SAN DIEGO CONVENTION CENTER CORPORATION

Similar documents
Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

Sample Request For Proposals

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name:

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

AIA Document A701 TM 1997

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

Request for Proposal For Scrap Metal Removal

AIA Document A201 TM 1997

PRINCE GEORGE S COMMUNITY COLLEGE 301 Largo Road Largo, Maryland 20774

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Addendum #4 To Request for Proposal For Elliman Fume Hood Relocation: Project Dated 08/21/2018

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

B. The Bid is made in compliance with the Bidding Documents.

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Specification Standards for University of Washington Section

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

City of New Rochelle New York

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

The City of Moore Moore, Oklahoma

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

SECTION NOTICE TO BIDDERS

SECTION 1.A BID FOR LUMP SUM CONTRACT

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

West Ridge Park Ballfield Light Pole Structural Assessment

BID FOR LUMP SUM CONTRACT

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

INSTRUCTIONS TO BIDDERS

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

Document A701 TM. Instructions to Bidders

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

MACON-BIBB COUNTY, GEORGIA

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

Document A201 TM 2007 SP

GENERAL CONDITIONS BETWEEN OWNER AND DESIGN-BUILDER

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Addendum #3 To Request for Proposal For Social Work Roof Replacement: Project Dated May 17, 2018

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

HVAC Remodel Second Floor North Center Building

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

GENERAL CONTRACT - PROPOSAL FORM (revised )

Request for Proposals: Environmental Site Assessment for Single Property

COMMISSION ADOPTED POLICY Procurement Policy

INSTRUCTIONS TO BIDDERS

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

(e-procurement System)

Request for Proposals for Agent of Record/Insurance Broker Services

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS

Request for Proposal # Postage Meter Lease & Maintenance Service

MARION COUNTY HEALTH SERVICES BUILDING RENOVATION PUBLIC IMPROVEMENT AGREEMENT

MANDATORY GENERAL TERMS AND CONDITIONS:

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

STORM DRAIN ENGINEERING DESIGN SERVICES

construction plans must be approved for construction by the City PBZ department.

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

RFP NAME: AUDITING SERVICES

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Educational Use Only S A M P L E S A M P L E

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Transcription:

SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline: Procurement Contact: Not applicable Thursday, October 11, 2018 at 11:00 a.m. local time Friday, October 19, 2018 at 4:00 p.m. local time San Diego Convention Center Corporation Procurement Department Send bids to: Procurement@visitsandiego.com Corey Albright Director, Procurement & Contracts Email: Procurement@visitsandiego.com Phone: (619) 525-5320 Description: The San Diego Convention Center Corporation ( Corporation ) is requesting bids for construction and maintenance project management services (See Section 2 Scope of Work). This is anticipated to be a full time position contracted for two (2) years with three (3) single year options to extend annually. Written questions regarding the substance of the RFP must be submitted via e-mail to the procurement contact listed above no later than the Pre-Bid Question Deadline indicated above. Emailed Bids are due prior to the Bid Deadline indicated above and must be delivered to Procurement@visitsandiego.com. Late bids will not be accepted NO EXCEPTIONS. PROCUREMENT REQUIREMENTS Section 1 Instructions & General Conditions... 2 Section 2 Scope of Work... 5 Section 3 Bid Form... 11

