midway city sanitary district (mcsd)...2020/06/12 · mcsd as originally formed, had a service...
TRANSCRIPT
1
MIDWAY CITY SANITARY DISTRICT (MCSD)
TABLE OF CONTENTS
Request for Proposal (RFP) Scope Overview
* Existing/Proposed Main Bldg. Expansion Space Plan
* Office Space Plan Rendering
* Kitchen Rendering
* Locker Room/Shower Building Drawing
* Aerial Building View
Introduction Letter/Selection Criteria
Client Special District Profile
Project Scope Description
Firm Information, Background & Qualifications
Pricing: Complete Documentation & Services
Hourly Rates & Ancillary Costs and Change Order
Architect & Engineering Firm Profiles
Relevant Project References
Professional Services Agreement
Trendzitions, Inc.
949.727.9100
Expert Planning for New Facilities™
SINCE 1986
2
MIDWAY CITY SANITARY DISTRICT (MCSD)
REQUEST FOR PROPOSAL
SCOPE OVERVIEW
Architectural & Engineering Design Services
For MCSD Occupied Renovation & Expansion Project
3 Building Modifications:
1) Main Office Refresh, Renovation of existing structure
2) Annex building demo, reconstruct add to existing bldg.
3) Demo Archive bldg. & build New Locker Room/Restroom
* Validate/Field Verify Existing Facilities - as needed
* Final minor Space Planning modifications
* Interior Design Development
* Produce Renderings - Interior/Exterior
* Produce Color Board, Recommend Color/Finish Selections
* Produce Architectural Construction Documents
* Provide All Engineering Consultants: MEP, Civil, Structural, etc.
* Construction Admin: RFI Responses & Submittal Reviews
* Attend Weekly Construction Meetings,
* Organize, Conduct Punch List Walk-Thru & Document Process
* Develop Solar Panel Design - Roof Placement or new carport
* Coordinate with Utility to bring high speed internet to District
* Construction Support Services – Option 1
Trendzitions, Inc.
949.727.9100
Expert Planning for New Facilities™
SINCE 1986
3
4
MAIN BLDG BIRDS EYE VIEW 3
MIDWAY CITY 14451 CEDARWOOD AV WESTMINSTER CA 92683
5
MAIN BLDG KITCHEN VIEW 4 MIDWAY CITY 14451 CEDARWOOD AVE. WESTMINSTER CA 92683
6
z
MIDWAY CITY
ANNEX SHOWERS/TOILETS 14451 CEDARWOOD AVE. WESTMINSTER CA 92683
DATE: 1 /1 7/20
7
March 17, 2020
Dear Architect:
Thank you for participating in the proposal process for the Midway City Sanitary District
(“MCSD” or “District”) existing occupied building renovation & expansion project. MCSD is
looking for a qualified firm to help us with the complete architecture & engineering services to get
our project completed smoothly and cost-effectively.
If you have any questions or need further clarification after you have read through the Request for
Proposal, please contact Chris Tooker at (949) 727.9100 or on my cell @ (714) 606.2767.
Proposals will be evaluated based on each Respondent’s demonstrated competence and
professional qualifications necessary for the satisfactory performance of the services required.
Selection criteria will include the following considerations:
Completeness of Proposal: Proposals must meet all of the District's requirements. Qualifications. Qualifications and experience of the firm and proposed team. Relevant experience: Depth of experience and quality with similar size & type projects. Quality: Client verifiable track record for quality & cost-effective solutions. Timeframe: Timeliness in completing the scope of work & required phased approach. Cost competitiveness: Proposed fees should be competitive with other qualified firms.
Sincerely,
Chris Tooker
Project Leader
8
MIDWAY CITY SANITARY DISTRICT (MCSD) CLIENT SPECIAL DISTRICT PROFILE
MCSD Mission Statement…
The Board of Directors and Employees of MCSD work diligently to provide sewer and solid
waste services to the residents of the District. Their top priority is to accomplish this in an
ethical, efficient, and cost-effective manner that will protect the health and safety of those
they serve.
MCSD as originally formed, had a service territory between Hazard to the north, Newland to
the east, Sugar (McFadden) to the south and Eucalyptus (Hoover St.) to the west. Currently,
the service area covers 10.4 square miles and provides service to all Westminster and
Midway City residents and businesses.
• From 1999 to 2010 the District invested over $19,500,000 into its sewer system, which
includes new dual force mains and the rehabilitation and facility improvements to all
four lift stations. All of this was mandated by the State and unfunded.
• From 2011 to 2018 the District invested $8,075,920 by purchasing 13 new CNG solid
waste trucks, 2 new CNG sewer Vector trucks, installation of a CNG fueling station and
rolled out a curbside organic recycling program. The District paid off all of its debt in
the amount of $9,500,000 and is debt-free including all pension liabilities.
The Board of Directors and the dedicated District employees of MCSD help keep both the
City of Westminster and Midway City a clean and safe place to live, by successfully
reducing the number of sewer spills, providing residents with solid waste containers and
providing special programs. The service the District provides to the people of Westminster
and Midway City is second to none.
9
PROJECT SCOPE INTRODUCTION
MCSD invites submittal responses to our “Request for Proposals” (“RFP”) from qualified
architectural and engineering firms (“Respondents”). These firms are interested in contracting with
District to provide architectural/engineering design and construction support services for the MCSD
Occupied Facilities Renovation and Expansion Project. After evaluating all RFP’s responses
submitted, the District will select the most qualified firm based upon professional qualifications,
demonstrated competence and experience, and cost competitiveness. The District will conduct an
evaluation of the proposals submitted confirming the scope completeness.
MCSD will be renovating & expanding 3 buildings. MCSD is a very established Special District
and will be upgrading its facilities. This project is to provide architectural and engineering services
to provide services from start to finish. Below are the basic building requirements.
1st Main Building SF – Current SF 3,617 Final Square Footage 7,423
2nd Annex Building SF – Current SF 1,500 +/- Final Square Footage Included
3rd Archive Building - Current SF 1,054 Final Square Footage 918
MCSD’s overall vision & expectations for this project must include the best
long-term value to the District, its constituents and public. Also the following:
1. Their 3 buildings into 2 upgraded buildings that include consolidate and
expand the main bldg. & annex bldg. and & replace the archive building.
2. Provide better operational efficiency & financial benefits. Bring the best
long-term cost-efficient value.
3. Create a workplace that serves the District’s needs for the next 30 plus years.
4. Match the current main building design & style. The finished building
should be light & airy & retain the function and operable windows but
upgrade to the current energy efficiency levels.
5. The interior materials should be quality & durable finishes & cost effective.
6. Modify the space as reflected in the attached space plan and create an
outdoor seating patio area.
7. Minimize disruption to current operations before & during construction.
8. Design a solar solution that maximizes roof solar or car port options.
9. Coordinate Utilities to bring high-speed fiber internet to the main building.
10. Provide a strong public identity and core District government functions
NOTE: The buildings should currently have adequate power for
expansion; please confirm.
.
10
BASIC SCOPE AND CHARACTER OF PROJECT
SCOPE OF SERVICES REQUIRED
1. Scope and Character of Project
a. The Project will be located at the District’s office at 14451 Cedarwood Avenue in
Westminster, CA. The newly proposed office building is intended to be approximately
7,423 gross square feet. This building footprint will utilize 100% of the current back-office
location and require the complete demolition of the back office. The Project will also
require demolition of the archive building and construction of his and her bathrooms and
new archive storage, which is approximately 918 gross square feet.
b. To support the solar needs of the new District office building and archive building, panels
should be installed on the roof and/or over the current parking lot nearest to Hazard Ave.
2. The Architect ultimately selected will be asked to provide architectural and engineering
services, including civil, structural, mechanical, plumbing, and electrical services and other
authorized services (landscape design, solar energy system design, etc.), as deemed appropriate;
prepare construction contract documents; and provide bidding and construction support for the
project. a. The Selected Architect shall conduct the pre-bid meeting at a date, time and location selected by the
District to:
• Review special project requirements and contract documents in general.
• Instruct prospective construction bidders and suppliers as to the types of information required by the
contract documents and the format in which the bids should be submitted.
• Receive requests for interpretations that will be issued by addendum.
• Conduct a pre-bid conference and job walk through.
• Prepare minutes of the meetings and issue to all attendees.
b. Miscellaneous Services during Bid Phase
• Assist District during the bidding process by reviewing and providing the District with responses to
submittal and requests for information and shop drawings related to specialty products and items.
c. Conduct Bid Award Selection support, review submitted bids, bid analysis and make
recommendation for the best overall construction firm
• The selected Architect shall assemble and respond to all questions during the bidding process and
assist the District in short listing the firm and interviewing as necessary.
• Selected Architect shall prepare and deliver a Bid Analysis in response to any and all bids received
by the District in response to the RFB for the project.
• District staff will review the bids and analysis accordingly and a recommendation to the Board of
Directors will be made to award the construction contract to the lowest responsive bidder for
construction of the project.
d. The District may evaluate potential engineering and other specialty sub-consultants as part
of the RFP and RFP process but intends to retain flexibility regarding the selection of sub-
consultants and the composition of the final Architectural team.
3. It is anticipated that the Architectural Contract between the District and the Architect
ultimately selected will contain, but is not limited to, the following scope of work:
11
a. The selected Architect will serve as the District’s professional architectural consultant in all
phases of the Project. The Architect will assist the District by verifying and developing the
architectural design program for the Project. After the design program has been developed, the
selected Architect will review and validate the major functional elements, space requirements
and relationships between the functional elements, requirements within each space
(environmental, acoustical, lighting, electrical, cabinetry, etc.), site development and
landscape requirements, applicable code and regulatory requirements, aesthetics and other
special considerations relevant to the Project.
b. The Basic Services of the selected Architect will include reviewing existing site conditions,
electrical equipment.
