Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout15 - OASIS Senior Center Program ManagementCITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 15
February 26, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Stephen G. Badum, Public Works Director
949 - 644 -3311 or sbadum @city.newport - beach.ca.us
SUBJECT: Oasis Senior Center Program Management — Approval of
Professional Services Agreement with GKK Works
RECOMMENDATIONS:
1. Approve a Professional Services Agreement with.GKK Works, of Irvine, California,
for program management services at a not to exceed price of $89,090 and authorize
the Mayor and City Clerk to execute the Agreement.
2. Approve a budget amendment appropriating $89,090 from the General Fund
unappropriated fund balance to Account 7453- C1002007.
DISCUSSION:
As recommended by the City's Finance Committee, City staff solicited proposals from
qualified firms to provide program management services with a potential option to utilize
program manager at risk project delivery for the design and construction of the new Oasis
Senior Center (See attached Request for Proposals). Two firms, C.W. Driver and
Douglas Barnhart, declined to propose. Proposals were received from the following firms:
• GKK Works
• Griffin Structures, Inc.
• Heery International, Inc.
• Regent Development OC
Proposals were reviewed by the selection committee (Wes Morgan, Dave Webb, and
Steve Badum) and rated as to their qualifications, project management capabilities,
experience and project approach with respect to quality and cost control. During the
review process, Griffin Structures withdrew from the process citing recent workload
changes that would not enable them to provide the appropriate level of service. Upon
extensive review of the resultant proposals, the staff selection committee selected GKK
Works as the most qualified firm to provide program management for the Oasis Senior
Center project (See attached Proposal and Phase I Fee Proposal). GKK Works has
Oasis Senior Center Program Management —
Approval of Professional Services Agreement with GKK Works
February 26, 2008
Page 2
extensive experience with similar municipal projects. The City has also had a very
positive experience with GKK Works with their recent construction management of the
Newport Coast Community Center and .the Santa Ana Heights Fire Station and Training
Facility. While all of the proposing firms had capable teams, the experience level of this
team was cited by the selection committee as justification for this selection. Staff has
negotiated a not to exceed fee of $89,090. The scope of work proposed includes all
project management services from design through the completion of design development
plans and the submittal of the. optional guaranteed maximum price (GMP). GKK Works
will serve as an extension of City staff managing all aspects of the project. The specific
work tasks are as follows:
• Preconstruction management and administration
• Review of existing program to date and guidelines
• Coordinate and manage City's Design team thru Design Development including
Architect, Engineers, geotechnical, and other specialty consultants
• Develop overall project costs and estimates at each stage of the design process
• Coordinate the CEQA process
• Coordinate the development of all design documentation
• Assure compliance with applicable codes and standards
• Coordinate incorporation.of energy efficiency, LEED, and operational efficiency
• Assure principles of sustainable design,
• Coordinate all aspects of onsite and offsite design including utilities, traffic
circulation, and other issues
• Provide periodic value engineering and design and constructability reviews
• Develop and maintain project schedules
• Provide a bonded GMP at the conclusion of the design development process
The contract is set up on a time and materials basis with an allowance for reimbursable
expenses. The scope of work anticipates a maximum of 12 weeks until completion of
design development plans and the submittal of an optional GMP.
Upon completion of design development and the submittal of the GMP, the City Council
may accept the GMP and enter into an "At Risk" project delivery contract with GKK
Works. If the City Council rejects the GMP and elects to continue in the traditional project
delivery, staff will negotiate a "not to exceed" time and materials contract for construction
management services with GKK Works to manage the project through construction and
move in.
Environmental Review:
Program management services are not a project as defined in the California
Environmental Quality Act (CEQA) implementing Guidelines.
Oasis Senior Center Program Management —
Approval of Professional Services Agreement with GKK Works
February 26, 2008
Page 3
Funding Availability:
With the approval of the requested Budget Amendment, there are sufficient funds
available in the following account for the project:
Account Description
General Fund
Prepared by and Submitted by:
Director
Account Number Amount
7453- C1002007 $ 89,090
Total: $ 89,090
Attachment: Professional Services Agreement
City of Newport Beach
Public Works Department
Newport Beach, California
Request for Proposals
Program Management
Professional Consulting Services
For the Delivery of a New Oasis Senior Center
Building and Related Facility Components
January 11, 2008
TABLE OF CONTENTS
REQUEST FOR PROPOSALS
I. EXECUTIVE SUMMARY/ INTRODUCTION ...................................... ...............................
1
II. PROJECT DESCRIPTION ........................................................................ ...............................
1
III. SCOPE OF SERVICES ............................................................................. ...............................
i
Objective............................................................................................. ...............................
1
Phasesof Work .................................................................................. ...............................
2
PhaseI ................................................................................................. ...............................
2
PhaseII ................................................................................................ ...............................
3
IV. SUMMARY LIST OF TASKS .................................................................. ...............................
4
V. AGENCY RELATIONSHIP AND DUTY .............................................. ...............................
5
VI. FIXED -FEE PROFESSIONAL SERVICES ............................................. ...............................
6
VII. QUESTIONS REGARDING THIS RFP ................................................ ...............................
6
VIII. TENTATIVE PROJECT SCHEDULE .................................................. ...............................
6
IX: SUBMISSIONOF PROPOSALS ............................................................ ...............................
6
X. PROPOSAL CONTENT AND FORMAT .............................................. ...............................
7
XI: SELECTION PROCESS ........................................................................... ...............................
8
XII, SELECTION CRITERIA ......................................................................... ...............................
9
XIII. DESIGNATED REPRESENTATIVES ................................................. ...............................
1a
XIV. CITY STANDARD AGREEMENT AND INSURANCE .................. ...............................
iC
APPENDICES
EXHIBIT A - OASIS SENIOR CENTER PROGRAM CONCEPT
EXHIBIT B - CITY STANDARD PROFESSIONAL SERVICES AGREEMENT (PSA)
REQUEST FOR PROPOSAL
I. EXECUTIVE SUMMARY / INTRODUCTION
The City of Newport Beach, California (City) is soliciting Request for Proposals (RFP) for selection of a
Program Management firm for work related to the delivery of a new Oasis Senior Center (Project), in
accordance with the terms, conditions, and requirements set forth in this RFP. Program Management
professional services are being sought by the City for work in two phases; this RFP is for the execution of
Phase I only.
Phase I includes schematic design, design development, and pre - construction program management and
professional services through the completion of the Design Development phase of the Project, at which
point the program manager (PM) will submit to the City a Guaranteed Maximum Price (GMP) proposal for
the delivery of the complete and operational Project. The City at its sole discretion will elect whether to
contract with the PM using the GMP and at risk project delivery or to continue traditional program
management through completion of the project, which is known as Phase II.
Phase II of this RFP will include professional program and construction management services for review
and management of the completed construction documents, bidding, construction management, and post
occupancy services for the Project and related site improvements in either an "at Risk" (PMQR) or traditional
project delivery scenario.
The preliminary budget for the entire Project is approximately $20 million which would include, all costs
for,site demolition, geotechnical investigation, insurances, construction, professional fees, testing, permits,
administration, furnishings, fixtures, equipment, costs to occupy the project and project contingency.
II. PROJECT DESCRIPTION
The current Oasis Senior Center is located at 800 Marguerite Avenue in Corona del Mar (Newport Beach,
California). The property is bounded by Marguerite Avenue, 5u Street, and Narcissus Avenue as shown in
Exhibit A.
The City has contracted with Robert R. Coffee & Associates (RCA) to provide architectural and engineering
design services for the Project. The City completed a needs assessment and program study in 2007. This
study is the basis upon which the new facility is being planned. The estimated gross size of the new facility
is approximately 36,500 GSF.
The Project itself consists of demolition of existing buildings, parking lot and the removal of necessary
landscaping.
III. SCOPE OF SERVICES
Objective
The objective of this RFP is for the City to identify and select a PM firm to provide professional program and
construction management services on a continuous and integrated basis during the design, preconstruction,
construction, and occupancy phases of the Project as described in this RFP.
Phases of Work
The City seeks to retain PM with the potential to employ the "at Risk "(PM ®R) project delivery system to aid
the City in the review and management of the architectural and engineering aspects of the Project and
advise on related strategies affecting quality, cost containment, environmental considerations, sustainability,
efficient design, and constructability of this Project. The PM will contract with the City in two phases.
• Phase I will include all requisite pre - construction phase services and culminate in the preparation and
submission of a GMT for the Project.
• Phase II will include the review and management of the construction documents, preparation of bid
packages for the various trades, management of the complete bidding process (including pre - qualification
processes) through award, and the management and supervision of all principal and specialty trade
contracts, and Project construction through post-occupancy-
Upon selection of the PM by the City, the resulting contract will authorize the PM to provide pre -
construction Phase I services only, including without limitation the provision of a GMP for the final
completion of the overall Project.
Subsequently, at the completion of the pre- construction Phase I services, and in accordance with the terms
and conditions of this RFP, if the City elects to accept the GMP, the City and PM will seek to negotiate and
execute a contract to include the accepted GMP and all Phase II elements.
Phase I
Phased (pre-construction services) will begin with review of the City program and Project description and
current status of project design; And continue through the issuance of the PM's GMP to the City, as
established by contract terms between the City and the PM. The GMP shall be submitted within forty -five
(45) days after completion and approval of the Design Development (DD) Phase, or sooner if mutually
agreed upon by the City and Pjvl.
During the Phase I Pre - construction work, the City's architect will provide all required architectural and
engineering services. It is anticipated that the Architect shall remain under direct contract with the City. The
PM and its team will review and coordinate this design work on behalf of the City. The PM
and its team will utilize its skills and knowledge of construction to develop schedules, recommend the
addition or deduction of alternatives, prepare construction cost models and estimates, conduct value
analysis studies, study labor and material conditions, identify and address constructability issues, and
advise on the most efficient sequencing of construction work for the Project. Included in Phase I are all PM
activities necessary to prepare and submit a GMP to the City. In addition to the above, the PM will provide
technical assistance to City staff in conjunction with the temporary relocation of senior services and
administrative offices.
Generally, it will be the responsibility of the PM and its team to utilize its skills and knowledge of program
management, design, construction and overall project delivery to: develop schedules; prepare overall
detailed Project cost estimates; and, in any other way deemed necessary, contribute to the successful
development of the Project during the pre - construction /design phase.
The City will pay the PR a Fixed, Not -to- Exceed Professional Services Fee for Phase I services of the Project.
Such fee shall include all costs associated with the PM and its team providing all Phase I services through
the submission of the GMP.
2
Phase II
If the City, in its sole discretion, elects to accept the GMP and proceed with Phase H services, then the City
and the PM will endeavor to enter into the Phase 11 contract. If the City, at its sole discretion, elects to reject
the GMP, the City and the PM will endeavor to enter into the Phase II contract using the City's traditional
project delivery and management process.
The Phase 11 PM contract with the City shall include all construction activities necessary to complete the
Project. The PM shall provide, or cause to be provided, a performance and payment bond for all direct
Project costs to the City in a form acceptable to the City.
The PM and its team will provide all project management services through the completion of construction
documentation (including plans, specifications, and bid packages); manage contractor pre - qualification
processes; coordinate public bidding process; and provide all services to manage and effect the construction
of the Project, including the management of all trade contracts. This work also includes, without limitation:
change order review, quality control/ inspections, schedule maintenance, cost control measures, all
meetings, review processing, obtain necessary governmental approvals, tracking and monitoring of shop
drawings and Requests For information and substitution requests, resolution of claims by all Trade
Contractors, and coordinate all inspections, including the coordination of final inspections and dose -out
documents with the City and the City's Architect / Engineer.
The prequalification process is subject to City approval, and the pre- qualification criteria (if any) shall be,
determined by the City and the PM to address quality, performance, capacity to perform, and other factors
deemed appropriate by the City and PM.
The City will publicly bid the trade contracts in accordance with the California Public Contract Code. All
bids: will be opened by the Office of the City Clerk at the specified time and location in accordance the City's
bid process, Upon award by the City Council, these contracts will be assigned to the PM and shall assume
contract owner responsibilities.
The City will pay the PM for its Phase 11 services using a Fixed Fee for Professional Services. The City will
also pay for applicable reimbursable costs, for actual expenditures only, out of a mutually agreed upon
allowance under General Conditions, General Requirements, and other miscellaneous specified allowances
agreed upon by the City.
IV. SUMMARY LIST OF TASKS
A detailed Scope of Work is not included here. A summary of the anticipated services by the PM and its
team shall include, but is not limited to, the following:
Phase I: Services:
• Pre- construction management and administration.
• Review of existing City program information.
• Review of the existing City design guidelines and requirements affecting this project.
• Coordinate City s design team in its delivery of Architectural and Engineering (A &E) services during pre -
construction (conceptual, schematic and design development phases).
• Develop overall project cost estimates at each stage of the design process.
• Coordinate the Cites CEQA compliance and environmental approval process, and integrate into the
project.
• Coordinate the development of all required design documentation at completion of conceptual, schematic,
and design development phases to reflect numerous design considerations, including the functional needs
of the City and the neighborhood context.
• Assure design compliance with all applicable local and State codes and design standards.
• Assure incorporation of energy conservation, LEED, and operational efficiency as requested by the City.
• Assure principles of sustainable design, as may be directed by the City.
• Coordinate civil engineering design services on behalf of the City.
• Manage the City's Architect/ Engineers and related specialty consultants such as geotechnical, traffic,
noise, and other related services.
• Coordinate all aspects of the design development including all on -site improvements, all required off -site
improvements, all on -site and off -site utilities, and any other applicable improvements.
• Develop cost estimates at each phase of the design process and recommend design modifications
accordingly to seek to keep the GMP at or below the construction budget established for the Project.
• Provide periodic design and constructability reviews.
• Perform periodic Value Engineering as may be required to meet and maintain City budget parameters.
• 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 bonded (direct cost component) overall GMP for delivery of the Project and all related on and
off site improvements including payment and performance bonds in a form acceptable to the City.
Phase II: Services:
• Coordinate the preparation of Construction Document (CD) plans and specifications to submit to the
appropriate City Departments and all necessary entities for review, approval, and permitting.
• Review and coordinate final construction document specifications, shop drawings, and submittals.
• 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.
• Manage the public bidding and award process (in full compliance with the Calif. Public Contract Code).
• Provide full and complete construction administration and construction observation (CACO) services
during construction.
• Provide all program and construction management and administration services during construction of the
facility, including
Onsite administration and management.
v Project And. construction cost management.
H Quality assurance and quality control.
Dispute resolution.
Submittal review.
s Management of:Requests for Information (RFI).
Change order review and negotiations.
Provide and manage construction engineering services.
Provide construction surveying, materials testing, and specialty inspection services.
Schedule analysis and continuous updates.
Deliver record (as- built) documents and manage project close -out.
Provide post - construction services, including construction punch -list management and completion.
Manage substantial and final completion processes, and project acceptance.
Deliver final record drawings ( "as- builts ").
Deliver program warranties.
Deliver operations and maintenance manuals.
Manage final payment and project closeout.
V. AGENCY RELATIONSHIP AND DUTY
The PM shall serve as surrogate City staff. The Project will be an 'open book" project whereby the City may
attend any and all meetings, and the City or its designated auditors or accountants shall have access to any
and all records of the PM and its Team, or maintained by the PM relating to the Project.
The PM accepts a relationship of trust and confidence between itself and the City, to furnish its best skills
and best judgment to cooperate with the City during its design of the Project, to act as the Cit/s Agent
assisting in opening bids in accordance with the California Public Contract Code, and in all ways to further
the interests of the City and the Project. The PM shall use its best efforts to see to it that the work of the
Project is done in the best and most expeditious, economical manner consistent with the interests of the City,
and in strict conformity with the contract documents, including all reasonable implications of them.
VI. FIXED -FEE PROFESSIONAL SERVICES
Because the PM will only be providing professional services for the benefit of the City, based on a fixed fee
for such services, this procurement will be made in accordance with the provisions of Chapter 10 of the
California Government Code, Sections 4526 to 4529.5, which requires that firms qualified to provide such
services be selected on the basis of demonstrated competence and qualifications for the type of professional
services required without regard to fees and, thereafter, who will negotiate a contract with the City for those
services at a fair and reasonable fee.
VII. QUESTIONS REGARDING THIS RFP
All questions pertaining to this RFP must be provided in writing (using either U.S. mail or via e-mail) to:
Project Management Related:
Stephen G. Badum, Public Works Director
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
(949) 6443311
sbadum@ci!y.newl2ort-beach.ca.us
VIII. TENTATIVE PROJECT SCHEDULE
Oasis Facility Related:
Wes Morgan, Recreation & Senior Services Dr.
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
(949) 644 -3151
wmorgan@ci!y.newport-beach.ca.us
The entire period for provision of the PM services described in this RFP will commence upon execution of
the Professional Services Agreement by all parties and will be completed pursuant to the Project Schedule
developed by the PM and subject to City's approval. The Project Schedule for Phase I services will be
submitted to the City for its review and approval by the PM within fifteen (15) days of execution by the
parties of the Professional Services Agreement for Phase I services.
IX. SUBMISSION OF PROPOSALS
The deadline for submitting a response to this RFP is, Friday, January 25, 2008.
Respondents shall submit five (5) copies (4 bound,1 unbound) of the Proposal.
The proposal documents and the fee proposal envelope together shall be delivered in a single package and
plainly labeled as follows:
ATTN: Public Works Director
Proposal for Program and Construction Manager
Professional Consulting Services
Oasis Senior Center
The City of Newport Beach will accept Proposals on or before the date and time indicated above at the
following location and address:
Public Works Department Permit Counter, Building C
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
X. PROPOSAL CONTENT AND FORMAT
The Proposal should be prepared simply and economically, providing a straight forward, concise
description of the respondent's proposal to meet the requirements of this RFP. Emphasis shall be on the
quality, completeness, clarity of content, responsiveness to the requirements, and an understanding of the
City's needs. Respondents shall carefully read the information contained in this RFP and submit a complete
response to all requirements as directed. An incomplete Proposal will be considered non - responsive and
subject to rejection.
The Phase I Fee Proposal for Professional Program Management Services must be submitted in a separate
sealed envelope and included in the overall Proposal package. The sealed envelope process is necessary to
expedite the timely retention of the most qualified firm. Upon final selection of a firm, the remaining sealed
envelopes will be returned unopened to their respective firms.
The submittal proposals are to contain the following elements
Firm Organization, Credentials, Background - include a brief profile of your firm and any team member's
firm. Identify the project team, including organizational chart and lines of authority and area of
responsibility.
Experience - Consultant's experience with at least three recent public agency projects of similar scope,
including references with contact person and telephone number, and participation of staff being proposed
on this project. Provide evidence that the proposing firm and its personnel and team members have
expertise and experience in management of architecture and related engineering services, program
mobilization. and.supervision, bid evaluation, project scheduling, cost - benefit analysis, claims review and
negotiation, and general management and administration of all design and construction components of the
project. Identify the. proposed key team members (and their respective firms), and provide their
qualifications ,.including:individual experience with similar projects and number of years with the firm.
Provide resumes of each team member.
Program Management Ap rp oath - Describe your program management philosophy and approach to the
PM and PMC R delivery method with emphasis on how this will meet the City�s needs. Including the
following areas:
• State the PM's approach and intended scope of work and related professional services to assure the
timely and cost effective completion of the project.
• Describe how you will develop, maintain, and update the project schedule during the pre -
construction phase and the construction phase.
• Discuss your approach to managing project design services, and coordinating the work of the City's
A/E team.
• Describe your approach to assuring timely completion of this Project, including methods for
schedule recovery, if necessary.
• Describe your quality control and assurance program. Explain methods and practices used to
ensure quality control during the construction phase of the project.
• Describe your methodology for generating bidder interest, advertising, and pre - qualifying trade
contractors for the PM@R delivery process.
• Describe any unique qualifications as they pertain to this particular project.
Financial Resources and Legal Issues
• Demonstrate the ability of the proposed Team to provide the requisite bonds for the direct cost
(Phase II) component of the GMP,
• Provide details of any past or pending litigation, or claims filed, against the bidding firm related to
work performed for public or private agencies, or in actions that may affect its performance under a
contract with the City. Identify if your firm is currently in default on any loan agreement or
financing agreement with any bank, financial institution, or other entity. If so, specify date(s),
details, circumstances, and prospects for resolution.
Agreement to City Contract Terms and Ability to Obtain Insurance
• Identify any conditions or terms of the City' Professional Services Agreement (PSA) for Phase I (see
Appendix B to this RFP) with which the Firm and its team does not agree, including terms which
the firm wishes to negotiate. Please note that the City will be very reluctant to make changes as we
feel that the City's current PSA represents a balanced and fair approach that has been acceptable to
the engineering and construction management industry.
• Provide specific assurance regarding the Firm's ability to secure insurance that meets the City
requirements.
Phase I Fee Proposal (in a Separate, Sealed Envelope
Provide your fixed The requirements for the work of Phase I, ending with the submittal to the City of a GMP
for the delivery of the Project. Identify a not -to- exceed allowance required for reimbursable expenses, which
are to be billed as actual costs up to the not - to-exceed amount.
The proposal shall list specific work tasks and associated hours, meeting allowances, deliverables, and other
applicable activities. Specific responsibilities of each team member shall be detailed along with indication of
percent of overall time available to work on this project.
Provide hourly rates used by job title for the key Team members, for use in the event that additional services
are required beyond the identified scope. No such additional work is to be undertaken unless specifically
requested and authorized by the City. It is the intent of this RFP that all work related to this Project as
outlined in the Scope of Work will be performed for the base fee requirement.
XI. SELECTION PROCESS
This RFP is the single step process for selecting a PM firm for the Project. This RFP also provides the
information necessary to prepare and submit qualifications for consideration and ranking by the City. A
selection panel will evaluate and rank the submitted proposals in the order in which they provide the "best
value" based on the selection criteria.
Based on the submittals received, the City may then select up to three (3) of the trop ranked respondents to
interview regarding qualification for this Project or, at its discretion, the City may elect to select the PM
deemed most qualified and responsive, and then enter directly into fee and contract negotiations with that
firm for Phase I services for the Project.
On the basis of the qualifications, references, interviews, and using the selection criteria listed here, the
selection panel will make a recommendation identifying the most qualified firm.
At the conclusion of the final ranking, the Fee Proposal of the firm deemed "most qualified" will be opened
and reviewed. Upon final selection of a firm, the remaining sealed envelopes will be returned unopened to
their respective firms. The City will meet with the successful firm and negotiate the final form of the
contract. If good faith negotiations with the selected firm are unsuccessful, the City will terminate such
negotiations and undertake new negotiations with another finalist, or finalists, if any. The City reserves the
right to reject any or all proposals, at its sole discretion. The authorization for contract award to the PM firm
for this Project will be upon approval by the City of Newport Beach City Council.
XII. SELECTION CRITERIA
Selection of the most qualified PM firm will be based on the submitted Proposal and, if conducted,
interviews. All Proposal packages will be evaluated against the criteria listed below:
Program Management Capabilities ...................................................... ............................25%
Demonstrates a comprehensive understanding of the Project and knowledge of work required,
good description of PCMR philosophy and processes, record of ability to successfully complete
projects of similar scope without major legal or technical problems, demonstrated ability to
accommodate the addition of this Project within its work schedule.
Qualifications and Technical Capabilities ........................................... ............................25%
Background of key staff and Team members assigned to this Project, organizational capability,
demonstrated ability to manage project costs and meet project budgets and schedules, sensitive
approach to public and regulatory concerns, discussion of quality controls, clear organization chart.
PreviousExperience ................................................................................ ............................25%
Provided evidence of expertise and previous experience in providing PM and PM @R services,
specifically with public sector projects and demonstrated qualifications. Provided relevant public
sector references.
CostControl /Financial- . ............................... ..................................... ............................25%
Understanding of fiduciary responsibility, demonstrated effective cost control methods,
demonstrated financial capability, bonding capacity, and ability to meet City's insurance
requirements, acceptance of City's standard PSA.
General Information
City's Reservation of Rights: The City may evaluate the proposals based on the anticipated completion of
all or any portion of the Project. The City reserves the right to divide the Project into multiple parts, to reject
any and all proposals and re- solicit for new proposals, or reject any and all proposals and temporarily or
permanently abandon the Project. City makes no representations, written or oral, that it will enter into any
form of agreement with any respondent to the RFP for any project and no such representation is intended or
should be construed by the issuance of this RFP.
Acceptance of Evaluation Methodology: By submitting its proposal in response to this RFP, respondent
accepts the evaluation process and acknowledges and accepts that determination of the "lowest responsible,
responsive bidder" will require subjective judgments by the City.
No Reimbursement for Costs: Respondent acknowledges and accepts that any costs incurred from the
respondent's participation in this RFP process shall be at the sole risk and responsibility of the respondent.
Waiver of Claims: Each respondent, in submitting a proposal, is deemed to have waived any claims for
damage by reason of the selection of another proposal and/or the rejection of its proposal.
9
XIH. DESIGNATED REPRESENTATIVES
The PM shall designate, in writing, a single representative who will be the firm's City contact point during
the pre - construction and the construction phases. This representative shall be the primary channel of
communication to the City. In turn, the Public Works Director or his designated representative will serve as
the City's liaison with the PM, and this City representative will be authorized to act on behalf of the City.
The City, PM, City's Archibect /Engineer, and other trade consultants have varying duties with respect to
the many decisions and activities required by the contract between the City and PM. Information to or from
the PM required or requested to assist with this decision making process and related activities shall be
communicated either through or with the knowledge of the City's designated representative.
XIV. CITY STANDARD AGREEMENT AND INSURANCE
The PM firm that is selected to perform the pre - construction services shall be required to execute the City's
standard form Professional Services Agreement (PSA) prior to commencement of any work and shall
perform all services in accordance with the terms and conditions of the PSA (the standard PSA is included
as Exhibit B). By submitting its Proposal, PM agrees that they have reviewed the standard agreement and
will agree to execute said contract with the City without exception, unless so noted in the corresponding
section of its proposal.
The selected PM shall obtain and maintain at all times, during the term of the Phase I contract,
compiehensivegeneral, automobile, professional liability, and Workers' Compensation insurances as
described in the standard PSA. The PM shall comply with all required insurance coverage as outlined in the
PSA.
10
gkkwork%c.
January 25, 2008
Public works Department Permit Counter, Building C
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
RE: RFP for Program Management Services for the Delivery of the new Oasis Senior Center Building
and Related Facility Componenets
Dear Members of the Selection Committee:
gkkworks is pleased to submit our qualifications to provide the City of Newport Beach Program
Management at Risk.Services for the new Oasis Senior Center. We are confident that our
experience in the PM at Risk role will yield many benefits in the successful completion of this
Project.
We greatly value our long -term relationships with our clients, and believe strongly in developing
"partnerships through trust." This has resulted in numerous construction management and
program management contracts throughout the state. These have included individual multimillion
dollar contracts, and entire programs with construction values well exceeding $2 billion.
Our approach to the project includes the following key points:
Guarantee the Price: Having experience as a Program Manager and General Contractor we feel that
working together with the City and Robert R. Coffee Architects (RCA) through design development
will allow us to arrive with a GMP that will meet the City's budget and as well as assume the City's
Risk in a thorough process. Success will be determined by utilizing our present day knowledge of
the market and working with various sub - contractors, particularly in the MEP trades, to help with
accurate and timely budgets through the different stages of design.
Collaboration. We understand the importance of up -front collaboration and will work closely with
the City and RCA through the pre - development /design phase of this project to ensure a seamless
transition from Phase I to Phase II. Our unique approach is that we listen. What's made similar
projects successful in the past has been our ability to listen to the needs of our clients. The needs
of the City and the men and women who will be utilizing the Senior Center are unique and therefore
our ability to listen and understand those needs and work together will make this a successful
project.
2355 Main street Suim 220 1 IRVINE I CA 92619
999.250.1500 1 9 9.956.1%2 fax
gkkwork.c.
Proactive: Our approach to program management is proactive, providing timely and accurate
estimates, constructability reviews and value engineering studies during Phase I. Also with this
being a LEED Silver Certified project we will take a proactive approach to collecting necessary
project photos, data, and documentation to follow the process that the USGBC has put forth and
ensure LEED Certification. This attention to detail will result in the most cost effective and efficient
project while achieving the highest level of quality and meeting the City's standards.
Direct an Aggressive Schedule: We understand the sensitive nature of the construction timelines
for the Oasis Senior Center and the need to provide the current staff with swing space and
getting them back in the new building timely. In our proposal we have outlined how we will
positively affect and manage the Project Schedule to ensure that milestones are achieved and the
coordination of work flow is seamless.
Team: The team we have selected for your project includes our most experienced staff who have
completed projects most similar to yours. Kim Harvey our proposed Sr. Project Manager (Primary
Point of Contact) recently completed the Newport Beach Community Center. Working with Kim
will be Eric Stones who has been assigned as our Project Manager for the Project. Eric recently
completed the Santa Ana Heights Fire Station and Training Facility for the City. These were both
successful project for gkkworks and the City and it gave us the working knowledge of the City's
processes and procedures which we feel will be very important on the Senior Center.
We understand that successful projects require full individual participation throughout project
duration, from pre- construction /design management (Phase I) to project execution (Phase II), and
our team is committed to this level of participation.
We look forward to the opportunity to be a contributing member of the team by assuming the
City's risk and upholding the highest of standards. We are confident that we will provide the City
of Newport Beach, the surrounding community, and the men and women who work at the Senior
Center with a project they will be proud of. You have my personal commitment that gkkworks will
exceed your expectations and continue to build your trust.