Section 1 Instructions & General Conditions 1. COMMUNICATIONS: All communications, any modifications, clarifications, amendments, questions, responses or any other matters related to the Request for Proposal (RFP) must be made only through the Procurement Contact noted on the cover of this RFP, or their designee. A violation of this provision is cause for the Corporation to reject a company s bid. No contact regarding this document with other Corporation employees is permitted, and may be grounds for disqualification. 2. PRE-BID INFORMATION AND QUESTIONS: Each bid that is timely received will be evaluated on its merit and for completeness of all requested information. In preparing bids, Bidders are advised to rely only upon the contents of this RFP and accompanying documents and any written clarifications or addenda issued by the Corporation. If a Bidder finds a discrepancy, error, or omission in the RFP package, or requires any written addendum thereto, the Bidder is requested to notify the Procurement Contact noted on the cover of this RFP, so that written clarification may be sent to all prospective Bidders. All questions must be submitted in writing to the Procurement Contact before the Pre-Bid Question Deadline indicated on the front of this document. All answers will be issued in the form of a written addendum. 3. PRE-BID MEETING: Not applicable. 4. RFP MODIFICATIONS: Clarifications, modifications, or amendments may be made to the RFP at any time prior to the Bid Deadline at the discretion of the Corporation. It is the Bidder s responsibility to periodically check the Corporation s website at https://visitsandiego.com/work-withus/vendors/current-opportunities until the posted Bid Deadline to obtain any issued addenda. 5. BID SUBMISSION: Submit offer on the Bid Form provided. Bidders are required to complete the entire Bid Form and supplements (if applicable). a. Bids must be submitted to the Procurement Department, San Diego Convention Center Corporation, by email to Procurement@visitsandiego.com, before the date and time indicated as the deadline. It is each Bidder s sole responsibility to ensure the Procurement Department receives the bid prior to the Bid Deadline. b. Submission of a bid establishes a conclusive presumption that the Bidder is thoroughly familiar with the Request for Proposal (RFP) and that the Bidder understands and agrees to abide by each and all of the stipulations and requirements contained therein. c. All costs incurred in the preparation and presentation of the bid is the Bidder s sole responsibility; no pre-bid costs will be reimbursed to any Bidder. All documentation submitted with the bid will become the property of the Corporation. d. Bids must be held firm for a minimum of 60 days. 6. EXCEPTIONS: Bidder shall clearly identify any proposed deviations from the Scope of Work in the Request for Proposal. Each exception must be clearly defined and referenced to the proper paragraph in this RFP. The exception shall include, at a minimum, the Bidder s proposed substitute language and opinion as to why the suggested substitution will provide equivalent or better service and performance. If no exceptions are noted in the Bidder s bid, the Corporation will assume complete conformance with this specification and the successful Bidder will be required to perform accordingly. Bids not meeting all requirements may be rejected. 7. DUPLICATE BIDS: No more than one (1) bid from any Bidder, including its subsidiaries, affiliated companies, and franchises will be considered by the Corporation. In the event multiple bids are submitted in violation of this provision, the Corporation will have the right to determine which bid will be considered, or at its sole option, reject all such multiple bids.

8. REJECTION: The Corporation reserves the right to reject any or all bids, or to accept or reject any bid in part, and to waive any minor informality or irregularity in bids received if it is determined by the Director, Procurement and Contracts that the best interest of the Corporation will be served by doing so. A Bidder s failure to provide any additional information requested by the Corporation prior to a contractor selection may result in rejection of the bid. The Corporation may reject any bid from any person, firm, or corporation in arrears or in default to the Corporation on any contract, debt, or other obligation, or if the Bidder is debarred by the Corporation from consideration for a contract award. 9. The Corporation reserves the right to reject all nonconforming, nonresponsive, unbalanced, or conditional Bids. Discrepancies in the multiplication of unit prices and unit prices themselves will be resolved in favor of unit price. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 10. PROCUREMENT POLICY: Procurement for the Corporation will be handled in a manner providing fair opportunity to all businesses. This will be accomplished without abrogation or sacrifice of quality and as determined to be in the best interest of the Corporation. 11. NON-DISCRIMINATION: Corporation will not contract with any person or firm that discriminates against employees or applicants for employment because of any factor not related to job performance. The Bidder must comply with all federal, state, and local laws and policies that prohibit discrimination in employment contracts. The Bidder must include in its subcontracts provisions that prohibit subcontractors from discriminating in their employment practices. 12. BIDDER EVALUATION: The Bid will be awarded to the most responsive, responsible Bidder meeting specifications with the highest evaluation score based upon the following weighted requirements: 1. Individual Expertise of the Construction Manager Assigned 50% (total) i. Construction & Project Management 30% ii. Public Works & Prevailing Wage Projects 10% iii. Individual Education, Certifications, Other Qualifications 10% 2. Firm Overall Expertise & Past Experience 10% 3. Cost 25% 4. Quality of References 10% 5. Interview Presentation (if shortlisted) 5% 13. CONTRACT AWARD: The Corporation reserves the right to award by item, group of items, or total bid. The Bidder to whom the award is made will be notified at the earliest possible date. After a final award of the Contract by the Corporation, the Contractor must execute and perform said Contract. If, for any reason, a contract is not executed with the selected Bidder within fourteen (14) days after receipt of Contract, then the Corporation may recommend the award to the next qualified Bidder. 14. DISQUALIFICATION OF BIDDERS: Any one or more of the following causes may be considered for the disqualification of a Bidder as non-responsible and the rejection of the Bid: a. Evidence of collusion among Bidders; b. Lack of competency as revealed by either financial, experience, or safety statements; c. Lack of responsibility as shown by past work; d. Uncompleted work under other contracts which in the judgment of the Corporation, might hinder or prevent the prompt completion of additional work if needed.

15. DISCUSSIONS: Discussions may be conducted with responsible Bidders, in order to clarify and assure full understanding of, and conformance to, the solicitation requirements. Discussions may be conducted with Bidders who submit bids determined to be reasonably susceptible of being elected for award, but bids may be accepted without such discussions. Bidders shall be accorded fair and equal treatment with respect to any opportunity for discussions and revisions of bids. Such revisions may be permitted after submission and prior to award for the purpose of obtaining best and final offers. If during discussions there is a need for any substantial clarification of or change in the RFP, the RFP shall be amended to incorporate such clarification or change. The Bidder shall reduce any substantial oral clarification of a bid in writing. 16. SUBCONTRACTORS: The Scope of Work for this RFP shall not be subcontracted. 17. INSURANCE REQUIREMENTS: At all times during the term of the contract, the Contractor shall maintain, at their sole expense, insurance coverage for the Contractor, its employees, officers and independent contractors, as follows: TYPE OF INSURANCE MINIMUM ACCEPTABLE LIMITS OF LIABILITY 1. Workers Compensation Statutory 2. Employers Liability A. Each Accident $2,000,000.00 B. Each Employee-disease $2,000,000.00 C. Policy Aggregate-disease $2,000,000.00 3. Commercial General Liability A. Per Occurrence $2,000,000.00 4. Business Auto Liability $2,000,000.00 San Diego Convention Center Corporation, Inc., City of San Diego, San Diego Unified Port District, and the members, officers, directors, agents and employees of each of these three entities shall be named as additional insured. 18. DISCLOSURE OF CONTENTS: All information provided in the bid shall be held in confidence and shall not be revealed or discussed with competitors or the general public, until after award of the contract except as provided by law or court decision. 19. Bidders must make no other distribution of the bids other than authorized by this RFP. A Bidder who shares cost information contained in its bid with other Corporation personnel or competing Bidder s personnel shall be subject to disqualification. 20. PUBLIC DISCLOSURE: Bids are subject to public disclosure after the deadline for submission in accordance with applicable law. 21. CONTRACT COMMENCEMENT: Commencement of a contract shall not begin prior to all necessary Corporation approvals, including Corporation s Board of Directors approval where required, and subsequent execution of the Corporation s Contract. Commencement of a contract without these approvals is solely at the Bidder s own risk and is likely to result in no payment for services performed or goods received.

