insurance Services Office forms evidencing the above shall be completed by Design Professional's insurer or its agent and submitted to the City prior to execution of this contract by the City. Design Professional shall furnish the City with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Design Professional’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time.

Page 32: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 32 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Exhibit C

Federal Requirements – FAA FEDERAL AVIATION ADMINISTRATION REQUIRED CONTRACT PROVISIONS (Issued on June 19, 2018) ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner’s notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by the deadline indicated in the Owner’s notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. GENERAL CIVIL RIGHTS PROVISIONS The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. Compliance with Nondiscrimination Requirements: During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”), agrees as follows:

1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts

Page 33: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 33 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract.

2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21.

3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor’s obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin.

4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information.

5. Sanctions for Noncompliance: In the event of a Contractor’s noncompliance with the non-discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to:

a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or

b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of

paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States.

Title VI List of Pertinent Nondiscrimination Acts and Authorities

Page 34: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 34 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees to comply with the following non-discrimination statutes and authorities; including but not limited to:

• Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin);

• 49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964);

• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects);

• Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27;

• The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age);

• Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex);

• The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not);

• Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC §§ 12131 – 12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38;

• The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex);

• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations;

• Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);

Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC 1681 et seq).

Page 35: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 35 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

CLEAN AIR AND WATER POLLUTION CONTROL Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC § 740-7671q) and the Federal Water Pollution Control Act as amended (33 USC § 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause.

Page 36: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 36 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.

A1.1.1 Lower Tier Contract Certification CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Santa Barbara to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance (§ 26.13) – The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate, which may include, but is not limited to:

1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non-responsible.

Prompt Payment (§26.29) – The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than twenty] days from the receipt of each payment the prime contractor receives from City of Santa Barbara. The prime contractor agrees further to return retainage payments to each subcontractor within twenty days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur

Page 37: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 37 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

only for good cause following written approval of the [Name of Recipient]. This clause applies to both DBE and non-DBE subcontractors. TEXTING WHEN DRIVING In accordance with Executive Order 13513, “Federal Leadership on Reducing Text Messaging While Driving”, (10/1/2009) and DOT Order 3902.10, “Text Messaging While Driving”, (12/30/2009), the Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities associated with the project. ENERGY CONSERVATION REQUIREMENTS Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC 6201et seq). EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers’ representatives of the Contractor’s commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of

Page 38: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 38 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications:

a. “Covered area” means the geographical area described in the solicitation from which this contract resulted;

b. “Director” means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority;

c. “Employer identification number” means the Federal social security number used on the Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941;

d. “Minority” includes: (1) Black (all persons having origins in any of the Black African racial groups not

of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South

American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original

peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

(4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

Page 39: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 39 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor’s or subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the Contractor during the training period and the Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following:

Page 40: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 40 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor’s employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor’s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations’ responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or female sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these items, with onsite supervisory personnel such superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

Page 41: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 41 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor’s EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor’s workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60-3. l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor’s adherence to and performance under the Contractor’s EEO policies and affirmative action obligations.

8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the Contractor is a member and participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor’s minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply,

Page 42: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 42 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

however, is the Contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor’s noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally), the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). FEDERAL FAIR LABOR STANDARDS ACT All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the

Page 43: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 43 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –

1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR);

2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and

3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.

This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor:

1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or

2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or

3) who incorporates in the public works project any product of a foreign country on such USTR list.

Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S.

Page 44: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 44 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. CERTIFICATION REGARDING LOBBYING The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced

Page 45: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 45 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The applicant must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark ( ) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications

1) The applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.

2) The applicant represents that it is ( ) is not ( ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months.

Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government’s interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency’s SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions

Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559.

Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. TERMINATION FOR CONVENIENCE (PROFESSIONAL SERVICES) The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the Owner, the Contractor must immediately discontinue all services affected.

Page 46: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 46 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. TERMINATION FOR DEFAULT (PROFESSIONAL SERVICES) Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by Owner: The Owner may terminate this Agreement in whole or in part,

for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by Owner approved

extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project;

or 3. Fulfill the obligations of the Agreement that are essential to the completion of the

Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the Owner determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the Owner issued the termination for the convenience of the Owner.

b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the Owner: 1. Defaults on its obligations under this Agreement;

Page 47: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 47 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

2. Fails to make payment to the Consultant in accordance with the terms of this Agreement;

3. Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant.

Upon receipt of a notice of termination from the Consultant, Owner agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If Owner and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the Owner’s breach of the contract. In the event of termination due to Owner breach, the Engineer is entitled to invoice Owner and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. Owner agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause.

VETERAN’S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates.

Page 48: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 48 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Attachment C – Non-Collusion Agreement This declaration is submitted with a proposal (City RFP No. 8532) to the City of Santa Barbara. I declare under penalty of perjury, as follows: That any statement of fact in such proposal is true, without reservation; That such proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company association or corporation; That such proposal is genuine and not collusion or sham; That I have not, directly or indirectly, by agreement, communication or conference with anyone, attempted to induce action prejudicial to the interest of the City of Santa Barbara, or any other bidder or proposer or anyone else interested in the proposed contract; and further, That prior to the public opening and reading of this proposal, a. I did not, directly or indirectly, induce or solicit anyone else to submit a false or sham

proposal; b. I did not, directly or indirectly, collude, conspire, connive or agree with anyone else that

I or anyone else would submit a false or sham proposal, or that anyone should refrain from bidding or withdraw this proposal;

c. I did not, in any manner, directly or indirectly, seek by agreements, communications, or conference with anyone to raise or fix any overhead, profit, or cost element of this proposal price, or that of anyone else; and

d. I did not, directly or indirectly, submit the proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any other corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except to the City of Santa Barbara (and to persons who are not bidders separately and who have a partnership or other financial interest with me in my business).

I declare under penalty of perjury that the foregoing is true and correct. __________________________________ _____________________________ (Date and Place) Signature __________________________________

Name of Proposer

Page 50: November 18, 2021 SUBJECT: REQUEST FOR QUALIFICATIONS

Request for Qualifications – Terminal Expansion and Parking Structure Projects November 18, 2021 Page 50 of 50

H:\Group Folders\ENGINEERING\_PROJECTS\2021\Terminal Parking Structure\RFQ-TerminalParkingStructure_Rev1.docx

Attachment E

The City of Santa Barbara Municipal Green Building Policy, as provided in PlanetBids, is hereby incorporated by reference to this RFQ.