Sincerely,
17A--i;C'V
Charlie Merrick
Vice President of Construction
2355 Main Street, Suite 520 1 imNE I CA 92619
949.259.1599 1 949.9552708 fax
table of contents I City Of Newport Beach
Section 01 - FIRM ORGANIZATION, CREDENTIALS, BACKGROUND ........................ ..............................4
Section02 - EXPERIENCE ................................................................................ ..............................9
Section 03 - PROGRAM MANAGEMENT APPROACH ............................................ ............................... 24
State the PM's approach and intended scope of work and related professional services to assure
the timely and cost effective completion of the project ....................... ............................... 24
Describe how you will develop, maintain, and update the project schedule during the precon-
struction phase and the construction phase ...................................... ............................... 28
Discuss your approach to managing project design services, and coordinating the work of the
City's A/E team ............................................................................ ............................... 26
Describe your approach to assuring timely completion of this Project, including methods for
schedule recovery, if necessary ...................................................... ............................... 32
Describe your quality control and assurance program. Explain methods and practices used to
ensure quality contro! during the construction phase of the project ..... ............................... 34
Describe your methodology for generating bidder interest, advertising, and pre - qualifying trade
contractors for the PM @R delivery process ....................................... ............................... 30
Describe any unique qualifications as they pertain to this particular project ......................... 38
Section 04 - FINANCIAL RESOURCES and LEGAL ISSUES .................................. ............................... 39
Section 05 - AGREEMENT to CITY CONTRACT TERMS and ABILITY to OBTAIN INSURANCE .................... 41
Section 06 - PHASE I FEE PROPOSAL (Submitted in a separate sealed envelope) .. ............................... 43
3
section one I Firm Organization, Credentials, Background
Brief profile of your firm and any team member's
firm. Identify the project team, including
organizational chart and lines of authority and
area of responsibility.
BRIEF FIRM PROFILE
As one of southern California's leading
construction, project and construction
management firms, gkkworks has provided
well over several billion dollars of construction
services since its inception in 1991. Our services
span numerous industries including public
works, education, healthcare and hospitality
projects.
We are headquartered in Irvine, California and
have several area offices located throughout
Callfornia, as well as South Carolina as well as
an international reach with offices in India and
Dubai. Our very core as a company was built
around specialized public works projects and
becoming extremely proficient in the CM /PM
at risk delivery method. We have successfully
managed and built new construction as well as
renovation projects which involved cities, states,
counties and other public entities. Our public
facilities experience includes city halls, city
libraries, city sports facilities and gymnasiums,
as well as emergency service infrastructure.
Our philosophy is based on the reality that .
architecture and construction are inseparable and
that applying a thorough understanding of each
is critical to the success of any project. Providing
architectural planning, design, construction
and construction management services under
the same roof enables us to better understand
and anticipate potential project issues. It also
enables us to be better advocates for our clients.
n
We have had a major role in managing programs
and projects from inception to completion.
Through each phase of planning, design,
construction and start -up, we continuously
focus on achieving our client's goals for cost,
schedule and quality. Our ability to listen, plan,
execute and pay attention to detail is what
has allowed us in most cases to either come
within budget or in some cases come in under
budget saving our clients money at the end of
the project. We take great pride in being able
to exceed our client's expectations and develop
long standing partnerships with multiple repeat
projects.
For New Oasis Senior Center, it will be critical
to the process for us to collaborate effectively
with Robert R. Coffee Architects & Associates
through the schematic and design documentation
procedures of Phase I. This will enable us to
arrive at a GMP that meets the budgetary
expectations of the City of Newport Beach.
With our company roots and early beginnings
in Newport Beach, we have been long -term
community members ourselves. We are very
in tune with the nuances of the City and how
sensitive constituents can be to construction
in their neighborhood. We understand the
importance of making this experience a positive
one for the community. We know that it is a
direct reflection on you, the City, and the entire
team.
Our past experience in working with Newport
Beach has provided us valuable knowledge of
your processes and procedures. This enables us
to "hit the ground running ", and effectively serve
your needs, saving you time and money.
section one ( Firm Organization, Credentials, Background
Phase I Design Development and GMP
Organizational Chart
Kim Harvey
Eric Stones
Vice President
Charlie Merrick V. P.
Director of Operations
Mark Brown
Stephen R. Dunn, PhD John Maruska Chris Bradley, AIA,
LEED AP
Tom Jicha
PROJECT TEAM IDENTIFICATION
Our staff consists of more than 280 professionals
including, project executives, project managers,
construction managers, cost estimators,
schedulers, general and field superintendents, all
integral to our success.
By. combining seasoned personnel, specialized
expertise and state -of- the -art technology,
we have achieved a track record of successful
projects. Most importantly, we strive to develop
long -term relationships with our clients, based
on trust, and our goal to make our clients
successful.
5
gkkworks has developed a team that is uniquely
qualified to meet the needs of the City for the
new Oasis Senior Center. Our team structure
provides a staff of senior members that have
specific experience in the management of public
sector projects. Their experience working with
government agencies in California in an owner -
advocate role will be of great benefit to the City.
The following are functional descriptions of the
roles and responsibilities of our team members.
We have also included an organization chart.
Complete resumes of our assigned team is in
section 02 of this statement of qualifications.
section one Firm Organization, Credentials, Background
PHASE I TEAM MEMBER RESPONSIBILITIES
Charlie Merrick and Mark Brown will assist
the team with amycorporate support they may
need during the duration of the project. this
would include assistance-with items such as:
• Staffing
• Accounting
• Information Technology Support
• Subcontractor Negotiations
• Outside Safety Consulting
• Project Financial Reviews
• Issue Resolution
• Other Items Requested by the Team
Kim .Harvey - Senior. Project Manager
• Primary point of contact for the City and the
Architect
• Responsible for:the.management and
administration of the project
• Will review the ezisting.City program
information and make comments and
recommendations as necessary
• Will review and have a clear understanding
of the existing City design guidelines and
requirements affecting this project
• Is responsible for the coordination of the
City's design team and their production of
Architectural and Engineering deliverables
• Will coordinate the City's CEQA compliance
and environmental approval process
• Is responsible that the design is in compliance
with all applicable local and State codes and
design standards
• Has direct responsibility for the overall GMP
for delivery of the Project and all related on
and off site improvements
Eric Stones — Project Manager
• Secondary point of contact for the City and
the Architect
• Will manage the City's specialty consultants
such as geotechnical, traffic, noise, and other
related services
0
• Will make sure that there is coordination of all
aspects of the design development including
all on -site improvements, all required off -site
improvements, and all on -site and off-site
utilities.
• Has direct overall responsibility for project
scheduling and phasing
• Responsible for the management of
the project to ensure that timeframes
for deliverables and processes prior to
construction are met
Stephen Dunn — Director of Preconstruction
Services
• Develop overall project cost estimates at each
stage of the design process
• Develop cost estimates at each phase of
the design process and recommend design
modifications accordingly to seek to keep
the GMP at or below the construction budget
established for the Project
• Provide periodic design and constructability
reviews
• Perform periodic Value Engineering as may
be required to meet and maintain City budget
parameters
Chris Bradley, AIA, LEED AP — LEED
Coordinator
• Assure incorporation of energy conservation,
LEED, and operational efficiency as requested
by the City
• Assure principles of sustainable design, as
may be directed by the City
• Coordinate the development of all required
design documentation at completion
of conceptual, schematic, and design
development phases to reflect numerous
design considerations, including the functional
needs of the City and the neighborhood
context
John Maruska — Scheduler
• Develop and maintain overall Project
Schedules during Phase I
Section One Firm Organization, Credentials, Background
Phase II
Organizational Chart
Vice President
Charlie Merrick V. P.
Director of Operations
Kim Harvey I Mark Brown
Fabian Orozco
Elizabeth Novak Scheduling
Estimating
Document Control
Information Technology
Administrative /Accounting
PHASE 11 TEAM MEMBER RESPONSIBILITIES
Charlie Merrick and Mark Brown will assist
the team with amycorporate support they may
need during the duration of the project. this
would include assistance with items such as:
• Staffing
• Accounting
• Information Technology Support
• Subcontractor Negotiations
• Outside Safety Consulting
• Project Financial Reviews
• Issue Resolution
• Other Items Requested by the Team
Kim Harvey — Senior Project Manager
• Primary point of contact for the City and the
Architect
• Responsible for the management and
administration of the project
• Coordinate the preparation of Construction
Document plans and specifications to submit
to the appropriate City Departments and all
necessary entities for review, approval, and
permitting
• Provide full and complete construction
administration and construction observation
(CACO) services during construction
• Manage final payment and project closeout
• Dispute resolution. Submittal review
section One I Firm Organization, Credentials, Background
Eric Stones — Project Manager
• Secondary point of contact for the City and
the Architect
• Preliminary point of contact for all
subcontractors and suppliers
• Is responsible for the review and coordination
of the final construction document
specifications, shop drawings, and submittals
• Responsible for the management of the
bidding and award process to insure that
everything is in full compliance with the
California Public Contract Code
• Has direct onsite administration and
management responsibility
• Project and construction cost management
• Will lead the all change order reviews and
negotiations
• Will provide post-construction services,
including construction punch -list management
and completion.
• Manages substantial and final completion
processes
Fabian Orozoco — Project Superintendent
• Primary contact for all construction field
activities
• Responsible for the preparation of a Storm
Water Pollution Prevention Plan (SWPPP), and
the filing of any notices and forms with any
and all state and local governing or oversight
entities
• Responsible to respond to all inspectors and
other governmental agency comments as
appropriate
• Secures any permits required to construct the
project
• Quality assurance and quality control.
• Is responsible for the project construction
schedule, including weekly and monthly
updates
• Manages all material deliveries
• Manages all trade level work
• Responsible for jobsite safety
• Manages all construction field activities
E
Elizabeth Novak — Project Engineer
• Manage appropriate furniture, fixture
and equipment bidding /procurement and
installation
• Responsible to review change order costing
• Manage the submittal review and "approval"
process
• Management of Requests for Information
process
• Deliver record (as- built) documents and
manage project close -out
• Deliver final record drawings and delivery
program warranties
• Deliver operations and maintenance manuals
• Develops and submits a monthly progress
report to all Project Team Members
Consultant's experience with at least three
recent public agency projects of similar scope
including references with contact person and
telephone . number, and participation of staff
being proposed on this project. Provide evidence
that the proposing firm and its personnel and
team members have expertise and experience
in management of architecture and related
engineering services, program
mobilization and supervision, bid evaluation,
project scheduling, cost- benefit analysis,
claims review and negotiation, and general
management and administration of all design
and construction components of the project.
Identify the proposed key team members ('and
their respective firms)., and provide their
qualifications, including individual experience
with similar projects and number of years with
the firm. Provide resumes of each team member.
INTEGRATED PROJECT DELIVERY
Since -Lhc., beginn.i- vi inn - ha- zen t'J
design end oLJIJ ,iah ei unt�i,n_I y.
integrated approach. Our vision Is tc produce
moder'r) a,o '-z ti cugh a cnmr, �� emi =and
collaborative r';;re 3 Our Oat,gy i5 -mpic ?p'
7
the diverse talent necessary to inspire, create.
and construct those works - gkkworks.
Our integrated approach to professional
design, construction management, and general
contracting services strives to efiminate surprises
that are so common in today's building projects.
Nith a firm of in- house design,. pre - construction
and construction professionals, all the necessary
resources to integrate teams, identify problems.
and ❑ element solutions . are close at hand. This
allows gkkworks to confidently deliver projects
regardless of scope or scale.
The key to our approach is flexibility. Integrated
Project Delivery (.IPD) is not another term for
Design - Build. Rather; !PL) is the ability to Tailor
nil teari co the scope Of services and delivery
method that makes the most sense for our
client on each individual project. At gkkworks
we reahze that each client and each Project Is
unique, NO one delivery method is ideal for even,:
0i --_ - t. ,. do .hen a!!. Vve corrb;-- _ O'u'r
:cope of sarUltes [o meet the ree,uiren`ients of
11he Project from -a programmfrro, design, quality,
cot and sch. :•dui'e point of vita.:.
" ,I
91Z,
�-- < _
£`:
�_
e
�` .
r:
section two
Charlie derrick
Principal -In- Charge
Experience
EDUCATION
Bachelor of Science, Construction
Management, California State
University, Long Beach
REGISTRATION
Registered General Contractor
CA License 4774456
YEARS WITH FIRM: 9 years
SUMMARY
Mr. Merrick has 30 years
experience in all phases of
construction and construction
management. He has extensive
knowledge of commercial,
industrial, and institutional
projects, and has a proven track
record of providing quality pre -
construction and construction
services for his clients. Mr.
Merrick's management style is
built on honesty, integrity, and
the strong belief that creative
and hardworking people who look
for innovative ways to service
their clients are the foundation of
successful organizations.
16
SELECTED PROJECT EXPERIENCE
LA BioMed Institute at Harbor -UCLA - Research Building #3,
Torrance, CA. Principal -in- Charge for the design /build of a
22,000 SF 2-story Biomedical Research Facility that houses
research labs and offices. Cost: S43 M.
City Hall (with EOC) , La Quinta, CA: Principal -in- Charge for
this project that is presently on time for delivery and under
budget ($1.0.2 MI. The addition includes a 22,000. Sr basement
which will contain an Emergency Operations Center. The
(EOC) will serve as an effective and efficient. facility housing 22
pre - selected management staff to render emergency services
upon a cataclysmic event. . .
Maintenance and Transportation Center, Orange, CA: Principal -
in- Charge for Construction Management services provided for
Coast Community College District's new Maintenance Facility and
Transportation Building. The new building Includes offices, break
room, conference room, restrooms, parking lot, equipment yard
maintenance shops, storage, and vehicle bays.
Fire Station #84, Los Angeles, CA: Principal -in- Charge for
the new Regional Fire / Paramedic Station that includes a
new 15,250 SF Regional Fire /Paramedic Station, a 6,000 SF
apparatus storage building, and a 2,500 SF multi - purpose
room on approximately 2- acres.
County of Los Angeles, Principal -in - Charge for construction
services on multiple projects: Probation Department Juvenile
Camps and Hall - Constructability and bidability, Central Jail
Main Building Renovation - Feasibility Study, As- Needed PM
Services to the Department of Public Works.
CL.A " .'� .� t,. F 711 ,., r1f'
Project, Torrance, CA: gkkwork_< is the prime consultant to
provide PM, -P-11 and support set Jlces fo- the .:orstruction of a
190,,':00 SF replan:, Inert stAn-j,e;.../ /ern rgency building adjacent
to the existing b.jlld,ng at Harb:::r UCJ_.A Center:
Project Cost: S3eld I M-
section two I Experience
Mark Brown
Director of Operations
EDUCATION
Bachelor of Science, Po'itical
Science, California State University,
Luna Beach
YEARS WITH FIRM: 5 years
SUMMARY
Mr. Brown establishes and
manages all resource for gkkworks'
Construction Management, Design,
Build and General Contracting
projects. He is responsible
for project organization and
mobilization, training programs,
recruitment, quality control,
projected staffing levels and
scope of work and fee structure
development. He has more than 30
years of project and construction
management experience. He
brings creative and strong skills
to his responsibilities, which
include budget analysis, submittal
review for procurement objectives,
management of budget constraints
and analysis of risk areas for our
clients.
17
SELECTED PROJECT EXPERIENCE
Fire Station #43, Los Angeles, CA: Operations Manager for
this new Regional Fire /Paramedic Station that includes a
new 15,250 SF Regional Fire /Paramedic Station, a 6,000 SF
apparatus storage building, and a 2,500 SF multi- purpose
room on approximately 2- acres.
City Hall, La Quinta, CA: Operations Manager for this project
that is presently on time for delivery and under budget ($11.2
M). The City Hall will serve as an effective and efficient
facility housing 22 pre - selected management staff to render
emergency services upon a cataclysmic event. .
Fire Station #84, Los Angeles, CA: Operations Manager of
this new Regional Fire /Paramedic Station that includes a
new 15,250 SF Regional Fire /Paramedic Station, a 6,000 SF
apparatus storage building, and a 2,500 SF multi - purpose
room on approximately 2- acres.
Fire Station #87, Los Angeles, CA: Operations Manager of
this new Regional Fire /Paramedic Station that includes a
new 15,250 SF Regional Fire /Paramedic Station, a 6,000 SF
apparatus storage building, and a 2,500 SF multi - purpose
room on approximately 2- acres.
Parker Center Police Headquarters, Los Angeles, CA: New
Police Headquarters Facility & Parking. This is a 10- story,
500,000 sf building which will be used to house LAPD
administration staff. The project includes an auditorium,
cafeteria and 350-space LAPD below -grade parking. Main
Street Parking and Motor Transport Division. This 5 -story
structure includes 800 space above -grade LAPD parking, fuel
station, repair shop and car wash facility. Aiso Street Parklna.
Thi -� itv n .lu or 30,0 Space Pubic parking
with Public Plaza.
Harbor UCLA. Medical Center Surgery /Emergency Replareni -il
Project, Torrance, CA: gi;ke +!crks is the prime consultant
provide PM /CRY and support services fo! the constructior or a
190,OS0 SF replace^ - : „t surgery,'e.mergency building ad a�e!:r
iC Chc c'di5tii;.4 buiiii i;;g at th E. Hari;... !I''CLA r,leclical 'eil`i:_ .
Pro ea Cost: x344 1 M.
section two I Experience
Kim Harvey
Senior Project Manager
Primary Point of Contact for the
City and the Architect
EDUCATION
Master of Science, Civil
Engineering, Construction
Engineering and Management
Program, Stanford University
Bachelor of Science, Civil
Engineering, California State Poly
University, Pomona
Registered Civil Engineer
CA License #C054182
YEARS WITH FIRM: 3 years
SUMMARY
Ms. Harvey has more than 13 years
of project management experience
in the commercial, education,
and government industries. Her
range of projects include a campus
facility, baseball stadium, television
broadcast facility, parking
structure, commercial office
buildings, K -12 schools, community
colleges, and low- income housing.
Her background as a licensed
engineer enables her to effectively
convnunica' ,,•pith the designers
and engineers. She works hard
for the client's best interest and
has a successful record on many
projects managing budgets and
schedules and coordinaring the
ream members.
1R
SELECTED PR03ECT EXPERIENCE
Newport Coast Community Center, Newport Coast, CA:
Construction Manager ra_presentina the owner, and the and
City of Newport Beach for a 17,000 sf community center for
the Cry of Newport Beach. One half of the building is the
gymnasium; constructed of smu the other half is a wood
framed structure that incl�-rdes community rooms, a lobby,
restroon.s and a sv_ =.rming kit:_h,er:_ Cost $8.5 M.
Painted Turtle Camp, Lake Hughes, CA: Project manager
responsible for the construction of a 21- building campus for
chronically ill and terminally ill children including a dining hall,
commercial kitchen, gymnasium, sauna /pooh, 2 arts & crafts
buildings, administration building, living quarters for staff,
bungalows for children ( 12 buildings, 2,000 SF each), boat
house and dock, horse stable, bridge, and extensive site work
Cost: $23 M.
Dodger Stadium Renovation, Los Angeles, CA: Project
manager responsible for the construction of a new dug -out
club, seating, club level suites, kitchen, restaurant, pedestrian
bridge, and seismic upgrades. Cost: $40.7 M.
Gambro Healthcare, Irvine, CA: Project manager responsible
for the construction of 50,000 SF of tenant improvement work.
Cost: $1.8 M_
Vine Street Family Housing, Anaheim, CA: Construction
manager representing the City of Anaheim. Responsibilities
include monitoring progress and schedule updates, reviewing
payment applications, reviewing change orders, and preparing
monthly status reports Cost: 512_9 M.
LOS A.'g —iBS �(S ",ngeieS, Ce.
Construction manager P,me?dino constructability revie'wrs for
sever ! high ccr „H_ a r,.i schools Mthln LAUSD.
section two I Experience
Stephen Dann, PhD
Director of Preconstruction
Services
EDUCATION
Bachelor of Science, Architectural
Engineering, California State
University, San Luis Obispo
MBA, National University
Ph.D, California Coast University
YEARS WITH FIRM: 6 years
SUMMARY
Mr. Dunn has more than 25 years
of construction management,
project management, general
administration, and general
contracting experience with 10
years direct accountability for
the general administration and
supervision of division activities.
Management experience includes
strategic planning, management
reporting, cost control, contract
negotiations, claim management
and analysis, and establishing
and implementing policies and
procedures. Steve is responsible
for the management and oversight
of all preconstruction services,
including cons iuctabhicy r2'eieeJs.
value engineering session;,
budgeting/cost e,t) mating and
scheduling.
;5
SELECTED PROJECT EXPERIENCE
City Hall, La-Quinra, CA: Director of Preconstruction Services
far this project that is presently on time for delivery and under
budget (£10.2 M). The addition includes a 22,000 SF basement
which vill contain an Emergency Operations Center. The City
Hall will serve as an effective and efficient facility housing 22
pre- selected management staff to render emergency services
upon a cataclysmic event!
Maintenance and Transportation Center, Orange, CA: Director of
Preconstruction Services Construction Management services for
Coast Community College District's new Maintenance Facility and
Transportation Building. The new building includes offices, break
room, conference room, restrooms, parking lot, equipment yard
maintenance shops, storage, and vehicle bays.
Fire Station #4, Los Angeles, CA: Director of Preconstruction
Services for this new, 15,250 SF fire station includes
offices, dormitory and locker /shower space for a crew of
17, and apparatus bays to accommodate eight fire fighting
and paramedic vehicles. In addition, the building houses
dormitories, lockers and toilet /shower facilities for Fire
Department and Emergency Preparedness Department
personnel assigned to the EOC during city wide emergencies.
Joint Use Training Facility, San Diego, CA: Director of
Preconstruction Services for this 22,000 SF administration
building, which included administration offices, classrooms and
a 350 seat auditorium. The San Diego Sheriff's Department,
San Diego District Attorney and the FBI use this facility )s
housed at this facility. Included with the administration
building is a 14,000 SF simunitions building for simulated
training exercises, and shooting ranges. A jet fuselage tram:ng
am
section two
Tom 31cha
Senior Cost Estimator
Experience
EDUCATION
Bachelor of Arts, Business
Economics, University of California,
Sar ?ta Barbara
Hazardous Materials Management
Certificate, University of California,
Irvine
YEARS WITH FIRM: 6 years
SUMMARY
Mr, Iicha has more than 20 years of
experience in project management
and construction cost estimating.
His experience includes working
closely with architects and
engineers to establish budgets
and provide the design team with
important value engineering input.
He has worked on numerous
institutional and healthcare
facilities ranging in size inore than
$175 M.
20
SELECTED PROJECT EXPERIENCE
Harbor UCLA Medical Center SurgerY /Emergency Replacement
Project, Torrance, CA: Estimator for pre - construction and
construction management of a 190,000 SF Surgery - Emergency
addition and assoclated projects, including relocation of the
hospital's central loading dock, helipad, emergency entrance,
and various out - patient and administrative facilities. Scope
of responsibilities included managing the project design team,
equipment 9.. furniture selection process, and logistical planning
and construction management of the lump -sum low bid
primary facillty. Targeted completion date: 2013; Estimated
Project Cost: $344.1 M.
LA Biomedical Labs, Clinic at LA BioMed at Harbor UCLA,
Torrance, CA: Estimator fur a new five- story, 85,000 SF facility,
including three Floors of open labs space, equipment support
spaces and research offices. The first Floor has service and a
multi -use conferencing facility. Construction cost: $35 M.
Parker Center Police Headquarters, Los Angeles, CA: Estimator
for the New Police Headquarters Facility & Parking. This is
a 10- story, 500,000 SF building which will be used to house
LAPD administration staff. The project includes an auditorium,
cafeteria and 350 -space LAPD below -grade parking. Main
Street Parking and Motor Transport Division. This 5 -story
structure includes 800 -space above - giade LAPD parking, fuel
station, repair shop and car wash facility. Aiso Street Parking.
This facility includes below -grade 300 -space Public parking
with Public Plaza.
Pomona Valley Hospital Medical Center Infrastructure
Upgrades: Cost: Estimator for development of infrastructure
upgrades related to a new facility master plan for replacement
of r_ .`ding patient r- _- "'nd
outpatient center.
i
SeCt1oB7 $V10®
Scheduler
EDUCATION
Experience
Bachelor of Science, Bustnes:;
Administration; California State
University, Long Beach
Training Certificate Planning,
Resource, Cost Analys;c..and
Scheduling in Primavera Project
Planner
YEARS WITH FIRM: 5 years
SUMMARY
Mr. Maruska ha> been involved
with private, governmental,
and healthcare clients during
his career that spans over 25
years of scheduling and project
control experience. His expertise
is utilized on both the program
and project levels, and major
responsibilities include deve .ping,
standardizing and implementing
schedules; consulting; resource
management; cost control and
construction of multi Project,
contracts.
7�
SELECTED PROJECT EXPERIENCE
Colin L. Powell K -B Academy, Long Beach Unified School
District, Lono Beach, CA, Senior Scheduler for a 1,200
student, MTYR school; tvvo stories; first phase portable
construction; second phase adding gymnasium, administration,
library, multipurpose. 12 acres at Phase I, 17.23 at
completion, The school accentuates campus life, outdoor
function and flexibility; heavily landscaped; oriented for
community access. Construction cost: $12 M.
Jordan High School: Long Beach Unified School District,
Long Beach, CA: Senior Scheduler for a new Ninth grade
academy for 1,100 students, designed entirely of two -story
relocatable structures. The facility opened in September 2000.
Construction cost: 511.9 M.
Edison Elementary School, Long Beach Unified School District:
Long Beach, CA: Senior Scheduler for a new two - story, 24-
(nodular - class[coin addition; reconfigured the program to add
260 fourth and fifth graders to the existing 12,480 SF, K -3
school. Construction cost: $4.6 M.
Avalon School, Long Beach Unified School District, Long Beach,
CA. Senior Scheduler for the 55,000 sf modernization of
this 1920s era public school. Project scope includes hazmat
abatement, handicap restroom upgrades, new windows, doors
and flooring. Construction cost: $4.3 M.
Los Padrinos Juvenile Hall, County of Los Angeles, CA:
Scheduler for two new two -story 120 -bed 37,000 SF housing
units, site improvements, and a two -story parking structure
addition on a 5acre site. Construction cost: $$28 M.
Section two I Experience
Eric Stonie
Project Manager
Secondary Point of Contact for
the City and the Architect
YEARS WITH FIRM: 3 years
EDUCATION
B.S., Construction Engineering
Management, California State
University Long Beach
Family and Consumer Services,
University of Utah
SUMMARY
Mr. Stones has the ability to direct
complex projects from concept
to fully operational status. He
is goal- oriented individual with
strong leadership capabilities.
Organized, highly motivated, and
detail- directed problem solver with
a proven ability to work in unison
with staff, subcontractors, and
owners representation.
?2
SELECTED PROJECT EXPERIENCE
Project Manager for the City of Ne'�,iport Beach Public Works
Department for this Fire Station and Training Facility. The
training facifty Is 11,027 square feet and the Training Tower
is 3,999 square feet, consisting of one building and one
training to'wef, fire station is one Floor and training tower is
four floors. the Fire Station and Training Facility has a total of
30 rooms. The City of Ne.a;;ort Beach, Bernards Construction
and gkkworks worked well as a team to resolve all problems
encountered in the grading and underground utility portion of
the project. Aoandoned asbestos piping, septic tank, cesspool,
and other unforeseen conditions made this project difficult in
the early stages.
"gkkworks brought a hioh ted7nical skill level and cooperation,
looked out for the city's interest and did a great job of being
a mernber of a cooperative team. Eric is an experienced
_guy' — Eric Baue;, Battalion Chief. City of Newport Beach Fire
Department
Hotel Residential North Sea Villas Project at St. Regis Hotel in
Dana Point.
•
18 Units at approximately 3,000 square feet per unit,
with 5 star quality finishes.
Maple Square Anartments in Fremont, Ca.
• Low Income housing Project with partial Government
funding.
• 5 Buildings, with 132 Units and a Common Structure.
• Value Engineering. Subcontractor Management,
Productivity Evaluation and Problem Resolution.
Scheduler
`.'Trite, E'aal ;aa; and ;orrect S::i ;i =doles for flu!tiple
Projects
t "lanap:.�,e,,,rjSupesrvisl:r;
• D t d S� ,._: ?l. a<t, . :id Er . ers numbering up to
• Hanageme1 ,- -. ,;t r, _ F_ ._ _... _ +I:ng over =C h'lillion
Dollars.
• 0� ^:ner InteracCian u��a!',i:�:_; ;inhncial issue's and Product
• S -sP illy ,.N! =t , rm: - e:1 ongoing projects
section two I Experience
Fabian Orozco
SELECTED PROJECT EXPERIENCE
Superintendent
Compton Education Services Center, Compton Unified School
District, Compton, CA: Superintendent for a new 43,900 sf.
YEARS WITH FIRM: 2 years q
two-story school district headquarters complex. The project
includes offices for 220 district employees. Agency CM
EDUCATION
services (multiple prime delivery) were provided for three
Rio Hondo College,
temporary and three permanent buildings to house district
Whittler, CA
i
administrative offices. Construction Cost: $15 M.
M.T.I. College, Orange, CA,
Compton Unified School District, Compton, CA: Construction
Phoenix Institute of Technology, ;
Manager for the following school projects:
Phoenix, AZ
Roosevelt Elementary School
• Foster Elementary School
Registered General Contractor 1
Kelley Elementary School
CA License Class B - HIC #77904
Whaley Middle School
Total Construction Cost: S10 M.
SUMMARY
Port of Long Beach Maintenance Shop, Long Beach, CA: New
Mr. Orozco has more than 13 years
maintenance facility utilizing container storage for the Long
of professional experience in the
Beach Transit. Construction cost $7.9 M.
construction industry. He is an
experienced construction manager i
Long Beach Transit Maintenance Shop, Long Beach, CA: New
for many education facilities and
facility for City of Long Beach. Construction cost: $12 hl.
additionally, has worked closely
with DSA Inspectors, architects
Los Angeles Unified School District, Los Angeles CA:
and school district representatives.
Construction Manager for seven modernizations including
Responsibilities include
re- roofing, plumbing, re- piping, safety and technology (low -
coordination of all field activities.
voltage, fire alarm, and electrical) and Flooring. Construction
Cost: $1.0 M - $6.0 M.
i
ABC Unified School District, Cerritos, CA: Superintendent
for' onsite field supervision for summer modernizations fast -
tra l „j;G: 1 :.'_a rq. =d s:h dule.x. A inci,ld- ! __.
project werP_ pluming, frarnino, concrete, sI7JCl-0, electrical,
.
installation Of A:'l. un:.t5: roofing, palnhng, VC. T flooring and
carpet. Construction Cost: 53.5 M.
Santa Monica Ma iCv Unic:-cl School Distri-'t, Santa :: "•L;nica,
CA. C::-rSt`J.,Y� ": ^, f,9'n?�.. , Fd. per _nt
i7C U � .c ,..°
blG 1. Iflgs tnat r � '._� b 0lv 5.
Cas >rOpn;;' anij ti ?e ten OVatlOn dnd nlOd2i77ilat:37 of
the Barnun, hail. C(:�n:_ _ „_,,.On Cost: j 12 m
section three I Program Management Approach
PROGRAM MANAGEMENT APPROACH - Describe
your program management philosophy and
approach to the PM and PM @R delivery method
with emphasis on how this will meet the City's
needs. Including the following areas:
Program Management Approach and Intended
Scope Of Work and Related Professional
Services to Assure the Timely and Cost Effective
Completion of the Project
Our program management philosophy and
approach to the PM at Risk delivery method
ensures that ute will meet the City's needs
This includes our behef that the success of this
project requires a collaborative effort for all
parties involved. This will achieve a design Neat
not only performs in the manner that the City
expects it to but one that also complies with rho;
established budget
b+;e believe that the most critical factor
contributing to the success of the Senior Centei
is the preliminary pre development Phase i
24
portion of the project, which will be executed in
Phase II.
Phase I will focus.. on the following key elements:
• Guarantee the Price
• Assume the City's Risk.
o Direct an aggressive schedule
Successful collaboration with RCA's team and
the City
Maintain a high level of quality through
design - development Manage Options
Incorporate sustainability ideas and methods
with RCA into the design to ensure LEED
Silver Certification or better
Developing a swing space plan that gives
tie Oasis Senior Center staff a place to work
effectively once Phase ii begins
m Ga ^ner community support
Section three I Program Management Approach
PROJECT APPROACH: PHASE I
Our program management team's project
roadmap will provide both clarity and Flexibility
toward a successful building of an acceptable
GMR. It's at this point where effective
communication and listening skills become
magnified. It"s Important in our Phase 1
approach to understand the expectations set
forth by the City's program information and use
that as our starting point. Our efforts will be
focused on the pre - development phase of the
Project in these seven key areas:
• Project Definition
• Design Management /Coordination with
Robert R. Coffee Architects, (RCA) and the
City of Newport Beach, (City)
• LEED Coordination
• Constructability Reviews
• Master Schedule Development
• Budget Estimating
• Value Management
First and foremost, we
thoroughly understand
this delivery method
uarantee the Price
Assume the City's Risk
Team Collaboration
" Design Management
must be very well defined. These project
parameters will function as the scope of work
and will develop into a very concise project build
plan. In the PM at Risk method time is spent on
the front -end to establish the best possible plan
to eliminate conflicts through constructability
reviews, detailed scheduled budget estimates,
value management, master scheduling, and
teaming with RCA and the City.
We will work with
the City and RCA to
establish an aggressive,
and are confident We will achieve a design that not only yet realistic, schedule
and comfortable with performs in the manner that the City
and phasing of project
assuming the level of expects it to but one that also complies with components. We
risk required to deliver the established budget have the ex ertise to
the project and are
focused on protecting
the City's Interests
thi'nughcut the Ular'q ?;r :g, de'veiopment and
construction of Cite new Oasis Senior Center
projec:`.. Th:_ ;:;, o_.cr, .,,u! enn. e that t"e
City's goals and objet ±eves are achieved and the
project is a Complete success
Project Definition
amount of dollars and risk. at stake. Therefore,
the nmj.9ct parameters of schedule, budget,
master plan, pr.;grai, and design standards
25
P
implement this type
of complex de;ivery
method as outlined in
the project reference section of our proposal.
We will address the other imoortart issues that
n?ay have schedule impacts, such as City of
Newport Beach infrastructure requirements,
CEQA /'EIR (California Environmental Quality
Act /Environment Impact Report) processing, and
Sturm Water Pollution Prevention {SW'PPP).
It is our intent in Phase I to revle-,v and pay
i) articular a.tentlon to the City program
information. We will also be Focused on making
Section three Program Management Approach
sure that the City's design guidelines and
requirements affecting the project have been
taken into account and incorporated into the
design. we know it's important to the City to
make this a Flagship project of the highest of
quality. It's our intent to work with all parties
involved to keep the integrity of the design to
achieve the City's vision.
It's important up front that we start to think
about the effects of construction on the
surrounding neighborhood and how we can
minimize the impact that the residents might
feel while the project is under construction. The
initial plan would be the development of any
necessary swing space for the City employees
who are currently working in the existing Senior
Center. This would be a collaborative effort with
the City of Newport
Beach to understand
different options and
Only mitigate questions and changes during
construction. Our approach to the design
management process is based on three key
principals.
1. manage the process so the design functionally
meets the City's requirements originally set
forth
2. !mpiement the process to where the City's
vision is achieved
3. Achieve the City's quality, aesthetic, and
operational standards within the budget
guidelines and schedule
An important component to this approach is
"communication ". In order for this to be a
successful process all parties involved need to
know what is going on. This is critical in making
sure that the GMP is
'a realistic depiction of
what the job will cost.
available space and then
Our goal Is to have a positive imact and
Our Communication
come up with a phasing particularly pat attendtion to things like plan is one that would
plan that will set certain noise, traffic and dust control. involve weekl Protect
timelines for moving
out of the existing area
and into the temporary
work space and then
back into the new building once construction is
complete. Our goal is always to have a positive
impact and particularly pay attention to things
like noise, traffic, and dust control.
Managing Project Design Services A/E
Coordination
')or ic- '&..n, I ? a', e3i 'y' phase'
the project is certainly an advantage because
it akov�; �_�s m draw upon our expertise as
1I''i�ana4e']bU�i!Pr tp :-iakC
recompie.ndatlons and offer ideas that will not
26
Y J
meetings to:
• Design to a Timeframe
• Keep it on Track
• Ensure Consultants are Meeting Timeframes
In these meetings we would discuss design
progress, specialty consultant updates,
-:: IOr i „' any _.o.._ n_ ctab.lit r Or Cost
impacts opportunities, and next steps. In this
process we vvou!d assure that sustainability
de -sign principals and local and state codes
are being incorporated into the design. One
capabil.ty that makes us unique is that we have
experts in house to revee• +,, as sustainability
cde cornipha.m e, They will be
able t„ add their kno :viedge as vve progress
through the various stages of the pre -
section three Program Management Approach
.1.11. 1 . ------ ... -_.- ..1 1 11... . ... .........
Approach to Sustainability (LEED):
Many of the key team nambers that we are
proposing are LEED Arr, edited Professionals with
LEED Sil, x; ?rarie ; :rr. This vill allow us the
ability to strearnilne, the process and aid RCA and
L he City rnug• : management. .
ckk..;rarks c.,_ :,._ nF�Ssfcnals are
committed to assists the Citv with the
unplernerta for (IF .is�a!nable design measures
in this project to Increase the overall energy
efficiency, operation and maintainability of a
building as •,vell as the resulting improvement
in the working environment for its occupants.
gkkworks has 25 LEED Accredited professionals
on staff who have varied involvement in assisting
clients and design teams with the delivery of
LEED certified projects from their inception to
design and thiough constiuctoil to occupancy.
Representing the City's interests in achieving
their goals, we would contribute our construction
expertise to the project team throughout the
'Integrated Design' process. Our approach
would propose to facilitate a LEED charrette
(peer review? Prior to the preparation of design
development documents to confirm the LEED
protect objec:tives. During the charrette, LEED
goals will be.:
• Communicated,
• Evaluated and estah6shad for the project,
De`♦elop an ese :_utio :: plan d?taiiing the
prolect's Okil :'Ct'�i PS: budget, sl:nedule
• F ;ov 9„ he "�, a .d Ile,lgr, ream
5parifi%' ?.fit?<; > _.j ,n.,,;>tng Op. {inr'iunitie5 to
!' ?d L'C2
1D1ffti-e: i bUS...o. "a! ie .. -. -a S..:, __. In - : ,_i 'le cost
Of a p!'OiieCi Cl ffer'e �l t1 7 ;. Our -i assist file
city and
the
:Or ?8�. C :C! ^r i:n5`5. Cti r'S t'ua�0" '.tatena is
27
and methods to ensure the most cost effective
sustainable measures are implemented, resulting
in the highest cost benefit to the City.
Known LEED Cost Variables:
• There is no correlation between the point
value of a LEED credit and its cost.
• Differing strategies car earn the same LEED
credit with significant cost differences.
• Cost of credits varies significantly based on
the building type and building program. .
• Cost of credits varies based on region specific
and /or project specific issues.
Approach to reduce costs while implementing
sustainable (LEED) design measures:
• Identify and incorporate all LEED credits that
are "automatically" earned based on the
project design standards.
• Identify and incorporate those LEED credits
that can be earned at no cost or minimal cost
based on site conditions and programmatic
requirements.
• Analyze moderate and higher -cost credits
weighing first cost against immediate and long
term value of the measure.
Our team has experience with multiple projects
that are LEED certified at various levels and
understands the critical nature of the many
aspects of constrwrting the building and
documenting the work to assist the project team
in the ultimate delivery cf a s-stainable (GEED
Silver Certified) project to the Cite/ and the.
.- ,nity.
section three Program Management Approach
Constructability Reviews:
Constructability review is where we can affecx
the cost of the project right from the beginning.
Our approach is to regularly review RCA's
design updates and assess them for overall
"buildability.' Paying particular attention to the
details in this phase we can eliminate man
issues that m.ay otherwise occur in the field
and cause delay and budget impacts. This
is where we use our expertise as a "master
builder" to identify where present day teclincooky,
and means and methods can be used to
save time and money. When approaching a
Constructability Review, we focus on improving:
• Consistency between the different design
elements and disciplines
• Consistency between the plans and technical
specifications
• Adaptability of the design to the given site
conditions
• Coordination of the different design disciplines
designs and requirements
• "Buildability" of the design
• Completeness of the General Conditions of the
specifications
• Tolerances and sequences of the assemblies
• Co- ordination details of dissimilar building
elements
In order for this process to be effective it's
necessary to engage field personnel early on
it has always been our philosophy that "ail of
JS a.a sma -ter than one of Ha'✓'.ig 'lig'Je
in -house capabilities as Pm anc! a b;�ii i =�, ge.ttin.a
field in j -„ !ve en' I , e5sent .i I` is
to not only get tl ek, real :wild in the t.e ^.;hac
look at the design to test its "bmidabihtv.° E�,e:.
mere importan.i: Ic their buy in to -.he pros e55
the design. The Cass Senior Center Project is
unique because !sae do have that aoiiity to affect
change,
f ^a�ntain, arid Upoate Project Schedule
-:; rlitru Cti9n Phase and the
r,;.! :e :,r_ :I: Phase
Master Schedule Development:
..,e Traster schedule process attempts to develop
an understanding of a realistic duration based on
experience with similar types of projects. We do
this so that the project can be completed without
additional acceleration or overtime costs. The
Master Schedule will include:
• Preconstruction Activities
• Construction Activities
• Milestones
• Decision Dates
Every Project Team Member knows what is
expected of them and when. This Master
Schedule is updated at least on a monthly basis
or more often if needed.
This will be a team effort by RCA, the City of
Newport Beach and our gkkworks team. This
portion of the process will be led by Senior
Project Manager Kim Harvey, supported by
Project Manager Eric Stones, Scheduler, John
Maruska, and Director of Pre - construction Steve
Dunn, PhD.
The schedule will be designed on the City's
expectations for delivery, cur experience with
a; ;;ell a; any icng lead tune
rr'!aterials. Knowing a :Aiat materials will require
'. o lead el, Is uo front us to design a
,;hedule, that best maximizes the overall flow
ti:c pr;;ject and mitigates time a,.asted. We
affect the. use of certain long lead items by
:plaing alternative options with RCA, and the
Cay Designing a clear cord :ise strategy, with
aI. parties buying in, we then coordinate and
nsanage the execution of our plan.
section three Program Management Approach
Budget Estimating Approach:
Controlling cost as a program manager is of keen
interest, especially in a Program Management
at Risk, delivery, approach. This process is led
by our Direct -or of Pre - construction, Dr. Steve
Dunn and his team of senior estimators. It
is here wher. managing RCA's design is going
to be most i:nooftant. It's too easy for design
elements to be entered into the design without
necessarily thinking about affects on cost.
One of the components to our Project Master
Schedule is identifying with RCA and the City
when the budget estimates should occur. To
keep costs in line and the direction of the design
moving forward, it is our intent to provide budget
estimates at all stages of design. This will allow
us, RCA, and the City to make adjustments if
needed. We have learned that our best results
come when we enlist the help of our field staff
as early as we can. Our corporate culture is
one which information must be free Flowing and
communication in silos is not allowed. Typically
what comes from this input are new creative
"real life" ideas on how today's construction
means; methods and technology can be used
in order to build the best quality project
meeting the City's vision, standards and budget
expectations.
Our approach to getting accurate cost is simple.
We reach out to selected sub - contractors,
particularly in the MEP trades, to obtain "present
day" pricino based an where the design is at
:hat given point. ',Ale a. 4 question uivescigate,
and scope, to make sure chat these numbers are
complete. Th n s test ±,e carefulp; monitor are
commodity pricing (steel, copper, concrete, etc.)
and ho,v market r u:tuatiorn could affect the
cost of the Project, This is where experience is
invaluable ir, the ability tc plan o� those possible
changes in order to protect the City and arrive at
a response ble G':IP.
29
Value Management Approach:
Value Management; Engineering car? mean
different things to different firms. Integrity,
quality and the aesthetics of RCA's design
and the City's vision are paramunt. Value
management is typically as a result of the
constructability revie:c and planned budget
estimates. Our apur :ach to tins pr_"cess is not
one with a "cut and hack ° mentality. Because
of our unique structure in 'naming design
architectural service capabilities in-house, we
are sensitive to RCA's design intent. The most
effective value management ideas are those that
do not alter the finish materials, but offer price
reductions for something "unseen" like
• Foundation and Framing System
• Conduit and piping materials
• Roofing Materials
• Equipment Manufacturers
Often, a value engineering suggestion may be
as a result of a change in the way a project is
phased or fast - tracked. Our value management
approach is based on systematic evaluation
of each part of the desian as a unit and as an
integral part of the total system in the interest of
designing to achieve the lowest overall cost while
meeting the design objectives. This process
even carries through to the construction phase
where Project participant's suggestions are
listened to closely and further opportunities for
cost savings are explored without compromising
RC -Vs design intent.
section three I Program Management Approach
CONSTRUCTION MANAGEMENT APPROACH.
PHASE ft
We consider Phase II of the new Oasis Senior
Center to be where proper planning and due
diligence in Phase I meet execution. It's
important that we dig into the details ann
get proper alignment with the team so that
we can hit the ground running. Carrying our
pre-construction efforts and strategic plan
over into construction is essential and there
are several steps that need to be followed
through completion to make certain that
the Senior Center is delivered on time and
within budget. The schedule is the keystone
to this process. It provides us a standard of
measurement of which we account for the team's
success. It's important to involve the entire
team and make this a true collaborative effort
with all stakeholders buy in to the processes
and established.timelines. Details such as
securing City issued building permits and all
other jurisdictional permits required need to be
retained.
In this section we will discuss everything
involved in our specific approach to the Phase It
Construction of the Project including our:
• Bid Packaging /Bid Solicitation Award Plan
• Cost Control Reporting Mechanisms
• Managing the dose Cut of the Project.
Construction Documents and Specifications
Approach (Bridging the Gap):
Bridging the gap betuieen design documentation
and construction documents wil be a kev focus
once the Gfy1P has been esta ?Iished. This is �1
team effort to rush the ci.cuments ove; the
finish line, n: ,,r role in the p. -press will be t:,
i, .•r: �.�... u, ,.p;i�i: r.i �.. -� getting ii:F C!r'a'.` :. r_g>
into the C. fur approval, mak :L : -g sure ,neat a+i
3:,
necessary entities have enough time to review
and approve. In tandem with this process comes
preparing concise specifications. Attention to
detail avill help eliminate confusion, mitigate gaps
and avoid scope overlays between the various
trades.
...ene.t'ating Bidder interest.
al .ys} T." +e ran
"M, C �eIjv -ry Process
Bid Process Management:
Ou, local project experience allows us to draw
upon experienced contractors to ensure that the
right people are brought to the table. Generating
interest and getting sub Contractors excited
about the Senior Center is equally important.
Our plan is to do this through proper advertising
and additional word of mouth amongst our
various project teams to attract the right sub-
contractors. This allows us and the City to have
robust proposals to select from. When we have
an unfamiliar contractor that shows interest
iP. participating we use caution to make sure
that they can successfully handle the specified
scope of work. This typically involves a pre -
quaiification process internally that involves
our Project Team and Chief Financial Officer
to carefully review that contractor's project
history and financials. We carefully manage
the bid process assuring that bid documents
Section three ( Program Management Approach
rob`
e.
--a
---+ -*
.*--*+- �-- �ue�nvoaomoo©
----
- -
- -
--
oo014014
-
.cosxswxxxxxx......oxxxx....
--
----
ROr
Rid.
ii
xvexxwxv
uwexwoxweillCiwg
•
xxvvxwxx
nniuwxw0
var=
eN
�_
��oo[
+eemacscecsessc
aoc0000140.
00..
®.
cm..
sec®
v.
eeeeeeeeeeeeeeeueeneeeeeeeeeeeeeeoeooe000neeeeeeenneeeeeieeenneeeeeeee
urxuuvwueuuwuwoeuvoocwxxxxxxxwxuxvxe
vveuvuxx�e
ors
erg
�scoosE.
00.0001414..0.0c.
E...
ssscoeesseeeeeeeeeeeeeeee
0000.
xxuwxxxxxxxxuxwuwxwwvxux
eeen...a...
mane......
eneene00000
...0weuxxxxvxv0uvxuxxwa
..
014
00..
14.0.0....c.wuxwuw
0o0n00.
ci0xxxxwxuux
wuxxvvxvxuw
.xxxuu.xvxvxxvxvvxxxxwwx00xvv.v
wu
•
x
.x.oxxxxv
......eeeeeee!-
x
v
0
.uxxuo
0w
•
wva
���CC��CmC06000CG0inniiii7iiniinnninuiiiniiiiCi���ii�iininngi�n�ii��
I"eeee
�naC
Olil
111MI,
os000eoo®
o®
a®
ozolnmm�mm�nmmnnnnnnnalmm�nli
!!!!!!i!9!!
poll
m�—`^^
c-' �o.
0oocuc14ocoouoc00000vuvuxexvxxwxxewxuxex.
v .wxvxxwxwxwxxxx'[iieiiwiu!lul
:o
Iswcooccccece000secccoeiiiiiiiin.
.uu..uxu............
mnnnnnnmm�nnnnunnnnnnnmaunnnnnnn©
........uuvuu..0
.
o
c0w000c9°0000000.......
ivioovcwiooiiiiiiiiiiiii
vMFONSosiiiiiiiiii
ME
xvvxiviiiiiiniaiiiii...
F7eGS.......
0......
.I
...
n.
.......
I
.........
...
in'
.
manner.
n...e.....n.n.ne.......e.nn.e
...e
Example of our Bid Matrix
are packaged effectively, responsible bidders
come forward to bid, the bid process is carried
out with integrity, and that the award process
is handled within the California Public Contract
Code guidelines.
We have extensive experience packaging,
bidding and awarding projects similar to the
Sen c as n.an, other rublic
projects. bYe ha`.e packaged work on behalf
0* ovrners for :,50th si'vgie general contractor
and mul`iple prune contractor procurements.
tnJe take prde !,..._r obi Ky to understand the
project, pax;ege tl-.e �w :irk b:,, be done with clear
a. d c, - :�r�nen� _ ;.J dog,- ;tents, reach out hr-
competent contractors, and successfuily award
CO��t�.3Ct5 : :'IOUt r > - : -ad or prate Sr,
-iF h -i c 'U "K-2'! .'.h 'nanv Capable subr.
co.0ractors a!lo;a :na i -s to make sure that we ant
3 t
the right people on board. We are continually
updating this with new contractors and suppliers
that want to be involved in projects types and
sizes similar to this Project. Furthermore,
through our PM at Risk efforts in and around the
Southern California area, we are familiar with the
Iota! bidding climate and conditions.
IAC `,a',e a V. ;y ti:" c
proven which mitigates room for error during
the bid procg[s. Staff is pulled in from the field
and organized in a fashion where each team
member i< r'-5pon- -JLi.� F,,. :3n :_
to ttvc. trades Thy- i,iniaue part of this process Is
that these Ind !duo jri'y handle those specific
trades tirne and time again on multiple bids se
that it becomes second natu-e. Along vith their'
project management and estimathug knowledge
ihi� ol'oress -'h mi.`mn�_ Pp bet:"Jre
section three I Program Management Approach
akk,
rls OAna HalehU f'n SWtian d Tranno Center Cool Peood
a[xaul
war sNO.m
NW.W
tb:vnam
0.W 55.W1W
YrtX.W,m
w•aa
51.9A.W
FYI.w
PwryaPMtt
nW SaO.mm.W
SrelWm
INSWx.m
cln:6a Pavw
S3.�M
M1xma m.
ouFaPwn
S1IW.W
WBM W
xeuwmcm
Yffi.rxrw
WcE1L4Y rYWbn
WM
NSi[OW
NFe]:Ym
SufiCmi >ha+
5 W
FNti9eamrvp:wrnl
USUm
.
�q�Wlatw
Pmin EUMWVnem`i m�wnx
maK mw
U.W.w
NG. ID W
wmnm Eafnnuiu Cawain
�W
Ntla,nW
YrKOnPCwa
$dYYmlmmT'n
SmiW
i�aZ ®m
Wa�tmnatl �.WmmWm.
y)Nm
�ar0'4�dm+
mn.�o .wFinaYd.w.mcwn
NFN.�
Nudm
auZN.N
SVY64nm9apCnU
y�<6w1
6cENp amanddFerdr
tLRF] :yxaK
Iexdx ml
CpRni. PBixmmpar
SrAtm
SVRPn:ppM1Er
IF USmI
654 x.m
WRYIS Ym r
EnmbLLF549:ummn
CdeFB mmTryMgr.,.n
vein
U3N.N
SWynm
4mF9
IvIICmI
:rID W Mm++
Ublm
1dXr ;'. ailYNda T
M,M /er %5tluma Beryar
U6AN.W
SIAx.W
W- Ra waw MbF6mut
MHVEaPPYnPo
WON
ISNY.wI
Gn rMSndixry. waix
6dxm
�/Ia.b EVUel trn uv
U.9]!W
Cwr!®' �_Wa'grOMxrVY:mY War
N66 W
UErm
w G:ae:rs4
Example of our Cost Control
Spreadsheet
a "subject matter expert" for their assigned
trade. They develop the right questions to ask
in order to ferret out any potential misses In
scope. By going through this process, on bid day
when numbers come in we and the City can feel
comfortable that the sub - contractors' proposals
are complete. Bids are then opened by the
City's staff and contractors then selected. Please
see example of bid matrix.
r,c:j
Project Schedule:
Once bid 1p rkages are in and the sub -
.;:,t;.a F La.•,;° h nn sale t '� :,° the
Lie process o{ relining ow- scnedliie co
tlmefrarrr se ^t forth by the Gtv.
Z:%
cwrd n..uwun:Wa.
war sNO.m
NW.W
CdbpB RxWYF
0.W 55.W1W
SSMN
', b�EYRa
51.9A.W
FYI.w
GPid MG4e:MCgpSgtMryn
nW SaO.mm.W
SrepMW
<pid0.awtl Fam90 VEEr
S3.�M
52%U6
bwVnPO<^VO1MnOOa�
S1IW.W
]f4AW
54�IW
58,N].Of
WcE1L4Y rYWbn
WM
NSi[OW
N.PWm
Cpiblrar¢wWWWAa:aq
5 W
ttdnllm:v YlAm Fit
SI.SO6
SVN
�q�Wlatw
iep NYq:ucltmnmrenx
NG. ID W
wmnm Eafnnuiu Cawain
xFAGC
Ntla,nW
'
VAG4L
y9.]W.WI
We will hold a series of working meetings and
Prepare an initial construction schedule that fits
within the construction time frame developed as
part of the Master Schedule. Should items arise
that negatively affect the construction schedule,
we will work closely with the contractors and the
City to ensure that any detrimental impacts can
be reduced or eliminated.
Addrtio;:ally. using the information provided by
sub > -:aas, the project schedule will be
cr) r^onthib basis. Monthly project
b.> ioiwaided to all prnje <;t team
mr rnibers for their use. This allovis the City the
abri;ty t.i accu!ately dep—t. the flow of the project
resocn l;!y := o;:�municate m the Sent ^,
r..cMR_, _ raf` O'• them projected move ip date =.
Cost Control:
:._ a i:i; n'cd i.k. Our- `.__:.. r':rf
rx; fessr:n£,�s bie or de'Jeioping ed
section three Program Management Approach
tracking and reporting methods necessary for the
needs of the Proiect. Cost control starts with a
thorough: revieo; of the construction documents,
and a complete bid pa, i:age document that is
properly word ;nateci.
To a large degree, ;:.;st control during
construction dependS on:
• Schedulina
• Field Coordination of Trades
• Timely Infoimation Plow
• Proactive and Creative Approach to Solving
Problems
Our detailed coordination efforts result in doing
it right the first time. Our team approach
to problem solving helps prevent delays and
therefore controls costs minimizing additional
expense. Our ability to structure and coordinate
the bidding process helps eliminate holes and
overlaps in contracted scope.
We monitor project costs for both total and
individual subcontracts. This monitoring
procedure includes perf.wmance of the following
tasks:
• Establishing a GMP (done in design
development during Phase I)
• Establishing methods for tracking and
measu.nn,g prp;ec* cogs
• Tracking the Sub- contractor's monthly
• Tucking a.ry _ Orders
submit their monthly
pa-,r:,err
each request for
-y = ':i . _.:nr:
-�:4 !- ...] th2 actual .Fork in
7t .-quests .;ill
I! ;, corm, - d art_
r: !r:oniny yayment request
�'J!'. he "It,
roulgh drafi of the payment.
ih2 RCA and the
3.3
%ity- A meeting will be held the first of each
month to revie,, the draft application. After
this meenng, a final payment request will be
produced and submitted for payment.
.Additional Cost Con trol %C hang e Management:
VVI,en a contract modification, whether time or
dollar, is requested by the sub - contractors,
a file will be established in the document
control system. All correspondence involving
he modification will be stored in this file so
each team member can review the status of
the modification and obtain the most current
information. If the contractor submits a
formal Contract Modification Request, our
team will review the request for its compliance
with the contract documents, impact to the
construction schedule, and the validity of
cost. Should an issue arise during this review;
a resolution meeting will be held between
our project team and the affected sub-
contractors. At the completion of this review,
a written recommendation, along with any
contract modification documentation, will be
forwarded to RCA and the City. All resolution
recommendations are made taking into account
the change requested as well as other more cost
effective ideas addressing the change based on
means and methods and where we are in the
construction phase. Sometimes this can dictate
how we approach changes.
Document Management Control:
There are numerous elements of the Senior
Center Pro ;e:.t that are going to need to be
closely managed for the project to be a success.
'Pie.vill manage ea':^ o:` these elements and
continually update ail of the Project Team
Members and the Gty using a web based
Expedition reporting system. Using this
reporting > stem al!o+.•a each member access
to the up -to -date, ac: —late information the'v
need for p,.i,i�,. r ec ;,- , making. The Dockimeni
Control, Syste:rl of,13nize dCCUment,s col leftnd
during the i;f= of th-- pruiect>, as well as -be
section three Program Management Approach
. ...
database recording of all project documentation design intent, as well as complete coordination
to allow: with the assigned inspector and other City
testing agencies making sure that what vie
• Tracking deliver back to the City is precisely what was
• Retrieving originally envisioned,
• Cross Referencing of Project Information
Primavera Expedition will be used to organize
and integrate data for the administration of
contracts and as the documentation control
database. This System will also allow uniformity
in the Document Control process to ensure that
all project records are delivered to the City in the
same format.
Quality Control and Assurance Program. Explair,
Methods And Practices used to Ensure Quality
Control During The Construction Phase of the
Project.
Quality Control:
We understand that all involved in this project
want to see that it's built with the finest quality.
This quality control process really begins in Phase
I and is carried out through the construction of
Phase II. One of our tasks during our review and
coordination of the specifications with RCA to
ensure that the requirements are rigid enough to
allow high quality construction work but yet not
so rigid as to incur unnecessary costs.
Quality control is a con'ipany a!Iture. It Is based
on this attention to detail that allows us to build
long iaStrng partnership, viith our clients, it
starts with effective communication RCA
and the Gb, ihroua!- Prog:arr. ur :derstandinig.
We will make it a parr of our project team
rneetings early on. ir; the field it becomes part
OF on site weekly meetings involving spot checks
in the field.
In order to 2> abl sh the expeCa'd live! .. f qua'it,v
on the project, we ^iili rondul -: ore - installation
GDnf- ren;_I -s to ensure CCm P:101PCe y :.,ith 1-hi-
.3 i
This quality control process gets back to cut-
documentation and reporting mechanisms.
Communication with RCA and the City when
quality issues are identified is part of our "Quality
Control Process." Necessary adjustments are
made immediately. This process becomes
successful when managed correctly and surprises
are eliminated.
We hold a "Preparatory Planning" meeting with
the contractors prior to their beginning work.
The meeting will typically occur on -site and will
involve all relevant project team personnel. This
meeting would be lead by Kim Harvey our Project
Lead. Typical agenda items for this meeting
include:
• Safety
• Quality Control
• Administration (weekly project meetings,
insurance, work hours, schedule and
deliveries)
• General Project Requirements (long lead
items, manpower review, equipment type
to best facilitate high quality and high
production)
planning rreetirc
is to set the stage with the contractor so that
tney full•! understand •�ihat is expected of then,
cn the prulect. [t con;pliments the contract,
Job information and policy brochure and mcs'
hInportantlw the superior quality standards
that are ex .Petted, the system begins with
,..'sis ulzicr;n, but u.m.irlues throughout rile
consr.rucC,on process by repeated spot checks Uy
th? :OF" m.
section tF1ree I Program Management Approach
Project Controls and Reporting:
It is Important that ail reported data accurately
reflect the stae_rs of the project. The
e >tabli ;hmcnt of protect controls and reporting
systems to accouot for and report on the
project's progress, as measured against the
standards estaofshecl d�_iring the onset of the
project, will he a prioritp. This system can
involve both web -based and printed documents,.
according to the needs and desires of the City.
A single system for both project management
and reporting will allow the City, RCA, and the
construction team to utilize the same data. This
allows continuity In team communication and
eliminates wasted time and dollars do to multiple
parties conducting duplicated tasks. Daily and
monthly reports will be written to provide a
summary of the project, the progress and the
current status.
Project Safety and Security:
Safety within the construction site is of the
utmost importance. Our safety program is
designed to aid employees and contractors in
adhering to safety standards in the work place.
We will verify that a comprehensive project
safety and security project plan exists for
each subcontractor. Typically, we focus on the
following:
• Employees
• Hazardous mate ;iais
• Flno� of workers, materials -.).id deliveries try
the construcbon zones
• Utility tie -ins and selctCtive demolitJOn
• General P:_lolic
Our current Experlance f-1odihei Rate (EMR) of
.73 refle ; =ts our attentiof: to de *ail and our ability
to uphold high Q4ei:%i standards. We take a
ir:asGOn Bible ,,
practices. Our approacn ss to help encourage
and fadl tate week:,; `;iinate m- etings'r. the
field with the COntl "aiad %c. b: d%scuss safety tonics
and share c- ,t pra:'t'ces .
Information Tracking /LEED Document Tracking:
The flow and the request of tracking information
Is a key element of the project management
process. I*, is essential to have a formal process
for documenting answers to questions, and
answers to the various requests. We will place
a high priority on the fol'owng elements of the
process.
• Promote Open Communication with all team
members
• Record all questions and manage those that
require action
• Coordinate response from the partner team
• Photo documentation of every aspect
pertaining to the construction and LEED silver
Certification
• Take pictures of erosion control measures
employed during construction
• Keep accurate records of waste management
and the amount of materials that are diverted
from landfills (LEED Certification item)
• LEED accredited professional on staff
who understands the credits and the
documentation needed during construction
Submittal Management:
As the Project Manager at Risk we will carefully
review each submittal for compliance and
coordination with all other disciplines, A
submittal will not go through without a thorough
review. We will strive to identify and solve
the maiot ;ty of problems before the activity
ever starts. All dra. -�.ngs and specnccahon
submittals: as as any other design related
d0cumcita`'v , >i!' be logged into tills pi'Cgrarr:
for tracking the process from the start of these
items cc comoletirn.
section three
gkk
F4. uop R.1.'PE.
r2r newPm..: mel¢ wnm 4p`rmem
3100, -'r Bl.e
�Iloy1
T\[ (W.—I
A.[ u r w w oM Sreu
BegbY rt
4 T ti., C.eler Xletuk
wM sort
The ""' or tertntly I xM trAwa s[nAUk
Bi—d'[ C—so
aL U,gea tlt �mtmp[alnlig:m le odnm
lmrgM.
,is,e nM.[e n m w
u,da s w.s— a.s, n,n wwe rty 1o,s sire
"'oo m BmwrG Cannxt }v CnsnF UN[:.'
(COR sWt0. W CBR a'101 wd CIwBe Ordn N
(CDR its ud COR .EI1 Ifi: rnimsld as:e of
mmptnion Rr lkmsnls amm s=Md,le u npeelN 1e
Cis n -sire UoJi'und W.'- sane n Y9W sumpine.
xmk trot w de Torch Pauu wm:vdinF
IM1e I— Tnisuog 3'maes 1Te Msie B.M.,
Sor—iisnneis,:pine E.1- 11 ::umesw[clmelo
an:pini nisn xclvd< amlWN SI 1amn.
glvfng sntl pant 0.uugp.ln insallnim o(M[V ISWu
rnvpine. W ielnv finieM x npvmg fw'aN
Site <aw' wall..d1,.h tl:ia 1neI - iMWing
N. n.:rnl.I.m.-.na I.In:,�nr gmn.anm.
Bug.n
The -s. Lenerv( Cvnuun C,m fm Demist
C--- wu S II. W. Tlu —1 to:mylle< con
m axles 56,S.1g,lE3 wl i-looes SI),36 (w Clwnge
Qaer aav ]M fn Csg QM I.a)) W
CMe e3. ssS.a1 is, Cg 0. N. ( I.".)
(os
Cnnge soar .).. S6asa (w O snge q M.
AuMioo 56.i95.W3
norge Drhra S. 111
i.iwra ayson
Torwk w.slagn
Document Logs:
Program Management Approach
C--'[ Tumss Pu.emsnt
I•C- -T— J,,,ConnateT-
Inrougn the use or the Expeoition 7ystern,
we will log each and every clOCUment that is
produced during the construction phase. We
will also publish a quality control log, to assure
that all work meets or exceeds the standards
prescribed via the construction documents
Submittal /Material Delivery Control:
T:-.E uansnntcal an -: :_ _ r :.,l'.. ,• :_(- �t.;tr�E - ,...o• -:
aro I_ieed by ^Llr lezi r,- hL..,. tra_b an'. rra
tat d: =1
an automated trackir t: it All snca :i'3,,:1 n:,
and other sul.;mttta'a aye [rack. by the
including rifirmaticir subm.rtal in and rrv:rr
subcon[ractors, si:ppher;. anC. aporova ; f-crT
the City and RCA
30
gkkworkc
Ta deu. it Draw q3. SS,T36,036 uF lvul prmwts
r Peen tth wiN leered 51 mlr nmb TEia B
ranurcv wiN IM1e [mnplCebwuk in Lie fiN:l
Acual to dau $5.114034
"its, sw ci, <irns
Rosy l of flints"
Maurah is a wired, sue to d1e W 3 Drawings bong --d lw
mmTroun Ieestly, eRn pAC rOry of Newport tlezcM1 «vision
CwNwanon wiN Ile Gwm1 Contractor Fm de Trvwng Tow an wn starting Is
besane. niacin. The Training Tower wl l nut is.11ow[d In surce -1, N�xmnd oeek orsuly.
doe to roc Calnete Tarmac's "taint evse one G" predlsu Ines the Sono Ani rvnghrs
Tnlein6 Tower wdl not be wWisisd wlil Ne Nird week of S ,Ian x r
• CooNin¢wn ofNC Upca:ningunLry inuellniuns u viucel waM pmjed finulting an time GKK
and Ben Wa ue wmkiugdiligmdY w aswrc WI Noe vtimes finish in time
If you Nre my Quesllotu m contains please feel hse wsonuct Iu.
gillmrdY,
CKKWORKS,
Ldc D Stores
['onwnnn A.Wg
L'+[I ".,Schedule
Cost Pq rt
Cr John TS[huthn
File
The Document Control System will:
• implement the estaoilshed hie coding
system in recording and archiving project
documentation. This allows for quick and easy
access to various aspects of the project.
• Receive, record, track, and maintain on
site, in an organized manner, all contract
correspondence; an approved record copy
of all drawings, specifications and addenda;
au AiE acVic%ed subrrittals, slrlp cPa: :'ings,
product data and samples: and all preliminary
and approved Change Orders. In addition,
the pocument Controller shall maintain
all ;:ontiacts, RFI's, purchase invoices
f.--,f materials and equipment, applicable
handbooks including Titles 21 and 24 of the
Cal(ruro3 �..Ide or Regulations. the Z-aldornla
Unlfi;rm 6uadmg Code, referenced standards,
notices, survey records, inspection reports,
dz- tiab:.a notices, and Dther project related
Section three I Program Management Approach
documents and correspondence including
a record of all changes and revaions made
during construction.
• Code and file all outgoing and incoming
correspondence and contract documentation.
• At project completion, deliver all records to the
City of Newport Beach and deliver all record
drawings and suivey documents to RCA so
they may complete the "as- built" documents.
A Photographic History of the New Oasis
Senior Center
Each month, our Project Lead will take
digital photographs of the project to help in
documenting the construction progress (essential
when obtaining LEED Silver Certification through
the USGBC process). With these photographs
is a keying system tied to the project drawings
so any individual will know exactly where the
picture was taken. A file will be established in
the project logging system, which will include
the keyed map and the monthly photographs,
so each team member has easy access to the
photographic history of the project.
Progress Reporting:
Each month, our Project Lead will publish a
monthly report. included in this report are
• Overall Schedule Update, (included completed
terns for' the pr <.v ous nIonth and a 1 -month
look ahead),
• Project Finartciai Reports,
• Progress Phorpgrapn6,
• Idendflcanon )t any Ciirirai lsstieS.
• ropy or the Proiect Logs.
• Thic re ior' w t tail r' I to) weet the needs
and re:�Ui:'elliera�, Of' %1? 1:i.y, (Sec Exan:pi.�,
3 7
Claims Management:
A claim on a construction project Is usi -ally the
result of a serious misunderstanding within,
the construction team of Architect, 0;iner
and Contractor: These can be costly, but are
unnecessary if the bid documents are thoroughly
understood by the pub - contractors bidding
the protect. A. wve!i- prepared and rhwoughly
coordinated set of documents will make bidding
easier, reduce contractor errors, and will contain
all Information to fully communicate the design.
Complete and accurate construction documents
are the first line of defense in minimizing change
orders and claims. Our collaboration with RCA
in Phase I of the process mil help eliminate any
surprises.
Our goal in claims management is to identify
and resolve problems on paper ire the pre -
development phase before they become cost
problems on the construction site.
Final As -Built Tracking System:
The tracking of Final As -Built documents begins
as soon as the sub- coptra tor; are selected. As
a function of its duties, our team will coordinate
and supervise the contiactcn's obligation to
provide as -built documents and therefore will
be part of the revlevi process of the various
contractors' monthly pay request. If necessary,
we will provide recommendations to the City
iegEirdin,g 0;i!:nho1dr:g part c, all of future sub -
rniiiractor oayrnents due r a lack of acceptable
d(,,almeot's.
Project Closeout:
C! ^�e•:; �,�C and car^ ronsidered
r , of r;,c rionr di ul to a'_hievc. in any
project. 01 .:r proje.:t rl,)S.- .�ut strategy is one that
.- �j- - - ,,:eye. Our
coi'po ate culture i= :Jne t"hich the. process is a
continl:4.tl on Corm_ ,,F0 I;' t0 tln, 'o Ugh construction.
i 'i'-1 ;9 unrecessa. -y
section three I Program Management Approach
"lingering on" of a project due to poor planning. Des-ri e any unoq�,je auahfrcar,oe% as they
This ultimately costs money and can be avoided =rta?n to this partc::lar
early on through the process.
We accomplish this through teamwork with the
sub - trades that promotes a sense of fairness
to all parties, maintains good communication,
positive attitudes. tenacity, and resolve Our
role and track record in closing out projects
successfully and on time is superior. Successful.
contract closeout will be made a priority by our
Senior Project Manager, Kim Harvey and our
team and is a company wide key focus as well as
a philosophy to successfully guide the City and
contractors through this very important process.
We have developed rigorous closeout procedures
resulting in strong solid business relationships;
a wealthy base of subcontractors /vendors, and
most importantly, satisfied repeat clients. Our
success is a direct result of the determination
and dedication of our proposed Oasis Senior
Center Staff, and a valued company wide work
ethic to serve the City's needs in bringing this
project to a successful and timely closeout.
As part of the closeout we wili ensure that the
contractors have completed:
• All of the identified punch list items,
• Confirm that all of the equipment and
furniture installation is complete to the City's
satisfaction,
• Senior Center Staff has had appropriate
train:r:g and
and systems,
• As -built drawings and 0 & M Manuals are
complete and have beer, forwarded to ;?;e
proper parties
• Au financial terr_; with the sub- contracto s
have been addressed
3R
Program management capabilities, ekkrrorks has
more than 17 'years of program management
experience in designing building and managing
public works projects. As described throughout
our proposal, we have recently worked with the
C %ty successfully completing the Newport Beach
-ommunity Center and Santa Ana Heights Fire
Station and Training facility. Our staff who
worked on both of these projects 'Kim Harvey
and Eric Stones) have developed a successful
working relationship, knowing the policies,
procedures and standards set forth by the City
enabling us to seamlessly start immediately on
the progression of this important project.
section four I Financial Resources And Legal Issues
Demonstrate the ability of the proposed Team
to provide the requisite bonds for the direct cost
(Phase 11) component of the GMP,
3�Ii iv t0;
S;A��iJ�i:Tt3S
December 28, 2007
gkkworks Construction Services
Arm! James E. Staley
2355 Main Street, Suite 220
Irvine, CA 92614
RE: gkkworks Construction Services — Letter of Bondability
Dear Jim,
Maloney& Associates
4 6 Wen (;,.,,,d A'e,a,
B. .N k, CA 1)20-'5
'60.7 18 4,10
lay `60 MRM—,
f Ni7iJl:i
We understand that gkkworks Construction Services is in the process of Pre- qualifying for various
construction pidjeets4hat may require bonding. As part of the bonding process, gkkworks Construction
Services may be required to provide evidence of your financial capability to obtain and maintain the
necessary bonds to cover its construction projects.
Safeco Insurance Company of America has had the pleasure of handling gkkworks Construction Services
bonding requirements since 1999. Safeco Insurance Company of America enjoys an "A" rating by A.M.
Best and appears on the "Treasury List" as published by the Federal Government and they are considered
an "Admitted Surety" in the state of California.
gkkworks Construction Services is an organization with available bonding capacity of $30 Million single
project / $75 Million aggregate bonding facility. Based upon our normal conditions being prevalent, we
can foresee no difficulty in fulfilling requests by your organization to execute faithful performance and
labor and material bonds, as required by the terms of any contract awarded to them in the price range
outlined above.
You understand, of course, that any arrangement for the final bond or bonds is a matter between the
Contractor and ourselves and we assume no liability to third parties or to you if for any reason we do not
execute any required bonds. This letter is not an assumption of liability, nor is it a bid, performance, or
payment bond. This letter is issued only as a bonding reference requested from us by our client.
Please do not hesitate to contact me with any questions or for further input.
Sincerely,
f �^
Matthew C. Gaynor
Vice President
Maloney & Associates Insurance Services
9M
section four I Financial Resources And Legal Issues
Provide details of any past or pending litigation.,
or claims filed, against the bidding firm related to
work performed for public or private agencies, or
in actions that may affect its performance under
a contract with the City. Identify if your firm is
currently in default on any loan agreement or
financing agreement with any bank, financial
institution, or other entity. If so, specify date(s),
details, circumstances, and prospects for
resolution.
gkkworks does not have any pending litigation,
or claims filed, related to work performed for
public or private agencies, or in actions that
may affect its performance under a contract
with the City. gkkworks is not in default on any
loan agreement or financing agreement with any
bank, financial institution, or other entity.
40
Section five I Agreement To City Contract Terms and Ability to Obtain
Insurance
Identify any conditions or terms of the City'
Professional Services Agreement (PSA) for Phase
I (see Appendix 6 to this RFP) with which the
Firm and its team does not agree, including
terms which the firm wishes to negotiate. Please
note that the City will be very reluctant to make
changes as we feel that the City's current PSA
represents a balanced and fair approach that has
been acceptable to the engineering and construc-
tion management industry.
We have reviewed the sample contract provided
by the City and have no items that we would
take exception to. It is understood that there
are optional provision items shown in the
contract which are to be exercised as part of the
Phase II work agreement.
Provide specific assurance regarding the Firm's
ability to secure insurance that meets the City
requirements.
We have reviewed the insurance requirements
and we can assure the City that gkkworks can
secure the proper insurance that meets the City
requirements.
Ell
Section SIX I Phase I Fee Proposal
PHASE I FEE PROPOSAL (in a Separate, Sealed
Envelope)
Provide your fixed fee requirements for the work
of Phase I, ending for the delivery of the Protect.
Identify a not -to- exceed allowance required for
reimbursable expenses, which are to be billed as
actual costs up to the not -to- exceed amount.
The proposal shall list specific work tasks
and associated hours, meeting allowances,
deliverables, and other applicable activities.
Specific responsibilities of each team member
shall be detailed along with indication of
percent of overall time available to work on this
project.
Provide hourly rates used by job title for the
key Team members, for use in the event that
additional services are required beyond the
identified scope. No such additional work is to
be undertaken unless specifically requested and
authorized by the City. It is the intent of this RFP
that all work related to this Proiect as outlined in
the Scope of work will be performed for the base
fee requirement.
Please see hourly rates on the following page.
42
section six I Phase I Fee Proposal
Schedule of HourlV Rates for Proiect Management Services
Position
Hourly Rate
Principal
$190
Regional Manager
$180
Operations Manager
$180
Project Director
$165
Sr. Project Manager
$145
Project Manager
$140
Sr. Construction Manager
$155
Construction Manager
$140
Senior Estimator
$140
Estimator
$130
Sr. Program Manager
$180
Program Manager
$160
Project Engineer
$110
Project Scheduler
$115
Administrative
$75
Document Control
$110
General Superintendent
$180
Superintendent
$140
Hourlv.Rate Exclusions Reimbursables
The following items are included in our hourly
rates:
• Wages
• Fringe benefits and payroll taxes
Workers compensation insurance
• Cell phone costs
Computers and computer software
• Main office overhead costs
• Profit
• Business license
• Office supplies
• Progress photographs
The following are reimbursable items:
• Mileage and travel expenses
Room and board costs for overnight stays
• Printing and postage
• Permits and fees
• Plan check fees
• Office or trailer lease costs
• Architecture or engineering costs
• Testing and inspection
• Hazardous materials inspection, testing or
abatement
• Payment and performance bonds
These rates are effective from July 1, 2007 to June 30, 2008
43
section six I Phase I Fee Proposal
Oasis Senior Center
City of Newport Beach
Fee Structure
ESTIMATING
Initial Estimate
Sr. PM
Dir of PCS
Sr. Estimator
Estimator
Architetect
Total DD Estimate
Development of a GMP
Sr. PM
Dir of PCS
Sr. Estimator
Estimator
Total GMP Development
VE Study
Sr. PM
Dir of PCS
Sr. Estimator
Estimator
Total VE Study
Constructability Review
Sr. PM
PM
Architect
Total Constructability Review
hrs
rate
Total
4
$
145.00
$
580.00
4
$
165.00
$
660.00
80
$
140.00
$
11,200.00
0
$
130.00
$
-
24
$
165.00
$
3,960.00
$ 16,400.00
hrs
rate
Total
4
12
$
145.00
$
1,740.00
$
16
$
165.00
$
2,640.00
140.00
40
$
140.00
$
5,600.00
$
80
$
130.00
$
10,400.00
$ 20,380.00
hrs
rate
Total
4
$
145.00
$
580.00
4
$
165.00
$
660.00
24
$
140.00
$
3,360.00
0
$
130.00
$
-
$ 4,600.00
hrs
rate
Total
4
$
145.00
$
580.00
40
$
140.00
$
5,600.00
24
$
165.00
$
3,960.00
S'!
$ 10,140.00
section six ( Phase I Fee Proposal
Oasis Senior Center
City of Newport Beach
Fee Structure
SCHEDULING
Develop Master Schedule
hrs
Senior PM 10 $
Scheduler 40 $
Total Master Schedule Development
Monthly Schedule Updates
rate
Total
145.00 $
1,450.00
125.00 $
5,000.00
$
6,450.00
hrs rate Total
Senior PM 4 $ 145.00 $ 580.00
Scheduler 8 $ 125.00 $ 1,000.00
Total Monthly Updates $ 1,580:00
# of Months 2.00
Total $ 3,160.00
MEETINGS
Initial meeting to discuss
project, overview,
meeting with architect,
review city program data
hrs rate Total
Senior PM 24 $ 145.00 $ 3,480.00
PM 24 $ 140.00 $ 3,360.00
Total Monthly Updates $ 6,840.00
Weekly Meetings
hrs
rate
Total
Senior PM
4
$
145.00
$
580.00
PM
4
$
140.00
$
560.00
Sr. Estimator
4
$
155.00
$
620.00
Total Monthly Updates
$
1,760.00
# of weeks
1 12.00
Total
$
21,120.00
45
section six Phase I Fee Proposal
Oasis Senior Center
City of Newport Beach
Total Reimbursables not to exceed $7,500
Estimating
$
16,400
GMP Development
$
20,380
VE Study
$
4,600
Constructability Review
$
10,140
Scheduling
$
9,610
Project Management
$
27,960
Total
EN
$ 89,090
PROFESSIONAL SERVICES AGREEMENT WITH
GKK WORKS
FOR PROGRAM MANAGEMENT
FOR THE NEW OASIS SENIOR CENTER
THIS AGREEMENT is made and entered into as of this _ day of ,
200_, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
( "City"), and GKK WORKS, a California Corporation whose address is 2355 Main
Street, Suite 220, Irvine, California, 92614 ( "Consultant'), and is made with reference
to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now
being conducted under the statutes of the State of California and the Charter of
City.
B. City is planning to design and construct a New Oasis Senior Center.
C. City desires to engage Consultant to provide professional program management
services for the design and construction of the New Oasis Senior Center
( "Project ").
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Consultant for purposes of Project shall be Charlie
Merrick.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 31 day of January, 2009, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference. The
City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Consultant to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays
due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for
performance in writing to the Project Administrator not later than ten (10)
calendar days after the start of the condition that purportedly causes a
delay. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays that are
beyond Consultant's control.
3:2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit A and incorporated herein by reference.
Consultant's compensation for all work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not
exceed Eighty Nine Thousand and Ninety Dollars and no /100 ($89,090.00)
without prior written authorization from City. No billing rate changes shall be
made during the term of this Agreement without the prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing
in advance by City. Unless otherwise approved, such costs shall be
FA
limited and include nothing more than the following costs incurred by
Consultant:
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and/or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra
Work" means any work that is determined by City to be necessary for the
proper completion of the Project, but which is not included within the
Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit A.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement.term. Consultant has designated Charlie Merrick to
be its Project Manager. Consultant shall not remove or reassign the Project
Manager or any personnel listed in Exhibit A or assign any new or replacement
personnel to the Project without the prior written consent of City. City's approval
shall not be unreasonably withheld with respect to the removal or assignment of
non -key personnel.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department.
Stephen G. Badum shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator or
his /her authorized representative shall represent City in all matters pertaining to
the services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all. such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that . it will perform all services in a manner
commensurate with community professional standards. All services shall
be performed by qualified and experienced personnel who are not
employed by City, nor have any contractual relationship with City. By
delivery of completed work, Consultant certifies that the work conforms to
the requirements of this Agreement and all applicable federal, state and
local laws and the professional standard of care.
8.2 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force in effect during the term hereof, at its sole cost and
expense, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature that is legally required of Consultant to practice its
profession. Consultant shall maintain a City of Newport Beach business
license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's
work promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
8.4 The term Construction Management or Construction Manager does not
imply that Consultant is engaged in any aspect of the physical work of
construction contracting. Consultant shall not have control over or be in
N
charge of and shall not be responsible for the project's design, City's
project contractor ( "Contractor"), construction means, methods,
techniques, sequences or procedures, or for any health or safety
precautions and programs in connection with the work. These duties are
and shall remain the sole responsibility of the Contractor. Consultant shall
not be responsible for the Contractors' schedules or failure to carry out the
work in accordance with the contract documents. Consultant shall not
have control over or be responsible for acts or omissions of City, Design
Engineer, Contractor, Subcontractors, or their Agents or employees, or of
any other persons performing portions of the work.
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees (collectively, the "Indemnified Parties) from and
against any and all claims (including, without limitation, claims for bodily injury,
death or damage to property), demands, obligations, damages, actions, causes
of action, suits, losses, judgments, fines, penalties, liabilities, costs and
expenses (including, without limitation, attorney's fees, disbursements and court
costs) of every kind and nature whatsoever (individually, a Claim; collectively,
"Claims "), which may arise from or in any manner relate (directly or indirectly) to
the negligence, recklessness, or willful misconduct of the Consultant or its
principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for
whose acts they may be liable or any or all of them.
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the indemnified Parties from any Claim arising from the
sole negligence, active negligence or willful misconduct of the Indemnified
Parties. Nothing in this indemnity shall be construed as authorizing any award of
attorney's fees in any action on or to enforce the terms of this Agreement. This
indemnity shall apply to all claims and liability regardless of whether any
insurance policies are applicable. The policy limits do not act as a limitation
upon the amount of indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Consultant or any of Consultant's employees or agents, to be the agents or
employees of City. Consultant shall have the responsibility for and control over
the means of performing the work, provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Consultant as to the details of the performance or to
5
exercise a measure of control over Consultant shall mean only that Consultant
shall follow the desires of City with respect to the results of the services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
interest in the work to be performed. City agrees to cooperate with the
Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his /her
duly authorized designee. informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory_to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
■
D. Coverage Requirements.
Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Consultant shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) calendar days (10 calendar days written notice of non-
payment of premium) prior to such change. The insurer shall agree
to waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed
by Consultant for City.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than two million
dollars ($2,000,000) per occurrence for bodily injury, personal
injury; and property damage, including without limitation,
contractual liability: If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate lirnit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability. Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which
covers the services to be performed in connection with this
Agreement in the minimum amount of one million dollars
($1,000,000).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
7
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or. indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self- insured .retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) calendar days (10 calendar days
written notice of non - payment of premium) written notice has been
received by City.
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint- venture.
N
96. SUBCONTRACTING
City and Consultant agree that subconsultants may be used to complete the
work outlined in the Scope of Services. The subconsultants authorized by City to
perform work on this Project are identified in Exhibit A. Consultant shall be fully
responsible to City for all acts and omissions of the subcontractor. Nothing in
this Agreement shall create any contractual relationship between City and
subcontractor nor shall it create any obligation on the part of City to pay or to see
to the payment of any monies due to any such subcontractor other than as
otherwise required by law. The City is an intended beneficiary of any work
performed by the subcontractor for purposes of establishing a duty of care
between the subcontractor and the City. Except as specifically authorized
herein, the services to be provided under this Agreement shall not be otherwise
assigned, transferred, contracted or subcontracted out without the prior written
approval of City.
97. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its:discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
98. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
99. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of labor and material, or over
0
competitive bidding or market conditions, Consultant does not guarantee the
accuracy of such opinions as compared to contractor bids or actual cost to City.
20. INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers,
representatives and employees against any and all liability, including costs, for
infringement of any United States' letters patent, trademark, or copyright
infringement, including costs, contained in Consultant's drawings and
specifications provided under this Agreement.
21. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Consultant under this Agreement. All such records and
invoices shall be clearly identifiable. Consultant shall allow a representative of
City to examine, audit and make transcripts or copies of such records and
invoices during regular:business hours. Consultant shall allow inspection of all
work,:data, Documents, proceedings and activities related to the Agreement for a
period of three (3) years from the date of final payment to Consultant under this
Agreement.
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his /her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than What
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and /or
restoration expense shall. be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under the law or any other sections of this
Agreement.
10
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
26. NOTICES
All notices; demands, requests or approvals to be given under the terms of this
Agreement shall. be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Consultant to City shall be addressed to City at:
Attn: Stephen G. Badum
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949 - 644 -3311
Fax: 949 - 644 -3318
All notices, demands, requests or approvals from CITY to Consultant shall be
addressed to Consultant at:
Attn: Charlie Merrick
GKK Works
2355 Main Street, Suite 220
Irvine, CA 92614
Phone: 949 - 250 -1500
Fax: 949 - 955 -1662
11
27. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not
cured within a period of two (2) calendar days, or if more than two (2) calendar
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default.and the
steps necessary to cure such default, and thereafter diligently take steps to cure
the default, the non - defaulting party may terminate the Agreement forthwith by
giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right,. at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
termination under this Section, City shall pay Consultant for services
satisfactorily performed and costs incurred up to the effective date of termination
for which Consultant has not been previously paid. On the effective date of
termination, Consultant shall deliver to City all reports, Documents and other
information developed or accumulated in the performance of this Agreement,
whetherin draft or final form.
28. COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances,. regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
12
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terms
of this Agreement shall govern.
32. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction
which might otherwise apply.
33. AMENDMENTS
This Agreement may be modified or amended only by a written document
executed by both Consultant and City and approved as to form by the City
Attorney.
34. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
35. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
36. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
13
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
A .0�,c
City Attorney
for the City of Newport Beach
ATTEST:
In
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
M
Mayor
for the City of Newport Beach
CONSULTANT:
A
(Corporate Officer)
Title:
Print Name:
(Financial Officer)
Titl
Print Name:
Attachments: Exhibit A — Scope of Services & Schedule of Billing Rates
f: luserslpbwksharedlagreementslfy 07 -061
14
City of Newport Beach
BUDGET AMENDMENT
2007 -08
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
�X Increase Expenditure Appropriations AND
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
NO. BA- 08BA -050
AMOUNT: $s9,o9o.00
Increase in Budgetary Fund Balance
X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to providefor the following:
To increase expenditure appropriations from the General Fund unappropriated fund balance for Oasis Senior Center program
management services.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account Description
010 3605 General. Fund - Fund Balance
REVENUE ESTIMATES (3601)
Fund /Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Signed:
Financial Approval:
Signed:
t " fL'f/Jf/
h� ,
ninis tive Services Director
City Manager
Amount
Debit Credit
$89;090.00
' Automatic
$89,090.00
Date
g.
Date
Signed:
City Council Approval: City Clerk Date
Description
Division
Number
7453 OASIS Capital Project
Account
Number
C1002007 OASIS Senior Center New
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Financial Approval:
Signed:
t " fL'f/Jf/
h� ,
ninis tive Services Director
City Manager
Amount
Debit Credit
$89;090.00
' Automatic
$89,090.00
Date
g.
Date
Signed:
City Council Approval: City Clerk Date