Section 2 Scope of Work Introduction: Through this Request for Proposals (RFP), the San Diego Convention Center Corporation ( Corporation ) hereby invites businesses who meet the qualifications and specifications set forth herein to submit bids for construction and maintenance project management services. This is anticipated to be a full time position contracted for two (2) years with three (3) single year options to extend annually. Contractor shall perform the following Scope of Work: A B C D The standard of care for services performed under this Contract by Contractor shall be the care and skill ordinarily used by Contractors, or construction management project administrators, practicing under similar conditions at the same time and locality. The Contractor's services may be provided in one or more phases as outlined below. Portions of each phase may commence before the previous phase is completed, in which case both phases may proceed concurrently. The Phases of the Contractor's Services shall include: B.1. B.2. B.3. B.4. C.1. C.2. C.3. C.4. PROJECT INITIATION PHASE. (as needed) The Project Initiation Phase includes the development of the Corporation s Capital Improvement Program ("Program ) and the review of the project s feasibility based on the Corporation's Program and other relevant information, as further detailed in Section D below. PROJECT DESIGN PHASE. (as needed) The Project Design Phase includes Services during the development of the project design and specifications through the preparation of construction documents for the project, as further detailed in Section E below. PROJECT CONSTRUCTION PHASE. The Project Construction Phase commences upon the issuance of a written notice to proceed to the Corporation's contractor(s) to proceed with the construction of the project, and includes Services as further detailed in Section H. PROJECT CLOSE-OUT PHASE. The Project Close-Out Phase commences when the project, or a designated portion, achieves substantial completion, and continues through final completion, and includes Services as further detailed in Section P. CONTRACTOR'S GENERAL RESPONSIBILITIES The Contractor shall: Serve as the contact for all communications between the Corporation and its design professional, contractor(s) and consultant(s) including requests for information from or for actions by the Corporation. Maintain a copy of all project documents and contract documents, including change orders and interim directed changes, for each of Corporation's contractor(s) on the project, as well as meeting minutes, shop drawings, submittals, drawings and specifications, product data and applications for payment. Perform on-site observations of the progress and quality of the project so as to be able to report to the Corporation on the progress and quality of the work being performed and the services provided by all project participants. Attend project meetings and report to the Corporation on the proceedings. PROJECT INITIATION PHASE SERVICES During the Project Initiation Phase, the Contractor shall provide the following Services: D.1. Review with the Corporation the project goals, objectives, constraints and relationships.

E D.2. D.3. D.4. D.5. D.6. D.7. D.8. D.9. D.10. Assist the Corporation in refining and clarifying the Corporation's Program. Prepare cost estimates and/or review cost estimates prepared by others, provide a recommendation regarding such to the Corporation and act upon any directive received from the Corporation concerning such cost estimates. Prepare preliminary project schedule and/or review the preliminary project schedule prepared by others, provide a recommendation regarding such to the Corporation and act upon any directive received from the Corporation concerning such preliminary project schedule. Assist the Corporation in the selection of the design professional and other consultants retained by the Corporation and types of agreements to be used between the parties. Review with the design professional its understanding of the Corporation's Program and other relevant data, assist the design professional in determining the requirements of its services under the Corporation-design professional agreement and report to the Corporation any outstanding issues. Assist Corporation with filing required documents with governmental authorities having jurisdiction over the project, including necessary permits. Review project quality level guidelines. Review project management information systems and reporting procedures, attend meetings and monitor the compliance and completion of assigned responsibilities. The Contractor shall provide the following other Services, if any, during the Project Initiation Phase. PROJECT DESIGN PHASE SERVICES During the project design phase, the Contractor shall provide the following Services: E.1. E.2. E.3. E.4. E.5. E.6. Assist the Corporation in the selection of the type(s) of project delivery system(s) to be used for the project including any phasing requirements and separate bid packages. Receive and review the design professional's schematic design, design development and construction documents, provide recommendations to the Corporation and act upon any directive received from the Corporation concerning these documents, including communicating Corporation's approval to the design professional. Monitor quality level guidelines during the design process. Review errors or omissions discovered in the drawings and specifications, review such with the design professional and provide recommendations to the Corporation and act upon any directive received from the Corporation. Review recommendations concerning constructability issues, material availability or value engineering, review with the design professional and provide recommendations to the Corporation and act upon any directive received from the Corporation. Review the general and/or supplementary conditions for the project, provide recommendations to the Corporation and act upon any directive received from the Corporation including communicating Corporation's approval.

