REQUEST FOR SUBCONSULTANT QUALIFICATIONS AFFORDABLE FAMILY HIGH RISE HOUSING 1400 MISSION STREET SAN FRANCISCO, CA

Similar documents
681 Florida Housing Associates, L.P.: 681 Florida St SAN FRANCISCO, CA REQUEST FOR QUALIFICATIONS/PROPOSALS ( RFQ/P ) FOR GENERAL CONTRACTOR SERVICES

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

Request for Qualifications for Architectural Services

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Boulder Housing Partners Request for Qualifications: RFQ # Architectural Services for Canyon Pointe and Glen Willow Renovation Projects

Attention Design Firms

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

Request for Qualifications

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Attention Design Firms

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Bartow County, Georgia

REQUEST FOR QUALIFICATIONS

This request for qualifications seeks the following type of service providers:

REQUEST FOR QUALIFICATIONS

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

Request for Qualifications. Architectural Firms

REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL / ENGINEERING SERVICES JPS HEALTH NETWORK RESPONSES DUE: Wednesday, September 30, :00 P.M.

Request for Qualifications

REQUEST FOR PROPOSALS RFP # December 7, 2010 Proposals Due on January 7, 2011 at 4:00 pm

REQUEST FOR QUALIFICATIONS

Chabot-Las Positas Community College District

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

University of California, Merced Central Plant/Telecommunications Reliability Upgrade

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

Request for Qualifications Construction Manager at Risk Contract

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR STATEMENTS OF QUALIFICATIONS ARCHITECTURAL SERVICES. University of California, Merced

Colquitt Regional Medical Center

REQUEST FOR QUALIFICATIONS DOWNTOWN WAYFINDING CONSULTING AND DESIGN

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

REQUEST FOR QUALIFICATIONS

Galesburg Public Library, Galesburg, IL

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Chabot-Las Positas Community College District

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Housing Authority of the City of Santa Ana Project Based Vouchers Program Request for Proposals

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

Request for Qualifications/Proposals Alameda County Redevelopment Agency Economic Development Strategic Plan

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

Request for Statements of Qualifications Architectural Services. University of California, Merced Classroom and Academic Office Building

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

ARCHITECTURAL SERVICES COLLEGEWIDE

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATIONS RFQ NO Orange Coast College Classroom Modernization Project

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

Request for Qualifications For the Rockwall County Jail Space Use/Needs Assessment. RFQ# RFQ Due Date: April 6, 2018

San Mateo County Project Development Unit. Issued: August 4, 2017 Responses due: September 1, 2017 at 2:30 pm. Sam Lin, Manager

ANAHUAC INDEPENDENT SCHOOL DISTRICT

November 16, 2015 I. INTRODUCTION

Housing Authority of the City of Decatur

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS

Minnehaha County, South Dakota 415 N Dakota Avenue Sioux Falls, South Dakota 57104

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

ARCHITECTURAL/ENGINEERING SERVICES

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

Attention Design Firms

CSU Dominguez Hills & DH Foundation University Village-Mixed-Use Development/Market Rate Housing LETTER OF INVITATION REQUEST FOR QUALIFICATIONS

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Linda Livingston, Resource Coordinator

Raymond, New Hampshire

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

Single Site Permanent Supportive Housing Project

Request for Proposals Architectural Services Re: Fremont High School (RFP No date advertised July 17, 2014) ADDENDUM No. 2 (AUGUST 7, 2014)

REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES ENGINEERING EDUCATION AND DESIGN CENTER. September 21, 2017

REQUEST FOR PROPOSALS

I. GENERAL INFORMATION

REQUEST FOR QUALIFICATIONS PITTSBURGH INTERNATIONAL AIRPORT PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

LOCKHART INDEPENDENT SCHOOL DISTRICT

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING SERVICES CITY OF DALLAS PARK AND RECREATION DEPARTMENT

REQUEST FOR QUALIFICATIONS AS-NEEDED CONSULTING EXECUTIVE ARCHITECT

REQUEST FOR QUALIFICATIONS. General Contractor Construction Manager (GC/CM) Services. Modernization Project

Architectural/Design Services

Request for Proposals: CDBG Housing Rehabilitation Loan Program

Request for Proposals Construction Services Workplace Excellence Project

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

REQUEST FOR QUALIFICATIONS QUALITY ASSURANCE & COST MANAGEMENT SERVICES. For the

REQUEST FOR QUALIFICATIONS PRE-BOND ELECTION PLANNING SERVICES, MASTER PLANNING, AND ARCHITECT/ENGINEER SERVICES

Attention Design Firms

GREENVILLE-SPARTANBURG AIRPORT DISTRICT REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL PLANNING, DESIGN AND CONSULTING SERVICES

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Southern Kern Unified School District

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

CITY OF LOS ANGELES BETHUNE OPPORTUNITY SITE 05/18/2017

Transcription:

SAN FRANCISCO, CA Saida + Sullivan Design Partners, Inc + Barnhart Associates Architects, Inc.

