Loading...
HomeMy WebLinkAbout2007/05/15 Item 13 CITY COUNCIL AGENDA STATEMENT .:~Y!f:. CITY OF """~ CHULA VISTA 5/15/07, Item~ ITEM TITLE: RESOLUTION ESTABLISHING A NEW CAPITAL IMPROVEMENT PROJECT (CIP) ENTITLED "ALL SEASONS PARK (PR279)" AND AMENDING THE FY07 CAPITAL IMPROVEMENT PROGRAM RESOLUTION APPROVING A DESIGN BUILD AGREEMENT WITH ERICKSON-HALL CONSTRUCTION CO, FOR THE DESIGN AND CONSTRUCTION OF ALL SEASONS PARK, LOCATED IN OTAY RANCH VILLAGE 7 NEIGHBORHOOD OF THE CITY OF CHULA VISTA, APPROPRIATING FUNDS THEREFOR AND AUTHORIZING MAYOR TO EXECUTE SAID AGREEMENT SUBMITTED BY: REVIEWED BY: DIRECTOR OF GENERAL S~VICES ~&-' INTERIM CITY MANAGER j1 4/5THS VOTE: YES [gJ NO D BACKGROUND The City Council previously approved by Resolution No. 2006-294 the Master Plan for All Seasons Park, which conceptually designed and provided for the construction of a completed and fully functional 7,6-acre park. On June 17, 2003 the Council approved a resolution establishing a Design-Build Priority List excluding fire facilities to be used in awarding Design-Build contracts for future City projects, On February 28, 2007 an RFP (Request for Proposal) was issued to all of the Design-Build firms on the Priority List to prepare proposals for the design and construction of a completed and fully functional 7.6-acre park, All Seasons Park. The resolution before council this evening will establish the project and award Erickson-Hall Construction Co. a Design Build Agreement for the provision of services required to design and construct All Seasons Park and appropriate funds to a capital improvement project (PR 279) that will enable the design phase of the proj ect to commence and authorizing Mayor to execute said agreement. RECOMMENDATION 1. Council adopt resolution establishing a new Capital Improvement Project (CIP) entitled "All Seasons Park (PR279)" and amending the FY07 Capital Improvement Program. 2. Council adopt resolution approving a Design Build Agreement with Erickson-Hall Construction Co. for the design and construction of All Seasons Park, located in Otay 13-1 5/15/07, Item~ Page 2 of 5 Ranch Village 7 Neighborhood of the City of Chu1a Vista, appropriating funds therefor and authorizing Mayor to execute said agreement. BOARDS/COMMISSION RECOMMENDATION The Parks & Recreation Commission approved the Master Plan for the Village 7 Neighborhood Park at their meeting of July 20, 2006 and also made the recommendation to Council that the name ofthe park be "All Seasons Park." DISCUSSION On February 28,2007, in accordance with Section 2.57 of the Chula Vista Municipal Code, the City requested proposals from all the Design Build firms on the priority list for services to design and construct a fully functional 7.6-acre park, All Seasons Park. Two of the firms submitted proposals, They were PCL Construction Services, Inc. and Erickson-Hall Construction Co. Based on the proposals, Erickson-Hall Construction Co. was selected as the Design Builder with extensive construction experience for this type of project and who could best meet the City's development schedule, monetary and time criteria of the project The D/B Team of Erickson-Hall Construction Co. and Deneen Powell Atalier, Inc. (DPA, Inc.) offers an excellent combination of design and construction expertise for this type of project The City has been pleased with the work of Erickson-Hall Construction Co, and their ability to complete projects on time and on budget as demonstrated with the City's following capital improvement projects: Fire Station No. 4 addition, Fire Station No. 2 storage facility, Fire Station No.6 and most recently the completion of Harborside Park and Mountain Hawk Park. DP A, Inc. has previously completed landscape design of both Harborside Park and Otay Park for the City of Chula Vista, Other team members are Davy Architecture and Cherry Engineering, Both firms are very familiar with current City of Chula Vista park design requirements as well. DESIGN/BUILD Staff is recommending the City enter into an agreement with Erickson-Hall Construction Co. for the provision of services required to design and construct All Seasons Park. The designlbuild process includes functions that are quite different from the designlbid/build process typically used for City construction projects, The designlbuild process employs a single entity, either a general contractor or an architect, which provides both design and construction services. In the typical scenario, a designlbuild oriented general contractor provides the design and construction services. Alternatively, an architectural firm may provide the design services and hire the general contractor on a consulting basis for the construction phase. In this later scenario, the architectural firm will be held responsible for all aspects of the project In the case of All Seasons Park, the designlbuild process will place sole responsibility for delivery of the project upon Erickson-Hall Construction Co., a general contractor. Erickson-Hall Construction Co, will subcontract for the design and consulting services, and trade contracts during the construction phase. Generally utilization of a designlbuild process will provide savings in cost and time because the entire project is managed and constructed by a single entity, thereby eliminating the difficulties of dealing with multiple entities and overhead on one project 13-2 5/15/07, Iteml.:2- Page 3 of 5 The designlbui1d process provides the City the flexibility to work with the best contractors in the County, as it does not necessarily require award to the lowest responsible bidder. PROJECT SCOPE AND CONTRACTUAL REOUIREMENTS As proposed, the DesignlBuild Agreement with Erickson-Hall Construction Co. will provide the City with a fully functional 7.6-acre park that will be located in the Otay Ranch Village 7 neighborhood and will provide service to residents of that community as well as other residents ofthe City, The scope of work includes but is not limited to the following: Design and construct for the City a fully functional 7,6-acre park as outlined in the "All Seasons Park, Approved Master Plan", dated February 10, 2004 (Master Plan). The park shall include, but not be limited to all components described in the Master Plan. The Project is located in the Otay Ranch Village 7 neighborhood, located on Magdalena Avenue in the City ofChula Vista. Erickson-Hall Construction Co. shall perform all services, work, and obligations as described necessary to provide a fully completed and functional Project, which shall include design services, general conditions and construction management for the not to exceed amount of $2,015,343. At 90% construction documents a Guaranteed Maximum Price (GMP) will be established as part of the agreement, which will include, but not be limited to, the cost for all labor, equipment, and material to design and build a fully functional 7.6-acre park in accordance with all applicable building codes, Staff will return to Council for approval of the GMP, At that same time, staff will also request that Council appropriate the necessary funds from the Park Acquisition and Land Development Fund, CHANGE ORDERS Under the designlbuild process, change orders are handled differently than under the designlbidlbuild process. Change orders are only returned for Council approval if they exceed the approved GMP, or are for additional work requested by the City, which results in a significant change to the original scope. Otherwise, change orders are reviewed/approved by staff and the design builder. This practice is commonplace when using the designlbuild construction technique. PROJECT COMPLETION DATES Erickson-Hall Construction Co. has agreed and the contract reflects the following completion dates: . Substantial Completion: No later than June 27, 2008. Substantial Completion shall be that stage in the progress of the construction when all Work on the Project is sufficiently complete in accordance with the Construction Documents so that City can fully utilize entire Project; Substantial Completion shall further mean that all goods, services and systems to be provided under the terms and conditions of the Construction Documents are in place and have been initially tested, and 13-3 5/15/07, Item~ Page 4 of5 are operationally functional, subject only to final testing, balancing and adjustments and normal Final Completion punch list Work. . Final Completion shall occur at the conclusion of construction when all work on the Project is sufficiently complete in accordance with the Construction Documents so that City can fully occupy and utilize entire project; Final Completion shall further mean that all goods, services and systems be provided under the terms and conditions of the Construction Documents are in place and have been tested, and are operationally functional. ENVIRONMENTAL REVIEW The Environmental Review Coordinator has reviewed the proposed project for compliance with the California Environmental Quality Act (CEQA) and has determined that the proposed project was adequately covered in the previously adopted Village Seven Sectional Planning Area Plan and Tentative Maps Final Environmental Impact Report (EIR #04-06). Thus, no further environmental review or documentation is necessary. DECISION MAKER CONFLICT Staff has reviewed the property holdings of the City Council and has found no such holdings within 500 feet of the property which is the subject of this action. FISCAL IMPACT Approval of the first resolution will establish a new capital improvement project (CIP) entitled "All Seasons Park (PR279)" amending the FY07 Capital Improvement Program. The second resolution will award a Design Build agreement to Erickson-Hall Construction Co, and appropriate $449,459 from the available balance of the Park Acquisition and Land Development fund to the new CIP, PR279 for expenditure. Erickson-Hall Construction Co. shall perform design services, general conditions, and construction management for the not to exceed amount of $349,459. This appropriation will provide the necessary funds to complete the design phase for the new All Seasons Park capital improvement project including the cost of preliminary geotechnical testing and City staff costs. The design phase costs are broken down as follows: Description Amount Design Builder design services, general conditions & construction management $349,459 City Oversight: Design Phase Staff Costs $75,000 Geotech/special inspection services $25,000 Total Design Phase Project Costs $449,459 At 90% complete construction documents a Guaranteed Maximum Price (GMP) will be established as part of the agreement, which will include, but not be limited to, the cost for all 13-4 5/15/07, Item~ Page 5 of 5 labor, equipment, and material to design and build a fully functional 7.6-acre park in accordance with all applicable building codes. The total estimated Project costs are $2,450,000 and are broken down as follows: Master Plan; $50,000 (completed), Design and Construction; $2,015,343 and specialty consultants, utilities, fumitures fixtures and equipment, contingencies and staff time; $384,657. It should be noted that all PAD funds have been collected and are sufficient to cover the cost of the project Staff will return to Council for approval of the GMP, which shall not exceed $2,015,343, once the construction documents reach 90% completion. At the same time, staff will request that Council appropriate additional funds from the Park Acquisition and Land Development Fund to construct the project. After the park is accepted for use by the City, future park maintenance costs for the public park will be paid through the City's General Fund and is estimated at $81,320 per year. ATTACHMENTS Design/Build Agreement Prepared by: Gordon Day, Sr, Building Project Supervisor and Merce LeClair, Sr. Administrative Analyst, General Services Dept M:\General Services\GS Administration\Council Agenda\All Seasons Park\All Season Park DB Agrmt Award,doc 13-5 THE A TT ACHED AGREEMENT HAS BEEN REVIEWED AND APPROVED AS TO FORM BY THE CITY ATTORNEY'S OFFICE AND WILL BE FORMALLY SIGNED UPON APPROVAL BY THE CITY COUNCIL ~ CfPOIlvto ~ Ann Moore City Attorney Dated: 01 q /0;;"- Design Build Agreement with Erickson-Hall Construction Co. for the Design and construction of All Seasons Park 13-6 DESIGN/BUilD AGREEMENT This Agreement is made and entered into this 15h day of May, 2007, by and between THE CITY OF CHULA VISTA (herein "City"), a municipal corporation, and Erickson-Hall Construction Co. ("Design Builder or D/B"). City and DIB are sometimes hereinafter referred to as Parties ("Parties"), RECITALS WHEREAS, the project, All Seasons Park, is a new facility to the City, and WHEREAS, the City of Chula Vista, in an on-going effort to expand the services to the community, has planned for All Seasons Park located in the Otay Ranch Village 7 community of the City of Chula Vista; and WHEREAS, the Environmental Review Coordinator has reviewed the proposed project for compliance with the California Environmental Quality Act (CEQA) and has determined that the proposed project was adequately covered in previously adopted Village Seven Sectional Planning Area Plan and Tentative Maps Final Environmental Report (EIR #04-06), Thus, no further environmental review or documentation is necessary; and WHEREAS, on April 17, 2003 Building and Park Construction issued a Request for Qualifications (RFQ), Pursuant to 9 2,57 of the City's Municipal Code, Design Build services to design and construct needed City facilities, excluding fire facilities, and WHEREAS, on June 17, 2003 the Council approved a resolution establishing a Design-Build Priority List to be used in awarding Design-Build contracts for future City projects, excluding fire facilities, and WHEREAS, on February 28,2007, Pursuant to 9 2,57 of the City's Municipal Code, an RFP (Request for Proposal) was issued to seven Design-Build firms off the Priority List to present proposals, and WHEREAS, two respondents submitted proposals and based upon the review of each proposal, Design Builder was selected as the respondent who best met the design, monetary and time criteria of the project with whom City could negotiate an agreement; and NOW THEREFORE, in consideration of the mutual promises and covenants contained herein: THE PARTIES AGREE: Section 1: General Scooe of Work to Be Performed bv DIB 1 13-7 1,1 In accordance with the terms set forth in this Agreement and the RFQ for Design Build Services excluding Fire Stations and RFP for All Seasons Park (Exhibit 1), D/B shall design and construct for the City: a completed and fully functional neighborhood park, The park shall include, but not be limited to all components outlined and described in the attached document entitled All Seasons Park Master Plan (Exhibit 1) (referred to hereafter as "Projecf) The Project is located in the Otay Ranch Village 7 community of the City of Chula Vista, 1.2 The services to be provided by D/B are generally to be performed in four "Phases"; the services to be provided in each Phase are specified elsewhere in this Agreement The services provided by the D/B shall include, but not be limited to, all services outlined and described in this agreement and those within Exhibit 1. 1,3 The D/B shall: 1,3,1 Perform all services, work and obligations as described herein for the Guaranteed Maximum Price (GMP), which shall include Design Services and General Conditions necessary to provide a fully completed and functional Project D/B shall perform all Design Services and General Conditions for the not to exceed amount of $349,459, At 100% complete construction documents a GMP will be established pursuant to Section 13 of this Agreement, which will include, but not limited to, the cost for all labor, equipment, and material to design and build a fully functional community park in accordance with all applicable rules, regulations, and laws, The D/B fee, bond and insurance costs are based on hard construction costs as outlined in the Design Build Fee Structure (Exhibit 2), Any costs incurred by D/B in excess of said GMP shall be the sole responsibility of the D/B, unless a change order is approved by the City pursuant to Sections 9 and 14 of this agreement All funds remaining in the GMP at the completion of the project shall belong to the City, 1,3.2 Substantial Completion: Achieve "Substantial Completion" (as defined in 916,1) no later than June 27, 2008. 1,3,3 Achieve "Final Completion" (as defined in 916,2) no later than July 31, 2008, Section 2: General Obliqations of City 2 13-8 2.1 City shall be obligated as follows: 2,1,1 Designate a representative (or representatives) who is authorized to act on behalf of City with respect to the Project, except as to those decisions specified herein or by law that require authorization by the Chula Vista City Council; 2.1.2 Make decisions with reasonable promptness to avoid delay in the orderly progress of D/B's services per the Detailed Construction Schedule (DCS); 2.1,3 Pay for and cause to be completed all necessary environmental studies and obtain environmental approvals andlor permits with reasonable promptness to avoid delay to the orderly progress of D/B's performance per the DCS; 2.1 A At the request of D/B, City will use its best efforts to provide D/B with any available information about the Project Site geotechnical soil conditions; it will, however, be the responsibility of D/B to take all reasonable steps to verify all such information as it deems necessary to perform its services under this Agreement City does not warranty to D/B the accuracy or completeness of any such information, 2.1.5 Cooperate with D/B in identifying, processing and securing required permits, licenses and inspections in a timely fashion; however, this duty to cooperate does not relieve D/B of its primary obligations to identify, apply for and secure all necessary permits (except as provided in 2,1,3), licenses and inspections in a timely manner. 2,1,6 Make payments to D/B in the amounts and in accordance with the terms set forth below, 2,1,7 Issue Certificate of Substantial Completion when City reasonably determines the Project has achieved Substantial Completion as defined below in Section 16,1, 2.1,8 Issue a Notice of Acceptance when City reasonably determines the Project has achieved Final Completion as defined in Section 16,2, 2.2 City Review Process, City shall review Design Development Drawings (ODD's), 50% Construction Drawings (CD's), 75% CD's ,90% CD's and 3 13-9 100% CD's which shall allow construction of Project in conformity with the Approved Master Plan for the Project 2,2,1 For each D/B submission, City shall have fifteen (15) working days to review, approve, conditionally approve or deny, Section 3: General Oblioations of D/B 3.1 D/B shall be obligated as follows: 3,1,1 At all times in performing its services under this Agreement to design and deliver the best possible Project consistent with standard of care in Section 3,3 that satisfies the time, monetary, quality and design parameters set forth in this Agreement; 3.12 Design and construct the Project on time, consistent with time frames set forth in the DCS, and in such a manner that the GMP or Contract Time of the Project shall not be exceeded, but if D/B reasonably believes that any action, inaction, decision or direction by City or agent for the City will likely result in the GMP or Contract Time being exceeded or the Project being completed late, D/B will notify City at Project Team meeting and in writing within five (5) calendar days of discovering such action, inaction, decision, or direction. Included in such notice will be an estimate of the cost and time impact resulting from such action, inaction, decision or direction, D/B shall provide complete and accurate pricing within ten (10) calendar days of said discovery. 3,1,3 Perform, or obtain the prior written consent of the City to subcontract all design services for the Project utilizing qualified, licensed and sufficiently experienced architects, engineers and other professionals (herein jointly "Design Consultants") as identified in Exhibit 3. D/B shall not be permitted to substitute any Design Consultant unless authorized by City, The fact that the City approves the subcontracting of any such services will in no way relieve the D/B of any of its obligations or responsibilities under this Agreement; 3,1.4 Perform all construction on the Project utilizing subcontractors appropriately licensed by the California Contractors State License Board or other required agency; 4 13-10 3,1,5 Perform all services as expeditiously as is consistent with reasonable skill and care and shall complete the services within each and all of the time periods set forth in this Agreement; 3,1,6 Comply with the California Fair Employment and Housing Act and all other State, Federal and local laws including, but not limited to, those prohibiting discrimination, on account of race, color, national origin, religion, age, sex or handicap; 3.1.7 Study all applicable laws, codes, ordinances, rules, orders, regulations, and statutes affecting the Project, including but not limited to, zoning, environmental, building, fire and safety codes and coverage, density and density ratios and lien laws, and comply with them in performance of its services. D/B shall ensure that within the established GMP that the Project conforms to all applicable federal, state and local laws, statutes, ordinances, rules, regulations, orders or other legal requirements, (collectively "Governmental Requirements") existing as of the date ofthis Agreement However, the City recognizes that Governmental Requirements and their interpretations by governmental officials ("Code Authority") are often subject to change at any time, even after issuance of a building permit If, after the date of this Agreement, modifications to the Project are required because of a change in Governmental Requirements or their interpretation by a Code Authority which had not previously been given, or which if given, was different than a prior interpretation of a Code Authority, D/B shall make the required modifications to comply with the same, However, in the event of such an occurrence, the GMP and Contract Time may be subject to an adjustment in accordance with Section 14. Nothing contained in this paragraph shall relieve D/B of its obligations to modify the Project at its own expense where D/B has failed to construct the Project in compliance with Governmental Requirements applicable as of the date of this Agreement 3,1,8 Take all reasonable steps during the course of the Project so as not to interfere with the ongoing operation of the adjacent residences, businesses and facilities, including but not limited to the following: 3,1.8,1 Not interfere with pedestrian and vehicular access; 3.1.8.2 Control dust and noise in accordance with the provisions in Section 7-8.1 of the 2000 Edition of the Standard 5 13-11 Specifications for Public Works Construction, City Ordinances and this Agreement 3.1,9 Use reasonable care to avoid damaging existing buildings, equipment and vegetation adjacent to the Project Site, If D/B causes damage to any of this property, D/B shall replace or repair said property at no expense to City and shall not be a basis for seeking an adjustment to the GMP or Contract Time. D/B agrees to indemnify City for any and all fines, penalties, liabilities, cost imposed upon City, its officers, employees and agents as a result of this Project. 3,1,10 To obtain all permits necessary to complete the Project. City shall pay cost of permits. D/B shall be responsible for obtaining and paying for all permits normally obtained by the trades or subcontractors, 3,1,11 Conform its design to the requirements of the Americans With Disabilities Act Accessibility Guidelines ("ADAAG") and the Americans With Disabilities Act ("ADA') 3.1,12 Seek and obtain written approval from the City of the drawings for each of the following phases: (1) ODD (2) 50% CD's (3) 75% CD's (4) 90% CD's and (5) 100% CD's. Said approval shall be evidenced by written notice to proceed with the subsequent phase, 3.1.13 Provide cost estimating and value engineering services, which take into consideration long-range maintenance costs, energy efficiency, and impact operation of the Project. Provide cost estimates to the City at ODD's, 50% CD's, 75% CD's, 90% CD's and 100% CD's. Provide final cost estimate, in four copies, to the City with Final Construction Documents. 3.1,14 Review soils and geotechnical reports relating to the Project Site; and determine and advise City if any further subsurface investigations are warranted, If such further investigations are authorized by City, D/B shall perform said investigations, The costs of said investigations are Reimbursable Costs to be paid by the City without markup, pursuant to Section 13, 3.1.15 Be fully responsible for all additive costs, damages, and liabilities resulting from errors or omissions beyond the standard of care 6 13-12 defined in Section 3.3 by D/B or D/B's agents. employees, design consultants and contractors; such costs. damages and liabilities shall not be chargeable to the City nor shall they be a basis for seeking an adjustment in the GMP or Contract Time. 32 D/B agrees to fully assume all risks. and costs associated with such risks. in performing the services and meeting the obligations under this Agreement 3,2,1 Unanticipated subsurface site conditions 32,1,1 City assumes risks for unanticipated subsurface site conditions provided D/B notifies City in writing within five (5) calendar days of discovery if D/B believes it has uncovered or revealed a condition which: 3,2,1,1,1 differs materially from that indicated in the soils and geotechnical reports furnished by City. or 3.2.1.1,2 is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in the work required by Agreement 3.2.1.2 Upon receipt of written notice. City shall promptly investigate and if it determines the conditions do materially differ. requiring a change in the Work, City shall comm'ence the processing of a change order pursuant to Section 14, If City determines there is no bona fide Work scope change or is a minor change. which does not impact GMP or Contract Time, City shall notify D/B within ten (10) calendar days, 3,2.1,3 D/B shall not be entitled to an adjustment in the GMP or Contract Time if D/B knew or should have known of the existence of such conditions at the time D/B submitted and agreed to GMP or Contract Time; or the existence of such condition could reasonably have been discovered as a result of D/B's obligations pursuant to Section 3,1,14, 3,3 D/B shall perform in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions and in similar locations, Compliance with this section by D/B shall not in 7 13-13 any way excuse or limit D/B's obligations to fully comply with all other terms in this Agreement. 3,3,1 D/B warrants that at least one member of the D/B team shall be licensed by the California Contractor's State License Board as a General Building Contractor. D/B is to provide a list of the responsible people within their organizations performing services, which shall include their qualifications and their function, for approval by the City prior to start of construction, City and D/B shall establish "key personnel" who shall remain on the Project until Final Completion, If any such "key personnel" leave the employment of DIB, City shall have the right to approve the replacement personnel assigned to this Project. DIB shall comply with all licensing requirements of the State of California, County of San Diego, and City of Chula Vista, 3,3,2 Project Manager, Landscape Architect, and Project Architect throughout all phases of the Project hereunder, the individual project manager, landscape architect and project architect shall be as reflected in Exhibit 3. So long as the Individual Project Manager and Project Architect remain in the employ of the General Contractor and Architect, such persons shall not be changed or substituted from the Project, or cease to be fully committed to the Project as deemed necessary by the City in its reasonable discretion, without the prior written consent or instruction of the City, Any violation of the terms and provisions of this Section shall constitute a Material Default. 3,3,3 City Right to Remove Project Manager, Landscape Architect and Project Architect. Notwithstanding the foregoing provisions of Section 3,3, if the Individual Project Manager, Landscape Architect or Project Architect, proves not to be satisfactory to the City, upon written notice from the City to the General Contractor, such person or person shall be promptly replaced by a person who is acceptable to the City in accordance with the procedures set forth below. 3.3.4 Replacement Selection of Project Manager, Landscape Architect, and/or Project Architect. Within five (5) working days after receipt of a notice from the City requesting the replacement of any Individual Project Manager or Project Architect, or promptly following the discovery by the Design Build Team that any Individual Project Manager, Landscape Architect or Project Architect is leaving the employ of the General Contractor or Architect, as the case may be, the replacement/substitution (together with such person's resume and other information regarding such person's experience and 8 13-14 qualifications) for approval by City. The replacement/substitution shall commence work on the Project no later than five (5) calendar days following the City's approval of such replacement, which approval shall not be unreasonably withheld. In the event that the City and Design Build Team cannot agree as to the substitution of replacement of the Individual, the City shall be entitled to terminate this Agreement for cause, 3.4 D/B shall cooperate with City in obtaining Environmental approvals and/or permits. 3,5 D/B agrees and acknowledges that the City Representative is the only person with authority to approve additions or modifications to Project Any costs or delays resulting from or associated with additions or modifications implemented without the written authorization of City Representative shall be borne exclusively by D/B and not be grounds for an increase in GMP or Contract Time unless necessary to protect public health, safety or property, 3.6 D/B team is to provide progress photographs taken at regular intervals throughout the Project Photographic documentation shall depict an overview of Project site showing work in progress, Dates and times to be documented, Copies of documentation shall be transmitted to the City monthly, The costs are Reimbursable Costs to be paid by the City without markup, pursuant to Section 13.3. 3,7 D/B shall fully cooperate with City Representative and any of its agents assigned to this project Section 4: Work Restriction and Biddinq Requirement 4.1 D/B shall determine how best to package portions of the work for purposes of bidding, D/B shall be responsible for selectively bidding all construction work to others and for entering into subcontracts, in D/B's own name, with the bidder who in D/B's discretion best meets the monetary, time, and performance requirement of the Project D/B is required to submit a summary of bid results for each bid package. D/B shall be responsible for ensuring that these contracts fully comply with all applicable local, state and federal laws, some but not all of which are listed below. 4.2 D/B shall hear and decide bid protests and shall develop and maintain bid protest procedures for that purpose, City shall be timely informed of all bid protests (prior to resolution) and the outcome of said protests Section 5: D/B's Phase I Services and Obliqations - Desiqn Development 9 13-15 5,1 D/B's services in Phase I shall include, but are not limited to the following: 5,1,1 Utilizing the approved Master Plan continue to refine project requirements and review such requirements with the City, 5,12 Prepare complete ODD's such that the ODD include, without limitation, the following: 5.1.2.1 Site plan with pertinent notes and dimensions indicating property line; existing public streets, sidewalks, curb cuts, other public improvements; required setbacks; service, trash, fire lane and truck access, adjacent buildings, building outline; basketball courts, multi-use sports field, softball field, informal skate area, play areas, shelters, landscape and site elements, 5,1,2.2 Floor plans including graphically demonstrating interior and exterior walls and fenestration with notes, dimensions and gridlines; room names, structural bay spacing with grids, critical dimensions and area calculations; 5.1.2.3 Roof plans including detailed notes, dimensions, mechanical equipment locations, define material for mechanical screens, skylights and roof access, roof materials, roof drainage and establish window washing concept; 5.1.2.4 Building sections including vertical dimensions, floor assembly thickness showing known structural elements, notes and dimensions. 5,1,2.5 Exterior elevations including material references and extent; visible roof top elements; existing and new line of grade; indicate of floors with leader lines; and vertical dimensions; notes, dimensions and grid lines, 5.1,2,6 Wall sections including all wall sections, dimensions, horizontal element offsets, and guide to exterior face of wall; dimensions, vertical floor to floor, floor to window head and sill and floor to ceiling; structural elements and assemblies; interior and exterior wall finishes; and wall and roof assembly; 10 13-16 5.1.2.7 Outline specifications, written description of building systems, community park elements and components including site work, room finishes, product cut sheets and special equipment 5,12,8 Verify all code compliance including building construction type, occupancy sprinkler requirements, existing, zoning and other agency conformance and ADA. 5,1.2.9 Delivery of 3D rendered images, color and material boards, special system or equipment plans. 5,12,10 Intentionally Left Blank 5,2 Prepare and submit to City detailed cost estimates with ODD, 5,3 Submit completed DDD to City. Obtain comments from City and make revisions to DDD as required, Obtain written approval or conditional approval from City to proceed to Phase II Services, If conditional approval granted, D/B shall address all City comments or issues in the next set of drawings developed, City retains the right to withhold approval and require resubmittal of the DDD, Any delay or additional costs resulting from the re-submittalshall be borne exclusively by D/B and not be grounds for an increase in the GMP or Contract Time. Section 6: D/B's Phase II Services and Obliqations - Construction Documents 6.1 D/B's services in Phase II shall include but are not limited to the following: 6,1,1 D/B shall continue to develop and refine project requirements and review such requirements with City; 6,12 D/B shall prepare CD's which shall include, without limitation, the following: 6,1,2.1 Architectural plans and details, including: 6,1,2,1.1 Site plan indicating general location and nature of on-site and the necessary off-site improvements, 6.1.2.1.2 Floor plans, including roof, showing space assignments, sizes, and location of installed or 11 13-17 fixed and movable equipment which affects the design of the spaces, 6,1,2,1,3 Building elevations indicating exterior design elements and features, including fenestration arrangements, materials, mechanical and electrical features appearing on the walls, roofs, and adjacent areas, 6,12,1 A Interior elevations to establish functional requirements, equipment, and all systems locations. 6,12,1,5 Typical building sections showing primary structural members, dimensions, and accommodation of functional systems, 6,12,1,6 Typical wall sections sufficient to indicate materials, openings, and major features, 6,1,22 Structural drawings including plans and sections of sufficient clarity and detail to show the extent and type of structural system and dimensions, final structural design criteria, foundation design criteria, preliminary sizing of major structural components, critical coordination clearances and applicable material lists, 6,1.2.3 Mechanical plans and details; 6,12A Landscape and Irrigation plan and details; 6,1,2,5 Electrical plans and details; 6,12,6 Plumbing plans and details; 6.1,2,7 Plans showing installation of major systems, equipment, fixed furnishings and graphics; 6.1.2.8 Technical specifications; 6,12,9 All other technical drawings, schedules, diagrams and specifications, to set forth in detail the requirements for construction of the Project which, at a minimum, include: 12 13-18 6.1,2.9,1 Provide information customarily necessary for the use of those in the building trades; 6.1.2.9,2 Include documents customarily required to obtain regulatory agency approvals; 6,1,2,9,3 Provide color board and architectural rendering for required presentations. 6.12.10 Mechanical design documentation consisting of continued development and expansion of schematic mechanical design consisting of: 6.1.2,10.1 Single line layouts and the approximate sizing of all equipment and capacities, preliminary equipment layouts. 6,12,102 Required space requirements for the equipment, required chases and clearances, acoustical and vibrations control, visual impacts and energy conservation measures. 6,12,11 Electrical design documentation consisting of continued expansion of the schematic electrical design consisting of: 6.1,2.11.1 Criteria for lighting, electrical, communications audio visual, close circuit T,V" lighting controls and other electrical systems typical to civic facilities, the approximate sizes and capacities of major components transformers-pane Is-switch gears; 6,12,112 Preliminary equipment layouts, required space for equipment, required chases and clearances, 6.1.2,12 Sections through critical areas showing coordination of architectural, structural, mechanical and electrical elements. 6,1,2,13 Final specifications, including but not limited to the following: 13 13-19 6,1,2,13,1 Architectural: general description of the construction, including interior finishes, types and locations of acoustical treatment, typical and special floor coverings and final exterior and interior material selection; 6.1,2.13,2 Mechanical: description of air conditioning, heating and ventilation systems and controls, ducts, and piping system; 6.1.2.13.3 Electrical: description of electrical services, including voltage, type and number of feeders, lighting systems, including lighting levels and audiovisual, security-fire alarms and cable antenna television systems; 6,1,2,13-4 Landscape: General description of the construction, including plan materials, plant locations, maintenance period and irrigation systems, 6.1.2,13,5 Play Areas: Description of play equipment including installation procedures, type, color, finishes and locations, 6,12,13,6 Site Work: General description of the construction, including finishes, types of materials and locations. 6,1,2,13,7 Other: Such other documents to fix and describe the size, quality and character of the entire Project, its materials, and such other elements as shall be appropriate, 6.1.2.14 Plumbing drawings including location and quantity of fixtures, equipment sizes, room sizes for plumbing equipment, and final specifications as appropriate, 6,1,3, Utilizing the 2000 Edition of the Standard Specifications for Public Works Construction, 2000 Edition of the Chula Vista Standard Special Provisions, 2000 Edition of the Regional Standards, 2002 Edition ofthe Chula Vista Construction Standards, the City's facility program, performance and design criteria, concept drawings, and reports incorporated herein by reference, DB shall: 14 13-20 6,1,3,1 Prepare CD's and specifications suitable for obtaining City- approved permits and to allow construction, Preparation of technical materials and equipment specifications for pre- purchase will be the responsibility of the DB. 6,1.3.2 Submit Construction Documents to the City for plan check, and make any changes therein as may be lawfully required, Obtain general building permit and all ancillary permits and licenses, including but not limited to, demolition permits, improvement permits and grading permits. 6.1,3,3 Complete the design for all elements of the Project, including, but not limited to: civil, structural, architectural, mechanical, electrical, landscape, and specialty consulting areas. 6.1,3.4 Evaluate alternative structural and construction approaches to ensure economical designs, which optimize constructability yet meet all codes, architectural concepts, schematic designs, and standard specifications of the Project. Design and construction shall also meet all ADA requirements, 6.1,3,5 Provide additional site surveys and geotechnical investigations to the extent the DB determines they are necessary for final design, The survey information provided by the City is preliminary in nature and may not have sufficient accuracy or scope to support final design, 6,1,3,6 Furnish support to a City constructability review team at the 50%, 75%, 90% and 100% percent design completion stage, Incorporate the results of this review into the design, 6,1,3,7 Provide updated construction cost estimates at durations specified in this agreement to support Value Engineering (VE) and constructability reviews, 6,2 D/B shall determine and establish the sequence of construction, and if appropriate, identify separate bid packages to accomplish phased construction of the Project. 15 13-21 6,3 D/B shall prepare a detailed Critical Path Method schedule for all construction components of the Project (" Detailed Construction Schedule" or "DCS") utilizing Microsoft Project software, showing all major milestones, bid dates for the major bid packages, commencement of construction, sequence of construction, completion of structural elements, completion of the community park, all of which shall conform with the dates of Substantial Completion and Final Completion of Project 6.4 Review as needed the CD's with the govemmental authorities having jurisdiction over the Project 6,5 Notify City within seven (7) days in writing whenever D/B reasonably believes that the cost of the Project is likely to exceed the GMP or Contract Time and include in said notice: 6.5.1 An itemized cost breakdown estimate; 6,5.2 A list of recommended revisions which D/B believes will bring Project within the GMP; 6,5,3 Assist City in reviewing the itemized cost breakdown and recommend revisions so that City can revise the scope of the Project so that the GMP is not exceeded. 6,5.4 Provide a master accounting system and matrix on Microsoft Excel that will be updated, expanded and provided to the City monthly as the Project develops. 6,6 D/B shall develop and implement Project Management Plan and Procedures including: 6,6,1 Project status reports 6,6,2 Coordinationlinterface with the City and its other co n su Itants/contractors 6,6,3 Intentionally Left Blank 6.6.4 Biweekly Design and Construction meetings 6,6,5 Interface and communications with other agencies 6,6.6 Vendors and subcontractors management 6,6,7 Document control 16 13-22 6,6,8 Schedule and budget control 6,6,9 Quality assurance and quality control 6,6,10 Throughout the design phase, the D/B shall provide scheduling and cost control reports monthly. 6.7 Submit and obtain approval from City of Phase II items, Provide written confirmation that the project is still within the GMP and can be built in accordance with the DCS. Said written confirmation shall include an accounting of all costs and expenses incurred to date against the GMP. Obtain written approval from City to proceed to Phase IV. 6,8 City and D/B may mutually agree in writing that D/B may contract for or perform certain limited Phase III services during earlier phases to expedite completion of the Project, for such tasks as, for example, demolition of the buildings and relocation of utilities, and other critical path activities to meet the Project Construction Schedule. However, absent such written agreement, D/B shall not proceed with any Phase III services until the City issues a written Notice to Proceed with Phase III. 6,9 Present to the City for approval the following: 100% CD's, Management and Implementation Plan, DCS. 6,9,1 Upon presentation by D/B to the City of the items specified in Section 6,9, the City may: 6,9,1,1 Approve the 100% Construction Documents, and Management and Implementation Plan and DCS, and authorize D/B to proceed with Phase III services; or 6,9.1,2 Determine not to proceed with the Project and terminate this Agreement in accordance with Section 26,3 of this Agreement; or 6.9,1,3 Direct D/B to revise and resubmit documentation submitted to City pursuant to this Section which does not conform to previously approved direction of City any delay or additional costs resulting from the resubmittal shall be borne exclusively by D/B and not to be grounds for an increase in the GMP or Contract Time. Section 7: D/B'S Phase III: Construction Administration 17 13-23 7.1 After City formally approves any required cost estimates, 100% CD's and Construction Schedule, City shall issue to DIB a written Notice to Proceed with Phase III Services. The DIB shall construct the Project in accordance with City- approved plans and specifications prepared by the DB to meet or exceed all requirements of the City provided program, schematic design and the performance criteria, The OIB's Phase III Services shall include but are not limited to: 7,1,1 Prepare and submit to City for review separate bid packages as DIB determines appropriate to enable the construction of the Project to proceed in an efficient and cost effective manner; 7.1.2 Conduct competitive bidding for the respective bid packages, 7,1,3 DIB shall require additive alternates for extended warranties in bid packages for roofing and HVAC systems. 7.1 A Schedule and conduct pre-bid conferences to answer questions posed by bidders; said answers and any other information required to provide clarification to the Construction Documents during the bidding process shall be issued as written addenda and provided to all prospective bidders; 7,1,5 Execute subcontracts, in DIB's own name, with the bidder best meeting the monetary, time, and performance requirements of the Project in the professional opinion of the O/B. 7.1,6 Perform construction management and administration services during the construction of the Project; 7,1,7 Be responsible for and coordinate all construction means, methods, techniques, sequences and procedures; 7,1.8 Coordinate scheduling of bid packages, submittals, and all design and construction of the Project to ensure the efficient and orderly sequence of the construction of the Project. Monitor and report to the City on actual performance compared to schedule; 7,1,9 Give all notices and comply with laws, ordinances, rules, regulations, and lawful orders of public authorities relating to the Project; 7,1.10 Provide timely review and approval of shop drawings, samples of construction materials, product data, schedule submittals, and other 18 13-24 submittal for compliance with the Construction Documents; keep City advised of all such matters being reviewed and approved by D/B; 7,1.11 Issue responses to Requests for Information, substitution requests, and Change Order requests. Provide City with copy of all correspondence within twenty-four (24) hours of receipt. Conduct weekly review meetings with City to discuss these items, All change orders, including zero dollar change orders which require the use of D/B Contingency Fund, irrespective of impact on GMP and Contract Time shall require City approval; 7.1.12 Establish and maintain a quality control program with appropriate reviews and independent testing procedures to ensure compliance with the Construction Documents; 7,1.13 Coordinate all required inspections in such a manner that the progress of construction is not affected or impacted; 7.1,14 Correct any work which does not conform to the Construction Documents; 7.1.15 Keep City informed of the progress and quality of the design and construction of the Project; 7,1.16 Pay royalties and license fees, if applicable, D/B shall defend suits or claims for infringement of patent rights and shall defend and hold City and City's agents harmless from loss on account thereof; except that City shall be responsible for such loss when a particular design, process or product of a particular manufacturer is required by City, However, if D/B has reason to believe the use of a required design, process or product is an infringement of a patent, D/B shall be responsible for such loss unless such information is promptly given to the City in writing, 7.1.17 Ensure Project is maintained in a clean, neat, sanitary and safe condition free from accumulation of waste materials or rubbish, Prior to Final Completion, D/B shall cause to be removed from and about the Project all tools, construction equipment, machinery, surplus materials, waste materials and rubbish; 7.1.17.1 Please be advised that Chula Vista Municipal Code 8.24,070 provides for an exclusive franchise for the removal and conveyance of all solid waste for hire 19 13-25 (including recyclables) within City limits. The exclusive franchise agreement covers any hauling activity that requires the generator or their agent to pay a fee for any service connected with removing or conveying waste, The City's franchise hauler is Allied (formerly Pacific) Waste Services and may be reached at (619) 421-9400, 7.1.18 Develop a mutually agreed upon program to abate and minimize noise, dust, and disruption to access for parking and services at all times for adjacent business entities and residences; 7.1.19 Provide City with a DCS on an approved software within fourteen (14) working days after receiving Notice to Proceed with Phase III, provide updated versions of DCS on a monthly basis, and provide immediate notice of any impact on critical path items; 7,1.20 Conduct and prepare minutes for weekly Project team meetings with City and appropriate design and construction members; 7.1.21 Maintain a complete and up-to-date set of Construction Documents in the Projects field office at all times during construction which reflect all changes and modifications, and at the end of construction prepare for City a complete set of Project documents, along with four reproducible, and one electronic set of drawings depicting As-Built conditions for Project; 7,1,22 Notify City in writing when D/B believes that the Project has achieved Substantial Completion, participate with City in inspecting the completed construction, prepare punch lists, and cause the punchlist items to be performed and/or corrected in accordance with the Construction Documents; 7.1.23 Notify City in writing when D/B believes that the Project has achieved Final Completion, Assemble and deliver to City upon Final Completion all records, documents, warranties, bonds, guarantees, maintenance/ service contracts, and maintenance and operating manuals; 7,1,24 Inspect the Project during the one-year general building warranty period, identify items requiring repair, and oversee those repairs, Inspect the each component at 180 and 360 days after Final Completion of Project and prepare reports to City, develop budgets and direct all repairs, 20 13-26 7,1.25 Conduct contractor meetings, as necessary, to provide technical input 7.1.26 Provide interpretation of technical specifications and drawings, 7,127 When appropriate, witness testing and review materials and equipment testing results and provide comments regarding conformance with specification requirements, 7,1,28 Provide list of required shop drawing submittals. Review shop- drawing submittals for technical compliance and forward copy to City for review. 7,1,29 Assist during final acceptance process by furnishing final walk- through(s) and comments, 7,1,30 The DB shall be responsible for complete management, supervision, and reporting of all aspects of the construction of this Project 7,1,31 The DB shall provide resident management and contract administration, including specialists necessary for the functional, safe, on-budget and on-schedule completion of the Project, starting with the issuance of a Notice to Proceed, upon receipt of final CD's, from the City and extending through issuance of Notice of Completion and Acceptance, City staff will perform inspections to verify compliance with the plans, specifications and contract documents. 7.1.32 The DB resident staff shall ensure construction compliance with applicable local, state, and federal codes, building and environmental permit requirements, construction mitigation documents and enforcement of the Contract Documents, 7,1,33 The DB is responsible for the design, construction and all contract administration services during the construction of the Project in accordance with all applicable laws, regulations, and codes, including, but not limited to, the 1990 Americans with Disabilities Act [ADA] and Title 24 California Code of Regulations [Building Code] as defined in Section 18910 of California Health and Safety Code [Title 24], The DB is responsible as a designer, employer, and City representative to comply with all portions of Title 24 and the ADA. 7.1,34 The DB shall provide surveying, and other contracted services as required to complete project construction inspection and testing tasks. The City will provide special inspection services and periodic 21 13-27 building inspections, DB is responsible for scheduling and coordinating all inspections and paying for all re-inspections, 7,1,35 The DB shall develop a project-specific Plan for defining, tracking and reporting cash flow activity requirements and submit such plan to the City for review and approval prior to implementation, 7,1,36 The DB shall implement and maintain an internal records management and document control system as required to support project operations. The DB shall provide records management and document control information in a manner consistent with the City's reporting system. 7.1,37 The DB shall administer and coordinate the project contract closeout process and shall resolve any warranty provision issues, The DB shall report progress of project contract closeout to the City in a manner consistent with the City's reporting system. 7.1.38 The DB shall administer and enforce the Environmental Mitigation Monitoring and Reporting Plan for the Project, if any, The DB shall report a record of environmental issues to the City in a manner consistent with the City's reporting system, 7,1,39 Prepare Operations Manual. 72 Unless the D/B receives the City's prior approval to substitute equal or better quality materials, the D/B warrants to City that materials and equipment incorporated in the Project will be new, unless otherwise specified, and that the Project will be of good quality, free from faults and defects, and in strict conformance with the Construction Documents and in accordance with Section 22. Section 8: D/B's Phase IV Services and Obliqations: Ooeration/Startuo Phase 8.1.1 The DB shall prepare, submit for City review and written approval, and implement a Project Startup and Testing Plan for the Project. 8.1.2 The DB shall conduct Operator Training Sessions for facilities. 8.1,3 The DB shall supervise, manage, and coordinate all project startup and testing activities for mechanical systems within the provisions of the project Contract Documents. 8.1.4 The DB shall report progress of project startup and testing to the City in a manner consistent with the City's reporting system, 22 13-28 8,1,15 The DB shall report to the City all guarantee/warranty disputes, The DB shall proceed to resolve such disputes after having submitted to the City for review and approval the DB's approach for obtaining resolution for the dispute, Section 9: Additional Services 9.1 City will have the right to direct D/B to perform Additional Services beyond those specified in this Agreement D/B may provide Additional Services only if authorized in writing, in advance, by City and after complying with Section 9-4. The City may propose changes to the Work of a subcontractor after the bid has been awarded, In the event of a change of this nature, D/B will estimate the cost of the Change Order, assist City in developing drawings and specifications as necessary, solicit a revised bid, negotiate with the subcontractor, present a recommendation for a Change Order to City, and implement construction as approved by City, 9.2 For Additional Services which increase the Hard Construction Costs, design costs, or other reasonably necessary costs of the Project, D/B shall be paid a fee as determined on Exhibit 2, Said fee shall cover all home office overhead and profit to be earned as additional services, 9.3 For additional services, which result in an extension of the Substantial Completion date, D/B shall be paid a fee equal to the number of working days the Substantial Completion date is extended multiplied by the daily proration of the general conditions fee included within the GMP, 9.4 If at any time D/B contends that it is being asked to perform Additional Services, it shall give City written notice 5 days prior to performing said services indicating that D/B intends to seek additional compensation beyond the D/B Fixed Fee, Furnishing advance written notice shall be a condition precedent to being able to seek additional compensation from City, Section 10: Bonds 10,1 D/B shall furnish performance and payment bonds with the names of the obligees designated as the City in the amount set forth below, as security for the faithful performance and payment of all D/B's obligations under the Agreement These bonds shall remain in effect at least until thirty (30) days after the filing date of Notice of Completion, except as otherwise provided by law or regulation or by this Agreement D/B shall also furnish such other bonds as are required by this Agreement If the D/B incurs increased costs to provide the performance and payment bond following City's acceptance of the GMP, and cost increase is incurred solely as result of insurance bond market rate volatility, with any matters of D/B's 23 13-29 reduced insurability criteria expressly excepted, then the contract will be adjusted to the new rate charged to the D/B by the insurance carrier. 10,1,1 The performance bond shall be in the amount of 100% of the GMP, 10,12 The payment bond shall be in the amount of 100% of the Hard Construction Costs, 102 All bonds shall be in the form prescribed by City and by such sureties which are authorized to transact such business in the State of California, listed as approved by the United States Department of Treasury Circular 570, and whose underwriting limitation is sufficient to issue bonds in the amount required by this agreement and which also satisfy the requirements stated in Section 995,660 of the Code of Civil Procedure, except as provided otherwise by laws or regulations, All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act Surety companies must be duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds for the limits so required, 10,3 If the surety on any bond furnished by D/B is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located, D/B shall within seven (7) days thereafter substitute another bond and surety, which must be acceptable to City, Section 11: Insurance 11.1 The insurance provisions herein shall not be construed to limit D/B's indemnity obligations contained in this Agreement 112 D/B shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by the D/B, his agents, representatives, employees or subconsultants, All subconsultants shall be required to comply with the applicable insurance provisions, The maintenance of proper coverage is a material element of the contract and that failure to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract 24 13-30 11,3 Minimum Scope of Insurance 11,3,1 Coverage shall be at least as broad as: 11,3,1,1 Insurance Services Office Commercial General Liability coverage (occurrence Form CG 0001). 11.3.1.2 Insurance Services Office Form Number CA 0001 covering Automobile Liability, Code 1 (any auto), 11,3,1,3 Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance, 11,3.1.4 Errors and Omissions Insurance. 11,3,1.5 Builder's Risk Propertv Insurance: The City of Chula Vista will provide coverage for "all risk" Builder's Risk Insurance, excluding the peril of earthquake and flood, and subject to other policy terms, conditions and exclusions, Coverage will be provided for the Replacement Cost of Materials, Equipment and fixtures destined to become a permanent part of the structure, Property in Transit and Property in Offsite Storage for Mt San Miguel Community Park construction in an amount not to exceed $2,000,000 million, Contractors and Subcontractors will be added to policy as Loss Payees as their interest may appeaL Contractor and its Subcontractors will be solely responsible for any loss or damage to their personai property including contractor's tools and equipment owned, used, leased, or rented by the Contractor or Subcontractor. The $5,000 policy deductible amount will be the responsibility of Contractor and/or Subcontractor. 11.4. Minimum Limits of Insurance 11.4.1 Contractor or appropriate subconsultant shall maintain limits no less than: 25 13-31 11 k 1.1 General $2,000,000 Liability: (Including operations, products and completed operations,) 11 k 1,2 Automobile $1,000,000 Liability: 11.4.1.3 Worker's $1,000,000 Compensation / Employer's Liability: 11.4.1.4 Errors and $1,000,000 Omissions: 11.4.1.5 Builder's Risk $2,000,000 - City to Provide 11.5 Deductibles and Self-Insured Retentions per occurrence for bodily injury, personal injury and property damage, If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this projecUlocation or the general aggregate limit shall be twice the required occurrence limit per accident for bodily injury and property damage, per accident for bodily injury or disease, per occurrence Hard Construction Cost of Structure 11,5.1 Any deductible or self-insured retentions must be declared to and approved by the City, At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the D/B shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses, 26 13-32 11,6 Other Insurance Provisions 11,6,1 The general liability policy shall contain, or be endorsed to contain, the following provisions: 11,6.1.1 The City, its officers, officials, employees, and volunteer are to be covered as additional insureds using ISO Form CG2010 (11/85) or its equivalent specifically the endorsement must not exclude Completed Operations, with respect to liability arising out of work or operations performed by or on behalf of the D/B including materials, parts or equipment furnished in connection with such work or operations. 11,6.1,2 For any claims related to this project the D/B's insurance coverage shall be the primary insurance as respects the City, its officers, officials, employees, and volunteers, Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the D/B's insurance and shall not contribute with it. 11.6,1,3 Coverage shall not extend to any indemnity coverage for' the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of Sections 2782 of the Civil Code. 11,7 Verification of Coverage 11.7.1 Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this clause, The endorsements should be on forms that conform to the requirements, All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. 11,8 Subcontractors 11,8.1 All coverages for subcontractors or subconsultants shall be subject to all of the requirements stated herein, Subcontractors and 27 13-33 Subconsultants shall be protected against risk of loss by maintaining insurance in the categories and at the limits required herein. Subcontractors and Subconsultants shall name City and DIB as additional insured's under its policies. 11.9 Cooperation. The DIB and its Contractors shall cooperate fully with and provide any information or records requested by the City or regarding all aspects of the insurance and project, including but not limited to claims, audit, payroll, insurance records and safety. Delays in reporting information to the City may result in delays in progress payments to the D/B. 11.10 Prior to beginning Work under the Agreement, each and every Contractor of any tier shall furnish Certificates of Insurance satisfactory to the City. All such Certificates shall contain at least the following provisions: 11.10.1 Thirty (30) days written notice to the City prior to any cancellation, non-renewal or material reduction in coverage. 11.10.2 The words "will endeavor" and "but failure to mail such notice shall impose no such obligation or liability of any kind upon the company, its agents or representatives" will be deleted from the Certificates. 11.10.3 Throughout the life of the Agreement, each and every Contractor of any tier shall pay for and maintain in full force and effect, with Insurers authorized by the California Insurance Commissioner to do business in the State of California, any policies required by this Agreement. 11.10.4 Any insurance provided for this project shall be written through an insurer with an A.M. Best Rating of not less than AV. Any exceptions are at the sole discretion of the City and subject to written approval of the City. 11.11 Questions concerning the insurance requirements of this Agreement shall be directed to the City Representative. Section 12: Inspection 12.1 City shall be responsible for City inspection and material testing and inspections, with reimbursement to be required by DIB for any re-inspections. The City shall either perform said inspection services with its own forces or contract with 28 13-34 third parties. It shall be the responsibility of DIB, however, to call for, coordinate and schedule all inspections. 12.2 City, its consultants, subcontractors, independent testing laboratories as well as other governmental agencies with jurisdictional interests will have access at reasonable times for this observation, inspecting and testing. DIB shall provide them proper and safe conditions for such access and advise them of DIB's safety procedures and programs so that they may comply. 12.3 City will make, or have made, such inspections and tests, as the City deems necessary to see that the Work is being accomplished in accordance with the requirements of the Construction Documents or shall in any way limit or modify DIB's indemnity obligations as provided for within this agreement. Unless otherwise specified, the cost of such inspection and testing will be borne by the City. In the event such inspections or tests reveal non-compliance with the requirements of the Construction Documents, DIB shall bear the cost of corrective measures deemed necessary by City, as well as the cost of subsequent re-inspection and re-testing. Neither observations by the City nor inspections, tests, or approvals by others shall relieve DIB from DIB's obligations to perform the Work in accordance with the Construction Documents. DIB shall give City timely notice of readiness of the Work for all required on and off-site inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. DIB shall give at least 24 hours notice for on-site inspection and five (5) days notice for off-site inspection. 12.4 City has the right to stop or suspend Work activities which will conceal or cover up DIB Work product which is to be inspected or tested, orwhich will interfere with the inspection or testing activities, for a reasonable time and DIB will have no right to additional cost or time it may incur as a result of the Work stoppage. Section 13: DIB GMP for Services and Reimbursements 13.1 DIB shall submit to City 100% Construction Documents ("CD's") for approval. Upon the approval of the 100% CD's, DIB shall, within ten (10) working days, submit a GMP for approval by City. The GMP shall include all Hard Construction Costs, DIB Contingency Fund, Reimburseable Costs, and DIB Fixed Fee for the complete design and construction of the entire Project as specified in the 100% CD's; provided that: 13.1.1 The GMP shall not exceed $2,015,343 for the park and include within said GMP shall be no more than $349,459 for Design Services and General Conditions as previously identified in Section 1.3.1 of this agreement. 29 13-35 13.1.2 Said GMP shall be supported by a detailed itemized breakdown that shows: the DIB Fixed Fees and the expected Hard Construction Costs for each of the major trades of the Project which will include labor, material expenses, equipment costs, and a reasonable DIB Contingency Fund. Said DIB contingency fund shall not exceed 5% of the Hard Construction Costs. 13.1.3 All Hard Construction Costs included in the GMP are for direct Construction costs incurred in performing the work, including taxes, delivery and installation. City shall reimburse DIB for the exact amount of subcontract, self preformed work or invoice amount. No additional DIB markup, handling fees, overhead, or other charges are to be added or paid except as otherwise set forth in this agreement. Upon Final Completion of the Project, any amount of Hard Construction Costs or DIB Contingency Fund monies not utilized shall result in a deductive Change Order. 13.1.4 The GMP shall include a DIB Contingency Fund which can be used by the DIB with City approval. If the Parties mutually agree that there is a sufficient surplus, the DIB Contingency Fund will be available to provide additional funds for Change Orders as provided for in Section 7 of this Agreement. This Contingency Fund will not be available for: (1) Work required due to DIB's and/or Contractorslsubcontractors failure to perform according to the terms of this Agreement and/or in compliance with the Construction Documents, or (2) uninsured losses resulting from the negligence of DIB or its Contractors/subcontractors. All change orders, including zero dollar change orders, which require the use of the DIB Contingency Fund, shall require City approval. The City reserves the right to seek reimbursements for any funds used due to errors or omissions of the Design Consultants. 13.1.5 DIB shall prepare, with the cooperation of the City, alternate bid items to assist in meeting the GMP; 13.2 Except as otherwise expressly provided in this Agreement, as full and complete compensation for performance of all services and obligations under this Agreement, DIB shall be compensated ("D/B GMP") by a sum to be determined at 100% construction documents. GMP shall include the not to exceed amount of $182,000 for General Conditions and $167,459 for Design Services for a total of $349,459. Said $349,459 for General Conditions and Design Services shall not be exceeded unless additional services are requested pursuant to S 7 above or a 30 13-36 change order issued pursuant to S 14. Unless otherwise expressly provided in this Agreement, D/B GMP shall include full compensation for all costs of any type incurred by DIB in performing all services and obligations under this Agreement, including but not limited to the following: 13.2.1 All Design Consultants, including but not limited to architectural, structural, civil, mechanical, electrical, communications, graphics and art consultants, landscape architects, and acoustical, audio visual, lighting, and security consultants. 13.2.2 Estimating, value engineering and construction management; 13.2.3 Construction supervision and project management personnel, including but not limited to superintendents, Project managers, Project secretaries, Project engineers, Project accountants, and all other DIB personnel wherever located; 13.2.4 All on-site and off-site equipment, supplies and facilities, including but not limited to, computers, estimating, dictating, communication and accounting equipment, office space, trailers, field equipment and storage facilities; 13.2.4.1 In no case shall the cumulative monthly rental charges to the Project for equipment and Small Tools used by the D/B exceed 90% of the fair market value of anyone piece of equipment or Small Tools. At City's option, the full price for equipment or Small Tools may be paid, and City may take possession upon completion of the Work. 13.2.5 All home-office and field overhead costs of any type including document control and retention; 13.2.6 All business license costs; 13.2.7 All profit D/B intends to earn under this Agreement. 13.2.8 All direct and incidental costs incurred by DIB, except for those specifically identified in Section 9. 13.3 DIB shall be reimbursed, without markup and only as specified in this Agreement for the following "Reimbursable Costs." 31 13-37 13.3.1 Any reimbursable cost expressly provided for elsewhere in this Agreement. 13.4 DIB agrees and acknowledges the City retains its full and complete discretion for all legislative actions, including any future appropriations necessary to complete this Project or fund this Agreement. As more fully provided in Section 26, the City may terminate this Agreement for any reason, including but not limited to, if City Council fails to appropriate sufficient funds or is unsuccessful at obtaining long term financing. Section 14: Chanqe in GMP and Contract Time 14.1 The GMP and Contract Time may only be changed by written Change Order. Change Orders shall be issued only under the following circumstances: 14.1.1 The City directs DIB to perform Additional Services or City Changes as provided in Section 9. 14.1.2 For reasons expressly provided elsewhere in this Agreement. 14.2 The following procedure shall be followed for the issuance of Change Orders: 14.2.1 Upon the occurrence of any event that gives rise to a Change Order, D/B shall give the City notice of the same with 5 days. DIB shall not proceed with any such services or work until such notice has been given to the City except if such services or work are necessary to protect public health, safety or property. 14.2.2 Unless otherwise directed by the City Representative in writing, before proceeding with any Change Order work D/B shall promptly provide the City with a detailed and complete estimate of cost impact associated with the Change Order, including all appropriate direct and indirect costs and credits. All such costs and credits shall be accurately categorized into D/B Fixed Fee, Reimbursable Costs or Hard Construction Costs. DIB shall also provide City with a realistic estimate of the impact, if any, the Change Order will have on the Contract Time. 14.2.3 Upon submission of the detailed estimates by the DIB, the Parties will attempt to negotiate an appropriate adjustment in GMP and Contract Time. If an agreement is reached, a Change Order reflecting the agreement will be executed by the Parties. If an agreement is not reached, the City shall have the option to direct the 32 13-38 DIB to proceed with the subject services andlor work, during which time the D/B shall contemporaneously maintain accurate and complete records of all labor, material and equipment utilized in performing the subject services andlor work. These records shall be submitted to the City and shall become the basis for continued negotiations between the Parties for an equitable adjustment to the GMP and/or Contract Time. 14.2.4 In the event there is any disagreement or dispute between the Parties as to whether the D/B is entitled to a Change Order or the amount of the Change Order, the matter shall be resolved in accordance with Section 33. DIB shall not have the right to stop or delay in the prosecution of any services or work, including services or work that is the subject of the Change Order, pending this resolution process. Instead, DIB shall continue diligently prosecuting all such services and work. 14.2.5 City may, in its sole discretion, adjust the GMP or Contract Time for any undisputed amount or time associated with the Change Order or Additional Services. Section 15: Pavment Terms 15.1 DIB shall provide all Phase I, II and IV services for the Phase I, II and IV Fee. DIB shall submit certificate and application for payment to the City on a monthly basis for Phase I, II and IV services rendered and costs incurred. The monthly payment shall be based upon percentage of completion of the Schedule of Values plus any Reimburseable Costs as provided in Section 15.3. 15.2 DIB shall provide all Phase III services for the Phase III Fee. DIB shall submit certificate and application for payment to City on a monthly basis for Phase III services. The monthly payment application shall be based upon the percentage of completion of the Schedule of Values plus any Reimbursable Costs and Hard Construction Costs as provided in Section 15.3 and 15.4, less any payments previously made by the City and subject to the receipt of unconditional lien releases for all prior payments and if the invoiced amount is not disputed by City, it shall pay D/B ninety percent (90%) of payment application based upon the percentage complete of the Schedule of Values and 100% of the reimbursable costs within thirty (30) days after receipt of the fully documented invoice. City will withhold the remaining 10% as security for DIB's full performance. 15.3 DIB shall develop and maintain an accurate system for tracking all Reimbursable Costs. Utilizing this system, DIB shall include with each month 33 13-39 payment application an itemization of all such Reimbursable Costs actually incurred by D/B, during the previous month. If requested by the City, D/B shall provide all backup documentation supporting such Reimbursable Costs. 15.4 DIB shall develop and maintain an accurate system for tracking all Hard Construction Costs it incurs on the Project. Utilizing this system, DIB shall include with each monthly application for payment an itemization of all Hard Construction Costs actually incurred by DIB during the previous month. 15.5 DIB shall separately submit to City certificate and application for payment on a monthly basis for any authorized Additional Services performed by D/B. Subject to the receipt of unconditional lien releases for all prior payments and if Additional Services are not disputed by City, City shall pay ninety percent (90%) of the invoiced amount within thirty (30) days of receipt of fully complete invoice. City will withhold the remaining 10% as security for DIB's full performance. 15.6 Subject to Sections 15.8, City shall pay DIB the ten percent (10%) retention being withheld pursuant to Sections 15.2, and 15.5 as part of the "Final Payment" to D/B. Final Payment will be made thirty-five (35) days after Final Completion. 15.7 The City Manager will consider the release of the entire retention for subcontractors upon completion of the subcontractors' work and execution of a disclaimer and unconditional final lien release by the subcontractor. 15.8 In lieu of withholding retention under this Agreement, at the election of DIB, City will deposit retention amounts into escrow andlor the substitution of securities for money as provided in California Public Contract Code Section 22300. Section 16: Proiect Completion 16.1 Substantial Completion shall be that stage in the progress of the construction when all Work on the Project is sufficiently complete in accordance with the Construction Documents so that City can fully utilize entire Project; Substantial Completion shall further mean that all goods, services and systems to be provided under the terms and conditions of the Construction Documents are in place and have been initially tested, and are operationally functional, subject only to final testing, balancing and adjustments and normal Final Completion punchlist Work. 16.2 Final Completion shall be deemed to occur on the last of the following events: (1) recordation of a Notice of Completion for the Project; (2) acceptance of the Project by the City; (3) issuance of a final Certificate of Occupancy for the Project; (4) submission of all documents required to be supplied by DIB to City under this 34 13-40 Agreement, including but not limited to As-Built Drawings, warranties, and operating manuals; (5) and delivery to City of a Certificate of Completion duly verified by D/B. 16.3 D/B shall provide City with a Certificate of Completion, certifying to City under penalty of perjury that the Project has been completed in accordance with the Construction Documents, all applicable building codes and regulations, all permits, licenses, and certificates of inspection, use and occupancy, and ordinances relating to the Project. 16.4 D/B shall provide five sets of City final record drawing documents at the end of construction and one copy in electronic format ("As-Built Drawings") and one copy of reproducible drawings. As-Built Drawings are to be accurate and legible records showing exact location by dimensions, and the exact depth by elevation of underground lines, valves, plugged tees, wiring and utilities. 16.5 DIB shall provide a copy of, or make available before destruction, all records (which includes all writings as defined in Evidence Code Section 250) to the City upon receipt or generation, which shall include a copy of DIB's filing protocol. Section 17: Contract Time 17.1 The "Contract Time" shall be the date stated in Section 1 for DIB to achieve Substantial Completion. 17.2 "Time is of the essence" with regard to Contract Time and all milestones in the DCS. 17.3 The Contract Time may only be changed by a Change Order as set forth in Section 14. 17.4 Further, an extension in Contract Time will not be granted unless DIB can demonstrate through an analysis of the Project Schedule that the increases in the time to perform or complete the Project, or specified part of the Project, beyond the corresponding Contract Time arise from unforeseeable causes beyond the control and without the fault or negligence of DIB, its Design Consultants, and subcontractors or suppliers, and that such causes in fact lead to performance or completion of the Project, or specified part in question, beyond the corresponding Contract Time, despite DIB's reasonable and diligent actions to guard against those effects. 17.5 DIB carries the burden of proving an entitlement to an increase in the Contract Time. Delays attributable to and within the control of Design Consultants, or subcontractor or supplier shall be deemed to be delays within the control of D/B. 35 13-41 No time extension will be allowed for such delays. An increase in Contract Time does not necessarily mean that DIB is due an increase in the GMP. Section 18: Late Completion 18.1 City and DIB recognize that time is of the essence in this Agreement and that City will suffer financial loss if the Project is not completed within the Contract Time, plus any extensions thereof allowed in accordance with Section 17.3. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by City if the Project is not completed on time. Accordingly, instead of requiring any such proof, City and DIB agree that DIB shall pay as liquidated damages (but not as a penalty) for each calendar day of delay beyond the time specified for Substantial Completion of the Project, the following amounts which DIB expressly agrees are "not unreasonable under the circumstances" as defined in California Civil Code 91671 (b): $100 for each calendar day. Liquidated Damages shall not be assessed after the date on which Substantial Completion is achieved pursuant to Section 16. Section 19: Riaht to Modify Work 19.1 Without invalidating the Agreement and without notice to any surety, City may at any time or from time to time, order additions, deletions, or revisions in the Project; these will be authorized by a written Change Order prepared and issued by City. Upon receipt of any such document, DIB shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Construction Documents (except as otherwise specifically provided). 19.2 When City desires a change in the Project, City may issue a Request for Proposal to D/B. DIB will be required to respond within the time indicated by City. Section 20: Intentionallv Omitted Section 21: Work Bv Others 21.1 City may perform other work related to the Project at the Project Site by City's own forces, or let other direct contracts ("City Contractor"). The City will give DIB reasonable notice of its intent to do such other work. DIB's work shall take priority over the City Contractors; but the Parties will use their best efforts to coordinate their work so as to minimize the disruption to each other's work and to allow City Contractor to proceed expeditiously. 36 13-42 21.2 If the proper execution or results of any part of DIB's work depends upon the work by the City or City Contractor, D/B shall promptly inspect and report to City in writing any apparent delays, defects, or deficiencies in the City's work that render it unavailable or unsuitable for such proper execution and results. DIB's failure to promptly report such delays, defects, or deficiencies in writing before commencement of the affected work, will constitute an acceptance of the City's work as fit and timely for integration with D/B's Work except for latent defects and deficiencies in the City's work for which DIB will not be responsible. 21.3 If DIB or any person or entity working for DIB causes damage to the City's or City Contractor's work, property, or person, or if any claim arising out of DIB's performance of the Project by any other contractor is made against DIB, by City, any other contractor, or any other person, D/B shall promptly repair and/or resolve said claim at no cost to City. Section 22: Warranties and Guarantees 22.1 DIB warrants and guarantees to City that materials and equipment incorporated into the Project will be new unless otherwise specified and that all work will be in strict accordance with the Construction Documents and will not be defective. Prompt notice of defects known to City shall be given to D/B. All Defective Work, whether or not in place, may be rejected, corrected, or accepted as reasonably directed by City, provided DIB shall not be entitled to an extension in Contract Time or increase in GMP because of any delay or increase in cost attributable to the rejection, correction or acceptance of said work. Defective work may be rejected even if approved by prior inspection. 22.2 The warranty period shall commence when the Certificate of Final Completion is issued (irrespective of beneficial use by City prior to Final Completion) and extend one (1) year after that date orwhatever longer period may be prescribed by laws or regulations or by the terms of any applicable special guarantee or specific provision of the Construction Documents. 22.3 D/B is to provide any extra material for maintenance at the completion of the Project, including items such as carpeting, base, floor tile, ceiling tile, paint, and filters. 22.3.1 DIB is to provide City one (1) set of operating and maintenance data manuals, fully bound and indexed, warranties, guarantees, and bonds. 37 13-43 22.4 Correction of Defective Work - If within the designated warranty period, or such longer period as may be required by laws or regulations, the Project or any part of the Project, is discovered to contain defective work, D/B shall promptly, without any reimbursement or adjustment in the GMP, and in accordance with City's written instructions, either correct that defective work, or if it has been rejected by City remove it from the Project and replace it with work which is not defective. If circumstances warrant it, including but not limited to, in an emergency, City or D/B may have the defective work corrected or the defective work removed and replaced. In that event, D/B shall not be allowed to recover any associated costs, and D/B shall reimburse City for all direct, and indirect costs of City, and City shall be entitled to an appropriate decrease in the GMP, to withhold a setoff against amount recommended for payment, or make a claim on DIB's bond if DIB has been paid in full. 22.5 With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for Work performed and materials furnished under this Agreement, the D/B shall: 22.5.1 Obtain all warranties that would be given in normal commercial practice and as required by the City; 22.5.2 Require all warranties to be executed, in writing, for the benefit of City; 22.5.3 Enforce all warranties for the benefit of City, if directed by City; 22.5.4 In the event DIB's warranty under section 22.2 has expired, City may bring suit at its expense to enforce a subcontractor's, manufacturer's, or supplier's warranty; 22.5.5 DIB shall assign all subcontractor, supplier and manufacturer warranties including maintenance contracts from the installer for specialized equipment, such as elevators, escalators, movable partitions, equipment etc., to cover the limited warranty period to City at the expiration of the one year warranty; and Section 23: Use and Possession Prior to Completion 23.1 City shall have the right to take possession of or use any completed or partially completed part of the Work if mutually agreed upon by the parties. Before taking possession of or using any Work, City shall furnish DIB a list of items of Work remaining to be performed or corrected on those portions of the Work that City intends to take possession of or use. However, failure of City to list any item of 38 13-44 Work shall not relieve D/B of responsibility for complying with the terms of this Agreement. City's possession or use shall not be deemed an acceptance of any Work under this Agreement, nor relieve the D/B of any of its obligations under this Agreement. 23.2 While City has such possession or use, D/B shall be relieved of the responsibility for the loss of or damage to the Work resulting from City's possession or use. If prior possession or use by City delays the progress of the Work or causes additional expense to DIB, an equitable adjustment shall be made in the GMP or the Contract Time, and the Agreement shall be modified in writing accordingly. Section 24: Personal Services and Non-Assiqnabilitv 24.1 This is a personal services Agreement and, therefore, DIB shall not alter the key employees or Design Consultants nor assign or transfer, voluntarily or involuntarily, any of its rights, duties or obligations under this Agreement except upon the prior written consent of City. Any such change, assignment or transfer without the prior written consent of the City shall be deemed null and void and constitute a material breach under this Agreement. Section 25: Indemnification 25.1 To the fullest extent permitted by the law, D/B shall indemnify, defend, protect and hold harmless City, its elected and appointed officers, agents, employees, consultants, (collectively herein the "Indemnitees"), from and against all claims, demands, causes of action, damages, injuries, liabilities, losses and expenses (including, without limitation, reasonable attorneys' and consultants' fees and expenses) of any kind whatsoever, arising in whole or in part out of or resulting from D/B's performance of this Agreement, D/B's breach of this Agreement, or the alleged negligent acts or omissions of D/B, its architects, engineers, other professionals and consultants, Contractors, suppliers or anyone directly or indirectly employed by any of them or anyone for whose acts they may be liable. The obligations of the DIB under this paragraph for errors or omissions, including those of the design professional subcontractors, which includes the Design Subcontractors, consultants, agents and employees thereof ("Design Subcontractors"), which arise from (1) the preparation or approval of maps, drawings, opinions, reports, surveys, designs or specifications, or (2) the giving of or the failure to give directions or instructions shall not be limited to the amount of coverage provided for in the professional liability insurance policy. If City is fully reimbursed by DB's insurance for any loss covered by this paragraph, DIB shall have no further obligation for such loss. 39 13-45 25.2 DIB's obligation to indemnify under section 25.1 shall not extend to such claims, demands, causes of action, damages, injuries, liabilities, losses and expenses, to the extent that such is the result of the active negligence or the willful misconduct of an Indemnitee. DIB's obligation to defend under section 25.1, if not covered by the insurance to be provided on the Project, shall not extend to such claims, demands, causes of action, damages, injuries, liabilities, losses and expenses, or causes of actions, to the extent that such are caused by the active negligence or the willful misconduct of the Indemnitee, and from no other cause. 25.3 The DIB agrees, notwithstanding the above to the fullest extent permitted by law, to indemnify, defend, and hold harmless the City, its elected and appointed officers, employees, agents and consultants from and against any and all claims, suits, demands, liabilities, losses, or costs, including reasonable attorney's fees and defense costs, resulting or accruing to any and all persons, firms, and any other legal entity, caused by, arising out of or in any way connected with the handling, removal, abatement, capping, migration (after handling, removal, abatement or capping) of, or disposal of any asbestos or hazardous or toxic substances, products or materials that exist on, about or adjacent to the jobsite, whether liability arises under breach of contract or warranty, tort, including negligence, strict liability or statutory liability or any other cause of action. D/B's obligation regarding asbestos or hazardous or toxic substances, products or materials shall be limited to the proper removal within the Project boundaries and the proper disposal of such materials. Section 26: Riqht to Terminate and Suspend Work 26.1 Archaeological and Paleontological Discoveries. If a discovery is made of an archaeological or paleontological interest, DIB shall immediately cease operations in the area of the discovery and shall not continue until ordered by City. When resumed, operations within the area of the discovery shall be as directed by City. 26.1.1 Discoveries which may be encountered may include, but are not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, fossils or any item with cultural significance. 26.1.2 DIB shall be entitled to an extension of time and compensation in accordance with the provisions of this Agreement. 26.2 Termination of Agreement by City for Cause. If, through any cause, DIB shall fail to fulfill in a timely and proper manner DIB's obligations under this Agreement, or if DIB shall violate any of the covenants, agreements or stipulations of this Agreement, City shall have the right to tenminate this Agreement by giving written notice to DIB of such tenmination and specifying the effective date thereof at least 40 13-46 five (5) days before the effective date of such termination. All finished or unfinished documents, data, studies, drawings, maps, plans, specifications, reports and other materials prepared by DIB, or any of its agents, Design Consultants or Subcontractors, shall, at the option of the City, become the property of the City, and D/B shall be entitled to receive just and equitable compensation for any work satisfactorily completed on such documents and other materials up to the effective date of Notice of Termination, not to exceed amounts payable hereunder, and less any damages caused by D/B's breach. 26.2.1 In the event the Agreement is terminated in accordance with this Section, City may take possession of the Project and may complete the Project by whatever method or means City may select. 26.2.2 If the cost to complete the Project exceeds the balance, which would have been due, D/B shall pay the excess amount to City. 26.2.3 Rights of City Preserved. Where D/B's services have been so terminated by City, the termination will not affect any rights or remedies of City against D/B then existing or which may thereafter accrue. Any retention or payment of moneys due DIB by City will not release D/B from liability. It is agreed that termination hereafter will not in any way release, waiver, or abridge any rights the City has against DIB's performance bond surety. 26.2.4 Any dispute as to the amount due or owed to D/B upon termination under this section shall be resolved in accordance with Section 33. 26.3 Termination for Convenience by City. City may terminate this Agreement at any tirne and for any reason, by giving specific written notice to DIB of such termination and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. In that event, all finished and unfinished documents and other materials described hereinabove shall, at the option of the City, become City's sole and exclusive property. If the Agreement is terminated by City as provided in this paragraph, DIB shall be entitled to receive just and equitable compensation for any satisfactory Work completed, including reasonable demobilization costs, to the effective date of such termination. DIB hereby expressly waives any and all claims for damages or compensation arising under this Agreement except as set forth herein. 26.3.1 Records and Documents Relatina to Termination. Unless otherwise provided in the Agreement or by statute, DIB shall maintain all records and documents relating to the terminated portion of this 41 13-47 Agreement for three (3) years after final settlement. This includes all books and other evidence bearing on DIB's costs and expenses under this Agreement. DIB shall make these records and documents available to City, at D/B's office, at all reasonable times, without any direct charge. If approved by the City Manager, photographs, electronic files, microphotographs, or other authentic reproductions may be maintained instead of original records and documents. 26.4 Upon receipt of the Notice ofTermination, D/B shall take any action that may be necessary, or that the City Manager may direct, for the protection and preservation of the property related to this Agreement that is in the possession of DIB and in which City has or may acquire an interest. 26.5 Payment to D/B Due to Termination - DIB and the City Manager may agree upon the whole or any part of the amount to be paid because of the termination. The amount may include a fee proportional to the percentage of work satisfactorily completed. However, the agreed amount, exclusive of costs shown in section 26.9 below, may not exceed the total dollar amount authorized by City as reduced by the amount of payments previously made. If termination occurs during Phase I, II, or III, DIB shall only be entitled to the Fees for Phases I, II, or III, or a portion thereof, and no amount for Phase IV D/B Fixed Fee, except for Phase IV DIB fixed fee proportional to the percentage of work satisfactorily completed and authorized pursuant to Section 6. 26.6 Failure to Aaree on Payment - If DIB and City fail to agree on the whole amount to be paid because of the termination of Project, City shall pay DIB the fair and reasonable amounts determined in good faith by City as follows, but without duplication of any amounts agreed to above: 26.6.1 The price for completed services accepted, including any retention, by City not previously paid; 26.6.2 The costs incurred in the performance of the Project terminated, including initial costs and preparatory expense allocable thereto. These costs are only for Work completed and accepted by the City based on an audit of all Contractors' bills of materials and the timecards for Work actually performed; 26.6.3 A portion of the DIB Fixed Fee (overhead and profit) based on the percentage of Work completed on the Project; however, if D/B would have sustained a loss on the entire Agreement had it been 42 13-48 completed, City shall allow no profit under this section and shall reduce the settlement to reflect the indicated rate of loss; 26.6.4 D/B and Design Subcontractor services through the date of termination shall be paid based on actual time spent as documented on timecards. Expenses shall be paid based on invoice and receipts provided by D/B; 26.6.5 Under no circumstances will DIB be entitled to any consideration for lost profit or lost opportunity costs. 26.7 IfDIB does not agree that the amount determined by the City Manager is fair and reasonable and if D/B gives notice of such disagreement to City within thirty (30) days of receipt of payment, then the amount due shall be as later determined pursuant to the Dispute Resolution procedures in Section 33. 26.8 Pavment for Propertv Destroved. Lost. Stolen or Damaoed - Except to the extent that City expressly assumed the risk of loss, the City Manager shall exclude from the amounts payable to D/B under this Section, the fair value, as determined by the City Manager, of property that is destroyed, lost, stolen, or damaged so as to become undeliverable to City. 26.9 Deductions -In arriving at the amount due D/B under this section, there shall be deducted: 26.9.1 Any claim which City has against DIB under this Agreement; and 26.9.2 The agreed price for, or the proceeds of sale of, materials, supplies, or other things acquired by DIB or sold under the provisions of this clause and not recovered by or credited to City. 26.10 Termination of Aoreement bv DIB 26.10.1 D/B may terminate the Agreement upon ten (10) days written notice to City, whenever: 26.10.1.1 The Project has been suspended under the provisions of Section 26.1 or 26.2, for more than ninety (90) consecutive days through no fault or negligence of DIB, and notice to resume Work or to terminate the Agreement has not been received from City within this time period; or, 43 13-49 26.10.1.1 City should fail to pay DIB allY monies due it in accordance with the terms of this Agreement and within ninety (90) days after presentation to City by DIB of a request therefore, unless within said 1 a-day period City shall have remedied the condition upon which the payment delay was based. 26.10.2 In the event of such termination, D/B shall have no claims against City except for those claims specifically enumerated in Section 26.9, herein, and as determined in accordance with the requirements of said Section. Section 27: Independent Contractor 27.1 D/B and any Design Consultant, Contractor, Subcontractor, agent or employee of D/B, shall act as an independent contractor and not as an agent, officer or employee of City. Except as expressly provided in this Agreement, City assumes no liability for DIB's actions and performance; in particular, but without limitation, City assumes no responsibility for paying any taxes, bonds, payments or other commitments, implied or explicit, by or for D/B. DIB acknowledges that it is aware that because it is an independent contractor, City is making no deductions from the fees for services being paid to DIB and that City is not contributing to any fund on the behalf of D/B. D/B disclaims the right to any type of additional fee or benefits. Section 28: Independent Judqment 28.1 Unless otherwise directed in writing by City, DIB shall, in providing the professional services required by this Agreement, arrive at conclusions with respect to the rendition of information, advice and recommendations, independent of the control and direction of City, other than normal contract monitoring; DIB, however, shall possess no authority with respect to any City decision beyond rendition of such information, advice and recommendations. DIB shall not have the authority to act as an agent on behalf of City unless specifically authorized to do so by City in writing. Section 29: Maintenance of Records and Accountinq 29.1 DIB shall maintain, during the Project and for a period of three (3) years after completion of the Project, accurate and organized records of all costs of any type and all services performed under this Agreement. City will have the right at any time, including during the performance of all Phases of the Project to audit and copy all such records. Section 30: Ownership of Documents 44 13-50 30.1 All reports, studies, information, data, statistics, forms, designs, plans, procedures, systems and any other materials or properties produced under this Agreement shall be the sole and exclusive property of City. No such materials or properties produced in whole or in part under this Agreement shall be subject to private use, copyrights or patent rights by Consultant in the United States or in any other country without the express written consent of City. City shall have unrestricted authority to publish, disclose (except as may be limited by the provisions of the Public Records Act), distribute, and otherwise use, copyright or patent, in whole or in part, any such reports, studies, data, statistics, forms or other materials or properties produced under this Agreement. Section 31: Force Maieure 31.1 Any party to this Agreement may be excused for any delay or failure to perform its duties and obligations under this Agreement, except for obligations to pay money, but only to the extent that such failure or delay is caused by an Event of Force Majeure as set forth in section 31.2. If an Event of Force Majeure setforth in section 31.2 causes a delay or failure in performance of only a portion of the obligations of a Party under this Agreement, then only that portion of performance which was delayed or prevented by such cause shall be deemed excused, and the performance of all other obligations of a Party not so delayed shall not be excused by an Event of Force Majeure. Delay or failure in performance of all other obligations of a Party not so delayed shall not be excused by such Event of Force Majeure. Delay or failure in performance by a Party which is the result of an Event of Force Majeure set forth in section 31.2 shall be deemed excused for a period no longer than the delay or failure in performance caused by such Event. 31.2 An Event of Force Majeure means an occurrence beyond the control and without the fault or negligence of a Party, including but not limited to unusually severe weather, flood, earthquake, fire, lightning, and other natural catastrophes, acts of God or the public enemy, war, terrorist act, riot, insurrection, civil disturbance or disobedience, strike or labor dispute for which DIB is not responsible, expropriation or confiscation of facilities, changes of applicable law, or sabotage of facilities, so long as such Party makes good faith and reasonable efforts to remedy the delays or failures in performance caused thereby. However, DIB, in developing the GMP and Project Schedule, has incorporated three (3) days for anticipated adverse weather days that may disrupt work on the Project; DIB shall be entitled to relief under this Section for adverse weather only to the extent adverse weather days exceed this amount of days. 31.3 A Party shall give written notice to the other Party as soon after becoming aware of the delay or failure in performance caused by an Event of Force Majeure 45 13-51 as is reasonably possible, but in any event within five (5) working days after Party becomes aware of such delay or failure. 31.4 No Event of Force Majeure shall be a basis for monetary adjustment to the GMP. Costs incurred by the DIB as a result of a Force Majeure Event will be reimbursed according to the terms of this Agreement from the Contingency Fund. Section 32: Hazardous Materials 32.1 In the event the DIB or any other party encounters asbestos or hazardous or toxic materials at the Project Site, or should it become known in any way that such materials may be present at the Project Site or any adjacent areas that may affect the performance of the DIB's services, the DIB may, at his or her option and without liability for consequential or any other damages, suspend performance of services on the Project until the City retains appropriate specialist consultant(s) or contractor(s) to identify, abate andlor remove the hazardous or toxic materials, and warrant that the Project Site is in full compliance with applicable laws and regulations. Section 33: Disputes 33.1 All claims, counterclaims, disputes, and other matters in question arising under, or relating to, the Agreement or the breach thereof shall be processed in accordance with the provisions of this Section, unless specifically addressed by another provision of this Agreement. 33.2 DIB shall submit its written request for a Change Order to City pursuant to Section 14. City shall make a determination on DIB's request in writing within 7 days of receipt of request and all supporting data. Said Change Order shall be made in good faith and accurately reflect the adjustment in GMP or Contract Time for which DIB believes City is liable, and covers all costs and delays to which DIB believes it is entitled as a result of the occurrence of the claimed event. All requests for adjustment in Contract Time shall include an analysis of the Master Construction Schedule and the impact of the claimed work on specific activities on the Master Construction Schedule. 33.3 If DIB disagrees with City's determination, DIB shall file a claim in writing in accordance with the procedures set forth in Chapter 1.34 of the Chula Vista Municipal Code, as same may from time to time be amended, the provisions of which are incorporated by this reference as iffully set forth herein, and such policies and procedures used by the City in the implementation of the same. 46 13-52 33.4 Pending final resolution of any claim, including litigation, DIB shall proceed diligently with performance of the Project, and comply with any direction of City. Section 34: Notices 34.1 All notices, demands or other communications hereunder shall be given or made in writing and shall be delivered personally or sent by courier or registered or certified mail, return receipt requested, postage prepaid, addressed to the Party to whom they are directed at the following addresses, or at such other addresses as may be designated by notice from such Party: (i) To CITY: City Attorney 276 Fourth Avenue Chula Vista, CA 91910 Tel: (619) 691-5037 Fax: (619) 409-5823 Department of General Services Building and Park Construction 1800 Maxwell Road Chula Vista, CA 91911 Tel: (619) 397-6220 Fax: 619) 397-6250 (ii) To D/B: Any notice, demand or other communication given or made solely by mail in the manner prescribed in this Section shall be deemed to have been given and to be effective three (3) days after the date of such mailing; provided, however, that any notice, demand or other communication which would otherwise be deemed to have been given on a day which is not a working day shall be deemed to have been given on the next subsequent working day. Section 35: Miscellaneous Terms 47 13-53 35.1 Representations: Each Party hereto declares and represents that in entering into this Agreement it has relied and is relying solely upon its own judgment, belief and knowledge of the nature, extent, effect and consequence relating thereto. Each Party further declares and represents that this Agreement is being made without reliance upon any statement or representation of any other Party not contained herein, or any representative, agent or attorney of any other Party. 35.2 Severabilitv: If any term or condition of this Agreement is held to any extent to be invalid or unenforceable, all the remaining terms and conditions shall be enforceable to the fullest extent permitted by law. 35.3 Entire Aoreement: This Agreement contains the entire agreement, between the Parties and supersedes all prior negotiations, discussions, obligations and rights of the Parties in respect of each other regarding the subject matter of this Agreement. There is no other written or oral understanding between the Parties. No modification, amendment or alteration of this Agreement shall be valid unless it is in writing and signed by the Parties hereto. 35.4 Draftino Ambiouities: The Parties agree that they are aware that they have the right to be advised by counsel with respect to the negotiations, terms and conditions of this Agreement, and that the decision of whether or not to seek the advice of counsel with respect to this Agreement is a decision which is the sole responsibility of each of the Parties hereto. This Agreement shall not be construed in favor of or against either Party by reason of the extent to which each Party participated in the drafting of the Agreement. 35.5 Applicable Law: The formation, interpretation and performance of this Agreement shall be governed by the laws of the State of California. Venue for mediation, arbitration and/or actions arising out of this Agreement shall be in the City of Chula Vista, California. 35.6 Waiver: Unless otherwise expressly provided herein, no delay or omission by the Parties hereto in exercising any right or remedy provided for herein shall constitute a waiver of such right or remedy, nor shall it be construed as a bar to or a waiver of any such right or remedy on any future occasion. 35.7 Effect of Headinos: Headings appearing in this Agreement are inserted for convenience of reference only, and shall in no way be construed to be interpretations of the provisions hereof. 35.8 Amendments: This Agreement may be modified, amended or supplemented only by the mutual written agreement of the Parties hereto. 48 13-54 35.9 Authorization and Compliance: Each Party represents that it is duly authorized to execute and carry out the provisions of this Agreement. 35.10 Further Assurances: The Parties agree to do such further acts and things and execute and deliver such additional agreements and instruments as the other may reasonably require to consummate, evidence or confirm the agreements contained herein in the manner contemplated hereby. 35.11 Counterparts: This Agreement may be executed by the Parties in one or more counterparts, all of which taken together shall constitute one and the same instrument. The facsimile signatures of the Parties shall be deemed to constitute original signatures, and facsimile copies hereof shall be deemed to constitute duplicate original counterparts. 35.12 Exhibits and Glossarv of Terms: All Exhibits and Glossary of Terms are incorporated herein by reference into this Agreement. 35.13 Third Partv Beneficiarv: Nothing within this Agreement sh-all create a contractual relationship between the City and any third party. [NEXT PAGE IS SIGNATURE PAGE] 49 13-55 SIGNATURE PAGE TO DESIGN/BUILD AGREEMENT Cheryl Cox, Mayor *"""' HoII CNeI CJ!>OralInQ QtIIcOf ~,.HoIlCul101r\ldlOl'eo. CITY OF CHULA VISTA By: By: ATTEST: Susan Bigelow, City Clerk Approved as to form by: Ann Moore, City Attorney 50 13-56 GLOSSARY OF TERMS (See Attached) J:\General Services\GS Administration\Design Build Agreements\AJ1 Seasons Park DBA Q41807.doc 51 13-57 EXHIBIT LIST (I-III) Exhibit I RFP for Design Build Services for Mt. San Miguel Community Park A) Park Master Plan B) Sample Design/Build Contract and Glossary of Terms (INTENTIONALLY NOT INCLUDED) C) Project Location Exhibit 2 Design Build Fee Structure Exhibit 3 Identification of Design Build Team Members 52 13-58 EXHIBIT 1 RFP for Design Build Services for Mt. San Miguel Community Park A) Park Master Plan B) Sample Design/Build Contract and Glossary of Terms (INTENTIONALLY NOT INCLUDED) C) Project Location I 13-59 ~~~ ~ r __ ___ _..- __- """""--- ------ --- --- CllY OF CHUlA VISTA REQUEST FOR PROPOSAL FOR DESIGNIBUILD SERVICES FOR All Seasons Park Otay Ranch Village 7 RFP Issue Date: Wednesday, February 28,2007 Proposal Due Date & Time: Friday, March 23, 2007 4:00 p.m. City of Chula Vista General Services Department Building and Park Construction 1800 Maxwell Road Chula Vista, CA 91911 13-60 Table of Contents 1.0 INTRODUCTION................................................................................................................1 2.0 IMPORTANT DATES ........................................................................................................1 3.0 PROJECT DESCRIPTION. ...................... ..................... ..... ........ ............. ...... ......... .............1 4.0 GENERAL OBLIGATIONS OF DBT ................................................................................2 5.0 SCOPE OF WORK..............................................................................................................4 5.1.1 Pre Construction Services - Phase I ...............................................................................4 5.2.2 Construction Services - Phase II..................................................................................... 7 5.2.3 Operations/Startup Services - Phase ill..........................................................................9 6.0 INSURANCE REQUIREMENTS .......................................................................................9 7.0 INSPECTION ....................................................................................................................11 8.0 CHANGE IN GMP AND CONTRACT TIME .................................................................11 9.0 PROJECT COMPLETION ................................................................................................11 1 0.0 WARRANTIES AND GUARANTEES ............................................................................12 11.0 MAINTENANCE OF RECORDS AND ACCOUNTING................................................ 13 12.0 OWNERSHIP OF DOCUMENTS ......................................,.............................................13 13.0 RFP REQUIRElvlENTS ............................................................................................... ......13 13.3 General RFP Requirements: .........................................................................................14 13.4 Contents: ...... .......................... ........ .............. .... ...................... ..................... .......... ....... .14 13.5 Experience and Technical Competence: .......................................................................14 13.6 Proposed Method to Accomplish the Work.....,........................................................... 15 13.7 Knowledge and Understanding of Local "Environment": ............................................15 13.8 Project Organization and Key Personnel: .....................................................................15 13.9 Financial Arrangements for DBT Members: ................................................................15 13.10 Exceptions to this RFP:.................................................................................................15 13.11 Addenda to this RFP: ....................................................................................................16 13.12 Minim= Contractor Qualifications:............................................................................16 13.13 Schedule of Rates and Fees.............................................................. ....... .16 13.14 Additional Information.......................................................................... .17 14.0 PUBLIC DISCLOSURE ....................................................................................................17 15.0 PROPOSAL SCHEDULE .................................................................................................18 16.0 PROPOSAL SELECTION PROCESS ..............................................................................18 17.0 PROPOSAL EVALUATION CRITERIA .........................................................................18 13-61 18.0 CONTRACT TERMS AND CONDITIONS .....................................................................19 ATTACHMENT A- Approved Master Plan........................... ................... ........... ....20 ATTACIDvffiNT B - Sample DesignJBuild Contract and Glossary of Terms.... .............. .....21 ATTACIDvffiNT C - City ofChula Vista Disclosure Statement............... ........... ............. 22 13-62 REQUEST FOR PROPOSAL DESIGN/BUILD SERVICES 1.0 INTRODUCTION 1.1 The City of Chula Vista (City) is circulating this Request for Proposal (RFP) requesting proposals from DesignJBui1d Teams (DBT) qualified to provide the City with, design services, engineering services, architectural services, construction management, and construction services/coordination for the construction of All Seasons Park located in Otay Ranch Village Seven. The DBT shall consist mainly of a General Contractor, Landscape Architect and an Architect. All DBT members shall be licenseclJregistered with the State of California. This RFP describes all the elements of the project, the required scope of services, the design/bui1d team selection process, and the minimum information that must be included in the proposal. Failure to submit information in accordance with the RFP's requirements and procedures may be a cause for disqualification. 1.2 This RFP has been distributed to selected firms on the City's list ofDesignJBuilders certified on June 17, 2003. Award will be based on the DBT and the best value proposal, including design fees, general conditions and construction fee. Price will be a primary factor, but not the sole consideration for award. Contracts will be awarded in accordance with the Chula Vista Municipal Code and the DesignlBuild Ordinance as outlined in Section 2.57 of the Chula Vista Municipal Code. 1.3 The City encourages the Design Builder to contact the Landscape Architect that prepared the Master Plan for All Seasons Park. This is not a requirement that Landscape Architect be part of the DBT. 2.0 IMPORTANT DATES 2.1 Proposal Due Date: Friday March 23, 2007 by 4:00 p.m. Location: Public Works Center, 1800 Maxwell Road, Chula Vista, CA 91911- General Services Department receptionist 3.0 PROJECT DESCRIPTION 3.1 The DBT shall design and construct for the City: a completed and fully functional park and restroom facilities (referred to hereafter as "Project"). The park shall include, but not be limited to all components outlined and described in the attached document titled "All Seasons Park" (Attachment A). The All Seasons Park is located on Magdalena A venue in east= Chula Vista. 1 13-63 4.0 GENERAL OBLIGATIONS OF DBT 4.1 The services to be provided by DBT are generally to be performed in three "Phases", Pre-construction Services, Construction Services, and Operation/Start Up. The services to be provided in each Phase are specified below in this RFP. The DBT shall : A. Perform all services, work and obligations as described herein for a Guaranteed Maximum Price ("GMP") which will be set at I 00% construction documents and shall include all Design Services and all Hard Construction Costs necessary to provide a fully completed and functional Project including, but not limited to, general conditions, the cost for all labor, equipment, material, and the DBT Fixed Fee which includes fees and expenses of any type associated with completing the Project. Any costs incurred by DBT in excess of said GMP shall be the sole responsibility of the DBT, except for change orders approved by the City in accordance with the DBT contract to be executed with the DBT. A sample contract is enclosed as Attachment B. 4.2 DBT shall be obligated as follows: A. At all times in performing its services under this Agreement to design and construct the best possible Project consistent with standard of care that satisfies the time, monetary, quality and design parameters set forth in this RFP and subsequent D/B Contract. B. Design and construct the Proj ect on time, consistent with time frames set forth in the Proj ect Schedule, and in such a manner that the GMP or Contract Time of the Project shall not be exceeded, but if DBT reasonably believes that any action, inaction, decision or direction being made by City or agent for the City will likely result in the GMP or Contract Time being exceeded or the Project being completed late, DBT will notify City, for approval or denial, in writing within five (5) calendar days of discovering such action, inaction, decision, or direction. Included in such notice will be an estimate of the cost and time impact resulting from such action, inaction, decision or direction. C. Perform, or obtain prior written consent of the City to subcontract all design services for the Project utilizing qualified, licensed and sufficiently experienced architects, engineers and other professionals. DBT shall not be permitted to substitute any Design Consultant unless authorized by City. D. Perform all construction on the Project utilizing Subcontractors appropriately licensed by the California Contractors State License Board or other required agencles. E. Perform all services as expeditiously as is consistent with reasonable skill and care and shall complete the services within each and all of the time periods set forth within the approved project schedule. 2 13-64 F. Comply with the California Fair Employment and Housing Act and all other State, Federal and local laws including, but not limited to, those prohibiting discrimination, on account of race, color, national origin, religion, age, sex or handicap. G. Study all applicable laws, codes, ordinances, rules, orders, regulations, and statutes affecting the Project, including but not limited to, zoning, enviro=ental, building, fire and safety codes and coverage, density and density ratios and lien laws, and comply with them in performance of its services. DBT shall ensure that within the established GMP that the Project conforms to all applicable federal, state and local laws, statutes, ordinances, rules, regulations, orders or other legal requirements. H. Take all reasonable steps during the course of construction to control dust and noise in accordance with the provisions in the 2000 Edition of the Standard Specifications for Public Works Construction, City Ordinances and the D/B contract. 1. Use reasonable care to avoid damaging existing improvements and vegetation adjacent to the Project Site. If DBT causes damage to any of this property, DBT shall replace or repair said property at no expense to City and shall not be a basis for seeking an adjustment to the GMP or Contract Time. J. To obtain all permits necessary to complete the Project. City shall reimburse cost of permits. DBT shall be responsible for obtaining and paying for all minor permits normally obtained by the trades or subcontractors. K. Conform project design to the requirements of the Americans With Disabilities Act Accessibility Guidelines ("ADAAG") and the Americans With Disabilities Act ("ADA"). 1. Seek and obtain written approval from the City of the drawings for each of the following design phases: (1) schematic design (2) design development (3) 50% construction drawings and (4) I 00% construction drawings. Said approvals shall be evidenced by written notice to proceed with each subsequent phase. M. Provide cost estimating and value engineering services, which takes into consideration long-range maintenance costs, energy efficiency, and impacts on operation of the Project. N. Review the enviro=ental documents and all technical reports relating to the Project Site; and determine and advise City if any additional needed studies are warranted. DBT shall perform said studies as authorized by City. The costs of said studies are Reimbursable Costs to be paid by the City without markup. O. DBT agrees to fully assume all risks, and costs associated with such risks, in performing the services and meeting the obligations under this RFP and the D/B contract. P. DBT warrants that at least one member of the DBT team shall be licensed by the California Contractor's State License Board as a General Building 3 13-65 Contractor. DBT is to provide a list of the responsible people within their organizations performing services, which shall include their qualifications and their function, for approval by the City prior to start of construction. City and D BT shall establish "key personnel" who shall remain on the Proj ect until Final Completion. If any such "key personnel" leave the employment ofDBT, City shall have the right to approve the replacement personnel. DBT shall comply with all licensing requirements of the State of California, County of San Diego, and City of Chula Vista Q. D BT agrees and acknowledges that the City Representative is the only person with authority to approve additions or modifications to Proj ecl. Any costs or delays resulting from or associated with additions or modifications implemented without the written authorization of City Representative shall be borne exclusively by DBT and .not be grounds for an increase in GMP or Contract Time unless necessary to protect public health, safety or property. 5.0 SCOPE OF WORK 5.1 Services required of the DBT include those during design, construction, and operations/startup of the Project. The GMP will be developed based on all management, supervision, labor, services, equipment, tools, supplies, and any other item of every kind and description required for a comprehensive design and construction program. The scope of work includes, but is not limited to, the following: 1. Develop and Implement Project Management Plan and Procedures 2. Monthly project status reports 3. Coordination/interface with the City and its other consultants/contractors 4. Progress meetings 5. Interface and connunications with other agencies 6. Vendors and subcontractors management 7. Document control 8. Schedule and budget control 9. Quality assurance and quality control 5.1.1 Pre-Construction Services - Phase I Utilizing the City required standard specifications, facility program requirements, approved master plans, Federal, State, and City performance and design criteria, concept drawings, and reports that will be identified in the DesignlBuild contract, the DBT will: 4 13-66 1. Prepare schematic design, design development and construction drawings and specifications suitable for obtaining City approval and issuance of permits. 2. Complete the design for all elements of the project, including but not limited to: architectural, civil, structural, landscape architectural, mechanical, electrical, and specialty consulting areas. 3. Evaluate alternative structural and construction approaches for all facilities to ensure economical designs that optimize constructability yet meet all codes, architectural concepts, conceptual designs, and standard specifications of the proj ect. Design shall satisfy the Americans with Disabilities Act (ADA) requirements as required. 4. Incorporate the requirements of permitting agencies in the course of design. The DBT shall apply for and secure all permits and provide all necessary reports, studies and support required to obtain the permits. In addition, the DBT shall research all Air Pollution Control District and noise abatement requirements, along with any hazardous materials management requirements of NFPA, Cal-OSHA and the City Fire Department. The DBT shall develop all appropriate environmental plans, including but not limited to, an air pollution control plan, a noise abatement plan and a hazardous materials management plan. The DBT shall prepare, submit and obtain approval of an application for Storm Water Pollution Prevention Plan to the appropriate authority. The DBT shall incorporate appropriate facilities in the design. S. Conduct site surveys and geotechnical investigations to the extent necessary for final design. Survey and geotechnical information to be provided by the City may be preliminary in nature and may not have sufficient accuracy or scope to support final design. a) Prepare Construction Cost Estimates and Project Budgets based on Schematic Design. Prepare revised Cost Estimates during Design Development and Construction Documents and Bidding phases at intervals specified in the Design Build Agreement. Develop Proj ect cost model inclusive of detailed Quantity Surveys and Cost Estimates. b) Perform three-value engineering reviews to reduce cost and/or add value, utilizing all team members and City resources. Include reco=endations to maximize energy efficiency and build a "green" or low-pollution project. Prepare a Value Engineering Report of all considerations, reco=endations and decisions. The goal is to maximize the quality of construction at a cost equal to or below the Project Budget. c) Perform Quality Control (QC) Review of the Drawings and Specifications throughout all Phases in order to correct errors and omissions and reduce the quantity of Change Orders during the 5 13-67 course of construction. Include a detailed review of drawings and designs relative to Code Compliance Laws. Organize and publish detailed QC Reports based on all findings. d) Establish a Critical Path Method (CPM) Construction Schedule. Monitor, update and report to keep the project on schedule. e) Establish a bidding strategy. Identify, contract, and procure long lead items. Create early bid packages where applicable. t) At 100% Construction documents, provide cost estimate that will be used to establish a Guaranteed Maximum Price (GMP). Any Savings at the end of the project will be deducted from the GMP and ret\m1ed to the owner. g) During the Bidding of the Project, the DBT shall: I) Reco=end appropriate subdivisions of work into discrete Bid Packages. 2) Create detailed Scope of Work Packages for bidding to multiple sub-contractors that will be contracted directly to the DBT. 3) Create all Bidding Documents. SpecifY unit prices, alternates, quantities, bonding and insurance requirements. 4) Secure a minimum of three complete and competitive bids for each package and competitively bid each package. 5) Receive and resolve all Requests for Information (RFI's) and bid questions. 6) Schedule meetings with the City to open and review bids for each subdivision of work. Review bids in detail. ClarifY Scopes of Work, exclusions, etc. Ensure bids match DBT Scope of Work. 7) Make reco=endations for selections and award of bids based on lowest, responsible and most complete bids. Provide cost spreadsheets which compares bids to cost estimates. If lowest responsible bid exceeds cost estimate, prepare reco=endations to resolve the problems and reduce cost without compromise to the overall goals of the Project, while remaining within Budget and on Schedule. h) Assemble a constructability review team with City participation at the 50 percent design completion stage. Incorporate results of the team's review into the design. i) Provide construction cost control estimates during the design to support VE and constructability reviews. Revise these cost control estimates once accepted VE reco=endations and other review co=ents have been incorporated. 6 13-68 j) Identify all permit requirements and prepare applications and support documents necessary for obtaining all permits. Permit fees will be borne by the City. k) Prepare draft Operations Manual Index to serve as the basis for preparing the final Operations Manual during the construction phase. 5.2.2 Construction Services - Phase II A) The DBT shall construct the facility in accordance with the approved construction drawings and specifications (and associated permits) prepared by the DBT to meet or exceed all requirements of the City provided program offacility requirements. The DBT shall also: I. Conduct weekly team meetings with the City and appropriate design team members. during the course of construction to review the status of the proj ect. Ensure the workmanship and materials provided are in accordance with the Project Specifications and the Architects and meet or exceed quality construction industry standards for this type of work. Provide list of required shop drawing submittals. Review shop- drawing submittals for technical and code compliance. Provide copy to the City for review and comment. Provide resident engineering, contract administration, and inspection staff, including specialists necessary for the functional, safe, on budget and on-schedule completion of the Project, starting with the issuance of a Notice to Proceed from the City and extending through issuance of Notice of Completion and Acceptance. City staff will also perform inspection to verify compliance with the plans and specifications, permits and contract documents. 2. , ~. 4. 5. Ensure construction compliance with applicable local, state, and federal codes, building and environmental permit requir=ents, and construction mitigation documents and enforcement of the Contract Documents. 6. Provide surveying, and other contracted services as required completing projects construction. Coordinate City contracted testing and inspection services during the course of construction. 7. Develop, implement and manage a construction phase Quality Assurance/Quality Control (QAlQC). The Plan shall include but not be limited to: 1) a statement and definition ofQAlQC goals; 2) an identification of QAlQC criteria and elements; 3) development of the project QAlQC implementation plan; 4) development of the QAlQC materials, components, equipment and system testing plans; and, 5) enforcement of the plans and specifications. 7 13-69 8. Submit the proposed QAlQC Plan to the City for review. The Plan shall not be implemented without written approval of the City. 9. Be responsible for preparing the Critical Path Method (CPM) schedule utilized during the project construction and startup activities. Use Microsoft Project scheduling software consistent with the City reporting system. 10. Develop a proj ect-specific Plan for defining, tracking and reporting cash flow activity requirements and submit such plan to the City for review and approval prior to implementation. 11. Develop a project-specific Change Order Administration Plan for review and approval by the City. Upon written approval of the Plan, the DBT shall initiate implementation. The Plan shall define the required Change Order procedures, including requirements for requesting, developing, approving, and filing. 12. Implement and maintain an internal records management and document control system as required to support project operations. The DBT shall provide records management and document control information in a manner consistent with the citywide Prolog Management reporting/filing system. 13. The DBT shall develop an on-site Project Safety Plan for review and approval by the City. The DBT shall administer and enforce the City approved on-site Project Safety Plan for the Project. The DBT shall monitor and enforce Project construction Contractor responsibility for safety and health issues relating to their workers as the Project Site. This shall include workers in direct employment to the Contractor and workers involved in a subcontracting, equipment supply, or any other project-related oral or written arrangement with the DBT. 14. Report accidents, claims, and other on-going safety related issues to the City in a manner consistent with Citywide reporting systems. 8 13-70 5.2.3 Operations/Startup Services - Phaselli a. The DBT shall prepare, submit for City review and written approval a Project Startup and Testing Plan for the Project. The DBT shall fully implement said plan. b. The DBT shall conduct Operator Training Sessions for personnel. c. The DBT shall supervise, manage, and coordinate all project startup and testing activities for all systems within the provisions of the Contract Documents. d. The DBT shall report progress of project startup and testing to the City in a manner consistent with the City's reporting system. e. The DBT shall coordinate and expedite record drawings and specifications. f. The DBT shall prepare final accounting and close out reports. g. The DBT shall prepare occupancy plan reports. h. Unless the DBT receives the City's prior approval to substitute equal or better quality materials, the DBT warrants to City that material and equipment incorporated in the Proj ect will be new, unless otherwise specified, and that the Project will be of good quality, free from faults and defects, and in strict conformance with the Construction Documents and the D/B contract. 1. Post Construction: DBT to coordinate an II-month walk through of the Project to review guarantee/warranty items. DBT to coordinate all corrective work with the responsible parties and the City. The DBT shall report to the City all guarantee/warranty disputes. The DBT shall proceed to resolve such disputes after having submitted to the City for review and approval the DBT's approach for obtaining resolution for the dispute. 6.0 INSURANCE REQUIREMENTS The Design Builder (DB) shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by the DB, his agents, representatives, employees or sub-consultants. All sub-consultants shall be required to comply with the applicable insurance provisions. The maintenance of proper coverage is a materials element of the DB contract and that failure to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract. 6.1 Minimum Insurance Requirements 6.1.1 The firm selected to perform the work described herein will be required to provide evidence of: 9 13-71 6.1.1.1 Commercial General Liability insurance, ISO CG 0001 Occurrence form, with combined single limits of not less than $1,000,000 per occurrence per project. Policy to include endorsement naming City of Chula Vista, its officers, officials, employees and volunteers as Additional Insured against all liability of the DB, its subcontractors, and its authorized representatives, arising out of, or in connection with, the performance of work under the contract with the City. Policy is to be endorsed to state it is Primary to any other insurance available to the City of Chula Vista and that insurer will provide THIRTY (30) days written notice to the City Clerk of the City of Chula Vista of cancellation or material change. 6.1.1.2 Commercial Automobile Liability Insurance, ISO CA 0001 form, Any Auto code, with a combined single limit of not less than $1,000,000, covering bodily injury and property damage for owned, non-owned and hired automobiles, and name the City, its officers, officials, employees and volunteers as additional insured's. 6.1.1.3 Workers' Compensation and Employer's Liability insurance, for all employees who are normally engaged in Work at the Project Site, with Statutory Limits for Workers' Compensation and not less than Employer's Liability limit for Bodily injury by Accident $1 ,000,000, each accident Bodily Injury by Disease $1,000,000, Bodily Injury by Disease $1,000,000. A Waiver of Subrogation shall be endorsed to the policy naming the City of Chula Vista. 6.1.1.4 Professional Liability insurance shall be required for professional liability or errors and omissions insurance with a per claim limit of not less than $2,000,000 for services performed by the Design contractors and any subcontractors performing design services. The policy shall contain an extended reporting period of not less than 2 years. 6.1.1.5 Builder's Risk Property Insurance will be provided by the DB. The DB will add the City, its officials, officers, employees and volunteers as Loss Payee. The insurance shall waive any right of recovery under subrogation for those insured under this policy. The limit is to reflect full replacement cost of hard cost construction values. Perils are to be all risk excluding Earthquake and Flood. Perils are to include any transportation risk but is to exclude any equipment, machinery, tools, or property of similar nature, owned, rented or used by DB or contractors. 6.1.1.6 Other Provisions. Prior to beginning Work under the Agreement, each and every contractor of any tier shall furnish Certificates of Insurance satisfactory to the City. All such certificates will contain at least the following prOVISIOns : 10 13-72 6.1.1.6.1 Thirty (30) days written notice to the City prior to any cancellation, non-renewal or materials reduction in coverage. 6.1.1.6.2 The words "will endeavor" and "but failure to mail such notice shall impose no such obligation or liability of any kind upon the company, its agents or representatives" will be deleted from the certificate. 6.1.1.6.3 Throughout the life of the Agreement, each and every contractor of any tier shall pay for and maintain in full force and effect, with an insurer authorized by the California Insurance Commissioner to do business in the State of California, the policies evidenced herein. Any insurance provided for the City, DB or subcontractors for this project shall be written through an insurer admitted in the State of California with an AM Best rating of not less than A,V. Any exceptions are at the sole discretion of the City and subject to written approval of the City. 7.0 INSPECTION 7.1 City shall be responsible for material testing and inspections, with reimbursement to be required by DBT for any re-inspections. The City shall either perform said inspection services with its own forces or contract with third parties. It shall be the responsibility ofDBT, however, to call for, coordinate and schedule all inspections. 7.2 City, its consultants, subcontractors, independent testing laboratories as well as other governmental agencies with jurisdictional interests will have access at reasonable times for this observation, inspecting and testing. The DBT shall provide them proper and safe conditions for such access and advise them of DBT's safety procedures and programs for compliance. 8.0 CHANGE IN GMP AND CONTRACT TIME 8.1 The GMP and Contract Time may only be changed with a written Change Order. Change Orders shall be issued only under the following circumstances: A. The City directs DBT to perform Additional Services. B. For reasons expressly provided in the D/B Contract. 9.0 PROJECT COMPLETION 9.1 Substantial Completion shall be that stage in the progress of the construction when all Work on the Project is sufficiently complete in accordance with the Construction Documents so that City may fully utilize entire Project; Substantial Completion shall further mean that all goods, services and systems to be provided under the terms and conditions of the Construction Documents are in place and have been initially tested, 113 - 73 and are operationally functional, subject only to final testing, balancing and adjustments and normal Final Completion punchlist Work. 9.2 Final Completion shall be deemed to occur on the last of the following events: (1) recordation of a Notice of Completion for the Project; (2) acceptance of the Project by the City; (3) issuance of a final Certificate of Occupancy for the Project; (4) . submission of all documents required to be supplied by DBT to City as outlined in the DfB contract, including but not limited to As-Built Drawings, warranties, and operating manuals; (5) and delivery to City of a Certificate of Completion duly verified by DBT. 9.3 The DBT shall provide City with a Certificate of Completion, certifying to City under penalty of peIjury that the Project has been completed in accordance with the Construction Documents, all applicable building codes and regulations, all permits, licenses, and certificates of inspection, ilse and occupancy, and ordinances relating to the Proj ect. 9.4 The DBT shall provide five sets of City final record drawing documents at the end of construction, one set of reproducible and one copy in electronic format ("As-Built Drawings"). As-Built Drawings are to be accurate and legible records showing all components of the Project and there exact locations 9.5 The DBT shall provide a copy of, or make available before destruction, all records (which includes all writings as defmed in Evidence Code Section 250) to the City upon receipt or generation, which shall include a copy ofDBT's filing protocol. 9.6 A copy of all approved submittals shall be forwarded to the City at the completion of the project. All information shall be assembled in such a fashion to fit into a standard file drawer and organized by CSI codes. Ibis copy is in addition to those provided during the course of construction for connent. 10.0 WARRANTIES AND GUARANTEES 10.1 The DBT warrants and guarantees to City that materials and equipment incorporated into the Proj ect will be new unless otherwise specified and that all work will be in strict accordance with the Construction Documents and will not be defective. All Defective Work, whether or not in place, may be rejected, corrected, or accepted as directed by City. DBT shall not be entitled to an extension in Contract Time or increase in GMP because of any delay or increase in cost attributable to the rejection, correction or acceptance of said work. Defective work may be rej ected even if approved by prior inspection. 10.2 The warranty period shall connence when the Certificate of Final Completion is issued (irrespective of beneficial use by City prior to Final Completion) and extend one (1) year after that date or whatever longer period may be prescribed by laws or regulations or by the terms of any applicable special guarantee or specific provision of the Construction Documents. The DfB contract will contain provisions addressing this issue and steps to correct defective work. 1 :?-74 11.0 MAINTENANCE OF RECORDS AND ACCOUNTING 11.1 The DBT shall maintain, during the Project implementation time and for a period of three (3) years after completion of the Project, accurate and organized records of all costs of any type and all services performed for the project. City will have the right at any time, including during the performance of all Phases of the Project to audit and copy all such records. 12.0 OWNERSHIP OF DOCUMENTS 12.1 All reports, studies, information, data, statistics, forms, designs, plans, procedures, systems and any other materials or properties produced for this project shall be the sole and exclusive properly of City. No such materials or properties produced in whole or in part for this project shall be subject to private use, copyrights or patent rights by DBT in the United States or in any other country without the express written consent of City. City shall have unrestricted authority to publish, disclose (except as may be limited by the provisions of the Public Records Act), distribute, and otherwise use, copyright or patent, in whole or in part, any such reports, studies, data, statistics, forms or other materials or properties produced for this proj ect. 13.0 RFP REQUIREMENTS 13.1 All DBTs are required to follow the format specified below. The content of the proposal must be clear, concise, and complete. Each section of the proposal shall be presented according to the outline shown below to aid in expedient information retrieval (NOTE: DBTs shall base their proposals on the "Scope of Work"). Eight (8) copies of the proposal shall be delivered no later than 4:00 PM. on Friday, March 23, 2007 to: City of Chula Vista Attn: Matt Little General Services Department Bldg. and Park Construction 1800 Maxwell Road Chula Vista, CA 91911 13.2 Please note that faxed copies will not be accepted. Also note that incomplete proposals, incorrect information, or late submittals may be cause for immediate disqualification. The City reserves the right to amend the RFP prior to the date that proposals are due. Amendments to the RFP shall be mailed to all potential DBTs. The City reserves the right to extend the date by which the proposals are due. 1 33_ 75 13.3 General RFP Requirements: A. The City desires to receive proposals from only qualified and experienced DBTs who demonstrate significant knowledge of design engineering and construction management, and experience and successful performance on public sector park and recreation facilities of comparable magnitude involving a GMP incorporating both design and construction. B. The proposal should be concise, well organized and demonstrate the DBT's qualifications and experience applicable to the Project. The proposal shall be inclusive of resumes, graphics, forms, pictures, photographs, dividers, front and back cover, cover letter, etc. Type size and margins for text pages should be in keeping with accepted standard formats for desktop publishing and word processing and should result in no more than 500 words per page. C. Proposals must be bound. 13.4 Contents: A. Proposals submitted in response to this RFP shall be in the following order and shall include: 1. Executive Summary. 2. Include a one- to two-page overview that highlights DBT approach and DBT's commitment to meet or exceed the City's objectives and insure a successful project built on time and on schedule. 3. Identification of each DBT member: o Legal name and address. o Legal form of company (partnership, corporation, joint venture, etc.). If joint venture identifY the members of the joint venture and provide all information required under this section for each member. o If company is wholly owned subsidiary of a "parent company," identify the "parent company." o Addresses of offices located in San Diego County, if any. o Number of employees in San Diego County. o City of Chula Vista Business License Number. o Name, title, address and telephone number of person( s) to be assigned to project. o Name, title, address and telephone number of person to contact concerning the proposal. 13.5 Experience and Technical Competence: A. Describe DBT's experience in completing similar designJbuild projects. List three (3) successfully completed proj ecls of similar nature with name of Owner's Project Manager, phone numbers, project type and total value of 1 !f-7 6 completed construction. Projects currently in process may be submitted for consideration. Identify any specific proj ects and include in your client references where this team has worked together. , 13.6 Proposed Method to Accomplish the Work: A. Describe DBI's technical and management approach to the design and construction effort. Discuss lines of communications necessary to maintain design schedule and construction schedules, and software availability for both schedule and management reporting. 13.7 Knowledge and Understanding of Local "Environment": A. Describe experience working in the local "environment" and proposed local presence for interfacing with the City's project management staff. The "environment" includes but is not limited to: City and other local agencies regulations and policies; local environmental documentation requirements; geotechnical conditions in project area; local building codes; ADA requirements and other local design criteria. 13.8 Project Organization and Key Personnel: A. Describe proposed project organization and provide an organizational chart, including identification and responsibilities of key personnel. Indicate role and responsibilities of the prime DB and all sub-consultants. Indicate how local firms are being utilized to ensure a strong understanding of local laws, ordinances, regulations, policies, requirements, permitting, etc. Indicate extent of commitment of key personnel for duration ofproject (through building and park occupation) and furnish resumes of key personnel. Provide indication of staffing level for the project. B. DBI's evaluation will consider its entire team, therefore no changes in team composition will be allowed without prior written approval of the City. Describe DBI's capacity to perform the work within the time limitations, considering DBI's current and planned workload and DBI's workforce. 13.9 Financial Arrangements for DBT Members: If the DBT is a Joint Venture Team, the DBT shall address the proposed fmancial arrangements between the Joint Venture members as they relate to liability to the City for work to be performed. DBT shall submit a team members' list indicating scope of work, and approximate percentage of contract. Team members must be named on said list if they receive more than $10,000 or more than one-half of one percent (.5%) whichever is less. 13.10 Exceptions to this RFP: The DBT shall certify that it takes no exceptions to this RFP. If the DBT does take exception(s) to any portion of the RFP, the specific portion of the RFP to which exception is taken shall be identified and explained. 13'-77 13.11 Addenda to this RFP: DBT shall confirm in its proposal the receipt of all addenda issued to this REP. DBT is not required to include copies of the actual addenda in its proposal. 13.12 Minimum Contractor Qualifications: DBT submitting qualifications must include a contractor who possesses the applicable California Contractor's license. DBT must also submit evidence of being able to be bonded for such projects. 13.13 Schedule of Rates and Fees: A. Pre-Construction: 1) Provide cost break down of design cost by discipline. Include design teams cost to administer the contract during the course of construction. 2) Provide a fixed fee for preconstruction services. Services for this period shall include but not limited to cost estimating, constructability review, site surveys, subcontractor bidding, submittal review and procurement of long lead items. The City views the DBT's input'and leadership during this period as an important component of the project. B. Project General Conditions: Provide a detailed spreadsheet that completely outlines the projects general conditions, including quantities, units, unit costs and totals. Provide billing rates for all proposed team members. All design cost shall be included under Pre-Construction cost noted as item A above. C. Cost of Work Multipliers (FEE): Based on the scope and size of the project, please propose an overhead and profit percentage rate and any other multipliers such as liability insurance to be applied to the cost of work. This rate would apply to each major phase of the project as it is released and subsequently bid to subcontractors. D. Preliminary Cost Estimate: Based on the attached master plan please provide a comprehensive cost estimate that takes into account all design and construction costs. Clearly note all assumptions that were used to create the estimate and areas of concern. The proposed project has a preliminary construction budget of$ 1,500,000. E. Change Orders: Indicate an overhead and profit percentage rate to be used on subsequent changes to the major phases of the project. This rate shall apply to deductive changes. F. Provide Payment and Performance Bond Rates. G. Provide description of your company's safety policy and how it would be implemented on this job. H. Provide Preliminary Design & Construction Schedule. This schedule should reflect maj or design and construction activities as well as maintenance periods 1 ~-7 8 for landscaping. 13 .14 Additional Information: A. This section shall contain all the other pertinent information that is required to be submitted with the proposal in the following order: 1. Description of insurance coverage for prime respondent and co-venture partner(s) (types of coverage and policy limits, deductible, exclusions, and outstanding claims). 2. Description of in-house resources for prime respondent and co-venture partner(s) (i.e., computer capabilities, software applications, modem protocol, and modeling programs, etc.). 3. Indicate if contractors self perform any work, if so, what trades. Also indicate if contractors have any union signatory agreements. 4. DBTs should provide, on a strictly confidential basis, the following information: a) Audited fmancial statements for the last three years b) List of projects completed in the last year c) List of projects currently under development, OJ; construction with status, development schedule and financial commitment d) List of projects currently involved in litigation or unresolved claims for the contractor. 5. Complete the attached "City of Chula Vista Disclosure Statement" (Attachment C). 14.0 PUBLIC DISCLOSURE 14.1. All proposals submitted in response to this RFP become the property of the City and public records, and as such may be subject to public review. Under the California Public Records Act (California Gove=ent Code Section 6250 et seq.) records in the custody of a public entity generally have to be disclosed unless the information being sought falls into one or more of the exemptions to disclosure set out in Gove=ent Code Sections 6254 through 6255. The cover letter of the proposal should contain a paragraph that states whether or not DBT believes that its proposal does or does not contain information that falls into one of the exemptions of Government Code Sections 6254 through 6255 and whether or not DBT considers such information to be confidential. 14.2 In the absence of a declaration, City may be obligated to disclose proposal to any party that requests it. Regardless of assertions of confidentiality, proposal contents may still be disclosed if City, or a court with jurisdiction, determines that such proposal is a public record requiring disclosure. 1~-79 15.0 PROPOSAL SCHEDULE 15.1 The solicitation receipt and evaluation of proposals and the selection of the DBT will conform to the following schedule (Note: Dates are subject to change): . Distribution/Advertisement ofRFP - Wednesday, February 28 2007 . Submittal of Proposals Deadline - Friday, March 23 2007 by 4:00 pm . Preliminary DBT Selection - April 2007 . Approval of Design/Build Agreement - August 2007 16.0 PROPOSAL SELECTION PROCESS 16.1 A ward will be based on the best-qualified DBT to build the facility. Relevant team experience, design coSts, fee and general conditions will be a primary factor, but not the sole consideration for award. Contracts will be awarded in accordance with the Chula Vista Municipal Code and the Design/Build Ordinance as outlined in Section 2.57 of the Chula Vista Municipal Code. 17.0 PROPOSAL EVALUATION CRITERIA 17.1 Submittals received by City will be evaluated in no certain order, according to the criteria listed below: A. Conformance to the specified RFP requirements and format; B. Organization, presentation, and content of the submittal; C. Specialized experience and technical competence of the firm(s), (including principal firms, joint venture-partners, and sub-consultants) considering the types of service required; the complexity of the project; record of performance; and the strength of the key personnel who will be dedicated to the proj ect; D. Proposed methods and overall strategic plan to accomplish the work in a timely and competent manner; E. Knowledge and understanding of the local environment and a local presence for interfacing with the City; F. Financial resources and stability of the principal consultant and/or DB team; G. Ability to meet the insurance requirements unless City, at its sole discretion, decides to modify or waive the insurance requirements or elects to provide project insurance; H. Pre-Construction Costs, FEE, Change Order mark up rates. 1~-80 18.0 CONTRACT TERMS AND CONDITIONS 18.1 Issuance of this RFP does not commit City to award a contract, or to pay any costs incurred in the preparation of a response to this request. City retains the right to reject any or all submittals. Selection is dependent upon the negotiation of a mutually acceptable contract with the successful DBT. A sample contract that will be modified to the specifics of this project is provided for your review as Attachment B. No modifications to the standard contract language will be granted. Cost to meet the minimum requirements shall be noted as part of Section 13.13 above or clearly denoted as an exclusion as part of your proposal response. 18.2 Each submittal shall be valid for not less than one hundred and twenty (120) days from the date ofreceipt. 18.3 All insurance shall be' provided at the sole cost and expense of the firm selected, unless the requirement is modified or waived by the City. City reserves the right to modify the insurance limits or to substitute proj ect insurance during contract negotiations. The City looks forward to receiving a proposal from your firm. If you have any questions regarding this RFP, please contact: Mr. Matt Little General Services Department Building and Park Construction 1800 Maxwell Road Chula Vista, CA 91911 Phone: (619) 397-6088 Fax: (619) 397-6250 Email: Mlittle@ci.chula-vista.ca.us Attachments: Attachment A: Park Master Plan Attachment B: Sample DesignJBuild Contract Attachment C: Disclosure Statement 139-81 Attachment A: Park Master Plan (See Attached Document) dl!..S2 13-83 t: ~ \:) o o -E ~ .~ ~ "- ClJ ~ ~ ~ "6 ~ Q:: & o t: v ~ \:] !a.... 0 0 (\j -E 0 CL ~ .~ V1 ~ "- C C1J ~ 0 ~ ~ V1 '6 (\j ~ ClJ cc: ~ V') 0 <( 13-84 Q. ra ~ .0 .- c '- u :> E' C!I: ~ 'O.Oi C!I car III III ::lj "C!' C' C!I' ~' .' ;, Ei _! f!: Ill' c, Ill' =j ~ ( r-- Q).~_. I': OJ, ell :> ..c u c ell 0( >. cd ..... o JI I!,jli, llii'l\i ;f;j;h~1 i Jfjli~!li .~, lit 11!t!; ;;fIH: JlFlli ~llm HUh," ',ulr " . 'ch i i j l , 0:: ell . O-! >> ro::t::l ..... c O::J I Ql E I ":S E i :J 0 '~ u.. () 1 , , , ;l!1:;'i ',$1-.. " " o! iH! fiii III 3 !, ~ . pi,i :;. .i1t ~ i! i ~ IIIW ;' ,.~ Oi Hi Iii n \ ~L qlH~ :l!IO .." < . , I ' 1 d"'l ! II'" ij ~ ~: ;:;- , , , Ji ,I ihH .~ Ul'u I. f iM " ;" , i," :;, il: T III !!iiJ!: . ;~ J} ! J j , ! H HH IT ie , ,.!' ,11Io , H~ I [II ~HJ I' .n t" ~ 1 U ~HI jp .iH 1 ~q III ~ -,; ; I iIi' , ~I Q !liHrl 3 HII ...l11,H,~zci, < ~ '\II'I'~ ~ ......" "'''~ .( ~ 5; ~ ( ,..;,; i..,' ~ sdl2V\1 VdS ,\I,)""S'{l~!)"No/1.1V'j~:Hll O:leds uodO 'Il SlfJBd '~-"""",I ''','','''~l\I'.'ijlt;1 ~Nls ""'.to,....",,) .-rI '""'"'~'" W'A0; ~""O uo.~\I~:) lI'WI @'.@.J.; '.<l""',,"d"""""'1'lIhN~ 1Ir."'~!'''''''O'''I''~"l1 M;) "'M't.'!; (.~1 ~""IJ;}1'ft).td _._,_ .(I,f""'ll""~I~"!J ....... ,~..."'fI.,roGnn'^__ ':' '.:""~~_,,.-''''J "",,'1 '\, ...' "'"....,'~Jt JJ.. ~ ~,.",..,...,,"'" .';Jl.n:;r.;:r.'~~'::;.r.,:.L~ ....,.."""'...~",."""".......,.,.,...j ...,... sapepun08 VdS mulO;) ',(j','l ~'S IlQr'I)(3 _t." ,,-...... ~!.!"r:b;... ~';: tl:>UUll A"IlIO-UBlIlI'SlI'flHIIl^ i1PJiJA IlIS!,,( VI';;<'.V"'''' ~ -;1"<:;""'" I.,.'R' ,nl!Q!tjlC3 I~,~, [r~ b-:C'::d ~POX!'ij''-;: r<n,r\',IS .' .O!~..,~, Wml!M 04.""0' 11",,,..g ..0"111/1 "~(l,~,"n iJJJ.liJA IlIS!A ~ c ra - CL !..... ClJ .I-J V') ra ~ \J ro CL ~ ClJ 0- 0- :J I C ro - CL ~ ClJ -I--J V') ro ~ ."'0 (\j 0... ~ OJ 5 o --J I c (\j - 0... ~ OJ 4-J V) (\j ~ >lJed suoseas v ")/Jl?d S!Lf~ ~I? pdWWI?J50Jd dq O~ PdPUd~U! ~OU dJI? Sd!l!^!lJI? J!ldILl~1? PUI? dn51?dl pdZ!UI?5JO "dJn~I?U U! dNSSl?d dJOW :).I?LfMdWOS S! ~I?Lf~ dSn II?JOI JOJ )/Jl?d POOLfJOqLf5!dU I? U5!SdP Ol UO!SPdP snOpSUOJ I? dPI?W SI?L1 JJI?~S ')fJl?d A:).!Unwwo:) L1JUI?~ ^I?~O dJn~nJ dLf~ JO J!lSPd~JI?JI?L1J JqdlLl~1? 'd^!lJI? pdsodOJd dLl~ Ud^!9 "^I?MUddJ9 d51?1H^ d4~ 5uOIl? dl!W tiE ^ld~I?W!XOJddl? JO dJUI?~S!P I? 'd~!S )/Jl?d ^~!unwwo:) LfJUI?~ ^I?~O dJn~nJ dLl~ O~ ^~!W!XOJd dSOP U! S! )fJl?d POOLlJOQLl5!dU S!L11 OSOI!4d u !Seo .s5Ullueld )ped JOj LPlnw pue JdZHIlJdj se pdJnpOJJUF;)J pue pdlSodwOJ dq Ul:?J dlSeM uddJ5 dl~S-UO dJdLJM edJe 5uIlsodwoJ uOlleJlsuowdP e dpnpU~ oSIe '''M )ped dLJl .uollJnJlSuoJ JOj dlq~ssod dJdLjM ,e~JdleW PdW~l:?PdJ 5u~sn ~6U~pAJdJ UO S~SeLJdWd ue dq oSIe II~M dJdLJl .sLlluOW JdWWnS dLJl 6upnp dpeLJS jO Adoul:?J e pue 5u~Jds dLll U! swossolq JdMOljjO uo!snjoJd l:? 'JdlU!M dLll 5upnp SdJnlJnJlS 5u!LlJueJq 5UIlSdJdJu~ Aelds~p 'JOloJ IIej JUl:?Jq~^ dp~^OJd leLJl dSOLjl dq '''M PdlJdldS SdPdds ddJl .UOSedS LJJed Lll!M JedA dLlllnOLl6noJLjJ d6ueLJJ AlleJqewl:?Jp IHM )ped dLjljO dJUl:?Jeddde dLllleLn os SdPdds ddJl snonppdp 'lie lOU j! 'AIlSOW jO dsn dLjl se LJJns 6U!I!eJdp uoqJnJlSuoJ dLll U! lUdJedde dq '''M SdWdLjl ddeJspue, U!elJd~ "SJdSn )JJed JOj Sd:JJnOSdJ euoqe:Jnpd se udpJe6 lsodwo:J uoqeJlSUOWdP d4l pue Sl:Jddse Il?UOSedS d4l dledJJ Ol S! UOqUdlU! d4.L :Jdq pue UdWPdds d6Jel pue lU!od le:JOj e S! le4l e JOj uoqe:JoI pdSOdOJd d4l Ill? dJd4M lU!od d4.L ")JJed d4ljO 4lnos lo04:JS AJelUdWd/d d4l Ol )/U!I e se IIdM se )JJed d4l WOJj UOAUe:) jlOJX\ jO 4lJOU SP004JOq46!dU lequdP!SdJ d4l Ol S)/u!ll!eJl dq II!M dJd4l'AeMUddJ9 d6ell!^ lSdM/lSed d4l Ol UO!l!ppe U/ "d6ell!A d4ljO JdlUd:J d4l 46noJ4l JOP!JJo:J UddJ6 e jO d:JUeJeddde PdU!qWO:J d4l 6u!^!6 d:Jeds uddo S!4llUdWd/dwo:J Ol S)/ddS U6!SdP d4l'd6ell!A d4ljO dJO:J d4l U! d:Jeds uddo UOAUe:) jlOJX\ d4l OllUd:Jelpe S! dl!S )/Jed d4l d:JU!S ddJl ")JJewpue, le:JoI e SdWO e OlU! SMOJ6 ^IIenlUdAd d/6U!S V ",ddJ.L d6el!JdH, d4l S! l:JdSJdlU! Sl!eJl WI:?J OJd Sd q 'A qJV)fJl:?d SlUdWd/d wl?J60Jd 6U!MOlloJ dLH SdpnpU! d1!S dJ:Jl?-9" L dLf1 JOJ Ul?/d Jd1Sl?V\1 )/ll?d pdsodoJd dLfl . (V dS d41 U! Pd!JIlUdP! W12l5old !l2lludlod d41 WOlJ SldJJ!P) 1Jno:J dZ!S PJl?PUl?lS 'Pd145!l - (1 J :uno) lIeq:Ja}fseB "SldU 6u!qw!p PUl? SJdp/noq 6u!qw!p d)l!/ s6u!Lf1 6u!pnpu! 1UdWUOJ!^Ud ,JqsnJ, l? lSd55ns ll?Lfl SWdl! dpnpU! II!M Pd1:JdldS lUdWd!nbd dLfl "Z 1 01 5 sd6l? UdJPI!Lf:J 1d6Jl?11l!M l?dJl? Al?/d PUOJdS dLfl PUl? 5-Z sd5l? 'UdJPI!4:J JO dnoJ6 d6l? lSd6unoA dLf1 JOJ pdu5!SdP dq II!M l?dJl? dUO .sdnoJ6 d6l? 6U!AJl?^ JO UdJPI!4J JOJ d/ql?l!ns 1Udwd!nbd dAl?Lf II!M Sl?dJl? Al?/d dLfl- (zJ seaJV Aeld s,uaJPULf) "S)IIeM )/led 5uole PdP!AOJd dq II!M 5u!l45!1 Al!JnJdS ")/lOMldU l!eJl All:) d4l 10 lSdJ d4l Ol dlq!SSdJJe )fJed dLfl 5u!)IeW )fJed d4l 10 dP!S 4lJOU dLfl uo l!eJl AeMUddJ9 d5ell!^ d4l OlU! d!l II!M SAeM)IIeM dLfl .SJd550f pue Ue!JlSdpdd dlepOWWOJJe Ol dl!S )fJed dJ!lUd d4l 5u!dOOl AeMLfled pdAed e dpnpU! II!M dl!S )/led d41- uor:Jern:>J[) . L/JedJ .SdJnlJnJlS J!UJ!d pue lOl lOl d4l 10 Ased U!Lfl!M pue pdleJol Allellud) - wooJ:Jsa~ "Al!l!q!SSdJJe 5u!pddw! lnOLfl!M edJe Md!A lewJ01u! ue dP!AOJd II!M LfJ!LfM edJe sseJ5 1 =s 5u!dolS AIlud6 e Aq PdlJdUUOJ sped IdAdl OMl sdspdwOJ )fJed dLfl - ALfdeJDodo.l 'udpJe5 dLj1 dJUd!JddXd Jdndq 01 SJdSn J!eLjJlddLjM 5uHqeud SJd1Ueld pdS!eJ dpnpU! oSIe ;\eW udpJe5 uoqeJ1SUOWdP S!Lf1- .SJdUMOdWOLj J01 Sedp! ddeJspUe, dP!AOJd 01 pd1edJJ dq oSIe II!M 'edJe 5uqsodWOJ dLj1 OllUdJefpe 'udpJe5 uoqeJ1suowdP d1eJedds V 'Slueld dAqeu e!uJoJHeJ dz!seLjdwd pue dJeds uddo UO;\UeJ 110JX\ 1UdJefpe dLj1 JO dlldWd 5uque,d dLj11JdIJdJ II!M SedJe dSdLf1 JO dWOS .Pd!j!JddS dq II!M s5uqueld dsn Jd1eM MOl pue dJUl?ud1u!ew-MOI 'dlq!Ssod dJdLjJX\ - uD!saa ade:Jspul?l :J,ueJaloJ. :J.45noJo/a:Jueua:J.ulew-Mol "dWdLfl S,P004JOq46!dU dLfl 6UQJdljdJ S/l~!Jdll?W jO pdlJnJlSUOJ dq II!M )IOSPI Pl?d4 1l?!Jl /l?Uoql?WJOjU! U\{ - )fSOI>llleJJ. :naquaaJ9 "w"d 00:01 Jdljl? SSdJJl? dP!LfdA lJ!JlSdJ Ol Pdll?6 dq Ol S! 6upIJl?d dl!S-uQ "Pdlql?S!P dLfl JOj 6u!)/Jl?d 5u!pnpu! sdJl?ds dl!S-UO 8Z - 6uPIJed "6u!pl?0IUn PUl? 6u!Pl?01 dll?l!lPl?j Ol Sl?dJl? 6upIJl?d WOJj SSdJJl? ;\Sl?d U!Lfl!M dJl? SJdlldLfS J!uJ!d dLf.L ")IJE'd dLfl U! Pdll?JOI dq II!M sdlql?ljO sdqquE'nb 5u!;\Jl?^ 4l!M SdJnlJnJlS dPl?4S/SJdlldLfS (Z) OM.L - (zJ asn-dnOJ9 seaJV:llU:lld "PdU!WJdldP dq OlldA sl2L1 dSdLlljO Jdqwnu dSPdJd dlfl ")fJl2d dlfllnOLJ6noJLll PdlI2JO/ Sd/ql?l J!uJ!d 41!M Sl2dJI2 /l2np!^!pUI - asn-renPf^fPUr saf~ffpe::f :JfU:Jfd dlfl Aofud PUI2 XI2/dJ dlf1lnOlf5noJlfl 'dOlS Pdll2Jo/ dq 'SUOSl2dS U! d5ul?lfJ 01 SJdSn d512JnOJUd Ol )fJl?d II!M SdLJJUd8 - saLpUa8 PdP!^OJd dq '5u!pl!nq WOOJ1SdJ dLJ:}. U! II!M d512J01S suoql2JddO )fJ12d - afieJ01S '(\10\1) 1J\I Al!l!ql?S!O LI:}.!M SUl?J!JdW\I dLJ:}. LJl!M lUl?!ldwOJ S! ul?/d )jJl?d pdsodoJd dlfl dweN >ped "sdlPUeJ 1001-5'0 MOldq JO 112 dq 01 dJe AJepunoq )ped d411e SIdAdl 1Lf5!11Ud!qwV 'sdlPUeJ 1001-0E 10 IdAdl 12 01 Pd1Lf5!1 dq oSIe II!M 1JnoJ IIeq1d)lseq dLfl "A1d1es J!lqnd J01 5u!lLf5!1 A1!JnJdS Lf1!M PdP!AOJd dq II!M 101 5u!)ped pue SAeM)IIeM dLfl 1 ")fJed dLf1ln045noJLf1 SddJ1 snonppdp 10 5u!lUeld dLf1 Lf5noJLf1 JedA d411nOLf5noJLf1 sd5ueLfJ ,euosedS dJUd!Jddxd ueJ SUdZ!lP dJdLfM 'AlP d41 U! dJeld dnb!un 12 5uqedJJ 10 dWdLfl s)ped d411Jdl1dJ 01 pdweu ^11de S! >ped suosedS IIV Attachment B: Sample Design/Build Contract NOTE: The attachment is the City of Chula Vista's generic two party design build agreement. It will be modified slightly to reflect the RFP requirement related to scope and establishment of GMP. Exceptions are to be clearly noted in the RFP response in writing, referring the page and paragraph number. The Section regarding Insurance requirements (and indemnification) is the City's standard insurance and indemnification policy and is not open for negotiation. 1~-99 EXHIBIT 2 Design Build Fee Structure II 13-100 Section 12. Schedule of Rates and Fees Design Fee and Engineering - AlE Design Fees (Architectural, Structural, Electrical & Landscape) fixed at $121,294 including Construction Administration. Fee for Pre-Construction Services - Sliding Scale . Design-Builder's minimum Fee is fixed at $20,000 for projects up to $1,000,000 in construction cost plus Y. percent for construction cost over $1 ,000,000. . General Conditions - at cost Refer to work sheet at the end of this section for billing rates of typical general condition items. Cost of Work Multipliers (FEE) - Sliding scale Design-Builder's minimum Fee is fixed at $100,000.00 for projects up to $1,000,000 in construction cost. Over $1,000,000.00, the following sliding fee schedule applies: 1. For projects $1,000,000 or less - Fee fixed at $100,000. 2. Six percent on the next $500,000 of construction cost over $1 ,000,000. 3. Five and a half percent on the next $500,000 of construction cost over $1,500,000. 4. Five percent on the next $1,000,000 of construction cost over $2,000,000. General Liability Insurance and Course of Construction Insurance will be provided at cost. Change Orders Fee on change orders will be the same sliding fee scale provided above. As an example, if the cost of construction is $1,500,000, change orders in excess of this amount (up to $2,000,000) will be marked up by 5% percent. This will cover home office overhead and fee. Field overhead (General Conditions) is a function of time paid at cost. If the change does not affect the duration of the project, there will be no adjustment of the general conditions due to a change. Payment and Performance Bond Rates 1. Projects under $500,000 - $12.00 per 1,000. 2. Projects over $500,000 - $6,000 base plus $8,00 per 1,000 over $500,000. 13-101 (5IIJ ERICKSON-HALL CONSTRUCTION co. Section 12 (Continued). . ..... ."... ,.,.... All Seasons Park. Preliminary Construction Costs 1. Preliminary Construction Budget - including 5 perc'ent contingency $ 1,500,000 2. General Conditions - 7 Months $ 182,000 3. Subtotal- Hard Construction Costs $ 1,682,000 4. Design/Builders Fee - sliding scale Fee on first $1,000,000 of construction cost $ 100,000 Fee on next $500,000 over $1,000,000 - 6 percent $ 30,000 Fee on next $500,000 over $1,500,000 - 5 1/2 percent $ 10,010 5. Total - Preliminary Cost of Construction Estimate $ 1,822,010 Design and Pre-Construction Fees: 6. Preconstruction Services for Design/Builder - sliding scale Preconstruction fee on first $1,000,000 of construction cost $ 20,000 Preconstruction fee on construction cost over $1 mil. - 3/4 percent $ 6,165 7. AlE Site Design Fees Civil Engineering/SWPPP $ 30,500 Topo Verification of Existing Site - Budget $ 6,500 AlE Building/Site Lighting Design Fees $ 17,500 Landscape Design / Construction Documents $ 59,294 Update City Provided Geotechnical Report $ 7,500 8. Off-site engineering I design - not included $0.00 9. Reimbursables - Budget $ 20,000 Total Preliminary Design & Build Cost $ 1,989,469 10. Cost of bond premium - sliding scale First $500,000 - $12.00 per 1,000 $ 6,000 Premium over $500,000 - $8.00 per 1,000 $ 11,916 11. Insurance $ 7,958 12. Building/Utility/Site Fees (by owner) $0.00 13. Testing and Inspections (by owner) $0.00 14. City staffing / Inspections (by owner) $0.00 Total Preliminary Project Cost $ 2,015,343 Design Fees, Pre-Construction Fees and GC Summary: General Conditions (line item 2 above) $ 182,000 Design and Pre-Construction Fees (line items 6-9 above) $ 167,459 Total Design Fees, Pre-Const. Fees and Gener1z8eJJlJkions $ 349,459 EXHIBIT 3 Identification of Design Build Team Members III 13-103 Section 7. Project Organization and Key Personnel EHCC has a proven ability to provide the right team for the job at hand. "Hire the Best - Expect the Best". This EHCC core value is the foundation of project success. The Team selected for the All Seasons Park project brings together the required strengths and varied experience necessary to compliment the design- build construction effort of this multifaceted park project. EHCC the design-build team leader, has worked successfu lIy with the City ofChula Vista on several complicated projects. EHCC provides General Construction, Construction Management and Design-Build Services to numerous Public, Federal and Private Industry Clients. Our company has a proven track record of team leadership and customer satisfaction. DPA, Inc. will provide landscape engineering services, further enhancing a cohesive team that has previous work experience with EHCC and the City of Chula Vista within recent years. Notable projects include Harborside Park, Otay Park and Chula Vista Fire Station NO.6. DPA, Inc. has received the California Beautifcation Award for their outstanding skill and ability with lanscape engineering, proving them to be a more desirable team member for All Seasons Park. Davy Architecture, the architect selected for park structures. Their clients now include development companies, school districts, business owners, cities and counties. Their work in Chula Vista includes the Otay Recreation Center, Animal Care Center, RSIID Technologies Corporate HQ, Chula Vista Commerce Center, Mountain Hawk Park, Harborside Park and Marina Gateway. Cherry Engineering will provide civil engineering services. AI Cherry has worked on numerous projects in Chula Vista. Cherry is a smaller engineering firm and will provide cost-effective services in response to this RFP. 13-104 . . Section 7. Project Organization and Key Personnel .. ~ " OIl " ~ OIl .Ej > sa " ." " '" " ~ :l S " ~ u ::0 " " ~ '0 '0 Responsibilites of -;; ~ 'g '" '" 0- W " " ~ ~ Key Personnel '(; " ::; 'e' " u -;; " 'C 0- "" '" " '" CI " 'C .~ Q.., 8- '(; '" ~ Q.., " , - '" " " '" :l -< 'C ::0 , Q.., .S '" g , CI Q.., '" , ,., 0. " '" " :; 0 ~ -;; .!l S " '" OIl " ~ -'" .. i:'2 .~ .9 .,. '0' '" u :I: 0 ~ 0 u " " u 'C "il g Q.., Q Q.., w '" :l '" " U I:: c: " ..c:: ..c:: " U ~ >Ii OIl OIl ..c:: > u u ;; '" o(j .,. .,. " ~ ~ :I: 8 " <.> Q Z w -< Q Q Pre-Construction Services - Phase I Prepare SD, DD and CD Documents a a Complete Design a a a Evaluate alternate designs a a a a . Incorporate agency requirements a a . Conduct site survey a Conduct geotechnical investigation a a Prepare Estimates & Budgets a a Perfonn Value Engineering Reviews a a . a Perfonn QC Review of Documents a a a a Establish CPM Schedule a a Monitor CPM Schedule a a Establish bid strategy a a a Identify and procure long lead items a Expedite long lead items a Establish GMP a a a Recommend bid packages a a a Create work scopes a a Create bid documents a a a Secure 3 bids for every bid package a a a a Receive & resolve bid questions a a a a Review & analyze bids with City a a a a a Recommend award of work packages a a Draft 0 & M Index a a Develop Project Management Plan a Coordinate with City & Consultants a a a a Progress Meetings 1<:l_1m<;a a a - Oll " " - Oll ",5 > 0 "' :u " E ~ '5 .g "' ~ ::;; " <.) '0 Responsibilites of '" " Jj ts " '0 >< " " Co W " E "' ~ - Key Personnel 'C:; - - 'Q' U '" " 0 'C Oll " <.) - Co " '2 " CI "' 'C .~ ~ Co 'C:; " ~ ~ " , " ~ " "' E '" 'C ::;; , ~ , .S '" -< S g CI ~ " , >, -a. ts :; 0 " ~ '" .!l E " Oll " ~ -'" 02 0 .~ .9 '0; "e- " <.) :I: U ts " 0 'C c 11 ~ Q ~ U W " " "' u = " " " .c: .c: "' ~ oil Oll Oll .c: U > <.) <.) :u " ol! '0; '0; "' ~ ~ :I: 0 " " Q Z W U -< Q Q Interface with other agencies . . . . Vendor and Subcontract Management . . Document Control . . . Schedule and budget control . . Quality assurance I quality control . . . . . Construction Services Phase II Conduct weekly team meetings wi City . . . . Ensure specification compliance . . . Prepare subminallog . Review subminals . . . . . Provide City with copy of submittals . Resident Engineer & Specialty Insp. . Code compliance . . . . Survey & contracted services . Develop QA I QC Plan . . Implement QAI QC Plan . . . Oversee QA I QC Plan . . . . Prepare & Update CPM Schedule . . Monitor CPM Schedule . . . Set-up cash flow tracking reports . . Monitor monthly cash flow activities . . . Develop Change Order Admin Plan . . Maintain internal records . Develop on-site safety plan & reporting . . Implement Project Management Plan . . Coordinate with City & consultants . . . . Progress Meetings . . . . Interface with other agencies . . . . Vendor and subcontract management . . Document Control . . . Schedule and budget control . . Quality assurance I quality control . . . . . . . 13-106 Michael Hall, Chief Operations Officer Erickson-Hall Construction Co. As Chief Operating Officer, Mr. Hall is responsible for construction operations that include overseeing all project management and field supervisory personnel. Mr. Hall is also responsible for maintaining strong customer relationships, quality of workmanship, on-time completion, safety, and cost control. Mr. Hall has over 25 years of experience in the construction industry. From project inception, through design development, value engineering, bid, award, contract negotiations and project delivery, Mr. Hall's extensive background enables him to control the process and deliver products that exceed customer expectations. As co-founder of EHCC, Mr. Hall has had the opportunity to manage numerous projects throughout Southern California, including schools, fire stations, parks, community centers, churches, military and other public and private sectors projects. Modernization and New Addition Project Experience Highlights: . Mt. San Miguel Community Park . Harborside Park . Mountain Hawk Park . Bonsall West Elementary School . Bonsall Elementary School . Carlsbad High School - Classroom Building Addition . Carls bad High School - Gymnasium . Oak Hill Elementary School . Knox Elementary School . La Jolla High School . Twain Jr./Sr. High School . Carls bad Village Academy . Grossmont Bond Program - High School District . Fullerton Bond Program - High Sch90JPfflrict . . . EdllCUnQlI as -1981 Civil Engineering Construction Management Emphasis Associatiu/ls Associated Builders & Contractors SD Board Member & Past President Society of American Military Engineers Associated General Contractors Association of California Construction Managers Coalition for Adequate School Housing References Mr. Rob Todd Construction Manager Cartsbad Unified School District (760) 331-5001 Mr. Jack Carpenter Mosher Drew VVatson Ferguson (619) 223.2400 Mr. Phil Hertel Shadow Mountain Community Church (619) 590-1770 Ia:I ERICKSON.HAL.L ~O..S~.UCT' ".. ca. ~ 00 ~ " " 0 00 -,; .:: '" " " ~ :; .~ " ~ () ::; " Responsibilites of " ~ '0 -;; >< ~ tS " " ~ 0- ~ ~ " '0 " -;; Key Personnel 'u "e- " tS 0 .!l U 0- " " '2 CI 'u .'" '0' " Q.. " " ~ Q.. C/O , .'" - " 00 " ~ " .'" ::; , Q.. , .S 0- ..: Q.. g " , >. -a " CI " 'i:l "3 0 ..!:! C/O ~ -;; E " .~ " ~ -'" :I: 2 0 tS .9 ~ 'e- " () u " tS " 0 .'" OJ OJ .~ 0 Q.. U >.a " " " " " " Q.. ;: , " " -" -" -" ~ ~ 00 00 > () () '" :I: a o(! .;;; .;;; " ~ ~ "" " " 0 z u ..: 0 0 Operations/Startup Services. Phase III Prepare Startup & Testing Plan . . Implement Startup & Testing Plan . . Conduct Operator Training Sessions . . Supervise startup & testing activities . . . Monitor startup & testing activities . . . . Report on startup & testing . . Expedite record drawings . . Prepare final accounting & close-out . . . Prepare occupancy plan . . . ll-month walk-thru of project . . . . . . . 13-108 Nathan Complin, Project Manager Erickson-Hall Construction Co. As Project Manager, Mr. Complin is responsible for overseeing contract obligations between the Owner and the subcontractors. Mr. Complin's responsibilities include managing the support staff and the administration of multiple projects simultaneously. In addition, Mr. Complin oversees all contract writing and negotiations, change orders, purchasing, submittals, clarifications, CPM schedules and jobsite-related correspondence. Mr. Complin has a Bachelors of Science Degree in Construction Engineering Management. Mr. Complin is well versed in a variety of computer programs that enables him to oversee projects in a more efficient, organized, and professional manner. Project Experience Highlights: . Mt. San Miguel Community Park . Harborside Park . Mountain Hawk Park . Heritage Park Community Center . Three Fire Stations in Chula Vista - #2, #4 and #6 . Heritage Park Swim Club . Bonsall Elementary School . Anaheim Fire Station #11 . San Diego Fire Stations #12 and #31 . San Diego Temporary Fire Station #45 . Rancho Santa Fire Training Facility . MCRD Physical Fitness Center . MCAS Physical Fitness Center Carlsbad High School Gymnasium13-1 09 . . . . EdlU;aJjOIl as . 2000 Construction Engineering Management SureTrak Primavera Scheduling Expedition Software A.ssociatiollS Associated Builders & Contractors Associated General Contractors Association of California Construction Managers Coalition for Adequate School Housing References Jim Gearing City of Chula Vista Deputy Fire Chief (619) 409-5858 Darrold Davis Principal CCBG Architects, AlA (618) 234-2212 Alexandra Corsi City of San Diego Engineering 8. Capital Projects (619) 533-3149 Glenn Torrez Building & Planning Services, lne. (760) 731-3133 I5:J ERICKSON-HALL ~<:l~U.UCTION co. Michael S. Riley} Senior Estimator Erickson-Hall Construction Co. Mr. Riley is experienced in all facets of construction estimating, including conceptual cost analysis, design/build, negotiated, firm fixed pricing and hard bid proposals. His responsibilities consist of quantity survey, constructability review, subcontract solicitation and compilation of general conditions. Additional duties include job cost analysis, bid analysis, bid document compilation and plan distribution. He has assisted in contract negotiations, composition of technical information and project start-up after contract award. Mr. Riley's experience covers a broad range of projects including new construction, renovation, engineering work, wastewater facilities, housing, and a variety of commercial, educational, correctional and military construction projects. Project Experience Highlights: . Mt. San Miguel Community Park . Harborside Park . Mountain Hawk Park . Burbank Elementary School . Florence Griffith-Joyner Elementary School . Webster Elementary School . Rancho Santa Fe Fire Station #2 . Clairemont High School/Kroc Middle School . Relocation of Portable Building - Montgomery MS . La Jolla High School . Mission Hills Church . 4S Ranch Training Facility - Rancho Santa Fe 13-110 . . . EdllcaticJ/f Mesa Community College 1991-1994 Santa Clara University 1994 ~1997 San Diego State University 1997-1999 ASSQCiutio"s Associated Builders & Contractors Associated General Contractors Association of California Construction Managers Coalition fer Adequate School Housing References Mr. Wayne Jones Assistant Superintendent Bonsall Union School District (760) 631-5200 Mr. Tony Finaldi STKArchitecture (951) 925-2504 Mr. Rick Racette Chief Estimator R.J. Lanthier (760) 738-9798 ~ ERICKSON.HALL C"'''T.~CTIO" <::<1. -~ - ~ -- - - - , - - - - - - - - -, - - - - - - - ;'. ~~...~_ ~~h4!,-U-~~OC~ Jon L. Po-..vell - Principal I,..", 4rt."'U"~ - -.-.. *n~'~._n!l ----..~Ml1"',_~. Landscape Architect Jon Powell's thirty years of experience in landscape architecture and master planning is showcased in numerous projects located nationwide. A Principal of DP A, Inc., he brings his expertise and leadership in the development and management oflandscape design projects to a team of professional designers offering comprehensive landscape and interpretive planning services. His notable past projects include: 4S Ranch Co=unity Park San Diego, CA Anchoring the southern end of the three-mile long 4S Ranch Parkway in the 3,000 acre 4S Ranch Mixed Use Co=unity in northern San Diego County, the 22 acre co=unity park is an athlete s paradise. Catering to both organized sports and individual activities there s something for every taste. Five softball fields with four overlapping soccer fields, lighted tennis, basketball, roller hockey and bocce courts fill the sports program, augmented by the double court gy:rm1asium and 25 meter pool. Spectators watch from shaded bleachers and tree lined sidelines. Perimeter lawn play and picnic areas have been provided for after-game get togethers. Two tot lots are provided for the younger park visitors. 4S Ranch Park & Open Space System San Diego, CA Deneen Powell Atelier, Inc. has been involved in the planning and design of the 3,000 acre 4S Ranch Mixed Use Co=unity in northern San Diego County for almost 20 years. Beginning in 1987 DP A completed a thorough inventory and landscape analysis of the existing site, mapping the natural character of the property. Working as a part of the co=unity master planning team, they proposed project themes synthesized from the natural environment and developed an overall landscape master plan. This overall master plan included four co=unity and neighborhood park master plans; private park and recreational facilities master planning; trail system master planning throughout the 1,600 acres of open space; co=unity planning, including roadway and lot layout assistance; project streetscape and entry design; open space master planning; and environmental mitigation master planning. Now nearing build-out completion, DP A has continued the work with construction documents for all phases of implementation of the project, four San Diego County parks, several private parks, trailheads and recreation areas. Palmdale Water Conservation Garden Park Palmdale, CA The master plan for this water district sponsored 5.4 acre garden that focuses on water and western Mojave Desert conservation includes a children s tutorial garden. The eleven children s loop exhibit areas are designed to give children an appreciation for both water and resource conservation while being fun and playful places Blue Sky Nature Education Center, Poway, CA Powell and the DP A design team worked closely with Dominy + Associates Architects to prepare a master plan for the education center including a 6,000 square foot nature center building which is nestled below grade between two existing knolls. Iris Sankey Magical Garden Trail, Escondido, California This landscape and interpretive master plan for a twelve acre native and naturalized garden showcases plant co=unities found in the Escondido area, all within the larger Kit Carson Regional Park. 13-111 s;D8"'"\ ~::Jl.6" [;~ ~_~ !till iIiI !JE:'~ a. _;a,~""II . . . . . Whelan Lake Wildlife Park, Oceanside, California Master planning for a 25 acre park combining a nature center, hiking, waterfowl habitat and interpretive stations in and around the holding ponds at a city sewage treatment plant. Harborside Park, Chula Vista, California The five acre Harborside Park fills the local need for green open space and recreation in an urban area dominated by big-box stores, shopping centers and apartments. Determined through a series of co=unity meetings, the plan features a large oval of Elm trees encompassing a picnic shelter and two play equipment I tot-lot areas. Beyond the Elms is an open lawn I soccer field, two lighted basketball courts, a beginner s skate park, andjogging path. An outdoor classroom reading circle has been provided at the park entry adjacent to the neighboring elementary schoo1. DP A expanded on the park name by featuring nautical wayfinding graphics in the pavement and signago. Each pedestrian node has a different constellation used by the ancient mariners cast into its concrete surface with round stainless steel stars, sawcut connecting lines and sandblasted lettering. The North Star and Big Dipper are laser cut into the aluminum banners on the flagpole park entry sign. Otay Park, Chula Vista, California DP A recently completed bid documents for the renovation of this five acre park in an older area of the city. A passive neighborhood park, the main features include a multi-sport grass field, two play equipment areas, an existing restroom building, picnic areas and an integrated bio-storm drainage system. Viejas Co=unity Park, Alpine, California DP A recently completing the master plan for additions and renovations to 20 acre Viejas Tribal Nation s park. As the center of the co=unity, the park provides for both active sports and passive recreation, while maintaining its use as a base for responses to east county emergencies and wildfires. Surrounding an existing co=unity center and gy=asium are two softball fields, one with overlapping football and soccer, basketball courts, horseshoes, picnicking, a central plaza and veterans recognition space, restrooms, concessions and park maintenance facilities. Powell holds a Bachelor of Science in Landscape Architecture from Purdue University and licenses in landscape architecture in Ohio, Arizona, Nevada, Utah and California. He is a Certified Irrigation Auditor, a member of the American Society of Landscape Architects and the recipient oflocal, regional and national design awards. 13-112 . . . - - -~.. - ._~-~- _.- - - --- -- - -- - - - :;--~ - . ~:D_~ I .:A:-C:-~~""IxxQ".... ,- - - - - , ~ -- - - -.. . . . , - - - . - - ~-- -.-- - ---- - - - - ~- Jeri Deneen - Principal I.. "1'WIr... U.t'.l.1-U~,jj: . ....... ikU....:""!I;Unl : ~li:;:n,j..:I'1~. Jeri Deneen s creative mastery of the visual and graphic arts is evident in her distinctive, award-winning designs and in the success of Deneen Powell Atelier, Inc., a full-service design studio. Deneen s reputation for innovative site sculpture, interpretive site design and signage has resulted in a select client list comprising both local and national clients. As President of DP A, Inc., Deneen contributes her talent and experience to a creative consortium of design professionals. Deneen s credits encompass dozens of design projects, managed from concept to completion. U.S. National Arboretum, USDA, ARS Washington D.C. Jeri lead the process to develop an outline interpretive master plan for their 464 acre facility. This plan delineates all aspects of interpretation to explain this research branch of the government, their collections, history, seasonal features, etc. utilizing artistic signage, site specific tutorial sculpture, programs, subliminal elements, etc. The San Diego Zoo Jeri has recently completed interpretive concept development, design and working drawings for the new Monkey Trails and Forest Tales project located in the heart of the Zoo sentry. This project entails all aspects of interpretation with the focus being conservation, preservation and restoration. San Diego Regional Xeriscape Garden, EI Cajon, California: The design of an artistic 4 acre drought tolerant and native plant demonstration garden, including a sculptural signage master plan and construction docwnents for 38 different interpretive signs, building identification, directional signage, sculptural exhibit identification icons, and a sculptural weather vane. The Garden has received the following awards to date: 1999 Orchid Award, San Diego Orchid & Onions 1999 Presidents and Merit Award from San Diego Chapter of the American Society of Landscape Architects 1999 Award of Merit, Graphic design for sculptural garden Icons, Creative Show of San Diego 2000 Project of the year, the California Landscape and Irrigation Council 2000 Garden Watering Can kiosk Best New Exhibitor A ward and an A ward of Merit at the Del Mar Fair. 2001 Constructor A ward, Associated General Contractors of California for The Garden s contribution to the east county community 2000 The Garden has also been featured in Pacific Horticulture, The Gardener s Companion, and Print Magazines. 2001 California Landscape Beautification A ward, the California Landscape Contractors Association 2001 MWD, Liquid Art Sculpture Competition 3 of our pieces won in Metropolitan Water District s juried Liquid Art Competition which includes a nationally traveling gallery photo exhibit. 2002 Landscape Architecture Magazine A 10 page feature article in the August issue. 2002 KPBS, Huell Howser California s Gold The program featured art in The Garden as well as The Garden as art. 13-113 5:?)'P'. A M;...L.aJ..~ ~~6;S' ~ ~~ -u.~n iIUt PE~~ Q ..\J,........ . . . . . America s Cup Harbor Upgrade for the San Diego Unified Port District, San Diego, California Development of sculptural Kodak Moment picture spots where proud anglers can hoist their prized catch and record the image for all friends and family to envy. A sculptural project entry, wind vanes, fish pavement imprints, directional and sport fishing interpretive signage program were also designed as a coordinated package of site specific art. Harborside Park Chula Vista, CA The five acre Harborside Park fills the local need for green open space and recreation in an urban area dominated by big-box stores, shopping centers and apartments. Jeri expanded on the park name by featuring nautical wayfinding graphics ill the pavement and signage. Each pedestrian node has a different constellation used by the ancient mariners cast into its concrete surface with round stainless steel stars, sawcut connecting lines and sandblasted lettering. The North Star and Big Dipper are laser cut into the aluminum banners on thdlagpole park entry sign. Palmdale Water Conservation Garden Park Palmdale, CA J eri led the team preparing the master plan for this water district sponsored 5.4 acre garden that focuses on water and western Mojave Desert conservation. While individual garden pathway loops have exhibits that focus on the roles of design, planting, irrigation and maintenance in conserving water ill the landscape, the children s tutorial garden loop includes aspects of all of these areas. Playful exhibit areas are designed to give children an appreciation for botll water and local! Mojave resource conservation while beillg a fun and exciting place. At the end of their tour, children pot-up their own drought tolerant plant to take home. Las Vegas Springs Preserve, Desert Livillg Center, Las Vegas, Nevada The design of a 6 acre water conservation tutorial garden which is intricately blended with a series of sustainable buildillgs totalillg approximately 45,000 square feet. This garden incorporates over 45 interpretive exhibits into a continuous garden setting. Arranged by topic, the exhibits feature appropriate plant materials for a garden located in the Mojave. This garden will be a unique feature in the interesting world of Las Vegas, PUBUC ART COMMISSIONS Water Conservation Garden, El Cajon, CA Weather Vane Sculpture L.V.S.P., Las Vegas, NY Shade Structure Sculptures Chollas Creek, San Diego, CA Sculptural Bridge Fire Station 12, San Diego, CA Sculptural Signage Fire Station 29, San Ysidro, CA Sculptural Art Wall L.V.S.P., Las Vegas, NY Cast Iron Grate Otay Water District, EI Cajon, CA Monument Sculpture Old Town, San Diego, CA Dueling Cowboy Fountain Sculpture Egyptian Theater, San Diego, CA 7 1/2 Story Architectural Sculpture A fine arts major at Indiana University ill Bloomington, Deneen has completed additional studies at Indiana University, South Bend. She is a Professional Plus member of The National Association for Interpretation and a gold member of the American Public Garden Association. 13-114 - - -" --- - - -- ~~+ ~ ~ - - - -- ~ " - - . ~-:,~~.-= ~.x: ",,":~-u...~I~Q'~ Koren E. Emerson Koren E. Emerson has been responsible for the production of landscape and interpretive master plans, planting designs, and working drawing packages for over seventeen years. She brings solid and creative design ability, adept managerial skills, and an excellent record of coordinating work with other organizations involved in the project. As a project manager at DP A, she has worked on many large scale garden planning and design projects such as: I"~.' U,....'H..H:..1 ~.nJ:'f_~I,i'J ----=i.:;rU~l'1,~ Iris Sankey Magical Garden Escondido, CA Preparation of a Master Plan for a 14 acre botanical garden and trails within and adjacent to a coastal sage scrub preserve in Kit Carson Regional Park. The garden plan included establishing seven different local plant community habitats, ranging from an 1800's Citrus Orchard to native Upland Oaks, Sycamore Riparian, Coastal Sage and Marsh/Pond, along with trails and interpretive signage so that Escondido residents can visit and understand the habitat types that have occurred within the current city boundaries. A nature center, outdoor amphitheater and seven trail head kioska are included in the design. San Diego Regional Xeriscape Garden, Spring Valley, CA Koren was the project manager/site designer for this four acre teaching botanical garden using drought tolerant plant materials from the five Mediterranean climate zones of the world. Its central theme of showing homeowners how the use of these plant materials, along with good design, irrigation and maintenance practices can reduce water use, is accomplished in a series of38 hands-on exhibit areas located along a series of decomposed granite trails. Following the preparation of the master plan, Koren and the DPA team prepared construction documents for the project, including an educational and directional signage program. Las Vegas Springs Preserve The Desert Living Center Las Vegas, NY The preparation of detailed planting, hardscape and interpretive construction documents and fabrication plans associated with this 6 acre Xeriscape and Mojave desert demonstration garden. Palmdale Water Conservation Garden Park - Palmdale, CA Landscape master planning for a 5.3 acre garden park that showcases Mojave Desert and other locally adapted plants while emphasizing the need for water and resource conservation. 74 interpretive exhibit areas focus on different aspects of drought tolerant plantings, water conservation in the landscape, and the conservation of local species and habitats. 4S Ranch Development Landscape Master Planning - San Diego, CA Landscape master planning for a 3,000 acre mixed use development including streetscape planting theme development for arterial roads, development of the 4S Ranch Parkway recreational corridor parks and open space plans. Koren studied Urban Planning and Landscape Architecture at Arizona State University in Tempe, AZ. earning her Bachelor of Science in Design. Her background in Urban Planning and experience in working within the Cities of Scottsdale, Arizona; Phoenix, Arizona; and Albuquerque, NM., has provided her with knowledge of public agency operational procedures, and the ability to work effectively with diverse interests and citizen design groups. 13-115 ~:De.c<\ ::I,3~~ Eo;. ~,i.Z1 rot'! J.IW !IE~ r;i .~.uQ4 . . . . . 1 a Eric Davy Principal In Charge, Davy Architecture Approaching his twentieth year as leader of Davy Architecture, "Ric's' career has spanned a broad range of challenging pUblic and private design commissions through the years. He built the firm first by serving the commercial development community with office, industrial and hospitality projects as well as the U.S. Navy with training and maintenance facilities. The firm then success- fully navigated the turbulence of the early 90's building recession by his efforts to bring our commercial design expertise to educa- tional design. Expanding on the enormous success ot Mesa Ridge High School in Colorado Springs: CO, Ric helped pioneer the design/build movement for K-12 schoois in California. Today he is spearheading our entry into multi-family residential and mixed-use' urban infill design to address San Diego County's criti- callack of affordable market rate housing. His early career included tenure as a project manager for one of San Diego's iarger general construction companies. Recalling this experience Ric developed our firm's v A L U EO D EO S 1 G N Pro- gram to insure that our clients benefit from the principles of good value management. Having formerly taught at San Diego's Newschool of Architecture and Design, he still volunteers his time as a visiting critic at the school and as architect for the expansion of the Monarch School for San Diego's homeless youth. He is also mentoring our firm's two younger partners. Ric's national registration provides reciprocity in all 50 states. He is currently licensed to practice in California, Nevada and Colorado. Prior to his career in architecture, Ric was a decorated Air Force fighter pilot with 190 combat missions in Vietnam. He studied the- atre design at Cambridge University and received his Masters of Architecture from Harvard University's Graduate School of Design in 1979. He later affiliated with the Naval Reserve as a Civil Engi- neer Corps officer and was recalled to active duty during Opera- tion Desert Storm serving as the Force Civil Engineer for Naval Forces Central Command in Bahrain. Experience Highlights o San Pasqual Academy - San Pasqual, CA o Otay Recreation Center - Chula Vista, CA o Animal Care Center - Chula Vista, CA o Lilac Elementary School - Valley Center, CA 13-116 ~"'~-"~ Regislrauon California Architect, 1983 Colorado Architect, 1996 Nevada Architect, 2000 Educauon Master of Architecture, 1979 Harvard Design School Exchange Fellow, 1978 Cambridge University, England Bachelor of Arts, 1969 Political Science University of California, Los Angeles Honors and Recogniuon Award for Outstanding Design and Planning, 1998 Mesa Ridge High School Widefield School District #3 Colorado Springs, CO Richard Welsh Memorial Award, 1999 Otay Recreation Center City of Chula Vista, CA Beautification Award, 1999 RSIID Technologies City of Chula Vista, CA lS:J Carl Chrisman Project Manager, Davy Architecture Carl has been with the firm as Senior Project Manager for the past four years working on numerous civic, educational and com- mercial projects. He is also responsible for the majority of the firm's technical resources and construction administration. Carl draws on his knowledge of a number of architecturai software applications to produce animated 3D models, an invaluable asset to our clients. His work experience is uniquely broad and particularly well.suited to our firm's emphasis on v A LU E DE '5 I G N. Prior to his work here, Carl spent three years producing architectural drawings for a large San Diego construction company and another two years working with a structural engineer. Carl is in the process of com- pleting his Architectural Registration Exams, another step in his professional development, as well as being mentored as one of the firm's junior partners. Experience Highlights o Otay Recreation Center -Chula Vista, CA o Animal Care Center - Chula Vista, CA o Lilac Elementary School - Valley Center, CA o Moonlight Amphitheatre - Vista, CA o Valley Center Multi-Use Facility - San Pasqual, CA 13-117 r~,:,~:. Education Bachelor Degree, 1992 Enviommental Design San Diego State University Honors and Recognition Beautification Award, 1999 RSI ID Technologies City of Chula Vista, CA 1$1I Qualifications ALBERT CHERRY Civil Engineer, CHERRY ENGINEERING Mr. Albert Cherry has over 20 years experience in public works engineering. He has worked with architects, school districts, cities, the federal government and other agencies in the design of needed infrastructure for planned facilities. Mr. Cherry's responsibilities have included studies, site and utility design, specification writing, cost estimating, quality control and project management. Mr. Cherry has recently completed two Design-Build projects with Erickson- Hall both in the City of Chula Vista, Harborside Park and Chula Vista Fire Station No.6. Select Experience Jack in the Box Innovation Center, San Diego Spectrum Fire Station 29 - City of San Diego Fire Station 6 - City of Chula Vista Harborside Park - City of Chula Vista Torrey Hills School, Del Mar School District Folex Company Warehouse, Spring Valley Bluffs Commercial Building, Rancho Bernardo Historic Railcar Plaza, San Diego Unified Port District Affiliations None Education Bachelor of Science Degree - Civil Engineering 1980 San Diego State University Registration California Registration as Professional Civil Engineer 1984 - #37980 ta=I ERICKSON.HALL. COIIITIlUc;T10N co. :::...,:""""~ =':_::,,,.:~20:~:,~,;..,~:r~:;j 13-118 RESOLUTION NO, 2007- RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ESTABLISHING A NEW CAPITAL IMPROVEMENT PROJECT (CIP) ENTITLED "ALL SEASONS PARK (PR279)" AND AMENDfNG THE FY07 CAPITAL IMPROVEMENTPROG~~M WHEREAS, the City Council previously approved, by Resolution No, 2006-294. the Master Plan for All Seasons Park, which conceptually designed and provided for the construction 01' a completed and fully functional 7.G-acre park; and WHEREAS, on .Tune I7. 2003, the City Council approved a Resolution establishing a Design-Build Priority List excluding fire facilities to be used in awarding Design-Build contract Cor future City projects; and WHEREAS, on February 28. 2007 a Request for Proposal (RFP) was issued to all of the Design-Build firms on the Priority List to prepare proposals for the design and construction of a completed and fully functional 7.6-acre park, All Seasons Park; and WHEREAS, in a separate Resolution, staff will ask the City Council to approve a Design-Build Agreement with Erickson-Hall Construction Co. for the provision of services required to design and construct All Seasons Park; and WHEREAS. statT wishes to establish a new Capital Improvement Project entitled "All Seasons Park (PR279J" for construction of All Seasons Parle NOW, THEREFORE, BE IT RESOLVED by the City Council of the City ofChula Vista that it establishes a new Capital Improvement Project (CIP) entitled "All Seasons Park (PR279)" and amends the FY07 Capital Improvement Program. Presented by Approved as to form by Jack Griffin Director of General Services ~{~t:L ~~ Ann Moore City Attorney .1 \ll(ll"l1L:y.,LLlSA"RLSOS\i\1I Se:l:'(lIlS 1'<.1rk Est'-lhlishing ('II'.d()(.: 13-119 RESOLUTION NO. 2007 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VIST A APPROVfNG A DESIGN BUILD AGREEMENT WITH ERICKSON-HALL CONSTRUCTION CO. FOR THE DESIGN AND CONSTRUCTION OF ALL SEASONS PARK, LOCATED fN OTAY RANCH VILLAGE 7 NEIGHBORHOOD OF THE CITY OF CHULA VISTA, APPROPRIATING FUNDS THEREFOR AND AUTHORIZfNG MA YOR TO EXECUTE THE AGREEMENT WHEREAS, the City Council previously approved, by Resolution No. 2006-294. the Master Plan for All Seasons Park, which conceptually designed and provided for the construction 01' a completed and fully functional 7,6-acre park; and WHEREAS, on June 17,2003, the Council approved a resolution establishing a Design- Build Priority List excluding fire t~lcilities to be used in awarding Design-Build contracts for future City projects; and WHEREAS, on February 28. 2007, a Request for Proposal (RFP) was issued to all of the Design-Build fin11S on the Priority List to prepare proposals for the design and construction of a completed and fully functional 7.6-acre park, All Seasons Park; and WHEREAS, two fin11S submitted proposals -- PCL Construction Services, Inc, and Erickson-Hall Construction Co.; ancl WHEREAS, based on the proposals, Erickson-Hall Construction Co. was selected as the Design Builder because of its extensive construction experience with this type of project and its ahility to best meet the City's development schedule. monetary and time criteria of the project; and WHEREAS, the DIB Team of Erickson-Hall Construction Co, and Deneen Powell AtalieI', Inc, (DPA, Inc,) offers an excellent combination of design and construction expertise for this type of project; and WHEREAS, staff will retulll to Council for approval of the Guaranteed Maximum Price (GMP) once the construction documents reach 900/" completion, and staff will also request that Council appropriate the necessary funds li'om the Park Acquisition and Land Development Fund; and WHEREAS, this appropriation will provide the necessary funds to complete the design phase for the new All Seasons Park Capital Improvement Project, including the cost of preliminary geotechnical testing and City staff costs; ancl 13-120 WHEREAS, the design phase costs are broken down as follows: Description Design Builder design services, gener::ll conditions & construction management Amount I $349.'159 City Oversight: Design Phase Staff Costs Geotech/special inspection services Total Design Phase Project Costs $75.000 $25,000 $449,459 WHEREAS, the total estimated Project costs are $2,450,000 and are broken down as f()llows: Master Plan; $50,000 (completed), Design and Constmction; $2,015,343, and specialty consultants. utilities, furniture fixtures and equipment, contingencies and staff time; $384,657; and WHEREAS, all PAD funds have been collected and are sufficient to cover the cost of the project; and WHEREAS, the designlbuild process will place sole responsibility for delivery of the project upon Erickson-Hall Construction Co" a general contractor; and WHEREAS, staff recommends that the City enter into a Design Build Agreement with Erickson-Hall Construction Co. for the provision of services required to design and construct All Seasons Park; and WHEREAS, the Environmental Review Coordinator has reviewed the proposed project far compliance with the Califomia Environmental Quality Act (CEQA) and has determined that the proposed project was adequately covered in the previously adopted Village 7 Sectional Planning Area Plan and Tentative Maps Final Environmental Impact Report (EIR #04-06) and that no further environmental review or documentation is necessary. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City ofChula Vista that it approves a Design-Build agreement with Erickson-Hall Construction Co, for the design and construction of All Seasons Park, located in Otay Ranch Village 7 Neighborhood of the City ofChula Vista, appropriating funds theretar and authorizing Mayor to execute the agreement. Presented by Approved as to form by 'c!i,~ cl /Cc~~ Ann Moore City Attomey .lack Griftin Director of General Services J:.,\\lOrl1t';/\ELlSN\Rr:SOS\AII Seusotls I'ark AV'-:lrtl Design Build AgleelllenLJoc 13-121