Loading...
03.08 PW Corp Yard Design ServicesF 0 9 ' ORPORqT,O'V^...m AGENDA ITEM C UIIT'p•`May 12, 2020 TO: Honorable Mayor and Members of the City Council THRU: Rick Otto, City Manager FROM: Christopher Cash, Public Works Director REVIEW: City Manag Finance 1. SUBJECT Agreement with Griffin Structures, Inc. for Architectural and Engineering Design Services for the Public Works Corporation Yard. 2. SUMMARY This agreement authorizes Griffin Structures, Inc. to provide conceptual space allocation design for the Public Works Corporation Yard. 3. RECOMMENDED ACTION 1. Approve agreement with Griffin Structures, Inc. for a total amount of $54,978, representing an original amount of $49,980 plus ten percent contingency of 4,998, for Conceptual Design Services for the Public Works Corporation Yard and authorize the Mayor and City Clerk to execute on behalf of the City. 2. Authorize the appropriation of$18,326 from Water unreserved fund balance to the expenditure account number 600.5028.56015.12982 Corp Yard Renovations. 4. FISCAL IMPACT The total expenditure for the agreement, including the ten percent contingency, is 54,978 and will be funded in Corp Yard Renovations (12982) through: Solid Waste (220)18,326 Gas Tax Maintenance (271) 18,326 Water (600) 18,326 Total: 54,978 5. STRATEGIC PLAN GOALS Goal 1: Provide for a safe community b: Provide and maintain infrastructure necessary to ensure the safety of the public. Goal 4: Provide outstanding public service b: Provide facilities and services to meet customer expectations. ITEM J g 1 OS/12/2020 6. DISCUSSION AND BACKGROUND The Public Works Corporation Yard (Corp Yard) is used by multiple City departments such as Community Services and Police, but its space has not been fully utilized. Over the years, the Corp Yard has yet to complete a full study to maximize the use of space. Additionally, compliance with the Americans with Disabilities Act (ADA) and National Pollutant Discharge Elimination System (NPDES) needs to be reviewed. These regulations, along with the recent proposal to develop permanent supportive housing at the east end of the property, has led staff to propose a space allocation and efficiency study to be completed by Griffin Structures with the following key components: Space allocation for City equipment and vehicles, employee parking with continued Americans with Disabilities Act (ADA) compliance. Regulatory upgrades for compliance with current National Pollutant Discharge Elimination System (NPDES) and environmental regulations. Solar power feasibility and production study with system conceptual design. Evaluate site conditions and relocate storage spaces designated for the Police, Community Services and Various Divisions within the Public Works Department. Environmental covers & structures for bulk storage bins. Solar panel equipped carport style structure for large equipment parking with battery demand responses. Drainage system improvements. New car wash structure and equipment space study. Potential new Water Well site with treatment and backup generator. Electrical charging stations for both City and employee use. Overall cost estimate for each component. On February 10, 2020, City staff solicited a request for proposals (RFP) from twelve qualified firms to provide Conceptual Design Services for the design of the Public Works Corporation Yard. Responses were received on March 17, 2020, with two consultants Griffin Structures, Inc. and Wildan Group, Inc.) submitting proposals for consideration. City staff individually evaluated the consultanYs proposals based on project team and key personnel, elevant experience, project approach and understanding, and their work progress activity schedule. Once the proposals were reviewed and ranked, the staff determined that Griffin Structures, Inc. had an extensive background in Corporation Yard design along with a more concise study schedule. City Staff contacted Griffin Structures, Inc. for fee negotiations, which resulted in a revision of fee from $59,900 to $49,900. The estimated time to complete this study is four months. Staff recommends approving the proposed agreement with Griffin Structures, Inc. 7. ATTACHMENT Professional Services Agreement with Griffin Structures, Inc. ITEM 2 05/12/2020 PROFESSIONAL SERVICES AGREEMENT Corporation Yard Conceptual Design Services] THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at Orange, California, on this day of 2020 (the "Effective Date") by and between the CITY OF ORANGE, a municipal corporation ("City"), and GRIFFIN STRUCTURES, INC., a Califomia corporation("ConsultanY'), who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A," which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement,Consultant represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Consultant shall perform all services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity provided such services to a municipal agency. All services provided shall conform to all federal, state and local laws,rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit"A" to the contrary. Alan Truong, Deputy Director ("City's Project Manager"), shall be the person to whom Consultant will report for the performance of services hereunder. It is understood that Contractor's performance hereunder shall be under the supervision of City's Project Manager (or his/her designee), that Contractor shall coordinate its services hereunder with City's Project Manager to the extent required by City's Project Manager, and that all performances required hereunder by Consultant shall be performed to the satisfaction of City's Project Manager and the City Manager. 2. Comnensation and Fees. a. Consultant's total compensation for all services performed under this Agreement, shall not exceed FORTY-NINE THOUSAND NINE HUNDRED EIGHTY DOLLARS and 00/100 ($49.980.00)without the prior written authorization of City. b. The parties recognize that additional,unforeseen work and services may be required by the City's Project Manager. In anticipation of such contingencies, the sum of FOUR THOUSAND NINE HLJNDRED NINETY-EIGHT DOLLARS and 00/100 ($4,998.00)has been added to the total compensation of this Agreement. The City's Project Manager may approve the additional work and the actual costs incurred by the Contractor in performance of additional wark or services in accordance with such amount as the City's Project Manager and the Contractor may agree upon in advance. The Contractor agrees to perform only that work or those services that are specifically requested by the City's Project Manager. c. The total amount of compensation under this Agreement, including contingencies, shall not exceed FIFTY-FOUR THOUSAND NINE HUNDRED SEVENTY- EIGHT DOLLARS AND 00/100 ($54,978.00). d. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3. Pavment. a. As scheduled services are completed, Consultant shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. c. City will pay Consultant the amount invoiced within thirty (30) days, but may withhold 10% of any invoice until all work is completed, which sum shall be paid within thirty(30)days of completion of the work and receipt of all deliverables. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. ChanEe Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time, and adjustment of the compensation to be paid by City to Consultant. 5. Licenses. Consultant represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Consultant and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and not an employee of City. City shall have the right to control Consultant only insofar as the result of Consultant's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for fumishing services pursuant to this Agreement. Consultant shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Consultant acknowledges that it and any subcontractors, agents or employees employed by Consultant shall not, under any circumstances, be considered employees of City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including,but not 2 limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers'compensation insurance benefits. 7. Consultant Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Desienated Persons. Only those qualified persons authorized by City's Project Manager,or as designated in Exhibit"A,"shall perform wark provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assienment or Subcontracting. No assignment or subcontracting by Consultant of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Except as otherwise specified in Exhibit "A," Consultant shall commence the work provided for in this A-eement within Ten (10) days of the Effective Date of this Agreement and diligently prosecute completion of the work or as otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Consultant shall do all things necessary and incidental to the prosecution of Consultant's work. 12. Reserved. 13. Delays and Extensions of Time. Consultant's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay,Consultant must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Consultant believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Consultant. The documents, studies, evaluations, assessments, reports,plans, citations, materials, manuals, technical data, logs, files, designs and other products produced or provided by Consultant for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 3 15. Epual Emplovment Opportunitv. During the performance of this Agreement, Contractor agrees as follows: a. Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Consultant shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Such actions 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. Consultant agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Consultant shall, in all solicitations and advertisements for employees placed by, or on behalf of Consultant, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Consultant shall cause the foregoing paragraphs (a)and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Consultant agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant-to influence any decision of City in which Contractor knows or has reason to know that Consultant, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. 17. Indemnitv. a. To the fullest extent permitted by law, Consultant agrees to indemnify, defend and hold City,its City Council and each member thereof, and the officers,officials, agents and employees of City(collectively the "Indemnitees") entirely harmless from all liability arising out of: 1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Consultant's employees or Consultant's subcontractor's employees arising out of Consultant's work under this Agreement, including any and all claims under any law pertaining to Consultant or its employees' status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and 2) Any claim, loss, injury to or death of persons ar damage to property caused by any act, neglect, default, or omission other than a professional act or omission of Consultant, or person, firm or corporation employed by Consultant, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or 4 corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury, death or damage caused by the active negligence or willful misconduct of City. Consultant, at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, Consultant agrees to indemnify and hold Indemnitees entirely harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property caused by its negligent professional act or omission in the performance of professional services pursuant to this Agreement. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission, or termination of this Agreement,and shall continue to be binding and in full force and effect in perpetuity with respect to Consultant and its successors. 18. Insurance. a. Consultant shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Consultant understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City program. b. Consultant shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (]) One Million Dollars ($1,000,000) per occurrence; or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Consultant shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned, non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. 5 e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. f.Consultant shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of One Million Dollars ($1,000,000) per claim. Consultant agrees to keep such policy in force and effect for at least five (5) years from the date of completion of this Agreement. g. The insurance policies maintained by Consultant shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Consultant will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Consultant shall fiunish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10)days' prior written notice to City. i.Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Consultant shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Consultant for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Consultant. K. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City,on behalf of any insurer providing insurance to either Consultant or City with respect to the services of Consultant herein,a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. 