F G H F.1. F.2. F.3. G.1. G.2. G.3. G.4. G.5. G.6. G.7. G.8. G.9. BUDGET AND SCHEDULE- Contractor's Services shall include: Review the general and/or supplementary conditions for the project, provide recommendations to the Corporation and act upon any directive received from the Corporation including communicating Corporation's approval. Prepare budgets for changes including alternate costs and/or review budgets for changes including alternate costs prepared by others, provide recommendations to the Corporation and act upon any directive received from the Corporation including communicating Corporation's approval. Prepare schedule for procurement of long-lead time items and/or review schedule(s) for procurement of long-lead time items prepared by others which will constitute part of the work as required to meet the schedule of the work provide recommendations to the Corporation and act upon any directive received from the Corporation including communicating Corporation's approval. BIDDING AND AWARD - Contractor's Services shall include at the Corporation s request: G.10. Assist the Corporation in the development of bid strategies and prequalification criteria and the selection process for contracting with the contractor(s), subcontractors and material suppliers. Receive from the contractor(s) a list of possible subcontractors and material suppliers from whom proposals may be requested for each principal portion of the work, provide recommendations to the Corporation and act upon any directive received from the Corporation including communicating Corporation's approval of or objection to a specific subcontractor. Work with the design professional and/or others to obtain bids or negotiate proposals from contractor(s), attend pre-bid or pre-award meetings and review bids or negotiated proposals including proposed subcontractors and material suppliers, provide recommendations to the Corporation and act upon any directive received from the Corporation. Receive and review contractor's(s ') proposed superintendent(s) and project manager, provide a recommendation to the Corporation and act upon any directive received from the Corporation. Work with the design professional and others to make necessary modifications to construction documents in the event the Corporation elects not to accept the lowest bona fide bid or negotiated proposal, provide recommendations to the Corporation and act upon any directive received from the Corporation. Review contractor's(s') compliance with insurance and bonding requirements. Consult with the contractor(s) regarding equal employment opportunity and affirmative action programs. Assist the Corporation in the preparation and award of the Corporation and contractor's(s') agreement(s). Review project management information systems and reporting procedures. The Contractor shall provide the following other Services, if any, during the Project Design Phase. PROJECT CONSTRUCTION PHASE SERVICES During the Project Construction Phase, the Contractor shall provide the following Services: H.1. Issue written notices to the contractor(s) to proceed with the work.

I J K H.2. H.3. H.4. H.5. H.6. H.7. I.1. I.2. I.3. I.4. J.1. J.2. K.1. K.2. With the design professional and others, review the contractor's(s') schedule of values to determine its accuracy and sufficiency. Work with contractor(s) to coordinate work performed by the Corporation with the activities of all forces at the worksite and agree upon fair and reasonable schedules and operational procedures, and monitor and review progress reports. Receive and review the design professional's and others' recommendations regarding contractor(s) submittals, including shop drawings, product data and samples, provide recommendations to the Corporation, and act upon any directive received from the Corporation. Accompany the design professional and others on visits to the worksite as required by agreement with the Corporation, review the design professional's worksite visit reports, and, as needed, provide Corporation with recommendations in response to such reports. Review and monitor the schedule of the work. Receive and review contractor's(s') notice of delays in the progress of the work and contractor's(s') delay claims, provide recommendations to Corporation and act upon any directive received from the Corporation. DEFECTIVE WORK, CORRECTION AND TESTING Contractor's Services shall include: Receive and review all notices of defects in the work, provide recommendations to the Corporation and act upon any directive received from the Corporation. With the design professional and others, advise contractor(s) of defective work to be corrected. Advise and provide a recommendation to the Corporation regarding work that may need to be uncovered for inspection, and act upon any directive received from the Corporation including directing contractor(s) to uncover work for inspection. Receive and review design professionals and others' recommendations regarding needed testing or inspection procedures for the work, provide recommendations to the Corporation and act upon any directive received from the Corporation including communicating Corporation's approval to the design professional. CHANGES AND CLAIMS-Contractor's Services shall include: Receive and review contractor's(s') request for changes in the work or claims related to the project. Work with the design professional and others to review and process contractor's(s') requests for changes in the work or claims related to the project, advise the Corporation of the design professional's and others' recommendations, provide recommendations to the Corporation and act upon any directive received from the Corporation, including communicating Corporation's approval to the design professional and others and contractor s(s'). SAFETY Contractor's Services shall include: Receive and review any reports of safety violations on the worksite, provide recommendations to the Corporation and act upon any directive received from the Corporation including directing contractor(s) to stop performance of the work or take corrective measures. Receive and review contractor's(s') reports of recordable accidents and injuries occurring at the worksite.

