Professional Documents
Culture Documents
July 2, 2014
The City of Greensboro Water Resources Department is hereby inviting SOQs from Professional Service
Consultants with construction service capabilities and General Contractors, with proven experience and
expertise, to provide professional Construction Manager-at-Risk (CMAR) Services related to T.Z. Osborne
Water Reclamation Facility (WRF) Upgrade - Package 3 and Townsend Water Treatment Plant Filter
Improvements and Basin Upgrades. The RFP document may be viewed and downloaded in PDF format from
Water Resources Internet Web Page under Featured Links at: http://www.greensboro-nc.gov/water or
http://www.greensboro-nc.gov/index.aspx?page=4293
Please submit one original and seven copies of your SOQ as well as an electronic copy in PDF format in a
sealed envelope or package, to be received by the City no later than 12:00 PM, July 29, 2014 to the attention
of: Mike Borchers, PE City of Greensboro Water Resources Department, 2602 South Elm-Eugene
Street, Greensboro, NC 27406. There is a mandatory pre-submittal meeting to review the RFQ requirements,
scope of work, and City requirements on July 11, 2014 at 2:00 PM at the Water Resources Department, 2602
S. Elm-Eugene Street, Greensboro, NC 27406 in the Lake Townsend Conference Room.
1. SUMMARY
1.1. Request for Statement of Qualifications (SOQ): The City of Greensboro Water Resources
Department is hereby inviting SOQs from Professional Service Consultants with construction
service capabilities and General Contractors, with proven experience and expertise, to provide
professional Construction Manager-at-Risk (CMAR) Services related to T.Z. Osborne Water
Reclamation Facility (WRF) Upgrade - Package 3 and Townsend Water Treatment Plant Filter
Improvements and Basin Upgrades.
1.2. Internet Web Site for More Information: This document may be viewed and downloaded in PDF
format from Water Resources Internet Web Page under Featured Links at:
http://www.greensboro-nc.gov/water or http://www.greensboro-nc.gov/index.aspx?page=4293
The work of the CMAR firm shall include all work in Divisions 0 through 16 and all Drawings,
including the furnishing of all labor, materials, equipment, permits, supervision and facilities
necessary to construct the WRF Upgrades and Expansion Package 3 project. This project
includes, but is not limited to, the following work:
7. Installation of new poly aluminum chloride (PACL) pumps and discharge piping including
chemical raceway vaults.
8. Installation scum handling improvements including new scum pre-concentrator basin, primary
scum pump replacement, and scum concentrator refurbishment.
9. Installation of all electrical work, including but not limited, conduit, wire, control panels, motor
starters
10. All associated Instrumentation and Controls modifications.
11. All associated piping and underground utilities modifications.
12. Testing, start-up, training, and miscellaneous work as shown on the Drawings and as
specified herein
13. Installation, maintenance and removal of all erosion, sediment and other environmental
protection measures, including all permits and approvals required.
14. Site clean-up and restoration.
15. All other work of the contract documents not listed herein.
16. All applicable Permits.
1.3.2. Townsend WTP Basin and Filter Improvements: The project is located on property owned
by the City of Greensboro, at the 30 MGD Townsend Water Treatment Plant, 6268 Bryan
Park Road, Browns Summit, NC 27214. The project is presently in the preliminary design
stage. Preliminary Drawings will be available in October 2014. Sixty percent (60%)
Drawings and Specifications will be available in January 2015. Ninety percent (90%)
drawings and specifications will be available in May 2015.
The work of the CMAR firm shall include all work indicated in Divisions 0 through 50, and on
drawings and in the specifications, to include furnishing all labor, materials, equipment, permits,
management, supervision and facilities necessary to construct the Townsend WTP Basin and
Filter Improvements Project. The project includes, but may not be limited to, the following work:
20. Integration of new equipment into existing WTP SCADA system, which may include new
PLCs and/or modifications to existing PLCs
21. Disinfection, Testing, Start-up, and Training
22. Site work, including erosion and sediment controls, earthwork, final grading and seeding, and
repaving
23. Site clean-up and restoration
24. Warranty services during Correction Period
1.4. Qualifications-Based CMAR Selection Process: The Water Resources Department CMAR
Services Consultant Selection Process is Qualifications-Based.
1.5. City of Greensboro M/WBE Program: It is the policy of the City to provide minorities and women
owned businesses equal opportunity to participate in all aspects of City contracting and
purchasing programs, and to prohibit discrimination against any person or business in pursuit of
these opportunities on the basis of race, color, sex, religion, or national origin, and to conduct its
contracting and purchasing programs so as to prevent any discrimination. The Responder to
this RFQ agrees that it will notify the City and institute good faith efforts to comply with all
requirements of the M/WBE program in providing equal opportunities to North Carolina certified
Historically Underutilized Business firms in the Greensboro Metropolitan Statistical Area to
compete for and perform subcontracts. It is the intent of the Citys program and the Departments
outreach efforts to widen opportunities for historically underutilized businesses. The Department
encourages submitting firms to pursue strategic partnering arrangements that support the
utilization of M/WBE firms at the local level. Specific inquiries regarding this program should be
directed to Mr. Elijah Williams in Water Resources at (336) 373-7253.
1.6. Due Date: SOQs in response to this Request are due to the City no later than 12:00 PM, July
29, 2014. Earlier responses are welcome and appreciated.
1. Attachment A to this RFQ provides a draft CMAR Agreement for this project.
2. The specific services of the selected CMAR firm for this project will be defined in the final
CMAR Agreement and the Contract Documents. The CMAR services will be provided in two
phases: Pre-Construction Phase Services and Construction Phase Services. CMAR services
are anticipated to include, but not be limited to, the following:
a. Pre-Construction Phase Services include scheduling, estimating, and development of a
proposed Guaranteed Maximum Price (GMP) for Project construction.
1. Advise and consult on certain aspects of project design.
2. Work with owner and engineer to create parameters for quality, cost and time.
3. Provide constructability reviews and cost analysis.
4. Prepare conceptual and detailed cost estimates at 60% (For Townsend Treatment
Plant only), 90% and 100%.
5. Develop a phasing and sequencing plan with the owner and engineer.
6. Utilize industry best practices to ensure constructability of the design.
7. Utilize Building Information Modeling (BIM) services.
b. Construction Phase Services are contingent upon City approval to proceed with the CMAR
proposed GMP and negotiation and execution of a mutually acceptable Agreement
between the City and Construction Manager with a Guaranteed Maximum Price (CMAR-
GMP).Construction Phase services include the completed construction for the Project
under the CMAR-GMP with the CMAR competitively procuring and contracting with the
subcontractors and assuming the responsibility and the risk of construction delivery within
the specified cost and schedule terms. It is anticipated that the CMAR firm will not self-
perform any of the work except as permitted in NC statute G.S. 143-128.1(c)
1. Manage the construction process including coordination of all subcontractors, vendors
and equipment suppliers.
2. Manage commissioning, close-out and warranty phases.
3. Prepare and let pre-qualifications and/or bid packages for all subcontractors, vendors
and suppliers.
4. Implement City M/WBE plan.
5. Prepare the overall project schedule and provide periodic detailed updates.
6. Establish and maintain all quality control standards.
7. Utilize BIM Services.
3. COMMERCIAL
3.1. Insurance Requirements: Any contract entered into as a result of this Request will require the
Contractor (Consultant(s) selected for the contract) to obtain and maintain certain minimum
insurance coverage. Without limiting any liabilities or other obligations of proposer, successful
proposers performing as independent Contractors hereunder, shall be fully responsible for
providing Workers Compensation, General Liability, Professional Liability, and Automotive
Liability coverages. The successful proposer(s), if any, must provide a Certificate of Insurance
within fifteen (15) calendar days after notification of award. Certification must include: name and
address of insurance company (must be authorized to conduct business in North Carolina or be
named on the List of Authorized Insurance maintained by the NC Department of Insurance),
policy number, list the City of Greensboro as an additional insured, and state liability coverage
and amounts.
3.2. Bonding and Insurance: The CMAR shall provide bonding and insurance in accordance with
Master Contract. The City will require the apparent successful Proposer to provide proof of the
required insurance coverage before entering into a contract. Failure to provide evidence of such
insurance coverage is a material breach and grounds for termination of the contract negotiations.
Any insurance required by the City shall be in form and substance acceptable to the City.
4.1. General: Please submit one original and seven copies of your SOQ as well as an electronic copy
in pdf format in a sealed envelope or package, to be received by the City no later than 12:00
p.m., July 29, 2014 to the attention of:
Mike Borchers, PE
City of Greensboro Water Resources Department
2602 South Elm-Eugene Street
Greensboro, North Carolina 27406
In the interest of fairness to all the proposers submitting Qualification documents and to allow for
the Citys timely review, SOQs received after the scheduled receipt time stated above will
not be accepted. All SOQs received become the property of the City and will not be returned.
Faxed or e-mailed documents will not be accepted. Early submission of SOQs is welcome and
appreciated.
4.2. Pre-Submittal Meeting: There is a mandatory pre-submittal meeting on July 11, 2014 at 2:00
PM at the Water Resources Department, 2602 S. Elm-Eugene Street, Greensboro, NC 27406 in
the Lake Townsend Conference Room.
4.3. SOQ Organization: To facilitate the Citys objective review of the SOQs from different Proposers,
the Proposers are requested to organize the main document using a standardized format. Each
SOQ should contain the following:
A cover letter on company letterhead signed by a Principal or other member of the firm
authorized to commit the firm to contract for CMAR services expressing interest and sufficient
resources.
Executive Summary: Should address the highlights of the SOQ, along with the strengths
and special expertise of the firm and the associated team to successfully accomplish the
objectives of the City. Please limit the Executive Summary to one page.
Statement of Qualifications: Identify and describe the qualifications of the firm and
professional services that may be provided by the CMAR or CMAR team in response to
this Request. Also include information on any proposed sub-consultants. Please note
which team members were involved in referenced projects. Please include an
approximate dollar amount (CMAR-GMP, if applicable) and time period involved in
referenced completed or current projects.
Project Approach: Identify and describe the project approach proposed for each project
using alternative delivery methods. The firm should identify the ingenuity, transparency,
and collaborative approaches using CMAR project delivery methodologies. This includes
packaging strategies, value engineering, outreach, and M/WBE program compliance
strategies. For the T. Z. Osborne WRF 56 Upgrade Package 3 a preliminary
construction cost estimate / analysis based on the packaging strategy is required.
Project Team & Project Management: Please identify the proposed project team
(including any subconsultants) and key personnel for the successful completion of
projects in partnership with Water Resources Department. Please include an
organizational chart and brief resumes of the project team members. Also, please identify
the project manager or primary contact and any other team members proposed, and
briefly describe how the project will be successfully managed. It is expected that the
team members proposed in the SOQ will be the ones that will actually work on projects
for the City. Describe the planned and envisioned workload of the proposed team
members for the timeframe of this contract, and verify that proposed staff will be prepared
for timely completion of projects under a potential contractual agreement with Water
Resources Department. Also describe your quality assurance / quality control methods.
Financial Data: Submit your organizations most recent audited financial statements for a
3-year period. Complete balance sheets and income statements must be included. The
statements shall be enclosed in a separate sealed envelope and included in the
Statement of Qualifications package. Data provided for parent or child entities related to
the CMAR firm in lieu of the CMARs data shall not be reviewed and shall be considered
non-responsive.
Terms and Conditions of the Contract: A sample professional CMAR services contract is
enclosed as Attachment A. Should the Proposer have any special or unusual contract
conditions, exceptions or limitations, the City should be advised of these in this section of
the SOQ. Also note your understanding of and commitment to the Citys M/WBE
program.
SOQs must be limited to no more than 40 pages single sided only, excluding the cover
page, cover letter, table of contents, resumes, OSHA 300 log and section dividers.