c. Basic Services will also include architectural services; performance and coordination of
structural, mechanical (including plumbing), electrical, civil engineering services; landscape
architectural services; exterior enclosure/waterproofing consultancy services; and any other
services stipulated in the Agreement for all Project phases, as part of Basic Services.
d. The selected Architect in coordination with the Project team will be asked to provide a
preliminary evaluation of the Project scope and Project budget requirements.
e. The selected Architect will interface with the various District user groups and other agencies
as required in order to integrate ideas and feedback, to ensure the District plans align with
the design and constructs a Project that meets its current and future needs.
f. The technical specifications and plans will need to be modeled for a RFB to be released by the
District to obtain bids from contractors for the build-out of the project.
g. The selected Architect shall perform the Construction Support of the project according to the
specifications set forth in the RFB technical scope of work. The Consultant shall specify the number of
site visits necessary to complete this task.
h. The selected Architect shall provide the commissioning guidelines (safety, performance, and inspection),
final acceptance quality assurance support services, post-upgrade performance, test report, final project
closeout guidelines and closeout procedure and performance testing checklist of the project.
i. The selected Architect shall provide preparation and delivery of final inspection and a performance
testing report.
j. The consultant shall review the project record, operations and maintenance manual and “as-built”
drawing submittals. This includes a planned and systematic pattern of all means and actions designed to
provide adequate confidence that the services meet the contractual and regulatory requirements.
k. Verify that the facility is constructed in compliance with the project specifications.
l. The quality assurance support services shall include review the project record, operations and
maintenance manual and “as-built’ drawing submittals. This includes a planned and systematic pattern of
all means and actions designed to provide adequate confidence that the services meet the contractual and
regulatory requirements.
12
m. Interpret the construction contract drawings and specifications, and provide written responses to
questions from the construction contractor requiring clarification during the construction of the project as
required by the District.
HOURLY RATES & REIMBURSABLES Please submit a breakdown of your hourly rates:
Do you add an administrative fee to your reimbursable expenses? If so what percent? %
How much do you charge for mileage? $ /per mile
13
FIRM INFORMATION, BACKGROUND AND
QUALIFICATIONS
RFP Content: 1. Company Information
a. Name & Address of Firm
b. Primary Contact Person
c. Telephone Numbers of Primary Contact Person, Work & Cell Number
d. E-Mail Address of Primary Contact Person
2. Brief History of Firm
a. Legal Structure (corporation, partnership, limited partnership, joint venture, etc.)
b. Size of Firm / Number of Staff
c. Years in Business
d. Organizational Chart of Firm, and tenure of executive management
e. If Firm is a partnership or association, a listing of all of the partners, general partners, or
association members known at the time of RFP submission who will participate in the
Architectural Contract if awarded.
3. Design Team Background
a. Project Architectural Team - Provide Project organizational chart
b. Principal in Charge
c. Director of Design
d. Project Manager
e. Project Architect
f. Interior Designer
4. Resumes of Team Members
a. Name, Office Location
b. Phone Number c. Years of Service with Firm d. Education
e. Professional Experience
f. Pertinent Experience
g. References from Pertinent Experience – please provide contacts for three (3) references
from past projects
h. Anticipated Project Roles/Services to be provided
14
5. Proposed Sub-consultants
a. Respondents should identify all sub-consultants with whom they would be willing to work
for each type of service. If the following listed and/or other disciplines will be provided
from within the Firm i.e. “in-house” internal staff, please state so clearly and include these
team members in the Project organizational chart.
6. List any other consultants not listed you anticipate having a role on this Project.
7. The District reserves the right to qualify, accept, or reject any proposed sub-consultant as
well as to qualify, accept, or reject the use of internal staff to provide certain types of architectural and/or engineering services.
8. Civic/Office Building Experience: The District seeks information concerning the experience of your firm, and your proposed team, with relevant experience in designing for the construction of civic buildings, office buildings, ancillary solar energy systems, or similar facilities. List relevant projects completed by your firm, including the five (5) most recent office buildings or similar facilities designed, completed, or under construction by your firm with construction budgets exceeding $2 million dollars each, preferably at least two (2) of them being locally completed projects, that best represent a similar scope, program and complexity to this Project planned by the District. For each project, include:
a. Completion Date / Anticipated Completion Date if under construction b. Project Name and Location
c. Project Budget and Final Construction Cost
d. Graphic Description (e.g. plans, elevations, renderings)
e. Photographs
f. Total Square Footage g. Cost per Square Foot h. Change Order Percentage
i. Special Features
j. Awards Received
k. Sustainability Criteria (e.g. LEED Certification achieved) l. Was the project completed on time and within budget (if not, please explain) m. Provide client and contractor contact information
n. Describe the roles played by the team members proposed for this Project
15
ADMINISTRATIVE REQUIREMENTS AND POLICIES
1. Respondents will be required to comply with all non-discrimination employment
regulations, including:
a. No person shall, on the grounds of race, color, creed, national origin, religious
affiliation or non-affiliation, sex, sexual orientation, marital status, age (over 40),
disability, medical condition (including but not limited to AIDS, HIV positive
diagnosis or cancer), political affiliation or union membership be excluded from
participation in, be denied the benefits of, or be subjected to discrimination under this
Agreement.