_ INTRODUCTION Saida Sullivan Design Partners + Paul Barnhart Associates (S+S+B) are issuing this Request For Qualifications (RFQ) requesting the submission of qualifications and proposals from qualified Subconsultants to provide services for the Design and Construction Administration phases of a new construction, Type IA, high-rise affordable family housing project, jointly developed by Tenderloin Neighborhood Development Corporation (TNDC) and Citizens Housing Corporation (CHC) ( the Owners ), located at 1400 Mission Street in San Francisco. This project is known as 1400 Mission Street Family Housing ( Project ). Proposals from the following disciplines are being requested at this time: Structural engineering Mechanical engineering Electrical engineering Plumbing and fire sprinkler engineering Civil engineering Landscape design services Green building/leed services Building envelope design services Public art project management services All firms hired under this RFQ will be contracted directly by S+S+B. S+S+B will select qualified firms at the beginning of schematic design and integrate the selected firms into the schematic design phase and subsequent design and construction stages as members of the design team. For purposes of this RFQ construction costs are estimated to be $82.8 million and the remaining design and construction length to be approximately 42 months from the time of Subconsultant contract execution. Local Business Enterprises (LBE) are encouraged to apply as a result of this project s compliance with the San Francisco Human Rights Commission s (HRC) equal employment goals. Following selection, S+S+B will negotiate an agreement for professional services with each Subconsultant. Please refer to the City & County of San Francisco s Bids & Contracts website (http://sunset.ci.sf.ca.us/pbids.nsf/) for any possible amendments to this RFQ during the posting period. Qualification responses are due to S+S+B no later than August 28, 2008, at 5 pm. PROJECT OWNERS/ DEVELOPERS Tenderloin Neighborhood Development Corporation has been in operation since 1981 to provide affordable housing. Currently, the organization houses approximately 2,500 extremely low-income people in 26 substantially rehabilitated or new buildings. The residents of TNDC properties include families, seniors, children, immigrants, people with disabilities and people living with AIDS. At present, TNDC s Housing Development Division has eight staff members who are managing ten housing development projects totaling $440 million. Development responsibilities include property acquisition, project financing, building design and construction management. TNDC works in partnership with other services agencies to provide the support necessary for each resident to maintain his or her current independent living situation, and operates an after school program for young people in the Tenderloin. TNDC also provides technical assistance to other nonprofits that seek to own and develop low-income housing. Citizens Housing Corporation, a regional nonprofit housing developer incorporated in 1992, has completed over 3,000 housing units through renovation and new construction. In addition to implementing

_ development projects around the Bay Area, CHC s staff and board have significant experience working in the City and County of San Francisco and have developed senior and family projects in the South of Market, Western Addition, and Haight districts. For instance, in 2005 CHC opened Folsom Dore, a 98- unit apartment building that is the first of its building type in Northern California to be LEED certified. Folsom Dore is also known for mixing, in an all-affordable rental property, populations who require intensive social services with those who do not, as will be the case at 1400 Mission. The CHC family includes affiliate property management and resident services entities. PROJECT BACKGROUND & CONTEXT TNDC and CHC ( Owners ) jointly own a 0.56 acre site at 10 th and Mission Streets in San Francisco s Mid Market district. The site is on the northwest corner, stretching from Jessie Street to Mission Street along the west side of 10 th Street. The Owners acquired the site at a discount from Bank of America in 2000, for the express purpose of providing San Francisco with needed affordable housing and revitalizing the Mid-Market area. The proposed Project includes approximately 165 units of family housing in a 15 story, Type IA concrete building entered off of Mission Street to be developed by the Owners. The Owners hired Saida + Sullivan Design Partners + Paul Barnhart Associates (S+S+B) to provide complete design services for the project. S+S+B will serve as the Subconsultants primary point of contact. PROJECT DESCRIPTION & PRELIMINARY PROGRAM: FAMILY HOUSING The subject of this RFQ is high rise, rental, affordable family housing. The architect of record for this Project is S+S+B. The design team is conducting Basic Concept Design for the Project, which is currently under review by both the City of San Francisco s Planning and Mayor s Office of Housing staff. The current concept includes the following uses: Total Gross Building interior area is approximately 234,000 s.f. which includes: 165 units of family housing in 15 stories, corridors and other circulation space, and all interior common use spaces; Approximately 3,640 s.f. of ground floor retail space Approximately 7,100 s.f. of parking area at grade in a garage within the building envelope; no underground parking is planned. In addition, to the total gross interior building area: Approx 16,700 s.f. of outdoor common use areas and roof gardens for residents The uses are to be housed in a concrete-framed building. LEED CERTIFICATION The Owners, S+S+B, and the City of San Francisco Mayor s Office of Housing desire to apply sustainable design criteria and obtain, at a minimum, a LEED-NC Silver Certification for the project. SCOPE OF SERVICES Through this RFQ, S+S+B and the Owners are seeking to hire qualified Subconsultants with appropriate experience in high rise family housing design and construction. Ideally, the Subconsultants will also have experience in green building and/or affordable housing projects. To achieve, at a minimum, a LEED-NC

_ Silver Certified building, the selected Subconsultants will be responsible for full services during the following phases: A. Schematic Design - Site Permit Application B. Design Development C. Construction Documents Packages: Once the Site Permit is issued it is anticipated that the project will be permitted through the City of San Francisco process. At a minimum, the following Addendum packages are anticipated: 1. Excavation / Foundation Package 2. Final Building Permit Package 3. MEP Package may also be considered D. Bidding and Permit Coordination E. Construction Administration Services The selected Subconsultants shall provide and coordinate drawings and documents for each phase. PROJECT TIMELINE The project is currently in the conceptual design phase. It is expected that entitlements will be received in October 2008 with schematic design beginning September 2008 and construction starting in March 2010 and completing in March 2012. This schedule is subject to change. CONSTRUCTION COST BUDGET At this time, the estimated construction cost is approximately $82.8 million. The Construction Cost Budget will be refined throughout the subsequent design phases of the Project (schematic design, design development, and construction documents). In the earlier design phases, the construction cost budget will be an approximation and shall be reviewed by the Owners, S+S+B, the general contractor and the Subconsultants. FUNDING SOURCES Financing sources have not been finalized for the project, but will likely include a combination of some or all of the following sources: Predevelopment, construction, and permanent loans from the San Francisco Mayor s Office of Housing. 4% Low Income Housing Tax Credits administered by the Internal Revenue Service and California Tax Credit Allocation Committee. Tax Exempt Bonds, allocated by the California Debt Limit Allocation Committee (CDLAC). Affordable Housing Program funds administered by the Federal Home Loan Bank and a private lending institution.

_ Other potential sources include: Rental subsidies through Project-Based Section 8 housing vouchers, administered by the San Francisco Housing Authority. Permanent mortgage, construction and predevelopment loans through conventional lenders. Federal HOME Program administered by the San Francisco Mayor s Office of Housing. Federal CDBG Program administered by the San Francisco Mayor s Office of Housing Transit-Oriented Development (TOD) program permanent loan administered by the Department of Housing and Community Development (HCD). Multi-Family Housing Program permanent loan administered by the California Department of Housing and Community Development. The selected Subconsultants are expected to comply with the requirements of the above programs. These requirements will be communicated to the selected Subconsultants. TERMS AND CONDITIONS The purpose of this section is to outline the terms and conditions of S+S+B, MOH, and HRC that are set forth in the construction contract. In submitting the Sub-consultant s proposal, the Sub-consultant acknowledges that he/she has read and understands that these terms and conditions apply to the project. Saida + Sullivan Design Partners reserves the right to revise and/or add any terms and conditions beyond those set forth below. A) FIRM QUALIFICATIONS Included with your proposal should be a summary of your firm s history, experience and qualifications. It should include resumes of key personnel that you propose will work directly on the Project. It is anticipated that the Design and Construction Documents for the project shall be prepared in CAD (AutoCAD Version 2007). Please indicate in your proposal whether your documentation will or will not be in AutoCAD Version 2007. B) INSURANCE COVERAGE Subconsultants shall maintain limits no less than: General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this Project or the general aggregate limit shall be twice the required occurrence limit. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. Workers Compensation and Employers Liability: Workers compensation limits as required by the California Labor Code and Employers Liability limits of $1,000,000 per accident. Professional Liability: $2,000, 000 aggregate, $1,000,000 per claim. Give amounts of comprehensive general liability coverage, including bodily and property damage limits, as well as professional liability insurance coverage and deductible amounts. A Certificate of Insurance from a Best s Ratings A+ rated or better insurance firm will be requested of all selected Subconsultants. Self-insurance will not be an acceptable form of insurance.

_ C) HUMAN RIGHTS COMMISSION: LBE GOALS Proposals submitted for this Project must comply with requirements of the San Francisco Human Rights Commission (HRC) pursuant to Chapter 14B of the SF Administrative Code regarding participation goals for Local Business Enterprise (LBE). This RFQ shall incorporate HRC Attachment 2 Requirements for Architecture, Engineering and Professional Services Contracts. The LBE subconsulting goal is 28%. The availability of Minority Owned Businesses (MBEs) is 12%, of Women Owned Businesses (WBEs) is 8% and Other Business Enterprises (OBEs) is 8%. Only HRC-certified LBE firms may be utilized to meet the sub-consulting goals. Note, the rating/bonus under Chapter 14B is not applicable to this project. SUBMISSIONS SHALL INCLUDE THE FOLLOWING FORMS INCLUDED IN EXHIBIT A AS PART OF THE SUBMISSION PACKAGE: 1. Form 2A HRC Contract Participation form 2. Form 3 HRC Non-discrimination Affidavits Any questions regarding the Human Rights Commission program or forms should be directed to Bayard Fong, HRC Contract Compliance Officer, (415) 252-2512 or Bayard.Fong@sfgov.org. All of the above forms are available on-line at http://www.sfgov.org/site/sfhumanrights_page.asp?id=45141under HRC Attachment 2 forms. LBEs certified by the San Francisco Human Rights Commission are strongly encouraged to respond to this RFQ. Firms that do not have all the desired qualifications or that do not meet LBE goals are encouraged to form joint ventures with firms that may have such experience or status. Non-LBE firms wishing to receive credit for partnering with or subcontracting to LBE firms should make this clear in the Form 2A that they submit. D) JOINT VENTURES AND ASSOCIATIONS If the Sub-consultant proposes to be comprised of an association or joint venture, then the submitted qualifications (and proposal) should address the firms forming the association/joint venture. If selected, firms submitting as a joint venture will be required to submit legal documentation, including liability insurance and signatory authority designee, for the joint venture, rather than as individual firms. E) OTHER SUBCONSULTANTS S+S+B is only selecting the Sub-consultants listed in the introduction at this time. It will select all other needed specialty Sub-consultants as needed at a later time. F) CONTRACT The form of the construction contract will be a modified AIA Sub-consultant agreement. The selected firm will be required to meet the insurance (see C above) and indemnity requirements of the A/E agreement. G) NEGOTIATED BID The Owners anticipate using a negotiated bid contracting agreement for the project to select a qualified general contractor to participate in the design process. The contractor will be selected during the Schematic Design phase. The contractor will provide pre-construction services during this phase and subsequent phases of the Project. At the completion of each design phase, the general contractor will render construction cost estimates, which will be the basis for a negotiated construction contract.

_ H) RIGHTS AND OPTIONS S+S+B reserves the right to postpone the Project for its convenience, to withdraw this request for engineering qualifications at any time, to reserve the right to waive irregularities in the selection process, to reject any and all submissions, and to negotiate with any or none of the applicants. This request for Sub-consultant qualifications does not commit S+S+B to enter into a contract for the project. This project contains specific goals for the participation of LBE businesses. The Sub-consultants chosen for this project must meet HRC and MOH requirements in order to be awarded a contract for professional services. I) OWNERSHIP OF DOCUMENTS If, following selection of a Sub-consultant, an Agreement has been executed between S+S+B and the Sub-consultant and work has begun, and the Owners opt for contract termination due to nonperformance, the Owners reserve the right to retain ownership of the documents prepared up to that point and the right to use the documents prepared by the Sub-consultant for future phases of the work on the project. SUB-CONSULTANT SELECTION PROCESS The Sub-consultant selection process will be conducted in two phases: Phase One: Review of Qualifications In Phase One, a selection panel will evaluate all Sub-consultant qualifications. Qualifications are to be submitted in the format detailed below. Qualifications will be reviewed by S+S+B, CHC, and TNDC using the following criteria: Professional services experience and qualifications on projects of similar size and type. Prior project experience and satisfactory client/owner recommendations. Staff capacity to support the Project. The proposed scope of design services to be provided. LBE qualifications and certifications. Submission of a complete qualifications package meeting the requirements of this RFQ. Based upon the results of this evaluation, S+S+B will short-list two to three Subconsultants to participate in Phase Two. Phase Two: Short List, Interviews, and Proposals The short-listed Subconsultants will then be interviewed by the selection panel. The short-listed Sub-consultants may be required to submit further information and forms required by the San Francisco Human Rights Commission. The criteria for interview evaluations shall include, but not be limited to, the following: Relevant experience and qualifications on projects of similar size and type (Type IA, concrete frame, LEED, etc.) for clients similar to TNDC/CHC. Design system options, budget adherence, cost adherence and value engineering experience.

