Loading...
Item 7.1 - Approval of Construction Management Contract with Douglas E. Barnhart - /)~~ Y-IS--~ / \ {( AGENDA REPORT CITY OF POW A Y ADDITIONAL MATERIAL . . TO: Honorable Mayor and Members of the City Council Honorable Chairman and Hemb~the Redevelopment Agency FROM: James L. Bowersox, City Mana INITIATED BY: John D. Fitch, Assistant City Manage~l1r ~ Mark S. Weston, Director of Engineerin Service DATE: August 15, 1995 SUBJECT: Approval of Construction Management Contract with Douglas E. Barnhart for the City Library and Site Development Improvements and Presentation of the Selection Process BACKGROUND On August 9, 1995, Mr. Don Mc Kelvey transmitted a letter to Councilmember Cafagna requesting answers to particular questions regarding the construction management contract for the library (Attachment I). This report answers the questions asked in Mr. Mc Kelvey's letter and provides additional information regarding the relationship between the City, architects, the construction manager, and the contractors. - Utilizing a construction manager in no way circumvents the public bidding requirements for public contracts. Each construction contract will be bid under the state public contracting codes and awarded by the City Council. Each contract will be advertised and bids open in a public setting. All construction contracts related to the library will be competitively bid and awarded on a price bid basis. The construction manager contract is a consulting contract for professional services. By state law it is not awarded on a price bid basis. Staff will consider during the design of the library the concept of advertising and bidding multiple prime contracts rather than a single general contract. The advantage of multiple prime contracts is that the City will avoid the profit and overhead costs of the general contractor. The construction manager will manage each of the prime contractors after they have been publicly bid and awarded by the Council. In addition, the construction manager will assist the City in evaluating the construction cost throughout the design process. ~ ../. ~ ACTION, ~ II /~ 1 of 8 AUG 1 5 1995 ITEM '41 q "-_. ----_.._---- Additional Material Construction M_gernent Contrect with Douglas E. Bernhart August 15, 1995 'Ige 2 The proposed method of developing the plans and specifications is consistent with all previous capital improvement projects. The method of contracting maintains the integrity and the City's control over the plans and specifications. Regarding the specific questions to the attached letter from Mr. Mc Kelvey, we offer the following comments: 1. Question: What are the estimated hours for this task? Answer: Attachment 2 lists the estimated manhour allocations for the construction manager. Barnhart's hours are significantly higher than the other two proposers because Barnhart's proposal includes the approach of using multiple prime contractors rather than a single general contractor. 2. Question: What staffing is envisioned and what levels of proficiency will be required? Answer: The City envisions approximately two man years worth of effort by the construction manager for the design and construction review services. In addition, staff expects the construction manager to have a minimum of 10 years experience in the construction management field. The individuals proposed by Barnhart meet the experience expectations and have built projects with a higher degree of complexity. 3. Question: Will the contract have a "no switch" clause for personnel assigned to the contract? Answer: A "no switch" clause is an unrealistic requirement for consulting contracts in that the owner of a company cannot require an employee to stay employed within their company. The contract does have a 30-day termination clause (Page 6 of the contract) in which the City may terminate the contract without cause. From our experience in administering other consultant contracts, if we are unhappy with people assigned to our project, the consultant has readily made changes in personnel to meet our expectations. 4. Question: In some cases the architect is required to provide quality inspection services. This is in addition to the state and city construction inspection activities. Why was this included in this effort? AUG 15 1995 ITEM 7.1 1 2 of 8 .. Additional Material Construction Management Contract with Douglas E. Bernhart August 15, 1995 Pege 3 . . Answer: The trend in managing large capital improvement projects is to have an independent third party provide construction management, quality control, and inspection services during the construction process. The architect will provide services during the construction activities which include submittal review, response to requests for information, and clarification of design intent. A third party construction manager provides an unbiased review of the construction activities which helps in conflict resolution during construction. The construction management contract for the library will provide all specialty inspection required for the project. 5. Question: If the construction manager is in charge of the quality inspection then his inspectors should be certified by the International Conference of Building Officials (ICBO) by discipline, and not universally certified. Answer: The City will insure that inspectors used on the project site will be appropriately certified for the activities in which they inspect as was the case with the Performing Arts Center. 6. Question: Who was the lowest bidder and what is the difference in the bids? Answer: This contract is not awarded on a price bid basis. The consultants submitted proposals with significant differences in the level of service expected for the project. A comparison of cost proposals is included in the staff report. 7. Question: If the CM writes the specifications or adapts some of the industry standards, then if changes to original specifications are allowed and these changes are handled by the CM, a dilution of the owners' (City of Poway) requirements could occur by accident. Answer: The architect will provide the specifications for the project. The architect and the CM will review the general and special provisions of the contract to assure that the City of Poway is protected during the construction phases. City staff will review the specifications and the Director of Engineering Services will sign the specifications. Any material change to the specifications will require a change order signed by the Director of Engineering Services and the City Manager. lUG 1 5 1995 ITEM 7.1 I 3 of 8 AdcHtional Material Construction Management Contract with DC)USJlas E. Barnhart August 15, 1995 Page 4 . 8. Question: I noticed that the CM was responsible for initiating and maintenance of the records. I am going to assume that all records, as-builts, inspection sign-offs, etc. will be in this area. Copies, storage, and disaster storage requirements need to be addressed. Answer: Records management and storage is critical to any construction project. The CM will prepare a procedures manual for the management of construction records prior to the initiation of construction. Douglas E. Barnhart has demonstrated they maintain a close control over records management. The City will obtain duplicates of all inspection reports, weekly reports, and monthly reports as well as all financial records for each construction contract. Records management is critical to this project and we are very comfortable with Douglas E. Barnhart's ability to perform at a high standard in this area. 9. Question: If one assumes that the CM will provide direction to the subcontractors, then do we need to establish "Bond" requirement and construction insurance not only for the CM's personnel as indicated, but also for the actions in case of a law suit? Answer: The construction contracting for this project will be the same as for all of our City contracts. A contract will be awarded by the City Council which will include standard bonding and insurance requirements. The City's contracts require that the contractor and the consultants on this project indemnify both the City and the Redevelopment Agency. The CM will not be directing ,subcontractors. The CM will be directing prime contractors. This relationship is no different from other capital improvement projects in which we have hired consultant construction inspectors or construction managers. The City will be protected through these contracts as we are protected on all capital improvement projects. 10. Question: I would like to see a member of the library committee allowed to perform serious and correctional oversight on the CM activities in conjunction with the Poway Engineering Services function. Answer: No response - Statement by Mr. Mc Kelvey 4 of 8 '~UG 15 1995 ITEM 7.1 fo1 - ,- Additional MateriaL Construction Management Contract with Douglas E. Barnhart August 15, 1995 P8ge 5 . 11. Question: What were the per hour rates and what level do they correspond to. How did these rates compare with other bids? Answer: Hourly rate information is provided in the staff report. FINDINGS This report provides answers to Mr. Don Mc Kelvey's inquiries regarding the construction management contract for the library. ENVIRONMENTAL REVIEW This contract is not subject to environmental review. FISCAL IMPACT This report has no fiscal impact. ADDITIONAL PUBLIC NOTIFICATION AND CORRESPONDENCE Don Mc Kelvey, Douglas E. Barnhart RECOMMENDATION It is recommended that the City Council/Redevelopment Agency receive and file th is report. JLB:JDF:MSW:mh AUG 1 5 1995 ITEM 7.1 d 5 of 8 - ---.------..----- Ct'fu.eV z:c a..L& ~ 9 August 1995 ReceIver Councilman Cafagna poway City Hall AUG 1 0 1995 13325 civic Center Drive. Poway, CA 92064 CITYOFPOWAY CITY MANAGERS OFFICE Attn: Mr. Cafagna Dear Mr. Cafagna Thank you very much for questioning the approval of the Barnhart contract. My concern is with the possible perceived mismanagement of the resources available to us, all 401,230 of them. I realize that by doing the Construction Management (CM) contract as a "consulting contract" all public view is obscured and no reporting requirements exist to the public, not to mention the fact that the "lowest bidder" rules do not apply in this situation. Also the state requirements for issuing contracts, bidding specifications etc, are null and void. I would like the council to address the following questions: 1- What are the estimated hours for this task. 2. What staffing is envisioned and what levels of proficiency will be required. 3. will the contract have a "NO Switch" clause for personnel assigned to the contract. 4. In some cases the architect is required to provide Quality/Inspection services. This is in addition to the state and city construction inspection activities. Why was this included in this effort. 5. If the construction manager is in charge of the Quality Inspection than his inspectors should be certified by the International Conference of Building Officials (ICBO) by discipline, and not universally certified. 6. Who was the lowest bidder and what is the difference in the bids. 7. If the CM writes the specifications or adapts some of the industry standards, then IF changes to original specifications are allowed and these changes are handled by the CM, a dilution of the owners (City of poway) requirements could occur by accident. I I ATTACHMENT +1 lUG 1 5 1995 ITEM 7..1 6 of 8 - - 8. I noticed that the CM was responsible for initiating and maintenance of the records. I am going to assume that all records, as-builts, inspection sign-offs etc will be in this area. Copies, storage, and disaster storage requirements need to addressed. 9. If one assumes that the eM will provide direction to subcontractors than do we need to establish "Bond" requirement and construction insurance not only for the CM's personnel as indicated, but also for the actions in case of a law suit. 10. I would like to see a member(s) of the Library Committee allowed to perform serious and correctional oversight on the CM activities in conjunction with the poway Engineering Services function. 11. What were the per hour rates and what level do they correspond too. How did these rates compare to the other bids. Since I only had a short time to look at the document in the Town Meeting and what was available was not very informative. I also ask that you obtain a more professional opinion than mine in the interests of the City. ;Q:r.Ji;~;f'eI#cr- Don McKelvey 13857 York Ave 1p,p,( CA f"Zpi-f cc: Council Woman, Rexford 7 of 8 lUG 15 1995 ITEM 7.1 I , u__________ I LIBRARY CONSTRUCTION MANAGER TIME COMPARISON . CONSULTANT PRINCIPAL CM/PM SUPPORT TOTAL NOTES Barnhart see note 4134 2080 6214 (1 ) Highland 590 1480 1752 3822 (2) Snyder-Langston 16 2100 46 2162 (3) NOTES: (1 ) Principal hours included in overhead, multiple prime contractors. (2) Assume the sheriff's substation included; doesn't include channel improvements, general contractor. (3) Includes the sheriff's substation; however, support hours seem low. No channel improvements, general contractor. A TT ACHMENT #2 lUG 1 5 1995 ITEM 7.1 8 of 8 I AGENDA ~~RT SUMMARY - TO: Honorable Mayor and Members of the City Council Honorable Chairman and Members of the - Redevelopment Agency FROM: James L. Bowersox, City Manager/Execu~ Director . ,'I INITIATED BY: John D. Fitch, Assistant City Manage~)1' Mark S. Weston, Director of Engineerin service~ DATE: August 15, 1995 SUBJECT: Approval of Construction Management Contract with Douglas E. Barnhart for the City Library and Site Development Improvements and Presentation of the Selection Process ABSTRACT For major projects the City has engaged construction management consultants to assist in the coordination of construction activities completed through the City's Capital Improvement Program. The construction of the City library will include channel improvements for Rattlesnake Creek, major site improvements for the City owned property, and construction of the City library. Staff believes the City would be well served by supplementing the City staff with a construction management consultant. Further, engaging a construction management consultant during the design will provide the added benefit of allowing the - construction manager to review design alternatives and provide input regarding cost and ;onstructability. Also, this staff report will detail the consultants selection process which is typical for soliciting consultants used by the City of Poway. Staff recommends Douglas E. Barnhart perform the construction management activities for the library and site development. ENVIRONMENTAL REVIEW This contract is not subject to environmental review. FISCAL IMPACT Cost of the CM contract will range from $308,108 to $401,230 which is budgeted in the Library and Site Development project. ADDITIONAL PUBLIC NOTIFICATION AND CORRESPONDENCE Douglas E. Barnhart RECOMMENDATION It is recommended that the City Council/Redevelopment Agency approve the contract (Attachment I) with Douglas E. Barnhart for the construction management of the library and site development improvements. \CTl ON 1 of 38 AUG 1 5 1995 U-.M 7.1 ... __.........__-..._._._n_._ --..-----------------------------..- ..!! AGENDA REPOR'... CITY OF POW A Y TO: Honorable Mayor and Members of the City Council Honorable Chairman and Members of the Redevelopment Agency FROM: James L. Bowersox, City Manager/Executive Dir~ INITIATED BY: John D. Fitch, Assistant City Managerct-)\ ~ Mark S. Weston, Director of Engineering SerYice~ DATE: August 15, 1995 SUBJECT: Approval of Construction Management Contract with Douglas E. Barnhart for the City Library and Site Development Improvements and Presentation of the Selection Process BACKGROUND On August 8, 1995, staff presented a report which recommended approval of the construction management contract with Douglas E. Barnhart (Attachment I) for the City Library and Site Development Improvements. Councilmember Cafagna requested a continuance to review the staff report and contract. Councilmember Rexford requested that City staff present more information regarding the selection process. The staff report will detail the consultant selection process which is typical for soliciting a variety of consultants used by the City of Poway. Staff developed a Request for Proposal (Attachment 2) for construction management services for the construction over-site of the library and sheriff's substation on April 6, 1995. At that time, staff had anticipated that the City library and the sheriff's substation would be constructed on one site, thereby the Request for Proposal anticipated the Construction Manager would oversee both construction activities. Staff understands that the final decision has not yet been made regarding the site of the sheriff's substation and subsequently has removed the sheriff's substation construction management activities from the construction management'contract. The selection process was not affected with the removal of the sheriff's substation from the project. In addition, the site development and channel improvements were added to the construction management contract as a result of Council action directing staff to construct the reinforced concrete box with the development of the library. ACTION: - . 2 of 38 \ - - Agenda Report - COnatMICtion ~t Contrect with DOUIla. E. '.mhart for Library August 15, 1995 Page 2 . Staff developed the Request for Proposal by reviewing construction management service contracts issued by the City of San Diego Clean Water Program, Chula Vista City Library, and the Poway Water Treatment Plant contract. The content of the Request for Proposal details the expected design review services and the construction management services during the design, bidding, construction, and closeout phases of the project. The attached RFP identifies the types of services anticipated by the City and the Redevelopment Agency and requested specific information to be submitted by each proposer. Construction management services is considered under state law as a professional services contract and therefore is awarded on the qualifications of the proposers. Unlike construction contracts, professional service contracts are not awarded on a price bid basis. The Construction Manager is selected on their qualifications and then negotiates a fee for the services with the contracting agency. If the fees are not acceptable to the contracting agency, the contracting agency may then break off negotiations and select another proposer. The City staff, through a variety of contacts in the construction management field, created a list of possible construction managers and solicited proposals from eleven consultant firms specializing in construction management. The City of Poway issued RFPs to eleven firms (Attachment 3) and received proposals from seven firms (Attachment 4). As typically done with the City's solicitation process, a selection committee of staff members was created to review the proposals. In addition, one of the City's architects for the library, Ken Baldwin, sat on the selection committee to review the proposals on an advisory basis. The selection committee was comprised of Mark Weston, Director of Engineering Services; Bob Thomas, Director of Community Services; Brad Kutzner, Senior Civil Engineer; Patrick Foley, Senior Management Analysis; and Kipp Hefner, Associate Civil Engineer. These individuals were familiar with the scope of the work and would be directly involved with various aspects of administering the construction management contract. This committee reviewed the proposals and, using a rating form (Attachment 5), rated each of the seven proposals with the goal of creating a short list for personal interviews. The committee met and rated the written proposals and created a short list which included Douglas E. Barnhart, Highland Partners, and Snyder Langston. References for these three firms were also contacted before the interview process. It was clear from the selection committee's review and selection criteria that all of these firms were well suited to provided construction management services to the City of Poway. A typical interview scoring sheet is shown on Attachment 6, which identifies the key areas on which the selection committee was evaluating the proposers. The proposals included estimates of costs for the construction management services which ranged widely based on a pre-interview understanding of the project by each proposer. Under state law, prices are not to be used as a criteria; however, we did receive hourly rate schedules for proposer which is shown in Attachment 7. Councilmember Rexford asked for the bid prices. 3 of 38 AUG 1 5 1995 n..M 7.1 .. -.--- -. Agende Report - Construction Management Contract whh Douglas E. Barnhart for Ubrary AUllust 15, 1995 Page 3 Although the proposals are not bid price proposals, the fee estimates are shown in Attachment 8. Three of the seven proposals recommend a multiple prime contract approach which increases CM costs but reduces construction costs. Following the initial interview process, Barnhart and Highland were virtually even in their rating by the staff. A second interview was held which included the interview panel, John Fitch, Assistant City Manager; Mark Weston, Director of Engineering Services; Bob Thomas, Director of Community Services. The goal of the second interview was to develop additional understandings of each company's strengths and approaches to construction management with specific information requested regarding understanding of construction problem solving and review of alternative architectural design approaches from construction point of view. Both firms have outstanding recommendations; however, it was clear during the final interview that Douglas E. Barnhart had much more depth in construction related problem solving and management issues and looked at the project from a contractor's eyes rather than from the architect's eyes. Staff felt that due to the complexity of the issues that will arise during the construction, the City and Redevelopment Agency will benefit from that perspective. The selection committee carefully reviewed the people from each firm assigned to perform the work and was impressed with the years of experience of Douglas E. Barnhart in successfully managing construction projects. In addition, Douglas E. Barnhart proposed managing the contract through multiple prime contractors, with the expectation of reducing the overall construction cost. Douglas E. Barnhart would act as the manager of multiple contracts, thus eliminating the overhead and profit typically received by a single general contractor managing multiple subcontracts. Once staff selected Douglas E. Barnhart as the most qualified construction management consultant, we began a series of negotiations to arrive at a construction management fee commensurate with the effort proposed by Douglas E. Barnhart. The anticipated construction cost of the library and channel improvements is approximately $4.4 million. Based on that construction amount, staff arrived, through negotiation, at a construction management contract amount of $308,108 utilizing general contractors on the project and $401,230 managing multiple prime contractors. The decision to pursue general contracting approach versus multiple prime contracting approach will be made during the design phases based on input from both the construction manager and the architects. These proposed fees range from 7.6% to 9.2%. Within these fees, the construction manager will be performing services during the design review phase which accounts for approximately 1% of the construction management fee, thereby reducing the construction management percentages 6.6% to 8.2% for the entire construction phase. The standard of construction management contracts in the construction industry range from 5% to 10%. 4 of 38 AUG 1 5 1995 ITEM 7.1 lit - Agenda Report . Construction ManIlgenlen't Contract with Douglas E. Bar-nhart for L ibrery August 15, 1995 Page 4 . Staff contacted other public entities regarding recent construction management contracts and have received the following information: CONSTRUCTION CONSTRUCTION PERCENTAGE OF PROJECT COST MANAGEMENT COST CONSTRUCTION Otay Water District $8.5 million $694,000 8.2% Admin BuildinQ North City Water $140 mill ion $12.5 million 8.9% Reclamation Plant Clean Water Program $182 mill ion $11.3 million 6.2% FIRP Project Clean Water Program $8.5 mill ion $600,000 7.1% Pipeline Project These projects confirm the anticipated construction management fees for the library are consistent with typical costs in the industry. Highland Partners, which was the second highest rated proposer, has been hired by the Otay Water District to perform construction management services on the Administration Building. This firm is a small firm and some of the resources and people who would have been assigned to the Poway project are likely to be committed to the Otay Water District project and would not be available. FINDINGS The City Library and Site Development Improvements is a major capital improvement project. The City would receive significant benefit by engaging a construction manager and initiating the contracting of the design of the facilities. Staff reviewed seven proposals and recommends the selection of Douglas E. Barnhart as the construction manager for the City Library and Site Development Improvements. ENVIRONMENTAL REVIEW This contract is not subject to environmental review. FISCAL IMPACT Cost of the construction management contract will range from $308,108 to $401,230 which is budgeted in the Library and Site Development project. ADDITIONAL PUBLIC NOTIFICATION AND CORRESPONDENCE Douglas E. Barnhart 5 of 38 ~UG 15 1995 ITEM 7.1 ~.. ----- Agenda Report - Construction Manegentent Contract with DOUSIlas E. Bernhart for Library August 15, 1995 Page 5 . - RECOMMENDATION It is recommended that the City Council/Redevelopment Agency approve the contract with Douglas E. Barnhart for the construction management of the Library and Site Development Improvements. JLB:JDF:MSW:mh Attachments: 1. Agenda Report of August 8, 1995 w/Contract 2. Request for Proposal 3. Firms Solicited for RFPs 4. Firms who Submitted RFPs 5. Rating Form 6. Interview Scoring Sheet 7. Hourly Rate Schedules 8. Fee Estimates 6 of 38 AGEND.A v:PORT SUMMARY - TO: Honorable Mayor and Members of the City Council Honorable Chairman and Members of the - Redevelopment Agency fROM: James L. Bowersox, City Manager/Execu~ Director '. J.h. D. 'i',h, ",i,'''' ei'y ,.....,:g11r ~ INITIATED BY: i M~k S. Weston, Director of Engineerin Services DATE: /August 8, 1995 SUBJECT: Approval of a Construction Management Contract with Douglas E. Barnhart for the City Library and Site Development Improvements ABSTRACT For major projects the City has engaged construction management consultants to assist in the coordination of construction activities completed through the City's Capital Improvement Program. The construction of the City library will include channel improvements for Rattlesnake Creek, major site improvements for the City owned property, and construction of the City library. Staff believes the City would be well served by supplementing the City staff with a construction management consultant. Further, engaging a construction management consultant during the design will provide the added benefit of allowing the construction manager to review design alternatives and provide input regarding cost and constructability. Staff recommends Douglas E. Barnhart perform the construction management activities for the library and site development. ENVIRONMENTAL REVIEW This contract is not subject to environmental review. FISCAL IMPACT Cost of the CM contract will range from $308,108 to $401,230 which is budgeted in the Library project and site development project. ADDITIONAL PUBLIC NOTIFICATION AND CORRESPONDENCE Douglas E. Barnhart RECOMMENDATION It is recommended that the City Council/Redevelopment Agency approve the contract (Attachment I) with Douglas E. Barnhart for the construction management of the library and site develooment imorovements. . Continued to August 15,1995.3-0. Councilmember Emery disqualified. Mayor ACTION Higginson absent. Y7k~ ~#~ Marie Lofton, eputy ity erk t\uu .1 i) l::l::l:l . 1..1 7 of 38 AUG 8 1995 ITEM 10 _..__..__________________...______n___..___________ · AGENDA REPOR... CITY OF POW A Y TO: Honorable Mayor and Members of the City Council .. Honorable Chairman and Members of the Redevelopment Agency FROM: James L. Bowersox, .City Manager/Executive Di~ INITIATED BY: John D. Fitch, Assistant City Manager ~\ ,; Mark S. Weston, Director of Engineerin Service~ DATE: August 8, 1995 SUBJECT: Approval of a Construction Management Contract with Douglas E. Barnhart for the City Library and Site Development Improvements BACKGROUND For major projects the City has engaged construction management consultants to assist in the coordination of construction activities completed through the City's Capital Improvement Program. The construction of the City library will include channel improvements for Rattlesnake Creek, major site improvements for the City owned property, and construction of the City library. This project is a major construction project being designed and constructed at the same time as the $8 million water plant improvements and the $40 million Scripps Poway Parkway project. Staff believes the City would be well served by supplementing the City staff with a construction management consultant. Further, engaging a construction management consultant during the design will provide the added benefit of allowing the construction manager to review design alternatives and provide input regarding cost and constructability. At the completion of the design, the construction manager will be very familiar with all aspects of the design which will be of great benefit during the construction of the project. Staff prepared a Request for Proposal and invited eleven firms with construction management expertise to submit a proposal. The City received seven proposals and from the proposals prepared a short list for interview. Staff then interviewed three consultants; Snyder Langston, Highland Partnership, and Douglas E. Barnhart, CM. Staff conducted a second interview with Highland Partnership and Douglas E. Barnhart and recommended the selection of Douglas E. Barnhart as the construction management consultant. ACTION: I See Summary Sheet ,J AUG 15 1995 ITEM 7.1 I 8 of 38 . - - - Ag..-do R_rt . Approvo Conetructlon ......... for L Ibrery August 8, 1995 'oge 2 -- Staff worked with Douglas E. Barnhart to carefully define the scope of services which is shown in the attached contract. Further, staff negotiated a fee which includes design review services, a fixed fee for construction management and a variable fee based on the number of contracts issued during the construction of the facility. FINDINGS The City library project and site development improvements is a major Capital Improvement Project. The City would receive significant benefit by engaging a construction manager and initiating that contract during the design of the facil ities. Staff reviewed seven proposals and recommends the selection of Douglas E. Barnhart as the construction manager for the City library and site development improvements. ENVIRONMENTAL REVIEW This contract is not subject to environmental review. FISCAL IMPACT Cost of the CM contract will range from $308,108 to $401,230 which is budgeted in the Library project and site development project. ADDITIONAL PUBLIC NOTIFICATION AND CORRESPONDENCE Douglas E. Barnhart RECOMMENDATION It is recommended that the City Council/Redevelopment Agency approve the contract with Douglas E. Barnhart (Attachment I) for the construction management of the library and site development improvements. JLB:JDF:MSW:mh Attachments: l. Contract ITEM 7.1 I ~UG 15 1995 9 of 38 AUG 8 1995 ITEM 10 .\ ,- .- --- STANDARD AGREEMENT FOR CONSULTANT SERVICES This Agreement, entered into this day of ,19_, by and between the POWAY REDEVELOPMENT AGENCY (hereinafter referred to as "Agency") and DOUGLAS E. BARNHART (hereinafter referred to as "Consultant"). RECITALS WHEREAS, Agency desires to obtain the services of a private consultant to perform construction management services for the Ubrary and Site Development Improvements; and WHEREAS, Consultant is a(n} Construction Management consultant and has represented that Consultant possesses the necessary qualifications to provide such services; and WHEREAS, Agency has authorized the preparation of an agreement to retain the services of Consultant as hereinafter set forth. NOW, THEREFORE, IT IS MUTUALLY AGREED THAT AGENCY DOES HEREBY RETAIN CONSULTANT ON THE FOLLOWING TERMS AND CONDITIONS: 1. Scope of Services. Consultant shall provide services as described in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 2. Compensation and Reimbursement. Agency shall compensate and reimburse Consultant as provided in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 3. Term of Agreement. The term of this Agreement shall be as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. ATTACHMENT #1 - Powsy Redevelopment Agency 4-25-95 -l- ID of 38 AUG 15 1995 IlEM 7.1 ... - 4. Termination. This Agreement may be terminated with or without cause by Agency. . Termination without cause shall be effective only upon 6O-day written notice to Consultant. During said SO-day period Consultant shall perform all consulting services in accordance with this Agreement. This Agreement may be terminated by Agency for cause in the event of a material breach of this Agreement, misrepresentation by Consultant in connection with the formation of this Agreement or the performance of services, or the failure to perform services as directed by Agency. Termination for cause shall be effected by delivery of written notice of termination to Consultant. Such termination shall be effective upon delivery of said notice. 5. Confidential RelatlonshiD. Agency may from time to time communicate to Consultant certain information to enable Consultant to effectively perform the services. Consultant shall treat all such information as confidential, whether or not so identified, and shall not disclose any part thereof without the prior written consent of Agency. Consultant shall limit the use and circulation of such information, even within its own organization, to the extent necessary to perform the services. The foregoing obligation of this Paragraph 5, however, shall not apply to any part of the information that 0) has been disclosed in publicly available sources of information;1 (ii) is, through no fault of Consultant, hereafter disclosed in publicly available sources of information; Oii} is now in the possession of Consultant without any obligation of confidentiality; or Ov) has been or is hereafter rightfully disclosed to Consultant by a third party, but only to the extent that the use or disclosure thereof has been or is rightfully authorized by that third party. Consultant shall not disclose any reports, recommendations, conclusions or other results of the services or the existence of the subject matter of this contract without the prior written consent of the Agency. In its performance hereunder, Consultant shall comply with all legal obligations it may now or hereafter have respecting the information or other property of any other person, firm or corporation. 6. Consultlna Services Provided to Others. Consultant shall not represent any other client, public or private, in addition to Agency during the term of this Agreement unless Consultant first obtains the express written consent of Agency. Powey Redevelopment Agency 4-25-95 -2- 11 of 38 ~UG 15 1995 ITEM 7.1 d - ----------------- 7. Office Space and Clerical Support. Consultant shall provide its own office space and clerical support at its sole .. cost and expense, Consultant shall be responsible for all their onsite office costs and expenses during the construction of the Ubrary and Site Development Improvements. 8. Covenant Against Contingent Fees. Consultant declares that it has not employed or retained any company or person, other than a bona fide employee working for Consultant, to solicit or secure this Agreement, that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or making of the Agreement. For breach of violation of this warranty, Agency shall have the right to annul this Agreement without liability, or, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee, 9. Ownership of Documents. All memoranda, reports, plans, specifications, maps and other documents prepared or obtained under the terms of this Agreement shall be the property of Agency and shall be delivered to Agency by Consultant upon demand. 10. Conflict of Interest and Political Reform Act Obllaatlons. During the term of this Agreement Consultant shall not act as consultant or perform services of any kind for any person or entity whose interests conflict in any way with those of the Agency or the City of Poway. Consultant shall at all times comply with the terms of the Political Reform Act and the local conflict of interest ordinance. Consultant shall immediately disqualify itself and shall not use its official position to influence in any way any matter coming before the Agency in which the Consultant has a financial interest as defined in Government Code Section 87103. Consultant represents that it has no knowledge of any financial interests which would require it to disqualify itself from any matter on which it might perform services for the Agency. Consultant shall comply with all of the reporting requirements of the Political Reform Act and local ordinance. Specifically, Consultant shall file Statements of Economic Interest with the City Clerk of the City of poway in a timely manner on forms which Consultant shall obtain from the City Clerk. Powey Redevelopment Agency 4-25.95 -3- AUG 15 1995 ITEM 12 of 38 7,1 ,,. - 11. No Assl9nments. Neither any part nor all of this Agreement may be assigned or subcontracted, except as otherwise specifically provided herein, or to which Agency, in its sole discretion, consents to in advance thereof in writing. Any assignment or . subcontracting in violation of this provision shall be void. 12. Maintenance of Records. Consultant shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred and shall make such materials available at its office at all reasonable times during the contract period and for three (3) years from the date of final payment under this Agreement, for inspection by Agency and copies thereof shall be furnished, if requested. 13. Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of the City of poway or Agency. Agency shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement; however, Agency shall not have the right to control the means by which Consultant accomplishes 14. Licenses. Permits. Etc. Consultant represents and declares to Agency that it has all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession. Consultant represents and warrants to Agency that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, or approval which is legally required for Consultant to practice its profession. 15. Consultant's Insurance. Consultant shall provide insurance as set forth in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 16. L1abllltv. Notwithstanding any other provision contained in this Agreement, Consultant shall be responsible for all injuries to persons and for all damage to real or personal property of Agency or others, caused by or resulting from the wrongful act or negligent acts, errors, or omissions of itself, its employees, or its agents during the progress of, or in connection with, the rendition of services hereunder. Consultant shall hold harmless and indemnify Agency, and all officers and employees of City and Agency from all costs and claims for damages to real or personal property, or personal injury to any third party, including reasonable attorney fees resulting from the negligent performance of Consultant, its employees, or its agents, under this Agreement. Poway Redevelopment Agency 4-25-95 -4- ~UG 15 1995 ITEM 7.1 ... 13 of 38 ------.--- - 17. Consultant Not an Aoent. Except as Agency may specify in writing, Consultant shall have no authority, expressed or implied, to act on behalf of Agency in any capacity whatsoever as an agent. Consultant shall have no authority, expressed or implied, pursuant to this Agreement to bind Agency to any obligation whatsoever. 18. Personnel. Consultant shall assign qualified and certified personnel to perform requested services. The Agency shall have the right to review and disapprove personnel for assignment to poway projects. Agency shall have the unrestricted right to order the removal of any person(s) assigned by Consultant by giving oral or written notice to Consultant to such effect. Consultant's personnel shall at all times comply with Agency's drug and alcohol policies then in effect, 19. Notices. Notices shall be given as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 20. Arbitration. In the event of a dispute between Agency and Consultant concerning the terms of this Agreement or its performance, the parties agree to submit such dispute to arbitration before the American Arbitration Association or other mutually acceptable arbitrator. In the event that the subject of such arbitration is compensation claimed by Consultant in the event of termination, Consultant's damages shall be limited to compensation for the 60-day period for which Consultant would have been entitled to receive compensation if terminated without cause. In the event of arbitration, each party shall bear its own attorneys' fees and costs incurred. 21. Gender. Whether referred to in the masculine, feminine, or as "it," "Consultant" shall mean the individual or corporate consultant and any and all employees of consultant providing services hereunder. Poway Redevelopment Agency 4-25-95 -5- 14 of 38 AUG 15 1995 ITEM 7.1 '-I < - 22. Entire Aareement. This Agreement shall constitute the entire understanding between Consultant and Agency relating to the terms and conditions of the services to be performed by Consultant. IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement on the date first above written. Dated: POWAY REDEVELOPMENT AGENCY By: Its: Dated: Powey Redevelopment Agency ITEM 7..1 .. 4-25.95 -6- ~UG 15 1995 15 of 38 - ----- "SPECIAL PROVISIONS" EXHIBIT "A" SCOPE OF CONSTRUCTION MANAGEMENT SERVICES FOR THE CITY OF POWAY'S LIBRARY AND SITE DEVELOPMENT IMPPROVEMENTS A. Design Review Services 1, Design Consultation and Review Comments The CM shall review design alternatives proposed by the Architect, Engineer, staff or citizen groups and determine the impact to the construction cost and construction schedule. 2. Schedule CM will develop a schedule mutually agreeable to the design consultants and City and prepare a master project schedule outlining major milestones related to the development of all projects. 3. Constructability, Bidability, Review At the 30% Schematic Design phase and the 70% Construction Drawing phase, the CM shall review the project for constructability and bidability and present comments which will reduce costs while maintaining project quality. In addition, the CM will divide the project into multiple contracts, including the Furniture, Fixture and Equipment contract, and develop bidding packages in concert with the design architects and civil engineer. 4. Permit Responsibility Monitor, assess and assist Owner in expediting all necessary permits to enable construction of all projects from all governmental agencies and utility companies involved. 5. The CM will provide value engineering during the site development phase and at 30% and 70% design reviews to evaluate alternatives to the preferred design and present those comments to the architect and staff. 6. Program Budget Develop and monitor program budget, including design, construction, construction engineering, and environmental costs and track budgets through design and construction phases, Poway Redevelopment Agency 4-25.95 16 of 38 -1- AUG 15 1995 ITEM 7.1 ,t;j - 7. CM will review and draft revisions to the General and Special Conditions as they relate to single or multiple contract packages. CM will provide contract language for implementing contract specific OA/OC program. B. Construction Management Services 1. Construction Bidding The CM will supervise all bidding activities for the contract package(s}. The CM will issue plans to prospective bidders, maintain a list of bidders, issue addenda as prepared by the Architect or Engineer, conduct pre-bid conferences, evaluate bids, recommend low responsible bidders for each bid package and assist City in issuance of contracts. CM will provide bid summary for each contract to City for preparation of Award of Contract. 2. Contract Administration and Pre-Construction CM will manage all aspects of contract administration including but not limited to receipt of executed contract, insurance certification, and bonds. In addition, CM will conduct pre-construction conference and maintain complete documentation of pre-construction activities. 3. Construction Management The CM shall supervise all construction activities at the site while maintaining coordination between all contractors on site. The Construction Manager shall hold weekly and monthly meetings to brief staff, contractors, and architects on project performance. The CM will maintain comparisons of contractor proposed performance verses actual performance and determine what corrective measures are needed to maintain schedules. 4. On-site Supervision The CM shall provide and maintain a management team of sufficient personnel on site to provide contract administration and thereby assure the construction of the facilities are in conformance with the plans and specifications and that the site is maintained in a safe environment and that the project maintains budget and schedule. The Construction Manager will insure construction compliance with applicable codes and construction documents. The CM shall also coordinate all submittal routings, review by the architect, and responses to the contractor. The CM will coordinate all specialty inspection, testing and surveying as required. CM will provide all specialty inspection and testing within the scope of this contract within the fees proposed. Poway Redevelopment Agency 4-25-95 -2- 17 of 38 ~UG 15 1995 ITEM 7.1 t:4 5. Construction OA/OC The CM shall develop, implement, and manage a construction phase quality assurance/quality control (OA/OC) program. This OA/OC program shall define goals, identify criteria and elements, provide an implementation plan, develop a testing program, and include a training . program. 6. Construction Controls a. Schedule of Values The CM shall develop guidelines, and review and approve the contractor(s) Schedule of Values to be used for progress payments, b, Progress Payments CM shall review monthly Progress Payment applications submitted by the contractor and recommend payment or adjustments to the City. c. Scheduling The CM will be responsible for monitoring and reporting on schedule performance at regular intervals. Monitoring shall include submittals and material procurement. The CM will provide the City recommendations to correct unsatisfactory contractor performance and implement recommendations approved by City, d. Costs The CM will be responsible for monitoring all project costs and preparing monthly reports to track conformance of budget objectives. e, Change Order/Request for Information Tracking The CM shall develop and implement a Change Order/Request for Information tracking system for the project. f. Document Control/Record Keeping The CM shall develop and implement a centralized records management system suitable to track all documents connected to the various components of the construction activity. Powey Redevelopment Agency 4-25-95 -3- AUG 15 1995 ITEM 7.1 1M 18 of 38 -- - g. Project Safety The CM shall require the contractor to develop, maintain, coordinate, and implement an overall safety program to insure a safe overall working environment for all workers, staff, and visitors to the site. The Ct.II shall monitor and report on contractor's -. performance. h. Claims Management The CM shall develop and implement a claims reduction and claims resolution plan. 7. Monthly Report The CM will provide monthly progress reports during design and construction activities, 8. Partnering The CM shall develop and organize a construction phase partnering workshop and maintain a partnering atmosphere at the job site. Commitments made during the partnering agreement shall be tracked by the CM. S, Construction Site Security The CM shall require the contractor to develop and implement a plan to provide security at the construction site for the duration of the project. CM shall monitor and report to the City, 10. Project Closeout The CM shall supervise the contract(s) closeout process, including finanCial/accounting documentation and assist in resolving any contract disputes. Poway Redevelopment Agency ~UG 1 5 1995 ITEM 7.1 4-25-95 -4- . 19 of 38 -_._------------------~ ------- ---.-.----" B. ComDensatlon and Reimbursement. Agency shall pay Consultant a fee as shown on Exhibit "B". Consultant's fee shall include and Consultant shall be responsible for the payment of all federal, state, and local taxes of any kind which are attributable to the compensation received. C. Term of Aareement. This Agreement shall be effective from the period commencing August 15, 1995 with completion of construction estimated in December 1997, unless sooner terminated by Agency as provided in the section of this Agreement entitled "Termination." Upon expiration or termination of this Agreement, Consultant shall return to Agency any and all equipment, documents or materials and all copies made thereof which Consultant received from Agency or produced for Agency for the purposes of this Agreement. D. Consultant's Insurance. 1. Coveraoes: Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a), Comprehensive General Uability. including premises- operations, products/completed, broad form property damage, and blanket contractual liability with the following coverages: General Uability . . , . . . . . . . . . . . . . . . . . . $ 500,000 per person per occurrence / . .. $1,000,000 aggregate per occurrence $500,000 property damage per occurrence Powev Redevelopment Agency 4-25-95 -5- ~UG 15 1995 ITEM 7.1 ~ 20 of 38 - (b) ~, including owned, hired, and non-owned vehicles with the following insurance coverages: Auto Uability ....................... $ 500,000 per person per occurrence/ . .. . $1,000,000 aggregate per occurrence $100,000 property damage per occurrence (c) Consultant shall obtain and maintain, during the life of the Agreement, a policy of Professional Errors and Omissions Uability Insurance with policy limits of not less than $1,000,000.00 combined single limits, per claim and annual aggregate. Cd) Workers' Compensation insurance in statutory amount. All of the endorsements which are required above shall be obtained for the policy of Workers' Compensation insurance. 2. Endorsements: Endorsements shall be obtained so that each policy contains the following three provisions: (a) Additional Insured, (Not required for Professional Errors and Omissions Liability Insurance or Workers' Compensation.) "POWA Y REDEVELOPMENT AGENCY and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with Agency." (b) Notice. "Said policy shall not terminate, nor shall it be canceled, until thirty (30) days after written notice is given to Agency." (c) Primary Coverage. "The policy provides primary coverage to Agency and its elected and appointed boards, officers, agents, and employees. It is not secondary or in any way subordinate to any other insurance or coverage maintained by Agency." 3. Insurance Certificates: Consultant shall provide Agency certificates of insurance showing the insurance coverages described in the paragraphs above, in a form and content approved by Agency, prior to beginning work under this Agreement. Poway Redevelopment Agency AUG 15 1995 ITEM 7.1 .~ L'U:.OE\ -6- 21 of 38 E. Notices. All notices, billings and payments hereunder shall be in writing and sent to the following addresses: To Engineering Services Director: Poway Redevelopment Agency 13325 Civic Center Drive P.O. Box 789 Poway, CA 92074 To Consultant: Douglas E. Barnhart 16981 Via Tazon San Diego, CA 92128 Poway Redevelopment Agency 4-25-95 -7- ~UG 15 1995 ITEM 7.1 ~ 22 of 38 - - . April 6, 1995 1- Subject: Request for Proposal - Construction Management Services for the City of Poway Library and the Sheriff's Substation Dear 2-: The City of Poway requests a proposal for construction management services for the City of Poway library and the proposed sheriff's substation. This Request for Proposal describes the project in general, the required scope of services, the consultant selection process, and the minimum information that must be included in the proposal. The City is interested in engaging a firm which possesses construction management experience in the construction of publicly owned facilities such as libraries, sheriff's substations, schools, or similar public facilities. The firm of Cardwell/McGraw Architects is preparing the design and architectural drawings for both the library and the sheriff's substation. Their responsibilities include completion of all plans and specifications for bidding, construction phase administration services including the coordination of shop drawings and clarifications of design intent, change order documentation and preparation of record drawings. The Construction Manager (CM) will provide design review services and construction management services. Design review services will include participation in evaluating design preparation of estimates to ascertain potential cost and schedule impacts and segmenting construction contract bidding packages. Construction management services will provide oversight and control of the construction contracts awarded 'by the City. PROJECT DESCRIPTION The City of Poway, through lengthy community interaction, has determined that a new 20,000 square foot single story library will be constructed at the intersection of Poway Road and Bowron Road. An existing building on the site will be demolished and creek channel improvements will be constructed. The library will front Poway Road with parking located behind the library. The City is pursuing an agreement with the County of San Diego for the construction of a new 15,000 square foot sheriff's substation to be located on the south portion of the library site. The facility will include secured parking attached to the sheriff's substation and public parking will be shared between the substation and the library. - , , ATTACHMENT''#'2 , AUG 15 1995 ITEM 7.1 ~ 23 of 38 -_._.~ -- R_t for Proposel Llbf'e"Y "Sheriff'. Slbstetion April 6, 1995 Pege 2 SCOPE OF CONSTRUCTION MANAGEMENT SERVICES Services required of the construction manager will include design review services, bidding, construction management, construction inspection, and project closeout services. The City of Poway supports interactive partnering of all participants in the project. The City values firms with strong communication expertise, experienced in construction management, and detailed documentation of the construction progress. The services provided by the selected construction management consultant shall include as a minimum: A. Design Review Services 1. Design Consultation and Review Comments The CM shall review design alternatives proposed by the architect, staff, or citizen groups and determine the impact to the construction cost and construction schedule. 2. Schedule Prepare a master project schedule outlining major milestones related to the development of both projects. 3. Constructability, Bidability, Review At selected points during the final design package, the CM shall review the project for constructability and bidability and present comments which will reduce costs while maintaining project quality. In addition, the CM will propose dividing the project into multiple contracts and develop bidding packages in concert with the design architect. 4. Permit Responsibility Monitor, assess and assist Architect in expediting all necessary permits to enable construction of both projects from all governmental agencies an utility companies involved. 5. The CM will provide value engineering upon request to evaluate alternatives to the preferred design and present those comments to the architect and staff. 24 of 38 AUG 1 5 1995 ,rEM 7.1 - -, I - Request for Proposel L1br.ry & Sherfff'. SUb8t.tton Ape-I l 6, 1995 Pege 3 B. Construction Management Services 1- Construction Bidding The CM will supervise all bidding activities for the contract package(s}. The CM will issue plans to prospective bidders, maintain a list of bidders, provide the list of bidders to the architect for issuance of addendums, conduct pre-bid conferences, evaluate bids, recommend low responsible bidders for each bid package and assist City in preparation of contracts. 2. Construction Management The CM shall supervise all construction activities at the site while maintaining coordination between all contractors on site. The Construction Manager shall hold weekly and monthly meetings to brief staff, contractors, and architect on project performance. The CM will maintain comparisons of contractor proposed performance versus actual performance and determine what corrective measures are needed to maintain schedules. 3. On-site Supervision The CM shall provide and maintain a management team of sufficient personnel on site to provide contract administration and thereby assure the construction of the facilities are in conformance with the plans and specifications and that the site is maintained in a safe environment and that the project maintains budget and schedule. The Construction Manager will insure construction compliance with applicable codes and construction documents. The CM shall also coordinate all submittal routings, review by the architect, and responses to the contractor. The CM will coordinate all specialty inspection, testing and surveying as required. 4. Construction QA/QC The CM shall develop, implement, and manage a construction phase quality assurance/quality control (QA/QC) program. This QA/QC program shall define goals, identify criteria and elements, provide an implementation plan, develop a testing program, and include a training program. )UG 1 5 1995 ITEM 7.1 ... 25 of 38 a_t for Pr_..l Llbr.ry & Sh.riff'. SUbst.tlon April 6, 1995 Page 4 5. Construction Controls a. Work Breakdown Structure The CM shall develop guidelines, review, and approve the contractor(s} project work breakdown structure to be used for progress payments. b. Performance Measurement The CM shall develop a gUideline which will be used to determine contractor performance measurement. The CM shall implement this program to measure contractor performance during construction. c. Equipment Tracking/Man Hour Reporting The CM's plan shall track materials delivery, installation, and man hour usage. d. Scheduling The CM will be responsible for monitoring and reporting on schedule performance at regular intervals. e. Progress Payments CM shall review Progress Payment applications submitted by the contractor and recommend payment or adjustments to the City. f. Costs The CM will be responsible for monitoring all project costs and preparing periodic reports to track conformance to budget objectives. g. Change Order/Request for Information Tracking CM shall develop and implement a Change Order/Request for Information tracking system for the project. h. Document Control/Record Keeping The CM shall develop and implement a centralized records management system suitable to track all documents connected to the various components of the construction activity. 26 of 38 AUG 15 1995 ITEM 7.1 t~ - - .....t for Proposal Llbr.ry & SI1..lff'. S....t.tlon Apri l 6, 1995 P.ge 5 .- i. Project Safety The CM shall require the contractor to develop, maintain, coordinate, and implement an overall safety program to insure a safe overall working environment for all workers, staff, and visitors to the site. CM shall monitor and report on contractor's performance. j. Claims Management The CM shall develop and implement a claims reduction and claims resolution plan. 6. Partnering The CM shall develop and organize a partnering workshop and maintain a partnering atmosphere at the job site. Commitments made during the partnering agreement shall be tracked by CM. 7. Construction Site Security The CM shall require the contractor to develop and implement a plan to provide security at the construction site for the duration of the project. CM shall monitor and report to the City. 8. Project Closeout The CM shall supervise the contract(s} closeout process, including financial/accounting documentation and assist in resolving any contract disputes. PROPOSAL SUBMITTAL The proposal shall demonstrate experience in construction management of buildings larger than 15,000 square feet, including but not limited to libraries, sheriff's substations, schools, and similar public facilities. See Attachment 1: Required Submittal Information. The successful proposal will propose innovative and practical approaches to the project challenges and opportunities with attention to alternative contract packaging schemes, effective communication systems, and aggressive scheduling. The Construction Manager shall demonstrate detailed and in-depth experience in various construction projects. While the experience and resources of the successful firm are important, it is critical that the manager assigned to this project have extensive, relevant experience and capability in the work described above. The consultant shall be expected to work effectively in a dynamic project team environment and complete their assigned tasks in a timely and efficient manner. Past performances on similar jobs will be considered during the evaluation of the proposal. AUG 15 1995 ITEM 7.1 I 27 of 38 --- Request for Proposal Library & Sheriff'. Substation April 6, 1995 'age 6 . . Proposal length, including resumes, shall be limited to 35 one-sided pages and should demonstrate experience and proficiency with the construction of public buildings and the management of multiple construction contracts. Proposals shall include at least five current relevant references which we may contact during the evaluation process. Interviews will be held to assist the City in choosing a consultant. See Attachment 2: Selection Process. A pre-proposal meeting will be held on April 25, 1995 at City Hall and will be limited to three members from each firm interested in submitting on the project. We will meet at the City Council Chambers in City Hall at 10:00 a.m. and provide a brief project overview and site tour. Please call Mark S. Weston at 679-4351 to confirm your attendance at the meeting. Proposals must be submitted to Mark S. Weston, Director of Engineering Services, City of Poway, 13325 Civic Center Drive, P. O. Box 789, Poway, CA 92074 by 5:00 p.m. on May 5, 1995. The City would like to thank you in advance for your proposal submittal. Sincerely, Mark S. Weston Director of Engineering Services MSW:mh \ori\librsher.rfp AUG 15 1995 ITEM 7.1 I 28 of 38 . -, ATTACHMENT 1 REQUIRED SUBMITTAL INFORMATION .. A. Qualifications and Exoerience of Proiect Firms Include the following information in the subminal: 1. Legal name, address, telephone number, and fax number of the firm submining the proposal. 2. The address and telephone number of the office where the work is to be undertaken. 3. Brief history of firm, including number of years in business as the currently named firm. 4, Adequate documentation on the financial status and fiscal stability of the firm. 5. Adequate documentation that the firm has or will obtain insurance in the following amounts: - $1 million for general commercial liability - $500,000 for errors and omissions - $500,000 in Employer's Liability and Worker's Compensation to the statutory limit. 6. A count of the firm's personnel by discipline (total number in each discipline) . 7. A project organization chart showing key staff and sub-consultants. 8, The resumes of key staff and sub-consultants that will be directly associated with or assigned to this project. 9. Listing and brief description of projects with construction costs of $4 million or more completed within the last five (5) years by the firm as a project manager. 10. Four (4) references for completed projects of similar size and scope within the last five years, including owner's name, address, telephone number and specific contact person. 29 of 38 JIlIr- 1 " 1001: ITEIII 7.1 1,1 -- - - - B. Abilitv to Perform the Proiect Answer the following questions in the submittal: 1. Provide a description of the firm's understanding of the project, salient elements in construction management of public library facilities and the roles of project manager. 2. Provide a detailed description of the anticipated tasks, the approach to accomplish them and the services to be provided to achieve the project objectives. 3. Provide samples of the following types of documentation that would be provided during this project: Weekly Progress Meeting Minutes; Monthly Report; Analysis and Recommendation regarding Contractor Change Proposal. C. ~ Include the following information in the submittal: 1. Include the costs for providing the work outlined in the proposed Scope of Work. The schedule shall list a cost for each phase of the project and shall identify staff hours, by classification or responsibility, estimated hours for each personnel category and an hourly rate schedule for all project staff anticipated to be on the project team. 2. Include reimbursable costs including telephone, supplies, travel, special equipment or any other direct charges. 3, Grand total of all personnel and reimbursable costs. ITEM 7.1 \ 30 of 38 )UG 15 1995 - ATTACHMENT 2 SELECTION PROCESS . 1. A Selection Committee will review all proposals received and prepare a short list of finalists. 2. The Committee will evaluate and rank the firms based upon criteria established by the City which will include the following: a. The firm and any sub-consultant must be legally qualified in the State of California to practice the work for which consideration is requested. b. Completeness of the RFP response. c. Experience of firm and demonstrated experience in dealing with projects of similar scope. d, Understanding of project requirements. e. Approach to project. f. Qualifications and experience of lead personnel and project team. g. Availability and responsiveness of firm for this project. h. Prices or fees, as permitted by Section 4526 of the California Government Code. i. Ability of firm to meet insurance requirements. 3. The short listed firms, the project manager assigned to this project, and key staff shall be invited to make a presentation/interview to the Committee. The ultimate consultant selection will be based on both technical merit and cost effectiveness. Price of services will be negotiated after the preferred consultant is selected, AUG 1 5 1995 ITEM 7.1 .1 31 of 38 LIBRARY SITE I OPTION 4A z ~ LIBRARY ADVISORY <: ~ COMMITTEE RECOMMEND A TION POWA Y ROAD r - \\, 1/ , I I ; I I I Or-iCE: t I AR'~ I ' I LISRAR Y 10:coe' i : 20.000 SO. n. so, '7, I , I ". .. : sc...u:~ _u , i l' I I I I , I ' I I ! I 1/ v I I / I I , I ~ I V I r(\ -i I ~ I I ul' ~ -i! C I I CJt: ---: r c:: I -I- ---: I- I' ~ ; I 'I! I -, -- - ~ 'r I 3: : I --;;- -, I -; -- - '-' d I f'!" I :f-- ~ 1.80 AC - ; I I :::::J~:::::1 (SHERIFF'S SUBSTATION) i I -i~ ~ , I --+- -i I I I I ===1F =1 i I I I -iF -' r- I i U1 I c::::= =:J I I ' I I I 116 PARKING ~ ~ I J l 111111111111 ,! l / '\. : --- -- -- ./ CIVIC CENTER DR ......... ,,- I ~UG 151995 ITEM 7.1 ,I 32 of 38 - LIBRARY RFPs Barbara Helton IBI Group . 18401 Von Korman, Suito 110 (714) 833.5588 Irvine, CA 92715 Lorraine D. 0'lgn8zio Berrymln .. Henig., 707 Wilshire Blvd., Suite 420 (2131488.2800 Fox: 213-488.3327 Los Angel... CA 9001' Blake Mitchell, President CBM Consulting, Inc. 5254 Pacific Coneau,.. Or 0' Suite 240 (310) 643.0339 Fox: (310) 843.6972 Los Angeles. CA 90045 F. Richard DeFrance Sverdrup 600 Anton Blvd., Suite 400 (714) 549.5800 Coste MeslI, CA 92626 Mr. Ian M. Gill Highlllnd Partnership, Inc. (619) 291.2174 Fox: 293.3033 3230 Fifth Avenue Son Diogo. CA 92103 Mr. Steve Mahoney Cole Construction (619) 694-1430 7330 Engine.r Rd. -, Son Diego, CA 92111.1464 Mr. Dougl.. Bernhart Douglas E. Barnhart. Inc. (6191487.1101 '6981 Via Tejon, Suite H Son Diego, CA 92127 Mr. Gary Schotz Quest Conltruction (619) 699,9770 7556 Trodo Streot Son Diogo, CA 92121.2412 Mr. Robert Bradshaw BPMS 2300 Newport Blvd. Newport B.ach. CA 92663 Mr. Bill Bowdle Snyder Lengston (6191496-3700 Fox: 496-3777 5675 Ruffin Rd.. Suito 300 Son Diego, CA 92123 Mr. Cherte. Johnson (619) 676-3900 Fox: 676-3901 Sun Eagle Corpor.tion P. O. Box 500377 Son Diego, CA 92150-0377 4118/95 ATTACHMENT +3 - - 33 of 38 ---------- Allr. 1 !'i 100~ ITCII "'7.. , LIBRARY PROPOSALS RECEIVED . Snyder-Langston Highland Partners Berryman & Henigar Quest Construction Douglas E. Barnhart KolI Construction Sun Eagle ATTACHMENT #4 C;\WP51 \ORI\RFPSREC.L1B 34 of 38 AUG 1 5 1995 ITEM 7.1 - - ,., .- . 'ei.ll'i"",J 'l~lllil a: II UJ C) < ~ .~.i1lQ1 ~ -- z 0 ;:: 0 ::l ~\fjl'I';I~~~ a: Iii ~ "'1].1%".""', z I 0 ~ .... In al ::l In u. u. Ii: UJ :x: In ~ ~ al ::; ..'...!~I~lil~~i , .,~.".,.~ I 0.. ~ :c IV c '" '" 0 Q; 'c c 0; C III .2 '" 1: :x: u c IV oll IV Cl. III .5 ...J .., C c;, l!! IV 1: ~ c E IV IV ~ IV 0 :E ~ UJ .&; ;;; 0 ~ '" c E III :f III ., IV ., '0 In al In al 0 x: 35 of 38 ATTACHMENT +5 ~UG 15 1995 ITEM ,7..1 . "'" PROJECT MANAGEMENT FIRfl INTER. .WS June lZ, 1995 INTERVIEW SCORING SHEET , Category Rating Total . 11-10 Points) 1. Grasp of Project Requirements . coordination of design issues with architects . assist city staff with construction management Z. Management approach to ensure that design development, working drawings, and the bid process are accomplished on schedule and within budget . value engineering 3. Management approach to quality control of construction contractor . change orders 4. Understanding of budget constraints and project coordination to stay on schedule 5. Overall qualifications . project manager and key team members 6. Proposed fee structure as related to budget and services offered , , I ATTACHMEN! +6 36 of 38 AUG 1 5 1995 "EM 7.1 t ,- LIBRARY Comparative Cost Per Hour Barnhart Snyder Langston Highland Partners Principal N/A $ 120.00 $ 90.00 Construction Manager $ 75.00 $ 95.00 $ 75.00 Project Manager $ 60.00 $ 90.00 $ 75.00 Estimater $ 60.00 $ 95.00 $ 50.00 Safety Consultant $ 60.00 $ 85.00 N/A librcomp.Mt ATTACHMENT #_7 37 of 38 AUG 15 1995 .. ~1l4 7.1 COST SUMMARIES SUBMITTED WITH PROPOSALS . CONSTRUCTION MANAGER COST ESTIMATE Snvder-Lanqston $215,410 Hichland Partners $245,005 Berrvman & Henicar $328.000 Ouest Construction $330,500* Douqlas E. Barnhart $404,890* Koll Construction $539,660* Sun Eagle No Price *Management of multiple prime contracts rather than single general contract. Potentially would reduce construction contracts by approximately 5%. Note: Cost estimates are based on information in Request for Proposal and are not used as basis of selection. ATTACHMENT #8 c:\wp51 \ori\coetaum.lib 38 of 38 ITEM 7.1 ' . )UG 15 1995