Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
CITY OF LAGUNA NIGUEL
REQUEST FOR PROPOSALS
FOR
CONSTRUCTION MANAGEMENT SERVICES
FOR THE NEW CROWN VALLEY PARK COMMUNITY BUILDING
March 28, 2017
TABLE OF CONTENTS
Section Page
Introduction .................................................................................................................................... 1
About the City ................................................................................................................................. 2
General Background ....................................................................................................................... 2
Project Description ......................................................................................................................... 3
Use of Sub‐Consultants ................................................................................................................... 4
No Conflict of Interest ..................................................................................................................... 4
Environmental Clearance ................................................................................................................ 4
Proposal Review Process & Schedule ............................................................................................. 5
Procedure for Submitting Proposals ............................................................................................... 5
Proposal Content ............................................................................................................................ 6
General Requirements .................................................................................................................. 19
Attachments:
A – Certification of Proposal
Crown Valley Park Community Building 1 RFP For Construction Management Services
INTRODUCTION
A new Community Building is currently under design by LPA Inc. (LPA), Irvine, California, and it
is anticipated to have approximately 30,000 square feet in floor area. The existing staff modular
trailers and existing community building will be completely replaced as part of this project. The
Community Building is expected to reflect a timeless design, improve operational efficiencies,
and be cost conscious.
The City of Laguna Niguel, California, is requesting proposals from highly qualified construction
management firms to provide “Construction Management” services (hereinafter CM). The City
will utilize the Construction Manager Multi‐Prime methodology of project delivery. The CM
services will be required for the pre‐construction, bidding, construction and post‐construction
phases of the project. Pre‐construction services would commence immediately follow an
award of contract (tentatively July 2017). Occupancy of the building is anticipated in November
2019.
Responses must conform with the requirements of this Request for Proposals (RFP). The City
reserves the right to waive any irregularity, informality or error in any proposal, or in the RFP
process or to reject any proposal which does not comply with this RFP. Modifications to the
RFP, including, but not limited to the scope of work, can be made only by written addendum
issued by the City. Ultimate selection of the successful proposer will be made solely by the City
on criteria determined by the City.
The successful proposer will be required to enter into a Professional Services Agreement with
the City, which will include the requirements of this RFP, as well as a final scope of work. By
submitting a proposal, the proposer agrees to all of the terms of the RFP, unless exceptions are
stated by the proposer in its proposal. The City reserves the right to enter into negotiations
with the successful proposer to consider requested exceptions or changes to the RFP.
The deadline to submit proposals is THURSDAY, MAY 2, 2017 AT 2:00 PM. Primary contact
with the City of Laguna Niguel for this Project will be Nasser Abbaszadeh, Public Works Director,
at:
Laguna Niguel City Hall
30111 Crown Valley Parkway
Laguna Niguel, CA 92677
(949) 362‐4300
Crown Valley Park Community Building 2 RFP For Construction Management Services
Crown Valley Community Park is located at:
29751 Crown Valley Parkway
Laguna Niguel, CA 92677
Any questions or requests for clarification in regards to the RFP should be emailed to
[email protected] no later than April 12, 2017.
ABOUT THE CITY
The City of Laguna Niguel is a premiere master‐planned community located in south Orange
County, just minutes away from California’s beautiful beaches and pristine coastline. Natural
beauty abounds, from the exquisite, coastal views to the majestic Saddleback Mountains. The
City is home to 34 parks and 80 miles of scenic hiking, biking and equestrian trails. Over one‐
third of the City is devoted to open space, parks, and recreation. The extensive parks and trail
system, along with the ample natural open space features, are defining characteristics of the
City. Crown Valley Park serves as the center of the City’s recreational programs and attracts
over 240,000 people annually.
Laguna Niguel incorporated in 1989 and currently has a population of approximately 66,000
covering an area of 14.8 square miles. The City is conveniently located along the I‐5 corridor
halfway between Los Angeles and San Diego with direct access to Metrolink.
GENERAL BACKGROUND
Crown Valley Park has been a valuable park and recreation resource in Laguna Niguel since it
was developed almost 40 years ago, predating cityhood. In July 2013, the City Council adopted
the Crown Valley Park Master Plan to guide the decision making process related to desired park
improvements and enhancements over the next 10 year.
The Master Plan identifies a number of recommended improvements categorized into “Tiers.”
The individual amenities within each Tier are somewhat fluid based on complexity, relationship
to other elements, and budget. As each Tier is designed and constructed, consideration is given
to implement the identified amenities, as well as other amenities that may be identified
through the design process.