_ Management organization and staff capacity to support the project. Fee proposal broken down by phase and scope of services. REQUIREMENTS FOR SUBCONSULTANT QUALIFICATION SUBMISSIONS S+S+B requests the following submittal material for use in the review, scoring, and selection of professional Sub-consultant firms to perform the Scope of Services listed in this document. Please organize qualification materials in tabs as listed below and adhere to the following page limitations (not including Exhibit A), and employ double sided copying where possible. The point total possible is 100. SECTION ONE: Firm History (2 pages max.) Points Possible: 15 Please provide a history and description about your firm(s) or joint venture. Describe the history of your firm, your organization, key personnel, and your LBE qualifications, if applicable. Describe your firm s philosophy and how your firm is organized to service projects similar to the 1400 Mission Family Housing project. Explain your delivery process to provide basic and additional services to S+S+B and the Owners and your approach to quality control. SECTION TWO: Experience in San Francisco (1 page max.) Points Possible: 10 Please list your experience with projects in the City and County of San Francisco, Please include information on your experience with obtaining permits and approvals from San Francisco Building Department as relevant. SECTION THREE: Relevant Project Experience (7 page max.) Points Possible: 50 Please provide samples of similar projects you have worked on in the past 8 years. The selection panel will be looking for sample projects that demonstrate experience with a variety of the following: affordable family housing, high density multi-family housing, high-rise, Type 1A construction, urban infill /mixed use housing, LEED certified projects, projects with a construction cost of $45 million or more. For each project, please include: Project Photo, Name and Location Name, address, phone number and email address of a reference that can be contacted for each project Brief Description of the project, including: 1. Number and type of units and uses included in project 2. Total square footage of project 3. Density of the project along with the size of the site 4. New construction or renovation 5. Construction type of project (e.g., Type IA ) 6. Amount of parking 7. Construction cost and total number and cost of change orders 8. Sustainable building features, LEED Certification, and indication of any commissioning experience with sustainable features. 9. Date Completed (or to be completed if within 6 months)

_ SECTION FOUR: Capacity (4 pages max.) Points Possible: 15 Provide a narrative statement indicating your firm s ability to complete the proposed project by providing a summary of its current workforce and staffing, and a complete list of projects currently under construction, under contract, or in the negotiation stage. The narrative should identify the key employee(s) who will be responsible for providing design, technical and project management services for the duration of the project, and include that person s resume. SECTION FIVE: Certification (1 page max.) Points Possible: 5 Provide a letter addressed to the Owners that certifies the following: The firm has been in business for a minimum of five (5) years. Provide any litigation history. During the past three years, the firm has successfully completed, within time and budgetary constraints, a minimum of three projects of construction type and cost similar to the proposed Project. Appendix - EXHIBIT A: LBE (not included in 15 page maximum) Points Possible: 5 Please refer to subsection D under the Terms and Conditions heading above for the forms (HRC Forms 2A and 3) that must be submitted as part of Exhibit A to comply with HRC procurement requirements. SELECTION SCHEDULE Request For Qualifications available: August 6, 2008 Pre Submittal Conference Proposals due at Saida + Sullivan Design Partners Short-listed Subconsultants notified for interviews August 12, 2008, 3:00 PM at SOMA Apartments, NE Corner of 8 th and Howard Streets, San Francisco (Enter off of Howard Street) August 28, 2008, by 5:00 PM September 9, 2008, by 5:00 PM. Interviews (tentative, please reserve these dates) September 16, 17, 18, 2008 Final selection (tentative) September 23, 2008 SUBMISSION Please submit FIVE copies of the Sub-consultant qualifications to: Mimi Sullivan, AIA Principal Saida + Sullivan Design Partners, Inc 300 Brannan Street, Suite 309B San Francisco, CA 94107 If you have any questions, please contact Mimi at (415) 777-0991 or by e-mail at mimi@saidasullivan.com PROPOSALS MUST BE RECEIVED AT Saida + Sullivan Design Partner s OFFICES BY 5:00 PM, AUGUST 28, 2008. Qualifications received after the due date and time will not be accepted.