
Proposal & Bid Notice Details:
DEPARTMENT OF GENERAL SERVICES (DGS)
DEPARTMENT OF GENERAL SERVICES (DGS)-RFQ-RESD-PMDB 2023-10-FOR, EXPOSITION PARK UNDERGROUND PARKING STRUCTURE PROJECT(Full Version).
Notice Summary:
Request for Qualifications (RFQ)
Department of General Services
Real Estate Services Division
Project Management and Development Branch
The Department of General Services (DGS), Real Estate Services Division (RESD), Project Management and Development Branch (PMDB) is requesting Statements of Qualifications (SOQ) from Construction Management firms, pursuant to Government Code §4525 et. seq.
I. PROJECT DESCRIPTION
RESD-PMDB 2023-10
EXPOSITION PARK UNDERGROUND PARKING STRUCTURE
OFFICE OF EXPOSITION PARK MANAGEMENT
HEADQUARTERS, COMMUNITY CENTER AND PARK
LOS ANGELES, LOS ANGELES COUNTY, CA
Provide professional construction project management services as a Construction Manager for the Design-build construction of the Exposition Park Underground Parking Structure, Headquarters and Community Center, and Park (EPUHC).
Design and Construction of a new underground parking structure, surface parking areas, roadways, headquarters and community center building, infrastructure, and park for the Office of Exposition Park Management in accordance with the Exposition Park Master Plan. The project will be located at the southeast corner of Exposition Park bordered by W. Martin Luther King Jr. Blvd and S. Figueroa Street, in the City of Los Angeles, Los Angeles County, California. The project will include: the demolition of existing surface parking lots and the installation of underground utilities, construction of a new 720,000 square foot 3-story subterranean parking garage containing a minimum of 2,069 parking spaces. The new underground parking garage will be covered by 217,008 square feet of artificial green grass space at street level capable of supporting vehicular traffic and infrastructure for future amphitheater/skate park space with public restrooms and outdoor concession space. Additionally, the project will be constructing an approximate 43,000 square foot 3-story Exposition Park Headquarters and Community Center including emergency power system with generators, and a minimum120-space surface bus parking lot covered by shade structures with photo voltaic system. New site improvements including a site monument sign, wayfinding signage, and new native drought tolerant landscaping are also included in this project. Site work includes but is not limited to new utility infrastructure, local roadway improvements, lighting, fencing, utilities, and related improvements. The new utility facilities will require coordination with local utility companies for electrical, gas, cable/internet/low voltage communication, and the City and County for utilities such as storm drainage, wastewater, garbage, fire suppression, lighting, roadways for ingress/egress including local permitting and water. The project will be designed and constructed for LEED Gold certification and Zero Net Energy (ZNE).
The estimated cost of construction for the project is $307,000,000.00. The estimated duration of the contract for the Construction Manager will be now thru July 2028.
II. SCOPE OF SERVICES
The successful firm shall provide professional construction management (CM) services and additional services as required for the above referenced project. The services may include, but not be limited to, construction project design review and evaluation, construction mobilization and supervision, bid evaluation, project scheduling, cost-benefit analysis, claims review and negotiation, and general management and administration of a construction project.
Provide professional construction project management (CPM), and other services as required for Design-Build delivery of the project described in the Project Description. “Construction Project Management” means those services provided by a licensed architect, registered engineer, or licensed general contractor which meet the requirements of government Code section 4529.5 for management and supervision of work performed on state construction projects as stated below:
Any individual or firm proposing to provide construction project management services shall provide evidence that the individual or firm and its personnel carrying out onsite responsibilities have expertise and experience in construction project design review and evaluation, construction, mobilization and supervision, bid evaluation, project scheduling, cost-benefit analysis, assistance in the development of a design-build solicitation package, commissioning, claims review and negotiation, peer/constructability review, code compliance, review for conformance with RFP, and general management and administration of a construction project.
The responsible party shall be an architect or engineer licensed to practice in the State of California (CA), or a general contractor licensed in the State of California, and all work shall be performed under and approved by the responsible party. Services may be required during the following phases: Performance Criteria and Design-Build.
Project delivery method will be ‘design-build’ as outlined in the Public Contract Code.
The firm shall have experience in construction project management, services for the design and construction of facilities of similar size and complexity and experience with State of California design-build delivery process; knowledge of the design and operation of State of California buildings; knowledge of the sustainable design process and design excellence including “Leadership in Energy & Environmental Design” (LEED™) and Zero Net Energy (ZNE); knowledge of the Division of State Architect (DSA) and Federal Accessibility requirements; knowledge of the State Fire Marshal requirements for fire and life safety and; knowledge of Secretary of Interior Standards and requirements for inclusion into the RFP; familiarity with site assessments, guidelines and performance criteria and performance specifications, value engineering and/or systems proposals, life cycle cost analysis, on-site construction representation/observation and reporting including, but not limited to, tenant move-in, facility activation and post-occupancy, preparation and review of punch-lists, close-out activities, and other services required by the scope of the project.
The role of the CPM is to provide an extension to State staff to enable the projects to complete within the authorized scope, budget, and schedule with no adverse legal action and to the satisfaction of the State.
CPM Services during the Performance Criteria Phase may include but are not limited to:
- Assist in the development of the RFQ, RFP, project procurement approaches, solicitation and selection of the most qualified Design-Build firm and the subsequent award, contract negotiation, contract preparation/execution and contract execution.
- Review of performance criteria and design-build documents for completeness
- Estimating and verification of project cost budget and cost estimates
- Constructability review of performance criteria documents for errors/omissions, and overall coordination between plans/specs and operations.
- Development and maintenance of the master project schedule
- Project Management
- Conducting on-going value-engineering program to maximize the value to the State, and other overall project management services needed by scope of project.
CPM Services during the Design-Build Phase may include but are not limited to:
- Review and on-going design-build CPM schedule(s) management
- Project Management
- Estimating services and project cost control
- Verification of compliance of all sustainable design and energy efficiency requirements, monitor design-builder for compliance with the design guidelines and performance criteria, ensure that the design remains consistent with design excellence objectives, further analyze value engineering and/or systems proposals.
- Preparation and oversight of pre-functional and functional equipment, equipment testing and overall commissioning activities.
- On-site construction representation/observation and reporting including, but not limited to, maintenance of project control logs, including: RFI’s, RFC’s, Proposed Change Orders, Change Orders, submittals etc.; tenant move-in, facility activation and post-occupancy etc.
- Review of design build construction documents for errors/omissions, and overall coordination between plans/specifications and other services required by scope of project.
- Commissioning Agent activities including LEED and Zero Net Energy (ZNE) documentation.
- Monitoring and documentation of completion of punch lists
- Monitoring quality control/quality assurance, inspections, and commissioning activities
- Close-out activities, and other project management services as needed by the scope of the project.
- Materials testing / special inspection services.
Information submitted and participation in the process by interested firms is at no cost or obligation to the State. The award of a contract is subject to budgetary, legislative, and control agency approval and funding of the proposed project. DGS reserves the right to, at any time, abandon or terminate efforts to contract for any or all of said services without obligation to any firm which responds to this announcement. All information and other materials submitted will become property of DGS and will not be returned.
The firm selected for this work, including any team member, (individual, firm, sub-consultants, subsidiary or affiliates thereof) are precluded from participating on the Criteria Architect team, Environmental Consultant teams, Design-Build teams, or any/all competitively bid or qualification-based contract work or solicitations for other professional services in the interest of the project.
MINIMUM REQUIREMENTS
Firms that are interested in providing professional services for this contracting opportunity shall submit the following information in 8.5” x 11” format (11-point font or greater) with each of the numbered sections collated in a separate tab. The State requests that SOQs be limited to 50 pages or less. Firms shall ensure that their written responses indicate how they meet the Selection Criteria in Section V below.
Submit three (3) hard copies of the following, and one (1) electronic copy as detailed below:
1. Letter of interest that includes the Federal Identification Number (FEIN) of the firm as well as the person authorized to negotiate and sign all agreements.
2. Executive Summary (2 pages maximum).
3. Federal Form SF330 (“Architect-Engineer Qualifications”) Parts I & II for your firm, and Federal Form SF330 Part II for any proposed sub-contractors. The current revision of these forms is available on the GSA Webpage for SF330.
a. For each resume, firms may supplement the Form 330 (no more than one supplemental page per person) with further information on each individual’s proposed project assignment and responsibilities, their specific professional experience related to this assignment, and their current work assignment(s) and projected completion dates.
4. Written statement of the firm’s qualifications that is responsive to the selection criteria below. Firms shall respond in writing indicating how they believe their qualifications fulfill the requirements of these criteria. Firms must respond to each numbered criterion with complete and organized responses.
5. Additional Required Documents
a. Current Statement of Information (can be obtained on the California Secretary of State’s website). If operating under a fictitious business name, provide all supporting documentation (i.e. fictitious business name statement certified by the appropriate county clerk).
b. Verification of California license for Professional Engineers, Land Surveyors, or Geologists (can be obtained on the Department of Consumer Affairs website); or verification of California license for Professional Architects (can be obtained on the Department of Consumer Affairs website).
c. If applicable, proof of current certification from the DGS Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS). This information can be obtained DGS Office of Small Business and Disabled Veteran Business Enterprise Services website.
d. Completed and signed California Civil Rights Laws Attachment, available on the website link to the Civil Rights Laws Attachment Form
e. Proof of current registration with the California Department of Industrial Relations as a Public Works Contractor for the firm submitting SOQ, and subs. Website link to the DIR Contractor Registration Search.
f. Darfur Contracting Act Certification. Website link to the Darfur Contracting Act Certification Form.
g. Iran Contracting Act Certification. Website link to the Iran Contracting Certification Form.
h. The Bidder’s Declaration Form (GSPD-05-105). This form documents subcontracted services. The Website link to the GSPD-05-105 Form.
The State encourages Small Businesses and Disabled Veteran Business Enterprises participation.
To locate certified firms for subcontracting purposes, start on Cal eProcure. Website link to CaleProcure. Click on “Small Business / Disabled Veteran Business Enterprise,” then “Search for Certified SB/DVBE Firms.” In the Certification Type, select any combination of Micro Business (MB), Small Business (SB), or Disabled Veteran Business Enterprise (DVBE).
Additionally, there are fields that allow for a narrowing of the search. In the UNSPSC Classifications field, a search can be conducted in which the words “architectural” or “engineering” are used. If, for example, the UNSPSC Classification for Architectural Engineering (81101508) is selected, in addition to Disabled Veteran Business Enterprise (DVBE), Service Area (County) Sacramento (34), a number of DVBE certified firms that associate with the Architectural Engineering category are shown.
If you feel your company or your subcontractor qualifies as either, visit the website link to DGS SB & DVBE for more information or call OSDS at (916) 375-4940 for further information.
Please note that no preference in the qualifications category can be given to Small Business firms under the contracting law set up for professional services contracts (Architectural, Engineering, Environmental Services, etc.). Procedures shall assure maximum participation of small business firms, as defined by the Director of General Services pursuant to Government Code Section 14837.
III. SUBMISSION INFORMATION AND DEADLINE
Hard copy Statements of Qualifications (SOQs) must be submitted by the deadline at the location below. Additional information for submitting SOQs electronically on DGS’ Box.com is contained in the RFQ document.
Hard Copy Submittal Deadline: Friday, October 27, 2023, at 5:00 P.M.
Address for Submission:
Department of General Services
Real Estate Services Division
Project Management & Development Branch
Attn.: Jessica McDaniel, Contracts Analyst & Nora Sandstedt, Contracts Technician
707 3rd Street, 4th Floor
West Sacramento, CA 95605
Within 24 hours of submission of SOQ to the State, one electronic copy shall be uploaded by the submitting firm to the following DGS Box.com site:
https://dgscloud.app.box.com/f/7e58870af01e4bec804ab479cf9ff9df. Electronic copy shall be identical to the hard copy submitted, in PDF format.
Facsimile or e-mail submittals will not be considered.
IV. SELECTION CRITERIA
Submitted SOQ packages will be evaluated on the 15 areas listed below.
1. Experience of Firm
Professional experience of the firm in relation to the work to be performed.
- List each person with their role for all staff identified as a part of this proposal.
- Experience of subcontractors in relation to the work performed.
- Nature and quality of completed work.
2. Experience of Principals
Professional experience and licenses of the principals to be assigned to the project.
- List the Principals to be assigned to and involved with the project.
3. Experience of Key Personnel
Professional experience and training of key personnel, including both design and field personnel.
- List staffs experience, education, licensing, certification, and training.
4. Resource Availability
- Firm’s resource availability and demonstrated ability to meet deadlines and produce timely required deliverables. SOQs should demonstrate reliability of firm and continuity of firm’s staff and sub consultants.
- Location of firm office(s) for project coordination and services.
5. Working with Other Entities
Demonstrated ability to collaborate and work with various utilities, and governmental departments including experience coordinating with multiple stakeholders.
6. Problem Solving
Demonstrated ability to provide creative and innovative solutions to solve design and engineering problems, including unexpected problems, via examples of past projects.
7. Nature and quality of completed work.
8. Demonstrated expertise and experience in cost estimating, scheduling and phasing, value engineering, and cost benefit analysis.
9. Demonstrated project experience in design and construction of essential services facilities.
10. Demonstrated competence and specialized experience of firm(s).
11. Demonstrated experience and expertise in general management and administration of a design-build project.
12. Demonstrated effectiveness of the Quality Assurance program and procedures being utilized by firm.
13. Demonstrated expertise and experience in providing professional advice and leadership to the State in the role of an extension to the staff to enable the project to be completed within the authorized scope, budget, and schedule, with no adverse legal action and to the satisfaction of the state.
14. Demonstrated expertise and experience in construction claims prevention, review, and negotiation.
15. Demonstrated experience with LEED of complex building systems including security monitoring and alarm, energy management, facility management, telecommunications, data distribution etc.
Firm team shall be comprised of all disciplines necessary to effectively provide CPM services for the project including, but not limited to, programming review, design reviews, construction project management, constructability review, cost estimating, scheduling and phasing, city roadways, site development and infrastructure, security systems, traffic, parking and transportation, facility activation, sustainable design and construction including LEED™ and ZNE. Team shall be experienced with designs of similar nature, size and complexity.
Firms SOQ will respond in writing showcasing how their experience fulfills the requirements of the above criteria.
V. CONTRACT ADMINISTRATIVE PROCESS
Firms will be selected on the basis of written responses to this RFQ and an oral interview.
Submittals will be evaluated and scored based upon the above selection criteria for those firms who have complied with the minimum qualification requirements.
Typically, three firms with the highest scores will be selected for the “short list.” These firms will be invited for an interview and asked to make an oral presentation on their firm and its qualifications and experience.
Upon completion of all interviews, a single firm will be selected. The selected firm will be asked to submit a fee proposal specifying the hourly rates for specific classifications of employees, subcontractors, and/or services to be provided. The State will enter into negotiations to create fixed rates. In the event that a satisfactory agreement cannot be negotiated, the State will terminate negotiations with that firm and begin negotiations with the next ranked firm, and so on. After successful negotiations, a contract will be awarded and executed.
The State reserves the right to terminate the selection proceedings at any time.
Ten percent (10%) percent retention will be held for all progress payments made to consultant. When the estimated amount to be retained exceeds ten thousand dollars ($10,000.00), and the retention continues for a period of 60 days beyond the completion of phased services, upon written request and at the expense of the consultant, the State will pay the retentions earned directly to a state or federally chartered bank in this state, as the escrow agent. Website link to Public Contract Code § 6106.5. Visit the website link for Public Contract Code § 6106.5 (e) for further requirements pertaining to sub-consultants.
VI. Labor Compliance Monitoring & Enforcement Program - Contractor Registration
Pursuant to Labor Code § 1725.5, contractors must register with the Department of Industrial Relations (DIR) as a public works contractor to bid on, be listed in a bid proposal or engage in the performance of any public works contract. The application also provides agencies that administer public works programs with a searchable database of qualified contractors. Application and renewal are completed online DIR Contractor Registration Info Page. The current annual fee can be located on the DIR website. The registration period coincides with the fiscal year.
Firms submitting Statements of Qualification must list their Department of Industrial Relations (DIR) registration number, as well as the DIR registration number for each listed subcontractor. Which subcontractor is assigned to each registration number must be clear. If a coverage determination has been provided by DIR, the coverage determination letter may be submitted in lieu of a DIR registration number.
All A&E contractors and subcontractors shall be required to comply with the monitoring and enforcement program, including, but not limited to, contractor registration, submittal of electronic certified payroll reports (eCPRs) directly to the DIR as applicable and cooperation with on-site monitoring by DIR personnel if the work performed is covered by prevailing wage laws. Not all work performed by an A&E Firm or its subcontractors are covered by prevailing wage laws. Refer to Labor Code § 1771.4 et seq. and the website link to the Prevailing Wage Requirements.
VII. Prevailing Wages
Pursuant to Labor Code Section § 1774, the contractor and any subcontractors, regardless of tier, shall pay not less than the specified prevailing wage rates to all workers employed in the execution of the agreement. Website link the Labor Code Section § 1774.
Copies of the prevailing rate of per diem wages are on file at the Department of General Services, which shall be made available to all interested parties. Additionally, these prevailing wage rates are available on the DIR website. Website link to the DIR Prevailing Wage Determination page.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
VIII. ECONOMIC SANCTIONS
Firms submitting an SOQ must be advised of Executive Order N-6-22 Russia Sanctions. On March 4, 2022, Governor Gavin Newsom issued Executive Order (EO) N-6-22 regarding Economic Sanctions against Russia and Russian entities and individuals. “Economic Sanctions” refers to sanctions imposed by the U.S. government in response to Russia’s actions in Ukraine, as well as any sanctions imposed under state law. By submitting a SOQ, the submitting firm represents that it is not a target of Economic Sanctions. Should the State determine the submitter is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for rejection of the Bidder’s SOQ any time prior to contract execution, or, if determined after contract execution, shall be grounds for termination by the State.
IX. QUESTIONS
All technical questions should be directed to Erik Heerhartz, Project Director III, at 916-213-4135, or erik.heerhartz@dgs.ca.gov.
All questions regarding the submission of SOQs should be directed to Jessica McDaniel, Contracts Analyst, at jessica.mcdaniel@dgs.ca.gov or Nora Sandstedt at nora.sandstedt@dgs.ca.gov.
END OF DOCUMENT
@ Dodge Data & Analytics. All Rights Reserved