6 l.Consultant shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Consultant not less than five (5) days' written notice of intent to terminate. Upon receipt of such notice, Consultant shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Consultant for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Insnection of Records. In accordance with generally accepted accounting principles, Consultant and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Consultant's records regarding the services provided under this Agreement. Consultant shall maintain all such records for a period of at least three(3)years after termination or completion of this Agreement. Consultant agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days' notice from City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Consultant shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. Contractor represents and warrants that Contractor: 1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 IRCA); and 2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and 3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Consultant's employees; and 7 4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. c. Consultant shall require all subcontractors or subconsultants to make the same representations and warranties as set forth in Subsection 21.b. d. Consultant shall, upon request of City, provide a list of all employees working under this Agreement and shall provide,to the reasonable satisfaction of City,verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Consultant. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. e. Consultant shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.d. f.If Consultant or subcontractor knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee,that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. g. Consultant agrees to indemnify and hold City, its officers, officials, agents and employees harmless for,of and from any loss, including but not limited to fines,penalties and corrective measures City may sustain by reason of Consultant's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Califomia and Consultant agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integrarion. This Agreement constitutes the entire agreement of the parties. No other agreement,oral or written,pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. 8 CONTRACTOR" CITY" Griffin Structures, Inc. City of Orange 2 Technology Drive, Suite 150 300 E. Chapman Avenue Irvine, CA 92618 Orange, CA 92866-1591 Attn.: Dustin Alamo, Vice President Attn.: Alan Truong Telephone: 949-497-9000 Telephone: 714-532-6487 E-Mail: dalamo@griffinstructures.com E-Mail: atruong@cityoforange.org 25. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. Remainder of page intentionally left blank; signatures on next page] 9 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR" CITY" GRIFFIN STRUCTURES, INC. CITY OF ORANGE, a municipal corporation a California corporation By: By: Printed Name: Mark A. Murphy,Mayor Title: By: ATTEST: Printed Name: Title: Pamela Coleman, City Clerk APPROVED AS TO FORM: Mary E. Binning Senior Assistant City Attorney NOTE:City requires the following signature(s) on behalf of the Contractor: 1)the Chairman of the Board,the President or a Vice-President,AND(2)the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office,please so indicate. OR The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to City. l0 EXHIBIT "A" SCOPE OF SERVICES Beneath this sheet.] Request for Proposals Page 6 of 4 City of Orange Corporation Yard Renovation Attachment A Scope of Work Conceptual Design Services: The Consultant shall coordinate and meet with all City Departments to detemune the needs from each Department. Base on the needs and current regulations, the Consultant shall propose the conceptual design plans with the following: Space allocation for City equipment&vehicles,employee parking with continued Americans with Disabilities Act(ADA)compliance Regulatory upgrades for compliance with cuzrent National Pollutant Discharge Elimination System(NPDES)and environmental regulations Solar power feasibility and production study and system conceptual design Evaluate site condition and relocate storage spaces designated for the Police, Fire, Community Services, and various Divisions within the Public Works Department. Environmental covers/structures for bulk storage bins Solar panel equipped carport style structure for large equipment parking with battery demand response Drainage system improvements New caz wash structure and equipment space study Potential new water well site with treatment and backup generator Electrical charging stations for both City and employee use City Department's space allocation request: Community Services/Parks Department Bigger Storage,Open Air and Enclosed 2 bunkers,top soil and DG Spot£or Box Trailer Dump Site for landscaping material 4 Low Docks for landscape Public Works—Maintenance/Fleet/Facility Division 10 bunkers for material 10 to121ow docks for trash and sweeping debris Perimeter fence for security all azound Second access gate/entrance along Struck Ave. Increase size of current gate off Struck Ave. Relocate Pierce Park and renovate New enclosed storage structures City Vehicle Parking Personal Vehicle Parking Public Works—Traffic Division Traffic enclosed shed and open air area.(poles, light fixtures 40-SQ bullc storage) Relocate two existing storage structures Public Works—Water Division Request for Proposals Page 7 of 9 City of Orange Corporation Yazd Renovation 100'x 100'approx. area for new water well site 2nd SCADA room 20' x 20'plant operator room Emergency Generator From well head 50' radius of above gmund clearance PFAS Treatment Police Department Fenced Open Air(Storage area for bikes,impound,homeless items.(possibly along the south fence line) Enclosed structure Cover structure far DUI trailer and 3 more trailers AOT(Police Officer Training Room) Additional police employee parking AlI design services will be performed in accordance with all applicable codes and requirements, including but not limited to the latest California Building Code(CBC)and City of Orange Standards, Codes, and Ordinances. Conceptual design services will include at maximum ten (10) meetings with the City or as needed to review and discuss project issues/concems. The Consultant shall prepare all documentation,submittals,material boards and exhibits necessary to obtain Community Development Depattment's Planning Division and Building Division's approval. Prepare Conceptual Design Plans for approval by the City. Services shall expand the development of the accepted feasibility study to include dimensioned drawings,draft specifications and miaterial and equipment standards,including,but not limited to,the subtasks listed below: Site plan Exterior elevations Carport plan(possible solar} Roof plan(possible solar) Building/Storage sections AutoCAD electronic file submittal far final conceptual design Design and Construction cost estimates