Loading...
HomeMy WebLinkAbout11 - Marina Park Project- CITY OF 4 :1 NEWPORT BEACH oV4. o. City Council Staff Report May 13, 2014 Agenda Item No. 11. TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644 -3330, dawebb @newportbeachca.gov PREPARED BY: Iris Lee, Senior Civil Engineer PHONE: 949- 644 -3323 TITLE: Marina Park Project— Building and Site Development (Bid Package 3) —Award of Contract No. 3897 -C (CAP09 -0070) ABSTRACT: Staff has now received bids for the third of four bid packages for the Marina Park Project — the `Building and Site Development' Bid Package, and is requesting City Council approval to award the contract to KPRS Construction Services, Inc. of Brea, California. RECOMMENDATION: a) Approve the project drawings and specifications; b) Award Contract No. 3897 -C (Marina Park Project — 'Building and Site Development') to KPRS Construction Services, Inc. of Brea, California, for the total bid price of $18,748,000, and authorize the Mayor and the City Clerk to execute the contract; c) Establish a contingency of $1,874,800 (ten percent) to cover the cost of unforeseen work; and d) Approve Budget Amendment No. 14BA -045 transferring $15,581,000 from the unappropriated Major Facilities Financing Plan Fund to the Marina Park Fund, and appropriating that amount to the Marina Park Project, account 7411- C4002002. FUNDING REQUIREMENTS: There is currently $8,791,800 available in the FY 14 budget in the 7411- C4002002 project, and upon approval of the transfer and appropriation, there will be $24,372,800 available to fund the award of: Building and Site Development construction contract (including 10% contingency allowance); acquisition of the Southern California Edison parcel as approved at the November 26, 2013 Council meeting; future construction of Bid Package 4 — Marina Docks; necessary future utility cabling and connections; and other related anticipated soft costs during construction such as material testing and special inspections. ccount Description 6ccount Number Amount Marina Park 17411 - C4002002 $ 24 372 800.00 $ 24,372,800.00 306 Proposed uses are as follows Vendor Puroose Amount KPRS Construction Services, Inc. Construction Contract $ 18,748,000.00 KPRS Construction Services, Inc. Construction Contingency $ 1,874,800.00 SCE Parcel Acquisition Property Acquisition $ 600,000.00 Package 4 Construction Allowance $ 3,000,000.00 Utility Connections and Soft Costs Allowance $ 150.000.00 Total: $ 24,372,800.00 DISCUSSION: The 10 -acre Marina Park Project is located on the bay side of the Balboa Peninsula between 15th Street and 19th Street. This long awaited project includes the construction of a new 23 slip visitor serving marina, 10,500 SF Community Center, 11,000 SF Sailing Center, Children's Themed Playground and Picnic area, two half -court basketball surfaces, a Fitness Circuit, a Cafe/Diner to be operated privately under lease, reconstruction of the 19th Street Public Restroom Facility, frontage beach improvements, 177 on -site parking spaces, and a new privately funded Girl Scout Leadership Center. After many years of planning, design and permitting, the project started construction in December 2013. Due to the complexity and prominently different types of construction operations needed to build this new park facility, the Marina Park project was divided into four general construction plan sets and bid packages. The first bid package, now complete, involved the demolition and removal of the prior mobile home park, site utilities and existing tree relocation. The second bid package, now underway, involves construction of the new marina basin and moving the resulting sand to specific beaches for sand replenishment. The third bid package, which staff is requesting City Council to award tonight, is for the construction of the buildings and park site. The fourth bid package will be awarded in the near future and is for the construction of the new dock facilities in the new marina. As mentioned and discussed further below, staff is now requesting City Council's review and approval to award Contract No. 3897 -C - Building and Park Site Development for the Marina Park Project, which generally includes the construction of multiple new buildings, a parking area, fitness and playground amenities, park site and landscaping work, and public street and utility improvements. In November 2013, staff solicited pre - qualification submittal packages from all general contractors interested in possibly bidding on the construction of the Building and Site Development for Marina Park. This pre - qualification evaluation process was used to determine which general contractors possess the required qualifications to successfully complete the proposed work. Of the nineteen (19) pre - qualification submittals received, fourteen (14) general contractors met the necessary qualifications and were invited to submit a bid for the Marina Park — Building and Site Development work. In addition to the City's planned building and park improvements, the Girl Scouts of Orange County (GSOC) expressed a desire to construct a new Girl Scout facility within Marina Park to replace their existing facility on West Balboa Boulevard. On January 14, 2014, City Council approved a Memorandum of Agreement (MOA) with GSOC allowing for their proposed new Girl Scout Leadership Center to possibly be constructed within and as part of the City's Construction Contract for the building and site development work. In accordance with Section 2 of the MOA — "Construction and Contractor Selection ", the City would include the GSOC Leadership Center as an alternative bid item (Bid Alternative) within the Building and Site Development bid package. In an effort to provide the best bid for both the City and the GSOC, the agreement also required that the winning bidder be based upon the lowest combined bid (City's Base Project Bid plus GSOC Bid Alternative) if the GSOC accepted their bid and then choose to be included within the City's construction contract; or if for whatever reason the GSOC choose not to accept the Bid Alternative of the lowest combined bidder, they would then construct their facility on their own after the City project was completed. Per the MOA, staff advertised the project stipulating the selection of the lowest responsive and responsible bidder to be based on the lowest bid price based on whether the GSOC Bid Alternative was to be included or not. Given the project's complexity, staff advertised the construction documents for bids on March 8, 2014 for an 307 extended bid period. At 2:00 PM on April 15, 2014, the City Clerk opened and read out the bids for the "Marina Park Project— Building and Site Development" work. Option 1 shown below is ranked according to the lowest responsive and responsible bidder of the combined total should the GSOC decide to accept the Bid Alternative being offered. Option 2 shown below is ranked according to the lowest responsive and responsible bidder of just the project base bid should the GSOC decline the Bid Alternative being offered in Option 1. OPTION 1 - WITH GSOC BID ALTERNATE COMBINED TOTAL 'Stronghold Engineering, Inc. withdrew their bids due to a bid proposal error OPTION 2 - WITHOUT GSOC BID ALTERNATE BIDDER Low KPRS Construction Services, Inc. 2 T.B. Penick & Sons, Inc. 3 Perera Construction & Design, Inc. 4 Morillo Construction, Inc. 5 ProWest Constructors 6 Kemp Bros Construction, Inc. Stronghold Engineering, Inc. TOTAL BID AMOUNT $18,748,000.00 $19,404,916.00 $20,340,000.00 $20,344,000.00 $20,490,000.00 $22,450,000.00 N/A 'Stronghold Engineering, Inc. withdrew their bids due to a bid proposal error. Upon staff review and verification of bids received, staff notified GSOC of the bid results on April 18, 2014, where T. B. Penick & Sons, Inc. (Penick) was the lowest responsive and responsible bidder under Option 1 should they choose to except the Bid Alternative being offered; and KPRS Construction Services, Inc. (KPRS) was the lowest responsive and responsible bidder under Option 2. Based on a series of bid analyses and discussion, the GSOC notified the City on April 25, 2014 that they would exclude themselves from the City's Package 3 construction contract for construction of the building and site improvement for Marina Park and pursue the construction of their proposed facility in accordance with the terms of the Ground Lease by and between the City and GSOC recorded on July 8, 2013. The terms of the Ground Lease require that if the GSOC do not have their facility build as part of the City's construction contract, then they can commence construction on their own after the City Contract is complete and a Notice of Completion has been filed. With the GSOC now having provided the City written notice that they are declining the Bid Alternative and construction of their facility will not be included within the City's Construction Contract, selection of the lowest responsive and responsible bidder is now determined under Option 2 above. Under this Option, the low bid amount is now determined to be submitted by KPRS at $18,748,000.00. This bid is approximately one percent (1 %) higher than the Engineer's Estimate of $18,500,000. The low bidder, KPRS, possesses a California State Contractors License Classification "B" as required by the project specifications. A check of KPRS's and its subcontractors' references indicates satisfactory completion of projects of comparable size and scope, including their recent construction of the City's OASIS Senior Center. Perera Construction & Design, Inc. submitted a bid protest (Attachment E) to the City, dated April 17, 2014, noting an incomplete bid package and Designation of Subcontractors by Penick and KPRS. The Public U BIDDER Base Bid GSOC Alternative BID AMOUNT Low T.B. Penick &Sons, Inc. $19,404,916.00 $3,115,138.00 $22,520,054.00 2 Morillo Construction, Inc. $20,344,000.00 $2,463,000.00 $22,807,000.00 3 Perera Construction & Design, Inc. $20,340,000.00 $2,470,000.00 $22,810,000.00 4 KPRS Construction Services, Inc. $18,748,000.00 $4,085,000.00 $22,833,000.00 5 ProWest Constructors $20,490,000.00 $2,600,000.00 $23,090,000.00 6 Kemp Bros Construction, Inc. $22,450,000.00 $2,200,000.00 $24,650,000.00 Stronghold Engineering, Inc. N/A N/A N/A 'Stronghold Engineering, Inc. withdrew their bids due to a bid proposal error OPTION 2 - WITHOUT GSOC BID ALTERNATE BIDDER Low KPRS Construction Services, Inc. 2 T.B. Penick & Sons, Inc. 3 Perera Construction & Design, Inc. 4 Morillo Construction, Inc. 5 ProWest Constructors 6 Kemp Bros Construction, Inc. Stronghold Engineering, Inc. TOTAL BID AMOUNT $18,748,000.00 $19,404,916.00 $20,340,000.00 $20,344,000.00 $20,490,000.00 $22,450,000.00 N/A 'Stronghold Engineering, Inc. withdrew their bids due to a bid proposal error. Upon staff review and verification of bids received, staff notified GSOC of the bid results on April 18, 2014, where T. B. Penick & Sons, Inc. (Penick) was the lowest responsive and responsible bidder under Option 1 should they choose to except the Bid Alternative being offered; and KPRS Construction Services, Inc. (KPRS) was the lowest responsive and responsible bidder under Option 2. Based on a series of bid analyses and discussion, the GSOC notified the City on April 25, 2014 that they would exclude themselves from the City's Package 3 construction contract for construction of the building and site improvement for Marina Park and pursue the construction of their proposed facility in accordance with the terms of the Ground Lease by and between the City and GSOC recorded on July 8, 2013. The terms of the Ground Lease require that if the GSOC do not have their facility build as part of the City's construction contract, then they can commence construction on their own after the City Contract is complete and a Notice of Completion has been filed. With the GSOC now having provided the City written notice that they are declining the Bid Alternative and construction of their facility will not be included within the City's Construction Contract, selection of the lowest responsive and responsible bidder is now determined under Option 2 above. Under this Option, the low bid amount is now determined to be submitted by KPRS at $18,748,000.00. This bid is approximately one percent (1 %) higher than the Engineer's Estimate of $18,500,000. The low bidder, KPRS, possesses a California State Contractors License Classification "B" as required by the project specifications. A check of KPRS's and its subcontractors' references indicates satisfactory completion of projects of comparable size and scope, including their recent construction of the City's OASIS Senior Center. Perera Construction & Design, Inc. submitted a bid protest (Attachment E) to the City, dated April 17, 2014, noting an incomplete bid package and Designation of Subcontractors by Penick and KPRS. The Public U Works Department and City Attorneys' Office reviewed the bid protest and found the claim to be immaterial as comprehensive bid packages and Designation of Subcontractors over one -half of one percent (0.5 %) of the prime contractor's total bid, were received. Penick's and KPRS's submitted their response substantiating their bids, and are included in this report as Attachments F and G, respectively. Staff recommends accepting both Penick and KPRS's bid as responsive. Techno Coatings, Inc., submitted a general bid protest (Attachment H) to the City, dated April 23, 2014, noting that a Steel Structure Painting Council (SSPC) QP -1 and QP -3 certified industrial painting contractor was not included in the Designation of Subcontractors. As this trade is expected to represent less than one -half of one percent (0.5 %) of the prime contractor's total bid, Designation was not required, and the claim is therefore without merit. Nevertheless, a SSPC QP -1 and QP -3 certified contractor will be required per project specifications. Staff would also like to advise Council that the GSOC have requested staff look into the possibility of allowing them to hire their own general contractor and construct their Leadership Center concurrently and within the City's construction project limits. This proposed arrangement is occasionally done within private construction projects, but is not typically allowed within public construction projects given the added level of complexity, cooperation and coordination needed to make it run smoothly under the Public Contracting Laws. Should Council desire to try to accommodate the GSOC's request, staff is willing to work with our contractor and the GSOC to hopefully come up with an agreeable arrangement that would not result in foreseeable additional cost incurred or delay to the projects schedule. Pursuant to the contract specifications, the contractor will have 340 consecutive working days to complete the Bid Package 3 construction work. Lastly, staff has included a running summary table of the total Marina Park Budget to date. The all -in estimated total project budget was established at $39,500,000. This cost includes conceptual design and permitting; land acquisition; all soft costs such as project design, geotechnical, testing and inspection, and construction management; hard construction cost for all four bid packages, FF &E; as well as a City Reserve. Upon the award of this Building and Site Development bid package at around the Engineer's Estimate, the actual total cost of the project is projected be under budget at approximately $649,000 if all contingencies and reserve are expended. The project is also on schedule for the estimated park opening of Spring 2016. ENVIRONMENTAL REVIEW: All significant environmental effects for the Marina Park project have been adequately addressed in the previously certified Environmental Impact Report No. (SCH No. 2008051096) ( "EIR "). Said EIR also included mitigation, monitoring & reporting program, and statement of overriding considerations, and the City of Newport Beach intends to use said document for this approval. Copies of the previously prepared environmental document are available for public review and inspection at the City of Newport Beach website at www. newportbeachca .gov /cegadocuments. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Mao Attachment B - Memorandum of Agreement for Construction of the Girl Scout Leadership Center Attachment C - Letter from GSOC excluding the Leadership Center from the Marina Park Package Attachment D - Stronghold Engineering Bid Withdrawal Letter Attachment E - Perera Construction &amp: Design. Inc. Bid Protest Letter (April 17. 2014) 309 Attachment F - T.B. Penick &amp: Sons, Inc. Construction Services, Inc. Response to Perera Bid Protest (April 23, 2014) Attachment G - KPRS Construction Services, Inc. Response to Perera Bid Protest (April 23. 2014) Attachment H - Techno Coatings Bid Protest Letter (April 23. 2014) Attachment I - Budget Summary Attachment J - Budget Amendment 310 BAY AVENUE -ELI NEWPORT CHANNEL w w m D= W.BALBOA BOULEVARD Iw w� D w Zvi PACIFIC OCEAN FRONT WEST BUILDING & SITE DEVELOPMENT LOCATION MAP N� a NTS LEGEND MARINA PARK PACKAGE 3 BOUNDARIES CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C- 3897 -C 1 5/13/14 ATTACHMENT B MEMORANDUM OF AGREEMENT FOR CONSTRUCTION OF THE GIRL SCOUTS LEADERSHIP CENTER IN MARINA PARK AND PAYMENT REIMBURSEMENT This Agreement is made this 15th day of January, 2014, by and between THE CITY OF NEWPORT BEACH ( "CITY "), a California municipal corporation and charter city and THE GIRL SCOUTS OF ORANGE COUNTY ( "GSOC "), a California corporation. The City and GSOC may be individually referred to as a "Party" and collectively as the "Parties ". RECITALS A. City is the owner of approximately 10.45 acres of property located at 1600 West Balboa Boulevard in the City of Newport Beach, commonly known as Marina Park. The City is pursuing redevelopment of the Marina Park site (the "Marina Park Project ") and GSOC is desirous of construction of a new program facility for Girl Scouts on a portion of the City's Marina Park. B. City and GSOC have previously entered into a Ground Lease by and between the City of Newport Beach and Girl Scouts of Orange County recorded on July 8, 2013 in the Official Records of the Orange County Clerk- Recorder as Instrument No. 2013000409086 ( "Lease "), which sets forth the obligations of the parties with respect to the Lease by the GSOC of certain "Property' (as defined in the Lease) and the GSOC's design, construction, maintenance and use for a new Girls Scout facility (the "GSOC Project "). C. The Parties are now desirous of planning and coordinating construction activities proposed by both the City and GSOC on the Marina Park site so that the City's Marina Park Project and the GSOC Project can be completed in an efficient and timely manner. City and GSOC desire to provide for and define the duties of the City in assuming construction responsibility of the GSOC Project and to provide for reimbursement payment by the GSOC to the City for the cost of the GSOC Project. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereby mutually agree as follows: 1. DEFINITIONS Unless otherwise defined in the Lease, terms used in this Agreement shall have the meanings herein specified. 1.1 "Actual GSOC Project Cost" means the following costs with respect to the GSOC Project: (a) the actual Construction Costs for the GSOC Project; (b) Proportional share of the City's actual cost of contract services, including, (i) plan check, permit and construction service fees in an amount equal to the sum of costs of any fees for permits, licenses or other necessary governmental approvals and reviews for the A13-0035011.2.14 312 GSOC Project not already paid by GSOC; (ii) any inspection, certifications, construction staking and materials testing, equipment, geotechnical review, and building commissioning necessary for the GSOC Project; and, (iii) insurance and bonds. 1.1.1 GSOC shall be responsible for its own actual costs of professional services related to the Project's design, preparation of Plans for the GSOC Project, incorporation of plans into the City's plans and specifications for Marina Park, any environmental evaluations, any modification or changes to the Plans and GSOC's own actual construction management and administration costs required specifically for the GSOC Project. Additionally, GSOC will be responsible for any and all Furniture, Fixtures and Equipment ( "FF &E ") cost associated with the GSOC Project. The City will not charge GSOC for normal and expected City Staff time associated with the GSOC Project. 1.2 "Approval(s)" of submittals and other approval and review authorities under the Agreement, means approved by the GSOC Chief Executive Officer ( "CEO ") or designee whenever GSOC is used and when the City is used it shall mean the City Manager or his designee. 1.3 "City" means the City of Newport Beach, a charter City organized and existing under the laws of the State, and it successors. 1.4 "Completion" means that (a) construction is complete in conformity with this Agreement, the Construction Contract(s) and Plans for the GSOC Project, with all systems (including mechanical, electrical, structural, communication and other systems as applicable) in operating condition and ready for use such that GSOC may utilize the Improvements for their intended purpose; (b) all work required by this Agreement, the Construction Contract(s) and Plans for the GSOC Project, including corrective work and minor deficiencies or incomplete work is complete, as evidenced by a certification by the City and Project architect for the GSOC Project that the GSOC Project has been completed in a good and workmanlike manner and substantially in conformance with approved GSOC Project Plans; (c) a Notice of Completion has been recorded by the City for the GSOC Project; (d) any and all mechanic's and labor liens that have been recorded or stop notices that have been delivered with respect to the GSOC Project or the Contract(s) have been paid, settled, or otherwise extinguished, discharged, released, or waived; (e) a Certificate of Occupancy (C of O) has been issued by the City, and (f) all necessary basic HVAC commissioning needed prior to C of O has been certified as completed by the GSOC Project architect. 1.5 "Director" means the City's Director of Public Works or his designee. 1.6 "FF &E" means furniture, Fixtures and equipment described or otherwise included in the Plans. 1.7 "GSOC Project" means the "Girl Scouts Leadership Center" and the Improvements (as defined in the Lease) which shall include: the building; including mechanical, electrical, structural, communications and all other systems necessary for A13- 0035011.2.14 313 operation including any FF &E as identified in the GSOC Project Plans and Specifications; on -site sidewalks, walls and fences within the Leased Property; landscaping (except for landscaping and supporting irrigation adjacent to the front and easterly and westerly building elevations of the GSOC Project which City agrees to install and maintain in conjunction with the Marina Park Project); water, sewer, gas and electrical utility line connections necessary to serve the Property as defined in the Lease; building equipment and furnishings included in the building plans and specifications and any ancillary and incidental fixtures, structures, and improvements necessary to provide an operational Girl Scouts Leadership Center, as provided for in the Plans hereinafter defined. 1.8 "Notice of Completion" means a notice of completion as described in California Civil Code Section 9204. 1.9 "Plans" means the Design Development Plans or Final Construction Plans (as defined in the Lease), and approved by the City in its proprietary capacity as Lessor pursuant to Article 8 of The Lease. 1.10 " Representative(s)" means the Chief Executive Officer of the GSOC and /or their designee or GSOC's Construction Manager. 2. CONSTRUCTION AND CONTRACTOR SELECTION 2.1 While the GSOC shall design and construct or cause to be constructed the GSOC Project pursuant to the Lease, the Parties have determined that it would likely be more efficient for the GSOC Project and the City's Marina Park project to be constructed concurrently under the administration and contracting authority of the City, subject to the GSOC's reimbursement to the City of the Actual GSOC Project Costs. 2.1.1 GSOC shall identify and provide the Representative(s) to the City who shall be notified of construction meetings and have the authority to make Project related decisions for the GSOC. 2.1.2 City at its sole cost and expense may elect to complete a Pre - Qualification process including prequalification criteria and selection scoring for segments of City's Marina Park project and the GSOC's Project to determine a pre - qualified bidder's list. 2.1.3 GSOC, at its sole cost and expense, shall provide a complete set of Plans and all necessary building permits by the date identified in Section 4.1. 2.1.4 Prior to bid advertisement, the City shall have approved the Plans pursuant to the lease; and the GSOC shall have approved the plans, specification and construction estimate for the GSOC Project. Furthermore, once the City has permitted the GSOC Project Plans, the Parties shall not thereafter modify or add further conditions to the Bid Documents for the GSOC Project without the written consent of the other Party. A13- 0035011.2.14 314 2.1.5 If by the date identified in Section 4.1, the GSOC has submitted a complete set of plans and the necessary building permits are ready to be issued, then the City shall include in the GSOC Project in the Marina Park Construction Bid Documents by identifying the GSOC Project as an independent bid alternative (hereafter, "GSOC Bid Alternative ") to the Marina Park Project Construction Bid Documents. The GSOC Bid Alternative format shall be consistent with the bid documents prepared by the City for the Marina Park Project. 2.2 In the event the GSOC Project is included in the Marina Park Construction Bid Documents, then, upon City's receipt of bids for the Marina Park Project, the City shall inform the GSOC in writing of the City's bid analysis and recommendation as to the lowest responsible bidder submitting a bid for the construction of the GSOC Project alternative bid item ( "GSOC Bid Alternative ") prior to approval by the Newport Beach City Council. GSOC shall have five (5) business days to notify the City in writing that GSOC (i) approves the GSOC Bid Alternative for the Project; and, (ii) if GSOC elects to have City include the GSOC Bid Alternative the City's award for the Marina Park Project. 2.2.1 If GSOC timely notifies the City that it approves the GSOC Bid Alternative and advises the City in writing that they want the GSOC Bid Alternative included in the construction award for Marina Park Project, then the GSOC Bid Alternative will be included in the award for the construction of the Marina Park Project, unless the City rejects all bids. Upon the award of a construction contract for the GSOC Bid Alternative, the City will construct the GSOC Project subject to the reimbursement payment by GSOC of the Actual GSOC Project Cost for the GSOC Project with the power and authority to enter into and administer all contracts, and procure any or all necessary services, including without limitation general contractors, subcontractors, inspectors, and testing firms in compliance with the Plans. 