Crown Valley Park Community Building 3 RFP For Construction Management Services
Tier 1 Improvements were completed in July 2015 and included:
The complete renovation of the amphitheater.
Replacement of the existing playground area with two new playground areas; one for 2‐
5 year olds, and one for 5‐12 year olds.
The addition of a new sprayground area next to the new playground.
A new restroom building between the amphitheater and existing playground with family
changing and ADA facilities.
Tier 2 Improvements currently in construction and expected to be completed in June/July 2017
include:
A New Park Entry Culvert Crossing.
A New Northerly Parking Lot with approximately 36 parking spaces.
A New Southerly Parking Lot with approximately 30 parking spaces.
New Entry Monuments.
Flood Control Channel and Landscaping Alterations.
Conversion of the Botanical Preserve from potable to reclaimed water.
PROJECT DESCRIPTION
The City selected LPA Inc. to provide site planning, architectural, civil and structural
engineering, landscaping, and design services for what is defined as Tier 3 Improvements which
include:
A new Community Building/Staff Offices.
Realignment of the main drive aisle and parking adjacent to the new Community
Building.
A New Festival Plaza area and other pedestrian‐oriented site amenities.
Modest exterior improvements to the south elevation of the existing City‐owned YMCA
building (facing the pool deck) to provide compatibility with the new Community
Building.
Modest improvements to the pool deck and facility amenities to provide compatibility
with the new Community Building.
Relocation Plan for Existing Staff Offices/Trailers during construction.
Crown Valley Park Community Building 4 RFP For Construction Management Services
The Building Program and Space Analysis identified a Community Building need of
approximately 30,000 square feet in floor area. The project program has been discussed in
community workshops and approved by the City Council in February 2017. LPA is currently
working on the project design schematics which are expected to be completed in June 2017.
Various reference materials related to this project are available to be viewed at the following
FTP site: F:\Download\CONSTRUCTION MANAGEMENT SERVICES FOR NEW CROWN VALLEY
PARK COMMUNITY ROOM :
Approved Building Program and Space Analysis
Tier 2 Improvement Plans (Currently in construction)
Master Plan & Needs Assessment
As part of Construction Manager Multi‐Prime methodology of project delivery, the CM will
work cooperatively and in close coordination with LPA and City Staff, including a staff member
who shall be appointed by the Public Works Director as the Construction Administrator
(hereinafter CA).
USE OF SUB‐CONSULTANTS
The City is committed to selecting an excellent CM team that will provide a high quality
oversight and documentation for the Project. Should the use of sub‐consultants be proposed
by the proposing firm, they shall be clearly identified and included as part of the proposal in
response to this RFP.
NO CONFLICT OF INTEREST
The selected CM firm shall not be a bidder, or preform work for any bidder, on any individual
construction contract related to this project.
ENVIRONMENTAL CLEARANCE The City Council adopted Mitigated Negative Declaration MND 14‐01 in June 2014 related to
the Tier 2 Entry Improvements. The required environmental permits from the US Army Corps
of Engineers, California Department of Fish & Wildlife, and Regional Water Quality Control
Board have been obtained and are implemented with the Tier 2 construction. The City will be
responsible for meeting any additional requirements of the California Environmental Quality
Act (CEQA) related to the Tier 3 Improvements.
Crown Valley Park Community Building 5 RFP For Construction Management Services
PROPOSAL REVIEW PROCESS & SCHEDULE The City of Laguna Niguel will review all proposals received by the submittal deadline indicated
in this RFP. Proposals that do not meet the minimum requirements of this RFP will be rejected.
The City reserves the right to select the firm that best meets the overall needs and offers the
best overall value to the City based on a variety of criteria, including but not limited to,
experience of the Construction Management and Inspection team, successful completion of
similar projects, and not solely on the lowest cost of services. The proposals identified to best
meet the overall needs of the City will be invited to an interview. It is anticipated that following
interviews, the City will identify a preferred firm to enter contract negotiations. Upon
successful negotiations with the preferred firm, a contract will be presented to the City Council
for approval.
