HomeMy WebLinkAbout2016-06-14; City Council; 22311; Adopt resolution authorizing agreement with Griffin Structures for construction management and inspection services for Pine Ave Community Park Community Center and gardens projectItem 5; pg. 1
CITY OF CARLSBAD-AGENDA BILL
(j »
AB# 22,311 ADOPT A RESOLUTION AUTHORIZING AN AGREEMENT DEPT. DIRECTOR rl"
DATE 6-14-16 WITH GRIFFIN STRUCTURES, INC. FOR AN AMOUNT NOT
TO EXCEED $522,500 FOR CONSTRUCTION
CITYATIY. ,h'5
MANAGEMENT & INSPECTION SERVICES FOR THE PINE
AVENUE COMMUNITY PARK COMMUNITY CENTER AND wv/ DEPT. PW-TRANS GARDENS PROJECT, PROJECT NO. 4603 CITY MGR.
RECOMMENDED ACTION:
Adopt a Resolution authorizing an Agreement with Griffin Structures, Inc. for an amount not to exceed
$522,500 to provide construction management and inspection services for the Pine Avenue Community
Park Community Center and Gardens Project, Project No. 4603.
ITEM EXPLANATION:
On Dec. 9, 2014, City Council approved a Master Plan update for Pine Avenue Community Park that
included Capital Improvement Program (CIP) funding for design and construction of a multi-purpose
community center, an ornamental garden, and a community garden with raised planters for lease.
On July 15, 2015, City Council authorized an Agreement with Roesling Nakamura Terada Architects, Inc.
(RNT) to design the improvements and implement the Pine Avenue Community Park Master Plan vision.
RNT is nearing completion of the design phase and staff is ready to select a construction management
firm to move into the bidding and construction phases. The selected construction management firm will
provide full-time, onsite construction management and inspection services through the duration of the
project.
On March 24, 2016, staff published a Request for Qualifications for construction management and
inspection services. On April 20, 2016, the city received nine submittals that were reviewed by a staff
selection committee. The top two ranked firms were invited to interviews to present their qualifications
and approach to the project. Griffin Structures, Inc. was selected as the best value firm, as determined
by the selection criteria. Staff recommends that the City Council authorize a Service Agreement with
Griffin Structures, Inc. for construction management and inspection services for the Pine Avenue
Community Park Community Center and Gardens Project.
FISCAL IMPACT:
The cost proposal from Griffin Structures, Inc. is for time and materials, not to exceed $522,500 to
provide construction management and inspection services. Funds are available to support this
recommendation in the project budget.
DEPARTMENT CONTACT: Steve Didier 760-602-7539 steven.didier@carlsbadca.gov
FOR CLERK USE.
COUNCIL ACTION: APPROVED 9( CONTINUED TO DATE SPECIFIC D
DENIED D CONTINUED TO DATE UNKNOWN D
CONTINUED D RETURNED TO STAFF D
WITHDRAWN D OTHER-SEE MINUTES D
AMENDED D REPORT RECEIVED D
Item 5; pg. 2
Agreement with Griffin Structures
June 14, 2016
Page 2 of2
ENVIRONMENTAL IMPACT:
The Negative Declaration for Pine Avenue Park was approved by the Planning Commission on Dec. 17,
2003 (Planning Commission Resolution No. 5523). The proposed park features of the community center
and gardens are within the scope of the prior environmental document and no further environmental
documentation is required per CEQA Guideline Sections 15162.
EXHIBITS:
1. Resolution authorizing an Agreement with Griffin Structures, Inc. for an amount not to exceed
$522,500 to provide construction management and inspection services for the Pine Avenue
Community Park Community Center and Gardens Project, Project No. 4603.
Item 5; pg. 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
RESOLUTION NO. 2016-107
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD,
CALIFORNIA, APPROVING AND AUTHORIZING THE EXECUTION OF A
PROFESSIONAL SERVICES AGREEMENT WITH GRIFFIN STRUCTURES,
INC., FOR CONSTRUCTION MANAGEMENT AND INSPECTION
SERVICES FOR THE MAINTENANCE AND OPERATIONS CENTER
CONSTRUCTION PROJECT AND THE SAFETY CENTER RENOVATION
PROJECT, PROJECT NOS. 3572 AND 4715.