L M N O P K.3. L.1. L.2. Collaborate with the Corporation's Security Department in coordinating access for consultants and contractors and ensuring designated dock spaces are held appropriately for those assigned. HAZARDOUS MATERIALS- Contractor's Services shall include: Receive and review contractor's(s') reports of hazardous material discovered at the worksite, provide a recommendation to the Corporation regarding such and act upon any directive received from the Corporation. Assist Corporation in retaining an independent testing laboratory to determine the nature of suspected hazardous materials encountered at the worksite. PAYMENT- Contractor's Services shall include: M.1. M.2. M.3. Receive and review applications for payment by contractors and forward same to Corporation with recommendation for action, including amount due, adjustments to the payment application and any bases for withholding payment. Receive and retain all contractor's(s') partial lien and claim waivers for each progress payment as required in the contractor's(s') agreement with the Corporation. Notify Corporation and responsible contractor(s) of liens filed against the project and ensure that contractor(s) cause the removal of any liens as required by their agreement with the Corporation. SUBSTANTIAL COMPLETION- Contractor's Services shall include: N.1. N.2. Participate in inspections to determine whether substantial completion has been achieved by contractor(s) and assist in preparation of list of items to be completed or corrected in order to achieve final completion. Receive and review contractor's(s') proposed certificate of substantial completion, provide recommendation to Corporation and act upon any directive received from the Corporation including communicating Corporation's approval. MISCELLANEOUS The Contractor shall provide the following other Services, if any, during the Project Construction Phase: O.1. P.1. P.2. P.3. PROJECT CLOSE-OUT PHASE SERVICES During the Project Close-Out Phase, the Contractor shall provide the following Services: Receive and review all documentation required of Corporation's contractor(s) in order to achieve final completion and receive final payment. Participate in any dispute resolution proceedings instituted by the design professional, contractor(s) or consultants. The Contractor shall provide the following other Services, if any, during the Project Close-Out Phase: The Contractor shall not exceed the authority granted to it pursuant to this Agreement. The Contractor shall not be liable to the Corporation for, any damages arising out of, the failure of other persons providing services, work or goods to the Corporation to carry out the performance of their contract s with the Corporation. The Contractor makes no warranties relating to the work performed by contractor(s), or any other warranties, express or implied, that are not expressly set forth herein.

P.4. The Contractor shall have no liability for any errors or omissions in the construction documents or any defects in the Services attributable to the Contractor's use of and/or good faith reliance upon the construction documents or any other information furnished by or on behalf of Corporation or design professional.

Section 3 Bid Form Failure to complete this form shall result in your Bid being deemed non-responsive. BIDDER QUALIFICATION STATEMENT: The following statements of experience, personnel, and general qualifications of the Bidder are submitted with the assurance that the Corporation can rely on its accuracy and truthfulness. If more space is required for your answers please attach a continuation sheet(s) to the corresponding bid response page referencing the item number. 1. The company has been in business continuously from (month and year) 2. The company has had experience comparable to that required of the solicitation s scope of work: a. As a prime contractor for years. b. As a subcontractor for years. 3. Please furnish a minimum of one (1) resume of the qualifications, previous employers, and experience of the construction manager who is proposed to be assigned to the Corporation s projects. A firm may submit multiple resumes for consideration of potential construction managers that are available to be assigned. TO: CORPORATION The Undersigned hereby offers and agrees to furnish the goods and/or services in compliance with all terms, scope of work, conditions, specifications, and addenda in the Request for Proposal. ADDENDA: The undersigned has read, understands and is fully cognizant of the Instruction, Scope of Work, Bid Form, all Exhibits thereto, and all contents of this document, together with any written addenda issued in connection with any of the above. The undersigned hereby acknowledges receipt of the following addenda:,,, (write none if none). In addition, the undersigned has completely and appropriately filled out all required forms. COMPLIANCE: The undersigned hereby accepts all administrative requirements of the RFP and will be in compliance with such requirements. By submitting this Bid Form, the Bidder represents that: 1) the Bidder is in compliance with any applicable ethics provisions of the Corporation s RFP, and 2) if awarded a contract to provide the goods or services required in the RFP, the Bidder will comply with the Corporation s standards outlined in this RFP. NON-COLLUSION: The undersigned, by submission of this Bid Form, hereby declares that this Bid is made without collusion with any other person, firm, or corporation. INSURANCES: The undersigned further agrees that if awarded the Contract, it will submit to the Corporation any required evidence of required insurance coverage within 14 business days after acceptance of this bid.

HOURLY COST: Contractor shall perform the scope of work in accordance with the RFP for the following rates: Rate 1 Monday through Friday $ Per hour Rate 2 Saturday and Sunday $ Per hour Rate 3 Overtime $ Per hour If overtime rate is different than rates 1 or 2, under what circumstances is the overtime rate applicable? PROMPT PAYMENT DISCOUNT: The price(s) proposed herein can be discounted by %, if payment is made within days. Note: Unless Prompt Payment Discount is specified above, a Net 30 will be considered. FROM: Business Name: Respondent s Name: License No.: Title: Signature:

Business Ownership Declaration For Statistical Purpose Only. Required by the City of San Diego. Company Information Name: Contact Person: Address: Phone: Email: Ownership Classification *Includes Individuals, Sole Proprietorships, Partnerships, LLC s and Corporations [ ] Women owned Business (WBE SWBE) 51% ownership and active management [ ] Minority Owned Business (MBE SMBE) 51% ownership and active management [ ] Disadvantaged Business (DBE): a for-profit small business that is at least 51 percent owned by one or more individuals who are both socially and economically disadvantaged as defined in Code of Federal Regulations Title 49 part 26. In the case of a corporation, 51 percent of the stock is owned by one or more such individuals; and, whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. [ ] Disabled Veteran Business Enterprise (DVBE) [ ] Small Business Enterprise (SBE) [ ] Small Local Business Enterprise (SLBE) [ ] None Apply Certifications [ ] Yes [ ] No Ownership Classification has been certified by a city, federal, state or private agency. Certifying Agency: Certification Date: Certifying Agency: Certification Date: Ethnicity *Required select one. [ ] African American [ ] Asian [ ] Caucasian [ ] Hispanic [ ] Filipino [ ] Native American [ ] Pacific Islander [ ] Other:

References All respondents must provide a minimum of three (3) references (include, if possible, one (1) reference from a governmental agency or a firm of equal size to the San Diego Convention Center Corporation from whom your firm has provided similar goods & services. At least one (1) of the references must cover services performed in the past twelve (12) months. Services should be similar to those services required in this solicitation. References must include the name of the company or governmental agency, address, name, and telephone of contact person(s), brief description of the agreement/contract and services provided and contract dollar amount. Attach additional sheets if required. 1. Name of Reference: Name of Contact Person: Title: Address: Phone Number: Contract amount: $ Brief description of agreement/contract or services provided: 2. Name of Reference: Name of Contact Person: Title: Address: Phone Number: Contract amount: $ Brief description of agreement/contract or services provided: 3. Name of Reference: Name of Contact Person: Title: Address: Phone Number: Contract amount: $ Brief description of agreement/contract or services provided: