CITY OF INGLEWOOD Residential Sound Insulation Program REQUEST FOR QUALIFICATIONS/PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE CITY OF INGLEWOOD RESIDENTIAL SOUND INSULATION PROGRAM JANUARY 2008
City of Inglewood Aircraft Noise Mitigation Program One Manchester Boulevard Inglewood, CA 90301 (310) 412-5289 I. INTRODUCTION The City of Inglewood invites interested Construction Management Service Firms to submit Proposals and Statements of Qualifications for services related to the City s Residential Sound Insulation Program (Program). The Program operates under Federal Aviation Administration (FAA) Part 150 Airport Noise Compatibility Planning, Los Angeles World Airports (LAWA) and City of Inglewood guidelines. The selected Construction management firm will be responsible for supplementing Program Construction management for Residential sound insulation projects including tasks as outlined in this RFP. The type of Residential projects includes single family, multi-family and condominium units. Selection of the Construction Management firm will be in accordance with FAA Part 150 Guidelines, LAWA and City of Inglewood guidelines. II. DESCRIPTION OF WORK MINIMUM REQUIREMENTS AND SERVICE The Construction Management firm selected is to provide construction management services needed during the pre-construction and construction phases of the project. The City of Inglewood is the sponsor of the Residential Sound Insulation Program being funded by the Federal Aviation Administration (FAA) and Los Angeles World Airports (LAWA). III. SCOPE OF PROFESSIONAL SERVICES A. PRE-CONSTRUCTION PHASE Prepare master conceptual schedule (Microsoft project) including pre-construction and construction activities and milestone completion dates. Schedule and chair pre-construction meetings with all parties involved in the project. Attend all meetings required by the City of Inglewood RSIP. 1
B. CONSTRUCTION PHASE Provide full time construction management services for each project assigned. Establish and implement coordination and communication procedures among all project participants including the property owner. Act as City s representative in administering construction oversight on assigned projects. Attend all meetings required by the City of Inglewood RSIP. Prepare and update Microsoft project report during the construction period and submit to City of Inglewood after every progress meeting or as requested. Schedule and notify all parties and chair progress meeting during the construction phase of assigned project. Provide proper documentation in line with the City of Inglewood RSIP procedures and coordinate with the RSIP department Liaison for filing and documentation. Maintain log for all submittals, schedules and other activities. Review all submittals by the contractor and coordinate with the design consultants for the approval of the shop drawing submittals. Verify and implement all required contract requirements including permits and licenses from the contractor. Implement the change order control system. Negotiate and review change orders and approve cost proposals. Coordinate with RSI staff the resolution of conflicts in the plans and specifications, design changes and unforeseen conditions. Manage and respond to all contractor and property owner claims or complaints. Establish and implement procedures for processing and expediting Requests for Information (RFI), materials samples, substitutions and payment requests. Maintain site photos and correspondence and submit to City of Inglewood RSIP as requested. Review, monitor and implement OSHA safety program within each assigned project. Provide and implement a comprehensive construction management strategy to monitor the project including Quality Control inspection and Quality Assurance. Ensure project acceptance is in conformity with all contract requirements including satisfaction by the property owner. C. PROJECT CLOSE OUT Coordinate and ensure completed warranty package is issued to each owner. Explain to the owner the terms and conditions of the warranty period. Review all close-out documentation including record drawings and submit to the City of Inglewood RSIP Department. Close the projects including the final payments or Retention as may be necessary as requested by the City. 2
IV. TENTATIVE PROPOSED SCHEDULE The following is a tentative schedule for the selection of consultant(s). Consultant Selection Schedule 2008 1. Advertise RFQ & conduct mailing to selected CM firms 1/15/2008 2. Pre-Proposal meeting 2/20/2008 3. Proposal due date 3/18/2008 4. Review submittals 4/1/2008 5. Schedule interviews with CM firms 4/1/2008 6. Hold interviews 4/29/2008 7. Select CM firms 5/6/2008 8. Negotiate Costs 5/20/2008 9. Council award 6/17/2008 10. Final execution (pending submittal of all necessary insurance documents) 7/1/2008 11. Issue Notice to Proceed 7/15/2008 V. PROGRAM ORGANIZATION The City of Inglewood will have primary responsibility for implementing the Program and will have primary responsibility for Project Design, Bidding, Community Outreach, Contract Administration and Construction Management. VI. PROGRAM COMPLETION The selected Firm shall complete the work defined in this RFP within 18 (eighteen) months from the date of the Notice to Proceed. A Notice to Proceed will be issued after a contract is executed. The time between the Notice to Proceed and actual start of work shall be determined during the negotiation process. VII. QUALIFICATIONS OF CONSTRUCTION MANAGEMENT FIRM All prospective Construction Management firms shall have sufficient qualified personnel, subcontractors, and resources to accomplish all the services described herein within the prescribed time. The Proposer shall be capable of furnishing all necessary professional technical services as required to plan, manage and coordinate the related services for the Construction Management and implementation of the City s Residential Sound Insulation Projects. The Proposer shall have prior experience and capabilities in residential construction projects. Experience in Residential Sound Insulation projects is desirable. It is the intent of the City of Inglewood to negotiate an agreement with one or more qualified firms for the services outlined in the Request for Proposals (RFP). 3
Minimum Qualifications of Construction Managers: The candidate must possess a bachelors degree in Architecture or Engineering or closely related field. He/She must have a min. of 2 years working experience in the Residential sound insulation field or Aircraft noise mitigation project or 5 years on other Construction projects. The ideal candidate must have been a construction manager for a minimum of 5 years. The ideal candidate must have a broad knowledge in contract administration, project management, budget analysis and safety. The ideal candidate must have a minimum of 3 years technical supervisory experience. Must possess a valid California Drivers License. Construction Manager shall provide services required that include Project Planning, Design and Standard recommendation, Coordination, Project and Site management, Supervision, Quality Control inspection and Quality Assurance of the project. VIII. CONTENTS OF PROPOSAL If your firm is qualified and would like to be considered please furnish a formal proposal addressing the following items in detail: A. Identify your firm name, address and telephone number. Indicate whether your firm is a corporation, joint venture, partnership or sole proprietor. Indicate the name(s) of the owner(s) of your firm and number of years in business. B. Identify all subconsultants to be used in planning and implementing this program by firm name, address and telephone number and provide examples of experience of each subconsultant and their key staff as related to the service they are to perform. C. Identify the designated Project Manager as well as key staff personnel for this project along with their background, experience and project responsibilities. Provide information regarding the professional registration of the principals and employees as well as applicable or required California State Licenses or registrations. D. Provide a concise statement of your firms understanding of the Project. E. Provide a statement on limitation of liability and errors and omissions coverage for your firm and all sub-consultants. F. Describe project management methods and systems proposed for the project. Demonstrate your firm s ability to manage coordination between several simultaneous construction projects while meeting schedules and managing costs. Discuss your capabilities to staff this project and to ensure completion on schedule and within budget. 4
G. Provide a list of clients for whom similar services have been provided and the nature of services provided to each client. H. Provide information regarding recent experience your firm has had in regard to the implementation of residential sound insulation programs, if applicable. Describe each project, including when the design was completed and where it is located. I. Submit names including RESUME of Potential Construction Management Personnel for the project. Each candidate will be reviewed, interviewed and approved by the City of Inglewood, Residential Sound Insulation Program Department. IX. SELECTION PROCEDURE Upon receipt of responses, all Proposals will be evaluated on the basis of professional experience, qualifications and the service to be performed. After review of the written proposals, a select number of firms will be invited to give an oral presentation on their organization, experience, capabilities and approach to the project. The proposals will be evaluated utilizing but not limited to the following criteria: A. Extent of previous experience relevant to this project. B. Current workload and the ability to devote resources necessary to complete the project within established time frames. C. Quality of projects previously undertaken. D. Ability to coordinate efforts with agency staff and program participants. E. Demonstrated ability to complete projects without having major cost escalations or overruns. F. Understanding of the project s potential problems and the City s special concerns. X. SUBMISSION OF PROPOSALS AND STATEMENTS OF QUALIFICATIONS Qualified consultants are requested to submit seven (7) copies of their Proposal for Professional Services for Residential Sound Insulation in the City of Inglewood to: Maria Torres Sr. Administrative Analyst City of Inglewood One Manchester Blvd., 5 th Flr. Inglewood, CA 90301 The submittals must be received on or before, but not later than, March 18, 2008 at 5:00 p.m., Pacific Standard Time (PST). Telegraphic, telephonic or facsimile (FAX) responses will not be accepted. 5
A Pre-Submittal meeting will be held February 20, 2008 at 10:00 a.m. (PST) at Inglewood City Hall, Community Room A. At this meeting, staff will discuss the scope of work, general contract issues and respond to questions from attendees. Questions should be directed to Maria Torres at (310) 412-5289. This RFQ, as well as other program information, may be viewed by visiting the City of Inglewood Residential Sound Insulation webpage at: http://www.cityofinglewood.org/depts/airportnoise/overview.asp. The City makes no representation that any agreement will be awarded to any firm responding to this request. The City reserves the right to waive informality in any proposal, to accept or reject any or all proposals, to reject one part of a proposal and accept another, to re-advertise and/or seek other proposals as the interest of the City may require. There is no expressed or implied obligation for the City to reimburse responding firms for any expense incurred in preparing a proposal in response to this request. All information submitted to the City of Inglewood shall become the property of the City and will be returned to the responding party at the City s option. 6