The following is the anticipated schedule for the selection of a qualified firm in response to the
RFP:
Request for Proposal Made Available ........................................................ March 28, 2017
Pre‐Proposal Meeting (Optional)
Crown Valley Community Park ....................................................... April 10, 2017; 2:00 pm
Proposals Due at City Hall ............................................................May 2, 2017; 4:00 pm
City Review Proposals ................................................................................ May/June, 2017
Oral Presentations/Interviews with Finalists ....................................................... June 2017
Complete Negotiations with Preferred Firm ....................................................... June 2017
City Council Selection ............................................................................................ July 2017 *Note – All dates subject to change due to City need for additional time for review and obtaining City Council approval.
PROCEDURE FOR SUBMITTING PROPOSALS Proposals shall be submitted to:
Laguna Niguel City Hall 30111 Crown Valley Parkway Laguna Niguel, CA 92677 Attn: Nasser Abbaszadeh, Public Works Director
Proposals must be received at Laguna Niguel City Hall no later than May 2, 2017 at 2:00 p.m.
Proposals received in the mail after 2:00 p.m. on that date, regardless of the date of their
postmarks, will be rejected. If hand delivered, proposals shall be submitted to the City Clerk on
Crown Valley Park Community Building 6 RFP For Construction Management Services
the second floor of City Hall at the address above. Hand delivered proposals submitted to any
other office or location will be rejected.
PROPOSAL CONTENT Submitted proposals shall include ten (10) identical copies and one (1) unbound copy that can
be used by the City for reproduction purposes. The content and sequence of the information
contained in each copy of the proposal shall be as follows:
A. Letter of Introduction & Statement of Interest
Provide an introductory letter with an understanding of the work to be performed and why
the firm believes itself to be the best qualified to perform the services requested. Indicate
the Management Contact (Representative authorized to sign an agreement for your firm)
and Project Manager (person responsible for day‐to‐day management of the project).
B. Certification of Proposals
Provide a completed Certification of Proposal form (Attachment A).
C. Table of Contents
Include a Table of Contents for the submitted material by section and page number.
D. Company Information
Provide information about the firm/company, including such items as organization and
ownership structure, history, experience and credentials to demonstrate the ability of the
firm to perform the requested services.
E. Project Team
Provide the name, title, experience, qualifications and discipline of the personnel who will
be assigned to the project, including any sub‐consultants. Provide the resumes of the
Management Contact and the Project Manager (person responsible for day‐to‐day work on
the project) and any other key team members from various disciplines, including any sub‐
consultants.
Crown Valley Park Community Building 7 RFP For Construction Management Services
F. Examples of Work
Provide pictures, drawings, descriptions and examples of Community Buildings and similar
public/private buildings or projects that the Company and Construction Management Team
Members have successfully completed, with preference to those projects that have been
completed within the past 5 years.
G. References
Provide a list of at least five (5) references who may be contacted to discuss their
experience working with the Project construction management Team on similar public
sector projects. Please provide contact information including Organization, Name, Title,
Address, Phone, Email, Project Name, and Date of Completion.
H. Scope of Work
The CM is required to perform the work specified herein. In submitting a proposal, the
Proposer represents that it is qualified and capable of providing all the requirements of this
RFP. Also, the Proposer is invited to provide a substitute Scope of Work that is consistent
with the requirements outlined below and appropriate for a project of this caliber. The
Proposer shall state features, skills and/or services which distinguish the firm that make it
the best choice for the City. Additional information or tasks which, in the Proposer’s
opinion, should be included must be clearly identified. The CM is required to provide
services specified in the RFP, its proposal, and the executed contracts.
The following is a brief overview of the services the CM will be required to perform:
1.0 Pre‐Construction Phase
1.1 Construction Management Plan. In consultation with the City and Architect,
prepare a Construction Management Plan for the Project, which establishes
the general basis, rationale and recommended strategy for purchasing,
preparation of and bidding the various bid trade packages under the CM
Multi‐Prime project delivery method, construction sequencing, and
adherence to the Master Project Schedule and Project Budget.
1.2 Master Project Schedule. In consultation with the City and Architect,
develop a Master Project Schedule for the Project, which contains tasks and
Crown Valley Park Community Building 8 RFP For Construction Management Services
milestones to be accomplished by the participants, including milestone
completion dates for the Architect's and any consultant's design activities.
1.3 Project Budget. In consultation with the City and Architect, develop a Project
Budget that includes the anticipated total of all costs related to the Project,
including design, consultant services, regulatory requirements and permits,
construction, FF&E, relocations, and contingencies. The Project Budget shall
also identify the potential for shortfalls or surpluses in the budget,
recommendations for cost reductions, value engineering, or revisions to the
City's Project requirements, and cash flow projections.
1.4 Construction Management Coordination and Value Engineering Review.
Perform a constructability review and provide input relative to means and
methods of construction, duration of construction, and constructability.
1.5 Coordination/Value Engineering Review. Continuously review the Architect's
contract document submissions and provide written comments on
adherence to the City's program requirements, schedule, budget,
constructability, value engineering recommendations, life cycle cost
analyses, and the coordination of the various disciplines, including civil,
grading, demolition, structural, architectural, mechanical, electrical, HVAC,
plumbing, interior finishes, FF&E, and landscape. Continuous reviews shall
be as determined by the City, the Architect and the CM. Formal submittals
shall be reviewed according to the following schedule:
• 50% Design Development
• 100% Design Development
• 90% Construction Documents
1.6 Design Review and Comments. Provide coordination between the Architect
and the City on the proper flow of information for the Project and develop
written procedures for orderly communication to all Project consultants.
1.7 Cost Adjustment Sessions. Prepare detailed estimates of Construction Cost
at the intervals described in Section 1.5 above. Advise the City and Architect
if it appears that the Construction Cost may exceed the budgeted amount as
set forth in the Project Budget and make recommendations for corrective
action to bring the Construction Costs within the City Budget.
Crown Valley Park Community Building 9 RFP For Construction Management Services
1.8 Assignment of Responsibility. Provide recommendations and information to
the City regarding the assignment of responsibilities for safety precautions
and programs; temporary Project facilities; and equipment, materials and
services for common use of contractors. Verify that the requirements and
assignment of responsibilities are included in the proposed multi‐prime
contract documents.
1.9 Separate Contracts (Multi‐Prime Contracting). Advise on the separation of
the Project into separate contracts for various categories of work
(Contracts), and on the method to be used for selecting contractors and
awarding individual bids. Inspect, review, revise and assure proper delivery,
assembly of the Project plans, manuals and specifications, and manage and
coordinate the development of construction documents with the Architect.
1.10 Monthly Reports. Provide a detailed cash flow tracking system for the
Project to be approved and accepted by the City. Update the cash flow
spread sheet monthly or as otherwise required.
1.11 Professional Consultants. Assist the City, if required, in selecting and
retaining the professional services of surveyors, special consultants and
testing laboratories, roofing/waterproofing and other consultants as deemed
necessary, and coordinate their services.
2.0 Plan Check & Bidding Phase
2.1 Bidding Procedures. Develop and expedite bidding procedures for bid
document issuance, bid tracking and receipt of bids with regard to all of the
Contracts. Establish the necessary procedures to administer any pre‐
qualification of potential contractors as directed by the City and ensure that
all Contracts are competitively bid when required by law.
2.2 Pre‐Qualification of Bidders. Make suggestions as to what trades should be
considered through a formal pre‐qualification process. The City shall review
and determine which trades are acceptable and desired. Once the approved
trades are determined, then the CM shall proceed with the conduct of the
pre‐qualification process.
Crown Valley Park Community Building 10 RFP For Construction Management Services
2.3 Public Relations Activities. Assist the City in public relations including, but
not limited to, preparation of Project information and attending internal and
public meetings as required, including site meetings. The CM shall be the
point of contact for the community during all phases of construction in
regards to any complaints, questions, safety issues, noise problems, dust
problems, and similar matters.
2.4 Generate Bidder Interest. Develop bidder's interest in the Project and
maintain contact with potential bidders for the Contracts on a regular basis
throughout the bid period. A telephone/email campaign shall be conducted
by the CM to stimulate and maintain interest in bidding on the Project.
2.5 Bid Advertisements. Prepare and place notices and advertisements to solicit
bids for each of the Contracts as required by law in cooperation with the
City.
2.6 Prepare and Expedite Bid Documents Delivery. Coordinate and expedite the
preparation, assembly and delivery of bid documents and any addenda for
each of the Contracts to the bidders.
2.7 Pre‐Bid Conference(s). In conjunction with the Architect and City, conduct
the pre‐bid conference(s). These conferences shall be a forum to present the
City's Project requirements to the bidders, including prequalification
requirements, and familiarize bidders with the Project, bid documents,
management techniques and with any special systems, materials or
methods.
2.8 Coordination and Inquiries. Coordinate communications related to bidder
inquiries and seek resolution from the appropriate party and provide timely
forwarding of such information to the bidders and City.
2.9 Addenda Review. Administer the addenda process and provide a review of
each addendum during the bid phase for time, cost, and constructability
impact, and make appropriate comments and recommendations.
2.10 Bid Review, Evaluation and Recommendations. In cooperation with the
Architect, the CM shall assist the City in pre‐qualification process, the bid
openings, and evaluation of the bids for completeness, full responsiveness
Crown Valley Park Community Building 11 RFP For Construction Management Services
and price, including alternate prices and unit prices (as applicable). Make a
formal report to the City regarding the potential award of the Contracts,
receive the bids, review the bids and prepare a bid evaluation and
recommendations for the selection of bidders. Assemble and organize the
Multi‐prime Contracts as required to perform the work by the plans and
specifications for the Project. All construction work for the Project shall be
competitively bid when required by law and awarded in no more than 90
days in accordance with normal requirements for general contractors. If the
Project is funded with any State or Federal funds, CM shall comply with all
applicable requirements.
2.11 Rebidding. In the event the bids for a trade or item of work exceed the
Project Budget for that trade and the City authorizes re‐bidding of that trade,
cooperate in revising the scope and the quality of work as required to reduce
the construction costs for the Project.
2.12 Purchase, Delivery and Storage of Materials and Equipment. Investigate and
recommend a schedule for the City's purchase of materials and equipment
which are a part of the Project and require long lead time procurement, and
coordinate the schedule with the early preparation of portions of the
contract documents. Expedite and coordinate delivery of all purchases.
If applicable, arrange for delivery and storage, protection and security for
City‐purchased materials, systems and equipment which are part of the
Project, until such items are incorporated into the Project. Coordinate with
or assign these activities to the appropriate contractor who is responsible for
the installation of such materials, systems, and equipment.
2.13 Analysis of Labor. Provide an analysis of the types and quantities of labor
required for the Project and review the availability of appropriate categories
of labor required for critical phases. Make recommendations to minimize
adverse effects of labor shortages.
2.14 Notices of Award and Notices to Proceed. Issue Notices of Award and
Notices to Proceed on behalf of the City.
Crown Valley Park Community Building 12 RFP For Construction Management Services
3.0 Construction Phase
3.1 Pre‐Construction Conference(s). Conduct, in conjunction with the City and
Architect, pre‐construction orientation conference(s) for the benefit of the
successful contractors and orient the contractors to the various reporting
procedures and site rules prior to the commencement of actual construction.
3.2 Contract Administration. In cooperation with the Architect, administer the
construction Contracts. Coordinate the preparation of construction staging
areas on‐site for the Project and coordinate the preparation of the site for
construction, including, but not limited to, coordinating fencing, barricades
or other items reasonably necessary for efficient construction. Coordinate
the mobilization of all contractors and shall coordinate construction
sequencing. In addition, provide management and related services as
required to coordinate work of the contractors with each other and the
activities and responsibilities of the Architect and City to complete the
Project in accordance with the contract documents.
3.3 Superintendent. Maintain a competent full‐time superintendent at the
Project site for the purpose of coordinating and providing general direction
for the work and progress of the contractors.
3.4 Submittal Procedures. Establish and implement procedures with the City and
Architect to coordinate and review shop drawing submittals, requests for
information, samples, product data, change orders, payment requests,
material delivery dates and other procedures. Maintain logs, files and other
necessary documentation. Establish a procedure for and collect certified
payroll from the Contractors for the Project.
3.5 Meetings. Coordinate and conduct pre‐construction, construction and
weekly job‐site progress meetings with the Contractors, Architect and City.
Record, transcribe and distribute meeting minutes to all attendees, the City,
and all other appropriate parties. Assist in the resolution of any technical
construction issues.
3.6 Quality Assurance/Quality Control (QA/QC). Establish and implement a
QA/QC management plan for the Project which includes steps to observe,
verify and document the specified level of construction quality.
Crown Valley Park Community Building 13 RFP For Construction Management Services
3.7 Coordination of Technical Inspection and Testing. Coordinate all testing
required by the Contract Documents, Architect or other third parties. If
requested, assist the City in selecting any special consultants or testing
laboratories.
3.8 Construction Observation. Ensure the construction conforms to the
approved plans and specifications. Observe that the materials and
equipment being incorporated into the work are handled, stored and
installed properly and adequately and are in compliance with the contract
documents for the Project. Guard against defects and deficiencies and
advise the City of any deviations, defects or deficiencies observed in the
work.
3.9 Non‐Conforming Work. Review contractor's recommendations for corrective
action on observed non‐conforming work. Make recommendations to the
City and Architect in instances where the CM observes work that is defective
or not in conformance with the contract documents. Observe the
contractor's work to verify that all authorized changes are properly
incorporated in the Project.
3.10 Exercise of Contract Prerogatives. Advise the City and make
recommendations for exercising the City's Contract prerogatives, such as
giving the contractor notice to accelerate the progress when the schedule
goals are in jeopardy due to contractor failings, withholding payment for
cause and other prerogatives when required in an effort to achieve Contract
compliance.
3.11 Implementation of Master Project Schedule. Establish, implement and
update the Master Project Schedule which sets out the timeline and
milestones for the Project. Incorporate the activities of contractors such as
sequences and durations, allocation of labor and materials, processing of
shop drawings, product data and samples, delivery of products requiring long
lead time procurement, and other items to ensure compliance with the City's
occupancy requirements.
3.12 Safety Programs. Manage and monitor the overall safety program of the
Project. In the instance where a Contractor does not take immediate
Crown Valley Park Community Building 14 RFP For Construction Management Services
measures to correct observed safety deficiencies, the CM will then
immediately notify the City and make recommendations on an appropriate
course of action. To the extent required by OSHA or any other public agency,
obtain each Contractor(s)' safety programs and monitor their
implementation along with any necessary safety meetings. Ensure that such
safety program is submitted to the City. To the extent required by OSHA or
any other public agency, CM shall provide its own safety program.
3.13 Endorsements of Insurance; Performance and Payment Bonds. Prior to
contractors commencing any work on the project, the CM shall obtain from the
contractors and review for compliance with the contract documents the
required insurance policy endorsements, including additional insured
endorsements, the certificates of liability insurance and the faithful
performance and payment bonds and after review and correction of any
deficiencies in these documents forward them to the City and the architect.
Further, the CM shall insure that contractors maintain in effect the required
insurance and bonds during their work on the project and shall review any
subsequent renewals or changes in insurance or bonds.
3.14 Changes in Construction Cost. Revise and refine the approved estimate of
Construction Cost, incorporate approved changes as they occur, and develop
cash flow reports and forecasts as needed.
3.15 Monitor Estimates of Construction Cost. Provide regular monitoring of the
approved estimate of Construction Cost, showing actual costs for activities in
progress and estimates for uncompleted tasks. Identify variances between
actual and budgeted or estimated costs and advise the City and Architect
whenever the Project's costs appear to be exceeding budgets or estimates.
3.16 Construction Progress Review. Keep a daily log containing a record of
weather, the contractors working on the site, number of workers, work
accomplished, problems encountered, and other relevant data or such
additional data as the City may require.
Prepare and distribute the construction schedule updates to the Master
Project Schedule on a monthly basis. Activities shall be assigned percentage‐
Crown Valley Park Community Building 15 RFP For Construction Management Services
complete values. The report shall reflect actual progress as compared to
scheduled progress and note any variances.
The CM shall identify problems encountered in accomplishing the work and
recommend appropriate action to the City to resolve these problems with a
minimum effect on the timely completion of the Project. If requested by the
City, the CM shall assist the contractor(s) in preparing a recovery schedule.
The recovery schedule shall reflect the corrective action costs (if any) and
efforts to be undertaken by the contractor(s) to recapture lost time. This
recovery schedule shall be distributed to the contractor(s), the City, Architect
and other appropriate parties. The report shall be delivered to the City upon
completion of the Project.
3.17 Maintain On‐Site Records. Develop and implement a comprehensive
document management program. Maintain at the Project site, on a current
basis: a record copy of all Contracts, drawings, specifications, addenda,
change orders and other modifications, in good order and marked to record
all changes made during construction; shop drawings; product data; samples;
submittals; purchases; materials; equipment; applicable handbooks; Titles 21
and 24 of the California Code of Regulations; the California Building Code;
maintenance and operating manuals and instructions; other related
documents and revisions which arise out of the Contracts. Maintain records
in duplicate of principal building layout lines, elevations for the bottom of
footings, floor levels and key site elevations. At the completion of the
Project, Deliver all such records to the Architect so the Architect may review
the record as‐built drawings, after which the as‐built drawings shall be
delivered to the City.
3.18 Schedule of Values and Processing of Payments. Review and recommend
each Contractor's schedule of values for each of the activities included in
that contractor's schedule of events. Review with the Architect and make
recommendations to the City pertaining to payments to the contractors.
3.19 Evaluate Change Order Proposal Costs. Evaluate contractors' costs for
proposed change orders and make a recommendation to the City regarding
the acceptance of any proposals for a change order. Assist the City and the
Architect in negotiating any change order costs and time extensions.
Crown Valley Park Community Building 16 RFP For Construction Management Services
3.20 Change Order Reports. Ensure that all changes to any of the Contracts
between the City and a contractor shall be by change order executed by the
City. Prepare and distribute change order reports on a monthly basis.
Identify their effect on the Contract price and Master Project Schedule.
3.21 Contractor Claims. Review with City and Architect all notices of claims and
claims submitted by contractors against the City for any alleged cause.
Perform an evaluation of the contents of such claim and make
recommendations to the City before the time period established by law for
City response to such claims has lapsed. If requested by the City, prepare
estimates and alternate estimates based on varying scenarios of the claim
cause. These estimates shall be transferred to the City and shall be used in
claim rulings and negotiations. If requested by the City, negotiate claims
with the contractor(s) on behalf of the City.
3.22 Project Status Reports. Prepare and distribute monthly a Project Status
Report that shall include a report and update of all key items required to
adequately manage the Project.
3.23 Equipment Instruction Manuals, Warranties and Releases. Obtain all written
material such as operations and maintenance manuals, warranties, affidavits,
releases, bonds, waivers and guarantees for all equipment installed in the
Project. All such materials, including equipment instruction material, keys,
and documents shall be reviewed and delivered to appropriate City
personnel.
3.24 Completion of Contracts and Project. Notify and assist Architect in preparing
a list of incomplete or unsatisfactory items ("Punch‐list"), and prepare a
schedule for their completion. Assist the Architect in determining when the
Project or a designated portion thereof is complete. Prepare a summary of
the status of the work of each contractor, listing changes in the previously
issued Punch‐list and recommending the times within which contractors shall
complete the uncompleted items on the Punch‐list.
3.25 As‐Built Documents. Coordinate and expedite functions in connection with
the contractor's obligation to provide "as‐built" documents and make
recommendations for adequate withholding of retention in the event that a
contractor fails to provide acceptable "as‐built" documents.
Crown Valley Park Community Building 17 RFP For Construction Management Services
3.26 Training Sessions. Coordinate and schedule training sessions, if necessary,
for the City's personnel and require that the contractor's obligation in
providing this training is fulfilled.
3.27 Accounting Records. Establish and administer an appropriate Project
accounting system in conjunction with the City and maintain cost accounting
records on authorized work performed under unit costs, additional work
performed on the basis of actual costs of labor and materials, or other work
requiring accounting records.
3.28 Permits. Assist the City in obtaining all necessary permits for the Project,
including without limitation, building, grading, and occupancy permits.
3.29 Initial Start‐up and Testing. With the Architect and the City's maintenance
personnel, observe the contractors' proper installation of utilities,
operational systems and equipment for readiness and assist in their initial
start‐up and testing for the Project. Coordinate and assist City in the move‐in
for the Project.
3.30 Storm Water Pollution Plan. Review and recommend to the City which
Contractors should prepare and implement Storm Water Pollution Plans,
include such requirements in the appropriate bid packages, coordinate the
required work and monitor that the work is implemented in the field.
Achieve satisfactory performance from the Contractor(s) responsible for the
installation and maintenance of this requirement. Recommend a course of
action to the City when requirements of a contractor are not being fulfilled
or promptly corrected.
4.0 Project Close‐Out and Post construction Services
4.1 Relocation. A ssist the City to coordinate the arrival and installation of
City furnished materials and fixtures, furnishings and equipment
("FF&E"). Coordinate schedules for City user relocations and
occupancy.
4.2 User Training. The CM shall schedule and document all City training
sessions, and arrange for supplementary information where needed,
Crown Valley Park Community Building 18 RFP For Construction Management Services
and arrange for manufacturers to provide training for maintenance and
operations personnel.
4.3 Punch Lists. In conjunction with Architect and City, develop, schedule and
verify completion of any outstanding punch list of incomplete or non‐
conforming work.
4.4 Project As‐Builts, Close Out, and Warranties. Review contractual
requirements for as‐builts, close out documentation and warranties, and
obtain and compile all required documentation for delivery to the City.
4.5 Final Claims Releases. Obtain final claim releases, including release of any
stop notices, from the Contractors as required by the contracts and State
law.
4.6 Final Project Report and Payment. Prepare the final payment
documentation for prime contractors, and provide a final report to the
City that includes:
(a) A financial summary of all construction contracting, change orders,
construction manager, consultant services, FF&E, and other costs
associated with the Project.
(b) A construction summary with final schedule review and update.
(c) A final acceptance summary with signed receipts from City staff of all
close out document submittals.
(d) A final acceptance of receipt of all FF&E.
4.8 User Complaints. Assist with response to initial post‐occupancy
complaints about missing or malfunctioning building components and
equipment, and contractor/vendor warranty items.
4.9 Year‐End Walk Through. Conduct a year‐end walk through immediately
prior to the expiration of the warranty period and ensure completion of
noted items at no additional cost to the City.
Crown Valley Park Community Building 19 RFP For Construction Management Services
I. Exclusions
Identify any services that are specifically excluded from the scope of work that will likely be
needed to complete a project of the desired scope and magnitude.
J. Project Schedule
Provide a preliminary project schedule identifying major milestones based on Scope of
Work above and the City’s Project schedule as currently outlined in the Building Program
and Space Analysis.
K. Cost of Services
Provide a detailed not‐to‐exceed cost proposal to accomplish the services requested.
Identify the hourly allocation of resources by discipline and by each of the major four tasks
identified in the Scope of Work above.
GENERAL REQUIREMENTS A. Personnel
The Letter of Introduction and Statement of Interest shall identify the Construction
Management Contact (representative authorized to sign an agreement for your firm) and
Project Manager (person responsible for day‐to‐day management of project). The successful
proposer may change the Management Contact, Project Manager, and other supporting
staff and specialists with prior written permission of the City.
B. Right to Request Additional Information
During the evaluation process, the City reserves the right, where it may serve the City’s best
interest, to request additional information or clarifications from proposers. The City
reserves the right to waive any irregularity, informality or error in any proposal or in the RFP
process or to reject any proposal which does not comply with this RFP. At the discretion of
the City, firms submitting proposals may be requested to make oral presentations as part of
the evaluation process.
Crown Valley Park Community Building 20 RFP For Construction Management Services
C. Right to Reject Proposals
The City reserves the right to reject any or all proposals.
D. Proposal Interpretations and Addenda
Any change to or interpretation of the RFP by the City will be posted on the City’s website
and any such changes or interpretations shall become a part of the RFP for incorporation
into any agreement awarded pursuant to the RFP.
E. The successful proposer will be required to enter into a Professional Services Agreement.
The City reserves the right to enter into negotiations with the successful proposer to
consider requested exceptions or changes to the RFP.
F. Pre‐Contract Costs
The City shall not be responsible or liable for any pre‐contract costs incurred by the firm
responding to this RFP and/or participating in the selection process.
G. Public Record
All proposals submitted in response to this RFP will become the property of the City upon
submittal and a matter of public record pursuant to applicable law.
H. Additional Services
The Scope of Work describes the minimum work to be accomplished. Upon final selection
of the firm, the Scope of Work may be modified and refined during negotiations with the
City.
Crown Valley Park Community Building 1 RFP For Construction Management Services Attachment A – Certification of Proposal
ATTACHMENT A – CERTIFICATION OF PROPOSAL 1. The undersigned hereby submits its proposal and, by doing so, agrees to furnish services to
the City in accordance with the Request for Proposal (RFP), as may be revised or amended, and to be bound by the terms and conditions of the RFP.
2. This firm has carefully reviewed its proposal and understands and agrees that the City is not
responsible for any errors or omissions on the part of the proposer and that the proposer is responsible for them.
3. It is understood and agreed that the City reserves the right to waive any irregularity, informality
or error in any proposal or in the RFP process or to reject any proposal which does not comply with this RFP.
4. The proposal includes all of the commentary, figures and data required by the RFP, as it may
be revised or amended. 5. The City shall not be responsible or liable for any pre‐contract costs incurred by the firm
responding to this RFP and/or participating in the selection process. 6. It is understood and agreed that this firm, if selected, shall not be a bidder, or perform work
for any bidder, on any construction contract related to this project. 7. This firm has carefully read and fully understands all of the items contained in this RFP. This
firm agrees to all of the requirements except for those disclosed by the firm in project proposal, listed on an attachment.
8. The proposal shall be valid for 180 days from _______________________. (date of submittal to City)
Name of Firm: ____________________________________ By: _____________________________________________ (Authorized Signature) Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________