Loading...
HomeMy WebLinkAboutItem 12 - WRRF CM RFP Spec No. 91363CMCity of San Request for Proposals for Construction Management and Inspection Services for the City of San Luis Obispo Water Resource Recovery Facility Project The City of San Luis Obispo is requesting sealed proposals for construction management and inspection services of the Water Resource Recovery Facility Project pursuant to Specification No 91363CM. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml); firms not registered with BidSync will not be considered for this RFP. All proposals must be submitted in person or sent via courier or U.S. mail (other means of transmission, including facsimile and email, will not be accepted) in a sealed envelope and clearly marked “CONFIDENTIAL” by 2:00 PM, pacific standard time, on June 28, 2018 as follows: City of San Luis Obispo, Public Works Department 919 Palm Street San Luis Obispo, CA 93401 Attention: David Hix CONFIDENTIAL – Proposal for Construction Management and Inspection Services for the City of San Luis Obispo Water Resource Recovery Facility. A non-mandatory pre-proposal conference will be held at the City’s Corporation Yard, 25 Prado Road, San Luis Obispo on June 6, 2018 at 10 AM to answer any questions that the proposers may have regarding this RFP. Specification packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. General project related questions uploaded on BidSync need to be addressed to David Hix, Utilities Department Deputy Director of Wastewater, which will be answered per the schedule outlined in the RFP. RFP Release Date: Saturday, May 19, 2018 Proposals Due: Thursday, June 28, 2018 Water Resource Recovery Facility Project Page 2 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 3 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Table of Contents SECTION A...................................................................................................................................4 1.0 DESCRIPTION OF WORK.................................................................................................4 1.1 BACKGROUND ..................................................................................................................4 1.2 PROJECT DESCRIPTION..................................................................................................5 1.3 TENTATIVE PROJECT SCHEDULE..................................................................................6 2.0 GENERAL REQUIREMENTS ............................................................................................7 2.1 SCOPE OF WORK .............................................................................................................9 3.0 PROPOSAL FORMAT......................................................................................................15 3.1 PART ONE – TECHNICAL PROPOSAL...........................................................................15 3.2 PART TWO – FEE PROPOSAL .......................................................................................17 4.0 SERVICES PROVIDED BY CITY.....................................................................................18 5.0 CITY CONTACTS.............................................................................................................19 6.0 MINIMUM QUALIFICATIONS ..........................................................................................19 7.0 SELECTION PROCESS...................................................................................................20 8.0 SELECTION CRITERIA ...................................................................................................21 SECTION B GENERAL TERMS AND CONDITIONS ............................................................22 SECTION C SPECIAL TERMS AND CONDITIONS ..............................................................27 SECTION D FORM OF AGREEMENT...................................................................................30 SECTION E INSURANCE REQUIREMENTS........................................................................32 SECTION F PROPOSAL FORMS .........................................................................................34 1.0 SIGNATURE OF AUTHORIZED REPRESENTATIVE.....................................................34 2.0 REFERENCES.................................................................................................................35 3.0 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS .........................................36 SECTION G APPENDICES....................................................................................................37 APPENDIX 1: LOCATION MAP...........................................................................................37 APPENDIX 2: SITE PLAN....................................................................................................38 APPENDIX 3: PHASING MAP.............................................................................................39 APPENDIX 4: WRRF EIR, MITIGATION MONITORING AND REPORTING PLAN ...........40 APPENDIX 5: PROGRAM CHARTER.................................................................................73 City of San Water Resource Recovery Facility Project Page 4 of 73 Spec. No. 91363 CM, RFP for Construction Management Services SECTION A 1.0 DESCRIPTION OF WORK The City of San Luis Obispo (City) is seeking proposals from qualified firms interested in providing Construction Management and Inspection Services for the Water Resource Recovery Facility (WRRF) project as described in this Request for Proposal (RFP). The Construction Management Team (CM Team) shall assist in the advertisement, award, and administration of the construction contract for the project. The City is requesting that a fixed fee proposal be provided. Qualified firms that submit a proposal will be evaluated in accordance with the requirements defined within this RFP. Upon successful negotiations with the City, the selected CM Team will provide Construction Management and Inspection Services for the project per the tentative schedule described in this RFP. The services required of the CM Team shall be performed in collaboration with the City staff, the City’s Program Manager, and the Design Engineer. The City intends to separately retain the services of its Design Engineer, Jacobs, and the City Program Manager, Water Systems Consulting (WSC). The Design Engineer will perform engineering services during construction such as responding to RFI’s, design modifications, and as-built drawings, while City Program Manager will assist the City with critical project oversight to meet the project’s objective. The City is currently going through a pre-qualification process that establishes minimum experience requirements for contractors and their key personnel. This pre-qualification process is for general contractors, electrical subcontractors, and control systems integration subcontractors. Only contractors with experienced staff, and a proven track record of successfully building projects of similar size and complexity as the WRRF Project, will be pre-qualified to submit bids. The City will select the lowest responsive and responsible contractor to perform all work listed in the bid documents, which will require the Construction Manager to manage and track the performance of the work to meet the project’s objectives and timelines. The Water Resource Recovery Facility Project Program Charter adopted in February of 2015 is an important document that provides the framework for all team members to meet the project objectives and the vision for the community (see Appendix 5). The Charter is designed to serve as a guiding document for everyone and all related work throughout the project. As a representation of every individual’s vested interest and commitment, the project the Program Charter was signed by numerous project stakeholders including members of the City Council and the City Manager. 1.1 BACKGROUND The City owns and operates the Water Resource Recovery Facility (WRRF) located at 35 Prado Road in San Luis Obispo, California (see Location Map in Appendix 1). The WRRF treats municipal wastewater collected from the City, California Polytechnic State University (Cal Poly), and San Luis Obispo County Airport under Waste Discharge Requirements (WDR) R3-2014-0033 and National Pollutant Discharge Elimination System (NPDES) Permit No. CA0049224. The WRRF is rated for 5.1 million gallons per day Water Resource Recovery Facility Project Page 5 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services (mgd) for average dry weather flow (ADWF) and currently treats an average of 3.5 mgd ADWF. After treatment, the water is recycled and/or discharged to San Luis Obispo Creek. The WRRF was originally constructed in 1924 and upgraded or expanded in 1942, 1962, 1980, and 1994 with water reuse facilities added in 2006. In 2015 a partnership with Pacific Gas and Electric (PG&E) was formed to incorporate energy efficiency projects, referred to as the WRRF Energy Efficiency Project, also referred to as Sustainable Solutions Turnkey (SST). The SST project included improvements to the cogeneration system, headworks, primary sludge pumps, solids dewatering, filter towers, aeration, outdoor lighting, and the supervisory control and data acquisition (SCADA) system. The City Council adopted Resolution 10740 (2016 Series) certifying the environmental impact report (EIR) for the WRRF Project (SCH #2015101044) on August 16, 2016. The EIR’s Mitigation Monitoring and Reporting Program (MMRP) is included in Appendix 4. 1.2 PROJECT DESCRIPTION The specific elements of the WRRF Project (Project) are shown on the Site Plan in Appendix 2 and include construction of the following: 1. New Water Resource Center (WRC), an additive alternate bid item, that consists of three elements: a. Interpretive Center, Training Room and Water Quality Laboratory, b. Warehouse and Maintenance shops, and c. Offices, training rooms, locker rooms, lunch rooms, and control rooms. 2. Expanded equalization (EQ) basin capacity 3. Upgrades and improvements to the headworks facility, including new flow metering 4. Upgrades and new equipment in the primary clarifiers 5. New 2-mm fine screen facility 6. Upgrades to the existing bioreactor facility and the addition of three new bioreactors including a new bioreactor effluent pump station 7. New membrane facility including a new building to house all of the membrane equipment, new membrane tanks including a new gravity RAS pipe back to the bioreactor basins 8. New ultraviolet (UV) disinfection facility 9. New cooling tower facility for effluent cooling 10. New WAS (waste activated sludge) and primary sludge blended sludge tank 11. New sludge thickening facility 12. New sludge digestion tank and conversion of an existing digester to a new digested sludge storage tank 13. Site odor control facilities 14. Additional site improvements including an improved fire protection system, site security, stormwater facilities, yard piping, additional site landscaping and frontage improvements and improved entrance off Prado Road. A key driver of the Project is the City’s National Pollutant Discharge Elimination System (NPDES) permit that went into effect December 1, 2014. This permit includes discharge limitations necessitating significant process upgrades to the existing facility. Specifically, the permit includes disinfection byproduct limits which require a new disinfection technology, as well as nitrate limits which require a significant upgrade to the WRRF’s secondary treatment processes. A Time Schedule Order (TSO) was adopted in September 2014 which requires the City to achieve the new disinfection byproduct and nitrate limits by November 30, 2019. Construction of critical processes to meet the TSO requirements will be sequenced in the following phases: Water Resource Recovery Facility Project Page 6 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Phase 1 of the sequencing is the WRC, primary effluent screens, new membrane bio-reactor (MBR), UV systems, DAFT to blend tank, thickening facility, vactor facility, new digester/building and effluent cooling, Phase 2 is the existing aeration basins to MBRs, EQ pond, existing digester and digester to storage facility. Phase 3 is odor control and dewatering; see Phasing Map in Appendix 3. The Project also includes expansion of the secondary and tertiary treatment capacity to handle 13.2 mgd maximum wet weather events utilizing equalized flow. Upgrades will increase ADWF to 5.4 MGD to treat future flows and loadings, replace aging equipment, maximize the production of recycled water, and add facilities that serve as an asset to the people and community of San Luis Obispo. The City is financing the project construction through the State of California’s Clean Water Revolving Fund Loan program (SRF). While not anticipating, any delays in finalizing the construction funding will result in the City delaying the start of construction. 1.3 TENTATIVE PROJECT SCHEDULE As shown in the Preliminary Project Schedule below, the City’s design team has completed 60 percent design with completion of the Project’s 100 percent construction documents planned in 2018. Project construction is estimated to take 36 months with an estimated construction cost ranging between $70 to $109 million. Construction activities are expected to start in January 2019. The deadline for most of the proposed upgrades that are required to meet the TSO issued by the SWRCB is November 30, 2019. Other upgrades that will address capacity, condition, and other facility needs are planned to be completed as part of this project by October 2021. Because the WRRF must continue operating during upgrades, not all demolition and upgrades can occur concurrently. The following tentative schedule has been prepared for this RFP, but it is expected the selected Construction Manager will provide a detailed work approach, and establish a final work schedule for completing all tasks. Refer to Section C for details related to RFP award schedule. Water Resource Recovery Facility Project Page 7 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 2.0 GENERAL REQUIREMENTS The City intends to hire a CM Team for a term not to exceed 42 months, with additional renewable terms to be negotiated consistent with the terms described in Section C. All proposals submitted to the City for consideration and all work products subsequently produced by the CM Team shall be the property of the City. Information, excluding Proposer’s financial information, contained therein shall become public documents subject to the Public Records Act. All non-accepted Fee Proposals will be destroyed after each responding firm has been notified that their proposal is no longer under consideration. Only one (1) final proposal is to be submitted by each Proposer. Multiple proposals will result in rejection of all proposals submitted by the Proposer. In addition to performing all tasks described in Section 2.1 below, the CM Team shall, at a minimum, perform or make provisions for the following General Requirements as directed by the City: 1. The project includes funding from the Clean Water State Revolving Fund (CWSRF) and the Construction Management Services may be funded from this source. If the City receives CWSRF funds and the funds are used for Construction Management Services, the CM Team will be required to comply with all applicable State and Federal requirements associated with any grants or loans obtained from these sources, including compliance with prevailing wage rules. 2. CM Team shall identify one lead individual to act as the Construction Manager throughout the period of the contract to coordinate the work tasks, manage the contract, ensure quality and timeliness of work products, and be the principal contact for the City. 3. Construction Manager shall assemble multi-disciplinary team of Sub-Consultants that consists of personnel with civil, structural, mechanical, electrical, inspection, environmental, instrumentation and controls expertise. 4. Sub-Consultant Managers under direct contract with the Construction Manager may furnish required tasks that cannot be furnished by the Construction Manager’s in-house personnel. All such Sub-Consultant Managers shall be identified in the proposal. The Construction Manager shall only assign personnel and Sub-Consultant Managers whose qualifications and experience are commensurate with the expertise required to accomplish the assigned tasks. 5. The CM Team shall assist City staff to oversee the construction activities and be responsible for all construction management services outlined in this RFP and will also coordinate with the Design Engineer for construction activities requiring input from the Design Engineer. 6. The City, through the General Contractor, will provide to the CM Team furnished and equipped field offices located on the project site for the duration of the construction period. The offices are to include the furniture, telephones, printers, electricity, toilet, and janitorial service. The General Contractor will maintain all furnished office space and equipment in good working condition for the duration of the project. The field offices will be removed at the end of the construction period by the General Contractor. 7. The CM Team shall furnish its field staff with office supplies, computers, tools, inspection gear, cameras, paper, and any other items as required to provide suitable facilities and to perform the tasks of the project. The CM Team shall promptly remove all Construction Manager-furnished materials and furniture at the end of the contract. 8. The CM Team shall provide its employees with all required safety equipment to conform to the safety programs while on the construction jobsite. Water Resource Recovery Facility Project Page 8 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 9. The CM Team is expected to provide local office facilities to perform administrative preconstruction and project closeout duties, before and after the field office is provided. 10. The CM Team shall provide its own field vehicles, and be responsible for the fuel, maintenance, insurance, and other incidentals associated with such vehicles. 11. CM Team, in consultation with the City, will establish a final work schedule for completing all tasks. 12. Construction Manager shall attend project meetings at City facilities or at the project site(s), as described herein, and with any effected regulatory or utility agencies, and provide construction management and coordination as required for completion of the scope of work. 13. Construction Manager shall report to the City Program Manager, regarding any questions, concerns, or problems that may arise during the performance of these services. 14. Construction Manager will periodically be asked to provide briefings and answer questions. 15. Construction Manager shall be knowledgeable of all applicable health and safety regulations, California OSHA requirements and shall be responsible to integrate such requirements into their policies and procedures in completing the scope of work. 16. Construction Manager services shall be in compliance with local, county, state, and federal procedures, policies, laws, and ordinances applicable to the work. 17. Construction Manager shall obtain and maintain key specification referenced standards including: local and regional specifications, codes, standards, publications, regulations, applicable permitting criteria from local, state, and federal agencies, standard drawings and specifications of the local agencies, and related documents as referenced in the contract documents and as required to perform the work. The Construction Manager shall make such documents available for review by the contractors, the City, and other interested parties. Purchased codes and standards shall become property of the City at the end of the construction period. 18. Construction Manager shall be responsible for obtaining all needed information necessary for completion of the proposed work. 19. Construction Manager shall provide evidence of insurance coverage, issued by an admitted California insurer, legally licensed and qualified to conduct business in the State of California, as described in the Sample Professional Service Agreement included as Section E and F. 20. All submittals and deliverables processed by the Construction Manager shall be provided both as a hard copy and electronically to the City at the end of the construction period. 21. Construction Manager shall establish and maintain information systems compatible with the City’s standard system requirements. The City will use the Procore’s construction management software for the WRRF project. 22. Construction Manager shall maintain all project records, notes, computations, correspondence, and all other pertinent related files and information, prepared or obtained by CM Team in conjunction with services provided to the City. Construction Manager shall, if requested by the City, provide copies of and access to any documents, books, papers, and records to make an audit, examination, excerpts, and transcriptions. Construction Manager shall provide same without charge and without restriction or limitation on their use. All originals, including electronic and hard copy mediums, shall always be considered property of the City. 23. Construction Manager shall submit itemized monthly invoices for all services performed during the month in a format approved and accepted by the City. Invoices shall normally be submitted once per month and no later than the fifth day of the month following the work for services performed during the previous month, or in accordance with other arrangements mutually agreed upon in writing by the City and the Construction Manager. Water Resource Recovery Facility Project Page 9 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 24. The City shall promptly pay the Construction Manager for the work performed, but in no case shall pay more than forty-five (45) days after having received an invoice. In the case of a dispute, the undisputed portion of the invoice shall be paid within forty-five (45) days. 2.1 SCOPE OF WORK The Construction Manager shall ensure the tasks outlined herein are performed by themselves or their sub-consultants. The requirements described in this section are neither limited nor comprehensive in nature but are the minimum necessary to meet the City’s objectives. Where a reference is made for an action to be executed by the City, the City shall reserve the right to delegate authority to the City Program Manager. Detailed work procedures are not included in the Scope of Work. The Construction Manager must exercise independent, professional judgment in performance of any services listed herein. The methodology by which the work will be accomplished shall be presented in the proposal. The Construction Manager is expected to expand the scope of work in its proposal by incorporating specific areas of expertise. The Construction Manager’s proposal may include additional work, shown separately in the fee proposal as alternates if, in the Construction Manager’s professional opinion, such requirements are reasonable and necessary to meet the intent of this RFP. The City is interested in selecting a CM Team that demonstrates the best understanding and initiative in providing the services described. The CM Team shall, at a minimum, perform or make provisions for the following tasks: Task No. 1 – Bidding Phase Services: The Design Engineer is the primary party responsible for providing technical assistance during the bidding phase except for Contractor Selection Assistance. The Construction Manager is responsible for supporting the construction bidding process and shall perform the following tasks during the bidding phase for the construction contract: 1.Review Bid Documents: Review construction bid documents for constructability and operability, identify any necessary changes to the Bid Documents to avoid potential conflicts during the construction. 2.Attend the Pre-Bid Conference: Attend the pre-bid conference and assist in answering any questions from proposers on Division 00 and 01 in the Bid Documents. 3.Addenda to Bid Documents: Review addenda, prepared by Design Engineer, and all correspondence as needed to address issues identified during the bid process. Prepare addenda items specific to Division 00 and 01 in the Bid Documents. 4.Contractor Selection Assistance: Assist the City in evaluating bids on the construction project and recommending award. Construction Manager will prepare a Bid Tabulation, and submit a report with recommendations. 5.Bid Alternate Selection Assistance: Assist the City and the Design Engineer in evaluating bid alternates and recommending selection. 6.Conformed Contract Document Review: Review conformed contract documents prepared by Design Engineer and provide comments to Design Engineer to incorporate. Task No. 2 – Project Management: The CM Team is responsible for providing a Construction Manager (CM) that will be responsible for the following general tasks and services. The CM shall ensure appropriate staff, including Resident Engineers and Field Inspectors, are available to perform the services indicated herein. The CM is responsible for Water Resource Recovery Facility Project Page 10 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services maintaining ongoing interaction and communication with the City, the City Program Manager, the General Contractor, and the Design Engineer. Task 2.1 – Construction Management Plan Construction Manager shall prepare a Construction Management Plan (CMP), which shall include at a minimum the following items: 1.Organizational Structure: Provide the Construction Manager’s project organization, individual assignments, duties and responsibilities, phone numbers, lines of authority, and methods for interfacing with the City, the General Contractor, City Program Manager, and the Design Engineer. 2.Project Control System: Establish document control systems and procedures for documenting communications and correspondence using Procore. Provide new forms and utilize standard forms included in the specifications that the Construction Manager and General Contractor will be using to transmit and formalize all Requests for Information (RFI), clarifications, submittals, inspector’s daily reports, progress payments, and other official project documents. 3.Meeting and Occurrence Procedures: Establish schedules, notices, agendas, meetings, reporting procedures, documentation requirements, and acceptance processes in a timely manner. 4.Quality Control and Quality Assurance: Establish procedures, laboratory testing, coordination checks and construction inspections activities. 5.Contract Compliance Procedures: Describe procedures for expediting and processing submittal reviews, clarifications, change orders, and contract close out activities. 6. Submit a draft CMP to the City within twenty-one (21) days from the Construction Manager’s notice to proceed (NTP) for review and approval by the City. 7. Construction Manager shall incorporate the City’s comments and revise the CMP within five (5) days from receipt of the comments. Task 2.2 – Project Meetings Construction Manager shall prepare agenda and other meeting documentation (i.e., submittal log, RFI log, decisions log, etc.), conduct, and prepare/distribute meeting minutes for the subsequent project meeting related to: 1.Kickoff Meeting: Assume a maximum two (2) hour kickoff meeting to be held at the construction trailers, Corporation Yard, or other city facility. 2.Pre-Construction Conference: Construction Manager shall schedule and notify appropriate parties, and conduct the Pre-construction Conference with the General Contractor. The meeting shall cover the overall project objectives, responsibilities of key personnel and agencies, schedules, schedule of values (bid breakdown), procedures for handling submittals, correspondence, local agency permit requirements, requests for clarification, progress payments, change orders and other pertinent topics. Provide opportunities to have the Contractor’s questions answered. The meeting shall emphasize the project’s philosophy of teamwork and cooperation as goals to achieve a safely constructed project, built on schedule and in accordance with all quality requirements. The Construction Manager will be responsible for preparing comprehensive meeting minutes. 3.Weekly Progress Meetings: Construction Manager is assumed to be present and meet with City staff for the duration of the project at the construction site. The purpose of the weekly meeting is to review the contract status and issues, construction status and issues, schedules, status of Requests for Information (RFIs), change order proposals, submittals and other documentation, and any other issues that need to be resolved. Water Resource Recovery Facility Project Page 11 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 4.Monthly Progress Meetings: Assume a one (1) hour meeting each month for duration of project to be held at the construction site. The purpose of the monthly progress meeting is similar to the weekly progress meetings but with a broader attendance, including the Design Engineer. 5. Participate in partnering meetings with the contractor, designer, City, City Program Manager, and other key staff in accordance with the provisions in the project specifications. Task 2.3 – Progress Reporting 1.Construction Progress Report: A monthly progress report shall be prepared and submitted to the City and shall include the following elements: a. A summary of the prior month’s main accomplishments and current construction activities. b. Overall contractor’s conformance to contract schedule and quality requirements. c. Identification of key problems, action items, and issues along with recommendation for solutions. d. Summary of progress payments, change orders, disputes, submittals, RFI’s, and notices of noncompliance. e. Photographs of representative project activities. 2.Construction Schedule: Review, analyze, and comment on the General Contractor’s initial construction schedule along with all the monthly updates submitted by the General Contractor. The Construction Manager should closely monitor the General Contractor’s activities and make sure that the field activities and the duration of those activities match the information presented in the construction schedule. Any deviations should be incorporated into the General Contractor’s subsequent monthly update. The construction schedule must include a three-week look ahead, or other written and mutually agreed timeframe, of upcoming activities such that City personnel can provide input on the proposed schedule. 3.Cost Control System: Establish a cost control system for monitoring and updating the status of the project costs and budget throughout the project. The cost control system shall be computerized and shall integrate cost and schedule. Report no less than once per month on the status of the project cost and budget. The Construction Manager shall coordinate with the City on any variances of the actual cost and budget. Task 2.4 – Project Correspondence Construction Manager shall document all relevant project communications and promptly distribute to the City and applicable parties using Procore. Accurate records and documentation must be maintained and updated by the Construction Manager. All original project documents and final project reports shall be furnished to the City within sixty (60) calendar days following filing of the Notice of Completion. These documents and reports shall also be furnished in electronic format on flash drives. Construction Manager shall maintain field memoranda, transmittals, updated schedules, logs of shop drawings and other submittals, logs of RFIs, change orders, progress payment requests, progress meeting reports, daily inspection reports and all other project correspondence. Task 2.5 – Web-Based Document Control System Construction Manager shall utilize the project’s construction management system Procore, and at a minimum, incorporate the following type of information: 1. Project Calendar (Interactive) 2. Document Management: Water Resource Recovery Facility Project Page 12 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services a. Correspondence format that allows the quick generation, recording, and printing of letters to any contact at any company in the database. b. Daily Reports that allow project members to enter information directly from the remote site. Daily reports track construction activities, equipment, field labor, material deliveries, site visitors, safety issues and weather. c. RFI’s can be entered into the system by users and tracked through an approval/response process. d. Transmittal forms shall be customized for the project in a manner acceptable to the City. e. Project meeting notes shall be stored in the system and shall have the ability to be sent electronically to project members. f. Submittals shall have the ability to be transmitted electronically between project members and tracked in a log. g. Drawings shall be stored or uploaded so the most current versions are accessible. Drawings shall be able to be attached for distribution and viewing as well as non-destructive markup using a browser. h. Photos and scanned images from a variety of sources can be displayed on the photo pages or in the reports. i. Punch lists shall be created to allow tracking, sorting, and displaying all punch list items in each project. Task No. 3 – Construction Contract Administration: The Construction Manager shall perform the following construction contract administration activities through the City: Task 3.1 – Submittals and Requests for Information (RFI’s) 1. Construction Manager shall receive and create a log for all Contractor RFI’s and submittals. Construction Manager shall review and respond to RFI’s and submittals involving Divisions 0 and 1 in the construction documents and other general items encountered in the field. For the RFI’s and submittals associated with Divisions 2 through 49 shall immediately be transmitted to the Design Engineer. The Construction Manager shall then monitor the Design Engineer review time to ensure it does not exceed the contractual time limits. The Construction Manager shall review the response from the Design Engineer and transmit the information to the General Contractor. 2. Construction Manager shall implement a program to ensure the contractor will provide concise RFI’s. 3. Construction and City Program Manager shall review vendor training lesson plans and instruction manuals. 4. Construction Manager shall lead resolution of day-to-day construction issues raised. Coordinate with inspectors, Design Engineer, General Contractor, City Program Manager, and the City as required to reach resolution. Task 3.2 - Contractor’s Change Orders and Disputes Construction Manager shall: 1. Identify, prepare, log, and monitor all contract potential change orders, extra work, change orders, and disputes. 2. Resolve scope of extra work and changes to the contract with the General Contractor and obtain the City’s approval. 3. Prepare written justification, schedule impact, and cost estimates for each change order and negotiate costs with the General Contractor. Justification shall include: a statement of the extra work or change, detailed description of the extra work or change, independent review of change Water Resource Recovery Facility Project Page 13 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services order cost broken down by labor-equipment-materials, background leading to the issue, a confirmation from Design Engineer that the proposed change order is needed, resolution alternatives and resolution recommendation for action by the City Program Manager. The Construction Manager must submit change orders to the City for approval within seven (7) days of the finalization of negotiations. 4. Assist and support the City in analyzing, responding to, negotiating, and resolving any disputes. The Construction Manager shall report all verbal and written disputes immediately to the City Program Manager and coordinate all disputes with him/her as well. 5. Coordinate with the Design Engineer, as necessary, regarding their review and analysis of change order requests. The Design Engineer may perform special design services, as necessary, for the analysis of change order requests. Be aware that some Change Orders may require City Council approval. City Council meets the first and third Tuesdays of each month. Items for the agenda must be submitted five (5) weeks earlier. Task 3.3 – Design Clarifications Construction Manager shall identify the need for design clarifications through Information Bulletins, and request preparation of design clarification to be performed by Design Engineer. Construction Manager shall log and monitor all design clarifications. Task 3.4 – Progress Payments Construction Manager shall review General Contractor’s monthly payment request and make a written recommendation for payment to be made by the City. The Construction Manager shall ensure that the payment request meets Davis Bacon or State Wage requirements, and the requirements of all project funding sources. The Construction Manager shall develop a system to forecast the City’s cash flow needs based on invoices processed for payments to Contractor, and invoices processed for reimbursement from funding source(s) to the City. The Construction Manager must process progress payments using the City’s standard format, or amended as needed based on the project funding source. Task 3.5 – Record Drawings Construction Manager shall coordinate the development of record drawings. The General Contractor’s record drawings shall be reviewed on a weekly basis, and ensure that the record drawings identify RFI’s, shop drawing revisions, change order modifications, etc. The Construction Manager shall, review, approve, and submit record drawings to Design Engineer at 100 percent construction completion for the Design Engineer to develop reproducible record drawings. Task 3.6 – Operations and Maintenance Manuals Construction Manager shall coordinate the preparation of Operation and Maintenance Manuals (OMMs) as provided by the Design Engineer and the General Contractor. Construction Manager shall verify the number and content of the manuals to be complete and accurate based on the completed work. The Design Engineer will submit a draft OMM (outline form only) when the construction work is approximately 50 percent complete, and a draft OMM will be submitted approximately one month prior to Substantial Completion. Each OMM prepared by the Design Engineer is planned to include, but not be limited to: Catalog cuts on equipment, factory test reports, recommended list of spare parts, maintenance schedules, list of suppliers and phone numbers, electrical wiring diagrams and programming ladder logic printouts, and a list of special equipment requirements and precautions. Task 3.7 - Project Start-up and Commissioning Construction Manager shall provide all efforts required to inspect and monitor the Contractor’s work for commissioning and start-up of all individual systems, as well as overall plant start-up. The Design Engineer Water Resource Recovery Facility Project Page 14 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services will review the testing and start-up plan provided by the Contractor and coordinate the start-up and testing of the facilities. The Design Engineer will provide field assistance to the City and Construction Manager during the following start up and testing activities: Factory Demonstration Testing; Vendor/Manufacturer Testing of Equipment; 8-hour equipment Functional Testing; Operational Testing (unit process or system testing); Membrane testing and start-up; and 7-day clean water testing; or as amended in the final plans and specifications. Task 3.8 - Project Closeout Construction Manager shall prepare detailed project punch lists at substantial completion of the project. Coordinate the correction of deficiencies, schedule, coordinate, and conduct a final walk-through with the Design Engineer, City Program Manager, and the City prior to the acceptance of work. The following task must be completed during project closeout: 1. File the Notice of Completion. 2. Check and submit final payment requests from the Contractor following filing of Notice of Completion. 3. Review and certify that the Contractor’s project record drawings are complete and accurate. 4. Compile and submit operation manuals, maintenance manuals, instruction manuals, parts lists, spare parts, and warranties for equipment procured as required by the contract documents. 5. Prepare a Warranty Expiration spreadsheet for the project. This spreadsheet should contain major equipment items and be broken down into specific process areas and include a Product Name, Manufacturer, Serial Number, Warranty Period and Warranty Expiration Date for each piece of equipment. Provide the spreadsheet data in an electronic format. 6. Coordinate operator training for use of any specialty equipment. 7. Prepare a final executive summary report which provides a complete overview of the contract, Contractor’s performance, accomplishments, a comparison of preliminary and final project costs, cash flows, schedules, and recommendations for alleviating design, construction management, and construction problems experienced on the project, within sixty (60) calendar days following the filing of the Notice of Completion. 8. Furnish all original project documents and final project reports to the City within sixty (60) calendar days following filing of the Notice of Completion. Provide the City support for processing final paperwork following Notice of Completion. Project documents shall be delivered to the City in form and fashion acceptable to the City. Deliver the original project documents to the City in storage boxes with all documents labeled in accordance with the project filing system and in standard file folders developed by Construction Manager and approved by City. Files are to be placed in boxes by sequential file number. Prepare a sheet for each box listing the contents. Deliver the electronic files and documents created during the project on flash drives labeled with the project name. Task No. 4 – Inspection Services and Materials Testing: Construction Manager shall provide inspection services and materials testing including but not necessarily limited to the following: Task 4.1 - Construction Inspection 1. Provide inspection by qualified inspectors (including civil, mechanical, electrical, instrumentation and controls disciplines) to ensure that the Contractor’s work follows the contract documents. Special inspection must be provided for special items, and the inspectors must be fully certified and qualified to perform work pursuant to Code and regulatory requirements. Perform technical inspection at the jobsite or off- site of materials and workmanship in accordance with the Contract Water Resource Recovery Facility Project Page 15 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Documents. The inspectors shall not authorize extra work or approve of work that deviates from the Contract Documents. 2. Review Contractor’s three week “look ahead” schedules and coordinate inspection staffing needs. 3. The CM Team will be responsible for all required reporting for the project as described in the Mitigation Monitoring and Reporting Plan (MMRP), and will be required to delegate responsibilities to contractor where appropriate through the contract specifications; see Appendix 4 for MMRP. Task 4.2 – Daily Construction Photos Electronically photo-document ongoing construction daily. Prepare written description for each digital photo and provide documentation. Save all daily photos electronically in Procore with all photos identified by a detailed and descriptive file name in a manner to only be accessed by City staff or authorized agent. This database shall be turned over to the City at the completion of the construction contract. Task 4.3 - Inspection Reports Prepare and submit inspector’s daily reports, and review the format and content prior to submitting to Procore in a manner to only be accessed by City staff or authorized agent. Prepare daily reports of the construction activities including weather conditions, General Contractor’s equipment and labor, work performed, materials used, site visitors, note delays in work and reasons for the delays, and deficiencies. Prepare daily reports of deviations and non- conformance to specifications and provide a timely response. Task 4.4 – Materials Testing The Construction Manager will be responsible for material and soil sampling, field analysis, laboratory testing, and all specialty field inspections (i.e., welding, roofing, structural steel). The Construction Manager will coordinate these services, review testing results, and transmit the testing or inspection reports, findings or other related information to the various project stakeholders. Factory witnessing is the responsibility of the Construction Manager. The Construction Manager will coordinate these activities with the Design Engineer and General Contractor, and review results prior to transmitting to the various project members. 3.0 PROPOSAL FORMAT The proposal shall consist of two parts as described below; Part One – Technical Proposal six (6) copies, and Part Two – Fee Proposal one (1) copy. Each part shall be contained in a separate sealed envelope/package and submitted together in a single sealed package which shall be plainly marked as described in Section B. 3.1 PART ONE – TECHNICAL PROPOSAL Part One shall describe the Construction Manager’s organization/management, its understanding of the services to be provided, approach to accomplishing the Scope of Work, its experience, and its qualifications of the firm. The Technical Proposal shall be limited to thirty (30) pages, single-sided or fifteen (15) pages double-sided using a minimum of 12-point font size, but excluding: table of contents, cover letter, executive summary, figures or charts, resumes of individuals proposed for the project team, insurance certificates, and any promotional brochures. The proposal should address, at a minimum, the following: 1.Executive Summary – Prefacing the proposal, the respondent should provide an executive summary, which gives in brief, concise terms a summation of the proposal. 2.Business Organization – Provide full name, address, telephone, e-mail addresses, and FAX number of the company. Include affiliations with holding companies and/or parent companies. Water Resource Recovery Facility Project Page 16 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Indicate whether the Firm operates as a partnership, corporation, or individual. Provide the name, title, and telephone number of the person in the organization authorized to negotiate contract terms, render binding decisions on contract matters, and sign the final agreement. Provide a description of the proposing firm. Explain the firm's current organizational structure, general background and qualifications, and describe any special knowledge or capabilities within the firm, material to the services. Include a statement of how long the firm has been in business and whether the firm has done work for a public-sector entity. Provide statements of the firm’s financial stability and the capability to complete the services. 3.Project Team – Provide the name and title of the Construction Manager that will be the City’s main point of contact for this project. Identify the principal staff and support staff who will be assigned to this project, and include an organization chart showing key team members listed by name and project responsibility. Provide a maximum two-page work history for each of the key personnel, including descriptions of projects worked on, dates, costs of the projects, and duties performed by the individual on the projects germane to this work. Submit the name of all Sub-Consultant(s) to be utilized on the project and the specific staff to be assigned to this project. Include resumes with work history and include all licenses and certifications of Sub-Consultant(s) to be considered. Describe how Sub-Consultant staff will be utilized. Provide a list of their similar past projects along with references. Using a matrix, indicate any projects in which the team members have worked together in the past and the nature of those projects (i.e., study, design, construction management, etc.). 4.Approach to the Scope of Work – Present a narrative overview of the proposer’s understanding of the project requirements based on the information provided in this RFP, the Program Charter, and project objectives. Describe the capability to assist in keeping the project on schedule and within budget and ensuring quality control. Discuss any unique ideas or concerns relating to the work. Discuss quality control and quality assurance protocols. The City is interested in any innovative ideas to manage, control, or appropriately share risks. The proposal shall contain sufficient detail to demonstrate that the prospective Construction Manager understands the magnitude and scope of the project, and has developed a plan to accomplish the work. Provide comments on scope of work provided with this RFP and suggest other scope items for consideration. Include any comments or suggestions that the Proposer may have regarding the project schedule or any other aspects of the work that the proposer feels would be helpful to the City. 5.Prior Experience – Describe the Proposer’s experience in completing similar construction management efforts. List successfully completed, or currently being completed, projects of similar nature that include a Membrane (MBR) System per the requirements of Section 6. Discuss the demonstrated expertise in performing the work described herein. Provide a description of the work performed, including: schedule of when work was performed; name and location of project; total construction cost of the project; type and extent of services performed by Proposer; and involvement of team members proposed for this project. List locations, names, addresses and telephone numbers owner/client references per the requirements of Section 6. The successful Construction Manager will have proven and successful experience in providing construction management services for similar projects; experience listed for upgrades on existing wastewater treatment plants that require coordination with existing plant operations will rank higher given the project’s goals and objectives. Water Resource Recovery Facility Project Page 17 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 6.Binding Proposal - Construction Manager’s proposal shall contain a provision that the Proposal is valid and binding upon the Construction Manager for a period of sixty (60) calendar days from receipt of the Proposal by the City. 7.Litigation – Provide litigation history for any claims filed by your firm or against your firm related to the provision of program or project or engineering services within the past five (5) years. 8.Other Information - This section shall contain all other pertinent information the Proposer wishes the City to consider, including, but not limited to the following: a. Demonstration of record of staffing tasks efficiently and completing projects on time and within the allocated budget. b. Description of community involvement. c. Description of any previous involvement with the City. 9.Insurance Certificate – Proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The City’s insurance requirements are detailed in Section E. 10.References – Proposal must include references per Section 6 using the form included herein; standard form included in Section F. 11.Statement of Past Contract Disqualifications – Proposal must provide the contract disqualification statement per the form included herein; standard form included in Section F. 12.Electronic Copy of Proposal – Provide an electronic copy of the Part One – Technical Proposal on a clearly labeled thumb drive. 3.2 PART TWO – FEE PROPOSAL Part Two shall be a Fixed Fee Proposal. Part Two is one (1) copy and shall be submitted within the sealed proposal package, and clearly marked as follows: Fee Proposal for Construction Management and Inspection Services for the City of San Luis Obispo Water Resource Recovery Facility Project The elements of the fee proposal shall include the following: 1. An hourly rate and reimbursement schedule, valid for the entire contract period, for each classification of firm personnel who will be working on the project and for each classification of anticipated reimbursements. Wage rates must be in compliance with the Davis-Bacon Act wage rules and California labor code to comply with SRF requirements. 2. A fixed fee proposal for all required work as outlined in this RFP. This fee proposal shall be composed of and broken down into two components: (a) a fixed fee proposal for basic Construction Management and Inspection Services; and Water Resource Recovery Facility Project Page 18 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services (b) a fixed fee proposal for customary reimbursable expenses including but not limited to reproduction costs, postage, and mileage that would not be considered as Construction Manager and Inspection Services. The fixed fee proposal shall break down all hours budgeted for each task, sub-consultant costs, mark-ups, expenses, escalators, and estimated monthly staff hours allocated for the duration of the project. 4.0 SERVICES PROVIDED BY CITY The City will provide the following services and background materials for use by the Construction Manager in completing the work: 1. Attend meetings with Construction Manager when required. 2. Provide other support services to the Construction Manager as the City deems necessary. 3. Provide available permits, maps, plans, records, etc. The City does not warrant or guarantee the accuracy of the information contained in the materials it provides. Water Resource Recovery Facility Project Page 19 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 5.0 CITY CONTACTS Questions Concerning Request for Proposal: All questions, interpretations or clarifications, either administrative or technical must be requested through BidSync per the provisions listed in Section B Oral statements regarding this RFP by any persons should be considered unverified information unless confirmed in writing using BidSync. To ensure a response, questions must be received in writing by the scheduled date set forth in Section C. Please address technical questions regarding this Request for Proposal using BidSync to: David Hix, Deputy Director of Wastewater City of San Luis Obispo – Utilities Department 6.0 MINIMUM QUALIFICATIONS The City seeks a CM Team with expertise to perform the work described herein. Expertise for the Construction Manager’s firm is defined as a minimum of ten (10) years of experience in the Construction Management of wastewater treatment and conveyance facilities. Proven and successful experience is defined as evidence of: 1) The firm’s Construction Management experience within the past five (5) years on a minimum of two (2) successfully completed, or currently being completed projects of similar nature that include a membrane (MBR) treatment plant having a construction cost greater than $50 million; 2) References from a minimum of seven (7) former clients that reflect a high degree of customer satisfaction for projects of a similar nature. Three (3) references must be for the Construction Manager’s firm having a construction cost greater than $50 million, two (2) references must be for the assigned Construction Manager having a construction cost greater than $50 million, and two (2) references can be for any other team member. The projects, references, and qualifying experience shall be clearly identified in the proposal; 3) Successfully completed project experience will be ranked based on the ability to meet the project’s objectives, schedule, and budget. All personnel shall be knowledgeable of, and comply with, all applicable local, state, and federal regulations, cooperate and consult with City staff during the construction period, and perform other duties as may be required to assure that the construction is being performed in accordance with the project plans and specifications. Sub-consultant personnel shall perform duties as may be required to assure that project is being completed in accordance with the project plans and specifications under the direction of the Construction Manager. The CM Team shall be staffed with personnel having the following minimum qualifications and experience in project management: The Construction Manager shall be a licensed Civil Engineer, registered in the State of California with experience in project oversight and implementation for projects having a construction cost greater than $75 million for wastewater/water construction projects. Previous professional construction management work experience in complex wastewater treatment plant upgrades will rank higher in the selection process. Quality of performance on previous similar projects, ability to meet project schedules and budgets, manage claims, and experience in conducting similar services for public agency projects will be some of the attributes considered. Understanding and approach to project delivery. Excellent communication skills and responsiveness. Water Resource Recovery Facility Project Page 20 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Understanding of computerized construction project information databases. CM Team may have some experience with document management using Procore, but will be required to manage all information for the WRRF Project using Procore after contract award. Resumes of personnel must be submitted to City for review and approval prior to assignment to the WRRF Project. City will determine the quality and quantity of services that are required by Consultant personnel. If in the opinion of City, an individual lacks adequate experience, the individual may be rejected or may be accepted on a trial basis until such time the individual's ability to perform the required services has been demonstrated. If at any time, the performance of Consultant’s personnel is unsatisfactory to the City, the City may release him/her by written notice and may request another qualified person be assigned. If Consultant’s personnel are on leave of absence, the Consultant shall provide approved, equally qualified replacement personnel until the assigned personnel returns to the WRRF Project per acceptance by the City. 7.0 SELECTION PROCESS A selection committee will evaluate the proposals and rank each proposal according to the selection criteria listed herein. All qualified CM Teams will be ranked according to total points awarded and will be informed of the final ranking in writing. Based upon this evaluation, the City may invite for interviews the top two, or more, firms to clarify their proposals, approaches, and qualifications to handle this project. The City may choose to start negotiations with the top-ranked firm without further evaluation. At the conclusion of such interviews (or if the top-ranked firm is selected without the need for interviews), the City will enter into contract negotiations. If negotiations with the top-ranked firm are unsuccessful, the City will terminate these negotiations and undertake new negotiations with the second-ranked firm. If the new negotiations fail, the process will be repeated until a contract is negotiated successfully. City staff will make recommendations to the City Council, which reserves the right to reject any or all proposals. The selection process will be completed when a contract is executed. The City reserves the right to accept or reject any or all proposals. After the City selects a CM Team, the contents of the submitted proposal will become a contractual obligation. Failure of the CM Team to agree to include the proposal as part of the contractual agreement may result in cancellation of the award. The City reserves the right to negotiate a modification to or accept any part of the proposal and will not be obligated in any way to accept those parts that do not meet with the approval of the City. Water Resource Recovery Facility Project Page 21 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 8.0 SELECTION CRITERIA All proposals will be evaluated against the criteria listed in random order in the following table: Project Understanding Good description and understanding of the Scope of Work, demonstrated knowledge of work required, clear explanation and understanding of project. Thorough discussion of methods of approaching project completion; and of project management and quality controls to assist in maintaining project cost and schedule. Any comments or suggestions to improve execution of project and construction management scope of services. CM Team Qualifications & Experience Demonstration of strong expertise in construction work and evidence of experience in performing similar work. Demonstration of team working together and in similar capacity proposed for project. Local Knowledge Good understanding of the local standards and permit requirements for construction projects. Demonstrated knowledge of work required by the environmental Mitigation Monitoring & Reporting Program and the WRRF Program Charter. References Provided listing of prior references. Level of Effort Initiative, effectiveness, responsiveness, level of effort, overall presentation, and completeness of the proposal indicating that the Construction Manager will produce the services required. Contract award will be based on a combination of factors that represent the best overall value for completing the workscope as determined by the City, including: the written proposal criteria; results of background and reference checks; results from the interviews and presentations phase; and proposed compensation. Water Resource Recovery Facility Project Page 22 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services SECTION B GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS All references to Contractor within Section B shall refer to CM Team providing professional services for Construction Management and Inspection Services as required for the City of San Luis Obispo WRRF Project. Where a reference is made for an action to be executed by the City, the City shall reserve the right to delegate authority to the City Program Manager. 1.Requirement to Meet All Provisions. Each individual or firm submitting a proposal (proposer) shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2.Proposal Submittal. Each proposal must be submitted using the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be submitted per the requirements of this RFP. 3.Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the proposer’s insurance coverage during proposal evaluation; as discussed under paragraph below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4.Proposal Quotes and Unit Price Extension. The fixed fee proposal must be detailed by task per the requirements of Section 3. 5.Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a proposer submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other proposers submitting proposals. Water Resource Recovery Facility Project Page 23 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 6.Cooperative Purchasing. During the term of the contract, the successful proposer will extend all terms and conditions to any other local governmental agencies upon their request. These agencies will issue their own purchase orders, will directly receive goods or services at their place of business, and will be directly billed by the successful proposer. 7.Communications. All questions related to the solicitation must be submitted on BidSync on or before the date indicated on each in this RFP. CONTRACT AWARD AND EXECUTION 8.Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the Section 7 for proposal selection process and Section 8 for selection criteria. 9.Competency and Responsibility of Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of proposer. Proposer will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10.Contract Requirement. The proposer to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 11.Insurance Requirements. The Contractor shall provide proof of insurance in the form, coverages and amounts specified in Section E of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. 12.Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City’s business tax program may be obtained by calling (805) 781-7134. CONTRACT PERFORMANCE 13.Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special City laws, ordinances, and regulations. 14.Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 15.Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. Water Resource Recovery Facility Project Page 24 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 16.Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 17.Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by Cal-OSHA. 18.Public and Employee Safety. Whenever the Contractor’s operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 19.Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 20.Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 21.Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 22.Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 23.Payment Terms. The City’s normal payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). 24.Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. Water Resource Recovery Facility Project Page 25 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 25.Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 26.Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect, or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 27.Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of Contractor, and its agents, officers or employees, in the performance of all obligations under this Agreement, and all expenses of investigating and defending against same; provided, however, that Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 28.Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title, or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 29.Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 30.Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a ten (10) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten (10) days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such Water Resource Recovery Facility Project Page 26 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services, or goods performed or provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in-progress in completing the overall scope of work. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. Water Resource Recovery Facility Project Page 27 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services SECTION C SPECIAL TERMS AND CONDITIONS The successful CM Team shall be required to execute the agreement prior to commencement of any work and to perform all services in accordance with the terms and conditions of the sample agreement listed in Section D. By submitting a proposal, the CM Team agrees that it has reviewed the sample agreement and will agree to execute said contract with the City. The CM Team’s standard contract form will not be acceptable as a substitute. Where a reference is made for an action to be executed by the City, the City shall reserve the right to delegate authority to the City Program Manager. The agreement shall be prepared by the City, and shall incorporate all applicable provisions. The agreement shall be a firm, lump sum, not-to-exceed professional services contract. Services provided under this agreement shall commence after all contract documents have been fully executed. 1.Contract Award. The contract will be awarded to per the requirements of Section 7 and Section 8. 2.Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the best qualified proposer and to accept the next acceptable proposal from a proposer that is not experiencing a labor action, and to declare it to be the most qualified proposer as defined in Section 7 and Section 8. 3.Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer’s bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the party to whom the first award was made. 4.Contract Term. The supplies or services identified in these specifications will be used by the City between June of 2018 and January of 2022. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. 5.Contract Extension. The term of the contract may be extended by mutual consent for an additional year. 6.Delivery. Prices quoted for all services to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered City of San Luis Obispo by the successful proposer and received by the City within 30 days after authorization to proceed by the City. 7.Start and Completion of Work. Work on this project shall begin within 10 calendar days after contract execution and shall be completed within 42 months thereafter. 8.Submittal of References. Each proposer shall submit a statement of qualifications and references per the requirements listed in the RFP package. 9.Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. 10.Proposal Content. The proposal must include the information listed in Section 3. Water Resource Recovery Facility Project Page 28 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 11.Proposal Evaluation and Selection. Proposals will be evaluated by a selection committee based on the criteria listed in Section 8. The contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 12.Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a. Issue RFP May 19, 2018 b. Non-mandatory pre-proposal conference June 6, 2018 at 10:00 am c. Proposer Questions due June 15, 2018 at 5:00 pm d. Receive proposals (The Deadline) June 28, 2018 at 2:00 pm e. Complete proposal evaluation (estimate only) July 9, 2018 f. Conduct finalist interviews July 25, 2018 g. Finalize staff recommendation (estimate only) August 3, 2018 h. Award contract (estimate only) August 10, 2018 i. Execute contract (estimate only) August 17, 2018 j. Start work (estimate only)August 20, 2018 13.Non-mandatory Pre-Proposal Conference. A pre-proposal conference will be held at the following location, date, and time to answer any questions that prospective proposers may have regarding this RFP: June 6, 2018, 10:00 AM City’s Corporation Yard 25 Prado Road San Luis Obispo 14.Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City, and shall be delivered to the City. 15.Release of Reports and Information. Any reports, information, data, or other material given to, prepared by, or assembled by the Contractor as part of the work or services under these specifications shall be the property of City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 16.Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor’s direct expense. 17.Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City’s project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives submitted. Water Resource Recovery Facility Project Page 29 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 18.Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Proposers are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the proposer and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City’s possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of proposer to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the proposer. An ambiguity or defect shall be considered patent if it is of such a nature that the proposer, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the proposer or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful proposer to achieve the project’s objective or standard beyond the amounts provided therefor in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor’s becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. Water Resource Recovery Facility Project Page 30 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services SECTION D FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on ____________________________________, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [day,date,year], City requested proposals for Construction Management and Inspection Services for the City of San Luis Obispo Water Resource Recovery Facility (WRRF) Project per Specification No. 91363CM. WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said services. 2.INCORPORATION BY REFERENCE. City Specification No. 91363CM and Contractor’s proposal dated [date], are hereby incorporated in and made a part of this Agreement. 3.CITY’S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Contractor shall receive therefor compensation in a total sum not to exceed [$ .00]. 4.CONTRACTOR’S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specification. 5.AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Engineer. 6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, Water Resource Recovery Facility Project Page 31 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7.NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor [ ] [ ] [ ] [ ] 8.AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation ____________________________________ By:____________________________________ City Clerk City Manager APPROVED AS TO FORM: CONTRACTOR ____________________________________ By:____________________________________ City Attorney Water Resource Recovery Facility Project Page 32 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services SECTION E INSURANCE REQUIREMENTS The Contractor 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 Contractor, its agents, representatives, employees, or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant’s profession. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $3,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer’s Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 each occurrence / $3,000,000 policy aggregate. Deductibles and Self-Insured Retentions. Any deductibles 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 Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees, agents or volunteers. 2. For any claims related to this project, the Contractor’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the contractor’s insurance and shall not contribute with it. 3. The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability. Water Resource Recovery Facility Project Page 33 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days’ prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best’s rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Water Resource Recovery Facility Project Page 34 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services SECTION F PROPOSAL FORMS 1.0 SIGNATURE OF AUTHORIZED REPRESENTATIVE The undersigned declares that she or he: has carefully examined Specification No. 91363CM, which is hereby made a part of this proposal. is thoroughly familiar with its contents. is authorized to represent the proposing firm. agrees to perform the work as set forth in this proposal. Certificate of insurance attached; insurance company’s A.M. Best rating:_____________. Firm Name and Address Contact Phone Signature of Authorized Representative Date Water Resource Recovery Facility Project Page 35 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 2.0 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: ___________________. List references for the CM Team per the qualifications listed in Section 6; attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding the CM Team’s qualifications. Reference No. 1 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 3 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Water Resource Recovery Facility Project Page 36 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services 3.0 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. Do you have any disqualification as described in the above paragraph to declare? Yes No  If yes, explain the circumstances. Executed on ______________________________ at ______________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Representative Water Resource Recovery Facility Project Page 37 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services SECTION G APPENDICES APPENDIX 1: LOCATION MAP Water Resource Recovery Facility Project Page 38 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services APPENDIX 2: SITE PLAN Water Resource Recovery Facility Project Page 39 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services APPENDIX 3: PHASING MAP Water Resource Recovery Facility Project Page 40 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services APPENDIX 4: WRRF EIR, MITIGATION MONITORING AND REPORTING PLAN Water Resource Recovery Facility Project Page 41 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 42 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 43 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 44 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 45 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 46 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 47 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 48 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 49 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 50 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 51 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 52 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 53 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 54 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 55 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 56 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 57 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 58 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 59 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 60 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 61 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 62 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 63 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 64 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 65 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 66 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 67 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 68 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 69 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 70 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 71 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 72 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services Water Resource Recovery Facility Project Page 73 of 73 Spec. No. 91363 CM, RFP for Construction Management & Inspection Services APPENDIX 5: PROGRAM CHARTER