request for proposal (rfp) for san pedro … · ii – objective ... celebrate san pedro creek’s...
TRANSCRIPT
REQUEST FOR PROPOSAL (RFP)
For
SAN PEDRO CREEK IMPROVEMENTS PROJECT
RFP for San Pedro Creek Improvements Project
1
Index
I – Background .................................................................................................... 2
II – Objective ...................................................................................................... 3
III – Scope of Services ......................................................................................... 3
IV – Term of Contract ........................................................................................... 6
V – Evaluation Criteria .......................................................................................... 6
VI – Supplemental Information to be Provided Before Submission of Proposal(s) ........ 6
VII – Proposal: Fees, Prices and Related Terms ....................................................... 8
VIII – Ranking of Proposals ................................................................................... 9
IX – Submissions of Supplemental Information and Proposals................................. 10
X – Proposal Format ........................................................................................... 10
XI – Restrictions on Communication ..................................................................... 11
XII – Amendments to RFP ................................................................................... 12
XIII - Award of Contract and Reservation of Rights ................................................ 12
XIV – Schedule of Events .................................................................................... 13
XV – Additional Provisions ................................................................................... 13
Exhibit A - Offeror’s Proposed Fees and Prices ........................................... 18
Attachment 1 to Exhibit A - Elements of Construction Manager’s Fees
Exhibit B - Offeror’s Additional Service Rates .............................................. 21
Exhibit C - Offeror’s Representations and Warranties ................................... 22
Exhibit D - Offeror’s Contract Exceptions .................................................... 24
Exhibit E – Owner’s Requirements of Insurance .......................................... 25
Exhibit F - Offeror’s Proposal Signature Page .............................................. 40
Exhibit G - Offeror’s Proposal Submission Checklist ..................................... 40
RFP for San Pedro Creek Improvements Project
2
I – Background
Bexar County and the San Antonio River Authority (SARA), in coordination with the City
of San Antonio, are in the midst of the design phase of the San Pedro Creek
Improvements Project (the “Project”), which will transform the creek to reflect its place
in our cultural history, improve its function in flood control, revitalize natural habitat and
water quality, and catalyze economic development. The project will start at the tunnel
inlet near Fox Tech High School and wind through the western side of Downtown to the
creek’s confluence with the Alazan and Apache Creeks. This historic and once flourishing
creek flows behind the Christopher Columbus Italian Society Hall, past the Alameda
Theater, Spanish Governor’s Palace, City of San Antonio and Bexar County Offices, past
urban residential housing, and an emerging arts district. It then meanders south of
downtown through primarily residential neighborhoods before flowing into the San
Antonio River.
The Mission, Design Goals and Principles are stated below.
Mission:
1) To create a world class linear park facility that represents the cultural
identity of our community and inspires the people of Bexar County.
Goals:
1) Provide enhanced flood control;
2) Maximize economic benefits of the project;
3) Create a world class experience for residents and visitors;
4) Elevate and educate our community profile in sustainability;
5) Engage our community in a grassroots design effort; and
6) Reflect the unique culture of Bexar County.
Principles:
1) Establish an intimate scale relationship between people and the creek, and
provide for the simultaneous movement of water and people that is safe and
pleasurable;
2) Restore, repurpose, and reuse the existing channel infrastructure,
respecting its historical context and being good stewards of the funds
provided for restoration;
3) Recreate an aquatic habitat to nourish life and incorporate nature into our
urban environment;
4) Provide places that support diverse activities, offer pockets of surprise and
connect with intersecting streets, paths and transportation routes; and
5) Celebrate San Pedro Creek’s layered history by telling its story with an
authentic voice.
SARA has engaged the services of design professionals (the “Design Team”) to prepare
construction documents for the Project. The Design Team is comprised of HDR
Engineering, Inc., Muñoz & Company and Pape Dawson Engineers, and includes their
various sub-consulting firms. The Offeror selected for the Project will work closely with
the Design Team to finalize the Project Design and throughout construction as needed.
RFP for San Pedro Creek Improvements Project
3
SARA is soliciting proposals through a competitive two-step process for Construction
Manager at Risk services to provide pre-construction services, to collaborate with the
Design Team in its preparation of the construction documents, and to manage
construction of, and to deliver, the Project in accordance with the requirements of a
Construction Management at Risk Agreement (the “Contract”) to be successfully
negotiated with an Offeror who provides best value to SARA.
The Offerors receiving this Request for Proposals (RFP) have been selected solely on the
basis of their qualifications. Offerors have been scored on the basis of the Evaluation
Criteria and weighted values published in the RFQ. SARA seeks by this RFP to obtain
additional information relative to the Evaluation Criteria, as well as the Offerors’
proposals.
II – Objective
SARA seeks to successfully negotiate a contract with the Offeror who will provide best
value to SARA to accomplish the mission, goals and principles of the Project to provide
pre-construction services, and complete construction services, for the Project. The
estimated budget for the Project, to be constructed in four (4) phases (“Phase(s)”) as
described below, is $150.0 million. The estimated budget for completion of Phases 1
and 2 of the Project is $97.8 million, which shall be the construction cost limitation for
these two Phases. Final Completion of Phase 1 of the Project is required by no later than
April 5, 2018, with Final Completion of Phase 2 occurring by no later than December 18,
2018. To allow for preparations for the San Antonio Tri-Centennial Celebration,
scheduled for May 5, 2018, it is especially critical that Phase 1 of the Project
be finally completed by April 5, 2018. While SARA will consider establishing early
opening dates for each Phase to allow later completion of some minor aspects of the
work that, in SARA’s judgment, are not essential to the safe, beneficial use and
occupancy of a Phase of the Project, SARA expects Final Completion of each Phase of
the Project to occur by the dates stated herein. SARA bases this expectation on its
impression of the selected firms’ stated abilities to be able to meet these dates.
Funding for Phases 3 and 4 of the Project has not yet been appropriated. Subject to
funding, Phases 3 and 4 are expected to be complete by May 30, 2020. Pursuant to
Addendum II to the RFQ, SARA plans to execute a single Contract with the selected
CMAR firm (“CMAR Firm”) that will provide for amendment to the Contract to establish
a separate guaranteed maximum price (GMP) for each Phase of the Project when
appropriate according to a schedule to be established in the Contract for each Phase.
The form of the Contract will be provided to Offerors by subsequent addendum to this
RFP. The form of Contract will be made available to Offerors at the date and time stated
in the Schedule of Events below for their review in advance of the deadline for
submission of proposals.
III – Scope of Services
The Offeror shall have overall responsibility for and shall provide Pre-Construction
Services and Construction Services, as defined in Offeror’s Proposed of Fees and Prices,
attached hereto as Exhibit A. The Offeror shall furnish all materials, equipment, tools
and labor as necessary or reasonably inferable from the Contract Documents to
complete the Work, or any phase of the Work, in accordance with SARA’s requirements
and the terms of the Contract Documents.
RFP for San Pedro Creek Improvements Project
4
A. Pre-Construction services by the CMAR Firm may include, but will not be
limited to, the following:
1) Provide project planning and scheduling for completion of design and
construction for each Phase that includes blackout dates during which
construction activities must be minimized or halted;
2) Develop and execute a communication plan that ensures proactive
exchanges of information and prompt responsiveness to requests for
information from Project stakeholders, the public and the media, as
requested by SARA during the performance of Pre-Construction
Services;
3) Provide constructability reviews and assessments, develop
contingency plans for recovery of schedule in event of unforeseen
delay, and recommend alternatives to reduce delivery time and/or
construction cost at appropriate levels of design;
4) Provide detailed cost estimates and submit a GMP for each Phase of
the Project at appropriate levels of design for review and negotiation;
5) Identify items with long-lead times and initiate procurement of such
items;
6) Provide assistance in acquiring permits from entities such as, but not
necessarily limited to, the United States Army Corps of Engineers
(USACE), Texas Historical Commission (THC) and the Texas
Commission on Environmental Quality (TCEQ) for the planned work
and any contingency plans to be implemented to overcome
unforeseen delays;
7) Identify components of construction that can be released in “early
out” packages to be constructed in advance of full design completion,
pending USACE approval;
8) Actively participate in presentations and briefings as requested by
SARA to SARA’s Board of Directors, Bexar County Commissioner’s
Court, other governmental agencies and committees who are
stakeholders in the Project; and
9) Actively participate in Project related special events as requested by
SARA, including, but not necessarily limited to public outreach
meetings and presentations to special interest groups.
B. Construction services by the CMAR Firm may include, but will not be
limited to, the following:
1) Completion of Phases 1 and 2 of the Project, with Final Completion of
Phase 1 to occur by no later than April 5, 2018, and Final Completion
of Phase 2 to occur by no later than December 18, 2018;
2) Completion of Phases 3 and 4 ) of the Project by no later than May
30, 2020, which shall be the final completion (“Final Completion”)
date for these phases (subject to funding);
RFP for San Pedro Creek Improvements Project
5
3) Provide coordination with various stakeholders including, but not
limited to, Bexar County, the City of San Antonio, the USACE, the
THC, affected utility owners and various private and public
stakeholders;
4) Solicit subcontractor bids for, and award and manage all construction
related subcontracts to complete the work in accordance with River
Authority, Bexar County, and if applicable, City of San Antonio
procurement policies, including local and Small, Minority and Women-
Owned Business Enterprises (SMWBE) participation goals;
5) Bond and insure the work as appropriate to manage risk of non-
performance, non-payment, and the risk of loss or damage that may
arise out of construction activities for each Phase;
6) Procure, or arrange for timely procurement of, all materials and
equipment, including any long-lead items, necessary to timely
complete construction of the Project;
7) Work with SARA’s Project team and designated construction
administrator to develop a construction schedule with milestone dates
for the timely completion of appropriate segments within each Phase,
which schedule milestones will be incorporated into the Contract to
govern timely completion of the Project;
8) Efficiently and safely manage, all site operations and construction
activities, including archeological monitoring during excavation
activities, and provide for safety in all work areas at all times;
9) Work with Project team and construction administrator to deliver a
high quality Project and minimize disruption to adjacent businesses
and residents;
10) Develop and execute a communication plan that insures proactive
exchange of information as well as responsiveness to inquiries for
information from project partners, the public and the media, as and
when requested by SARA throughout the performance of Construction
Services;
11) Coordinate construction activities with adjacent landowners and other
construction projects in the proximity of the Project;
12) Provide regular updates on construction activities and schedules in a
format to be developed in conjunction with SARA for use in
communicating with the public and Project stakeholders;
13) Provide briefings on construction activities and schedules as and when
requested by SARA to Bexar County Commissioner’s Court, SARA’s
Board of Directors, other governmental agencies and stakeholder
committees; and
14) Actively participate in Project related special events as requested by
SARA, including, but not necessarily limited to public outreach
meetings and presentations to special interest groups.
RFP for San Pedro Creek Improvements Project
6
IV – Term of Contract
The term of the Contract to be awarded pursuant to this solicitation is expected to be
for a term that, exclusive of the warranty period, will allow for final completion of all
work on Phase 1 by April 5, 2018, all work on Phase 2 by December 18, 2018, and all
work on Phases 3 and 4 by May 30, 2020. Dates for completion of each Phase, and
milestone dates for completion of segments within each Phase, shall be established in
the Contract and shall govern timely completion of each Phase, and each segment within
each Phase, of the Project.
V – Evaluation Criteria
SARA has evaluated the Offerors qualifications, and selected those Offerors who will
receive this RFP based upon SARA’s ranking of the Offerors according to the Evaluation
Criteria and the weighted values published in this RFP. The selection committee shall
interview the selected Offerors to further evaluate each Offeror’s qualifications and the
Supplementary Information to be provided to SARA prior to opening of the proposals to
be submitted to this RFP. Offerors’ proposals will be opened in public and their fees and
prices and additional service rates will be read aloud at the appropriate time, as
described further below. All interviews will occur after release of the form of the Contract
on April 8, 2016. Terms and conditions of the Contract shall not be discussed during
interviews or at any other time prior to commencement of negotiations with the most
highly ranked Offeror. Interviews shall primarily focus upon the RFQ responses and the
additional information requested below under Section VI - Supplemental Information to
be Provided Before Submission of Proposals.
VI – Supplemental Information to be Provided Before Submission of Proposal(s)
By the submission of its Supplemental Information in response to this RFP, and to the
maximum extent permitted by law, the Offerors consent to all the terms and conditions
of this RFP and the RFQ, accept without limitation the procurement processes set forth
therein, and waive any and all claims against SARA arising out of or related to the
procurement process used herein, including but not limited to the process described
herein for evaluation and ranking of the Offerors.
By no later than 4:00 p.m. on April 13, 2016, each Offeror shall submit in a sealed
envelope the supplementary information described below, as provided in Section IX:
A. Key Personnel. Each Offeror shall provide a listing of Offeror’s personnel to
be assigned to key positions for purposes of performing the construction
management services, along with the following information: (i) their names,
job titles, contact information, (ii) an organizational chart of these personnel
showing their reporting lines of responsibility and level of authority within the
Offeror’s organization, (iii) copies of the resumes of such personnel reflecting
their individual qualifications and experience related to execution of the type
of work required to timely complete the Project, as well as their tenure of
employment with the Offeror.
RFP for San Pedro Creek Improvements Project
7
B Scope Description and Mobilization Plans. Offerors shall provide comments
and input to SARA on the appropriateness and completeness of the
description of the Scope of Services set forth in Section III, above, including
both Pre-construction Services and Construction Services, as those terms are
defined in Exhibit A. Offerors shall provide a narrative description and plan
of how it would recommend the staging and mobilizing of equipment and
personnel to appropriate locations along the length of Project site to facilitate
construction in the optimum sequence(s) in order to support timely
completion of each of Phase, and each segment within each Phase. A general
narrative description of staging and mobilizing equipment and personnel is
requested for Phases 2,3, and 4. A more detailed narrative description to
include phasing of segments should be provided for Phase 1.
C. Recovery Plan for Phase 1. The Contract will strictly require timely
completion of Phase 1 of the PROJECT according to a construction schedule
to be developed in collaboration with SARA and its design professionals to
ensure timely completion of Phase 1 by April 5, 2018 in order to allow
sufficient time for preparations for the San Antonio Tri-Centennial celebration
on May 5, 2018. To ensure timely completion of Phase 1 notwithstanding
delay, each Offeror shall (i) identify risks of excusable delay, (ii) provide a
written description of a recovery plan to be able to overcome excusable delay,
(iii) identify categories of cost, and a general range or order of magnitude of
cost that may be required to overcome excusable delay to the progress of
construction, and (iv) propose how to manage the cost of excusable delay
within SARA’s budget for the Project. In the event of non-excusable delays,
propose how the Offeror would handle (i), (ii), and (iii) herein any differently
than excusable delays assuming the Offeror will not be compensated for non-
excusable delays.
D. Recovery Planning for Phases 2, 3, and 4. Although these Phases are not
required to be completed before the San Antonio Tri-Centennial celebration,
Offerors shall separately provide input on management of the risk of delay
for Phases 2, 3, and 4.
E. Insurance Requirements. Minimum insurance requirements are attached to
this RFP as Exhibit E and will be included in the Contract. Proposers shall
confirm they will provide in electronic format copies of their insurance policies
pursuant to Paragraph XV.E, below, and also confirm their ability to meet the
minimum insurance requirements, which confirmations shall be stated as set
forth in the form of Offeror’s Representations and Warranties, attached as
Exhibit C to this RFP. SARA reserves the right to consider as an alternate
approach to the management of the risk of claims involving loss or damage
a contractor controlled rolling insurance plan or a contractor controlled
project specific insurance plan (CCIP) for the Project. If an Offeror intends
to alternatively propose to offer services to SARA under a rolling or project
specific CCIP, please provide as part of the Supplementary Information
requested under this Section VI a description of the CCIP program for SARA’s
evaluation and consideration, and confirm whether Offeror has developed a
statement explaining the CCIP program to subcontractors as required by
Texas law, and, if so, include a copy of such explanation with such
description.
RFP for San Pedro Creek Improvements Project
8
VII – Proposal: Fees, Prices and Related Terms
By no later than 10:00 a.m. on April 21, 2016, each Offeror shall submit to SARA its
proposal in a sealed envelope, as provided in Section IX, which proposal shall include
each of the following for an Offeror’s proposed services on the Project:
A. Fees and Prices (Exhibit A). Offeror’s proposed fixed fees and prices for each
of the following: (i) Pre-Construction Services Fee, (ii) General Administrative
Fee (including overhead and profit), and (iii) Construction Services Fee
(exclusive of the cost of Construction Manager’s labor and supervision to self-
perform work pursuant to competitive bids as allowed by law and the
Contract). Offeror’s submission shall also include any proposed sharing of
savings with SARA if SARA accepts alternative coverage under Offeror’s CCIP,
as discussed further below. Attachment 1, Elements of Construction
Manager’s Fees, shall also be completed and attached to Exhibit A to explain
in further detail the Offeror’s proposed fixed fees and prices.
B. Additional Service Rates (Exhibit B). Offeror’s additional service rates for
approved additional services of Construction Manager’s staff personnel,
inclusive of all mark-ups or charges for labor burdens, overhead, profit,
taxes, and other costs related to the time and use of such personnel, which
rates shall apply only upon SARA approval to perform any additional services
that are not included in the scope of services stated in the Contract and that
requested by SARA.
C. Representations and Warranties. Offerors shall include with its Proposal the
statement of Offeror’s Representations and Warranties (Exhibit C).
D. Marked Contract. Exceptions to the Contract may result in SARA’s
determination that it will be unable to negotiate a satisfactory Contract with
the Offeror. An exception will not be deemed accepted by SARA unless it is
first accepted in writing by SARA and incorporated into the fully executed
Contract. Offeror shall submit to SARA any exception to the Contract
(including any the specifications, terms, conditions therein or exhibits
thereto) in a Microsoft Word tracked-change (red-lined) format in both hard
copy and electronic format as the Offeror’s Contract Exceptions (Exhibit D).
Such submission shall include the precise language Offeror proposes as a
revision to resolve any exception. SARA will only negotiate an exception that
has been specifically identified in accordance with this requirement. An
Offeror’s failure to meet this requirement shall constitute the Offeror’s
express representation and warranty to SARA that, having consulted and fully
considered the advice and input of Offeror’s legal, insurance and other
business advisors, Offeror will, based on the fees and prices submitted in its
Proposal, enter into the form of Contract upon Offeror’s receipt of SARA’s
notice that Offeror has been selected for negotiation and award thereof.
E. Offeror’s Signature Page. Offeror shall complete and include with its Proposal
the Offeror’s Signature Page (Exhibit F).
RFP for San Pedro Creek Improvements Project
9
F. Proposal Submission Checklist. Offeror shall complete and include with its
Proposal the Offeror’s Proposal Submission Checklist (Exhibit G). The
envelope containing Offeror’s proposal shall be marked with Offeror’s name.
Offerors’ sealed proposal envelopes shall remain sealed and unopened until
after completion of interviews. Proposal envelopes shall be opened and each
of the Offerors’ fees and prices and Additional Service Rates shall be read
aloud on April 21, 2016 at 10.30 a.m. by SARA’s authorized representative.
This RFP shall serve as public notice of the time and place for reading aloud
the Offerors’ fees and prices. Thereafter, SARA will further evaluate the
information included in each Offeror’s proposal envelope, and SARA will
subsequently notify in writing the Offeror who was most highly ranked
according to the published Evaluation Criteria and weighted values stated in
the RFQ for this procurement of the time and place for commencement of
negotiation of the Contract.
VIII – Ranking of Proposals
SARA reserves the right to select one, or more, or none of the selected Offerors for
interviews. SARA will conduct a comprehensive, fair and impartial evaluation of
requested proposals received in response to this RFP. As set forth in the RFQ, SARA will
rank the proposals received from the selected Offerors on the basis of scoring of the RFQ
responses for the selected Offerors, their pricing information, and their interviews, if
applicable, during the RFP stage. Ranking of the Proposals by SARA’s selection
committee will be based on these criteria according to the corresponding weighted
values shown below:
RFQ Evaluation Points 33⅓%
Proposed Fees and Prices 33⅓%
Interviews (Including Supplementary Information) 33⅓%
TOTAL 100%
SARA will attempt to negotiate the Contract first with the Offeror who is most highly
ranked based upon the above ranking criteria and weighted values, and if such
negotiation is unsuccessful, SARA will end all negotiations in writing with that Offeror
and proceed to attempt to negotiate the Contract the next most highly ranked Offeror.
RFP for San Pedro Creek Improvements Project
10
IX – Submissions of Supplemental Information and
Proposals
A. By the appropriate deadlines set forth in Section XIV, the Offeror shall submit
in sealed packages its Supplemental Information and Proposal in accordance
with the following requirements: (i) six (6) copies of the Supplemental
Information; (ii) an original of the Supplemental Information; (iii) an
electronic copy of the Supplemental Information on a flash drive; (iv) six (6)
copies of its Proposal (v)an original Proposal signed in ink, and (vi) an
electronic copy of the Proposal on a flash drive. Each submission by an
Offeror shall be clearly marked on the front of the package: San Pedro
Creek Improvements Project. All Supplemental Information and Proposals
must be received in SARA no later than 10:00 a.m. central time as shown on
the clock located behind the receptionist desk in the main lobby of the
building, on the appropriate date listed in Section XIV, at the address below.
Any Supplemental Information or Proposal received after this time will not be
considered.
Mailing Address:
San Antonio River Authority
Attn: Purchasing Agent
100 East Guenther Street
San Antonio, Texas 78204
Proposals sent by facsimile or email will not be accepted.
X – Proposal Format
A. Proposal Format: Each proposal shall include only the information required
under VII – Proposal: Fees, Prices and Related Terms. Proposals shall be
typewritten and submitted on 8 ½” x 11” white paper inside a three ring
binder. Font size shall be no less than 12 point type. All pages shall be single
spaced and printed on one side only. Margins shall be no less than ¾” around
the perimeter of each page. Proposals shall be limited to a maximum of thirty
(30) pages. Each page shall be numbered. Each proposal must include the
sections and attachments in the sequence listed in Section VII – Proposal:
Fees, Prices and Related Terms and each section and attachment must be
indexed and divided by tabs and indexed in a Table of Contents page. Failure
to meet the above proposal submission conditions may result in
disqualification of the Offeror.
B. Offerors’ proposals shall correctly reveal, disclose, and state the true and
correct name of the individual, proprietorship, corporation, and/or
partnership (clearly identifying the responsible general partner and all other
partners who would be associated with the contract, if any). No nick-names,
abbreviations (unless part of the legal title), shortened or short-hand, or local
"handles" will be accepted in lieu of the full, true and correct legal name of
the entity. These names shall comport exactly with the corporate and
franchise records of the Texas Secretary of State and Texas Comptroller of
Public Accounts. Individuals and proprietorships, if operating under other
than an individual name, shall match with exact Assumed Name filings.
Corporations and limited liability companies shall include the firm’s correct
RFP for San Pedro Creek Improvements Project
11
11-digit Comptroller's Taxpayer Number on the signature page of the
Proposal.
C. A proposal may be rejected if an entity is found to have incorrectly or
incompletely stated its name or failed to fully reveal its identity on the
signature page of its proposal.
D. All provisions in an Offeror’s proposal shall remain valid for ninety (90) days
following the deadline date for submissions or, if a proposal is accepted,
throughout the entire term of the contract.
E. All proposals become the property of SARA upon receipt and will not be
returned. Any information deemed to be confidential by Offeror should be
clearly noted as such on the page(s) where confidential information is
contained; however, SARA cannot guarantee that it will not be compelled to
disclose all or part of such information as a part of a public record under the
Texas Public Information Act, because information claimed by an Offeror to
be confidential may not be considered confidential under Texas law.
F. Any cost or expense incurred by an Offeror in preparation of the Proposal, to
attend any Pre-Proposal conference or interview, or otherwise associated with
any phase of the selection process, shall be borne solely by the Offeror.
XI – Restrictions on Communication
Offerors are prohibited from communicating with SARA staff regarding the RFP or
proposals, with the following exceptions:
A. Questions concerning substantive RFP issues shall be directed, in writing only,
to the Purchasing Department, at [email protected]. Verbal questions
and explanations are not permitted other than for general non-substantive
issues or as may be described by this section and during interviews, if any.
No inquiries or questions will be answered if received after 4:00 p.m. on April
15, 2016, to allow ample time for distribution of answers and/or amendments
to this RFP. Offerors wishing to receive copies of the answers to posed
questions must notify SARA’s Contact Person in writing prior to the date and
time the written questions are due.
B. An Offeror shall not contact employees or representatives of SARA, Bexar
County, the City of San Antonio, or any member of SARA’s design team for
the Project, or any other representative of any public authority who is a
stakeholder in the Project, before an award has been made, except as
expressly permitted by this RFP. Violation of this provision by Offeror may
lead to disqualification of its proposal from consideration.
C. Currently contracted vendors may communicate with SARA staff in order to
continue working on active matters, but such communications shall not
include discussions regarding this RFP.
D. SARA reserves the right to contact any Offeror for clarification after proposals
are opened; provided, however, the seeking of such clarification shall be
sought prior to, and shall not be considered, commencement of negotiations.
RFP for San Pedro Creek Improvements Project
12
XII – Amendments to RFP
Should an addendum or amendment to this RFP become necessary, it will be posted at
sara-tx.org under “Contracting Opportunities.” It is the sole responsibility of the Offerors
to check this website for amendments. An Offeror who does not have access to the
internet must notify SARA’s Purchasing Agent to inquire and request alternate
arrangements.
XIII - Award of Contract and Reservation of Rights
A. This RFP does not commit SARA to enter into a Contract, or to award any
services related to this RFP, nor does it obligate SARA to pay any costs
incurred in preparation or submission of a proposal or in anticipation of
execution of the Contract.
B. The Contract is to be negotiated with and awarded to the Offeror whose
Proposal(s) will provide best value to SARA based upon the SARA’s ranking
of the Offeror Evaluation Criteria published in the RFP, as determined by
SARA’s selection committee.
C. SARA reserves the right at any time to reject any or all proposals received
from the Offerors in response to this RFP, to waive informalities and
irregularities in any proposal received, and/or remedy technical errors in the
RFP process. SARA also reserves the right at any time to terminate this
procurement, and issue another solicitation for the Project.
D. By submission of its proposal, Offeror represents and warrants that it will
execute a Contract with SARA in substantially the same form that will be
subsequently provided by addendum to this RFP. The form of Contract will
be made available to Offerors for their review in advance of their submission
of proposals. The Contract, upon the successful conclusion of negotiations,
shall be executed by the successful Offeror and returned to SARA for its
acceptance within five (5) business days after notice of award and
presentation of the Contract. No work shall commence until after the Contract
has been fully executed by the Offeror and SARA, and only after Offeror has
fulfilled the requirements for insurance and bonding required by the Contract.
Contract documents are not binding on SARA until executed by SARA’s
General Manager. If SARA determines that it cannot negotiate a satisfactory
Contract with a selected Offeror, SARA may formally end negotiations with
that Offeror and proceed to negotiation of a Contract with the next most
highly ranked Offeror. SARA reserves the right at any time to terminate
negotiations with any Offeror and commence negotiations with the next most
highly ranked Offeror, or to terminate this procurement.
E. Conflicts of Interest. Offeror acknowledges that it is informed that the Offeror
is required to warrant and certify that it, its officers, employees and agents
are neither officers nor employees of SARA, as defined in SARA’s Ethics Code.
RFP for San Pedro Creek Improvements Project
13
F. Independent Contractor. Offeror understands and agrees that the Offeror
(including all persons designated by it to provide services on behalf of
Offeror in connection with the Contract), shall be deemed to act in the
capacity of an independent contractor, responsible for its own means,
methods, actions or omissions in the performance of the Contract. SARA
shall in no way be responsible for Offeror’s means, methods, actions or
omissions in the performance of the Contract. A party to the Contract shall
have no authority to bind the other party to any obligation or commitment,
or to hold out to third parties that it has such authority.
XIV – Schedule of Events
Following is a list of action dates with respect to this RFP:
ACTIVITY DATE
Step-two RFP Issued
(for selected CMAR Firms)
March 25, 2016
Deadline for Inquiries or Questions
pertaining to Section VI – Supplemental
Information to be provided before
submission of proposal
April 8, 2016, at 4:00 p.m.
Contract Issued for Review April 8, 2016, at 5:00 p.m.
Section VI - Supplementary Information
Due (Delivered in sealed envelopes)
April 13, 2016, 4:00 p.m.
Deadline for Inquiries or Questions
pertaining to Section VII – Proposal: Fees,
Prices and Related Terms
April 15, 2016, at 4:00 p.m.
Interviews April 20, 2016
Section VII - Proposals Due (Delivered in
sealed envelopes)
April 21, 2016, 10:00 a.m.
Public Opening of Proposals (fees and
prices and additional service rates to be
read aloud)
April 21, 2016 10:30 a.m.
Commencement of Contract Negotiations Date to be announced after review of all
Offerors’ proposals
XV – Additional Provisions
A. Ownership and Licenses. In accordance with Texas law, Offeror acknowledges
and agrees that all records created or received by local government in the
transaction of official business, or the creation or maintenance of which were
RFP for San Pedro Creek Improvements Project
14
paid for with public funds, are declared to be public property and subject to
the provisions of Chapter 201 of the Texas Local Government Code and
Subchapter J, Chapter 441 of the Texas Government Code. Thus, no such
local government records produced by or on the behalf of Offeror pursuant
to this Contract shall be the subject of any copyright or proprietary claim by
Offeror.
The term “local government record” as used herein shall mean any
document, paper, letter, book, map, photograph, audio or video recording,
microfilm, magnetic tape, electronic medium, or other information recording
medium, regardless of physical form or characteristic and regardless of
whether public access to it is open or restricted under the laws of the state,
created or received by local government or any of its officers or employees
pursuant to law including an ordinance, or in the transaction of official
business.
Offeror acknowledges and agrees that all local government records, as
described herein, produced in the course of the work required by any contract
awarded pursuant to this RFP, will belong to and become the property of
SARA. Offeror, if awarded this contract, will be required to turn over to SARA,
all such records as required by said contract. Offeror, if awarded this contract,
shall not, under any circumstances, release any records created during the
course of performance of the Contract to any entity without SARA’s written
permission, unless required to do so by a Court of competent jurisdiction.
Upon completion, SARA shall own and retain the original, including
reproducible copies of the Offeror’s documents and reports, including CAD
documents and all documents in electronic media. Authorization to use,
reuse, modify, or to utilize any such documents for any purpose in addition
to the intended purposes stated above shall not be unreasonably withheld by
an Offeror. SARA agrees to waive any claim against the Offeror arising from
any unauthorized reuse or modification of the documents by SARA.
Submission or distribution of documents to meet official regulatory
requirements or for other purposes in connection with the Project is not to be
construed as publication in derogation of SARA’s rights.
In accordance herewith, Offeror, if selected, agrees to comply with all
applicable federal, state and local laws, rules and regulations governing
documents and ownership, access and retention thereof.
B. Certifications. Offeror warrants and certifies that Offeror and any other person
designated to provide services hereunder has the requisite training, license
and/or certification to provide said services, and meets all competence
standards promulgated by all other authoritative bodies, as applicable to the
services provided herein.
C. Performance and Payment Bonds. If selected, Offeror shall provide
performance and payment bonds in favor of SARA as the named obligee, in
the form required by the Contract, and executed by a corporate surety
acceptable to SARA who is licensed pursuant to the Texas Insurance Code.
Said bond must be in a form acceptable to SARA. Said bond shall further
provide that the surety shall indemnify the Obligee for all damages or losses
resulting from the Principal’s default. Said bond shall further guarantee the
RFP for San Pedro Creek Improvements Project
15
Principal’s performance of all terms and obligations under the Contract. Said
bond must have attached thereto a Power of Attorney as evidence of the
authority of the person executing the bond to bind the surety. This bond must
be furnished in compliance with the statutory requirements of the Texas
Government Code, chapter 2253. The bond must be executed and delivered
to SARA prior to commencement of work under the Contract.
D. Intellectual Property. If selected, Offeror agrees to abide by the following
regarding intellectual property rights:
Offeror shall provide to SARA a perpetual, non-exclusive, royalty-free
license to use any and all proprietary copyrights, patents, materials and
methods or other intellectual property rights of the Offeror that is
reasonably necessary to use, manage, maintain, repair, own, operate or
convey any interest in the Project, and Offeror shall pay all royalties and
licensing fees necessary for this purpose. Offeror shall hold SARA harmless
and indemnify SARA from the payment of any royalties, damages, losses or
expenses including attorney's fees for suits, claims or otherwise, growing
out of infringement or alleged infringement of copyrights, patents, materials
and methods or other intellectual property used in connection with the
Project. Offeror shall defend all suits for infringement of any Intellectual
Property rights. Further, if Offeror has reason to believe that the use of any
design, service, process or product specified is an infringement of an
Intellectual Property right, it shall promptly give such information to SARA.
Upon receipt of notification that a third party claims that the program(s),
hardware or both the program(s) and the hardware infringe upon any
United States patent or copyright, Offeror will immediately take action to:
a) obtain, at Offeror's sole expense, the necessary license(s) or
rights that would allow SARA to continue using the programs,
hardware, or both the programs and hardware, as the case may
be; or
b) alter the programs, hardware, or both the programs and
hardware so that the alleged infringement is eliminated; and
c) reimburse SARA for any expenses incurred by SARA to
implement emergency backup measures if SARA is prevented
from using the programs, hardware, or both the programs and
hardware while the dispute is pending.
Offeror further agrees it shall:
a) assume the defense of, and indemnify and hold harmless, any
public trustee, director, employee, representative, successor or
assign of SARA, Bexar County or the City of San Antonio, and
any other public stakeholder participating in any way in the
Project, from and against any claim, suit, or proceeding brought
against them as indemnitee(s), with counsel reasonably
acceptable to each such indemnitee, for infringement of any
patent or copyright arising from the use and/or sale of such
copyrights, patents, materials and methods or other intellectual
property used in connection with the Project;
RFP for San Pedro Creek Improvements Project
16
b) assume the expense of such defense, including costs of
investigations, reasonable attorneys' fees of counsel reasonably
acceptable to such indemnitee(s), expert witness fees, and any
other litigation-related expenses; and
c) indemnify such indemnitee(s) against any monetary damages
and/or costs awarded in such suit.
That the foregoing notwithstanding, the Offeror shall be entitled to:
1) reasonable participation in and control of all negotiations relative to the
settlement thereof, but that Offeror agrees to consult with legal counsel
for such indemnitee(s) during such defense or negotiations and make
good faith effort to avoid any position adverse to their interests;
2) that the Software or the equipment that is the source of the
infringement claim against the indemnitee(s) is in the same form, state,
or condition as delivered by Offeror or as modified with the agreement
of consent of Offeror;
3) that the liability claimed shall not have arisen out of the
indemnitee’s(indemnitees’) intentional act or omission; and
4) that the indemnitee(s) promptly provide Offeror with written notice
within 15 days following the formal assertion of any claim with respect
to which SARA asserts that Offeror assumes responsibility under this
section; provided that the failure to give such notice shall not be fatal
to the rights granted to the indemnitees hereunder if the failure to give
such notice does not prejudice the opportunity to defend the
indemnitees against such claim, suit, or proceeding.
E. Submission of Insurance Policies. If an Offeror is selected by SARA for
contract negotiation purposes, the Offeror shall, within 24 hours of receipt of
notice of such selection, electronically submit true and complete copies of the
Offeror’s policies of insurance in electronic form by emailing complete copies
of such policies to SARA’s outside counsel, Richard L. Reed and Adam J.
Richie, of Coats|Rose, P.C., at [email protected] and
[email protected]. The submitted policies of insurance shall be
restricted to review by SARA’s outside legal counsel, Coats|Rose, who will
conduct the review solely for the purpose of providing SARA legal advice as
to whether such policies meet SARA’s insurance requirements included in
Exhibit E.
As an inducement to allow such review, SARA will instruct its outside legal
counsel to refrain from disclosing or providing to any third party access to
such insurance policies or the specific terms or conditions thereof, without
the express prior written consent of the Offeror. An Offeror may claim
confidentiality with respect to its submitted insurance policies in order to
attempt to protect the same against disclosure under Chapter 552 of the
Texas Government Code (“Texas Public Information Act”). Provided an
Offeror makes such a claim of confidentiality, SARA and its outside counsel
will act in accordance with applicable laws in the event a public information
request for such insurance policies is received by SARA.
RFP for San Pedro Creek Improvements Project
17
An Offeror who fails or refuses to produce its insurance policies for such
independent insurance review may in SARA’s sole discretion be immediately
disqualified from further consideration. In addition, upon conducting such
review, if SARA’s outside legal counsel determines that such policies contain
deficiencies causing such policies to fail to comply with the insurance
requirements included in Exhibit E, the Offeror shall, by submission of its
response to this RFP, be deemed to have agreed to reimburse to SARA all
costs and fees of its outside legal counsel relating to the identification and
resolution of any such policy deficiencies, and the evaluation of any proposed
modifications or special endorsements to any such policy to achieve
compliance with SARA’s insurance requirements prior to execution of the
Construction Manager-at-Risk Agreement.
RFP for San Pedro Creek Improvements Project
18
Exhibit A
to San Antonio River Authority
Request for Proposal for
San Pedro Creek Improvements Project
OFFEROR’S PROPOSED FEES AND PRICES
SEE NEXT PAGES FOR EXHIBIT A
AND
ELEMENTS OF CONSTRUCTION MANAGER’S FEES ATTACHMENT 1 TO EXHIBIT A
RFP for San Pedro Creek Improvements Project
19
Exhibit A
to San Antonio River Authority
Request for Proposal for
San Pedro Creek Improvements Project
OFFEROR’S PROPOSED FEES AND PRICES
The following terms apply to Offeror’s proposed fees and prices for in connection with
its Proposal:
“Construction Services” shall mean all Construction Manager’s services required
to be performed during construction of the Project and following completion
thereof, but excluding the cost of Construction Manager’s labor and supervision
to self-perform work pursuant to competitive bids as allowed by law and the
Contract).
“Construction Services Fee” shall mean the Construction Manager’s fixed fee
for the performance of the Construction Services by Construction Manager’s
field indirect staff, and related costs for such staff for construction of the
Project, as shown on the Elements of Construction Manager’s Fees (Attachment
1). Any so called “general conditions” costs that are identified as Construction
Services on the Elements of Construction Manager’s Fees (Attachment 1) shall
only be included in the Construction Services Fee and not in the Cost of the
Work.
“General Administrative Fee” means that portion of the Construction Manager’s
fees for general home office support, overhead and profit, as shown on the
Elements of Construction Manager’s Fees (Attachment 1).
“Pre-Construction Services” means those Services to be performed in advance
of construction throughout the various phases of the Project, as shown on the
Elements of Construction Manager’s Fees (Attachment 1), including the
Programming, Schematic Design, Design Development, Construction
Documents and bidding, for all Work on the Project. Pre-Construction Services
may overlap Construction Services for certain Phases of the Project.
“Pre-Construction Services Fee” means the Construction Manager’s fixed fee
for all administrative, supervisory, and management personnel costs, and all
overhead and onsite costs and expenses for any items of equipment,
consumables or supplies, to be incurred by the Construction Manager in the
performance of Pre-Construction Services, which shall be categorically
identified on the Elements of Construction Manager’s Fees (Attachment 1).
RFP for San Pedro Creek Improvements Project
20
Pursuant to SARA RFP, the undersigned Offeror hereby proposes to be compensated
in the fixed fee amounts shown below for each of the following:
1. PRE-CONSTRUCTION SERVICES FEE $_________________.00
2. CONSTRUCTION SERVICES FEE $_________________.00
3. GENERAL ADMINISTRATIVE FEE $_________________.00
TOTAL OF CONSTRUCTION MANAGER’S FEES $_________________.00
Offeror’s proposed fees and prices are itemized and detailed pricing information in
Attachment 1, titled “Elements of Construction Manager’s Fees.”
Offeror’s Additional Service Rates for approved additional services of Construction
Manager’s staff personnel, inclusive of all markups or charges for labor burdens,
overhead, profit, taxes, and other costs related to the time and use of such personnel,
is attached hereto.
Check only one of the following:
____ Offeror has no exceptions to the Contract.
____ Offeror’s fees and prices are subject to negotiation of only those
exceptions marked in the attached redline to the Contract, as required by
the RFP.
The undersigned offeror hereby submits its Proposed Fees and Prices subject to and
in accordance with the requirements of SARA’s RFP No. _____.
Offeror’s Proposed Fees and Prices shall remain firm and open for acceptance for a
period of ninety (90) days following the date established in the RFP for submissions
proposals, and throughout the term of the Contract, if accepted.
OFFEROR: ____________________________
By: ____________________________
Printed Name: ____________________________
Title: ____________________________
Date: ____________________________
Gen
era
l A
dm
inis
tra
tiv
e
Co
nst
ruct
ion
Ser
vic
es (
Gen
era
l C
on
dit
ion
s S
taff
&
Sta
ff R
ela
ted
Co
sts)
CM
Rei
mb
urs
ab
le C
ost
Ite
ms
Pa
ym
ent
Bo
nd
Per
form
an
ce B
on
d
Co
st o
f th
e W
ork
- D
ivis
ion
1 G
ener
al
Req
uir
emen
ts
Co
mm
ents
an
d N
ote
s
LINE COST CATEGORY
1 CM Management and Supervision Personnel
Show bare costs of workers, benefits are to
be listed separately below.
2
3 Home Office Personnel
4 Clerical Services X
5 Cost Accounting including Audit Staff X
6 Estimating Services $
7 Safety Management Services X
8 Information Systems X
9 Project Information Systems $ $
10 Insurance Administrative Services X
11 Legal Services X
12 Local, Regional, Home Office or National Executives X
13 Project Executive $ $
14 Purchasing/Procurement Services $
15 Security Planning Services $
BIM Manager $ X $
16 SMWBE Services $ $
17 Field Office Personnel
Field office categories are for pricing
evaluation purposes according to function,
e.g. a CM's Project Engineer who also
performs cost accounting services can show
$0 for Project Cost Accounting and simply
note function is combined with Project
Engineer's functions.
18 Project Director/Project Executive $ $
Attachment 1 to Exhibit A
Elements of Construction Manager's Fees
CONSTRUCTION
MANAGEMENT
FEE
Pre
con
stru
ctio
n S
erv
ices
Fee
Bonds
Co
nv
enti
on
al
Insu
ran
ce
For Future Reference Only
- To be determined according to bid
package at time of GMP Proposal
Attachment 1 to Exhibit A - Elements of Construction Manager's Fee - Construction Manager at Risk Agreement
San Antonio River Authority San Pedro Creek Improvements Project
Gen
era
l A
dm
inis
tra
tiv
e
Co
nst
ruct
ion
Ser
vic
es (
Gen
era
l C
on
dit
ion
s S
taff
&
Sta
ff R
ela
ted
Co
sts)
CM
Rei
mb
urs
ab
le C
ost
Ite
ms
Pa
ym
ent
Bo
nd
Per
form
an
ce B
on
d
Co
st o
f th
e W
ork
- D
ivis
ion
1 G
ener
al
Req
uir
emen
ts
Co
mm
ents
an
d N
ote
s
LINE COST CATEGORY
Attachment 1 to Exhibit A
Elements of Construction Manager's Fees
CONSTRUCTION
MANAGEMENT
FEE
Pre
con
stru
ctio
n S
erv
ices
Fee
Bonds
Co
nv
enti
on
al
Insu
ran
ce
For Future Reference Only
- To be determined according to bid
package at time of GMP Proposal
19 Project Cost Accounting $
20 Project Estimator $ $
21 Project Engineer $ $
22 Project Manager (all levels) $ $
23 Project Site Clerical Services $ $
24 Coordinators - Mechanical, Electrical $ $
25 Field Engineer (line and grade) $ $
26 Medical Equipment Coordinator $ $
27 Scheduling Engineer $ $
28 Office Engineer $ $
29 Rodman $ $
30 Safety Staff $
31 Superintendents - Area, General, Interiors, etc. $ $
32 Support Staff $ $
33 System Engineer/Commissioning $ $
34 Temporary Management/Clerical Personnel $ $
35 All other non-project site Management Labor not delineated above X
36 Subtotal Bare Labor
37 Employee Benefits (included in burden rate) $ X$
Submit spreadsheet of employee benefits
38 Delineated Benefits (not to be included above)
39 Relocation Expense $ $
40 Travel to Local, Regional, Home or National Office X
41 Daily travel to and from site from domicile X
42 Project related travel not included above $ $
43 Subsistence/Living Expense $ $
44 Incentives/Bonuses/Stock/Dividends X
Attachment 1 to Exhibit A - Elements of Construction Manager's Fee - Construction Manager at Risk Agreement
San Antonio River Authority San Pedro Creek Improvements Project
Gen
era
l A
dm
inis
tra
tiv
e
Co
nst
ruct
ion
Ser
vic
es (
Gen
era
l C
on
dit
ion
s S
taff
&
Sta
ff R
ela
ted
Co
sts)
CM
Rei
mb
urs
ab
le C
ost
Ite
ms
Pa
ym
ent
Bo
nd
Per
form
an
ce B
on
d
Co
st o
f th
e W
ork
- D
ivis
ion
1 G
ener
al
Req
uir
emen
ts
Co
mm
ents
an
d N
ote
s
LINE COST CATEGORY
Attachment 1 to Exhibit A
Elements of Construction Manager's Fees
CONSTRUCTION
MANAGEMENT
FEE
Pre
con
stru
ctio
n S
erv
ices
Fee
Bonds
Co
nv
enti
on
al
Insu
ran
ce
For Future Reference Only
- To be determined according to bid
package at time of GMP Proposal
45 Training Seminar Fees/Travel/Accommodations X Not specifically required by the owner
46 Time spent at Training/Seminars X Not specifically required by the owner
47 Personal Communications Devices/Computers/Phones $ $
48 Vehicles - Automobile and Trucks - Field Staff $ $
49 Vehicles - Automobile and Trucks - Local, Regional, Home or National Office Staff$ X $
50 Vehicles - Other for use by CM on site $ $
51 CM Office Overhead-CM Local, Regional, Home and National
52 Income, Real and Personal Property Taxes X
53 Utilities X
54 Philanthropic, Political and other Contributions X
55 Depreciation X
56 Real and Personal Property Rent X
57 Interest on Capital X
58 Insurance X
59 Marketing and Other Support Staff X
60 All other expenses X
61 CM Self Perform Management Labor
62 Coordinators - Mechanical, Electrical X
63 Elevator Operator X
64 Field Engineer X
65 Level & Transit X
66 Medical Equipment Coordinator X
67 Office Engineer X
68 Project Engineer X
69 Project Manager/Director X
70 Rodman X
71 Safety Staff X
Attachment 1 to Exhibit A - Elements of Construction Manager's Fee - Construction Manager at Risk Agreement
San Antonio River Authority San Pedro Creek Improvements Project
Gen
era
l A
dm
inis
tra
tiv
e
Co
nst
ruct
ion
Ser
vic
es (
Gen
era
l C
on
dit
ion
s S
taff
&
Sta
ff R
ela
ted
Co
sts)
CM
Rei
mb
urs
ab
le C
ost
Ite
ms
Pa
ym
ent
Bo
nd
Per
form
an
ce B
on
d
Co
st o
f th
e W
ork
- D
ivis
ion
1 G
ener
al
Req
uir
emen
ts
Co
mm
ents
an
d N
ote
s
LINE COST CATEGORY
Attachment 1 to Exhibit A
Elements of Construction Manager's Fees
CONSTRUCTION
MANAGEMENT
FEE
Pre
con
stru
ctio
n S
erv
ices
Fee
Bonds
Co
nv
enti
on
al
Insu
ran
ce
For Future Reference Only
- To be determined according to bid
package at time of GMP Proposal
72 Scheduling Engineer X
73 Superintendents - Area, General, Interiors, etc. X
74 Support Staff X
75 Temporary Personnel X
76 Truck Driver X
77 Watchman X
78 All other Field Labor not itemized above X
79 Other Benefits not included above: X
80 Relocation Expense X
81 Travel to Local, Regional, Home or National Office X
82 Daily travel to and from site from domicile X
83 Subsistence/Living Expense X
84 Incentives/Bonuses/Stock/Dividends X
85 Training/Seminar Fees X
86 Time spent/Expenses at Training/Seminars X
87 All other benefits X
88 Miscellaneous
89 Cleanup
90 Final Cleaning X
91 General Cleaning X
92 Glass Cleaning X
93 Site and Street Cleaning X
94 Trash Hauling X
95 Computer Software Purchase/Licenses $ $ If specifically required by Owner
96 Contractor's Licenses X
97 Conventional Phone Equipment $ $
98 Copying - Home Office X
Attachment 1 to Exhibit A - Elements of Construction Manager's Fee - Construction Manager at Risk Agreement
San Antonio River Authority San Pedro Creek Improvements Project
Gen
era
l A
dm
inis
tra
tiv
e
Co
nst
ruct
ion
Ser
vic
es (
Gen
era
l C
on
dit
ion
s S
taff
&
Sta
ff R
ela
ted
Co
sts)
CM
Rei
mb
urs
ab
le C
ost
Ite
ms
Pa
ym
ent
Bo
nd
Per
form
an
ce B
on
d
Co
st o
f th
e W
ork
- D
ivis
ion
1 G
ener
al
Req
uir
emen
ts
Co
mm
ents
an
d N
ote
s
LINE COST CATEGORY
Attachment 1 to Exhibit A
Elements of Construction Manager's Fees
CONSTRUCTION
MANAGEMENT
FEE
Pre
con
stru
ctio
n S
erv
ices
Fee
Bonds
Co
nv
enti
on
al
Insu
ran
ce
For Future Reference Only
- To be determined according to bid
package at time of GMP Proposal
99 Copying - Field Office $ $
100 Data and Telephone Service $ $
101 Data Processing Charges - Home Office X
102 Delivery Services, Couriers $ $
103 Drug Testing - CM Personnel X
104 Drug Testing - Field Personnel X
105 Field Engineering Supplies and Equipment- CM $
106 Field Engineering Supplies and Equipment- Self Perform X
107 Fire Extinguishers and Safety Equipment X
108 First Aid Equipment X
109 Water, Ice and Cups X
110 Coffee, soft drinks, etc. X
111 ID Badges X
112 Mainframe/Mini Computers/Work Stations/Servers - Home Office X
113 Work Stations/Servers - Job Site $
114 Memberships/Dues/Project Fees (AGC, ABC, all other) X
115 Office Furniture/Office Equipment Rental (Fax, Copier) $ $
116 Office Supplies $ $
117 Pagers X
118 Personal Protective Equipment X
119 Personal Computers/Printers - Job Site $
120 Personal Computers/Printers - Home Office X
121 Special Jobsite Computers (BIM Workstation, P6 Server, etc.) X
122 Postage $ X $
123 Printing (convenience) $ X $
124 Printing (Construction Document sets) X
Attachment 1 to Exhibit A - Elements of Construction Manager's Fee - Construction Manager at Risk Agreement
San Antonio River Authority San Pedro Creek Improvements Project
Gen
era
l A
dm
inis
tra
tiv
e
Co
nst
ruct
ion
Ser
vic
es (
Gen
era
l C
on
dit
ion
s S
taff
&
Sta
ff R
ela
ted
Co
sts)
CM
Rei
mb
urs
ab
le C
ost
Ite
ms
Pa
ym
ent
Bo
nd
Per
form
an
ce B
on
d
Co
st o
f th
e W
ork
- D
ivis
ion
1 G
ener
al
Req
uir
emen
ts
Co
mm
ents
an
d N
ote
s
LINE COST CATEGORY
Attachment 1 to Exhibit A
Elements of Construction Manager's Fees
CONSTRUCTION
MANAGEMENT
FEE
Pre
con
stru
ctio
n S
erv
ices
Fee
Bonds
Co
nv
enti
on
al
Insu
ran
ce
For Future Reference Only
- To be determined according to bid
package at time of GMP Proposal
125 Progress Photos, Videos, Aerials, etc. X Must be specifically approved in advance by Owner.
126 Radios, Radio Phones $
127 Small Tools and Consumables X
128 Shuttle Services and Parking - Field Labor X
129 Shuttle Services and Parking - Management Personnel $ $
130 Training Films, Tapes X
131 Training Seminar Fees/Travel/Accommodations X
132 Time spent at Training/Seminars X
133 Travel specifically required by Owner X
134 Field Office including Set Up/Rent/Remove $ $
135 Field Office Utilities $ $
136 CM Office Overhead-CM Local, Regional, Home and National
137 Income, Real and Personal Property Taxes X
138 Utilities X
139 Philanthropic, Political and other Contributions X
140 Depreciation X
141 Real and Personal Property Rent X
142 Interest on Capital X
143 Insurance X
144 Marketing and Other Support Staff X
145 All other expenses X
146 CM Profit X
147 Bonds-Construction
149 Payment Bond $
Attachment 1 to Exhibit A - Elements of Construction Manager's Fee - Construction Manager at Risk Agreement
San Antonio River Authority San Pedro Creek Improvements Project
Gen
era
l A
dm
inis
tra
tiv
e
Co
nst
ruct
ion
Ser
vic
es (
Gen
era
l C
on
dit
ion
s S
taff
&
Sta
ff R
ela
ted
Co
sts)
CM
Rei
mb
urs
ab
le C
ost
Ite
ms
Pa
ym
ent
Bo
nd
Per
form
an
ce B
on
d
Co
st o
f th
e W
ork
- D
ivis
ion
1 G
ener
al
Req
uir
emen
ts
Co
mm
ents
an
d N
ote
s
LINE COST CATEGORY
Attachment 1 to Exhibit A
Elements of Construction Manager's Fees
CONSTRUCTION
MANAGEMENT
FEE
Pre
con
stru
ctio
n S
erv
ices
Fee
Bonds
Co
nv
enti
on
al
Insu
ran
ce
For Future Reference Only
- To be determined according to bid
package at time of GMP Proposal
150 Performance Bond See NOTE A
$
NOTE A - Cost of any security facility in excess of
CM's bonds and insurance (e.g. subcontractor default
insurance) must be included in General
Administrative Fee
152 Insurance-Construction
153 Builders Risk $
154 General Liability $ A = Provide Cost if required by your company policy.
155 Excess Liability $No additional cost will be allowed unless entered
here.
156 Workers Compensation $ Enter Zero if no cost. No entry means no cost.
157 All other customarily required Insurance $
SUBTOTAL $ $ $
FEE CONTINGENCY $ $ $
TOTAL $ $ $ $ $ $
$
Attachment 1 to Exhibit A - Elements of Construction Manager's Fee - Construction Manager at Risk Agreement
San Antonio River Authority San Pedro Creek Improvements Project
RFP for San Pedro Creek Improvements Project
21
Exhibit B
to San Antonio River Authority
Request for Proposal for
San Pedro Creek Improvements Project
OFFEROR’S ADDITIONAL SERVICE RATES
RFP for San Pedro Creek Improvements Project
22
Exhibit C
to San Antonio River Authority
Request for Proposal for
San Pedro Creek Improvements Project
OFFEROR’S REPRESENTATIONS AND WARRANTIES
Offeror, by submission of its proposal, and after review of the Contract, agrees to the
following representations and warranties to SARA:
1. The Offeror, after considering the advice and input of its legal, insurance and
other business advisors to evaluate the risks and responsibilities to be assumed
by the Offeror if selected to perform the services to be procured under this RFP,
has thoroughly examined, and understands, all terms of this RFP, the Contract,
and all other documents included therewith or referenced therein.
2. The Offeror has undertaken a thorough and careful review and examination of
its insurance programs to resolve any deficiencies in advance of submission of
its response to this RFP. Further, Offeror has carefully reviewed its insurance
program and determined that its insurance policies comply with SARA’s insurance
requirements included as Exhibit E to this RFP. The Offeror will submit its policies
of insurance for independent review in accordance with Paragraph XV.E if
selected by SARA for contract negotiation purposes.
3. Offeror will be able to propose and commit to GMP pricing for all Phases of the
Project that will allow for timely completion of construction of the entire Project
within the available Project budget of $150.0 million.
4. The Offeror will be able to propose and commit to GMP pricing for Phases 1 and
2 of the Project that allow for timely completion of construction of such Phases
within a construction cost limitation of $97.8 million.
5. The Offeror will be able to propose and commit to GMP pricing for Phases 3 and
4 of the Project that allow for timely completion of construction of such Phases
within a construction cost limitation of $52.2 million.
6. The Offeror will promptly advise SARA in writing of any facts or changed
circumstances arising after submission of its proposal that may make any
information, statement, or representation made by Offeror’ no longer true,
accurate, complete or correct.
7. The Offeror in all respects is, and shall remain, in compliance with all applicable
laws, rules, regulations related to the performance of the services sought by this
RFP and as described in the Contract.
RFP for San Pedro Creek Improvements Project
23
8. All persons designated by Offeror to provide the services sought by this RFP has
and shall have the requisite training, license and/or certification to provide such
services, and meet all applicable competency standards.
9. Offeror has not contacted any SARA employees, or any member of the design
team for the Project, or any other representative of any public authority who is
a stakeholder in the Project, to discuss, influence or otherwise affect this
procurement except as expressly permitted by the RFQ and this RFP.
10. None of Offeror’s directors, officers, employees and agents have any relationship
with SARA as a SARA officer, employee or representative in violation of SARA’s
Ethics Code.
11. Offeror has not entered into any agreement with, or consulted with, any member
of SARA’s design team members in the preparation of its proposal.
12. All information, statements, and representations included in Offeror’s submission
in response to the Request for Qualifications are true, accurate, complete and
correct.
13. All information, statements, and representations included in Offeror’s proposal in
response to this Request for Proposal are true, accurate, complete and correct.
14. By the submission of its proposal in response to this RFP, and to the maximum
extent permitted by law, the Offerors consent to all the terms and conditions of
this RFP and the RFQ, accept without limitation the procurement processes set
forth therein, and waive any and all claims against SARA arising out of or related
to the procurement process used herein, including but not limited to the process
described herein for evaluation and ranking of the Offerors.
________________________
Printed Name of Offeror
By:_________________________(Signature) Date: _____________
Title: ______________________
RFP for San Pedro Creek Improvements Project
24
Exhibit D
to San Antonio River Authority
Request for Proposal San Pedro Creek Improvements Project
OFFEROR’S CONTRACT EXCEPTIONS
[OFFEROR TO INSERT HARD COPY OF MARKED CONTRACT AND FLASH DRIVE WITH ELECTRONIC COPY OF
REDLINED CHANGES, IF ANY]
RFP for San Pedro Creek Improvements Project
25
Exhibit E
to San Antonio River Authority
Request for Proposal San Pedro Creek Improvements Project
OWNER’S REQUIREMENTS OF INSURANCE
NOTE: YOU ARE STRONGLY ENCOURAGED TO IMMEDIATELY DELIVER THIS
DOCUMENT TO YOUR LEGAL AND INSURANCE ADVISORS.
ANY INSURANCE QUESTIONS SHOULD BE DIRECTED IN WRITING TO
PURCHASING AGENT, VIA EMAIL: [email protected]
1.01 Commencing on the Effective Date, the Construction Manager shall, at its own
expense, purchase, maintain and keep in full force and effect such lines of
insurance coverage as will protect Construction Manager, Owner, and the Owner
Group from claims which may arise out of or result from Construction Manager’s
Services or Work, regardless of whether the Services or Work are performed by
Construction Manager, Construction Manager Personnel, or by anyone directly or
indirectly employed by any of them or by anyone for whose acts any of them
may be liable (including at a minimum the following minimum insurance
coverages and limits; provided, however, if other Contract Documents require
insurance coverage or minimum limits that are greater than those listed below
in this Exhibit, the minimum limits in the other Contract Documents shall control
and shall be provided by Construction Manager). For purposes of this Exhibit
(Owner’s Requirements of Insurance), the term “Owner Group” means the San
Antonio River Authority, Bexar County, and each of their respective officials,
directors, employees, representatives, and volunteers.
1.02 Construction Manager represents and warrants it has carefully reviewed its
insurance program with its legal and risk advisors and has determined its
insurance policies comply with the insurance requirements in this Agreement,
and further acknowledges a continuing obligation to ensure its insurance policies
remain compliant herewith. Within 24 hours of a written request by Owner,
Construction Manager shall submit in electronic form for independent review by
Owner’s consultants, true and complete certified copies of Construction
Manager’s policies of insurance, and include therewith the certification letter for
each policy provided by Construction Manager’s broker, agent, or its applicable
insurance carrier representative. In addition, upon conducting such review, if
Owner’s consultants determine Construction Manager’s insurance policies
contain deficiencies that cause such policies to fail to comply with the
requirements of this Agreement, Construction Manager agrees to reimburse
Owner for all costs and fees of its consultants incurred in attempting to resolve
such policy deficiencies by modification or special endorsement thereof. Owner’s
review of Construction Manager’s policies of insurance shall in no way excuse
Construction Manager from any of the requirements set forth herein. In the
event Owner enters into contract with the Construction Manager before any such
deficiencies are resolved, Owner does not waive, but explicitly reserves, the
right to bring, after (i) the occurrence of any loss or damage for which insurance
RFP for San Pedro Creek Improvements Project
26
is required hereunder, or (ii) after the denial of a claim for coverage for such loss
or damage, an action or Claim against Construction Manager to recover directly
from Construction Manager any damages, including attorneys fees and other
costs, Owner incurs as a result of Construction Manager’s failure to secure and
maintain the insurance required hereunder. Construction Manager acknowledges
and agrees that any period of limitations shall not begin to run or, alternatively,
shall be tolled until the time of the later of such occurrence or denial.
1.03 Statutory Worker’s Compensation and Employer’s Liability Insurance with
minimum limits of not less than indicated below. This insurance is to cover
liability arising out the Construction Manager’s employment of workers and
anyone for whom the Construction Manager may be liable for workers’
compensation claims. Worker’s compensation insurance is required and no
“alternative” form of insurance is permitted. Construction Manager shall require
Subcontractors to provide Workmen’s Compensation and Employer’s Liability
Insurance with the same minimum limits. The policy must be in the name of the
Construction Manager and contain an endorsement naming Owner as the
Alternate Employer.
1. By execution of the Agreement, Construction Manager thereby certifies,
pursuant to Tex. Lab. Code, §406.096(a), that A/E provides workers’
compensation and employers’ liability insurance for all employees
employed on this public project with limits of not less than those required
below.
2. As per Tex. Lab. Code §406.096(b), Construction Manager shall require
each Subcontractor to certify in writing to the Construction Manager that
said Subcontractor provides workers’ compensation and employers’
liability insurance for all of Subcontractor’s employees employed on this
public project. Construction Manager shall forward said certifications to
Owner within ten (10) days of the Effective Date of the Agreement.
3. The policy must include an Other States Endorsement to include the State
of Texas if Construction Manager’s business is domiciled outside the State
of Texas.
4. The state in which the Work is to be performed must be listed under Item
3.A. on the Information Page of the policy.
5. Employees leased through a Professional Employment Organization
(“PEO”) are not permitted.
6. United States Longshore and Harbor Workers (“USL&H”) insurance
coverage must be provided listing Texas as a state in which Work is to be
performed.
7. Pursuant to Section 1.12 below, Construction Manager agrees to waive
its rights of recovery and shall cause this insurance to be endorsed to
waive all rights of subrogation in favor of Owner Group on form WC 42
03 04.
RFP for San Pedro Creek Improvements Project
27
Required Minimum Limits of Coverage – Statutory limits, with Employer’s Liability
Coverage as follows:
Bodily Injury by Accident $1,000,000.00
Bodily Injury by Disease Each Employee $1,000,000.00
Bodily Injury by Disease Policy Limit $1,000,000.00
1.04 Commercial General Liability (“CGL”) Insurance with minimum limits of coverage
not less than those indicated below, written on the most current commercially
available edition of the ISO CG 00 01 coverage form, and shall include Owner
Group as additional insureds on its CGL and Excess Liability policies on a
combination of unmodified ISO endorsements CG 20 10 10 01 and CG 20 37 10
01, or manuscripted endorsements identical thereto. Pursuant to Section 1.11,
below, this insurance shall be endorsed to provide primary and noncontributing
liability coverage by ISO CG 20 01 04 13. Such policy shall contain no exclusions,
limitations, endorsements or policy forms unacceptable to the Owner, including
but not limited to the following coverage exclusions and limitations:
1. Liability assumed by Construction Manager under a written agreement,
including any contractual liability limitation endorsement restricting
coverage to only liability that would exist in the absence of a contract,
such as the ISO CG 21 39 or its equivalent, or any amendment of insured
contract definition endorsement such as the ISO CG 24 26 or its
equivalent;
2. Explosion, collapse, underground property damage, blasting, blowouts,
cratering, or the like, including any Explosion, Collapse And Underground
Property Damage Hazard endorsement such as the ISO CG 21 42 or ISO
CG 21 43 endorsements, or their equivalent;
3. Cross-liability on claims between any insureds, other than claims between
named insureds;
4. Injury to independent contractors and employees of independent
contractors;
5. Any exclusion relating to damage to work performed by Subcontractors
on behalf of Construction Manager such as the ISO CG 22 94 or ISO CG
22 95, or their equivalent;
6. Any type of classification or business description limitation endorsement;
7. Any type of endorsement excluding coverage for construction defects in
the completed operations phase;
8. Any type of endorsement modifying the employer’s liability exclusion;
9. Any type of habitational or residential exclusion;
10. Any type of punitive, exemplary or multiplied damages exclusion;
RFP for San Pedro Creek Improvements Project
28
11. Any type of subsidence exclusion if the Construction Manager is engaged
in any type of earth movement work, including but not limited to soil
compaction, fill, or installation of storm or sewer drains; or
12. Any other exclusion or limitation reasonably unacceptable to Owner.
The CGL policy shall at a minimum include the following coverages:
1. Bodily injury and Property damage on an “Occurrence” basis
2. Premises & Operations Liability
3. Construction Manager agrees to maintain Products-Completed Operations
coverage with respect to the Work performed under the Agreement in
coverage, form and amount, including required endorsements, strictly
compliant with the terms and conditions set forth herein for the later of
ten years after Substantial Completion or until expiration of the statute
of repose. Construction Manager shall provide a written representation
to Owner stating the date of Substantial Completion.
4. Personal and Advertising Injury Liability, with contractual liability
exclusion removed from this coverage part.
5. Electronic Data Liability coverage under an endorsement equal to ISO CG
04 37 with a minimum sublimit of liability equal to the minimum amount
required hereunder for the CGL policy.
6. The policy shall include ISO endorsement CG 2503, Designated
Construction Projects General Aggregate Limit, or its equivalent.
7. Pursuant to Section 1.12 below, Construction Manager agrees to waive
its rights of recovery and shall cause this insurance to be endorsed to
waive all rights of subrogation in favor of the Owner Group on ISO form
CG 24 04 05 09.
Minimum CGL limits of coverage required:
Each Occurrence: $2,000,000.00 General Aggregate: $4,000,000.00
Products & Completed Operations Aggregate $4,000,000.00
Personal and Advertising Injury $2,000,000.00
If the limits of coverage required above are below the actual limits of coverage
in Construction Manager’s primary commercial liability insurance policy, the
above required limits of coverage shall be deemed to be automatically increased
to the amount of such higher actual limits to avoid a gap in coverage that would
preclude coverage under the excess/umbrella policy for failure of the underlying
policy to exhaust its policy limits.
1.05 Business Automobile Insurance with the minimum limits of coverage not less
than shown below to cover damages because of bodily injury or property
RFP for San Pedro Creek Improvements Project
29
damages caused by an accident and resulting from the ownership, maintenance
or use of: (i) any auto, including owned, hired and non-owned autos; and (ii)
any mobile equipment subject to compulsory insurance or financial responsibility
laws or other motor vehicle insurance laws. Additional Insured status shall be
provided in favor of Owner Group on ISO form CA 20 48 10 13. Pursuant to
Section 1.12 below, Construction Manager agrees to waive its rights of recovery
and shall cause this insurance to be endorsed to waive all rights of subrogation
in favor of the Owner Group on ISO form CA 04 4 10 13.
Combined Single Limit Bodily Injury & Property Damage $1,000,000.00
1.06 Excess Liability Insurance over Employers’ Liability, CGL, Commercial Automobile
Liability Policies, with the minimum limits of coverage not less than shown below
and with coverage that is primary and non-contributory to any other insurance
(primary, umbrella, contingent or excess) maintained by the Owner Group,
following form over and affording coverage no less broad than the coverage in
such underlying policies, including but not limited to: (i) additional insured status
for the Owner Group; (ii) designated construction project(s) general aggregate
limit; (iii) waiver of subrogation; and (iv) notice of cancellation. Such policy shall
contain no exclusions or limitations which are herein prohibited for any
underlying policy. The policy limits required herein may be provided by a
combination of primary and excess policies, but in no event shall the total limits
of liability available for any one occurrence or accident be less than the amount
required herein. Such coverage shall have the same inception date as the
commercial general liability and employer’s liability coverages. Drop-down
coverage shall be provided for reduction and/or exhaustion of underlying
aggregate limits.
Excess Liability Insurance (Per Claim and in the Aggregate) $50,000,000.00
1.07 Contractor’s Pollution Liability Insurance, having the minimum limits of coverage
not less than shown below, providing occurrence based coverage for all claims,
liabilities, damages, costs, fees, and expenses of any kind or character, including
but not limited to claims for bodily injury or death, property damage,
environmental or natural resource damage, and any civil fines, fees, civil
assessments or civil penalties or punitive, exemplary or multiplied damages
assessed by any governmental department, agency, commission or court, arising
out of any Pollution Condition(s) (as defined below) that is in any way related to
Construction Manager’s or Construction Manager Personnel’s operations, actions
or inactions, or completed operations associated with any Work performed by
Construction Manager or Construction Manager Personnel. If coverage is written
on a Claims Made & Reported Policy form, the policy retroactive date for prior
acts coverage shall be no later than the Contract Effective Date. The pollution
liability policy shall be continuously maintained for a period of 10 years after
completion of the project or termination of the agreement, whichever occurs
later; the Construction Manager’s purchase of an extended discovery period or
an extended reporting period will not be sufficient to comply with Construction
Manager’s obligations hereunder. Such insurance shall name the Owner Group
as Additional Insureds.
The Pollution Liability policy shall provide coverage for “sudden & accidental”
and gradual occurrences arising from the work performed under this Contract.
The Business Automobile Liability policy shall either be endorsed to provide
coverage under the ISO CA9948 endorsement (Broadened Pollution Liability
RFP for San Pedro Creek Improvements Project
30
Coverage) and Motor Carrier Endorsement (MCS-90), or the Construction
Manager’s Contractor’s Pollution Liability policy shall be endorsed to provide
transportation coverage beyond the boundaries of the job site, if Construction
Manager’s activities involve hauling excavated spoil.
The Contractor’s Pollution Liability policy shall also include coverage for:
1. the full scope of the Construction Manager’s operations (on-going and
completed), as described in the Agreement;
2. losses arising from pollutants, including but not limited to fungus, bacteria,
biological substances, mold, microbial matter, asbestos, lead, silica and
contaminated drywall;
3. third party liability for bodily injury, property damage, clean up expenses,
and defense costs arising from the Construction Manager’s operations;
4. diminution of value and natural resources damages;
5. contractual liability; and
6. claims arising from Construction Manager’s use of any owned or non-owned
disposal sites arising out of the Construction Manager’s activities in
connection with the Agreement.
7. bodily injury to include physical injury, sickness, disease, death, mental
anguish, medical monitoring and emotional distress sustained by any person;
and
8. all costs that are related to or that arise out of or from the investigation or
adjustment of any claim or in connection with any court, arbitration,
mediation, state administrative hearing, or other proceeding of any kind,
including attorney’s fees, expert witness fees, costs, charges and expenses
of any kind or character, that arise out of or that are related to a Pollution
Condition(s).
Coverage under this policy shall include a 7-day minimum occurrence period for
emergency response costs.
The Pollution Liability insurance policy shall not include any type of exclusion or
limitation of coverage applicable to claims arising from:
1. insured vs. insured actions (however, an exclusion for claims made between
insureds within the same economic family is acceptable);
2. impaired property that has not been physically injured;
3. materials supplied or handled by the named insured; any exclusionary
language pertaining to materials supplied by the insured is subject to the
Owner’s review and approval;
4. property damage to the work performed by a contractor;
5. faulty workmanship as it relates to clean up costs;
RFP for San Pedro Creek Improvements Project
31
6. punitive, exemplary or multiplied damages;
7. work performed by subcontractors; or
8. contractual liability incurred as a result of an injury to an employee of the
insured.
“Pollution Condition(s)” means the discharge, dispersal, release or escape of any
solid, liquid, gaseous or thermal irritant or contaminant, including, but not limited
to, smoke, sewage, vapors, soot, fumes, acids, alkalis, toxic chemicals, medical
waste, mold, silt, sedimentation, low-level radioactive material and waste
materials into or upon land, the atmosphere or any watercourse or body of water,
including groundwater, provided such conditions are not naturally present in the
environment in the amounts or concentrations discovered.
Pollution Liability Insurance
$25,000,000.00 Occurrence/$25,000,000.00 Aggregate
1.08 Professional Liability Insurance with the minimum limits of coverage not less than
shown below shall be provided by Construction Manager to cover the professional
liability arising out of or in connection with any negligent act, error or omission
of all Construction Manager Personnel, including all design professionals and any
non-professional Construction Manager Personnel, and all members of any
subconsultant firm or any joint venture or other firm of the Construction Manager
acting for, in combination with, on behalf of, or under the direction or control of
the Construction Manager in the performance of any Services required under this
Agreement, or arising from or in connection with the coordination, management
or oversight of such Construction Manager Personnel. This policy shall not
include any type of exclusion or limitation of coverage applicable to claims arising
from: (i) bodily injury or property damage where coverage is provided on behalf
of design professionals or subcontractors; (ii) habitational or residential
operations; (iii) pollution, mold and/or microbial matter and/or fungus and/or
biological substance; (iv) punitive, exemplary or multiplied damages; (v)
contractual liability caused by, related to, or arising from a negligent act, error
or omission of Construction Manager Personnel (or any limitation or exclusion
that restricts coverage to only liability that would exist in the absence of
contract); or (vi) design/build services.
Professional Liability Insurance
$10,000,000.00 Occurrence/$10,000,000.00 Aggregate
1.09 Cyber/Privacy Liability Insurance Policy with the minimum limits of coverage not
less than shown below shall be provided by the Construction Manager to cover
risk of loss to electronic data. The policy must include coverage for electronic
vandalism to electronic data, including coverage for willful electronic alteration
of data, introduction of viruses which impact electronic data, unauthorized use
of electronic data, or denial of service to web site or email destinations.
$500,000 applicable to each location where original information (electronic data)
is stored
$100,000 away from premises
RFP for San Pedro Creek Improvements Project
32
1.10 “All-risk” Builder’s Risk insurance with the minimum limits of coverage not less
than those indicated below shall at all times be maintained by Construction
Manager prior to acceptance of the Work by Owner. Limits of coverage shall be
the initial contract sum as increased by the amount of subsequent modifications
of the contract sum. Coverage shall be provided in an amount equal at all times
to the full replacement value and cost of debris removal for any single
occurrence. No coinsurance is permitted. Coverage shall be at least as broad as
an unmodified ISO Special Causes of Loss form and shall include coverage for
theft, collapse, flood and earthquake. Any exclusions to the coverage form must
be pre-approved by Owner. No protective safeguard warranty is permitted. This
policy is to be written on a completed value, non-reporting form basis and shall
be primary to any other insurance coverage available to the named insureds,
with the other insurance of the named insureds being excess, secondary and
noncontributing. The policy shall include as Named Insureds the Owner Group,
Construction Manager, all Subcontractors of any tier, and all Loss Payees and
Mortgagees. The termination of coverage provision shall be endorsed to permit
occupancy of the covered property being constructed. This insurance shall be
maintained in effect, unless otherwise provided for in the Contract Documents,
until the earliest of the following dates: (i) the date on which all persons and
organizations who are insureds under the policy agree that it shall be terminated;
(ii) the date of final payment, as provided for in the Contract Documents; or (iii)
the date on which the insurable interests in the covered property of all insureds
other than Construction Manager have ceased. This insurance shall be endorsed
to provide a 30 day notice of cancellation to Owner. Such insurance shall cover
at a minimum the following:
1. All structure(s) under construction, including retaining walls, paved
surfaces and roadways, bridges, glass, foundation(s), footings,
underground pipes and wiring, excavations, grading, backfilling or filling;
2. All temporary structures (e.g., fencing, scaffolding, cribbing, false work,
forms, site lighting, temporary utilities and buildings) located at the site;
3. All property including materials and supplies on site for installation;
4. All property including materials and supplies at other locations but
intended for use at the site;
5. All property including materials and supplies in transit to the site for
installation by all means of transportation other than ocean transit; and
6. Other property for which an insured is liable in connection with the
Project, including Owner furnished or assigned property.
Deductibles shall not exceed:
1. All Risks of Direct Damage, Per Occurrence, except $10,000
a. Delayed Opening Waiting Period 5 days
RFP for San Pedro Creek Improvements Project
33
b. Earthquake and Earthquake Sprinkler Leakage,
Per Occurrence $50,000
c. Flood, Per Occurrence or excess of maximum available
through National Flood Insurance Program or $50,000
Coverage for each of the following shall be included in the policy with the below
minimum sublimits:
Coverage Minimum
Sublimit
1. Additional expenses due to delay in completion of
project (where applicable)
TBD
2. Damage arising from error, omission or deficiency
in construction methods, design, specifications,
workmanship or materials, including collapse and
ensuing loss
Included
without sublimit
3. Debris removal additional limit Included
without sublimit
4. Earthquake and Earthquake Sprinkler Leakage $1,000,000
5. Flood $1,000,000
6. Freezing Included
without sublimit
7. Mechanical breakdown including hot (introduction
of feed stock, catalyst or similar media for
processing & handling or commencement of supply
to a system) and cold (hydrostatic, pneumatic,
electrical, hydraulic or mechanical)testing (where
applicable) testing, where applicable
Included
without sublimit
8. Occupancy pre-completion Included
without sublimit
9. Ordinance or law Included
without sublimit
10. Pollutant clean-up and removal $1,000,000
11. Preservation of property Included
without sublimit
12. Replacement cost Included
without sublimit
13. Theft Included
without sublimit
1.11 Each of Construction Manager’s liability insurance policies (excluding only
Construction Manager’s workers’ compensation/employers’ liability and
professional liability policies), shall be endorsed to provide that they are primary
to and non-contributing with, any other insurance carried by, or for the benefit
of the Owner Group. It is the specific intent of the parties to this Agreement that
all such insurance policies shall be primary to and shall seek no contribution from
RFP for San Pedro Creek Improvements Project
34
any other insurance (primary, umbrella, contingent or excess) maintained by
Owner Group, with Owner Group’s insurance being excess, secondary and
noncontributing. Insurance may be provided under a single limit policy, or two
or more policies with combined limits for the required amount of coverage. If
any insurance Construction Manager furnishes shall be, or become at risk of
being, reduced diminished or exhausted by claims thereon, Construction
Manager agrees to supplement, increase and/or replace such insurance with
other insurance to ensure that Construction Manager has available at all times
the coverage required hereunder.
1.12 Construction Manager’s workers’ compensation, employers’ liability, commercial
automobile liability, CGL, excess liability, professional liability and pollution
liability insurance policies shall be endorsed to waive all rights of subrogation in
favor of the Owner Group. With respect to all such policies, Construction
Manager waives any and all rights of recovery or subrogation against the Owner
Group.
1.13 The Owner Group shall be included as additional insureds without limitation on
all policies required herein (except workers’ compensation, employers’ liability
and professional liability policies), under the form of an additional insured
endorsement providing the maximum protection to Owner allowed by applicable
law, except as otherwise expressly stated herein. Construction Manager
represents and warrants that:
1. Construction Manager’s policies of liability insurance, including
Construction Manager’s commercial general liability, commercial
automobile liability, and excess liability insurance policies have been
endorsed to cover the Owner Group as additional insureds to the
maximum extent permitted by applicable law, or as otherwise set forth
herein, with respect to liability arising out of Work performed by or for
Construction Manager, including ongoing and completed operations in
connection with this Contract (and such coverage provides for the
protection of each insured against claims of liability by another insured
under a separation of insureds clause).
2. Such policies of insurance have also been endorsed to cover as an
additional insured any third party to the extent required by the Contract
Documents.
3. Such endorsements provide as to each additional insured, coverage to
the limits of each such policy for at least each Claim that is no less broad
than the obligations of Construction Manager to indemnify, defend and
hold harmless the additional insured as an Indemnified Party under the
Contract.
4. Access to the originals of the certified copies of required insurance policies
will be provided to Owner for review upon request.
5. Attached hereto are true and correct copies of the following:
a. current certificates of insurance describing each of the policies of
insurance required hereunder; and
b. all policy endorsements required hereunder.
RFP for San Pedro Creek Improvements Project
35
1.14 All policies shall obligate the insurer to notify the San Antonio River Authority
(Attn: ___________________), ____________________, San Antonio, Texas
_________, of any cancellation or material changes, in writing, at least 30 days
prior to any such cancellation or change. All polices shall require at least ten
(10) days’ notice of cancellation to Owner in the event of non-payment of
premiums by Construction Manager. Construction Manager shall provide Owner
with written notice of any non-renewal within two (2) business days of
Construction Manager’s receipt of a non-renewal notice.
1. “Material Change” means any of the following changes to the Policy during
the term of the Policy:
a. a change in the policy period;
b. a material revision to, or removal of, a coverage section;
c. a reduction of the amount of limits of insurance, provided such
reduction is not the result of payment of damages, medical
expenses, or claim expenses; or
d. an increase of the amount of any self-insured retention(s)
Construction Manager shall not cause or permit its insurance to be canceled,
reduced, restricted, limited, or invalidated.
1.15 All Construction Manager’s insurance shall be issued by insurance carriers
authorized to do business in Texas at the time the policy is issued (and at all
times during the term of this Agreement) and rated by A.M. Best Company as A-
VII or better, confirmed by one or more insurance certificates conforming to the
following requirements:
1. Certificates of insurance shall be prepared on an Acord 25 (2010/05)
form, or any later edition of this form;
2. Certificates shall designate Owner as certificate holder, together with
Owner’s mailing address;
3. The named insured’s name must match Construction Manager’s name as
shown in this Agreement;
4. Certificates shall list each insurance company producing each form of
coverage, together with the applicable policy number and policy date;
5. Certificates shall include the name, address, phone number, fax number
and email address of the issuing producer , and the signature of the
authorized representative of the producer;
6. Certificates for all applicable policies shall attach copies of all applicable
additional insured endorsements;
7. All deductibles and self-insured retentions shall be disclosed on the
certificate, and shall be paid by, assumed by, for the account of, and at
the Construction Manager’s sole risk without any right of reimbursement.
No deductible or self-insured retention shall exceed $25,000 without prior
RFP for San Pedro Creek Improvements Project
36
written approval of the Owner, except as otherwise specified herein. If
Construction Manager elects to self-insure or to maintain insurance
required herein subject to deductibles and/or retentions exceeding
$25,000.00, Construction Manager shall be obligated to grant Owner all
rights against Construction Manager to the same extent as if Construction
Manager had maintained the insurance required hereunder with a
commercial insurer, including but not limited to additional insured status,
primary and non-contributory liability, waivers of rights of recovery, other
insurance clauses, and any other extensions of coverage required herein.
Construction Manager shall pay from its assets the costs, expenses,
damages, claims, losses and liabilities, including attorney’s fees and
necessary litigation expenses at least to the same extent all of the
foregoing would have been covered had Construction Manager
maintained the insurance required hereunder with a commercial insurer.
8. Certificates of applicable policies shall disclose any designated
construction project(s) general aggregate limit (Owner reserves the right
to require notice of replenishment and placement of supplemental
coverage if any aggregate limit is exhausted during the applicable policy
period);
9. Certificates shall attach all primary and non-contributory endorsements
required herein;
10. Certificates shall attach waivers of subrogation applicable to all coverages
required herein;
11. Certificates shall attach copies of all notice of cancellation terms from all
policies required herein;
12. Name(s) of the Project(s) as described in this Contract shall be listed in
the certificate;
13. For Pollution Liability and Professional Liability policies, include in writing
on the certificate the coverage form under which the respective line of
coverage is written – either:
a. Claims-made form; if the coverage form declared on the
Certificate is the Claims-made form, the “Retroactive-date” for
this line of coverage must also be included on the Certificate as
well; or
b. Occurrence basis – no additional wording required.
14. The Owner’s Project/Contract number(s) along with its descriptor caption
must be included in the Description of Operations section located in the
bottom half of the certificate forms.
15. Certificate Holder – Owner Group shall be shown as the certificate holder
in the certificate holder section located in the bottom half of the certificate
form as follows:
__________________
__________________
RFP for San Pedro Creek Improvements Project
37
__________________
__________________
16. Distribution of Completed Certificates - Completed Certificates shall be
distributed by the Construction Manager as follows:
a. Original shall be sent:
i. By Mail:
__________________
__________________
__________________
__________________
ii. By Fax: _______________
iii. By E-Mail: _______________
b. Copies shall be sent to the following address:
__________________
__________________
__________________
__________________
1.16 With respect to any coverage maintained on a “claims-made” policy form,
Construction Manager shall maintain such coverage for a minimum of ten (10)
years after completion of the project or termination of the agreement, whichever
occurs later. Coverage under any such policy form shall include a retroactive
date based on the effective date of contract for the first performance of
professional services for the Project. The Construction Manager’s purchase of an
extended discovery period or an extended reporting period on a “claims-made”
policy will not be sufficient to comply with Construction Manager’s obligations
hereunder.
1.17 Construction Manager shall not commence Services under this Contract until
Construction Manager has obtained all required insurance and until such
insurance has been accepted by Owner’s Approval. Owner’s approval of
Construction Manager’s insurance shall not relieve or decrease the liability of
Construction Manager hereunder. Owner shall have no duty to pay or perform
under this Agreement until all certificates of insurance and required insurance
policies have been confirmed by Owner’s advisors to comply with the
requirements set forth herein. Construction Manager’s failure to fulfill these
insurance requirements shall not be a basis for any adjustment to Construction
Manager’s compensation or schedule. Owner reserves the right to terminate this
Agreement for convenience without any expense or liability in the event
Construction Manager fails to secure all insurance required herein within ten (10)
days of Construction Manager’s execution of the Agreement.
RFP for San Pedro Creek Improvements Project
38
1.18 If Construction Manager fails to timely obtain, maintain or renew the insurance
required herein and to provide Owner with acceptable evidence thereof, Owner
shall have the right, but not the obligation, to, among all other available remedies
at law and in equity: (1) procure such insurance and reduce the amount of this
Contract (or any other agreement between the Owner and Construction
Manager) by the cost thereof; and/or (2) deem as a material breach of this
Contract the Construction Manager’s failure to do so. Within five (5) calendar
days of any cancellation or non-renewal of any required line of insurance
coverage, the Construction Manager shall provide Owner a replacement
certificate of insurance with all applicable endorsements included therewith.
Owner shall have the right, in its sole discretion, to suspend the Construction
Manager's performance or terminate this Contract should there be a lapse in
coverage at any time during this Contract. In addition to any other remedies
available to Owner, Owner shall have the right, upon the Construction Manager's
failure to provide and maintain any insurance or policy endorsements to the
extent and within the time herein required, to withhold any payment(s) which
become due to the Construction Manager hereunder (or under any other
agreement between the Owner and Construction Manager) until the Construction
Manager demonstrates compliance with the insurance requirements of the
Contract. At Owner’s discretion, Construction Manager may be disqualified from
eligibility to participate in any other or future projects with the Owner for failure
to comply with the insurance requirements herein.
1.19 Nothing herein shall reduce or alter any obligation of Construction Manager to
indemnify, defend or hold harmless the Indemnified Parties identified in the
Contract. Construction Manager’s obligations for loss or damage arising out of
Construction Manager’s Services and Work or operations are not limited to the
types or amounts of insurance set forth herein. Losses not covered by the
insurance required hereunder shall be paid by Construction Manager.
1.20 To the extent Applicable Law allows recovery of attorneys fees in any action or
proceeding commenced to enforce the rights of any member of Owner Group as
an additional insured under this Contract, Construction Manager agrees to pay
Owner as the prevailing party in any such action, in addition to any other relief
granted, the actual reasonable attorney fees the Owner has paid or is obligated
to pay, and all costs and expenses to enforce such rights, not merely recoverable
costs. This provision is independent and severable from any other provision of
this Contract and shall be enforceable as a separate agreement.
1.21 Owner shall not be under any duty to advise Construction Manager in the event
that Construction Manager’s insurance is not in compliance with the Contract.
Construction Manager shall require all Construction Manager Personnel to carry
the types and limits of insurance coverage Construction Manager determines to
be necessary and appropriate to protect the Owner and Construction Manager
from the risk of loss, taking into consideration the scope of services and work
performed by each Construction Manager Personnel. Excepting only Workers’
Compensation and Professional Liability insurance policies, Construction Manager
shall cause all Construction Manager Personnel to include Owner as an additional
insured under each policy of insurance maintained by Construction Manager
Personnel. Construction Manager will require evidence of this insurance and
additional insured status to be provided by all Construction Manager Personnel
prior to their commencement of any work or services, or entering onto any Site
in connection with the Project, and copies of this evidence shall be provided to
Owner by the Construction Manager.
RFP for San Pedro Creek Improvements Project
39
1.22 Construction Manager is responsible for all deductibles and any self-insured
retentions under all lines of insurance coverage required by this Agreement.
1.23 The stated policy limits of each line of insurance coverage required herein are
minimum only and it shall be the Construction Manager's responsibility to
determine what policy limits in excess of such minimum limits are adequate, and
the length of time each line of insurance coverage shall be maintained beyond
any lengths of time set forth herein; insurance policy limits are not a limit of the
Construction Manager's liability. The insurance requirements set out herein shall
not be interpreted as any representation or warranty that the required insurance
coverages and limits will necessarily be adequate to fully protect Construction
Manager. Unless otherwise set forth herein, Construction Manager shall not
cause or permit any required insurance to be cancelled or to lapse prior to the
expiration of all common law, statutory and contractual warranty periods.
1.24 Construction Manager shall provide Owner with thirty (30) days written notice of
erosion of any aggregate limits below the minimum amounts required by the
Agreement.
1.25 Owner reserves the right to review the insurance requirements and to require
deletion, revision, and/or modification of particular policy terms, conditions,
limitations, or exclusions (except where policy provisions are established by law
or regulations that are binding upon Owner, Construction Manager, or the
underwriter) on any such policies when deemed necessary and prudent by Owner
based upon changes in statutory law, court decisions, or the claims history of the
industry and/or of Construction Manager, provided however, such modifications
must be commercially available to Construction Manager. Owner shall make an
equitable adjustment to the Contract Sum for any additional cost resulting
therefrom.
1.26 Construction Manager covenants and agrees that: (i) the failure of Owner to
demand certificates of insurance, or proof of compliance with the insurance
requirement herein, or failure of Owner to identify a deficiency in any policy
required hereunder will not be construed as a waiver of Construction Manager’s
obligation to maintain the insurance required under this Agreement; (ii) the
insurance required under this Agreement does not represent that coverage and
limits will necessarily be adequate to protect Construction Manager, nor shall the
limits of coverage stated herein be deemed a limitation of Construction Manager’s
liability to Owner in this Agreement; (iii) and Construction Manager may meet
the required insurance coverages and limits with any combination of primary and
umbrella/excess liability insurance.
1.27 Release and Waiver. The Construction Manager hereby waives all rights of
recovery and releases, and shall cause its subconsultants and subcontractors to
release, the Owner Group from any and all claims or causes of action whatsoever
which the Construction Manager and/or its subconsultants or subcontractors
might otherwise now or hereafter possess resulting in or from or in any way
connected with any loss covered by insurance, whether required herein or not,
or which should have been covered by insurance required herein, including the
deductible and/or uninsured portion thereof, maintained and/or required to be
maintained by the Construction Manager and/or its subconsultants or
subcontractors pursuant to the Agreement. TO THE MAXIMUM EXTENT
PERMITTED BY APPLICABLE LAW, THE FOREGOING RELEASE AND WAIVER
SHALL APPLY EVEN IF THE LOSS OR DAMAGE IS CAUSED IN WHOLE OR IN PART
BY THE FAULT OR NEGLIGENCE OR STRICT LIABILITY OF THE OWNER GROUP.
RFP for San Pedro Creek Improvements Project
40
Exhibit F
to San Antonio River Authority
Request for Proposal San Pedro Creek Improvements Project
OFFEROR’S PROPOSAL SIGNATURE PAGE
INDIVIDUAL or PROPRIETORSHIP
If Offeror is an INDIVIDUAL or PROPRIETORSHIP, sign here:
Name: ___________________
Doing Business As: _____________________
PARTNERSHIP OR JOINT VENTURE
By signing below, the undersigned officer and/or agent of Offeror represents, warrants
and certifies that he/she is an authorized representative with full authority to bind
Offeror to the terms and conditions of its Proposal, and that the undersigned has the
necessary authority to negotiate and execute a Contract between SARA and the Offeror
if Offeror is requested to enter into negotiations for the Contract.
[Signed by at least two (2) Partners/Members]
Partnership/Joint Venture Name: ________________________________________
By: ______________________ By: ______________________
Title: _______________ Title: ______________
CORPORATION OR LIMITED LIABILITY COMPANY
The undersigned certifies that he/she is ______________ (title) of
_______________________ (Offeror), Comptroller's Taxpayer Number
_______________________, a ______________ formed under the laws of the State
of ___________, the Offeror, and that he/she is authorized by the attached certified
copy of the resolution of Offeror’s governing body to sign Offeror’s proposal for and on
behalf of the Offeror, and that he/she is authorized to bind Offeror to the terms and
conditions of the proposal as required by the RFP referenced therein, and has the
requisite authority to execute a Contract on behalf of Offeror, if awarded.
Entity Name: ________________________________________
By: __________________
Title:___________________
RFP for San Pedro Creek Improvements Project
41
Exhibit G to
San Antonio River Authority Request for Proposal
San Pedro Creek Improvements Project
OFFEROR’S PROPOSAL SUBMISSION CHECKLIST
[Complete this checklist to ensure all required documents are included in proposal.]
PROPOSAL DOCUMENTS (6 copies, in sealed envelope)
CHECK
Offeror’s Proposed Fees and Prices (Exhibit A)
Elements of Construction Manager’s Fees (Attachment 1 to
Exhibit A)
Offeror’s Additional Service Rates (Exhibit B)
Offeror’s Representations and Warranties (Exhibit C)
Offeror’s Marked Copy of Contract (Exhibit D)
(Also include electronic MS Word copy on flash drive)
Offeror’s Proposal Signature Page – (Exhibit F)
Offeror’s Completed Proposal Submission Checklist – (Exhibit G)
OFFEROR: _____________________________________
By: _______________________________________
OFFEROR’S AUTHORIZED REPRESENTATIVE
DATE: ___________