b. Respondents shall ensure equal employment opportunity based on objective standards of
recruitment, selection, promotion, classification, compensation, performance evaluations, and
management relations, for all employees under any contract that may result from this
submittal. Respondents’ personnel policies shall be made available to District upon request.
c. Respondents shall assure compliance with section 504 of the Rehabilitation Act of
1973 by submitting a signed letter of compliance. Respondents shall be prepared to
submit a self-evaluation and compliance plan to District upon request.
d. Respondents must comply with the Department of Industrial Relations with respect to
the provision on employee benefits. As set forth in the ordinance, such Respondents
are prohibited from discriminating in the provision of employee benefits between an
employee with a domestic partner and an employee with a spouse.
2. The District reserves the right to accept or reject any or all Proposals submitted, or to
request clarification or additional information or an alternative presentation of data from
any Respondent, at the District’s sole discretion. Further, while every effort has been
made to ensure the information presented in the RFP is accurate and thorough, the
District accepts no responsibility or liability for any unintentional errors or omissions in
this document.
3. Should Respondent realize during the review process that there has been a substantive
error or omission in its submittal, which does not alter basic services and has not already
resulted in disqualification from participating in the RFP process. It shall be at the sole
discretion of the District’s selection committee to decide whether to grant Respondent’s
request to correct its RFP submittal.
16
4. As a public agency, the District is subject to the California Public Records Act (“CPRA”
or the “Act”), Government Code section 6250, et seq. Under the CPRA, all documents in
the District’s possession that do not meet a statutory exemption to the Act are required to
be disclosed in response to a request. (Gov. Code § 6253). The Act defines public record
as any writing containing information relating to the conduct of public business. This
definition applies to submittals pursuant to this RFQ. The Act provides that public
records shall be disclosed upon written request and that any citizen has the right to
inspect any public record, unless the document is exempted from the disclosure
requirements. The District cannot represent or guarantee that any information submitted
in response to the RFQ will be confidential.
In the event that Respondent wishes to prevent disclosure, it is the sole responsibility of
Respondent to assert any applicable privileges or reasons why the document should not
be produced, and to obtain a court order prohibiting disclosure. Please be aware that the
District will not advise Respondent regarding obtaining legal relief, will not seek any
legal relief on Respondent’s behalf, and will not withhold the documents for any other
reason than Respondent’s clear intention to seek legal relief.
5. Successful and unsuccessful Respondents will receive a written notification of whether
their submittal was elevated to the next phase of RFP finalist evaluation. The written
notification will be sent to the name and address of the authorized officer of the firm
provided in the RFP submittal. The timing of written notification to Respondent is
entirely at the District’s sole discretion.
17
KEY SELECTION CRITERIA
REVIEW PROCESS
A. Evaluation.
All proposals received by the due date will be evaluated by the District. Only information which is
received in response to the RFP or any subsequent interview will be evaluated. The District will judge
the responses of each Respondent in several critical areas. Selected Respondents may be invited to an
oral interview. The District General Manager or designee will evaluate and rank the proposals based
on the selection criteria below for presentation to the District’s Board of Directors. In its discretion,
the Board of Directors may direct the General Manager to negotiate a professional services agreement
with the Respondent deemed to be the most qualified. If the Board of Directors determines that it is
in the best interest of the District, the Board of Directors may award more than one agreement to the
most qualified firms or reject all proposals. Failure upon the part of the successful Respondent to
negotiate in good faith or to promptly execute the Professional Services Agreement negotiated with
District shall, in the sole discretion of the District, be just cause for the annulment of any award to
that firm.
B. Selection Criteria.
The District will select the most qualified Respondent based on the following factors. Responses to
the RFP should address the qualities and indicators that are listed below:
1. Capabilities of the Respondent and/or its proposed team, which includes an assessment of the
capabilities of the Respondent and individuals that will be engaged in the Project. Qualities and
indicators that will receive consideration include:
• What professionals will be doing/working on each task;
• The various professional, technical, and educational achievements and registrations of each
firm and individuals involved;
• The applicable experience of the proposed assigned staff and the specific experience gained
on similar projects.
2. Ability of the Respondent to design an approach and work plan to meet the Project
requirements, which will include an assessment of the overall quality of the proposal. Qualities and
indicators that will receive consideration include:
• The Respondent’s performance in converting the Scope of Services into a work plan;
• The detail and clarity of the discussion as to the Respondent’s approach to undertaking the
Project;
18
• The Respondent’s performance in identifying any special problems or concerns which may
be associated with the Project and preliminary ideas about how these obstacles should be
addressed;
• The inclusion of any unique approaches which are designed to save time and money or
increase the benefits or effectiveness of the proposed work; and
• The demonstrated ability to work with governmental bodies and a full understanding of
applicable laws or regulations that relate to the Project.
3. Ability of the Respondent to carry out and manage the Project, which includes an assessment
of the past experience of the Respondent in general. Qualities and indicators that will receive
consideration include:
• The number and types of similar projects the Respondent or its employees have completed;
• The variety of projects completed and a demonstration of the Respondent’s ability to
undertake this Project;
• The Respondent’s ability to realize timetables and quality control objectives; and
• The demonstrated general ability to bring about a successful completion of the projects under
the Respondent’s direction.
4. Ability of the Respondent to provide the required services within the timeframes requested by
the District, which includes an assessment of the perceived ability of the Respondent to devote the
necessary human resources and management attention to the Project. Qualities and indicators that will
receive consideration include:
• The Respondent’s geographic proximity to the Project site and the availability of special travel
or communication plans which would effectively mitigate difficulties associated with
location;
• The number and size of the projects presently being performed by the Respondent and the
assigned staff;
• The status of existing projects;
• The past ability of the Respondent to deliver projects on a timely basis; and
• The nature of existing projects that are behind schedule or past the completion date.
5. Cost of Proposal. Respondents should provide an estimate of the total cost to the District to
provide each of the service components required, based on estimates time estimates and rates for the
personnel proposed to be assigned to each task. Respondents should complete the Pricing form
attached to this RFP and provide proposed pricing for each component.
6. Willingness to comply with the proposed Contract terms. The successful Respondent will
be required to enter into a Professional Services Agreement with the District. A sample Agreement
is attached as Exhibit 1. Any exceptions to the terms set forth in the sample Agreement should be
19
noted in the Proposal. Proposals will be evaluated based on the exceptions taken to the proposed
Agreement.
The District reserves the right to reject any Proposal not submitted within the required timeframe;
reject any incomplete Proposal submitted; contact client references provided; require further
information; and/or require interviews with any Respondent. All costs related to the preparation,
submittal, and/or presentation of a Proposal are the responsibility of the Respondent and will not be
assumed in full or in part by the District.
20
GENERAL CONDITIONS
1. The Proposal should be clear and concise to enable management-oriented personnel to
make a thorough evaluation and arrive at a sound determination as to whether the
Proposal meets the District’s requirements. To this end, each Proposal should be as
specific, detailed and complete as to clearly and fully demonstrate that the Respondent
has a thorough understanding of and has demonstrated knowledge of the requirements to
perform the work (or applicable portion thereof).
2. The submission of a Proposal does not commit District to award a contract for the
Project, to pay costs incurred in the preparation of a Proposal or to procure or contract for
any services. Costs for preparing the Proposal will be paid entirely by the Respondents.
3. District reserves the right to interpret or change any provision of this RFP at any time
prior to the Proposal submission date. Such interpretations or changes shall be in the
form of addenda to this RFP. The District, in its sole discretion, may determine that a
time extension is required for submission of Proposals, in which case such addenda shall
indicate a new Proposal submission deadline. District reserves the right to waive
inconsequential deviations from stated requirements.
4. District retains the right to reject any and all Proposals, to contract work with whomever
and in whatever manner District decides, or to abandon the work entirely. District shall
make final decisions regarding a Respondent’s qualifications. All decisions concerning
Respondent selection shall be made in District’s best interests.
5. District has made a determination in accordance with Section 6255 of the Government
Code that all Proposals submitted in response to this RFP shall not be made public by
District until after District issues a notice of intent to enter into a Contract with the
successful Respondent. In addition, District has made a determination in accordance with
Section 6255 of the Government Code that all Respondent proprietary financial
information submitted in response to this RFP and specifically identified by the
Respondent as “confidential” will not be made public by District and will be returned to
each Respondent, unless otherwise required by law. In the event a Respondent wishes to
claim other portions of its Proposal exempt from disclosure under the Public Records
Act, Respondent should clearly identify those portions with the word “confidential”
printed on the lower right-hand corner of the page, along with a written justification as to
why such information should be exempt from disclosure. Blanket designations of
“confidential” shall not be effective. However, District will make a decision based upon
applicable laws.
6. District will notify the applicable Respondents of any requests for disclosure under the
Public Records Act. Respondents agree to defend and indemnify District from any claims
and/or litigation arising from such requests.
7. Proprietary or confidential data should be readily separable from the remainder of the
Proposal in order to facilitate eventual public inspection of the non-confidential portion
of the Proposal. Confidential data is normally restricted to confidential financial
information. The price of products offered or the cost of services shall not be designated
as proprietary or confidential information.
8. Withdrawal of Proposal. No proposal may be withdrawn after the scheduled proposal
closing time for a period of ninety (90) days.
21
9. Understanding of Proposal Documents. Submission of a proposal shall constitute an
acknowledgment that the proposer has thoroughly examined and is familiar with all RFP
documents and documentation. The failure or the neglect of a Consultant to receive or
examine any RFP documentation shall in no way relieve it from any obligation with
respect to its proposal or the obligations that flow from making a successful proposal. No
claim based upon a lack of knowledge or understanding of any RFP documentation or its
contents shall be allowed.
10. Disqualification of Respondent. Without in any way limiting the District’s right, in its
sole and absolute discretion, to reject any or all proposals, proposers are advised that any
of the following may be considered as sufficient cause for the disqualification of a
Respondent and the rejection of a proposal: (i) submission of more than one proposal
hereunder by an individual, firm, partnership or corporation under the same or different
names; (ii) evidence of collusion among Respondents; (iii) the Respondent being in
litigation or other dispute with the District; (iv) the Respondent having defaulted on a
previous agreement with the District; (v) failure to meet minimum qualifications as
specified in this RFP; (vi) any attempt to influence any member of the District Board
other District employee or agent.
11. Irregularities. Proposals will be considered irregular and may be rejected for omission,
alterations of form, additions not called for, conditions, limitation, unauthorized alternate
proposals or other irregularities of any kind. The District reserves the right to waive any
such irregularities.
22
RFP PROCESS, PROJECT MANAGER & DATES
1. Job site Project Walk Through Mandatory Bidders
a. A Mandatory Bidders walk through will be conducted @ the MCSD Facility on: Thursday 7/2/2020 @ 10:00 am by:
Chris Tooker, Project Manager at Trendzitions ([email protected]) 949.727.1900 x209
2. RFP Clarifications & Inquiries
a. Any explanation desired by a Respondent regarding the meaning or interpretation of this RFP, must be requested in writing by email only to Chris Tooker
([email protected]) Chris Tooker, Project Manager at Trendzitions
b. All written inquiries and requests for additional information pertaining to this RFP, any Addendum, or any matter relating to the Architect selection process, must, unless otherwise identified in an Addendum, must be submitted by. Friday 7/17/2020by 12 noon.
c. All question responses will be provided to all bidders via email correspondence to all respondents by Friday 7/24/2020 5pm
3. Proposal Deadline
a. Proposals must be properly addressed and received at the MCSD office at the following address and by the following date and time, after which time the proposals submitted shall be opened:
14451 Cedarwood Ave., Westminster, CA 92683
by Friday 7/31/2020@ 2:pm
23
PRICING Time Frame & Pricing ARCHITECTURAL SERVICES: DAYS TOTAL
1. Review Space Programming & Field Verification (as needed) $
* Main Building
* Main Building Rendering
* Kitchen Rendering
* Locker Room/Shower Building Drawing
2. Produce Complete Construction Documents & Plan Check
Corrections $
3. Produce MEP Engineering Documents $
Produce Civil Engineering Documents $
Produce Structural Engineering Documents $
Produce Landscape Architecture Drawings $
Produce Other Engineering Documents $
Produce Renderings (Interior & Exterior) $
4. Interior Design Development – Select & Provide finish boards $
5. Building Department Submittals – City, County & fire permits $
6. RFI Responses – Turnaround Times $
7. Submittal Reviews/Approvals – turnaround times $
8. Attend On Site weekly meetings $
9. Punch List Walk-Thru and Closure documentation process $
10. Any Other Consultants or Services Required: $
TOTAL ARCHITECTURAL TIMING & FEES: $
Time Frame & Pricing
ENGINEERING SERVICES: DAYS TOTAL
1. Mechanical, Electrical & Plumbing $
2. Civil Engineering $
3. Structural Engineering $
4. Landscape Architecture $
5. Other Engineering $
TOTAL ENGINEERING TIMING & FEES: $
TOTAL ARCHTECT & ENGINEERING TIMING & FEES:
DAYS FEES $
24
PROJECT REFERENCES
Provide the following for 1) similar civic projects: 2) similar type projects; and 3) Westminster projects.
PROJECT REFERENCES
CLIENT CONTACT TITLE PHONE NUMBER
References on similar civic type projects.
References on similar type of occupied remodel & expansions.
References projects in the city of Westminster:
25
Construction Support Services (option 1 Lump Sum): $
Construction Support Service provides a variety of construction support services to help identify
potential problems, provide effective solutions, evaluate technical and budgetary alternatives,
anticipate or avoid future disputes, and generally result in a better design and budget. Must offer
value engineering, constructability reviews, due diligence and facility condition assessments,
technical reviews, cost estimating, scheduling, and change order and claims analysis.
Scope of Construction Support services
1. Complete assessment of client’s occupancy goals before, during and after the remodel.
2. Value engineer the design & build process to meet costs & quality goals for District.
3. Develop integrated schedule for GC & client to avoid, minimize downtime & disruption.
4. Lead & manage contractor & project team and all client communications.
5. Manage & drive schedule to maintain deadlines and keep project timelines.
6. Manage & monitor budget accountability from start to finish.
7. Conduct weekly on-site supervision proactively address Client concerns & site conditions.
8. Complete monthly meeting minutes that include ALL project vendor activities/obligations.
9. Manage the review & approval of all payments, conditional & unconditional lien releases.
10. Manage the timely punch list completion and quality expectations of the District.
11. Provide oversight & integration of all project scope related vendors, technology, products.
12. Manage the relocation process for each phase so as to not interfere with daily operations.
HOURLY RATES & REIMBURSABLES Please submit a breakdown of your time estimate hourly rates:
Do you add an administrative fee to your reimbursable expenses? If so what percent? %
How much do you charge for mileage? $ /per mile
26
EXHIBIT 1
PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made this __________ day of , 2020, by the MIDWAY CITY
SANITARY DISTRICT, ("DISTRICT") and . , hereinafter referred to as
“CONTRACTOR”.
RECITALS
The following recitals are a substantive part of this Agreement:
4. This Agreement is entered into pursuant to Midway City Sanitary District Board authorization dated ___
, 2020.
5. District desires to utilize the services of CONTRACTOR to provide Technical Consulting and Design
Services for the MCSD Expansion & Occupied Renovation Project.
6. CONTRACTOR is qualified by virtue of experience, training, education and expertise to accomplish
services.
AGREEMENT
THE PARTIES MUTUALLY AGREE AS FOLLOWS:
1. Term and Termination. This Agreement shall cover services rendered from the full execution of this
Agreement through completion of the tasks outlined in the Proposal (Attachment “A”), which is attached
and is hereby incorporated herein by reference. CONTRACTOR is required to present evidence to support
performed work completion.
2. Services to be Provided. The services to be performed by CONTRACTOR shall consist of tasks as set forth
in the Proposal. The Proposal is attached as Attachment "A", and is incorporated herein by reference. To
the extent that there are any conflicts between the provisions described in Exhibit “A” and those
provisions contained within this Agreement, the provisions in this Agreement shall control. The
Proposal and this Agreement do not guarantee any specific amount of work.
3. Compensation. CONTRACTOR shall be compensated as follows:
a. Amount. Compensation under this agreement shall be per schedule included in Proposal
(Attachment “A”).
b. Payment. For work under this Agreement, payment shall be made per invoice for work completed. For
extra work not a part of this Agreement, a written authorization by DISTRICT will be required, and
payment shall be based on schedule included in Proposal (Attachment “A”). All work shall be in
accordance with Proposal, and payable in arrears.
c. Records of Expenses. CONTRACTOR shall keep complete and accurate records of all costs and
expenses incidental to services covered by this Agreement. These records will be made available at
reasonable times to DISTRICT.
27
d. Termination. DISTRICT shall have the right to terminate this Agreement, without cause, by giving
thirty (30) days written notice of termination. If the Agreement is terminated by DISTRICT, then the
provisions of paragraph 3 would apply to that portion of the work completed.
4. Insurance requirements.
a. Commencement of Work. CONTRACTOR shall not commence work under this Agreement until all
certificates and endorsements have been received and approved by the DISTRICT. All insurance
required by this Agreement shall contain a Statement of Obligation on the part of the carrier to notify
the DISTRICT of any material change, cancellation, or termination at least thirty (30) days in advance.
b. Workers Compensation Insurance. During the duration of this Agreement, CONTRACTOR and all
subcontractors shall maintain Workers Compensation Insurance in the amount and type required by
law, if applicable.
c. Insurance Amounts. CONTRACTOR shall maintain the following insurance for the duration of this
Agreement:
i. Commercial general liability in an amount of $1,000,000.00 per occurrence: claims made and
modified occurrence policies are not acceptable); Insurance companies must be acceptable to
DISTRICT and have a Best’s Guide Rating of A- Class VII or better, as approved by the
DISTRICT.
ii. Automobile liability in an amount of $1,000,000.00 combined single limit: claims made and
modified occurrence policies are not acceptable; Insurance companies must be acceptable to
DISTRICT and have a Best’s Guide Rating of A- Class VII or better, as approved by the
DISTRICT.
iii. Professional liability in an amount not less than $1,000,000. Insurance companies must be
admitted and licensed In California and have a Best’s Guide Rating of A-,Class VII or better, as
approved by the DISTRICT. If the policy is written on a “claims made” basis, the policy shall
be continued in full force and effect at all times during the term of the agreement, and for a
period of three (3) years from the date of the completion of services provided. In the event of
termination, cancellation, or material change in the policy, professional/consultant shall obtain
continuing insurance coverage for the prior acts or omissions of professional/consultant during
the course of performing services under the term of the agreement. The coverage shall be
evidenced either by a new policy evidencing no gap in coverage, or by obtaining separate
extended “tail” coverage with the present or new carrier.
An On-Going and Completed Operations Additional Insured Endorsement for the policy
under section 4.3 (a) shall designate DISTRICT, its officers, officials, employees, agents, and
volunteers as additional insureds for liability arising out of work or operations performed by or
on behalf of the CONTRACTOR. CONTRACTOR shall provide to DISTRICT proof of
insurance and endorsement forms that conform to DISTRICT’s requirements, as approved by
the DISTRICT.
An Additional Insured Endorsement for the policy under section 4.3 (b) shall designate
DISTRICT, its officers, officials, employees, agents, and volunteers as additional insureds for
automobiles, owned, leased, hired, or borrowed by the CONTRACTOR. CONTRACTOR shall
28
provide to DISTRICT proof of insurance and endorsement forms that conform to DISTRICT’s
requirements, as approved by the DISTRICT.
For any claims related to this Agreement, CONTRACTOR’s insurance coverage shall be
primary insurance as respect to DISTRICT, it’s officers, officials, employees, agents, and
volunteers. Any insurance or self-insurance maintained by the DISTRICT, its officers, officials,
employees, agents, and volunteers shall be excess of the CONTRACTOR’s insurance and shall
not contribute with it.
5. Non-Liability of Officials and Employees of the District. No official or employee of DISTRICT shall be
personally liable to CONTRACTOR in the event of any default or breach by DISTRICT, or for any amount
which may become due to CONTRACTOR.
6. Non-Discrimination. CONTRACTOR covenants there shall be no discrimination against any person or
group due to race, color, creed, religion, sex, marital status, age, handicap, national origin, or ancestry, in any
activity pursuant to this Agreement.
7. Independent Contractor. It is agreed to that CONTRACTOR shall act and be an independent contractor
and not an agent or employee of the DISTRICT, and shall obtain no rights to any benefits which accrue to
DISTRICT'S employees.
8. Compliance with Law. CONTRACTOR shall comply with all applicable laws, ordinances, codes, and
regulations of the federal, state, and local government.
9. Notices. All notices shall be personally delivered or mailed to the below listed address, or to such other
addresses as may be designated by written notice. These addresses shall be used for delivery of service of
process.
(CONTRACTOR)
(DISTRICT) Midway City Sanitary District
Attention: Ken Robbins
14451 Cedarwood Avenue
Westminster, CA 92863
(WITH COPY TO) Midway City Sanitary District
Attention: General Counsel
14451 Cedarwood Avenue
Westminster, CA 92863
10. Contractor's Proposal. This Agreement shall include CONTRACTOR'S proposal or bid which shall be
incorporated herein by reference. In the event of any inconsistency between the terms of the proposal and
this Agreement, this Agreement shall govern.
11. Licenses, Permits, and Fees. At its sole expense, CONTRACTOR shall obtain all permits, and licenses as
may be required by this Agreement.
12. Familiarity with Work. By executing this Agreement, CONTRACTOR warrants that: (1) it has
investigated the work to be performed; (2) it has investigated the site of the work and is aware of all
conditions there; and (3) it understands the facilities, difficulties, and restrictions of the work under this
Agreement. Should CONTRACTOR discover any latent or unknown conditions materially differing from
29
those inherent in the work or as represented by DISTRICT, it shall immediately inform DISTRICT of this
and shall not proceed, except at CONTRACTOR'S risk, until written instructions are received from
DISTRICT.
13. Time of Essence. Time is of the essence in the performance of this Agreement.
14. Limitations Upon Subcontracting and Assignment. The experience, knowledge, capability, and
reputation of CONTRACTOR, its principals and employees were a substantial inducement for DISTRICT
to enter into this Agreement. CONTRACTOR shall not contract with any other entity to perform the
services required without written approval of the DISTRICT. This Agreement may not be assigned
voluntarily or by operation of law, without the prior written approval of DISTRICT. If CONTRACTOR is
permitted to subcontract any part of this Agreement, CONTRACTOR shall be responsible to DISTRICT
for the acts and omissions of its subcontractor as it is for persons directly employed. Nothing contained in
this Agreement shall create any contractual relationship between any subcontractor and DISTRICT. All
persons engaged in the work will be considered employees of CONTRACTOR. DISTRICT will deal
directly with and will make all payments to CONTRACTOR.
15. Authority to Execute. The persons executing this Agreement on behalf of the parties warrant that they are
duly authorized to execute this Agreement and that by executing this Agreement, the parties are formally
bound.
16. Indemnification. CONTRACTOR agrees to protect, defend, and hold harmless DISTRICT and its
elective or appointive boards, officers, agents, and employees from any and all third party claims,
liabilities, expenses, or damages of any nature, including attorneys' fees, for bodily injury or death of any
person, or damage to property, or interference with use of property, to the extent caused by negligent acts,
errors or omissions or willful misconduct by CONTRACTOR, CONTRACTOR's agents, officers,
employees, subcontractors, or independent contractors hired by CONTRACTOR. The exception to
CONTRACTOR's responsibility to protect, defend, and hold harmless DISTRICT, is due to the negligence
of DISTRICT, or any of its elective or appointive boards, officers, agents, or employees.
This hold harmless agreement shall apply to all liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided
by CONTRACTOR.
30
IN WITNESS THEREOF, these parties have executed this Agreement on the day and year shown below.
Date:____________ "DISTRICT"
MIDWAY CITY SANITARY DISTRICT
By:_____________________________________
_____________________________ Board President
ATTESTED:
________________________________________________________
Board Secretary Date:
Date:____________ "CONTRACTOR"
By: ____________________________
Name: _________________________
Title: __________________________
Tax ID No.:_____________________
If CONTRACTOR is a corporation, a
Corporate Resolution and/or Corporate
Seal is required. If a partnership,
Statement of Partnership must be
submitted to District.
APPROVED AS TO FORM:
_______________________________
General Counsel
Midway City Sanitary District Date: