HomeMy WebLinkAbout09-01-13 City Hall PSA with CW DriverCITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No.
January 13, 2009
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Stephen Badum
sbadum(ocity.newport- beach.ca.us
949 - 644 -3311
SUBJECT: CITY HALL AND PARK MASTER PLAN PROJECT - APPROVAL OF
PROFESSIONAL SERVICES AGREEMENT WITH CW DRIVER FOR
PROGRAM MANAGEMENT SERVICES
RECOMMENDATIONS:
Approve a Professional Services Agreement with CW Driver, of Irvine, California, for Pre -
Design Phase 1 program management services at a contract price of $233,660 and
authorize the Mayor and the City Clerk to execute the Agreement.
I06Kfl11*1 Is] .F
Pre - Design Phase 1
The level of complexity and importance of the City Hall and Park Project requires
dedicated program management and specialized expertise. With the current demands
on staff associated with the City's aggressive capital improvement program, it was
determined that hiring contract professional services to provide management of the City
Hall and Park Project would be the most appropriate action. To that end, staff solicited
requests for qualifications (RFQ) from program management firms and received 24
responses. The City staff selection committee reviewed and ranked each RFQ and
established a list of seven finalists as follows:
Barnhart, Inc, (Heery Intl.),
C.W. Driver
Gafcon, Inc.
Griffin Structures, Inc.
Pinnacle One (Arcadis Co.)
Traker Development
Voit Development
The seven finalists were interviewed by the City Building Committee and C.W. Driver
was selected as the best qualified firm to provide program management services.
City Hall and Park Master Plan — Approval of Professional Services Agreement with C W. Driver
January 13, 2009
Page 2
In general, the proposed work scope includes managing all aspects of the project
design and construction with special attention to schedule, cost and quality. C.W.
Driver will perform as an extension of staff reporting to the Public Works Director. The
work performed by C.W. Driver will occur in three phases with only Phase I work being
covered by this contract.
Phase I — Pre - Design Management Services
Phase 1 includes pre- design program management and coordination services through
the start of the design phase of the Project. Such services include:
• Provide staff support, as required, to the City's Building Committee and City Hall
Design Committee, concept development, public outreach, and general
communications.
• Review, update and confirm with City Staff and the City's Building Committee
existing City program information including the most current needs assessment.
• Review and understand the existing City Council adopted design guidelines,
design parameters, codes, and requirements affecting this project.
• Coordinate and manage the activities of the City's design team including
geotechnical, traffic, and EIR, and other related consultants.
• Assist the City in developing a Program Budget including all project cost such as
usual and customary consultant /permit/fees soft cost, building construction,
onsite and offsite mitigation cost, other indirect cost, outfitting with furniture and
equipment, moving cost, financing cost, and any other cost that can be
anticipated to be incurred in a public project of this scope and function.
Phase II - Design Management Services
Phase II involves pre- construction management and administration services, including
design management and coordination services for the project from conceptual design,
schematic design, design development, and the production of construction documents
through the issuance of a building permit. The Program Manager (PM) and its team will
review and coordinate all design work on behalf of the City. Work scope in this phase
includes:
• Coordinate and manage the City's design team in its delivery of Architectural and
Engineering (A &E) services, including all required specialty consultants such as
geotechnical, traffic, noise and civil engineering design with special emphasis
placed on the following activities:
C, Addressing functional needs for the City Hall, Park and Parking Facility as
defined in the City's project program.
• Addressing the neighborhood context.
• Coordinate all aspects of on -site improvements, all required off -site
improvements, all on -site and off -site utilities, and any other applicable
improvements.
• Addressing the principles of sustainability during the design process as
may be directed by the City.
• Incorporation of depletable resource conservation, LEED, and operational
efficiencies as requested by the City.
City Hall and Park Master Plan — Approval of Professional Services Agreement with C W. Driver
January 13, 2009
Page 3
o Addressing the importance of design, drawing and specification all
complying with applicable local and State codes and design standards.
• Coordinate the City's CEQA compliance and environmental approval process,
and integrate into the project.
• Develop budgets and or cost estimates at each phase of the design process and
recommend design modifications as necessary utilizing Value Engineering
principles to seek to keep at or below the construction budget established for the
Project.
• Provide periodic design and constructability reviews.
• Provide construction logistic studies including evaluating potential locations for
construction trailers, layout area, material storage, construction staff parking and
other required areas to facilitate construction within the Project site and
identification of additional off -site locations if required.
• Develop and maintain overall Project schedules and manage the Project to
ensure that timeframes for deliverables and processes prior to construction are
met.
• Provide a quality check on the final construction document and specifications.
• Manage appropriate furniture, fixture and equipment bidding /procurement and
installation.
• Prepare a Storm Water Pollution Prevention Plan (SWPPP), file a Notice of
Intent (NOI) with the State Water Resources Control Board, and secure a Waste
Discharger Identification (WDID) number.
• Assure incorporation (and respond to) all Building Official and other permitting
agency comments as appropriate, and facilitate the permitting process.
• Secure City issued building permits and all other jurisdictional permits required to
construct the Project.
Phase III — Construction Management Services
Phase III includes comprehensive Construction Management services during
construction and post- construction phases of the project including the installation of
furnishings, fixtures, and equipment (FF &E) and coordination of move -in. Work scope
in this phase includes:
• Managing the public bidding and award process in full compliance with the Calif.
Public Contract Code.
Providing full and complete construction administration, coordination and
construction observation services during and following construction, including
but not limited to the following:
:• Onsite administration and management
❖ Coordination of all Project consultants under direct contract to the City
❖ Project and construction cost management
❖ Quality assurance, inspection, and quality control
❖ Coordinate with the City's Building Inspectors
Dispute resolution
Submittal coordination
❖ Management of Requests for Information (RFI)
❖ Change order review and negotiations
City Hall and Park Master Plan — Approval of Professional Services Agreement with C W. Driver
January 13, 2009
Page 4
Manage construction materials testing, and specialty inspection services
❖ Provide schedule analysis and continuous updates
❖ Manage project close -out, including assuring the A &E team provides
complete record (As- Built) drawings
❖ Construction punch -list management and completion
Manage substantial and final completion processes, and project acceptance.
Compile program warranties
Deliver operations and maintenance manuals
Coordinate the installation of FF &E and move in activities
•:• Manage final payment and project closeout for all consultants and contractors
under direct contract with the City
❖ Coordinate warranty work for a period of up to one year
At this time, Staff recommends the proposed contract include only Pre - Design Phase I.
Upon successful completion of Phase I, staff will negotiate an amendment to this
contract to continue with Phase ll, Design Management Services, of the project. Prior to
the beginning of Phase III, Construction Management Services, with the goal of
determining the most economically and efficient way to proceed with the construction of
the Project addressing Project budget, schedule and control, the City and the PM will
determine whether the construction of the Project shall be contracted under a
Construction Management at Risk or General Contractor Agreement. The PM
agreement will therefore by augmented or adjusted accordingly to incorporate the
agreed upon method of construction.
The proposed fee for program management services for Phase I, Pre - Design /Concept,
is $223,600 with a $10,000 allowance for reimbursables for a total cost not to exceed
$233,600 on a time and materials basis per the attached proposal and hourly rates.
Environmental Review:
Architectural and Engineering services are not projects as defined in the California
Environmental Quality Act (CEQA) Implementing Guidelines. Staff is currently
conducting a selection process to retain and EIR consultant who will prepare
environmental documentation for the project.
Funding Availability:
There are sufficient funds available in the following account:
Account Description Account Number Amount
City Hall and Park Design 7410- C1002009 $ 233,660
$ 233,660
Submitted by:
Stephen G. Badum
Public Works Director
Attachment: PSA with CW Driver