WHEREAS, the City Council of the City of Carlsbad, California has determined that it is
necessary, desirable, and in the city's best interest to provide construction management and
inspection services for the Maintenance and Operations Center construction project and the
Safety Center renovation project; and
WHEREAS, the Department of Public Works solicited proposals from consulting firms
and received a total of 9 proposals for construction management and inspection services for
the new Maintenance and Operations Center construction project, located at 2600 Orion Way,
and the Safety Center renovation project located at 2560 Orion Way; and
WHEREAS, subsequent to review of the proposals and interviews of the four highest
ranked firms, staff recommends Griffin Structures, Inc., as the most qualified consultant for the
project; and
WHEREAS, Staff recommends approval of the Griffin Structures, Inc., proposal to
provide construction management and inspection services for the Maintenance and Operations
Center construction project and the Safety Center renovation project for an amount not to
exceed $1,062,000; and
WHEREAS, funding for said project has previously been appropriated from the
Community Facilities District Fund (#1), the Sewer Replacement Fund and the Water-Capital
Item 5; pg. 4
That the qualific;ations submitted by Griffin Structures, Inc. for construction
management and inspection services for the Pine Avenue Community Park
Community Center and Gardens Project, No. 4603, are acceptable and the Mayor
is hereby authorized to execute a Professional Services Agreement, attached
hereto as Attachment A.
Item 5; pg. 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City
of Carlsbad on the 14th day of June, 2016, by the following vote to wit:
AYES: Hall, Wood, Schumacher, Blackburn, Packard.
NOES: None.
ABSENT: None.
(SEAL}
Item 5; pg. 6
AGREEMENT FOR CONSTRUCTION MANAGEMENT,
TESTING AND INSPECTION SERVICES
GRIFFIN STRUCTURES, INC.
TRAN1430
THIS AGREEMENT is made and entered into as of the ) ~ day of
--------~-~~-=-=:.._.=_ ___ , 2016, by and between the CITY OF CARLSBAD, a municipal
corporatio , "City"), and GRIFFIN STRUCTURES, INC. a California corporation, ("Contractor").
RECITALS
A. City requires the professional services of a consulting firm that is experienced in
construction management and inspection services.
B. Contractor has the necessary experience in providing professional services and
advice related to construction management and inspection services.
C. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services {the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of eighteen (18) months from the date
first above written. The City Manager may amend the Agreement to extend it for one (1) additional
one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of
Contractor's performance, City needs, and appropriation of funds by the City Council. The parties
will prepare a written amendment indicating the effective date and length of the extended
Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
five hundred twenty-two thousand five hundred dollars ($522,500). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this Agreement.
If the City elects to extend the Agreement, the amount shall not exceed one hundred thousand
dollars ($100,000) per Agreement year. The City reserves the right to withhold a ten percent
(10%) retention until City has accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
City Attorney Approved Version 2/29/16
Item 5; pg. 7
TRAN1430
6. PREVAILING WAGE RATES
Any construction, alteration, demolition, repair, and maintenance work, including work performed
during design and preconstruction such as inspection and land surveying work, cumulatively
exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws.
The general prevailing rate of wages, for each craft or type of worker needed to execute the
contract, shall be those as determined by the Director of Industrial Relations pursuant to the
Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the
California Labor code, a current copy of applicable wage rates is on file in the office of the City
Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all
such workers employed by him or her in the execution of the Agreement. Contractor and any
subcontractors shall comply with Section 1776 of the California Labor Code, which generally
requires keeping accurate payroll records, verifying and certifying payroll records, and making
them available for inspection. Contractor shall require any subcontractors to comply with Section
1776.
7. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any balance
owing to Contractor.
8. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
9. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
10. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any negligence,
City Attorney Approved Version 2/29/16
2
Item 5; pg. 8
TRAN1430
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement.
11. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The insurance
carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus
line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by
the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
11.1 Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the
Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage
will not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense. The full limits available to the named insured shall also be available
and applicable to the City as an additional insured.
11.1.1 Commercial General Liabilitv Insurance. $2,000,000 combined single-limit per
occurrence for bodily injury, personal injury and property damage. If the submitted policies contain
aggregate limits, general aggregate limits will apply separately to the work under this Agreement
or the general aggregate will be twice the required per occurrence limit.
11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work
for City). $1 ,000,000 combined single-limit per accident for bodily injury and property damage.
1 0.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor
has no employees and provides, to City's satisfaction, a declaration stating this.
11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's
profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a
period of five years following the date of completion of the work.
11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
11.2.1 The City will be named as an additional insured on Commercial General Liability
which shall provide primary coverage to the City.
City Attorney Approved Version 2/29/16
3
Item 5; pg. 9
TRAN1430
11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which
will be written as claims-made coverage.
11.2.3 This insurance will be in force during the life of the Agreement and any extensions
of it and will not be canceled without thirty (30) days prior written notice to City sent by certified
mail pursuant to the Notice provisions of this Agreement.
11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete
and certified copies of any or all required insurance policies and endorsements.
12. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
13. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
14. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
15. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
16. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement.
City Attorney Approved Version 2/29/16
4
Item 5; pg. 10
For City
Name Steve Didier
Title Municipal Projects Manager
Department Public Works -CM&I
City of Carlsbad
Address 1635 Faraday Avenue
Carlsbad, CA 92008
Phone No. 760-602-7539
TRAN1430
For Contractor
Name Jon Hughes
Title Project Engineer
Address 2 Technology Drive, Suite 150
Irvine, CA 92618
Phone No. 949-497-9000
Email jhughes@griffinholdings.net
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
17. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
18. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
19. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
20. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolution, which would be of benefit to both
parties. The representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action of the City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
City Attorney Approved Version 2/29/16
5
Item 5; pg. 11
TRAN1430
21. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and of the percentage of work
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
22. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
23. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
24. JURISDICTION AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
City Attorney Approved Version 2/29/16
6
Item 5; pg. 12
TRAN1430
25. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld.
26. ENTIREAGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
City Attorney Approved Version 2/29/16
7
Item 5; pg. 13
TRAN1430
27. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
GRIFFIN STRUCTURES, INC., a
California corporation
By:
(sign here
M~k H:oGL.vAib, C.Fo
(print name/title)
By:
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
Mayor
ATTEST:
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
/"
By·. (.<~ ,??;-;e_/-;:C--;;;:;-,u. --~/ __ ;_~_·-_-__ ._-____________ ___
Deputy City Attorney
City Attorney Approved Version 2/29/16
8
Item 5; pg. 14
California All-Purpose Certificate of Acknowledgment
A notary public or other officer completing this c~rtificate verifies only the identity of the individual who signed the 1
1
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. .
State of California
County of bf <b03R. s.s.
On t\g '4 ~5 1 ;2 o I \a before me, Q Name cf i')otnrv ?ublic, Tite
personally appeared _ __._N.....L.::tt.~'(---UK'-"--__ t\.J-L-_,0:...,.8-'-\-'\'-'N~O<..Jm0<-.:, o ...... f S...:.lgi'-.Gr-\ i-) __ · -------
who proved to me on the basis of satisfactory evidence to be the person~ whose name~
is/a~=e subscribed to the within instrument and acknowledged to me that he/shEi/th;;y executed
the same in his/h~ir authorized capacity(les1, and that by his/he.I:L±beir signature~ on the
instrument the person(s1;' or the entity upon behalf of which the perso~ acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
OPTIONAL INFORMATION ------------
the inforrnaf.ion in this section is not b:n·v~ it could prevent fraudulent n::rnova! and reatfechntent of
Pri,·nr><.vl<>rium.~,.,, to t;}n utututhon~?:ecl c:Jocurncnt end tnay prove u,soful to persons on the~ attached dO()Urnt:1!Ji.
Description of Attached Document
The preceding Certificate of Acknowledgment is attached to a
document titled/for the purpose of----------
containing __ pages, and dated ________ _
The signer(s) capacity or authority is/are as:
0 lndividual(s)
0 Attorney-in-fact
0 CorporateOfficer(s) --------------
Ttk~is;
0 Guardian/Conservator
0 Partner-Limited/General
0 Trustee(s)
0 Other:------------------
representing: ----:----:---:----:---:-~-~-~---
Hvwrwts; d P~~rsonts; En?ib:>,~~.:~;, Cign<.';r <S P:q;:<.';:~,~t)liili(.
Proved to me on the basis of satisfactory evidence:
0 form(s) of identification 0 credible witness(es)
Notarial event is detailed in notary journal on:
Page# __ Entry# __
Notary contact:----------
Other
0 Additional Signer 0 Signer(s) Thumbprints(s) o ____________________ __
Yo) purchase cop\es of this form
Item 5; pg. 15
California AU-Purpose Certificate of Acknowledgment
ry public or other officer completing this certificate verifies only the identity of the individual who signed the
ent to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
Countyof 0 r Q n ~,( s.s.
On Mtty 2'S 12oU., before me, ______ i'_Lon-<or-:: -,~ -,,-,-,':::r-, ,-:tk ____ _
personally appeared ----""' .... ~....,.( ...... )._0~ _ _.8'---~;:;_..,;\-r'-',pL-:h~...::.v_;; .... q,-., -----------
()j
who proved to me on the basis of satisfactory evidence to be the person(.s} whose name~)
is/are subscribed to the within instrument and acknowledged to me that he/s~y executed
the same in his/~ir authorized capacity(i~. and that by his/hetl#'!eir signature~ on the
instrument the person~. or the entity upon behalf of which the person{~) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
~hi~~ ~u,.dJ ~B ' OPTIONAL INFORMATION ------------
/\Hhouqit i'lki .:ly/f)rtn:~fr:un in this sectfc,n is not /i?(iz.drod hn--coukJ
to en
Description of Attached Document
The preceding Certificate of Acknowledgment is attached to a
document titled/for the purpose of---------
containing __ pages, and dated---------
The signer(s) capacity or authority is/are as:
0 lndividual(s)
Attorney-in-fact
0 Corporate Officer(s) ------~-------
[] Guardian/Conservator
0 Partner-Limited/General
D Trustee(s)
0 Other:-----------------
representing:
Proved to me on the basis of satisfactory evidence·
form(s) of identification 0 credible witness(es)
Notarial event is detailed in notary journal on:
Page#__ Entry# __
Notary contact:---------
Other
0 Additional Signer [] Signer(s) Thumbprints(s) o ________________ __
Item 5; pg. 16
TRAN1430
EXHIBIT "A"
SCOPE OF SERVICES
CONSTRUCTION MANAGEMENT & INSPECTION SERVICES
PINE AVENUE COMMUNITY PARK COMMUNITY CENTER & GARDENS PROJECT-CIP NO. 4603
1. PRE-CONSTRUCTION SUPPORT SERVICES
Task 1.1 Constructability Review of Construction Documents
Review the project construction documents (CDs) and provide comments and corrections for the 80%
plans and specifications which include, but are not limited to Demolition Plans; Grading and Drainage
Plans; Earthwork Calculations; Storm Drain Plans; Wet Utility Plans; Horizontal Control Plans; Architectural
Plans and Details; Landscape Hardscape Plans; Construction Details; Lighting and Electrical Plans and
Details; Landscape Planting Plans and Details; and Irrigation Plans and Details. Services shall also include
review of the completed REVIT model, prepared by the design team's architect, for the Pine Avenue Park
Community Center. The BIM model LOD will be provided illustrating the various building systems,
placements, sizing, etc.
Task 1.2 Project Bid Documents
Review and provide comments and corrections for the project bid documents which consist of the City's
Standard Public Works Contract Documents, General Provisions, Supplemental Provisions, Technical
Specifications and Appendices, and the project construction plans. Document review shall occur at the
100% complete plan review. Any inconsistencies between the city's General and Supplemental Provisions
and the Technical Specifications, Appendices and Construction Documents prepared by the design firm
shall be identified. (Note: Appendices will include Soils Report, SWQMP and SWPPP)
Task 1.3 Opinion of Probable Cost
Review the estimate of probable construction costs (prepared by SDG) based on the 80% complete plans
in order to identify any recommended refinements or modifications that can be incorporated into the
final construction documents to ensure that the projects can be constructed within the established
budget. The review shall take into consideration area and quantity take-offs applied to labor and material
cost, allowances for general conditions, contractor's profit and overhead, city costs, and contingencies.
Prior to final approval of bid documents, review the updated estimate which will be prepared at the 100%
complete stage to reflect any changes in cost resulting from design, materials, or quantity changes.
Task 1.4 Bidding Phase
Provide pre-construction management and administration support services during the project bidding
phase which includes, but is not limited to Coordination of Pre-Bid Site Visits; Pre-Bid Meeting with City's
Municipal Project Manager and other appropriate parties; and Evaluation of Contractor Bids.
2. PRECONSTRUCTION SERVICES
Task 2.1 Project Management
Coordinate and meet with the City's Municipal Projects Manager prior to bidding of the project. Initiate
project activities and provide general project oversight.
City Attorney Approved Version 2/29/16
9
Item 5; pg. 17
TRAN1430
Based upon the City approved Document Management System, incorporate the Document Management
Systems and procedures for documenting communications and correspondence. Provide examples of all
City provided forms that the CM and Contractor will be required to use to transmit and formalize all
Requests for Information (RFI}, clarifications, submittals, substitution requests, concrete pour
notifications, and other official project documents. Develop points of contact with all team members
(project directory). Prepare a list of all standard forms, documents and reports and develop distribution
lists and logs for each of the listed document types. All project documents are to be retained by the
selected CM firm for a period of three years after conclusion of the project.
Task 2.2 Preconstruction Conference
Notify appropriate parties schedule and conduct the Preconstruction Conference with City Staff, Architect
and the Contractor. The meetings shall cover the overall project objectives, responsibilities of key
personnel and agencies, schedules, schedule of values (bid breakdown), procedures for handling
submittals, correspondence, utility relocations, local agency permit requirements, requests for
clarification, progress payments, change orders, and other pertinent topics. Provide opportunities to have
the Contractor's questions answered.
3. CONSTRUCTION SERVICES
Task 3.1 Contract Administration/Management
The CM shall be responsible for assisting the City's Municipal Projects Manager with all aspects of contract
compliance, change/claims processing, negotiations and contract interpretation and enforcement. The
CM shall utilize the field offices provided by the Contractor. Furniture and basic office equipment shall be
provided by the Contractor in accordance with the specifications.
The CM shall oversee, perform, and coordinate work included within this scope of services, as directed by
the City. The CM shall: prepare reports, letters, and memoranda; attend meetings; prepare meeting
agendas and minutes, monitor and track the expiration of insurance requirements and obtain updated
certificates from the Contractor; coordinate testing and specialty services; review daily testing/inspection
notes and identify and report nonconforming items; notify the City of significant problems and
discrepancies; assist the City with interpreting drawings, specifications and reference standards; monitor
construction activities and schedules; assist the City with resolving constructability problems; coordinate
connections and operations; perform inspections; prepare change orders (including cost estimating
services); review and notify the Contractor of test results; investigate claims; review the Contractor's
Record Drawings periodically and concurrently with Contractor progress payments; and prepare project
punch lists, etc.
Task 3.2 Reports and Communications
All relevant project communications shall be documented and promptly distributed to the City and
applicable parties. All original project documents and final project reports shall be furnished to the City
within 60 days following filing of the Notice of Completion.
Maintain field memoranda, transmittals, updated schedules, logs of shop drawings and other submittals,
logs of requests for information, change orders, progress payment requests, progress meeting reports,
testing/inspection reports, dates of utility service interruptions, and all other project correspondence.
City Attorney Approved Version 2/29/16
10
Item 5; pg. 18
TRAN1430
Weekly progress reports shall be prepared and submitted {electronically) to the City's Municipal Projects
Manager and shall include the following elements:
a)
b)
c)
d)
e)
f)
Task 3.3
Summary of the prior week's main accomplishments and current construction activities.
Include an evaluation of last week's report of expected task completion to actual.
Overall Contractor's conformance to contract schedule and quality requirements. This will
include a baseline schedule comparison showing all new tasks, deleted tasks, changed
tasks and duration changes. Working with the contractor, prepare weekly Planned
Percent Complete (PPC) calculations of all planned activities.
Identification of key problems, action items, and issues, including recommendations for
solutions.
Summary of progress payments, change orders, disputes, submittals, RFI's, and Notices
of Noncompliance.
Photographs of representative project activities printed and electronically stored.
Provide list of Deviation Activities and any corrections taken/planned.
Photo Documentation
Provide a videotape of preconstruction site conditions prior to any construction operation to confirm
existing conditions within the limits of work, adjacent areas, and along haul roads to document and clearly
depict pre-existing conditions.
Take and share construction documentation photographs on a regular basis. Maintain a digital
photographic library of all significant construction activities. Provide unique file names for photos with
date and location information included. Take additional photographs to document differing site
conditions, change order and claim items, and any special or unique conditions as they arise.
Incorporate new software capabilities (Blue Beam, etc.) that allow photographs taken in the field to be
linked to a PDF of the site plan/drawing/detail of the photographed location. A report of these photos
linked to their location is to be provided weekly. Photos shall be uploaded to the approved project
document management site regularly.
Task 3.4 Construction Progress Meetings
Schedule and attend weekly construction progress meetings with the Architect, contractor and the City.
Provide meeting agendas and discuss the schedule, near-term activities, clarifications and problems which
need resolution, coordination with other contractors, status of change orders, safety issues, etc. Prepare
minutes ofthe meetings with identified action items. Prepare and distribute the minutes to the attendees
within two working days. Include minutes in the monthly progress reports.
Task 3.5 Shop Drawings and Submittal Reviews
Submittal review and approval are the responsibility of the design engineer and the City's design project
manager. The CM shall be responsible for processing and monitoring the status of all submittals. The CM
City Attorney Approved Version 2/29/16
11
Item 5; pg. 19
TRAN1430
shall provide a detailed review of the Contractor's submittals for coordination after receipt from the
Architect. Submittals of a general nature (General Provisions & Division 1 Requirements) are to be
reviewed and processed by the CM. Review of the Contractor's construction schedule and monthly
updates shall be the sole responsibility of the CM with input provided from the Architect and City.
CM will log, track, and monitor the Architect's role regarding the review of shop drawings, calculations,
data samples, submittals, warranties and manuals from the Contractor. Shop drawings and submittals
that significantly do not meet the specified requirements or design intent shall be returned to the
Contractor with comments for corrections and resubmittal. Exception reports, that identify outstanding
submittals or reviews needed, shall be prepared monthly by the CM. Preliminary lists of initial submittal
requirements shall be prepared by the CM and issued at the Preconstruction Conference.
Task 3.6 Plans and Specifications Interpretation
The CM shall review and respond to Contractor RFis (requests for information) if of a general nature.
Technical RFis shall be submitted to the project architect for response. The CM shall maintain a log of RFis
and provide written clarification to the Contractor in a timely manner. Responses to requests for changes
to the design require prior approval from the City's design project manager and the architect.
Obtain and maintain specification referenced standards including: local and regional specifications, codes,
standards, publications, regulations, applicable permitting criteria from local, state, and federal agencies,
standard drawings and specifications of the local agencies, and related documents, as referenced in the
contract documents and as required to perform the work.
Task 3.7 Construction Inspection Services
Consultant will be responsible for the overall quality assurance of the project and work with City staff
responsible for code compliance. Consultant will provide full time inspection to ensure that the
Contractor's work is in compliance with the contract documents. Prepare daily reports ofthe construction
activities including weather conditions, Contractor's equipment and manpower, work performed,
materials used, site visitors, note delays in work and reasons for the delays, and deficiencies. Prepare daily
reports of deviations and non-conformance to specifications and provide a timely response. Perform
technical inspection at the job site as required of materials and workmanship, and discuss with the
Contractor appropriate revisions to the methods and procedures used in performing the work. The
inspectors may not authorize extra work or approve of work that deviates from the contract documents.
Consultant will coordinate material deliveries, inspect materials as they arrive on site, and verify that all
materials and equipment meet contract requirements and are properly stored. The on-site inspector will
inspect the site daily, including any site SWPPP, manage special inspectors, and coordinate with any
geotechnical and material testing consultants, and will be responsible for the overall quality assurance of
the project. Consultant will provide special inspection and testing services as needed for the project.
Task 3.8 Progress Payments
Prepare project-related invoices and progress payments. Submit all invoices to the City's Municipal
Projects Manager with a recommendation stating the proper amount for payment. Use the Schedule of
Values and actual quantities as a basis to prepare payment requests. The City will provide a format for
monthly progress payments.
City Attorney Approved Version 2/29/16
12
Item 5; pg. 20
TRAN1430
Task 3.9 Contractor's Claims and Change Orders
In accordance with the City's Standard Public Works Contract and Supplemental Provisions, identify,
prepare, log, and monitor all Contractor or City initiated claims, changes, extra work, and change orders.
Assist the City's Municipal Projects Manager with negotiating all claims to an agreed upon
Contractor/Consultant/City conclusion. Submit change orders to the City for approval. Prepare a report
providing statement of claim, extra work, or change; background leading to issue; resolution alternatives;
and resolution recommendation for action by the City. Prepare written justification and independent cost
estimates for each change order and negotiate costs with the Contractor. Prepare claims, extra work, and
change orders that require design modifications or clarifications, including revisions to the drawings,
details, and specifications. Assist the City's Municipal Projects Manager with resolving claims, extra work,
and change orders for changes to the work and obtain City approval.
Provide the lead role and support to the City in resolving claims and disputes. This shall include: written
responses to Contractors and private parties, giving depositions, assisting with arbitration and litigation,
serving as an expert witness, investigating claims for damages by private sources, design services for
replacement of damaged work, and services made necessary by Contractor default.
4. PROJECT CLOSEOUT
Prepare a Project Close-out Matrix of all tasks required by the Specifications and Contract Documents
prior to close-out. Track the completion of these tasks. Assist the City by preparing detailed project punch
lists at closeout of the project, coordinating the various City Departments' and Architects' concerns and
corrections. Attend punch list walk through with each City Department that requests to provide a punch
list of corrective actions. Upon correction of deficiencies, the CM shall schedule, coordinate, and conduct
a final walk-through prior to the acceptance of work with the City's Municipal Projects Manager, Public
Works Department, Parks & Recreation Department, Administrative Services Department, and Architect.
Verify work, testing, cleanup and demobilization is complete. Check and submit final payment requests,
five working days after final walk-through. Review and certify that the Contractor's project record
drawings are complete and accurate and validate the As-built documents are true and accurate.
City Attorney Approved Version 2/29/16
13
Item 5; pg. 21
OF
04/20/16
AND
Exhibit "B"
Griffin Structures' Fee Proposal is based on all reasonable costs necessary to perform Construction
Management services for the City of Carlsbad's new Pines Ave Community Center and Gardens Project.
For these requisite services, Griffin Structures proposes the following Not to Exceed Lump Sum Fee:
Construction Management & Inspection Services: $ 419,000
Special Inspections and Testing: ALLOWANCE $ 90,500
Reimbursable Costs: $ 13,000
Total $ 522,500
All proposed hourly rates are fully burdened and include overhead, profit, taxes, and benefits. Inspection
hours are priced as prevailing wage. The hours identified for each individual employee and task are
estimates only and are not to be construed as not to exceed hours for any individual task, phase, or time
period. We reserve the right to reallocate hours between staff members and tasks in order to accomplish
the overall objectives and requirements for the project.
Services are based on the attached Fee Schedule and Resource Allocation Project Schedule, which
provides detail on the allocation of hours. Any extension of the schedule may result in additional fee, in
negotiation with the City.
AND TO FEE
This proposal is based on the attached Resource Allocation Schedule prepared by Griffin Structures, and
included as a part of this RFP response. That schedule assumes a start of construction date of January 1,
2017, with a project completion date of December 31, 2017. Accordingly, in an attempt to bring cost
efficiencies to this project and thus provide the City with a competitive Fee Structure, we have based our
proposal on the following approach:
1. Jon Hughes will serve as the Project Executive for the duration of the project and will provide
leadership to the construction management project team to deliver a successful project to the client.
Currently we estimate applying 10 -20 hours per month during Pre-Construction and 25 hours per
month during Construction and closeout. Jon will serve as daily point of contact during the pre-
construction phase of the project, and will provide regular as needed services to the City and the
project team during construction. This fee structure anticipates Jon attending all ( or nearly all)
weekly OAC project meetings.
2. Lance Soloman will serve as Construction Manager/Inspector and daily point of contact for the
construction portion of the project. Lance's hours are allocated in the following manner:
a. Pre-Construction: Lance will provide constructability reviews during the design phase of the
project, and ramp up involvement during the bid phase for an estimated 84 hours leading
up to the start of construction.
b. Construction: During construction Lance will be dedicated exclusively to this project and
will therefore be onsite full time, 5 days a week for a total of 12 months of construction.
Item 5; pg. 22
c. Post-Construction: This proposal anticipates 1 month of project closeout for which we have
allocated 160 hours of Lance's time.
3. Leighton & Associates will provide Special Inspection and Testing services. This proposal includes
an ALLOWANCE of $90,500. This calculates to just under 1% of the published construction budget
($9, 159,490). This cost is highly dependent on Contractor scheduling, and therefore is provided as
an allowance until a reliable contractor schedule can be established. Nonetheless, for a project of
this size, scope and character, we believe this to be a responsible allowance for which these
services can be provided.
AND
1. On-site trailer rental, furniture, utilities, and sanitary facilities for our field staff (Construction
Management team) are excluded. We assume that offices will be provided as part of the
construction site trailer(s) being provided by the City's contractor.
2. Costs for all permits required for the project are excluded. It is assumed that the City will pay for all
permitting fees, assessments, easements, school fees, and other agency or governmental fees or
costs to support the design and construction the project. We have not included any permit related
fees within our fee proposal.
3. Costs for surveying, construction staking, environmental and hazardous materials surveys, and all
remediation costs are excluded
4. Software licenses or user fees for specific project management software being required by either
the Client or their contractor(s).
5. Cost of bulk blueprinting for plans and specifications for use by the contractors and subcontractors.
Funds included in reimbursable expenses are for Griffin printing costs alone.
6. Wage Compliance Program including Certified Payroll auditing, field interviews, or reporting is
excluded. Based on State Law SB 854, it is assumed that the Dept. of Industrial Relations (DIR) will
manage this effort at the State level should it be required on this project. Griffin will enforce the
Contractor registration requirements stipulated by the DIR.
7. Independent or third party testing companies such as Roofing, Peer Reviews, LEED, or other
specialized third party oversight services other than those listed herein are excluded.
8. Commissioning requirements required by Cal Green (Title 24) are excluded. Griffin will manage the
commissioning process, but we have not included a commissioning agent, nor development of
commissioning specifications
9. This proposal assumes a contract start date of June 2016 and running through January of 2018, for
a total of 20 months. Any extensions of the schedule may result in additional services, to be
negotiated in good faith with the City.
10. The hours identified for each individual employee and task are estimates only and are not to be
construed as not to exceed hours for any individual task or phase. We reserve the right to
reallocate hours between staff members and tasks in order to accomplish the overall objectives and
requirements for the project within the overall Fee.
11. Hourly rates are valid through January of 2018 and will escalate by CPI annually thereafter.
Item 5; pg. 23
12. No FF&E or OS&E is included in this proposal
13. 24-hour surveillance or time lapse photo documentation is excluded. Progress photos during
construction to be taken intermittently concurrent with CM presence on the respective site.
14. Construction Manager will review all RFI's, Submittals, and Substitutions for completeness,
approvals to be executed by the designer of record.
15. For document tracking control, Griffin has included the use of "Submittal Exchange" for managing
construction documentation, and based the hours allocated in this proposal accordingly. The cost of
"Submittal Exchange" is listed as a reimbursable expense.
16. This proposal does not include a formal independent Inspector of Record (lOR). Rather, based on
our understanding of the scope requirements of the RFP, it is our assumption that the Construction
Manager will also perform Quality Control Inspections concurrent with construction management
duties. All City Building Dept. Permit Inspections are assumed to be performed by the City Building
Dept.
17. Insurance costs are included as a reimbursable expense, and will be billed monthly at the rate of $8
per $1,000.
18. At no cost to the Owner, and subject to Internal Revenue Code 179d, (Deduction for Energy
Efficient Commercial Buildings) Owner agrees to allocate any applicable tax credits to construction
manager (Griffin Structures) as may be relevant to 'public entity' projects.
19. For purposes of this proposal the term "Allowance" means additional resources included in
Construction Manager's estimate to cover the cost of known but undefined requirements for an
individual activity, work item, account or sub-account expressly identified as such in the summary
breakdown of the proposal.
Item 5; pg. 24
04/20/16 Pines Ave Community Center and Gardens
Fee Proposal
Item
No. TASK DESCRIPTION
1.1 Constructability Review ~Est~mates
1.2 ! P~ject~ Q~umell_!s _ 1.3 I Opinion of Probable Cost
1.:_4 I Biddin_g_fb~s~-_ _ __ _
1 2.1 122 ( _.
l-3
1 __ ~_:_1
I ~2
3.3
I 3.4
3.5
~_c:>ject ~anagement
Preconstruction Conference
----------
CONSTRUCTION SERVICES
Contract Administration ------Reports a~d C~m_muni<:_ati~
Photo Documentation
Construction _Prog_r:_ess Meetings
PROJECT EXECUTIVE
Jon Hughes
185/hr.
80
32
24
8
16
25
15
10
275
25
25
CONSTRUCTION
MANAGER/
INSPECTOR
Lance Soloman
150/hr.
0
lncl -
Inc I
lncl
lncl
84
60
24
20S6
300 -----300 -----
___ soo_ ---~---=-=~=~:=_--_
50 105 --------
3.6 f PJans and Sp~cification_ Interpretation__ __ SO ___ __20~ _
3.7 I Construction Inspection Services 25 I 415
3.8 I Prog-r;~"P;;ym;n~----------------w---~-104
I 3.9 I Con_!ractor'; claims a-nd Chani'e Ord~7s ---_ _-_:_ _ 40 _ -~-208
[ 4 ~PROJECT ciOSEOUT ------io -=l i6o --
1 4.1 ,-Punch W-;lk ----------10 r-100
~~ -~~~~g -----0 I_ 40
~ ~.3 -~ Warranty _ __ _ 10 I 20 ,--
5
Total Hours
Subtotals
PROJECT/ CONSTRUCTION MANAGEMENT TOTAL
I --
1 Reimbursable Costs Total
400
$74,000
---=-~1-
2,300
$34S,OOO
GRIFFIN STRUCTURES
SPECIAL
INSPECTIONS &
TESTING
Leighton Assoc.
142/hr.*
0
N/A
N/A
N/A
N/A
0
N/A -----N~----
636
__ N/A
N/A _
__ N/A
N/A -----N/A
---N/~_
636
N/A
--N/A -I
=-=-0 -=---j N/A
N/A
N/A
636
$90,500
$509,500
I
5.1 I Submittal Exchange
5.2 Printing Costs -------+ ---------$_!3,000
$7,0~
$1,000
$4,000
$1,000
5.3
5.4
Insurance
Misc::_9ffice Supplies
GRAND TOTAL
* Rates vary, see detailed proposal for specifc rates and hours
---T ------
-,---
$522,500
Item 5; pg. 25
04/20/16
PROJECT PHASE
JUN JUL AUG
1 Preconstruction
2 Bidding and Award
3 Construction
4 Project Closeout
MONTHLY STAFFING HOURS
Project Executive 10 10
Construction Manager
Soils & Materials Insp.
2016
5EP OCT NOV
10 10 10 20
DEC
----
20
B4
JAN
Pines Ave Community Center and Gardens
Resource Allocation Schedule
25
172
10
FEB
25
172
20
MAR
25
172
40
APR
25
172
160
MAY
25
172
160
JUN
2017
25
172
126
JUL
25
172
40
AUG
25
172
40
5EP
25
172
20
OCT
25
172
NOV
25
172
OEC
25
164
2018
JAN
l==:i
10
160
20
GRIFFIN STRUCTURES
FEB
TOTALS
400
2300
636
Item 5; pg. 26
Griffin Structures, Inc.
TABLE 1. SPECIAL INSPECTION AND MATERIALS TESTING
City of Carlsbad Pine Community Center
Materials Laboratory Testing
Concrete cylinders compression (ASTM C 39) (6" x 12")
Mortar/Non Shrink Grout Cubes (2" x 2") ASTM/C-109/C-1107
Bolt Tensile Test
Bolt, Nut or Washer Hardness Test
Bolt Elastic Proof Load Test
Pick-up & delivery-(weekdays, per trip, <50 mile radius from Leighton office)
Prevailing Wage Special Field Testing Services
PW-Soils I Concrete Technican Concrete and Rebar
High Strenth Bolts PW-Soils I Concrete Technican
PW-Soils I Concrete Technican
PW-NOT
Technician II/ Special Inspector
Vehicle Usage -Inspectors
Project Management
Operations Manager ----
Staff Engineer /Geologist /Scientist
Project Closeout
Dispatcher
---
------
Welding, Field ---·-------
NOT LV II
Welding, Shop -----------
$25 I each
$25 I each
$50 I each
$50 I each
$50 I each
$85 I each
$130 I hour
$130 I hour
$130 I hour
$140 I hour
$95 I hour
$11 I hour
$165 I hour
$135 I hour
$165 I each
$80 I hour
20
12
9
27
9
10
SUBTOTAL
48
80
300
60
40
528
SUBTOTAL
24
24
12
48
SUBTOTAL
Leighton Consulting, Inc.
$
$
$
$
$
$
$
$
$
$
$
$
$
$
Proposal # SD16-090
500.00
300.00
450.00
1,350.00
450.00
850.00
3,900.00
6,240.00 ----
10,400.00
39,000.00 ----
8,400.00
3,800.00 ----
5,808.00
73,648.00 --------
$ 3,960.00
$ 3,240.00
$ 1,980.00 --------
$ 3,840.00
$ 13,020.00 ----
TOTAL ESTIMATED COST: $90,500.00