2.2.2 In the event that GSOC does not timely provide written notice required by Section 2.2.1 that it approves the GSOC Bid Alternative or if GSOC fails to elect to have the City include the GSOC Bid Alternative in the City's award for construction of the Marina Park Project, the City will not be required to include the GSOC Bid Alternative in the City's award for construction of the Marina Park Project and may reject all bids received by the City for the GSOC Bid Alternative. Pursuant to the terms of the Lease, GSOC will then have the opportunity to construct the GSOC Project following the City's completion of the Marina Park Project. In this event, the City will deliver possession of a graded pad as contemplated by the Lease subject to the City's right to access the GSOC Property as reasonably necessary during the construction of the Marina Park Project and this Agreement will automatically terminate. 2.3 Unless otherwise agreed to by the City, Contractor selection will be based as follows: 2.3.1 Contractor will be selected by the City in its sole and absolute discretion, and based on the lowest responsive and responsible bidder for the Marina Park Project, plus any separate alternatives for which the City may have options for, A13- 00350/1.2.14 315 plus the GSOC Bid Alternative, if applicable. The City expressly reserves the right to reject any and all bids for any reason. 3. CONSTRUCTION OF GSOC PROJECT BY CITY 3.1 General. City shall cause the GSOC Project to be constructed on the Property in accordance with the Plans and this Agreement. GSOC will be responsible for ensuring that all necessary building permits have been obtained and ensuring that the Plans comply with all applicable building codes and construction requirements. 3.1.1 The GSOC's responsibility shall also include, but is not necessarily limited to, providing such necessary things as requisite building permits and the entitlements necessary for the planning, design and engineering of the GSOC Project. 3.1.2 The City's responsibility shall include obtaining all appropriate permits for the Marina Park Project, inspections, grading, installing utility connections, and necessary off -site improvements. Each party shall assume its own costs of design and construction management consultants. 3.1.3 GSOC hereby grants to City, its agents and assigns, a right to enter the Property (as defined in the Lease) for construction, inspection and administration purposes at any time in connection with the construction of the GSOC Project until Completion of the GSOC Project. 3.1.4 During the construction of the GSOC Project, City shall have complete access to the Property and will determine resolution of any and all questions regarding construction of the GSOC Project. City will use reasonable efforts to communicate with the GSOC Representative on issues relating to the GSOC Project. 3.2 Site Preparation. The Property shall be graded and utilities installed in accordance with a Grading Plan prepared by a licensed Civil Engineer and the Plan shall be reviewed and approved by GSOC and City. Approval of said Grading Plan by GSOC and City shall not relieve City of the responsibility for complying with all applicable requirements and permits. 3.2.1 City shall be responsible for delivering the Property in a rough grade condition to GSOC. City shall construct and install all necessary utility lines and /or conduits, including those for sewer, water, gas, telephone, and electricity, underground television to a point on the GSOC building pad where such lines and /or conduits will directly serve the GSOC Project, at which point, GSOC shall be responsible for all costs and installation of the utility lines directly serving the building including any connection fees, service fees, meter installation costs, cabling etc.. 4. CONTRACT MANAGEMENT AND ADMINSTRATION 4.1 Schedule. City has provided the GSOC with the current project schedule which identifies the construction of the Marina Park buildings and park improvement work as "Bid Package 3 ", which may include the GSOC Project provided the GSOC has A13- 00350/1.2.14 316 (1) obtained approval of the Plans from City in its capacity as Lessor and as required by Article 8 of the Lease; and (2) the necessary building permits are ready to be issued by January 17, 2014. GSOC shall diligently work with their design team to complete and have the permits for the GSOC Project Plans ready to be issued and will coordinate with the City so that the City can incorporate the GSOC Projects Plans into the overall Marina Park Bid Package 3 by January 17, 2014. The City will use its good faith effort to work cooperatively with GSOC and its design team to incorporate the GSOC Project Plans into the Marina Park Bid Package 3. Should the GSOC Project plans and specifications not be completed, ready for permit and coordinated into the City Marina Park Bid Package 3 by said date for any reason (unless said due date is extended in writing by the City), the GSOC Project will not be included and constructed as part of the City's Marina Park Project and the GSOC may construct their Project after the completion of the City's Marina Park Project per the terms of the Lease. 4.1.1 If the GSOC Project is included and constructed as part of the City's Marina Park Bid Package 3, the GSOC shall be provided with the awarded construction schedule and any update that occurs throughout the construction of the Marina Park Project. The GSOC may suggest schedule changes or modification to the GSOC Project; however the City shall have sole authority over the management, modification and /or changes to the construction contract and schedule. The cost for any schedule changes, extensions or delays requested by the GSOC shall be the sole responsibility of GSOC. Should any circumstance arise on behalf of the City or its Contractor that result in delays on other portions of the City Marina Park Project, the GSOC Project shall not be responsible for the time delays and any associated cost imposed by the contractor that can result in additional costs to the GSOC Project. The GSOC have no rights to claim damages for any and all project delays associated with either the Marina Park Project or the GSOC Project. 4.2 Submittals and Request for Information ( "RFI's) Processing. The GSOC Representative will be responsible for a timely response, review and approval of any contractor submittals and RFI's, including but not limited to product samples, mock ups, shop drawings, that GSOC wishes to review and approve. 4.3 Changes Regarding Surrounding Area or Infrastructure. City agrees to notify GSOC of any changes to the immediate surrounding area or supporting infrastructure that will have an impact on the GSOC Project and will coordinate with the GSOC on any implications to the GSOC Project. 4.4 Contractor Invoices. City shall process all invoices it receives relating to the construction of the GSOC Project and upon timely approval by the Director shall make all required payments to the Contractor based on the amount of construction completed. City shall retain 5% of any invoiced costs for the GSOC Project as contractor retention until Completion of the GSOC Project and retain any additional amounts necessary to secure the release of all stop notices or liens. 4.5 Project Site Visits. During the course of construction, the GSOC's identified construction manager and /or the identified GSOC Representative(s) for the A13- 00350/1.2.14 317 GSOC Project shall have full access the GSOC Project site provided they check -in and make arrangements with the Public Works Director or his designee and that proper safety clothing and gear are worn while visiting the construction site. From time to time, and upon prior approval from the Director or his designee, up to four other GSOC adult management members may visit the site provided they wear the necessary safety clothing and gears, and are escorted by the Director or his designee. 4.6 Cost of Completion and City Reimbursement. 4.6.1 GSOC Invoices. GSOC agrees during construction of the GSOC Project to make reimbursement payments to the City within thirty (30) days of GSOC's receipt of a City reimbursement payment request ( "GSOC Invoice ") commensurate with the portion of the completed construction of the GSOC Project as certified in writing by Director and as recommended by the Project Architect and /or City's Construction Manager. Such reimbursement payments shall be for the GSOC Actual Costs as defined herein. For any progress reimbursement payments by GSOC, City shall provide conditional lien releases or hold back appropriate funds to cover any claims associated with reimbursement payment. Upon Completion of the GSOC Project and prior to occupancy by GSOC, City shall provide a final cost reconciliation for the GSOC Project as approved by the Director, GSOC's Construction Manager and identified GSOC Representatives, all final lien releases, and GSOC shall make a final payment to City upon determination that the GSOC Project has been completed and within thirty (30) calendar days of receipt of the final GSOC invoice. 4.7 Change Orders. City shall bring any changes discovered, necessary or requested during construction as related to the GSOC Project to the attention of the GSOC's Representative, pursuant to Paragraph 2(a), who will, in turn, provide the necessary direction, action, approvals or rejections back to the City in a timely manner, but in no case more than five (5) working days of receipt from City, so that the City can prepare the necessary Directions and Change Orders to the City's Contractor. City shall furnish GSOC's Representative with copies of any change within a reasonable and timely manner for signature approval of any proposed changed condition to the GSOC Plan, Final Construction Plans or GSOC Bid Alternative contract provisions which affect the GSOC Project. 5. WARRANTY PERFORMANCE City shall require that the GSOC be named as a covered dual obligee in the warranty bond or other security covering the construction contract for the GSOC Bid Alternative maintained during the one year period following Completion of the GSOC Project by the City. 6. INSURANCE REQUIREMENTS 6.1 The City shall or shall cause each contractor, subcontractor, vendor, equipment operator and owner operator, in each such case to the extent such Person is engaged to perform construction of the GSOC Bid Alternative to, at all times prior to A13-0035011.2.14 318 Final Acceptance of the Project, maintain and deliver to the City and keep in full force and effect the following minimum insurance policies: 6.1.1 General Liability. General liability insurance which includes, but is not limited to coverage for personal injury, premises and operational liability, losses related to independent contractors, products and completed operations, contractual liability, explosion, collapse, and underground hazards having not less than a combined single limit of $1,000,000.00 6.1.2 Automobile Liability. Automobile liability insurance which includes, but is not limited to owned, non - owned, and hired automobiles, in the amount of not less than a combined single limit of $1,000,000.00 6.1.3 Worker's Compensation. Worker's compensation insurance required by the California Labor Code for all persons employed directly or indirectly by City or any contractor or subcontractor in conjunction with construction of the Project in an amount not less than $1,000,000.00 6.1.4 Builder's Risk. Builder's Risk Property Insurance covering damages to the GSOC Project for "all risk" or special causes of loss with limits equal to 100% of the completed value of the contract with coverage to continue until final acceptance of the GSOC Project by City 6.2 Each policy of insurance shall be issued by an insurer licensed to do business in the State of California by the California Department of Insurance which insurer shall have a Best Rating of Grade A and Class VII or better, provided that the policies of worker's compensation insurance may be issued by insurers with a Best Rating of not less than B- and Class VII or better or such insurance may be provided through the State Compensation Fund. 6.3 Each policy shall bear an endorsement that provides that (a) the GSOC and its appointed Board, officers, agents and employees are additional insured under the policy as to the work being performed on the GSOC Project; (b) that the coverage provided under the policy is primary and no other insurance carried by the GSOC will be called upon to contribute to a loss under the policy; (c) that the coverage shall not be cancelled without 30 days written notice to GSOC. 7. LIENS AND STOP NOTICES City shall notify the GSOC of any stop notice served upon the City related to the GSOC Project and /or Property. 8. COMPLETION OF GIRL SCOUTS LEADERSHP CENTER BY GSOC 8.1 Inspection, Punch List and Substantial Completion. 8.1.1 Inspection and Punch List. City shall complete all buildings, improvements, and facilities for an operational GSOC Project pursuant to this A13- 00350/1.2.14 319 Agreement and its subsections above. After construction is concluded, the GSOC Project shall be inspected by all Parties for approval of construction by City, and GSOC. The standards to be applied in approving the GSOC Project's construction shall be as follows: (a) City has constructed the facility substantially in accordance with the Agreement and Plans with all systems (including mechanical, electrical, structural and communications and other applicable systems) in operating condition and ready for use for the intended use; and (b) The work has been completed in a good and workmanlike manner; and (c) The facility complies with applicable government requirements including building codes, regulations, restrictions, permits and approvals from authorities of the appropriate jurisdictions; and (d) To the extent that any contractor, subcontractor or material suppliers have filed liens or claims relating to the GSOC Project, City shall have furnished the GSOC copies of written lien releases and releases for any claims for stop notices, mechanic's liens or rights to payment for labor and materials, pursuant to the form set forth in California Civil Code Sections 8120 et seq. from all contractors, subcontractor's and material suppliers covering the GSOC Project. 8.1.2 Substantial Completion. All Parties shall indicate in writing to City any punch list items which shall be resolved prior to final approval of the GSOC Project and issuance of a Notice of Substantial Completion. After issuance of a Notice of Substantial Completion, the Director and /or Project Architect, as applicable, shall certify to the following: (a) all work required by this Agreement, the Construction Contract(s) and Plans for the GSOC Project, including corrective work and minor deficiencies identified in punch list items or incomplete work is complete; (b) A Certificate of Occupancy has been issued by the City; (c) City shall have furnished to GSOC two sets of equipment instructions, guarantees, and warranties, as are provided by the respective manufacturers, for items installed as part of the City's contract for the GSOC Project. In addition, GSOC shall have certified that all required owner training has been provided by the Contractor for items requiring training for the GSOC Project. (d) All HVAC commissioning has been certified as completed. 8.1.3 Completion. After receiving notification from the GSOC that the GSOC Project has been completed in accordance with Section 8.1, City shall forthwith file with the Orange County Recorder a Notice of Completion, pursuant to provisions of Section 8182 of the California Civil Code, if applicable, which includes the GSOC A13- 00350/1.2.14 320 Project. The City shall furnish to the GSOC a duplicate copy of such Notice of Completion showing thereon the date of filing with said County Recorder. Upon passage of the statutory time period for filing of liens without additional liens or stop notices being filed, any previous or new recorded or stop notices that have been delivered with respect to the GSOC Project or the Contract(s) have been paid, settled, or otherwise extinguished, discharged, released, or waived the Project shall be considered to be a Final Completion and City shall be entitled to obtain any remaining reimbursement payments due to it pursuant to the Agreement. 8.2 Latent Defects. Unless otherwise provided by law, the City hereby conveys to GSOC a non - exclusive assignment of its rights and interests under all agreements and /or contracts pursuant to which any work or services were performed by the City's consultants, contractors or other agents or representatives on the GSOC Project to the extent necessary for GSOC to file and maintain a lawsuit or otherwise enforce its rights against any such person or entity under such agreements and /or contracts for defective work or workmanship, it being understood and agreed that such assignment shall apply only to documents and contracts to the extent applicable to the GSOC Project, and to contracts that provide for such non - exclusive assignment by City. In furtherance thereof, the City shall use its best efforts to include provisions in each of such agreements and /or contracts allowing for the assignment of such rights to GSOC. 8.3 Record Drawings. GSOC's Design Consultants and Construction Manager will be responsible for delivery of final "Record Drawings" of the Project. The GSOC shall within sixty (60) days following completion and acceptance of the Project by GSOC, furnish the City with a revised complete set of Mylar reproducible plans, and a CAD electronic set of the Project, "Record Drawings" which are reproducible drawings marked and updated by GSOC's architect during construction showing all changes from the original contract documents. 9. MAINTENANCE OF THE SITE Upon issuance of a notice of completion and satisfaction of all provisions of this Agreement, including complete payment by GSOC to City of the GSOC Project Costs, GSOC may occupy the GSOC Project and commence installation of FF &E not otherwise included in the Plans. 10. INDEMNIFICATION 10.1 GOSC shall indemnify, defend, and hold harmless City, its officers, directors, consultants, agents, and employees, from and against any and all claims, demands, losses, or liabilities of any kind or nature which City, its officers, directors, consultants, agents, and employees may sustain or incur or which may be imposed upon them, or any of them, for injury to or death of persons, or damage to property as a result of, or arising out of, the negligence or willful misconduct of GSOC, its officers, agents and employees, in connection with this Agreement except to the extent caused by the acts or omissions of City. A 13- 0035011.2.14 321 10.2 Likewise, City shall indemnify, defend, and save harmless GSOC its officers, directors, consultants, agents, and employees, from and against any and all claims, demands, losses, or liabilities of any kind or nature which GSOC, its officers, directors, consultants, agents, and employees may sustain or incur, or which may be imposed upon them, or any of them, for injury to or death of persons, or damage to property as a result of, or arising out of, the gross negligence or willful misconduct of City, its officers, agents and employees, in connection with this Agreement, except to the extent caused by the acts or omissions of GSOC. 10.3 The Provisions of this Section shall survive termination of this Agreement. 11. UTILITIES City shall be responsible for and pay, prior to delinquency date, all usage charges for utilities supplied to the Property during construction until a Notice of Completion is issued. Charges for utilities after Completion of the GSOC Project and during the Lease term shall be paid by GSOC in accordance with the Lease. 12. ASSIGNING, SUBLETTING, ARID ENCUMBERING PROHIBITED The rights and obligations of City under this Agreement may not be transferred or assigned by the City unless the written consent of the GSOC is first obtained, which consent GSOC agrees not to unreasonably withhold. However, City shall still remain bound by all the obligations of this Agreement, other than all obligations assumed by City's assigns (which assigns have been previously approved by GSOC pursuant to this Section) and obligations imposed upon issuance of building permits for improvements on the Property. Nothing in this paragraph shall be deemed to prohibit or require GSOC approval of the City entering into any construction management, or construction agreement reasonably necessary for the performance of the City's obligations under this Agreement and the provision of bonds or other security or insurance that guarantees or secures performance of each contractor or subcontractor there under, including without limitation performance bonds, labor and material bonds, or general liability or errors and omissions policies of insurance. If, after award of a construction contract for the GSOC Project, construction on the GSOC Project halts for any continuous period of one hundred eighty (180) days or more, GSOC may notify the City in writing that GSOC wishes to meet and confer with City to discuss whether the delay is such that the GSOC would like to terminate this Agreement. Upon receipt of such notice, the Parties shall agree to meet and confer for a minimum of thirty (30) days, or such longer length of time as may be agreed to in writing by the Parties. During the meet and confer period, the City will provide a mitigation plan setting forth the City's analysis of the construction delay and proposed measures, if any, necessary to recommence construction ( "Mitigation Plan "). GSOC shall reasonably review the Mitigation Plan in good faith during the meet and confer period. If after the meet and confer period, the GSOC reasonably believes that there is no reasonable A13- 0035011.2.14 322 foreseeable ability to recommence construction of the GSOC Project in a timely manner, the GSOC shall provide written notice to City of its election to terminate this Agreement. Within thirty (30) days after receipt of the notice, the City and GSOC shall execute written confirmation of the termination of this Agreement. In the event of a termination under this Section 13, the City and GSOC will negotiate in good faith to mutually agree to any refund of money GSOC has paid to the City for Actual GSOC Project Costs and /or any additional obligations of GSOC to reimburse the City. The provisions of this Section 13 do not apply to Force Majeure delays. 14. CITY AUTHORIZATION The City Manager of the City of Newport Beach is hereby authorized, on behalf of the City, to sign all documents necessary and appropriate to carry out and implement this Agreement and to administer the City's obligations, responsibilities and duties to be performed under this Agreement. 15. FORCE MAJEURE 15.1 Neither Party shall be deemed to be in Default where failure or delay in performance of any of its obligations under this Agreement is caused, through no fault of the Party whose performance is prevented or delayed, by floods, earthquakes, other acts of God, fires, wars, riots or similar hostilities, acts of terrorism, strikes or other labor difficulties, state or federal regulations, or court actions, acts or omissions of the other Party, third party suits, initiatives and referendum. Except as specified above, nonperformance shall not be excused because of the act or omission of a third person. In addition, in no event shall the time for performance of a monetary obligation, including without GSOC's obligation to make reimbursement payments to City be extended pursuant to this Section. 15.2 If either Party (the "First Party") believes that an extension of time is due to Force Majeure Delay, it shall notify the other Party in writing within thirty (30) calendar days from the date upon which the First Party becomes aware of such Force Majeure Delay describing the Force Majeure Delay, when and how the First Party obtained knowledge thereof, the date the event commenced, the steps the First Party anticipates taking to respond to such Force Majeure Delay and the estimated delay resulting from such Force Majeure Delay and response. The extension for Force Majeure Delay shall be granted or denied in the Second Party's reasonable discretion. If the First Party fails to notify the Second Party in writing of its request for a given Force Majeure Delay within the thirty (30) calendar days specified above, there shall be no extension for such Force Majeure Delay. All time periods under this Agreement may be extended for Force Majeure Delay. 16. GENERAL PROVISIONS 16.1 Time. Time is of the essence as to this Agreement. 16.2 Agreement Organization. The various headings and numbers herein, the A13- 00350/1.2.14 323 grouping of provisions of this Agreement into separate sections and paragraphs, and the organization hereof, are for the purpose of convenience only and shall not be considered otherwise. 16.3 Amendment. Any modification of this Agreement must be written and properly executed by both Parties. In the case of the City, amendments must be approved by the City Council. 16.4 Circumstances Which Excuse Performance. If the City hereto shall be delayed or prevented from the performance of any act required hereunder by reason of acts of nature, restrictive governmental laws or regulations, or other cause without fault and beyond the control of the party obligated (financial inability excepted), performance of such act shall be excused for the period of the delay and the period for the performance of any such act shall be extended for a period equivalent to the period of such delay. 16.5 Partial Invalidity. If any term, covenant, condition or provision of this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected, impaired, or invalidated thereby. 16.6 Waiver of Rights. The failure of City or GSOC to insist upon strict performance of any of the terms, covenants, or conditions of this Agreement shall not be deemed a waiver of any right or remedy that City or GSOC may have, and shall not be deemed a waiver of the right to require strict performance of all the terms, covenants, and conditions of this Agreement thereafter, nor a waiver of any remedy for the subsequent breach or default of any term, covenant, or condition of this Agreement. 16.7 City as Independent Contractor. In performing under this Agreement it is mutually understood that City is acting as an independent contractor and not an agent of the GSOC. The GSOC shall not have any responsibility for payment to any contractor, subcontractor or material supplier of labor or materials for the Project of City. 16.8 Remedies Limited. City and GSOC acknowledge they would not have entered into this Agreement if either were to be liable for any damages under or with respect to this Agreement. Neither the City nor the GSOC shall have any pecuniary liability under this Agreement for any act or omission of the GSOC or the City. In general, each of the Parties hereto may pursue any remedy at law or equity available for the breach of any provision of this Agreement, provided, that neither Party shall be liable in damages to the other Party. 16.9 Notices. All written notices pursuant to this Agreement ( "Notices ") shall be addressed as set forth below or as either party may hereafter designate by Notice and shall be sent registered mail, return receipt requested via the United States Postal Service, or made by personal delivery to each at: A13- 00350/1.2.14 324 CITY: City Manager City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA, 92658 -8915 With a copy to: Director of Public Works 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 -8915 City Attorney 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 -8915 GSOC: Nancy Nygren Chief Executive Officer Girl Scouts of Orange County 9500 Toledo Way, Suite 100 Irvine, CA 92618 16.9.1 All notices provided for herein shall be deemed effective upon receipt, if personally served or 48 hours after being sent registered mail, return receipt requested postage prepaid via the United States Postal Service. 16.10 Counterparts. This Agreement may be executed in two or more counterparts, each of which shall be identical and may be introduced in evidence or used for any other purpose without any other counterpart, but all of which shall together constitute one and the same agreement. [SIGNATURES ON NEXT PAGE] A13- 00350/1.2.14 325 IN WITNESS WHEREOF, the Parties have executed this Agreement the dates written below. APPROVED AS TO FORM: CITY O AT � NEY'S OFFICE Date: ��1�? Aaron C. Harp City Attorney ATTEST- Date.. /J ' � By: Leilani I. Brown City Clerk A 13- 0035011.2.14 CITY OF NEWPORT BEACH, a California municipal corporation Date: 1.. l(o . 1%4 By: Rush N. Hill, II Mayor GSOC: Girl Scouts of America, a California corporation Date: t Ae zz [END OF SIGNATURES] 326 ATTACHMENT C 0 girl scouts of orange county April 25, 2014 Girl $Cedof Orange County Dave Kiff, City Manager 9500 Toledo Way, Suite 100 City f Newport Beach Irvine, CA 92618 y p 949.461.8800 100 Civic Center Drive GirlScoutsOC.org P.O. Box 1768 Newport Beach, California 92658 -891 Board of Directors Re: Memorandum of Agreement for Construction of the Girl Scouts Officers Leadership Center in Marina Park and Payment Reimbursement Dated Julie Miller- Phipps Board Chair as of January 15, 2014 by and between the City of Newport Beach ( "City") and the Girl Scouts of Orange County ( "GSOC ") (the Becky Bailey- Findley "Memorandum ") First Vice Chair Doris Farinacci Ladies and Gentlemen: Second Vice Chair Christine Shingle[on We are in receipt of the City's notice dated April 18, 2014 of the Marina Park Secretary Susan King Package 3 -GSOC Bid Alternative Selection by the City of the lowest responsible Treasurer bidder. This letter shall serve as GSOC's notice to the City pursuant to Section 2.2 Nancy Nygren CEO of the Memorandum that GSOC has elected not to approve the GSOC Bid Members at Large Alternative for this project. Accordingly, the City is requested not to include the Danielle Arnerich -Combs Cyd Brandvein GSOC Bid Alternative within the City's Construction Contract for the Marina Park Nimesh Dave Donna Giordano project. Further, GSOC hereby advises the City that, unless an alternative Veronica Gray Said Hilal arrangement can be reached with the City as discussed below, GSOC intends to Molly Jolly Shannon Kennedy pursue the construction of the GSOC Leadership Center following completion of Irene Kinoshita llteo sag c etMe the City's Marina Park project in accordance with the Ground Lease by and Christine Scheuneman Marjorie Terrier between the City and Girl Scouts of Orange County recorded on July 8, 2013 in the Nella Webster- O'Grady Jennifer Williams- Peguero Official. Records of the Orange County Clerk- Recorder as Instrument No. Girl Advisory Members 2013000409086. Fiona Hines Afresh Javed Liza Villanueva It is our understanding that although the combined bid for the Project submitted by T.B. Penick and Sons, Inc. was the lowest combined bid, that the bid for the City portion of the Project by KPRS was the lowest responsible bid for the Project excluding the GSOC portion. Accordingly, the City may elect to proceed with the KPRS bid for the City work. In the event the City decides to select a bidder for the Project other than Penick or KPRS for any reason, including the unwillingness or inability of either Penick or KPRS to perform the work, GSOC would appreciate the opportunity to again evaluate the selected bid for the construction of the GSOC portion of the Project. Girl Scouting builds girls of courage, confidence, and character, 327 who make the world a better place. City Manager City of Newport Beach April 23, 2014 Page 2 Lastly, GSOC would like you to consider allowing GSOC to concurrently construct the GSOC Project utilizing a contractor of GSOC's choosing. This would obviously necessitate careful coordination with the City's contractor but we believe this is an opportunity worth exploring. We would appreciate hearing from you at your earliest convenience whether you are open to discussing this alternative. If you should have any questions or need additional information, please feel free to contact me at (949) 461 -8810. Very truly yours, 2 Chief Executive Officer cc: Dave Webb, Director of Public Works Leonie Mulvihill, Assistant City Attorney Girl Scouting builds girls of courage, confidence, and character, 328 who make the world abetter place. ATTACHMENT D Lee, Iris From: Beverly Bailey <bb @teamsei.com> Sent: Tuesday, April 15, 2014 5:57 PM To: Lee, Iris Subject: FW: Withdrawl of Bid - Marina Park Project From: Beverly Bailey Sent: Tuesday, April 15, 2014 5:54 PM To: 'ille @newportbeachca.gov'; 'dawebb @newportbeachca.gov' Cc: Scott Bailey; Kamel Khalil Subject: Withdrawl of Bid - Marina Park Project 15 April 2014 Ref: Contract No. 3897 -C Att: Iris Lee, P.E. 3300 Newport Blvd. P.O. Box 1768 Newport Beach, Ca. 92658 Dear Ms. Lee Thank you for your phone call. Please accept this notice as a formal request to withdraw our bid on the above referenced project. It is apparent that in the base bid we submitted, we failed to include a significant number. Our actual intended bid was $19,747,227 not $1,794,227. Thank you for your kind consideration towards including our company in the proposal process. We wish your agency much success in this notable project. Sincerely, Beverly Bailey CEO /Pres. Stronghold Engineering Inc. 329 ATTACHMENT E Perera Construction & Design, Inc. Lic. # B- 585965 April 17, 2014 Leilani Brown City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92260 RE: Newport Marina Bid # 3897 -C Bid protest City Clerk: Perera Construction hereby protest the above referenced bid based on the following conditions: 1. Perera did not receive the apparent low bidders (T. B. Penick and KPRS) complete bid documents that include the following: construction schedule, tree and landscape vendor qualifications and resumes of project staff, which were to be turned in with bid. 2. T. P. Penick omitted asphalt /concrete paving and ceramic tile from the subcontractor's information sheet. These trades were over % of 1 %. 3. KPRS omitted fire sprinklers, low voltage systems, asphalt paving, tree relocation, site furnishings, demo, toilet partitions and accessories, precast pavers, reinforcing steel and accessories. These trades were over % of 1 %. Please forward your response and information to Scott Sampson We look forward to your response. Sincerely, Scott Sampson Director Business Development 2890 Inland Empire Blvd. Suite 102 Ontario, CA 91764 1 Ph: 909.484.6350 1 Fx: 909.484.3439 1 Acct. Fx: 909.484.0885 330 Headquarters: 15435 Innovation Dr., Ste. 100 San Diego, CA 92128 NONE, 858.558.1800 Free 858.558.1881 New York Office: 31-00 47th Ave., Box # 10 Long Island City, NY 11101 MONL 877- 874 -8669 raa 866AI4.2636 CA License 185381 NV License 0066467 AZ License ROCZ12989 www.thpenick.com ATTACHMENT F T.B.PENICK NSONSEINC. Califomia • New York April 23, 2014 Leilani Brown City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92260 RE: City Clerk: Newport Marina Bid Response to Bid protest Per Perera Question: 2. "T. P. Penick omitted asphalt /concrete paving and ceramic tile from the subcontractor's information sheet. These trades were over 3h of 1%." T. B. Penick & Sons, Inc. reply: Our Asphalt Concrete Paving cost is not over 2/2 of 1%. Our listed Flooring subcontractor (Picket Fence) will also be performing Ceramic Tile. Sincerely, Fernando Idiaqui Senior Estimator loo•, GENERAL CONSTRUCTION • DESIGN -BUILD + CONSTRUCTION MANAGEMENT 331 ATTACHMENT G KPRS 2850 sa6un Wb T 714 672 0800 irfn@Irplsmc Oma.callorrra97821 F714677087T www.kpfSlwr. April 23, 2014 Leilani Brown City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92260 RE: Newport Marina Bid # 3897 -C Bid Protest Response Dear Ms. Brown, In response to the protest letter submitted by Perera Construction, dated April 17, 2014, KPRS offers the following response: 1. Perera did not receive the apparent low bidders (T. B. Penick and KPRS) complete bid documents that include the following: construction schedule, tree and landscape vendor qualifications and resumes of project staff, which were to be turned in with bid. All requested documents in questioned was submitted at time of bid by KPRS. 3. KPRS omitted fire sprinklers, low voltage systems, asphalt paving, tree relocation, site furnishings, demo, toilet partitions and accessories, precast pavers, reinforcing steel and accessories. These trades were over % of I%. The reason for not listing the trades in questioned are as follows: • Fire Sprinkler— Below 1/2 of 1% • Low Voltage — Carried with Electrical (Melsmith) • Asphalt Paving - Below ''% of 1 % • Tree Relocation — Carried with Landscaper (Valley Crest) • Site Furnishings— KPRS will purchase direct • Demo — Carried with Earthwork (Tetra Tech) • Toilet Partition & Accessories — KPRS will purchase direct • Pre -Cast Paver — Below '/2 of 1% • Reinforcing Steel — Carried with Concrete (AG) If you have any other questions or concerns, please feel free to contact me at (714) 364 -6616. Sincerely, Chuck Lam Purchasing Manager Cc: Joel Stensby, KPRS Construction Lev Rabinovich, KPRS Construction Paul Kristedja, KPRS Construction KPRS Conntrucllun Swvkn. Inc. Expecia m Innovation Dalraffan 332 ATTACHMENT H City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Attention: Subject: Reference: Ms. Lee, April 23, 2014 Iris Lee, Project Manager - Public Works Department Bid Protest Due to Insufficient Contractor Requirements Contract 3897C: Marina Park Package 3 — Building & Site Development On behalf of Techno Coatings, Inc. —a SSPC QP -1 & QP -3 certified industrial painting contractor we are submitting a formal bid protest due to the lack of SSPC QP -1 or QP -3 certified contractor participation as according to the published bid results for the above referenced project. Certifications for qualified painting applicators ensures that the specified project requirements are delivered correctly without the result of costly issues after construction has been completed. These requirements were specified in the contract bidding documents specifically referenced in Section 05 1200 "STEEL FRAMING' (1.04, 1.05, 1.06), and 09 9600 "HIGH PERFORMANCE COATINGS" (1.04, 1.05, 1.06). The SSPC QP requirements were endorsed by Tnemec Company Incorporated —the specified paint manufacturer whom we have worked closely with on such notable jobs as the Anaheim Regional Transportation Intermodal Center (ARTIC) and repainting of the Las Vegas Convention Center among many others. Although it is tempting to forego the contractor requirements, Techno Coatings, Inc. cautions against this. A local example is with the Oasis Senior Center. Techno Coatings worked with ggkworks to develop a corrosion mitigation solution on this project after the non QP contractors involved failed to provide the specified paint system. This error quickly resulted in visible and accelerated corrosion which was estimated to cost over $ 500,000.00 last year to restore the steel and metal works to its original specified condition! For these reasons we find it in the best interests of the City of Newport Beach and taxpayers to evaluate the bid results and strictly enforce the QP Contractor Qualifications requirements. Very Truly Yours, Techno Coatings, Inc. Charles Pham — Project Manager, Field Coating Division / Techno Coatings, Inc. Chris Radovich — Plant Manager, Shop Coating Division / Techno West, Inc. Attachments: Techno Coatings, Inc. SSPC QP -1 & QP -3 Qualifications, Techno West SSPC QP -1 & QP -3 Qualifications, SSPC Certification Quality Program Summary. 1391 ALLEC STREET ANAHEIM. CALIFORNIA 92805(714)635 -1130 FAX(714)635 -6357 333 SSPC QP Certification identifies companies with industry- standard capabilities and a commitment to exceptional quality. To be QP 1 and QP 3 certified, contractors must demonstrate competence in several key areas: • Management procedures • Quality control • Safety and environmental compliance • Technical capabilities. QP 2 certification requires demonstrated competence in four additional areas: • Management of hazardous paint removal projects • Technical capabilities related to hazardous paint removal • Personnel qualifications and training • Safety and environmental compliance programs. The QP 6 program evaluates the qualifications of contractors to apply thermal spray coatings of aluminum, zinc, and their alloys for corrosion protection of steel and /or zinc anodes on steel reinforced concrete. Companies seeking QP S certification must demonstrate their ability to: • Perform substrate evaluation, repair, and treatment • Conduct surface preparation operations • Install coatings and surfacings over concrete -based substrates • Implement their quality program in the field • Meet the conditions and restrictions specified by the owner. Why do owners need a certified contractor? Today's marketplace and advanced coating systems require owners to be more selective when awarding projects. Including SSPC certification in your selection process can provide you with a valuable tool for identifying contractors with industry - standard capabilities and a commitment to exceptional quality. Hiring an SSPC certified company provides numerous advantages: • Competent contractors • Clear and concise project specifications • Confidence in specifying new technology • Consistent inspection • Safe and reliable project work • Simplifies the work of developing a list of qualified bidders For more Morrrfation, contact: 334 SGP( The Society For Protective Coatings Of Techno Coatings, Inc. Anaheim, CA has met or exceeded the requirements set forth in the SSPC Painting Contractor Certification Program for FIELD APPLICATION OF COATINGS COMPLEX STRUCTURES SSPC-QPI President, SSP March 31, 2014 — March 31, 2015 ..................................... ............................... Validation Period Ott nm arc ad, i,ed to contact SS PC at 412 - 281 2.931 cm. 2235 ore v 2209 tot crify au thenticit) of certification. 335 go The Society For Protective Coatings Of Techno Coatings, Inc. Anaheim, CA has met or exceeded the requirements set forth in the SSPC Painting Contractor Certification Program for tQNTRAcr N C Cj 01 INI)USTRIIAIL HAZARDOUS QPZ FAINT REMOVAII. ..A» .. ............................... _... . ...... ....... ................ ............................... Category Presideat, SS March 31, 2014 — March 31, 2015 ................................ ............................... I �h.datioa Period Oe ners are ad, ked to contact SS PC at 412- 281 -2331 eNt. 2235 or ext.2209 to verify authenticity of certification. 336 The Society For Protective 'Coatings �)f Techno West, Inc Anaheim, CA has met or exceeded the regilircments set forth in the SSPC Painting Contractor Certification Program fior SHOP APPLICATION OF PROTECTIVE COATINGS SSPC,,,,,,QP 3 Enclosed Shop .................... ........... President, SSPC March 31, 2014 — March 31, 2015 ..................................... ............................... I alidation Period Owners are advised to contact SSPC at 412 -281 -2331 eat. 2233 or ext. 2209 to verify authenticity of certification. 337 516114 MARINA PARK MASTER BUDGET City of Newport Beach ATTACHMENT 338 TASK DESCRIPTION BUDGETED DETAIL COST BUDGETED TOTAL ACTUAL DETAIL COST ACTUAL TOTAL COMMENTS 1 CONCEPTUAL DESIGNIPERMITTING $ 1,680,441 $ 1,680,441 Complete 2 LAND ACQUISITION $ 600,000 $ 600,000 In Process - A mement approved by Council 3 SOFT COSTS $ 5,035,156 $ 5,035,156 Still Includes $271547 Design Contingency 4 HARD COSTS $ 29,543,281 $ 28,894,658 Still Includes $2,598,508 Construction Contingency a b c d e f PACKAGE 1: Demolition and Tree Relocation Original Contract Remainder of 10% Contingency (Began with $40,513) Change Order No. 1 PACKAGE 2: Marina Basin Construction Original Contract Remainder of 10% Contingency (Began with $457,608) Change Order No. 1 PACKAGE 3: Community Center and Park Original Contract Remainder of 10% Contingency (Begin with $1,874,800) PACKAGE 4: Docks Original Contract Remainder of 10% Contingency (Begin with $266,100) PREVAILING WAGE CONTINGENCY - COURSE OF CONSTRUCTION $ 410,471 $ 3,671,724 $ 17,421,081 $ 2,217,741 $ 3,883,764 $ 1,938,500 $ 405,130 $ - $ (67,516) $ 4,576,079 $ 457,608 $ (26,543) $ 18,748,000 $ 1,874,800 $ 2,661,000 $ 266,100 Ind Unlimited Environmental Inc. None Used in Contract Credit for Mobile Homes The Dutra Group Contingency Remaining Deletion of Deadman Support KPRS Construction Services Inc. Contingency Remaining Includes roughly 90k in dock FF &E Contingency Remaining Now Included in Actual Direct Costs 5 FIXTURES, FURNISHINGS, & EQUIPMENT FF &E $ 560,000 $ 560,000 6 CITY RESERVE $ 2,081,099 $ 2,081,000 PROJECT TOTAL $ 39,500,000 $ 38,851,255 338