5.1. General: This Request does not commit the City to enter into agreement, to pay any costs
incurred in the preparation and submittal of a proposal in response to this request that exceeds
the $1,000 stipend (refer to section 6.1). The City will require the selected Firm, to participate in
negotiations of the fees for the project and to submit such scope, schedule, and technical and/or
other revisions to the proposals as may result from negotiations.
5.2. Non-Point Rating Items: An unsatisfactory rating on any item in the category titled non-point
rating items will be considered sufficient cause to reject the firms submittal. The following are
non-point criteria:
Executive Summary
Statement of Qualification
Project Approach and cost estimate
Project Team & Project Management
Financial Data
Terms and Conditions of the Contract
OSHA 300 Logs
All additional information as needed to provide a complete response to the RFQ
2. Debarment Status By submitting an application, the Applicant certifies that neither it nor
any affiliated entity is currently debarred from submitting bids or has otherwise agreed not
to submit bids on contracts with any government or business entity. If the applicant
experiences a material change in its debarment status after the application is submitted
and prior to the award of the contract for the project, the applicant shall notify the City of
the change in writing at the time the change occurs or as soon thereafter as is reasonably
practicable. If at any time during the evaluation process the applicant is debarred as
described above, it will be considered grounds for automatic disqualification.
3. Contractor's License The applicant must provide a copy of their North Carolina
Contractors License, or provide a statement indicating that they are able to acquire one in
a timely fashion consistent with the project schedule.
5.3. Qualifications-Based Selection Criteria (Point Rating Items): Procurement of the CM services will
be made in accordance with the provisions of G.S. 143-64.31 which requires that CM firms be
selected on the basis of demonstrated competence and qualification for the type of professional
services required without regard to fee. After selection of a qualified CM, the City and the
selected firm will negotiate a contract for those services at a fair and reasonable fee with the
best qualified firm.
SOQs/Proposals are traditionally evaluated and ranked based upon objective Qualifications-
Based criteria. The City reserves the right to request an interview with any Proposing firm during
the selection process. Should the City see the need to interview the Proposers, the Proposer will
be notified as early as possible in the proposal review process. The selection criteria are as
follows:
5.4. Rating and Selection Team: The following individuals will comprise the team responsible for
reviewing and rating the SOQs submitted:
1. Selection Committee:
a. A Selection Committee will evaluate the information submitted. Please do not contact
any member of the selection committee, any elected officials and any employee of the
City of Greensboro regarding these projects. Any attempt to do so will result in
disqualifications of the firms submittal for consideration. (See Section 7 for directions
regarding questions about the project(s) or this RFQ.)
2. Public Records:
a. Upon receipt by the City of Greensboro, your Qualifications Package is considered a
public record except for material that qualifies as Trade Secret information under
North Carolina General Statute 66-152 et seq. Your Qualifications Package will be
reviewed by the Selection Committee, as well as other staff and members of the
general public who submit public record request. To properly designate material as a
trade secret under these circumstances, each firm must take the following precautions:
(a) any trade secrets submitted by a firm should be submitted in a separate, sealed
envelope marked Trade Secret-Confidential and Proprietary Information-Do Not
Disclose Except for the Purpose of Evaluating this Qualifications Package, and (b) the
same trade secret/confidentiality designation should be stamped on each page of the
trade secret materials contained in the envelope.
b. In submitting a Qualifications Package, each firm agrees that the City of Greensboro
my reveal any trade secret materials contained in such response to all staff and City
officials involved in the selection process and to any outside consultant or other third
parties who serve on the Selection Committee or who are hired by the City of
Greensboro to assist in the selection process. Furthermore, each firm agrees to
indemnify and hold harmless the City and each of its officers, employees and agents
from costs, damages, and expenses incurred in connection with refusing to disclose
any material that the firm has designated as a trade secret. Any firm that designates its
entire Qualifications Package as a trade secret may be disqualified from the selection
process.
5.6. Schedule for the Selection Process: The following is the anticipated schedule for the
Consultant(s) selection process:
Item Date
Completed SOQs due to City of Greensboro July 29, 2014, 12:00 Noon
Engineering Division, 2602 South Elm-Eugene
Street
6.1. The City of Greensboro will provide a $1,000 stipend for all complete and accepted submissions.
To be eligible to receive the stipend an invoice on the submitting firms corporate letter head shall
be provided at the time of SOQ submission. The submitting firms with complete and accepted
submissions will receive the stipend at the completion of the CM selection process.
7. Contacts/Further Information
7.1. The City of Greensboro appreciates your interest in providing services for these projects. For
further information or questions regarding the design content for the projects in this Request for
Qualifications, please contact:
2013 EDITION
(Construction Manager At-Risk)
This document is to be used in connection with CMAA Standard Form of Contract Between Construction
Manager and Contractor (CMAA Document CMAR-2), CMAA General Conditions of the Construction
Contract (CMAA Document CMAR-3), CMAA Standard Form of Contract Between Construction Manager
and Designer (CMAA Document CMAR-4), all being 2013 Editions.
AGREEMENT
Made this U day of U in the year of Two Thousand and U
The Owner and CM, in consideration of their mutual covenants herein, agree as set forth below: U
Construction Management Association of America, 7926 Jones Branch Drive, Suite 800 McLean, Virginia 22102-3303
WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution.
CMAA recognizes that disputes, and the resolution of disputes, are often a difficult, time-consuming, and
disruptive aspect of construction projects.
Participants in construction projects should resolve to avoid litigation by taking advantage of various
alternative dispute resolution (ADR) processes to resolve disputes. These include mediation, mini-trial,
disputes review board (DRB), partnering, negotiation, and neutral fact-finding.
ADR is a process that relies on consensual, court-annexed or contractually mandated procedures. ADR
processes used for particular projects should be appropriate to each project and its participants, they
should be established and consented to by all participants, and encouraged by the construction manager.
CMAA believes that lengthy arbitration and litigation should be used only as a last resort in resolution of
construction related issues.
3.2.2.1. Master Schedule: In accordance with the 3.2.4. Management Information System (MIS)
Construction Management Plan, the CM shall prepare
a Master Schedule for the Project for review by 3.2.4.1. Establishing the Project MIS: The CM shall
Designer, if applicable, and Owner and approval by the develop a MIS to establish communication among the
Owner. The Master Schedule shall specify the Owner, CM, Designer, and Contractors, and other
proposed start and finish dates for each project parties on the Project. In developing the MIS, the CM
activity and the dates by which certain construction shall interview the Owners key personnel and others
activities must be complete. The CM shall submit the to determine the type of information for reporting,
Master Schedule to the Owner for acceptance. the reporting format, and the desired frequency for
distribution of the various reports.
3.2.2.2. Design Phase Milestone Schedule: After the
Owner accepts the Master Schedule the CM shall 3.2.4.2. Electronic Documents: If the Owner requires
prepare a Milestone Schedule for the Design Phase. that the Owner, CM, Designer, and/or Contractors
The Design Milestone Phase Schedule may be used in exchange documents and data in electronic or digital
the request for proposals and contract for the form, prior to any such exchange, the Owner, CM,
Designer and shall be a method for judging progress Designer, and/or Contractors shall agree in a written
during the Design Phase. protocol governing all exchanges, which, at a
minimum, shall specify: (1) the definition of
3.2.2.3. Construction Phase Milestone Schedule: In documents and data to be accepted in electronic or
connection with establishing the Master Schedule, the digital form or to be transmitted electronically or
CM shall prepare a Milestone Schedule for the digitally; (2) management and coordination
Construction Phase, which Schedule shall be used in responsibilities; (3) necessary equipment, software
connection with soliciting bids from Contractors and and services; (4) acceptable formats, transmissions
suppliers. methods and verification procedures; (5) methods for
maintaining version control; and (6) privacy and
3.2.3. Cost Management security requirements of the written protocol. The
Parties shall bear their own costs as identified in the
3.2.3.1. Construction Market Survey: The CM shall protocol. In the absence of a written protocol, use of
conduct a Construction Market Survey to provide documents and data in electronic or digital form shall
current information regarding the general availability be at the sole risk of the recipient.
of local construction services, labor, materials and
equipment cost and other economic factors related to 3.2.4.3. Design Phase Procedures: As part of the MIS,
the Project. A report of the Construction Market the CM shall establish procedures for reporting,
Survey shall be provided to the Owner and the communication, and administration during the Design
Designer. Phase.
3.3.1.4. Progress Meetings: The CM shall conduct 3.3.1.10. Public Relations: The CM shall assist the
periodic progress meetings attended by the Owner, Owner in public relations activities and shall prepare
Designer and others as necessary. Such meetings shall information for and attend public meetings regarding
serve as a forum for the exchange of information the Project.
concerning the Project and the review of design
progress. The CM shall prepare and distribute minutes 3.3.1.11. Project Funding: The CM shall assist the
of these meetings to the Owner, Designer and others. Owner in preparing documents concerning the Project
and Construction Budget and for use in obtaining or
3.3.1.5. Review of Design Documents: The CM shall reporting on project funding. The documents shall be
review the design documents for clarity, consistency, prepared in a form approved by the Owner.
constructibility and coordination among the
Contractors. The results of the review shall be 3.3.2. Time Management
provided in writing as notations on the documents.
Notwithstanding the foregoing, the CM shall not be 3.3.2.1. Revisions to Master Schedule: While
responsible for providing, nor does the CM control, performing the services provided in Paragraphs
the Project design and contents of the design 3.3.1.1, 3.3.1.2 and as necessary throughout the
documents. By performing the reviews described Design Phase, the CM shall recommend revisions to
herein, the CM is not acting in a manner so as to the Master Schedule. The Owner shall issue change
assume responsibility or liability, in whole or in part, orders as needed to the appropriate parties to
for all or any part of the Project design and design implement the Master Schedule revisions.
documents. The CMs actions in reviewing the Project
design and design documents and in making 3.3.2.2. Monitoring The Design Phase Milestone
recommendations as provided herein are only Schedule: While performing the services provided in
advisory to the Owner. Paragraphs 3.3.1.3, and 3.3.1.4, the CM shall monitor
compliance with the Design Phase Milestone
3.3.1.6. Design Recommendations: The CM shall make Schedule.
recommendations to the Owner and Designer with
respect to constructibility, construction cost, sequence 3.3.2.3. Pre-Bid Construction Schedule: Prior to
of construction, construction duration, time for transmitting Contract Documents to bidders, the CM
construction, and separation of the Project contracts shall prepare a Pre-Bid Construction Schedule for each
for various categories of work. In addition, the CM part of the Project and make the schedule available to
shall give to the Designer all data of which it or the the bidders during the Procurement Phase.
Owner is aware concerning patents or copyrights for
inclusion in Contract Documents. 3.3.3. Cost Management
3.3.1.7. Owner Design Reviews: The CM shall use best 3.3.3.1. Project and Construction Budget Revision:
efforts to expedite the Owners design reviews by The CM shall make recommendations to the Owner
P a g e 6 | CMAA Document CMAR-1
Copyright Construction Management Association of America, Inc., 2013. All rights reserved.
Reproduction or translation of any part of this Document without the permission of the copyright owner is unlawful.
concerning the design changes that may result in service shall include the following: preparation and
revisions to the Project and Construction Budget and transmission of questionnaires; receiving and
divisions of the Work required for the Project. analyzing completed questionnaires; interviewing
possible bidders, bonding agents, and financial
3.3.3.2. Cost Control: The CM shall prepare an institutions; and preparing summary reports regarding
estimate of the construction cost for each submittal of this activity to the Owner. The CM shall also prepare a
design drawings and specifications from the Designer. bidders list for each bid package.
The estimate for each submittal shall be accompanied
by a report to the Owner and Designer identifying 3.4.1.2. Bidders Interest Campaign: The CM shall
variances from the Project and Construction Budget. conduct a campaign via telephone, e-mail and other
The CM shall coordinate and expedite the activities of appropriate correspondence to attempt to create
the Owner and Designer when changes to the design interest among qualified bidders.
are required to remain within the Project and
Construction Budget. 3.4.1.3. Notices and Advertisements: The CM shall
prepare and place notices and advertisements to
3.3.3.3. Value Engineering Studies: The CM shall solicit bids for the Project.
provide value engineering recommendations to the
Owner and Designer for major construction 3.4.1.4. Delivery of Bid Documents: The CM shall
components, including cost evaluations of alternative expedite the delivery of bid documents to the bidders.
materials and systems. The CM shall obtain documents from the Designer and
arrange for printing, binding, wrapping and delivery to
3.3.4. Management Information System (MIS) the bidders. The CM shall maintain a record of bidders
receiving documents.
3.3.4.1. Schedule Reports: In conjunction with the
services provided by Paragraph 3.3.2.1, the CM shall 3.4.1.5. Pre-Bid Conference: In conjunction with the
prepare and distribute schedule maintenance reports Designer, the CM shall conduct a Pre-Bid Conference.
that shall contrast actual progress against scheduled These conferences shall be forums for the CM and
progress for the Design Phase and the overall Project Designer to explain to the bidders the Project
and shall make recommendations to the Owner for requirements, including information concerning
corrective action. schedule requirements, time and cost control
requirements, access requirements, the project
3.3.4.2. Project Cost Reports: The CM shall prepare administrative requirements and technical
and distribute project cost reports that indicate information.
estimated costs compared to the Project and
Construction Budget and make recommendations to 3.4.1.6. Information to Bidders: The CM shall develop
the Owner for corrective action. and coordinate procedures to provide answers to
bidders questions.
3.3.4.3. Cash Flow Report: The CM shall periodically
prepare and distribute a cash flow report. 3.4.1.7. Addenda: The CM shall receive from the
Designer a copy of all addenda. The CM shall review
3.3.4.4. Design Phase Change Order Report: The CM addenda for clarity, consistency and coordination
shall prepare and distribute Design Phase change among the bidders. Notwithstanding the foregoing, by
order reports that list all Owner-approved change performing the reviews described herein, the CM shall
orders as of the date of the report and shall state the not be acting in a manner so as to assume
effect of the change orders on the Project and responsibility or liability, in whole or in part, for all or
Construction Budget and the Master Schedule. any part of the Project design or the content of the
design documents. The CM shall also distribute a copy
3.4. Procurement Phase of all addenda to each bidder receiving documents.
3.4.1. Project Management 3.4.1.8. Bid Opening: The CM shall conduct bid
openings and shall evaluate the bids for
3.4.1.1. Prequalifying Bidders: The CM shall develop responsiveness and price and the CM shall make
lists of possible bidders and prequalifying bidders. This
3.5.4.1. Schedule Maintenance Reports: The CM shall 3.6.1.1. Record Documents: The CM shall coordinate
prepare and distribute schedule maintenance reports and expedite submittals of information from the
during the Construction Phase. The reports shall Contractors for preparation of record drawings and
compare the actual construction dates to scheduled specifications, and shall coordinate and expedite the
construction dates of each separate construction transmittal of such record documents to the Owner.
contract and to the Master Schedule for the Project.
3.6.1.2. Organize and Index Operations and
3.5.4.2. Project Cost Reports: The CM shall prepare Maintenance Materials: Prior to final completion of
and distribute project cost reports during the the Project the CM shall compile manufacturers
Construction Phase. The reports shall specify actual operations and maintenance manuals, warranties and
project and construction costs compared to the guarantees and bind such documents in an organized
Project and Construction Budget. manner.
3.5.4.3. Project and Construction Budget Revisions: 3.6.1.3. Occupancy Permit: The CM shall assist the
The CM shall make recommendations to the Owner Owner in obtaining an occupancy permit by
concerning construction changes that may result in accompanying governmental officials during
revisions to the Project and Construction Budget or inspections of the Project, preparing and submitting
Guaranteed Maximum Price. documentation to governmental agencies and
coordinating final testing and other activities.
3.5.4.4. Cash Flow Reports: The CM shall prepare and
distribute cash flow reports during the Construction 3.6.2. Time Management
Phase. The reports shall specify actual cash flow as
compared to projected cash flow. 3.6.2.1. Occupancy Plan: The CM shall prepare an
Occupancy Plan for the Project. This plan shall be
3.5.4.5. Change Order Reports: The CM shall provided to the Owner.
periodically prepare and distribute change order
reports during the Construction Phase. The report 3.6.3. Cost Management
shall list all Owner-approved change orders by
number, a brief description of the change order work, 3.6.3.1. Change Orders: The CM shall continue to
the cost established in the change order and percent provide services related to change orders as specified
of completion of the change order work. The report in Paragraph 3.5.3.3.
shall also include similar information for potential
change orders of which the CM may be aware. 3.6.4. Management Information System (MIS)
3.5.4.6. Progress Payment Reports (Each Contract): 3.6.4.1. Closeout Reports: At the conclusion of the
The CM shall prepare and distribute progress payment Project, the CM shall prepare final project accounting
reports. The reports shall state the total construction and closeout reports.
contract price, payment to date, current payment
requested, retainage and actual amounts owed this 3.6.4.2. MIS Reports for Move-in and Occupancy: The
period. A portion of this report shall be a certificate of CM shall prepare and distribute reports associated
payment that shall be signed by the CM and delivered with the Occupancy Plan.
to the Owner for use by the Owner in making
payments to the CM. 3.7. Additional Services
3.7.1.2. Services related to procurement, storage, 3.7.1.18. Services related to move-in including
maintenance and installation of Owner-furnished preparing and soliciting responses to requests for
equipment, materials, supplies and furnishings; proposals, preparing and coordinating the execution
of contracts, conducting pre-moving conferences,
3.7.1.3. Services related to determination of space administering the contract for moving activities in
needs; conjunction with the move-in for the Project and
providing on-site personnel to oversee the relocation
3.7.1.4. Preparation of space programs; of furniture and equipment by the movers while
actual move-in is in progress.
3.7.1.5. Services related to building site investigations
and analysis; ARTICLE 4: DURATION OF THE
3.7.1.6. Services for tenant or rental spaces; CONSTRUCTION MANAGERS
SERVICES
3.7.1.7. Preparation of a Project financial feasibility
study; 4.1. The duration of the CMs Basic services under this
Agreement shall be U consecutive calendar days from
3.7.1.8. Preparation of financial, accounting or MIS the commencement date.
reports not provided under Basic Services;
4.1.1. The commencement date for the CMs Basic
3.7.1.9. Performance of technical inspection or Services shall be the date of execution of this
testing; Agreement by the Owner as stated herein or the date
on which the Owner issues to the CM a written
3.7.1.10. Preparation of an Operations and instruction to proceed with Basic Services, whichever
Maintenance Manual; is earlier.
3.7.1.11. Services related to recruiting and training of 4.1.2. The CMs Basic Services shall be performed for
maintenance personnel; the periods of time indicated in this Agreement. If
portions of design and construction occur
3.7.1.12. Performance of warranty inspections during simultaneously, some of the phase durations may
the warranty period of the Project; overlap.
3.7.1.13. Services related to interfacing or working 4.1.2.1. The CMs Basic Services during the Pre-Design
with the Designer or other consultants that are Phase shall be performed for a period of U
beyond the scope of this Agreement; consecutive calendar days from the commencement
date.
3.7.1.14. Consultation regarding replacement of work
damaged by fire or other cause during construction
4.1.2.4. The CMs Basic Services during the 5.1.4. Payment of Additional Compensation: The CM
Construction Phase shall be performed for a period of shall submit invoices for additional compensation with
U consecutive calendar days, commencing onU. its invoice for Basic Services and payment shall be
made pursuant to the provisions of Article 7 of this
4.1.2.5. The CMs Basic Services during the Post- Agreement.
Construction Phase shall be performed for a period of
U consecutive calendar days, commencing on U. ARTICLE 6: OWNERS
ARTICLE 5: CHANGES RESPONSIBILITIES
6.1. The Owner shall provide to the CM complete
5.1. Owner Changes
information regarding the Owners requirements for
the Project. The CM, however, does not warrant the
5.1.1. The Owner, without invalidating this
accuracy or completeness of any information provided
Agreement, may make changes in the CMs Basic
by the Owner.
Services specified in Article 3 of this Agreement. The
CM shall promptly notify the Owner of changes which
6.2. The Owner shall examine information submitted
increase or decrease the CMs compensation, the
by the CM and shall render decisions thereto
duration of the CMs Basic Services, or both.
promptly.
5.1.2. Additional Compensation and Extended
6.3. The Owner shall furnish design, legal, accounting
Duration: The CM shall be entitled to receive
and insurance counseling services as may be necessary
additional compensation and additional time when
for the Project.
the scope of Basic Services is increased or extended
through no fault of the CM. If the scope of Basic
6.4. The Owner shall furnish insurance for the Project
Services is increased or the duration of the CMs Basic
as specified in Article 8.
Services is extended or the duration of the Basic
Services to be performed within a phase duration 6.5. If the Owner observes or otherwise becomes
specified in Article 4 is extended, the CM shall be aware of any fault or defect in the Project or
entitled to receive additional compensation, and the nonconformity with the Contract Documents, the
duration of the Agreement shall be extended. A Owner shall give prompt written notice thereof to the
written request for additional compensation shall be CM.
given by the CM to the Owner within thirty (30) days
of the occurrence of the event giving rise to such 6.6. The Owner shall furnish required information and
request. The amount of additional compensation to be approvals and perform its responsibilities and
paid and the amount of extension of the duration of activities in a timely manner to facilitate orderly
this Agreement shall be determined on the basis of progress of the Work in cooperation with the CM,
the CMs cost, a customary and reasonable consistent with this Agreement, and in accordance
adjustment in the CMs fixed or lump sum fee with the planning and scheduling requirements and
consistent with the provisions of Article 7, and a budgetary restraints of the Project as determined by
determination of the length of the extensions of the the CM.
duration of this Agreement.
6.7. The Owner shall retain a Designer whose services,
5.1.3. Changes in the CMs Basic Services: Changes in duties and responsibilities shall be described in a
the CMs Basic Services and entitlement to additional written agreement between the Owner and Designer.
6.11. The Owner shall in a timely manner secure, 7.2. Cost Plus Fixed Fee: The Owner shall compensate
submit and pay for necessary approvals, easements, the CM on the basis of the CMs cost plus fixed fee and
assessments, permits and charges required for the in accordance with the terms and conditions of this
construction, use or occupancy of permanent Agreement as follows:
structures, or for permanent changes in existing
facilities. 7.2.1. Compensation for Basic Services: The CM shall
be compensated for performing the Basic Services as
6.12. The Owner shall furnish evidence satisfactory to described in Article 3 as follows:
the CM that sufficient funds are available and
committed for the entire cost of the Project. Unless A fixed fee of: U Dollars ($U);
such reasonable evidence is furnished, the CM is not
required to commence its services and may, if such 7.2.1.1. The cost of employees working on the Project,
evidence is not presented within a reasonable time, or other than principals, in an amount, which equals the
if after such evidence has been furnished, the Owner multiples as established in Paragraphs 7.2.1.3, 7.2.1.4,
shall materially vary such financial arrangements and 7.2.1.5, multiplied by the personnel expense for
without prior notice to the CM, suspend the services each such employee. Personnel expense for an
specified in this Agreement upon fifteen (15) days employee shall be U times the base hourly wage.
written notice to the Owner and in such event, the CM Personnel expense includes the base hourly wage,
shall be compensated in the manner provided in payroll, taxes, employee benefits, Workers
Article 9.2. Compensation insurance. The cost of the CMs
principals shall be paid to the rate as specified in
Paragraph 7.2.1.6. The specified multiples and rates
7.2.1.5. Principals of the CM who participate in the 7.2.2.1.12. Field office expenses including the cost of
Project, a fixed rate of U Dollars ($U) per hour. The office rentals, field telephones, utilities, field office
Principals to be compensated according to these furniture, equipment and supplies; and
terms are:
7.2.2.1.13. Premium time work.
7.2.1.6. Independent engineers, architects and other
consultants employed by the CM and performing 7.2.2.2. The CM shall be compensated at cost plus a
services related to the Project, a multiple of U (U), fee of ten (10) percent for its administrative expenses
over the amount of the invoice for such services. for the cost of materials, equipment, supplies and
subcontractors related to General Conditions work
7.2.2. Direct Expenses that is provided by the CM at the request of the
Owner. Any direct labor provided by the CM related to
7.2.2.1. In addition to the compensation for Basic and General Conditions work shall be paid to the CM in
Additional Services stated herein, the CM shall be accordance with Paragraph 7.2.1.5.
reimbursed for direct expenses for performing its
Basic and Additional Services. Direct expenses are 7.2.3. Construction Managers Accounting Records
those actual expenditures made by the CM, its
principals, employees, independent engineers, 7.2.3.1. Records for the CMs personnel expenses,
architects, and other consultants in the interest of the independent engineers, architects and other
Project, including, without limitation: consultants fees and direct expenses pertaining to the
Project shall be maintained on the basis of generally
7.2.2.1.1. Long distance telephone calls, telegrams accepted accounting practices and shall be available
and fees paid for securing the approval of authorities for inspection by the Owner or the Owners
having jurisdiction over the Project; representative at mutually convenient times for a
period of two years after completion of the CMs Basic
7.2.2.1.2. Handling, shipping, mailing and Services.
reproduction of materials and documents;
7.2.4. Payments
7.2.2.1.3. Transportation and living expenses when Payments to the CM shall be made monthly, not later
traveling in connection with the Project; than fifteen (15) days after presentation of the CMs
invoice to the Owner as follows:
7.2.2.1.4. Computer equipment rental or service fees;
7.2.4.3. Payment of independent engineer, architect 7.3.2.1. No deductions shall be made from the CMs
and other consultant services shall be in amounts compensation due to any claim of the Owner,
equal to the invoice in receipt by the CM for the billing Contractors or others not a party to this Agreement or
period times the multiplier stated in Paragraph due to any liquidated damages, retainage or other
7.2.1.7; sums withheld from payments to the Contractors or
others not a party to this Agreement.
7.2.4.4. Reimbursement for direct expenses shall be in
amounts equal to expenditures made during the 7.3.2.2. Payments due to the CM that are unpaid for
billing period and during previous billing periods not more than thirty (30) days from the due date of the
yet invoiced; CMs invoice shall bear interest at the annual rate of
U% from the due date, compounded monthly.
7.2.4.5. No deductions shall be made from the CMs
compensation due to any claim of the Owner, 7.3.3. Compensation for Additional Services
Contractors or others not a party to this Agreement or The CM shall be compensated and payments shall be
due to any liquidated damages, retainage or other made for performing Additional Services in an amount
sums withheld from payments to the Contractors or and on terms mutually agreeable between the Owner
others not a party to this Agreement; and and CM.
7.2.4.6. Payments due to the CM that are unpaid for 7.4. Guaranteed Maximum Price
more than thirty (30) days from the date of the CMs
invoice shall bear interest at the annual rate of U% 7.4.1. The Guaranteed Maximum Price shall be
from the due date, compounded monthly. determined and managed as follows:
7.2.5. Compensation for Additional Services 7.4.1.1. During the Design Phase, but not later than
The CM shall be compensated and payments shall be sixty (60) days prior to the date that the Work is
made for performing Additional Services in the same advertised for bids, the Owner, at its sole option, may
amount and manner as provided in Article 7 for Basic request the CM to establish a Guaranteed Maximum
Services. There shall be an increase in the Fixed Fee Price for the Project. The Guaranteed Maximum Price
set out in Paragraph 7.2.1.1 in an amount that is shall be documented by the CM as defined in Article
mutually agreeable between the Owner and CM. 12 and, once established, the Guaranteed Maximum
Price shall be subject to modification only as defined
7.3. Lump Sum in this Agreement.
The Owner shall compensate the CM for Basic Services
on the basis of a Lump Sum in accordance with the 7.4.1.2. The Guaranteed Maximum Price shall be
terms and conditions of this Agreement as follows: submitted to the Owner not more than thirty (30)
days after receipt by the CM of the Owners request
7.3.1. Compensation for Basic Services for the Guaranteed Maximum Price. The Owner shall
The CM shall be compensated for performing Basic accept such Guaranteed Maximum Price within fifteen
Services described in Article 3, a total Lump Sum in the (15) days of the date of the receipt unless such time is
amount of U Dollars ($U), which shall be paid in Click mutually agreed to be extended. If the Owner does
here to enter text. monthly installments as follows: not accept the Guaranteed Maximum Price within the
P a g e 16 | CMAA Document CMAR-1
Copyright Construction Management Association of America, Inc., 2013. All rights reserved.
Reproduction or translation of any part of this Document without the permission of the copyright owner is unlawful.
time period herein provided, such price shall be 7.4.1.8. The Guaranteed Maximum Price is the total
presumed to be rejected by the Owner. cost of the Project, as defined herein plus the CMs fee
for Basic Services. The Guaranteed Maximum Price
7.4.1.3. In the event the Owner does not accept the includes the cost of labor, equipment, supplies,
CMs Guaranteed Maximum Price and elects not to go materials, services and allowances to complete the
forward with the Project, the CM shall be reimbursed project. The cost data shall be directly correlated to
in accordance with the requirements for termination the specific design drawings and specifications in
as defined in Paragraphs 9.1.1 and 9.1.3 of this existence at the time the Guaranteed Maximum Price
Agreement. is prepared. The assumptions used in the preparation
of the Guaranteed Maximum Price shall be identified
7.4.1.4. In the event the Owner does not request the by the CM as part of the Guaranteed Maximum Price
CM to establish a Guaranteed Maximum Price or does documentation, in accordance with Paragraph 12.1.2,
not accept the CMs Guaranteed Maximum Price, but and appended hereto.
chooses to proceed with the Project, then all
provisions of this Agreement regarding the 7.4.1.9. The Guaranteed Maximum Price shall include
Guaranteed Maximum Price and adjustments thereto those taxes applicable to the Project that are legally
shall become null and void. All other provisions of this enacted at the time the Guaranteed Maximum Price is
Agreement shall remain in full force and effect, with established. Any increase or decrease in taxes that
all Project costs being reimbursed to the CM by the affect the Guaranteed Maximum Price and that are
Owner in accordance with this Agreement without the enacted after the Guaranteed Maximum Price is
limitations imposed by Paragraph 12.1.6 thereof. submitted shall be incorporated into that price by
change order.
7.4.1.5. In the event that the Guaranteed Maximum
Price is accepted by the Owner within the time 7.4.1.10. The Owner may change the scope of the
stipulated herein, the applicable sections of Article 12 Project or a part thereof and the Guaranteed
of this Agreement shall be completed and initialized Maximum Price shall then be adjusted as provided in
by both parties to this Agreement and the CM shall Paragraph 7.4.3.
become responsible for the means, methods,
sequences, and procedures used in the construction of 7.4.2. Cost of the Project
the Project and shall proceed with the CMs Basic The term cost of the Project shall include all
Services. amounts paid by the Owner to the CM for payment to
all separate Contractors, suppliers and equipment
7.4.1.6. Construction contracts for the Work required lessors for all work, material, and equipment supplied
for the Project shall be between the CM and to the Project including general conditions items, plus
Contractors. The CM shall request and receive bids for the CMs Fee.
each contract and shall make a recommendation to
the Owner with respect to award of a contract to the 7.4.2.1. The cost of the Project shall not include the
lowest responsive and responsible bidder. The CM following:
shall enter into a contract with that bidder within five
(5) days after receipt of approval of award from the 7.4.2.1.1. The CMs fee for Basic Services;
Owner.
7.4.2.1.2. All professional fees paid by the Owner to
7.4.1.7. The CM shall be eligible to perform work of the Designer or other consultants retained directly by
specific trades on the Project. Should the CM elect to the Owner;
do so, it shall be required to offer a sealed bid for such
parts of the Project. The CMs bid shall be due on the 7.4.2.1.3. All costs paid directly by the Owner to
date established for receipt of the other separate contractors or suppliers retained directly by the
contractor bids. In the event that the CM is Owner and outside the scope of the Guaranteed
determined to be the lowest responsive and Maximum Price;
responsible bidder on such work, the Owner shall
approve award to the CM and shall enter into a 7.4.2.1.4. All Additional Services costs as defined
separate contract with the CM for that work. herein; or
11.2.1. The Owner and the CM each bind itself, its 11.7.1. Whenever any provision of the Contract
successors, assigns and legal representatives to the Documents requires the giving of written notice, it
terms of this Agreement. shall be deemed to have been validly given if delivered
in person to the individual or to a member of the firm
11.2.2. Neither the Owner nor the CM shall assign or or to an officer of the corporation for whom it is
transfer its interest in this Agreement without the intended or if delivered or sent by registered or
written consent of the other, except that the CM may certified mail, postage prepaid, addressed as follows:
assign accounts receivable to a commercial bank for
securing loans without approval of the Owner. To the Owner: U
However, nothing contained in this paragraph can To the CM: U
prevent the CM from employing such consultants,
associates or subcontractors as the CM may deem ARTICLE 12: SPECIAL GUARANTEED
appropriate to assist in performance of the services
hereunder.
MAXIMUM PRICE PROVISIONS
11.3.1. Unless otherwise provided, this Agreement 12.1.1. Upon the Designers preparation and Owners
shall be governed by the law of the State where the approval of U%-complete drawings the Owner and the
Project is located. CM shall set a Guaranteed Maximum Price for the
Project. Until such time, CM shall be compensated as
11.4. Extent of Agreement set forth in Section 7.1 hereof.
11.4.1. This Agreement represents the entire and 12.1.2. Documentation of the Guaranteed Maximum
integrated agreement between the Owner and the CM Price shall be developed by the CM from the design
and supercedes all prior negotiations, representations drawings and specifications and such other documents
or agreements, either written or oral. This Agreement as may be specified as follows:
12.1.3. As the separate contracts, purchase orders or 12.1.4. The Guaranteed Maximum Price established
other fixed contract prices are obtained and are for the Project is U Dollars ($U). This Guaranteed
awarded for each of the separately priced divisions of Maximum Price is for the work described in the
the work required for the Project as shown in the documentation attached as Exhibit A.
Project and Construction Budget, the Guaranteed
Maximum Price and the Project and Construction 12.1.5. In the event that the cost of the Project
Budget shall be adjusted as follows: exceeds the Guaranteed Maximum Price and any
adjustments therein as may be due pursuant to the
12.1.3.1. If the cost of any division as awarded is less terms hereof, the CM shall continue to perform at no
than the amount shown on the Project and additional cost to the Owner until the Project, defined
Construction Budget, as determined in accordance by this Agreement and all Attachments hereto
with the terms of this Agreement, the amount complete. The CM shall be responsible for paying all
indicated in the Project and Construction Budget for costs, in accordance with the terms of this Agreement
such item shall be reduced by an amount equal to the that may be necessary to complete the Project, even if
difference between such cost and the amount shown such amounts are in aggregate in excess of the
on the Project and Construction Budget for such item Guaranteed Maximum Price.
and the Contingency shall be increased by the same
amount; (Remainder of the page is intentionally left blank.)
Title: U Title: U
Attest: Attest: