Loading...
HomeMy WebLinkAbout2018-11-27; City Council; ; Agreement with Griffin Structures, Inc. to provide construction management and inspection services for the Orion Center and the Fleet Maintenance Building Refurbishment PCA Review ~ (i) S~~fi R~port Meeting Date: To: From: Staff Contact: Subject: Nov.27,2018 Mayor and City Council Scott Chadwick, City Manager Steven Stewart, Municipal Projects Manager Steven.Stewart@carlsbadca.gov or 760-602-7543 Agreement with Griffin Structures, Inc. to provide construction management and inspection services for the Orion Center and the Fleet Maintenance Building Refurbishment Projects. Recommended Action Adopt a Resolution authorizing execution of an agreement with Griffin Structures, Inc. to provide construction management and inspection (CM&I) services for the Orion Center project (Project No . 3572) and the Fleet Maintenance Building Refurbishment project (Project No. 4714), for an amount not to exceed $1,070,000. Executive Summary The city is scheduled to proceed with design development, solicitation, procurement and construction of the Orion Center project (Project No. 3572) and the Fleet Maintenance Building Refurbishment project (Project No. 4714) in parallel with one another. In addition to being on a similar schedule, the scopes of work for the two projects are similar in nature and are physically located next to one another. Staff seeks to hire one consultant to provide CM&I services for both projects. The selected consultant will provide support during a two-step evaluation and selection process to identify a qualified design-builder for both projects. The consultant will also provide budget management and estimating support as well as assist with CM&I services during the pre-construction and construction phases of work. City Council authorization of the Agreement is required per Carlsbad Municipal Code (CMC) section 3.28.060{D), as the value for this work is greater than $100,000. Discussion On Aug. 21, 2018, the City Council and Carlsbad Municipal Water District Board authorized Resolution 2018-156 to amend the professional services agreement with Roesling, Nakamura, Terada Architects, Inc. (RNT) to allow RNT's completion of the Orion Center bridging documents and to provide funding for the Orion Center project. On Sept . 11, 2018, the City Council authorized Resolution 2018-165 approving the bridging documents for the Fleet Maintenance Building Refurbishment project and authorizing these documents for design-build proposal solicitation. November 27, 2018 Item #5 Page 1 of 59 Staff now requires the assistance of a CM&I firm to support delivery of these two projects. The selected CM&I firm will provide support services during pre-construction and construction phases of work, including but not limited to: review of the bridging documents; budget management and cost estimating; support in development of the design-build Request for Proposals (RFPs); administration and management of the design-build contracts during the construction phase of work. The expected duration to complete both projects is 30 months. On Aug. 27, 2018, staff published a RFP on the city's website Planet Bids for the solicitation of CM&I services for the projects. On Sept. 27, 2018, seven consultant proposals were received and copies were distributed to a selection committee, comprised of staff from the Public Works department. Proposal responses were evaluated pursuant to CMC section 3.28.060(A), and each committee member was required to sign a confidentiality agreement to ensure fairness of the procurement process. Proposals were evaluated based on (1) adherence to RFP content and submission requirements, (2) depth of firm qualifications and experience, (3) depth of project team qualifications and related experience, (4) project team staffing approach and work plan, (5) client references and (6) experience working for Southern California municipalities. On Oct. 4, 2018, the staff selection committee met to share their independent analyses of the consultant proposals. These evaluations were then tabulated and ranked. The top three firms were invited to an interview on Oct. 16, 2018. During the interviews, the selection committee evaluated each firm's ability to service the contract. The fee proposals submitted by each firm were also evaluated. Following the interviews, the selection committee met to discuss the performance of each firm. The results were confirmed through an individual assessment of a numeric value. The selection committee collectively agreed that the most qualified firm for these projects was Griffin Structures, Inc. Staff recommends award of an agreement for CM&I services to Griffin Structures, Inc. for an amount not to exceed $1,070,000. November 27, 2018 Item #5 Page 2 of 59 Fiscal Analysis The agreement with Griffin Structures, Inc. is for an amount not to exceed $1,070,000. A total of $49,931,766 ($47,841,666 + $2,090,100) has been appropriated between the two projects. The agreement with Griffin Structures, Inc. will be allocated based on each project's estimated construction value as shown below: ORION CENTER, PROJECT NO. 3572 Appropriation -Community Facilities District No. 1 Fund $34,536,266 Appropriation -Water Capital Replacement Fund $6,650,400 Appropriation -Recycled Water Capital Replacement Fund $2,660,000 Appropriation -Sewer Replacement Fund $3,995,000 TOTAL APPROPRIATION, PROJECT NO. 3572 $47,841,666 Expenditures/Encumbrances to date -$4,939,916 TOTAL AVAILABLE APPROPRIATION, PROJECT NO. 3572 $42,901,750 Construction Management & Inspection Services -Griffin Structures, Inc. $1,025,773 as percentage of construction REMAINING BALANCE $41,875,977 FLEET MAINTENANCE BUILDING REFURBISHMENT, PROJECT NO. 4714 Appropriation -Infrastructure Replacement Fund $1,265,000 Appropriation -General Capital Construction Fund $825,100 TOTAL APPROPRIATION, PROJECT NO. 4714 $2,090,100 Expenditures/Encumbrances to date -$115,776 TOTAL AVAILABLE APPROPRIATION, PROJECT NO. 4714 $1,974,324 Construction Management & Inspection Services -Griffin Structures, Inc. $44,227 as percentage of construction REMAINING BALANCE $1,930,097 ADDITIONAL APPROPRIATION NEEDED $0 Next Steps Staff will direct Griffin Structures, Inc. to begin their review of the bridging documents for each project and to prepare for selection of a qualified design-builder using a two-step evaluation and selection process. Staff will return to City Council in the spring of 2019 for approval of a design- build contract for the Orion Center and the Fleet Maintenance Building Refurbishment projects. Environmental Evaluation (CEQA) Per California Public Resources Code Section 21065, authorization of a professional services agreement for construction management and inspection services does not constitute a "project" within the meaning of the California Environmental Quality Act {CEQA) in that it has no potential to cause either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment. It therefore does not require environmental review. Furthermore, the construction of the Fleet Maintenance Project is exempt from CEQA per State CEQA Guidelines Section 15301(d) -restoration or rehabilitation of deteriorated or damaged structures, facilities, or mechanical equipment to meet current standards of public health and safety, involving negligible or no expansion of use. As the project design for the Orion Center is finalized, the project will be subject to environmental review per CEQA Guidelines. November 27, 2018 Item #5 Page 3 of 59 Public Notification This item was noticed in accordance with the Ralph M. Brown Act and was available for public viewing and review at least 72 hours prior to the scheduled meeting date. Exhibits 1. City Council Resolution . 2. Location Map. November 27, 2018 Item #5 Page 4 of 59 RESOLUTION NO. 2018-196 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING EXECUTION OF AN AGREEMENT WITH GRIFFIN STRUCTURES, INC. TO PROVIDE CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES DURING THE ORION CENTER CONSTRUCTION AND FLEET MAINTENANCE BUILDING REFURBISHMENT, PROJECT NOS. 3572 AND 4714, IN AN AMOUNT NOT TO EXCEED $1,070,000. EXHIBIT 1 WHEREAS, the City Council of the City of Carlsbad, California has determined that staff requires assistance of a construction management and inspection (CM&I) firm to review the design-build contract bridging documents for the Orion Center Construction and Fleet Maintenance Building Refurbishment, Project Nos. 3572 and 4714 (Project), for completeness and constructability prior to advertising a Request for Proposal (RFP), and to provide CM&I services during the Project; and WHEREAS, the Public Works Department solicited a RFP from consultant firms to provide CM&I services during the Project; and WHEREAS, staff received a total of seven responses to the RFP and has conducted a qualifications-based evaluation of the seven proposals under Carlsbad Municipal Code (CMC) section 3.28.0G0(A); and WHEREAS, staff has identified Griffin Structures, Inc. as the most qualified consultant for the Project; and WHEREAS, staff and Griffin Structures, Inc. have negotiated the scope of work and associated fee for an amount not to exceed $1,070,000 to provide CM&I services for the Project; and WHEREAS, the City Council has determined that adequate funding for the Project currently exists. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the mayor is authorized and directed to execute an agreement with Griffin Structures, Inc. to provide CM&I services for the Project, in an amount not to exceed $1,070,000, which is attached hereto as Attachment A. November 27, 2018 Item #5 Page 5 of 59 EXHIBIT 1 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 27th day of November, 2018, by the following vote, to wit: AYES: NOES: ABSENT: M. Hall, K. Blackburn, M. Schumacher, C. Schumacher, M. Packard. None. None. (SEAL) t November 27, 2018 Item #5 Page 6 of 59 PSA 19-667TRAN AGREEMENT FOR ORION CENTER AND FLEET MAINTENANCE BUILDING CONSTRUCTION MANAGEMENT & INSPECTION SERVICES GRIFFIN STRUCTURES, INC. "'-lHIS .,.AGREEMENT is made and entered into as of the ?-0t}i day of µt)\rt::'\tv\\~ , 2018, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and GRIFFIN STRUCTURES, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in construction management and inspection. B. Contractor has the necessary experience in providing professional services and advice related to construction management and inspection. 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 three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional six (6) month 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 shall not exceed one million, seventy thousand dollars ($1,070,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. 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". 1 of 49 City Attorney Approved Version 6/12/18 November 27, 2018 Item #5 Page 7 of 59 PSA 19-667TRAN 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, 2 of 49 City Attorney Approved Version 6/12/18 November 27, 2018 Item #5 Page 8 of 59 PSA 19-667TRAN 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 Liability (CGL) Insurance. $ Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required 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. 11.1.3 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. 3 of 49 City Attorney Approved Version 6/12/18 November 27, 2018 Item #5 Page 9 of 59 PSA 19-667TRAN 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. 4 of49 City Attorney Approved Version 6/12/18 November 27, 2018 Item #5 Page 10 of 59 For City Name Steven Stewart Title Municipal Projects Manager Department Public Works City of Carlsbad Address 1635 Faraday Av Carlsbad, CA 92008 Phone No. 760-602-7543 PSA 19-667TRAN For Contractor Name Jon Hughes Title Project Manager Address 2 Technology Drive Irvine, CA 92618 Phone No. 949-497-9000 Email jhughes@griffinstructures.com 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 categories. Yes~ No D 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 5 of 49 City Attorney Approved Version 6/12/18 November 27, 2018 Item #5 Page 11 of 59 PSA 19-667TRAN upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 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. 6 of49 City Attorney Approved Version 6/12/18 November 27, 2018 Item #5 Page 12 of 59 PSA 19-667TRAN 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. ENTIRE AGREEMENT 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. II II II II II II II II II II II II II II II II II II II 7 of 49 City Attorney Approved Version 6/12/18 November 27, 2018 Item #5 Page 13 of 59 PSA 19-667TRAN 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 corporar n By: V. P. By: ~J\_/'"- (sigri"herej <_Cll"f,t,,J ~ I V p ( pri ntnrne/title )' CITY OF CARLSBAD, a municipal corporation of the State of California Matt Hall, 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 8 of 49 City Attorney Approved Version 6/12/18 November 27, 2018 Item #5 Page 14 of 59 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of c:3rnia ) County of~-~ N On N~ ~ ~J::bl~ before me, -~' ~~·:\"_,_--\--'-J' \.........,._M_,____.,_.,00 ........ ·;--"-e._._G...,_____,_· ,)+-1),.,_e:._:....._~----'-'~v~--- Oate Here Insert me and Title of the Officer personally appeared -....P....4-"-L->-.lµ..L...,__........,~'"""'-----=-----"-"'1,.>-,<.~-=----.:=----.-----o..--i-.,___.__"""""::........-'A__,___._._.:..µ....L.J.oO"--- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. PATTI MARIE GILLESPIE < Notary Public -California z Orange County ~ j Commission # 21797 44 ~ •••••• Ml so~~ rx~r:s tac L4;}g21( Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~l!J'.D·~ .i Signature of Notary Public ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: __________________ Number of Pages: _____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ___________ _ • Corporate Officer -Title(s): ______ _ • Corporate Officer -Title(s): ______ _ • Partner -• Limited • General • Partner -• Limited • General • Individual • Attorney in Fact • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Trustee • Guardian or Conservator •Other: ______________ _ • Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ • ©2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 November 27, 2018 Item #5 Page 15 of 59 .• Secretary of State S1-550 Statement of lnformatron (California Stock, Agricultural . Cooperative and Foreign Corporations) IMPORTANT-Read inslruclions before completing this form. Fees (Fillng plus Disclosure) -$25.00; Copy Fees -First page $1.00; each attachment page $0.50; Certification Fee -$5.00 plus copy fees 1. Corporation Name (Enler U>e exact name ol lhe cocporallon as II ls reco,dqd with U,a Caliromia Socratary or Slate. Nola: If }'OU registered rn Calilomia uair,g an assumed name. see instructions.) GRIFFIN STRUCTURES, INC. 3. Business Addrosse5 a. Slreel Addrou ol Principal 1:J<ecutive Office• Do net 11st • P.O. Box 2 Technology Drive Suite 150 b. Ma.ingAddreuofCorpo,1Uon, lldllferentthan Ucm Jo c. S1ree1 Address of P~neipal CzHlornlaOlflce, Ir any and If diff1ran11han llem 3a-Oo nal 11st a P.O. eo. FILED ::-atary of State e of Califom;a MAR 2 1 2018 1-s-~ ,~F-I Pl.. This Space For Offioo Use Only 2. 7-Dlgit Secretary of State File Number C2008760 City (no abbrevloUons) SI/lie ZlpCodo Irvine CA 92618 City (no abbreviallons) St.ate Zi~Code City (no all!Jrevialton•) Stale z;pCod• CA 4. Officers The Corporation Is required to list all lhlea ol tha officors set f0<1h below. An addili<>oal liUe for Iha Chief E~eculivo Oftjcer and Chief Rnaocial Ofl'icer may be edded; however, the preprinted tiUes oo this fonn must nol bo al1e,ed. a. CMel Exoculiva Officer/ Fi11tName . I Mickle N.tm• Last Name I Sulb Roger Torriero ---··-··---·· --·----•-•··-·· . ··•-•·· ... .. ... •···· ... ·-~ .. -·---... .. -... -. ....... . ...... ----·-··-··•"" ... Address City (no abbr1vlaUons) TCA· J9j5~· 2 Technology Drive Suite 150 Irvine b. Secrelary RrstName ·-·· .. -•.J MWo Nomo Last Name 1~~ Kelly Boyle -···-------· -------••. .... .. . .... •····••· . ..... •. . .... . . I ... I .... Address City (no abbre•l8Uons) Sla1-Zip Cada 2 Technology Drive Suite 150 Irvine CA 92618 . ... c. Chlof flnanclzl Olf!cor/ FirRNamc I MiddleNama La<1Name l -· .. __ Mark Hoglund -----AddrH1 Clly (na abb<aviaU.,,•1 I Stale I Zip Cada 2 Technology Drive Suite 150 Irvine CA 92618 5. Dlrec:tor(s) CalifomiO Slack and Agricultllfal Cooperative Co,pamUons ONLY: 11am Sa: Al least one name !!!JI address must bl listed. If the Corporation has acklilional dwectors, enter Iha name(•) and addresses on Form S1-550A (see inst,uc:lions) . a. First Narno Roger -···-.... .._ ___ -· ··--····-· . 1-~ ~-1~ Torrlero · -....... ·-. ·--------· C!ty(noabbroviaUons) -------···-··1 Slate. r lipCodo ---Address .2 Technology Drive Suite 150 · . Irvine j. CA 926~e ...... :: . ~!,;Number ar VacandH on·lh• 0aal'l·of Dinlclors~if any·"!:.:_--q~ __ j 6. Service of Process (Must provide either Individual OR Corporallon.J INDMDUAL-Complete llems 6a end 6b only. Must Include agent'• run name and camomla street address. a. Calilomia ,¼onl'., Fhl Nawia (ii •lll'nl IJ nol a u,,poralion) MiddcNamo Roger b. Slraot Address {if ag•nt is not a corpo,atlon) • Do not Ol'lt..,. a P.O. BoJC Cily (no Qbbrevlations) 2 Technology Drive Suite 150 Irvine CORPORATION -Complete Item 6c only. Only Include the nama ol the reg!1tored agent Corporavon. c, Callfotnla Roglsleted Corporale llgonl'I Namo 01 agenl t, a co,pcrallon)-Do nol compltll 11am 6a ar 6b 7. Type of Business Dcsaibc Iha type of bllSinaH or servlqs of the Carporallan professional construction management 8. The lnfQrmatlon contained herein, Including In any attachments, Is !Ne and correct. I· L1111N,mo Torrlero 3 b-l J B Kelly Boyle Secretary Dale Type or Print Name ol Pot1011 CompleUng lho F,orm ""r,""-,U,-•--~---- SJ-550 (REV 0112017) I I~; 192618 2017 California Secretary of Stata www.sos.ca.gov/businesslbe Sulliw November 27, 2018 Item #5 Page 16 of 59 ,, Attachment to Statement of Information Griffin Structures, Inc. C2008760 Directors (cont'd) Kelly Boyle Director Mark Hoglund Director Officers (con t 'd) Dustin Alamo Vice President Jon Hughes Vice President Robert Echavarria Vice President Deryl Robinson Vice President Korin Crawford Executive Vice President --..... ---··-. . -·---. -· .. ... . -· .. ---...... --------·-···-..... --.............. ---·· . . .. 18-619199 2 Technology Drive Ste 150 Irvine, CA 92618 2 Technology Drive Ste 150 Irvine, CA 92618 2 Technology Drive Ste 150 Irvine, CA 92618 2 Technology Drive. Ste 150 Irvine, CA 92618 2 Technology Drive Ste 150 Irvine, CA 92618 2 Technology Drive Ste 150 Irvine, CA 92618 2 Technology Drive Ste 150 Irvine, CA 92618 __________ .,. __________ ,. _______ .. --· .... -........... --• ----..... -.................... _, __ --·-----_,.. .. ·•··-••-·-~· ...... -··-· ··--·····-····-· ...... ·······-·· .. -- November 27, 2018 Item #5 Page 17 of 59 EXHIBIT "A" SCOPE OF SERVICES Orion Center and Fleet Maintenance Building Construction Management and Inspection Services Task 1: Preconstructjon Services TASK 1.1 Constructability Review of Bridging Documents PSA 19-667TRAN The Construction Manager (CM) will be expected to review the project bridging documents for each project and provide comments and recommended corrections for the plans and specifications. TASK 1.2 Project Bid Documents The CM will be expected to review and provide comments and corrections for the project bridging documents which will consist of the city's General Provisions, design-build contract, basis of design and design plans and specifications. Any inconsistencies between the documents shall be identified. TASK 1.3 Opinion of Probable Cost The CM will be expected to review the estimate of probable construction costs prepared by bridging document architects to identify any recommended refinements or modifications that can be incorporated into the final solicitation 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 to reflect any changes in cost resulting from design, materials, or quantity changes. TASK 1.4 Design Build Proposal Solicitation Phase The CM will be expected to assist city's Municipal Projects Manager with the development of a Statement of Qualification (SQQ) document for soliciting interest from design-build teams; Review statements received and provide input regarding qualifications of teams that should be short-listed based on past experience, industry knowledge and SOQ's submitted for each project; Assist city with the development of a Request for Proposal (RFP) document and participate in discussions with short-listed design-build firms brought in to advise city during RFP development and assist city during panel discussions and selection process to determine best design-build firm to be awarded each project. Task 2: Construction Services TASK 2.1 Contract Administration/Management The CM shall be responsible for assisting the city's Municipal Projects Manager with all aspects of Public Works contract compliance, change/claims negotiations and processing, and contract interpretations and enforcement. The CM shall utilize the field offices provided by the Contractor. Furniture and basic office equipment shall be provided by the Contractor per the specifications. The CM shall oversee, perform, and coordinate work included in the scope of services, as directed by the city. The CM shall: prepare reports, letters and memoranda; conduct project meetings; 9 of 49 November 27, 2018 Item #5 Page 18 of 59 PSA 19-667TRAN prepare meeting agendas and minutes; monitor and track the expiration of insurance requirements and obtain updated certificates from the Contractor; coordinate sub-consultant testing and specialty services; review daily 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 quality assurance 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; prepare project punch lists; and coordinate commissioning and close out document submission. The CM shall incorporate and maintain a document management system and procedure for contract documents and any other project documents with either Procore or Submittal Exchange. TASK 2.2 Reports and Communications The CM shall ensure that all relevant project communications are 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 the city's determination of Substantial Completion. The CM shall maintain field memoranda, transmittals, updated schedules, logs of shop drawings and other submittals, logs of RFl's, change orders, progress payment requests, progress meeting reports, daily inspection reports, dates of utility service interruptions, and all other project correspondence. The CM shall prepare monthly progress reports and submit them to the city's Municipal Projects Manager inclusive of the following elements: a) Summary of the prior month's main accomplishments and current construction activities. b) Overall Contractor's conformance to contract schedule and quality requirements. c) Identification of key problems, action items, and issues. Recommendation for solutions. d) Summary of progress payments, proposal and final change orders, disputes, submittals, RFls, and Notices of Noncompliance. e) Photographs of representative project activities printed and electronically stored. TASK 2.3 Photo Documentation The CM shall review the Contractor's 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 and prepare additional videotape and/or photographs to document site conditions as required to supplement the Contractor's videotape. The CM shall take and share construction documentation photographs on a regular basis; maintain a digital photographic library of all significant construction activities avaialble for review on at least a weekly basis via project management software; 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. The CM shall incorporate new software capabilities (Blue Beam, etc.) that allow photographs 10 of 49 November 27, 2018 Item #5 Page 19 of 59 PSA 19-667TRAN taken in the field to be linked to a PDF of the site plan/drawing/detail of the photographed location, and provide a report of these photos linked to their location on a weekly basis, with photos uploaded to the approved project document management site regularly. TASK 2.4 Construction Progress Meetings The CM shall schedule and conduct weekly construction progress meetings with the Contractor and the city; provide meeting agendas and discuss the schedule, near-term activities, clarifications and problems which need resolution and coordination with other Contractors; provide status of change orders, safety issues, etc.; prepare minutes of the meetings with identified action items; prepare and distribute the minutes to the attendees within two working days and include minutes in the monthly progress reports. TASK 2.5 Shop Drawings and Submittal Reviews Submittal review and approval are the responsibility of the project bridging document architect and the city's Municipal Project Manager. The CM shall be responsible for processing and monitoring the status of all submittals. The CM shall provide cursory review of the Contractor's submittals for general conformance with the contract document requirements prior to sending the submittals to the bridging document architect and city Municipal Project Manager. 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. The CM shall log, track, and monitor the bridging document architect and design build architect's roles regarding the review of shop drawings, calculations, data samples, submittals, warranties and manuals from the Contractor. Shop drawings and submittals which significantly do not satisfy the project criterion shall be returned to the Contractor by the CM with comments for corrections and resubmittal. Exception reports, that identify outstanding submittals or reviews needed, shall be prepared periodically by the CM. Preliminary lists of initial submittal requirements shall be prepared by the CM and issued at the Preconstruction Conference. TASK 2.6 Plans and Specifications Interpretation The CM shall review and respond to Contractor RFls if of a general nature. Technical RFls shall be submitted to the bridging document architect and city for response. The CM shall maintain a log of RFls and provide written clarification to the Contractor in a timely manner. Responses to requests for changes to the design require prior approval from the bridging document architect and city's Municipal Projects Manager. The CM shall 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 2.7 Construction Inspection Services The CM will be responsible for the overall quality assurance of the project and work with city staff responsible for code compliance. Provide full time inspection to ensure that the Contractor's work is compliant with the bridging document project criterion. Prepare daily reports of the construction activities including weather conditions, Contractor's equipment and manpower, work performed, materials used, site visitors, delays in work and reasons for the delays, and deficiencies. Prepare daily reports of deviations and non-conformance to bridging document project criterion and provide a timely response. 11 of 49 November 27, 2018 Item #5 Page 20 of 59 PSA 19-667TRAN The CM shall coordinate and supervise, under subcontract, all special inspections 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 special inspectors may not authorize extra work or approve of work that deviates from the bridging document project criterion. The CM will inspect materials as they arrive on site and verify that all materials and equipment meet project criteria requirements and are properly stored. The CM will inspect the site daily, including any site SWPPP measures, manage special inspectors, and coordinate with any geotechnical and material testing consultants, coordinate with any FF&E vendors and be responsible for the overall quality assurance for each project. TASK 2.8 Progress Payments The city will provide a format for monthly progress payments based on the Contractor's Proposal in the contract. The CM shall review 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. TASK 2.9 Contractor's Claims and Change Orders In accordance with the city's Standard Public Works Contract and General Provisions, the CM shall identify, prepare, log, and monitor all Contractor or city initiated claims, changes, extra work and change orders; assist the city's Municipal Projects Manager by working to negotiate all claims to an agreed Contractor/CM/city conclusion and submit potential change orders to the city for approval. The CM shall 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 after negotiating costs with the Contractor; and prepare claims, extra work, and change orders that require design criteria modifications or clarifications, including revisions to the drawings, details, and specifications. The CM shall 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. TASK 3: Project Closeout The CM shall prepare detailed project punch lists at closeout of the project. Upon correction of deficiencies, the CM shall schedule, coordinate, and conduct a final walk-through prior to the acceptance of work with the city and verify that work, testing, cleanup and demobilization is complete. Two working days after final walk-through, the CM shall check and submit final payment requests and review and certify that the Contractor's project record drawings and operation/maintenance manuals are complete and accurate. 12 of 49 November 27, 2018 Item #5 Page 21 of 59 ~t GRIFFIN STRUCTURES PSA 19-667TRAN EXHIBIT "A" Construction Management and Inspection Services Orion Center Construction and Fleet Maintenance Building Refurbishment City of Carlsbad November 27, 2018 Item #5 Page 22 of 59 Sepre mbe r 2 7, 201 8 C it y o f Ca rl sba d, Publ ic Wo rk s Departme nt C ontract Admini stra tion 1635 Fa r a d ay Ave nue Ca rl sbad, CA 9200 8-73 14 Attn : Ele id a Fe li x Yacke l PSA 19-667TRAN II RE: Construction Management and Inspection Services for the Orion Center Construc tion and Flee t Mainte nance Building Refurbishment, Carlsbad, CA D ea r Ms. Yackel : Tha nk yo u fo r t h e o ppo rtunity t o submit o ur qua lifi catio n s fo r these t wo impo rtant C ity o f C a rlsb a d prq jects. G riffin believes the winning t ea m sh o uld p ossess a sig nifica nt a mo unt of m a inte nance a nd o p e r atio n s center expe ri e n ce. In line with t his concept, we a r e p leased to present o ur exte n sive p o rtfo lio of r e leva nt p roj ecrs, locat e d throug h o ut California. G riffin 's p o rtfolio includes both ren ovation s a nd n ew con st ructi o n fo r corpo r a te yard s a nd simila r proj ect t y p es. \Ve sincerel y b e lieve th a t ou r local exp e rtise in this p a rticul a r p r q jec t ty p e is unpa r a ll e led . G riffi n is ve r y familia r w ith the Desig n -Build d e li ve r y m e tho d , hav in g su ccessfully comple te d numerou s Des ig n -Build prq ject s. Additiona ll y, we have prio r wo rking exp e rience with the C ity o f Carlsba d a nd RN T Architecrs. As Prq jec t Executi,·e, I propose to lead the o verall direct io n , w ith Jus tin DiRico serving as Senio r Con srruc tion Ma n ager a nd the C ity's day-to-day contacr, La n c e Solomon ser v in g a s Con struc tion Ma n ager Suppo rt, a nd Dust in A la m o ser ving as a Precon s truc ti o n Resource. S ince three o f u s are Certifie d Con struc ti o n Ma nage r s (CC Ms), we b rin g sp ec ia li zed con struc ti o n m a n agem e nt exp e rtise. J ay H e le k a r w ill prov ide cos t va lida tion s uppo rl , a nd Le ig hton & Assoc ia tes will p rov ide geot cchnical enginee ring ser v ices. \Ve feel tha t o ur t ea m m e mbe r s wo rk well togethe r a nd w ith the C it y o f Ca rl sbad "s st a ff. G riffi n 's t ea m is ava il a b le to b egin imme di a te ly upo n yo ur di recti o n . Best w ish es, J o n Hug h es , CC M, V P, Director of Ope ratio n s jhug h es@griffin structures.com (0) 949-497-9000 X2 0 8 I (C) 949-444-16 15 2 Technology Drive , Suite 150 I Irvine, CA 926t.?of 49 I 949.497.9000 I griffinstructures.com November 27, 2018 Item #5 Page 23 of 59 1. Executive Summary Relevant Project Experience Griffin StrucLUres (G riffin) h as m a n a ged the design and construction of maint e nance and operati ons centers, fleet maintenace s hops, utility fac iliti es, public sa fety fac ilities, 9 1 I di spatch centers, data rooms, and o the r first responder fac ilities, many of whic h were d esigned as essential service fac il it ies. Our Tea m has the advant age Lo apply this ya ried and specia lize d knowle dge to assure the success of th ese two projec ts. Griffin's experie nce with facilities of this type, combined with our experie n ce working for the C it y of Ca rl sbad, prov ides us a unique opportunit y to bring the hig hest level of service. The w inning team should poss ess a comprehen sive understandin g of the s p ecific building t y pe as we ll as the requested pr~ject delivery method (Design- Bui ld ). Griffin and it s staff membe r s h ave managed the co n struction o r nume rous corporate ya rds and maintenance/operations pr~jects fo r more than '.30 yea r s. From the Cit y of Westminster's Corporate Yard project to the City or Stan ton's Corpor ate Yard, Griffin understand s the d y n am ics in both r e no\"ati ons a nd n ew fa c il ities. Ou r s ubco n s ulta nl, Lei g hton is unique ly qua lified 10 prov ide geotcchnical serv ices for this project s ince Le ig hto n previously comple ted a geotechnica l exploration a t thi s s ite (for I he Ca rl sbad Public Wo rks Center Facilit y Expansion). PSA 19-667TRAN • Operations and Maintenance Center Experitise • Recent Carlsbad Experience • Functional During Construction • Excellent References Recent Project Experience in Carlsbad Our team e1~jo ys the r ecent s u ccess o f the grand opening of the Pine Av e nue Communit )' Park, and we a r e currently prov iding construc ti on management se r v ices for the Carlsbad Safety Center project. We are up-to-date on codes and regulations that may impact project sc hedules, a nd we have r ecent experi e n ce with ke y C it y staff as we ll as R T Architect s, the architectura l firm for this project. We also understand the City's bidding and documemation process, whi c h offers I h e City an e fficient and knowledge team capable of utilizi n g C it y 1·esources effectively. Our Team con sists of Jon Hu ghes,Justin DiRico, La nce Solomon, Dustin Alamo, and J a y H e lekar from Griffin Structures, a nd Mike J e n sen and Dave O lson from Leighton & Associa tes. Approach Om approac h is particularly important wh en ii comes to Design-Bui ld prqjects. We believe nothing of g reater importance th an the d e\"e lopment of cl ear a nd comprehensive bridg ing docu m e nts and the understanding for o p e r a tion a l co ntinuity during the con st ruc tion phase. C lea r an d con c ise communicati o n and sen sitiv it y is of key importan ce. Also, it is vita l to est abli sh a refi n e d proj ect sc h edule a nd budget. This exercise is ke y Lo executing an initial assessm e nt of th e overa ll h ea lth of th e proj ects and to minimi ze future iss ues for the City and t h e Team. 15 of 49 ., November 27, 2018 Item #5 Page 24 of 59 2. Consultant Experience Griffin Structures Overview Griffin Structures , Inc. (Griffin) is a diversif-i e d prog r a m manageme nt / constr ucti on manage ment / inspection services compa n y servi n g the public a nd private secto rs since 198 I. Griffin 's experience includes a variety of product t yp es and building t yp es (Type I through T y p e V ) for bo th new construction a nd r e n ova tions. Whil e the firm holds C lass A and C lass B California Contrac tor li censes , we conside r ourse lves to be Owner's Re prese nta tives, rathe r th a n contrac tors. Griffin offers a wide portfolio of services for proj ects of'all sizes and com pl exities includin g: • Proj ect Management • Con struction Managem en t • Program Management • Project Management • Owner Representation • Constructability Reviews • Project Scheduling Durin g th e past 37 ye ars , 90 p e rce n1 of1 h e proj ect ,·alue of'Griff,n 's wo rk was performed for governmet1La l cli e ntele. During this time, Griffin ha s e ffi c ie 111l r managed 1h e de li very of project s ra ng ing from feasibilit y studies; to the re novat ion a nd ex pan sion of public bu ildings; to g round-up new construction of m a inte nance and operations ce nters, PSA 19-667TRAN sa fe t y ce nters, fire a nd police faci li1i es, corporate yards, government adm i nistral ive offi ces , and other public / private fa cilities. Our highly personalized approach h as produced an extensive, award-winning p o rtfolio. Griffin's tea m is we ll-versed in mu lti ple delivery methods for public works project s, and each team m e mber is exceptionall y well qualified for this particu lar Design- Bui ld prq ject. As Construction Manager.Justin Di Rico , CCM , LEED AP, managed th e constructi on of the Bue na Park Station, ea rning accolades fo r his stell a r performance. Mike J ensen is knowl edgeable abou1 the soi ls conditions and geotechnica l aspects of the project. I I is ex p e ri ence includes various prqjects for the Ci t y of Ca rl sbad . Prqject Exec utive, J on Hug hes' exp e ri e n ce includes th e Walnut Creek Corpo rate Yard, Tustin C o rporate Yard , Tustin Emergency Communications Center, and the San Bernardino Public Safet y Operations Center in Hes peria. REPRESENTATIVE MAINTENANCE/OPERATIONS PROJECTS BUILT • Westminste r Corporate Yard • Wa lnut Creek Corporate Yard • Stanton Public Works Ma intenance Yard IN CONSTRUCTION • Tustin Corporate Yard/Emergency Operation Center • Pomona Corporate Yard IN PLANN ING/DESIGN • Walnut C reek Corporate Yard Re location Need s Assess m e nt • Ra n c ho Pa los Verde Corporate Yard • Monterey Park Public Works Corporate Yard • Ontario Municipa l Ser vice Center • Anaheim Tra n sportation Network Bu s Mai ntenance Corporate Yard • Cou nty of San Bernardino Fleet Management Center • T iburon Corporate Yard 16 '4f 49 November 27, 2018 Item #5 Page 25 of 59 Why Griffin? Westminster Street Maintenance Shops & Crew Room Our T e am is very e x p e rienced in m a nag ing n ew construc tio n a nd renovatio n s to e xis ting fa c iliti es, mos t n o t a bl y demons tra ted in our p o rtfolio of corporate ya rd facilities. In our m a ny years o f business, we have continuous ly se r ve d as con s tniction manag er during e ithe r the planning, d esign and/ or construcrion phases for corporate ya rd s . This e xpe rie n ce prov id es va lu a ble insight on wha t is n eed e d to d esign a nd build a pr~je c t tha t will r es ult in su ccess fo r the C it y o f Ca l'l sbad. M01-covc r, we a lso h ave con s iderable ex p erie n ce with firs t r esp o nde r fa c ilities, w hich we belie Ye mainten a n ce fa c iliti es be lon g within the same cat egor r. Griffi n's public se c tor re fe re n ces are excellent with r esp ect to m a nag in g a multi-face t e d publi c pn:~jcct. I Jenee, 70 % o r o u r project s repres ent repeat business. Our di,·e r se st aff h aYe bac kg rounds in d evelopm e nt , e n g in eerin g , architecture , acco1tnting , a nd co ntracting. Thi s b r ings multiple p e r sp e cti ves into the d ecision -m a kin g process a nd fost e r s a b e li e r project o ut co m e. PSA 19-667TRAN STRATEGIC CONSIDERATIONS Griffin Structures has g ive n con side r a ble t h o u g ht to the re quire m e nts o f these pr~ject s and how Griffi n c an add substantia l va lue. We fra m e the foll ow in g di scuss ion in t e rm s o f t he questi o n s tha t the City m ay co n s ider a s it move s forw a rd to select it s C onstruc ti o n Ma nag eme nt l e am. Q: How can the city be certain the construction management team can adequately facilitate the safe and efficient execution of the project without impacting existing operations? A : Gi ve n the prox imit y of'the exis ting fe et build ing, we beli eve it will be criti cal to es t a blish a cl ea rl y d e fin e d ph asin g a n a lys is of th e project. as we ll as th e s tric t e nforcem e n t o f ing r ess a n d egr ess prot ocols. In o ur construc t ion o ft h e Westmin st e r Corpo r a t e Ya rd , we e nco unte r e d this cha ll e n ge in a significa n t way. By e mploy in g cl ea r lines of communicati on , s t r ic t e nforce me nt o f traffic n ows, timely del iveries, we were abl e to r e build the e n ti r e fa c ilit y while a ll ow ing access to ke y compo n e nt s o f thi s fu nct ion in g 17 W-49 November 27, 2018 Item #5 Page 26 of 59 ya rd . Simila rl y, we wo uld r ecomme nd t h a t chi s pr~ject e nforce a tra ffi c s tric t tra ffi c Ao w Lhat is con sistent w ith all ex isting ope r a tion s of the fa c il it ). Finally, cons istem with this approac h we wou ld r e quire th a t the Contractor post tra ffi c safe t y si g nag e n ea r the e xisting skat e park to minim ize p o tentia l h aza rdo u s t1·affi c flo ws n ear thi s fa c ility. This wou ld b e strictl y e nforce d 10 prot ect the h ea lth a nd we l fa re o f the public, sp ecifica ll y child ren a nd yo uth . Q: How can the city be certain the construc tion management team can adequately coordinate with multiple c it y departments who will move into this building? A: Griffin S tructures ta kes g real pride in b e in g a bl e to coordina t e w ith multiple stake hold e r s and C it y d ep a rtment s con c u r r e ntly. With tha t exp e ri e n ce in h a nd , we w ill provide nua n ced coord i n a tion a nd d e partme nt s p ecifi c a ss ista n ce i n the desig n , cons truc ti o n , fit o ut, a nd move in of each d e partme nt based o n the ir u nique ope rationa l need . Th is w ill m a ke fo r a seamless m o ve m a nagem e nt effort and contribute to a pos iti ve over a ll impression o f the pr~ject as a whole. Q: What s pec ific d esign consideration s s hould the city be aware o f that might impact the s uccess of the project? A: We h aYe found tha t ad e qua te sizi n g of 1h e genera to r ca n pose a sig nifi cant ch a lle nge to projects o f this ty p e, s pec ifi cally w ith r egard to Design Build pr~jects. It is c ruc ia l tha t a ll ope r a I ion a l compone nts or I he faci l it y b e a d equa t e ly ve tt e d so as to estab lish a clea rl y d efi n e d d e m a n d load . Ofte n we find ch a t bridging d oc ume nts w ill m a ke certa in ass umptio n s w ith r ega rd to p ower w itho ut p e r fo rming th e d e ta il ed a n a lys is r e quired for comple te document s. I n in sta n ces wh e r e the gen e r a tor size must in cr e a se, thi s ca n p ose s ig nifica nt b udget a r y c h a ll e n ges to t h e project. In ve r sel y, overesti m a ting 1he load can b u ild unnecessa r y cos t s into the p r~jec1 that cou ld o therwise be avoided. S im ila rl y, ch a n g ing 1h e sizin g o f a gen erat o r can h ave significa nt impacts to th e sc h e dul e, as we ll as space p la nnin g fo r t h e ya rd as wh o le. Acco rd in g ly, we wo u ld e n deavor to p e r for m a n e nha n ce emer gen cy power d e m a nd a n a lys is to avoid 1hi s scena ri o prio r to bid . PSA 19-667TRAN Q: How can the city be certain the best contractor is selected for this project? A: A good Co ntractor is 11 0 1 o n ly essential t o m a inta in in g good r e la ti o n s w ith 1h e n e ighborhood , but is essenti a l to a su ccess ful p roj ect in gen e ra l. I n o u1· expe rience, a key m e tho d fo r r ecruiting a selectin g a go o d Contractor is b y p e rfo1 ·ming a pre qu a lifi ca t ion RFQ selection proce ss. The pre qual ifi cacion process a ll o ws 1h e C ity Lo esta b li sh ce rtain min imum re quire m e nts th a t d e m o n stnlte compe te n cy. G riffin Struc tures u ses the De pt. o f Indus tr ia l Reial ion s quest ionna i r e te mpla 1e for p e r fo rming this effort. Workin g w ith C it y st a ff a nd the d esig n team , Griffin w ill see k to est a blish ce n a in minimums for o,·era ll r eYenue, bonding ca p ac it y, safe t y EMR rating, compa r ab le ex p e ri e n ce minimums, a nd p ossibly even sp ec ia lt y subcontract o r pre qu a Ii fi cal io n . Our ex perie n ce h as sh ow n th a t this effort h as a way of a 11r acting a hig h e r level o f Contractor, prim a ri ly a s it o ffe r s the m the incent ive o f a limit e d bid pool o n ce the proje ct goes o ut t o form a l bid. This in ce ntiv izes the b est contrac to r s t o p a rtici pate w itho ut the fea r o f hav in g to compe t e aga in st su bst a ndard cont racto r s w h o o ft e n bid p roj ects a t a loss, whi c h hurts the prqjec t as a who le. Acco rd in g ly, Griffin r ecomme nds p e rforming a Contractor pre qua lificat ion process fo r es tablishing the fin a l b id p ool. This is due to the fac t t h a t la r ger Contrac to r s like ly d o n o t pursu e small proj ect s a s they t y pi ca ll y h a ,·e union la b o r agr eem e n ls in p lace. By p ay ing p1 ·cva ilin g wa ge, this levels the play ing fi e ld a n d a llo ws the la r ger m ore com pete nt con t r acto 1·s to compe te s u ccessfully. C om·e 1·sely, pre va i ling wages ofte n in crea se la bor costs by as much a s 20%, a nd are the r e fore n ot fin a n c ia l r es p o n sibl e for sm a ll ci- prqjec ts. T h is project li es rig ht in the midd le o f these t wo ex tre m es a nd the r efor e wo u ld d o we ll t o unde r g o a preva iling wage a n a lys is. CONCLUSION O u r Tea m wo uld be h onor ed the o ppo rtunity to ove r see the s uccessfu l Design-Bui ld d e liver y of the O r ion Center a nd Fle e t Ma inte n a n ce Bui lding Re fu rbishme nt proj ects. 1s w 49 November 27, 2018 Item #5 Page 27 of 59 PSA 19-667TRAN Westminster Corporate Yard Westminster, CA Relevancy: Corp orate yard faci lity Design-build Owner's represent ative, cons truc ti on management, program m anagement, needs assessm ent R eplacement faci lity Completed o n ti me and on budget Phased approach Cost: $14 mi ll ion Size: 40,000 SF Start/Completion 2011 /201 5 Staff Involved: J o n Hughes, Project Executive Dustin Alamo, Preco n struct ion Client: City of Westminster Marwan You ssef, Public Works Director (714) 548-3460 myo u ssef@westmins te1 ·-ca.gov With an aging infrastruc ture and code \'iolatio n s th rougho ut the ya rd , the Ci t y initia ll y hire d G riffin Structures to p e rform a n eed s assessment on the future space r e quire m ents o f the facilit y. Re purpos ing some build ings, consolidating others, and repositio nin g the r ea l estate into a logical, safe wo rk flo w was a solu tion our team d evelope d while working with the C ity. A phased apprnach was developed to keep \'e hic le m a in tena nce operations running conc11 n e nt J~, thro u g h con st ruction. T h e exis t ing 29,000 S F public works fac ilit y was de molis h ed a nd r eplaced w ith a 4 0 ,000 S F building. The project was d e li ve r ed on a d esign-build basis. l ea rn respon sibilities included progr a m and con struction m anagement and coordin a ti o n of c i\'il , geotec hnica l. a nd environmen t a l surveys as we ll as preparation of the p rogram and bas is of d esign. "Griffin Structures staff continues to provide outstanding professional services and is instrumental in bringing our projects to completion ahead of schedule and under budget despite several owner initiated changes." J. Mitchell Waller, City Manager, City of Westminster 19 o/ 49 November 27, 2018 Item #5 Page 28 of 59 PSA 19-667TRAN Stanton Corporate Yard Stanton, CA j !!1!/ 1111111/llll lll l' · ,• , .. ,., I " ; ::,11liiill11111111 ,11111"': _,, • • • '.,....., - . ""' ,1 .-~ .. .,.._ •'\..r Relevancy: C orpo rate yard fa c ility Administra tion offi ces and multi- fun c tional spaces Construc tion m anag eme nt Repl acement fa c ility Complet ed on time and o n budget Awards : Co st: Ameri can Public Work s Assoc iation/South ern Cal iforn ia Cha pter Construc ti on Management Associati on o f Amer ica/Southern California Chapter $5.2 mill io n Size: 1.5 ac re site; 14 ,000 SF Start/Completlon 2008/20 10 Clien t: C ity o f Sta nto n Ni ck G uilli a ms, Fo rm e r Pu b lic Wo r ks Directo r (6 5 1) 554 -32 13 I ng u il lia ms@ss p mn .or g G r iffi n S t r u ctu res p erform e d owne r 's r e p resenta ti o n , con struct ion m a n agem e nt se r v ices, a nd a n eed s assess me n t for the C ity o f Stan ton Public Works De p art m e nt 's n ew Corporate Ya rd fac ility. T h e 1.5- acr e p rojec t s ite leatures a 6,000 S F adm inistratio n build in g w it h a n e m e r gen cy ope r a t io n s cente r a nd a commun it y room t h a t can b e reserve d b y the p u b lic fo r specia l groups a nd m eeti ngs, a n 8,000 S F wareh o u se, ve hicle m ainte n a n ce b ays w it h ca n o p y s truc tures, and a fu e li n g s t a t io n . Desig n ed to fu ll y s u st a inable s t a ndard s w ith nume r o u s "gr een" energy- saving features incor pora ted t hrou g h out , the n ew fac ility r eplaces the o utdated city yard a n d p rnv ides o ptimi zed and e ff icie n t s p ace fo r a ll d e p a rtme nta l fu n c t ions. "Griffin Structures provided outstanding profes sional s ervices and was instrumental in bringing our project to completion ahead of schedule and within budget despite several owner-initiated changes." Nick Guilliams, P.E., Director of Public Works / City Engineer, City of Stanton 20 9[49 November 27, 2018 Item #5 Page 29 of 59 PSA 19-667TRAN Tustin Corporate Yard & Emergency Operations Center Tustin, CA Relevancy: Cost: Corporate yard facility Owner's representation, construction management, program management, needs assessment Rep lacement facility Administrative offi ces Phased approach 15.2 million Size: 17,284 SF Start/Completlon 2017/ongoing Method of Delivery Desig n -bid-build Staff Involved J o n Hug hes, Project Exe cutive Dustin Alamo, Preco n struction Client: C ity ofTustin Contact: Do u g S tac k, Public Works Direc tor (7 14) 573-3 150 d s tac k@ tus tinca.org G ri ffi n S truc tures is prov iding ow n e r 's representation, program a nd con s truc tio n m a n agem e nt fo r the new Tustin Corporate Yard and Emergency Oper ations Cen ter. The prqject con sis t s of demolition ofan ex ist in g fire station and fac iliti es m a intenan ce o ffi ce trailers; a nd construc tio n o f a n ew 17,284 SF corp orate yard office building t o include a s t a te-o f-the-art Emergency Operations Cente r, back up e m e rgency dispatch cente r , and RACES (Radio A m a te ur C iv il Emergency Ser vic e) room . T h e facilit y incl udes a n ew wellness cen t er for C it y st aff u se. locker rooms, new water lab, fac ilities maintenan ce offices, break room , a nd con ference rooms. The prqject a lso encompasses new covered parking, photo volta ics. and a n ew landscape d e mons tration ga1·den. "On behalf of the City of Tustin, I would like to relay our successful past and current working relationship with Griffin Structures, Inc. Griffin's understanding of how the various City departments function with respect to controlling the Contractor was vital to the timely completion and quality control of the project." Christine Shingleton, Assistant City Manager, City of Tustin 2 1 fi!{ 49 November 27, 2018 Item #5 Page 30 of 59 PSA 19-667TRAN Tiburon Corporate Yard Tiburon, CA Relevancy: Corporate yard facility Cost : TBD Size : 40,000 SF Start/Completion 9/ 20 18 I ongoing Staff Involved : Dus t in Alamo, Precons truction Client: Town of Tiburon 15 05 Tiburon Blvd Tibu ron , CA 94920 Contact: Patric k Ba rnes, Director of Public Works/ T own Engi n eer (4 15) 435-7388 pbarnes@ townoftiburon.o r g The Town o f T iburon is assessing the v iability of replac ing its corporate yard fa c ilities since the ex is ting corpora te yard h as reach ed it s usefu l life. An added goa l is t o improve work fl ow e ffi c ienc ies a n d antic ipa t e future operationa l goa ls. The Town selected Griffin to d evelop a s p ace p rogra m that identifies fac ili ty r eq uire m e nts for th e future corpora t e yard. T h e scop e includes discussions wi th s taff tha t are r e lated to ex istin g and fut111"e operational practi ces, materia l s torage t echn o logies, and other criti ca l impacl s o n facilities. Additiona ll y, the Town r equest ed th at Griffin explore the potential integr a ti o n of the Ric hardson Bay Sanitary Di strict (RBS D) and its corpora te ya rd. Once the future space prng1·a m has been identified, o ur learn w ill turn the data imo a visu a l r epr esenta ti o n \\'ith development of con cept s it e p lan a nd fl oor p lan o pti o n s. The las t step w ill include total pr~ject cost es timates with accompanying budget schedule assum ptions. November 27, 2018 Item #5 Page 31 of 59 Walnut Creek Public Works Yard Walnut Creek, CA PSA 19-667TRAN Griffin was in iti a ll y selected by t h e C it y of Wa lnut c ,-ee k t o deve lo p a Sp ace 1eeds A n a lysis fo r t h e r e locati o n of the C it y's Public Works Ma intena n ce Ya rd . Subsequent t o the S p ace Needs A n a lys is, G ri ffin a lso prov ided p rogra m a nd con stru c ti o n m a n agem e n t ser v ices fo r the m ai nte n a n ce yard re loca ti o n fo r th ree sepa rate locati o n s throu g h o u t the C ity. Ranchos Palos Verdes Corporate Yard Ranchos Palos Verdes, CA 23 pf 4 9 The City o f Ra n c h os Pa los Ve r des h a d t h e o ppo rt u nity to ta ke ad\'a ntage of t h e form e r m ilitary base as it s cor porate yard h ead q u a rte r s a nd contract ed with Griffin to review the feasibilit y o f con \'e rting the ex is tin g parcel to acco mmodate it s future u se. The stu dy bega n with a n assessm e nt o f t h e fac iliti es fo ll owed by a n in-depth a n a lys is o f its future ope r a ti o nal n eed s. Several op ti o n s we r e identified as p a rt of the s tud y includin g co ntract in g out vario u s services depen dent o n a n u mbe r o r ba llo t m easu res. O n ce t h e s p ace pr~ject io n s we re approved , our team d eveloped con cep t u a l p la n s to v isu a ll y articulate h ow t h e parcel wou ld o p erat e wi th b uild ings , s h ops, p ark in g and c ircu lat io n . Cost esti mates were prepa r e d and a fi n a l report was presente d . November 27, 2018 Item #5 Page 32 of 59 PSA 19-667TRAN Monterey Park Public Works Corporate Yard Monterey Park, CA Griffin performed a feasibility assessmen t for r e lo ca ting the Monte rey Park Publi c Works Corp orate Yard to a new si te for disposition o r its current s it e as a r esid ent ia l d evelopm e nt. The p roject involved p e rforming a detai led space n eeds ana lysis wh ich r e fl ected c urre nL a nd future o p e r a ti o ns for the City of Mome1·ey Pa rk . Analysis comp o ne nts included ad ministra ti o n and s h o p a r eas, whi c h were compute d based primarily on current operati o n a l practices. Refinements we r e added, as id e ntifie d in discussions wi th m anagem ent staff regarding options for r emo\·in g obsole te m ate ri a ls , u se of hig he r d e n si t y sto r age, possible p la nne d changes in scope of services performed o n site, a nd other such informa ti o n. Griffin a lso developed a conceptua l site pla n based off the s pace needs analys is a nd a conceptua l statement or probable cost to d etermine the financia l feasibility o r the new yard . Anaheim Transportation Network Bus Corporate Yard Anahe im Resort Transportation (ART) Anaheim, CA 24 pf 49 Griffin provided a detailed space needs a n a lys is Lo pote ntia ll y r e locate the head911 ane1·s of th e Ana h e im Transportation etwork (ATN). The s tudy involved addressin g ATN 's operational practices, al te rn ati ves of space u sage, and the ana lyt ics or space n eeds computation . The scope or work s p ecifica ll y add ressed admin istratio n a r eas fo r Corpo r a te operation s, a train in g room , corporate fac ili t ies, wareh ouse storage, fueling slat ion option s , b u s wash areas, Acct parking r eq uirements, employee park ing needs, and ot h er si re cons iderations. November 27, 2018 Item #5 Page 33 of 59 PSA 19-667TRAN Ontario Municipal Service Center Facility Plan Including Corporate Yard Ontario, CA Griffin is currently work in g w ith the C it y of Ontario lO develop a Faci li ty Master Plan to identify the Ontario Munic ipal Service Center's (OMSC) ex isting and future functiona l n eed s a nd to d etermine a way to address growth in the City while utilizing OMSC's current si te efficient ly. Newport Beach Public Works General Services Yard & Utility Service Yard Newport Beach, CA 25~49 As part of a n earlie r compre h e nsiYe feasibility study, G riffin exa mine d the p o te ntia l n eed s for a r e placem e nt of var ious C it y faci liti es a nd o the r o p erational areas associated w ith re-purposed u se oft h e ex isting "General Ser vices" Yard Fac ilit y. As pan of a r e u se of the site , it became n ecessa r y lO study movin g the remain in g services operations from that sit e to the "U tilities·· Yard Facil it y, wh ic h a ligns with the recent organ izati o n a l conso lid a ti o n into the Municipal Operations Department. November 27, 2018 Item #5 Page 34 of 59 PSA 19-667TRAN Pomona Water Resource Corporate Yard Pomona, CA PAN AMERICAN PETROLEUM COMPANY COMMERCIAL UNPAVED LOT Relevancy Corporate yard Con struction m anageme nt Cost TBD Start Date / Completion Date 9/20 18 I est . 2021 Size see write up Team Jon Hug hes, Project Executive Justin DiRico, Construction Ma nager Client C ity or Po mona c/o City C lerk's Office 505 S Gar ey Ave nue Po m o n a, CA 9 1766 STREET \BL OCK I WALL I PHASE 1 (ANNE )q YARD) -PAVED LOT CONCRETE RAILROAD R/W Griflin is ser v in g a s Owner's Representati ve for Lhi s new design- build corporat e ya rd p roj ect. The Water Resources De partment Corporat e Yard is envisio n e d LO con sisl a n ew modularly-construcLed Administration Building (17,60 0 SF), n ew Warehouse (7,200 S F) and Sh ops (8,90 0 SF) buildings, covered p arking ca n op ies a nd equipme nt sLOra ge (23,000 SF), siLe wa ll s and gat es (1,700 SF), cove r ed maleria l storage b in s, vehicula r a nd pedestrian con c r e t e paving (130,000 SF) a nd la ndscape pla ntin g a nd irrigation (1 3,000 SF), a ll s upporting b e low a nd aboveground uLiliLy sysLe m s, s ite lig hLing, and site-wide securit y a nd access con trol system s. T h e r e will b e a n e mphasis on maximi zing t h e u se of the faci lity by design ing spaces for multi-use a nd Aexib le s izin g , and the m a inL enance, durabi lity, a nd s u s t a in a bilit y or the faci lit y. 26 p4 49 November 27, 2018 Item #5 Page 35 of 59 PSA 19-667TRAN Tustin Police Department Emergency Operations Center (EOC) Tustin, California Relevancy Em e rgen cy sa fety center· that houses multiple fun ctions Design-bui ld delivery Co n structi o n management and n eeds assess me nt Security is a key component Statu s Completed Staff Involved Jon Hug h es , Project Executive Just in DiRico , Con struc t ion Manager Du stin Ala mo , Preco n struction Cli ent City of Tustin Doug Stack, Public Works Director (7 14) 573-3 150 dstack @tustin ca.o rg J oe Me yers, Emergency Coordin ator· (7 14) 573 -3294 dstack@tu stinca.org Griffin Struc tu r·e s prov ided construction manageme nt services for the renovation of the Cit y of Tu s tin Police Depanment Emerg ency Oper ation Cente r (EOC). T h e Cen te r se r ves m a n y func tions including the EOC , brie fing room , trainin g room , and commun it y roo m . This multi- fun c ti onal room i ncl udes storage for these various u se s and also serve s as e ntry into the Poli ce De p a rtmen t 's Armory. The pr~ject consist e d of a s p ace n eed s a ssess ment with multiple e nd u sers, s pace rec onhgurarion, FF&E selec t ion , multi-functiona l audio/ vi s ual upg rades, con stru c tion docume ntation, and e xecution of con s truc tion . The p r ojec t a lso compri sed th e reconfi g uring of the Armory, the a ddit ion of t wo Sleep Rooms and the cre at ion ofa separat e Pa t rol S tonl ge Ro om within the Po li ce Depa rtment m o tor p o ol p a rking struc ture (Phase 2). 21 P.~ 49 November 27, 2018 Item #5 Page 36 of 59 PSA 19-667TRAN Buena Park Fire Station No. 61 Buena Park, CA Relevancy Cost Re p lace me nt fire statio n Con st r u c tio n ma n ageme nt O n -sch e du le and under budget P re-en g ineered me tal building $13 millio n Start Date / Completlon Date s ;201 1 I 112 01 8 Size 18 ,0 00 S F Team J o n Hug h e s, P rc~j ect Executi ve Just in DiRi co , Co n struct io n Ma nager Cllent C ity o f T u st i n 3 0 0 Cem en ni a l Wa y T u s tin, CA 9278 0 Contact Do u g S tac k , Public WOJ·ks Dir·ector (7 14) 573-3 150 d s tack@tustinca .o r g G r i ffin se rYe d a s prog ram a nd c o n s t ruc ti o n m a n ager for t h e new fire s t a tion o p e r ate d by the Orange C oun t y Fi r e Autho rity (OC FA). T h e $13 mill io n fac ilit y h o u ses O C FA fi r e fi g h t e r s a s well a s admi nis tra tive o ffi ces, se r Ying as a b a u a lion a n d O C FA Div is io n 7 hea dqua n e r s. It fe a t u res t h r ee fi r e a ppa r a t u s b ays w it h q uic k-o p e n i n g bi-fold d oor s a nd a sig n a l inte rrupte r. T h e s tatio n a lso includes training room s and office space , 14 dormito ry slee ping qua rte rs , kitche n and dining fa c ilities, and a worko ut ro om. T h e la r ge t ra ini n g room is e quippe d to o p e r a te a s a n E m e r gen cy Ope r a t io n s Cente r . E x te rio r fea tures include a gen e r a tor t o powe 1· th e b uil d in g in t h e e ven t o f a power ou tage, an a ppa nnus was h a ,-ea, a dua l-fu e l fu e ling s t a t io n , a nd s torm wat c 1- c a p ture a nd fi lt ratio n inclu di n g p e r v ious p av in g in t h e p arking areas. T h e d esig n i ncorpor ates a pre-en g ineere d meta l building struc ture w i th a n ins u la te d m e t a l pane l roofi n g syst e m , resu lti n g in a ccele rate d d e li ve r y a nd se,·e 1·a l t h ousa nds o f d o ll a r s sa,·ed over tra dit io n a l fi r e s t a tio n con s t ructio n . T h e p roject was de livere d o n -sch ed u le a nd under budget. "Griffin's team is composed of caring, thoughtful, and attentive people. Simply put, working with Griffin was a great experience." Bill Lockhart, Division Chief, Orange County Fire Authority 28 Pt\49 November 27, 2018 Item #5 Page 37 of 59 PSA 19-667TRAN Pine Avenue Community Center & Gardens Carlsbad, California Relevancy Major e mphasi s o n a udio visu a l, high vo ltage, computer center. and heavy FF&E Rece nt City of Ca rl sbad project Status Completed Team Jon Hu ghes, Pri ncip al-in-Cha r ge Client C it y of Ca rl sbad Steven Didier Municipal Prq ject s Man ager (706) 602-7539 sdid ie r@ca rl sbadca.gov Griffi n served a s construct ion man ager for the $11 million upgrade of t h e Ca rl s bad Pine Ave n ue Community Center & G ard ens, locat ed adj ace nt to the Cad sbad Senior Cente r a nd Pine Aven u e Pa rk . The sit e, fo r merl y a parking lo t for the senio r center, was d esigned t o complement the ex ist in g cen ter a nd encourage inter-gener a ti o n a l connecti v it y. T h is n ew t wo-s to r y, mu lti -gen ei-ati ona l p r oject was comprised of t wo primary compon ents: (I) a n 18,000 square foot t wo-story community ce n te r with rela te d site improveme nts a nd (2) an ornamenta l a nd com munity ga rde n. The entire project was desig n ed to str e n g the n community connecti v it y, promote h ealth and well ness , and fo st e r s u s t a in abilit y. The firs t fl oor includes a h is to r y wa ll fea turing photos o f' th e area a nd it s celebrat ions. T h e multi -purpose gy mnasium w ith a hard,rnod cou rt striped for regu la ti on high sc hoo l baske tba ll , voll eyba ll , bad minto n , and pickleball a lso includes a scoreboard. A low cl im bing wa ll s pans o n e s ide o f the gym. The second fl oor featu res mee ting and activity room s, a teen center, h o m ework room , cl ass r oom , computer lab, and cover e d terrace. 29 pf 49 November 27, 2018 Item #5 Page 38 of 59 Leighton Consulting, Inc. Leighwn Con s ulting, Inc. (Leighwn) is a col laboration of con s u It i ng e n g ineer s, geologists, sciemists, a nd technic ians wh o provide turnkey geotec hnica l con s ulting services across South e rn California. Le ig hton h as 57 yea r s of ser v ice in the region and a continuous presence in the Cou n t y of' San Diego for more than 35 yea r s. Leighton h as establi shed a strong loca l presence, opening their San Diego office in 1979, a n d bu ilding a successful history with a long li st of cl ie nt s in the area, includ ing the City of' Ca rlsbad, C it y o f San Diego, County o f San Diego Public Wo1·ks, a nd SAN DAG. Leighton is cu rre ntly serving t he City of' Carlsbad on an On-Call basis prnviding Geotechnica l and Materials Tes ting and Inspection Ser v ices. With over five decades of so uthern Ca li fornia experience, Le ighton brings an incompa rable hi s tory and basis for understand ing a site's issues and constraints. Le ighton h as successfull y comple te d prqject s up to $1.3 b illi on in const ruct ion va lue and won over 50 awards for e n g ineering excell ence. Lei g hton is s truc tured and operat es in strategicall y located offices with mana!{ement auLOnomy to prm·ide services as needed, a long wit h t h e backi ng of its larger corporate resources a nd personne l s trength of oYer 155 e mployees. Le i!{hton's se r v ices wi ll be mobil ized out of the San Di ego office with support from seven other southern Ct1l ifornia o ffice s. as needed. PSA 19-667TRAN South Bay Bus Maintena nce Fa ci lity Leighton is uniquely qualified to provide geotechnical services for this project since the firm previously completed a geotechnical exploration at this site (for the Carlsbad Public Works Center Facility Expansion). A few of Leighton 's Carlsbad pn~jects follow: As-, eeded Geotechnical & Materia ls Testing Se1·v ices for the Ci t y of Carlsbad Ca nnon Park Improvemen t s Ca rl sbad CMP Replacem ent Progr a m La Corun a Storm Drain lm p roYe m ems Legoland Cali fornia, Ca rlsbad Carlsbad J oint Use Training Facilit y Carlsbad Compa ny Swr es Carlsbad Ranc h , Ca rltas Develo pment Carlsbad l\lunicipal Gol f Course 30 fls 49 November 27, 2018 Item #5 Page 39 of 59 PSA 19-667T RAN 3. Project Team Proven , Recent Experience for the City of Carlsbad Griffin r e cently completed the Carlsbad Pine Avenue Community Center and Gardens. Our tea m is le d by Jon Hughes, CCM , a s Project Ex e cutive, with Justin DiRico, CCM serving as Construc ti o n Manager a nd the City's day-to-day contact. Justin wi ll be assisted by Lance Solomon for Cons tructi on Management Suppo rt, Dustin Alamo for Preconstruction Support, and Jay Helekar for Cost Va lida tion Support. Mike Jensen a nd Dave Olson (Leighton Group) wi ll perform soi ls and geotechnica l enginee ring se rvi ces . Al l key t ea m me mbers have long sta nding, prior working relationships on several projects. All are readily a vaila ble and no c urrent workload restrictions ex ist for any of them. Our te am is eage r to begin immediately upon dire ction b y the City. Highlights of their roles and qualifications appear in the table below. Key Personnel Name/Title Responsibiiities Qualifications Available for Duration . Project Executive for two simi- Jon Hughes, CCM . Overa ll project direction . lar safety center projects (San Project Executive . Ensure that adequate staffing Bernardino County and Visalia ) yes . Various corporate yard projects (Griffin) and resources are avai lable. . Design-build experience . Renovation experience . Extensive background in construction management and . City's daily point of contact. public works projects Justin DiRico, CCM , LEED AP . On -site project management. . Certified Construction Senior Construction Manager . Construction management and Manager (CCM) yes (Griffin) i nspection services. . LEED Accredited Professional . Oversight of subcontracto rs . (LEED AP ) . New construct ion and ren ova- tion experience Lance Solomon . City of Carlsbad experience Construction Manager Support . Construction Management . New construction and renova- (G riffin) Resource tion experience yes . Public works experience . Certified Construction Manager (CCM) . LEED Accredited Professional Dustin Alamo, CCM, LEED AP . Preconstruction Resou rce (LEED AP) yes Preconstruction . Various corporate yard projects . Architectural design background . Corporate yards, police de- Jay Helekar . Review bridging document Cost Estimator architect's opinion of probable partment. and fire station experience yes (Griffin) cost to make sure it is realistic. . Recent Carlsbad experience Mike Jensen . Significant amount of Carlsbad . Soils and geotechnical Senior Project Geologist engineering experience yes (Leighton) . Grading and soils expertise Dave Olson . Registered civil e ngin eer . Soils and geotechnical Geotechn ical Project Manager . Recent Carlsbad experience yes (Leight on ) engineering. . Grading and soi ls expertise November 27, 2018 Item #5 Page 40 of 59 4. Project Approach Work Plan Approach and Philosophy Griffin Structures approach es each prq ject w ill, the p e rspective ofan Owner, a nd th e in s ig ht ofa Contractor. Based on o u r unique blend of experience as b o th public agency Own e r 's Re present atives and at-ri s k Fee Developers, G riffin h as the unique abi lit y to provide enh anced se r v ices t o its cli e nts. Like an Ow n e r , we approach e\·er y prqjec t w ith the perspective t h a t it is ou r mon ey, our sc h edule, and o ur faci li t y that is being developed. Like a Con t ractor, we h ave the extensive field experie n ce to understand the mindset ofa Cont ractor, th e often h idden d ecision making process, and an in depth u nderst a n ding of the tec hnical issues face d by a Contract or. Togethe r, wi th those t wo key components, Griffin Structures is able t o provide constructi on m anagemen t ser v ices wh ic h ins ure a s uccessful proj ect of the hig h est qual ity. This approach is p a rticu larly important w h e n it comes to Design-Build (D/B) projec t s. A D/B project is structured to place the responsibility of b ot h the des ign a nd the construction o n th e Contractor, though we find Cont r actors are o ft e n ill s uited for managing both di sciplines. G iven o u r ex pe rience managing both t he preconstruction and con s truct ion phases, we ca n m a n age the D/B Contractor in a way t h a t insu1-es t he C ity's p ri m a r y obj ective is m et, tha t is; a well -coord ina ted project t h at res ulted in fully integrnted plans, and a comp1-el1e n s ive a pp1-oach to con s tructing the projec t. With thi s project , it is cri ti cal that t h e Ci t y of Carlsbad h as a Const ruction Manager that u nderstands Corpo r a t e Yards a n d the nuances associa t ed w ith faci lities of this t ype. Wit h our ext e n sive experience in Corporate Ya rd assessment, programm ing, design , perm ini ng-, and con st ruction, Gr iffi n can provide a compre h ensive u nde r standin g a nd leader s hip for the projec t that is unparall eled in the industry. V,'e underst and corporate yards, h ow they funct ion , and we understand h ow to manage the e ntire process from desig n through construc ti on. PSA 19-667TRAN Specificall y, r egard ing the key aspects of thi s project, Griffin will e mploy the fo ll ow ing appr oac h : A. PARTNERING SESSION C 1-itical to the success o f any project is the i mplementation of a comprehensive pannering sessio n . T h is is panic ula rl y essential for a D/8 project, and even more so wh en it comes to a Corpo1·ate Yard wit h m ultiple phases, and a va rie ty of build ings and uses. Gri ffin h as ext ensive experien ce in foster ing a coll aborative a n d efficient worki n g environ ment, that e nha nces the str ength s of a ll team members and provides fo r a s pirit of cooperat ion throughout the project. In fact, we go beyond a single p a rtnering sess ion, but rather implement an entire process that prov ides for a p e rpetual p artnering culture. Our approach involves the fo ll owing: I. Project Assessment: Griffin S tructu r es begins eYe r y prqject with a compreh e n sive Initia l Assess m e nt. This assessment prov ides the C it y with a fresh pe1-s pective o n a ll asp ects of I h e prqject c urre ntly under way and a ll ows G riffin to strategicall y assess t h e priorities for executing o ur ser vices. This assessm e nt unfo ld s in 2 p h ases: In iti a l I nvestigat ion: (;riffin w ill meet wit h t h e C it y to es t abli s h the in i1i a l key con cerns and needs of the project . Sometimes it is discovered that the d esign a nd b id schedu le is in jeopardy, ot h e r t imes the ke y concern is contractor pre qua li fic a tion. Ye t ot h er ti mes, t h e prima r y conce rn is to establi s h a comprehens ive and su cc inc t budget. \t\'h a tever the m ost p r essing iss u e m ig h t be, Griffin w ill establis h a short li st of prio1·iti es, a nd e n gage in those key t asks fir st. T y pically, we fin d th a t th is init ial a ssess m e nt resu lt s i n the immediate need for one or bot h of the fo ll ow in g tasks: 32~fi 49 November 27, 2018 Item #5 Page 41 of 59 I. Establish ing a refi n ed project sc hedule 2. Establi s hing a refined project budget HoweYer, should the initia l a ssessment phase unearth othe r projec t n eeds, o r i f the C it y h as a priorit y li st a lread y est a blish e d , we will adjust o ur initial t ask ite m s accordin g ly. For this p roject we su s p ect the bi ggest c h a ll e nge will be th e clear a nd compr e h e n s ive d evelopment of bridg in g docume nt s. For a 0 /B project , there is n o e ffort of g r eate r importa n ce tha n the generation of clear a nd con c ise bridg ing documents. This is espec ia ll y true when it com es to a 0 /B approach t o a renovation o r an existing facility. Even m ore c riti cal is the fact tha t a p o rtion of th is prqject will b e the addi tion o f t wo bays to th e Fl eet Maintena n ce Buil ding, h ousing critica l maintenance func tio n s that mus t remain operational a t a ll times. We unde r stand fac iliti es of this nature int imately, m ost n o tabl y our recent project for the C i t y ofTustin's EOC & Corpor a te Yard . W ith t h at exp e ri e n ce , we w ill b e able to quickl y eva luate a nd est ablis h key goa ls and objecti ves to o rient the project in the righ t di1 ·ectio n . 2. Identify Project Objectives: O n ce the in itia l assessm e nt a nd resolutio n e ffo r t is achieved , Gri ffin w ill t h e n m ove toward esta blishing a st a ndard p rotocol for the p roj ect team. We h ave found th a t clarit y a nd consis tency in direction is the s ing le m ost s ig nifica nt feature of est a b lis hing a su ccessfu l project protocol. To achieve t hi s level o f clari t y a nd con sis te n cy, Griffin w ill first est a bli sh a clear unde rst a ndin g o f Cit y polic ies a nd pro tocols. Because of o ur ext ensive experie n ce in the public sector, a nd with the Cit y of Ca rl sbad , we ca n e ffective ly m o ld ou r a pproach to the Cit y. We e ff ecti ve ly b ecom e an ext e nsion of C ity s t a ff. With tha t in mind , we then establis h protocols for a ll aspects of the project. Specifi call y, we will : Est a blis h communicati o n c h a nne ls and polici es 0Yer see document stra tegies, especia ll y h ow in format ion w ill b e communicated to t h e field Icl e ntil)' key c h a ll enges to the project PSA 19 -667TRAN • Establi sh a nd forma l ize actio n ite m s for r espec Live Learn members Identi fy and r e inforce key project o bjectives. Once the Initia l Assess m e nt p eriod is com p leted, o ur over a ll a pproach ca n best be summ a rized unde r the fo ll owing four asp ect s: CommunicaLion a nd Doc u m e nt Control, Sch e dule M a n agemen t , Fina ncial Controls, a nd Quali ty Assurance. B. COMMUNICATION & DOCUMENT CONTROL Foll owing Lh e Prq jecl Assess m e nl, Griffin w ill the n establish comprehensive Co mmunicati on and Document Controls. This is a n essenti a l componenL of maintainin g a spirit of cooperati on a nd coll a bora ti on th rou g hout the dura tion of the project. Specifi call y, we will imple m e nt t h e fo ll owing: 1. Communication Protocols: Build i ng o n the projec t o~jec ti Yes ide ntified in Lh e initia l assessment, Griffin will the n b eg in est ablishin g standardi zed communication protocols. These protocols a 1·e c riti cal in a construc tion prqject of thi s size and scope and a r e particula rly key to a s u ccess ful 0 /B Contract . According ly, Griffin w ill establi s h a clear li ne of communicati o n b etwee n th e t ea m m e mbers wh ic h wi ll b e uti li zed du ri n g the con s truction process. Work ing closely w ith the C it y, G riffin w ill identify the prope r c h a nne ls for all com municatio n between the C it y's consult ants and the 0 /B Contractor to establi sh sea mless com municatio n fo r the du r a ti o n of the prqjecl. For thi s proj ect , clear and organ ized com municatio n will be critica l. When wo rking on a n acti ve Safet y Cente r, it will b e criti ca l that th e project tea m is coordi nating a nd communica ting r egu la rl y wit h o p e r ation a l st a ff to minim ize in te rrupti ons and di sruptions. This w ill n ecessaril y invol ve a robust phasin g schedu le , deep understanding o f the unique operational aspects of each department, and th e proper understandi n g of t h e c hain of command to avoi d com municat io n b r eakdowns and p o t e ntial <.li srnpti o n s t o sen-ice. G r iffin underst a nd s facili ti es o f thi s t ype and can manage thi s e ffort in a manner that is sea mless. 33~f 49 November 27, 2018 Item #5 Page 42 of 59 2. Document Management: Griffi n Structu r es e mploys the u se of Submittal Exch ange fo r a ll project d oc ume nt contro ls . This sys Le rn is compre h e n s ive, a dapLable, s LraighLforward , and easy to u se. We w ill r equi re th a t the desig n -bu ild contractor utilize this system, or a sysLe m of e qual capabiliLies. EssenL ia ll y, Lh e sys te m we r ecommend wo rks as fo ll ows: Once Lh e p r oj ecL is initia led, Lh e Submitta l Exch a nge team w ill review the e ntire specification a nd upload a ll submittal r e quire ments . The con s Lruction m a n ager will Lh e n upload a ll Lea rn m e mbe r s. I f u sed for d esig n , th e sys tem ca n be easil y adapLed LO ca rry a ll n ecessa r y documents, a nd doc ume nt flow. Once unde r contract , the G e neral Contrac tor wi ll be integ rated into the syste m . Sp ecifi catio n s for inclusion in the bid d ocumenLs will b e prov ided r e qui r ing Comracwr complia n ce. A ll RFI's, submitta ls, AS J's, CCD's, Delta's, Daily Re ports, Projec L Pho Lo s, S \VPPP r e ports, schedu les, a nd C loseou t documents will h ave a unique tab for cl o ud s t o rage. • A ll d ocu m e nt s th at r eq uire a r eview flo w will h ave associated links t h a L cl ea rl y identify wh o is on t ask . p o n fina l closeout, a ll d ocume nts will be con solid a te d inLO a s ing le dig iL a l fil e that is easil y sea r c h a ble for future n eed s. A l l As-Built's, O &M's and WarranLies w ill b e included as well a s prog ress documentaLion . By ut ili zing Lhi s cloud-based forma t , (;1-iffin Strucnires wi ll establi s h a s ingle d ocument p o rtal that saves and manages a ll project documents. Ut il izing this cl oud-based sys te m as a sing le source of document control provides clear a nd con s ist e nt communicati o n to th e field , e n s ures compreh e n sive d ocument coordi n a tio n , protecLs aga ins t cl a ims, PSA 19-667TRAN accelera t es the consLructi on sc h e dule by s trea mlining commun icaL ions, a nd ulLim a te ly saves the e ntire project sig nifica nt cost s by e liminating printing and s hipping, and improves effic ie n cy. For f"unh e r informaL ion o n Submillal Exc hange see: hup://www2. s ubmitta lexch a nge.com /publi c C. SCHEDULE MANAGEMENT 1. Master Schedule: Griffin will beg in b y produc in g a compre h e n sive m aster proje ct sch e dule. This sc hedule will include all aspec ts of th e prqjecL includ ing buL noL limit e d to: -Design iteraLions -Desig n r eview Lim es -Pe rmitting phases -Contractor prequalifica tion (if d esired) -Bidding -Contract s a nd ins ura n ce, -Phases of construc tion -C iL y ins t a ll a ti o n s -U tilit y con n ecti ons -City IT inst a llaLions -Punc h Lis t -Comm issioni n g -Contingen cy This initial schedule w ill serve as the b asis for e s tablishing the overa ll consLru c tion duration t h at will be incorpo r a Le d inLO Lhe bridging docume nts. Nat urally, Griffin wi ll include the input of a ll tea m membe r s in that r egard. 2. D esign-Build Contractor Schedule: O n ce a D/B Contractor is o n boa rd , G1·iffin w ill require th at th ey prod u ce a comprehe n s ive constructi o n sc h e dule that incorporat es a ll the t ask s r e quired for Lh e d esign a nd p e rmitting, as we ll as d e monstrate a cl ear and logical critical path for cons tructio n . Our exten sive construction ex p e ri e n ce w ill be able Lo dete rmine if the contractor h as a goo<l unde rstanding oft h e project that is b o th realistic a nd achievable. 3. Phasing Analysis: 34 zl2 49 November 27, 2018 Item #5 Page 43 of 59 nde rstanding the Phasing of th is project is also c ritical to its su ccess. Under s tanding the key components of the project, the C it y's concerns, n e ighbo rhood sentime nt, traffi c con cerns, protection of existing fa c ilities; all these aspects need Lo be considered and reviewed about I h e sc h e dule to e n s ure that the project can achieve the overa ll oqjectives. For this project, Phasing wil l be o r paramount import a n ce. \Ve w ill wor k closely with the City, and the D/B Contractor to insure this ph asing is well tho ught out, integr a t es o p e rationa l n eeds, is achievable, a nd exec ut e d as pl a nned. 4. Schedule Critical Communication: Gri ffin w ill the n prov ide st ric t communicat io n p rotocols to insu re a n swers to questio n s, reviews of s ubmiua ls, submiss ions for deferred p e rmit s, a nd r e que ls for in s p ectio n s are a ll process timely and e ff ecti vely. We w ill a lso r e quire r egular updates a nd conLinuou s communicati o n w ith the operational staff t o insure the project does not impac t the d e live r y of services. We find that team members work best when informa tion is prov ide d in a timely a nd respon sive manner. This ultimate ly provides for a well-run and e ffi c ient project that benefits the C it y. 5. Corrective Schedule: Corrective measures may n eed Lo b e impleme nted, s hould the contractor fall behind . As d esc ribe d above, the City a nd project suffe r s wh e n the Contractor fai ls. Therefore, Griffin w ill e mploy ext e n siv e fi e ld ex p erie n ce a nd cons11-u c tio n understand ing to provide solutio n s to sc h e dule failures to maintain the overall oq jectives of the pr~ject and protect the C it y's investme nt. By these methods, Griffin wil l be able 10 m ainta in the project schedule a nd ex p ed it e the productiv it y as needed. D. DESIGN MANAGEMENT For a D/B pr~ject, th e sing le most important aspect for 1h e protection of C it y interests is the est abli shment of project bid d ocuments, sp ec ifi ca ll y PSA 19-667TRAN the project "Bridg ing Documents." Th is is p a rtic ula rl y true as it pertains to the development of the City's General Provision a nd Specia l Provi sions, as well as T echnica l Specifications and Appendices. Griffin Structu res rakes great pride in our abi lity to refine a nd t a ilor the Gene r a l Provisions and Special Provisio n s for City's. In fact, we h a ,·e 1·ecently d o n e this very effort for the City of Ca rlsbad on the Pine Ave. Community Center proj ect , which has since se rved as a templa te fo r other pr~je cts th roughout the C it y. Specifi cally, we will dot h e fo ll owing: I. As it perta ins Lo the Bridging Doc ume nL s as a whole, the ke y to success will be to clearly and compre hens ively ide ntify a nd desc ribe what is d esire d in each space. This is a highly itera 1ive process, a nd r esults in a s pace-b y-spare summary that cl earl y describes what must b e designed , wh at the ge n eral p a rame ters of con struction are, and th e ultimat e function a lity tha t must be ac hieved . This r e quires p ai nstaking e ffo rt of communicating with C it y staff and Master Architect to genera te d ocume nts that are con c ise, compreh e n s ive, and leave little room for doubt for the D/B Comrac wr. 2. \Ve wi ll the n turn o ur a ttent io n to revisions to the Gener a l Prov isions as they pertain to this project , and sp eci fi call y this unique d e li very m e th o d . In that most City's do not d o m a ny D/B proj ects, we wi ll n eed t o revie w and revise the General Provisions to provide ma x imum protection of the C it y a nd its inte rest s. 3. S imilarly, we wi ll then t ai lo r 1h e Sp ecial Prov isio n s to achieve a similar level of project sp ecifi city. ll is particula rl y important th a t the Specia l Provis io n s be marrie d up wit h the Div ision O I sp ecifica tio n s as it p e rtains t o h ow th e Contractor is Lo m a nage I he prqjec t and the requireme nts of the ir operation s. This involves d ocume n tati on, mobilization , project management , site management , change order management, sch e dule milestones, phasing. hours or o p erati o n s, traffic fl ow, staffing, a nd even goes imo h ow th e si te 1railers are Lo be fitt e d o ut. 35~49 November 27, 2018 Item #5 Page 44 of 59 4. Finally, a key compo n e nt of o ur design m a n agement protocol is the p e rforma nce ofa detail e d rnnstructabil it y r eview. Our Construction Manager will review the drawings in concert with prq jecl managemelll for a ll iss u es 1ha1 m ay impact construction . This invol ves reviewing all e n g ineering di sc iplines and tra des, reviewing the ir con sis te n cy a nd feasi bility o n the drawings, and insuring the Contractor h as the n ecessary informatio n r e quired for construction. We a lso lo o k for ke y s it e issues and constraints and he lp to guide the team in d esig n a proj ect th a t m ax imizes feasibi lity without compromising d esig n. This also invoh ·es wo 1·king wi L11 the Cit y a nd project team to strike the right balance b e t ween design feat ures a nd cos t e ffective n ess. This, combined with a detai led eye toward ide ntifyi n g features th a t could r esult in long lead materia l c h a ll e nges, wi ll result in a set o f drawings that will allow for the best bid results possible. E. VALUE ENGINEERING : A p roject is o nly truly s u ccessfu l if it is o n time a nd o n budget. Key to thi s is the imple m e ntati o n of Value En g ineering a nd Fina ncia l Controls. Va lu e Engineering pl ays a key role in the effec tive m a n agem e nt of a D/B prqject. S pec ifi ca ll y, we e mploy the fo llowing a pproach to Value Eng ineering: 1. Comprehensive Bridging Documents: T h e best m et hod for mitigatin g cost overrun s on a D/B project is in the d evelo pme nt of com ple te a nd detail bridging d ocume nts. By gen e rating a detailed prog r a m that lists the csse rui a l r eq uire m e nts of each s p ace a n d area, the City ca n be assured the D/B Contractor is des igning 10 a nd ultimately bui ld ing a facility th at meet s th e City's requirements. It will b e c ritical th at a ll finishes, systems, a nd m a te ri a ls b e durable, r e li a bl e, and hi g h quality. For th is r easo n , whe n it comes to faci li ties o f this t ype, we 1-ecommend 1h a1 a ll m a t e rials a nd sys tems that a re specified a r e "off t h e sh e lf." That is, we recom m e nd avoid in g incorporating a n y custom design s and untested syste m s, and instead use o nl y tho se sys tems that arc r eadi ly ava ilable and easil y maintained . PSA 19-667TRAN 2. Design Build Estimates: Additionally, at each stage o f design , it wi ll be c ritical that the D/B Contractor p erform an interim est ima te. Though the D/B Contractor is bo und by their Contract su m , insuring against pote ntial cos t ove rrun s as they complete the ir design will insure the project is w ithin the parame ters of the in itial progra m . 3. Cost Reduction Strategies: Should Value Enginee ring e fforts be required , Griffin h as the d e pth of unders t a nding and comprehensive corporat e yard knowl edge 10 gu id e the tea m in executing cost r e duc t io n strategie s that d o n ot compromise qu a lit y and durab ilit y. F. FINANCIAL CONTROLS : Key to the su ccess of any project, s p ecifi ca ll y D/B p roject s, are the e ffective m a n agem e nt of fin ancia l co ntrol s. G riffin h as ex te n sive exp e ri e nce in financia l co ntrols and is unique ly qualified in employing those controls specifi call y in the execution of D/B p rojects. 1. Change Management: Construct io n project s a r e inherently iterati ve o perat io ns. With multiple effons , and coordina ti on of tasks a nd e fforts unde r way concurrently, m a n aging the di scove r y a nd correc t id e ntification of c h a nges is p a rticu larly challenging. Accordingly, we wi ll re\'iew a nd address a ll p ossib le c hanges in work in the following m a nner: The first component i n correctl y add r essing possible changes in scope a nd cost is to know wh at is and is n ot a real c hange. With o ur exte n sive exp e rie nce in D/B projects, we w ill perform a comp1 -e h c n sive a n a lysis oft h e iss ue at h and a nd d e termine if a c hange h as in fa c t occurred. Key to thi s is the detailed understandin g o f the Bridg ing Do c uments, a nd a n unde r s tanding of the initia l program that was provided to the Contractor. \Ve will go to great le n g ths to provid e both in sig ht in the fin a l development of the Bridg ing Documents, as well as a firm interpretati on of those d ocu m en ts in their interpretat io n about o ur a n a l~·sis of the proposed c h a n ge so as to prese1·ve the City's int eres ts and pruden t budgeta r y con stra in ts. Ke y to thi s a n a lys is is ou r e nha n ced unde r s tanding of contracts a nd scope to determine ifin fact the iss ue is a lready coYe red und e r the ex istin g scop e. 36'.?~ 49 November 27, 2018 Item #5 Page 45 of 59 • If a change is in fact necessary, we will then seek to execute this change in a manner that results in a no-cost solution to the City. This mav involve proposing materials and/or methods that are comparable in scope to the original intent, thus allowing for solutions that do not compromise qualitv, schedule, or cost. • J f such an option is not possible, or if unforeseen conditions materialize that result in a true change to the cost of the project, Griffin will then perform a detailed analysis of the best form of execution. This mav take the forn1 of a hard estimate for the proposed change, or if in fact a T&M execution is in the best interests of the project. Yet a not her option is to utilize a T&l\1/Not-To-Exceed method which allows for execution of a proposed change while putting a ceiling on the final (·osts of the change. Finallv, any change that is officiallv recognized will undergo a detailed examination of costs including but not limited to: materials back up, labor analysis, labor rate analysis, detailed subcontractor back-up, time impacts, and a unit cost comparison based on industry trends. 2. Invoicing: Griffin is keenly aware of the importance of maintaining financial controls over the invoicing prn<'ess. An-ordingly, we will establish a methodical approach to reviewing invoices specifically bv executing the following: • Establishing a very detailed Schedule of'\'alues the breaks out both labor and materials for each trade and sper section. • Review all inYoices for consistency with improvements installed in the field. • lnYestigate the Contractors payment policies to subnmtractors to avoid issues of non-pm·ment. Evaluate subcontractor performance to anticipate potential bankruptcies of subnmtractors who are not adequately sol\'ent to perform on the job T<>gether. with these tools, we will be able to provide financial protection of the Citv to aw>id production PSA19-667TRAN challenges, protect the City's resources against overpayment, and insure a proper accounting of the health oft he pn~ject. 3. Claim Mitigation and Avoidance: Of importance to the health of a project is claims management. The most effective way to mitigate claims is to avoid them altogether. This seems ob\"ious but is in fact the most challenging aspect of managing a successful project. lo avoid claims there are a few kev principles we follow: • Clarity= enforceability: Iftbc direction is clear, the drawings and specifications consistent, and the direction to the field is in line with these documents, then there is little to no chance of a future claim. • When everyone succeeds, the City succeeds: • This is a key concept that many professionals do not grasp or pursue. Claims arise out of a need to mitigate against risk or loss. Avoiding risk for all panies lowers the likelihood of claims. Commitment to Value: Despite the efforts above, sometimes things go wrong. A submittal gets submitted and approved im,orrcnly. A material specification is discontinued, and its replacement is 3x the cost. Drawings do not clearly identify the Iota! scope of work. In instances like these, clear commitment to value rules the process. In each ofrhe instances listed above, Griffin can navigate and resolve these issues in a manner that provides value to the City (i.e. little or no cost increase) continued progress (timely decisions that do not delav the schedule) and creative architectural solutions (maintaining the overall quality of the finished produo). By having a balanced understanding or all the aspects of rnlue to the pr~ject Criffin can mitigate the conditions 1hat often result in claims. Clear Documentation and Legal Understanding: Despite all the above, sometimes claims do arise. The key defr~nse against these o<TutTences are dear documentation, and a comprehensive understanding of the contran and comract code. briffin Stn1ctures employs elite ronstruction management prokssionals that han· cxtcnsi\'c 37 '.¥,\49 November 27, 2018 Item #5 Page 46 of 59 understanding in contracts a nd contract code a nd employs a sophisticat ed and comprehensive document m a nagem e nt sys te m that insures claims can be mitigated when unavoidable. A more d e tailed description of our document managem e nt system is prnv ide d below. G. QUALITY CONTROL AND OBSERVATION: Ensuring the project m eets Ci t y st a ndards in te rms of qualit y, Griffin Structures employs exte n s ive protocols. Specifically, we e mploy th e fo ll ow ing: 1. Regular Inspections: Griffin Con struc ti o n l\lanagers are inhe r e ntly con struc ti o n inspectors. By utilizing o ur keen understanding of a ll aspects o f con structio n , our Construct ion Managers will perform regu la r in spections o f a ll aspens of the prqject on a d a il y basis. \Ve wi ll reYiew material deliveries , materia l types, installation m e thods , fin ish ed insta ll ation s in com pariso n to contract documents , a nd const ruction code adheren ce. Add it ionall y, we will coordina te the timely execution o f a ll sp ec ia lt y insp ect ions includ ing but limite d to: geotech nica l, building dept., sp ecia l insp ections. and mate ria ls testing , to insure the C it y r eceives the highest level of qua lit y a nd con sisten cy w ith the p la n s and spec ifications as well as a ll s t a nda 1·ds and pract ices. Fina ll y, ou1· d a il y prese nce on the pr~ject w ill in sure that any work und e rtaken is not impacting o n goin g o pe r a ti ons. \Ve w ill be inspecting the wo rk on a r egu lar basis, confi rming it is con sis te nt wit h wh at is 1-ec.p 1ircd in t h e documents, and ove r see in g that all work is undertaken in a wav tha t does not compromise t h e C it y's program. 2. Photography and Technology: Crirfin employs I h e u se of multiple fo r ms of photography and technology to e n force the quality of the cons truc ti on p rocess. Accordingly, we wi ll perform th e fo ll ow in g: Video Tape Existing Conditions. Before a cont r acto r begins con s truc t ion , we w ill perform a detailed v ideo survei llance of t h e e nti re si te and th e surrounding si te to insure th e r e is not anv damag-e t o the existing-i n frastruc ture, as well as 3. PSA 19-667TRAN mitigate against a n y p o te ntial future claims. Daily Photography. G ri ffin will photograph the progress of th e j ob d a il y. This w ill serve as a record of the pr~ject throug h o ut the duratio n of the job, as we ll as ser ve as a ve hicle for resolving issues. Blue beam Technology. Griffin e mpl oys the u se o f Bluebeam technology to fa c ilitate in the communicati o n of ch a ll e n ges in the field for thei r quick resolution a nd documentation. BIM Technology. Griffin h as exte n siv e ex p e rie n ce in the deploy m e nt and managem e nt o f Building Information Modeling a nd is able t o adequately id e ntify and 1·esolve iss u es th a t a r e discovered th rou g h thi s medium Field Observation Reports: We wi ll employ the u se of our Field Observation Report. Typica ll y upda ted a nd p resent ed a t the week ly m eeting, we will track a ll issu es, and obser va tio n s, ide ntified by the Const ructio n Ma n ager as we ll as the project tea m as a wh o le (d esign tea m , C it y, operatio n s staff, e tc.) and t rack them o n this log. The log wi ll idem ify the iss u e, the d ate it was observed, a phot ograph of th e iss u e, a nd a resolution description once the ite m has been cl osed. In e ffe c t this log ser ves as a runnin g punch li st of all issues id en tifi ed, a n d thereby addr esses these iss ues in a time ly m a nner. SCOPE OF SERVICES T o further illustr a te the approach d esc ribed abo,·e, we now tun, our a tt ention to the Scope of Services d esc ri bed in Exhibit A. Gri ffin accepts a nd h as included the scope as d esc ribed in Ex hibit A of the RFP. Sp ecifi ca ll y, G riffin wi ll perform the fo ll owing: TASK 1: Pre-Construction Services 1. Scope of Work and Cons truction Sequence. Task I.I Constructability Review of Bridging Documents. Griffin w ill perform a compreh ensive r eview and w ill r eview the comment s w ith the d esign team to achieve clear and con c ise bridging documents. November 27, 2018 Item #5 Page 47 of 59 Task 1.2 Project Bid Documents. Griffi n wi ll r ev ie w a n d prov id e comments a nd co1Tec tions for the br idg ing documents, s p ecifi call y the front-end general provisions and sp ecial provisio n s, as we ll as the General Condition s. Task 1.3 Opinion of Probable Cost. Griffi n will g ive an opinion of probable cost based on estimates prepared b y ot h ers a nd will e mploy it s extensive ex perie n ce in va lida ting the quantities and unit prices conta ine d the r ein. Prior lo final a ppro\'al bid docume nts, G riffin will r eview the updated estim a te. Task 1.4 Design Build Proposal Solicitation. Griffin will deve lop a Statement of Qua lifi ca tion (SOQ) d ocument, review state m e nt received , assist the C it y in d eveloping a Requ est for Proposal (RFP), participa te in d iscussions wi th s hort-li sted d esign- build firm s, a nd assist City during pane l discussio n s a nd selecti o n process. TASK 2: Construction Services Task 2.1 Contract Administration/Management. Griffin w ill assist the City's Municipa l Projec ts Manager with a ll as pects o f the contrac t complia nce, c h ange/claims negotiatio ns a nd processing, and cont ract interpre ta tions a nd enforcement. Griffin's C M wi ll pre pare reports, le tte r s a nd m e morandum; conduct project m eetings; pre pare meeting agendas and minutes; monitor a nd track th e expiration of insura n ce r e quire ments and obta in updated certificates from the Contrac tor; coordin a te sub-consultant testing and sp ecia lt y ser\'ices; r e\'iew daily inspection notes and ide ntify and report no n confo rming it e m s; notify the cit y o f sig nificant proble m s a nd disc re p a n cies; a ssist the city with interpre tin g draw in gs, speci fic a tions and reference sta nd a rds; monitor construct ion a c ti vities a nd schedules; assis t the c ity with reso lv ing constru c t ability proble m s; coordin a t e connection s and operati o ns; p e rform qu a lit y assu rance in sp ecti ons, pre pare ch ange o rde r s (including cost estimating se r vices); r eY iew a nd notify the Contractor of test r esult s; investigat e cla ims; r e\'iew the Cont ractor's Record Draw ings perio d icall y a nd conc urre ntly wit h Contrac tor progress payment s; pre p are project punch lis t s; and coord in a te comm iss ioning and close out d ocument submi ss io n . PSA 19-667TRAN Griffin will in corpo rat e and m a inta in a doc ume nt m anagem e nt sys tem a nd proced ure for contrac t docume nt s and an y o ther project doc uments w ith Submitt a l Exchange Task 2.2 Reports and Communication. Griffin will ma n age all repo rts and communicatio ns and will dist ribute accord in g ly to the C it y. Griffin wi ll mainta in field memoranda , trans mitta ls, update d sch e dules, logs of sh o p draw ings and other submiua ls, logs of RFI 's, c h a nge orde r s, progress pay m e nt r equests, prog r ess mee ting reports, d ai ly insp e ction r e ports, dates of utility service inte rruptio n s, a nd a ll o ther pr~jec t correspondence. Monthly, Griffin will submit a progress r e port that: provides a summary o f the prio r week's activit ies including a n a lys is of pr~jec ted comple te t as k s to actu a l comple ted tasks; r eport o n C ontractor con for m a nce t o contract sc hedul e, including a comparison of b aseline sc h edule to actual sch e du le; identifi ca tion of key problems, actions it ems and iss u es, including recom m endati ons for solutions; summary of progress p ayments, c h a nge orders, disput es, submittals, RFI 's a nd notices; and , p h otograph s of ke y activ iti es Task 2.3 Photo Documentation. Gr iffi n w ill videotap e the ex isting si te prio r to con structio n , in cluding s urround ing a reas, a nd wil l take r egula r prog r ess pho tos. T hese will be stor e d in the cloud- based document managem e nt sys tem for u se and access by a ll. Griffin wi ll e mploy the u se of Blue beam a s needed for cl a rifica tion of com municat ion and for linking of pho tograph s as n ecessary. Task 2.4 Construction Progress Meetings. Griffin will sc h e dule, host a nd oversee all project m eetings. G ri ffin will provide, or cau se to be provided , agendas and minutes as r equired for the effective discu ssion and r esolutio n of a ll project related iss u es and resolution. Task 2.5 Shop Drawings and Submittal Reviews. Griffin wi ll O\'er see the d istrib ution of a ll sh op draw ings a nd submitta l r eviews. Griffin w ill prov id e a c ursory r eview a nd will e mploy the u se o f Submitta l Exchange for expedie nt dis tribution a nd tracking. Griffin will pre pare p er iodic except ion r e ports to id e ntify ou t st anding s ubmitta ls o r r ev iews r e quire d . 39~49 November 27, 2018 Item #5 Page 48 of 59 Griffin will pre pare a n initi a l s ubmitta l requirement doc ume nt for di stribution a t the Preconslruct ion Confe r e nce. Task 2.6 Plans and Specification Interpretation. Griffi n will respond to RFl's if th ey a r e o fa gen e ral nature a nd wi ll m a inta in an RFI Log. Griffin wi ll a lso obtain a nd maima in sp ecifi ca tion r e fe r e n ce d st a ndards including: loca l a nd r eg ional specifi cations, cod es, stand a rds, publicati o n s, regulations, applicable p e rmitting c rite ria from local , s ta le, a nd federa l agencies, sta ndard drawi ngs and specifi catio n s of t h e local agenc ies, and rela te d d ocuments, as relere n ced in the comracl docu m e nts and as r equire d to p e rform the work. Task 2.7 Construction Inspection Services. Griffin Structures w ill provide an onsit e con struction m a n ager wh o w ill be responsible for qu a lity assu r a nce. These insp ectio n s w ill be performed to insure compli ance w ith project brid ging document s. Griffin wi ll prepa r e d a il y re p o rts of con struction acti v iti es including weathe1· conditions, Contractor's e quipme nt a nd workforce, work performed, materi a ls used, site visit o r s, d e lays in work a nd reasons for th e delays, a nd defic iencies. This r e p o rL w ill also conta in d eviation s and n o n -conforma nce to bridging d ocume nt project crit erion and will provide a time ly res ponse. Griffin wi ll coordina te a nd supervi se, unde r subcontract, a ll sp ecia l in sp ecti ons a t the job site. Griffin wi ll a lso inspect materia ls as Lh e arrive on sit e and ,·e rify that a ll materi a ls a nd e quipment meet project crit e ria requireme nts and a r e prope rl y stored. Griffin will work with City sta ff a nd Ci t y Bldg. De pt., who wi ll serve as the official Author it y H av in g jurisdic tion (A HJ ) fo r signatu res o n formal p e rmit cards. Griffin will a lso p erform routine S WPPP in sp ection s of the sit e, though it should be noted that the S tate Wate r Control Boa rd now requires that the Contractor ser ve as the official QSP for S\VPPP insp ecti o n s. Gri ffi n wi ll therefore inspect the SWPPP as a representative of the C it y, (the LRP) for compliance. Task 2.8 Progress Payments. Griffin w ill establi sh , or cause to be established by the Contractor , a comprehensive Schedule of Va lues for t he en tire t y of the project for approval b y the C it y. Once approved this wi ll se r ve as the basis for a ll progress pay m e nt s, PSA 19-667TRAN whic h G r iffin w ill 1-ev iew fo r con s istency with p rogr ess in the fi e ld and make r ecommend a tion s Lo the Contractor for correct ion . Once corr ec te d , Gr iff in wi ll the n make r ecomme nda ti o n s t o the City for processin g. Task 2.9 Contractor's Claims and Change Orders. Griffin wi ll review a ll ch a n ge orders a nd prov id e supple m e nt a l in for m a tion as n eed e d to justify the ir approval or rej ecti o n. Griffin wi ll n egotiate with the Comrac tor on the C it y's b e half a nd sen ·e as the point of cont act for r esolv ing issu es a nd mitigate aga inst pote ntial claims. Specifica ll y, Griffin w ill seek to avoid claims a s d e taile d above. TASK 3: Project Closeout Griffin will coordina te the final punc h wa lk of th e p roject to in sure al l improvements are per the pl a n s a nd sp ecifi cati o n s. Specifica ll y, Gri ffin w ill emplo y a Fi e ld Observation Log during construc ti o n th a t will see k lO ide ntify qua lit y iss u es observed b y the project Lea rn on a n ongoing bas is. Th is wi ll ser ve t o funct ion as an o n goi ng pre-punch li st , a nd therefor e h e lp to minimize the issu es di scovered a t the fin a l punch wa lk . G riffin will a lso ove r see the fo ll owing punc h wa lk s t o confirm correcti ve action is resolved. Griffin wi ll ove r see the commiss io ning a nd tra ining process con s is tent w ith CalGreen r e quirements. A formal Commiss ionin g r e port will b e incorpora te d int o the fin a l tu rn-over d ocuments a nd uploaded into the doc ume m management sys t em. Gri ffin w ill est a bli s h a wa rrant y c hecklist protocol to address a n y o ngoing wa rra nty issues that m ay arise in the first year o f operation. CONCLUSION Griffin S tructures prov ides unpa r a ll e le d construction m anagem e nt ser v ices. As d escrib ed above, Grif'fin w ill serve as the eyes a nd ears of th e C it y. Our m o tto is "n o surpri ses." We achieve that b y proper m anagem e nt (avoid in g th e issues in t h e first p lace) and clea r a nd concise d ocumentation (for defense and resolu t io n of unavoidable iss u es). Accordingly, Grif fin will prov ide compre h e n sive con st ru c ti on m anagem e nt and ins p ecti o n se n ·ices as detailed in the RFP. 40~49 November 27, 2018 Item #5 Page 49 of 59 5-6. Schedule and Hours P'ltOl(Cl ,iuar 20lf -----oa.t-MUOONl'TIU:nON --.......__ - ---- ---------- ---- 10 ,. I iiiiiiiiiii ----1 I 1----1 1--- 1 - 10 ,. I I 10 .. 10 ,. 10 .. 10 .. 10 ,. 10 ,. 10 ,. 10 .. 10 ,. 10 ,. 10 .. 10 ,. PSA19-667TRAN ~ • .t • HN J02J. • • .. _, '::n \. P'ltOIICll'NAK ... ~,~ . ------M --~ ---ru ----M ----== --~•""IKtmd~Aewlitw .--~c.t ---OUMIN • IUILD ~ -- -----iiiiiiiiiiiiiiii••iiii•-iiiiiiiiiiiiiiiiiiiiiiiiHiiiiiiiiiiiliiiiiiiiiil===== --. ------------------MNMded M,_... ,........ MNNIMld M"-'-1 MNeNIMI AINNdN MNNMd '-NN..a ,_,..... MNMIIM .-_NIMecl ,,.,..... MNNdN MNMmd MHMNCI At,._... ,......,. Cnfl111 Structurt", r1d,nowledst"~ t ht" M:hedult" a, prt.·,t"ntt"d in tht" RFP .md i, prt-part"d to proddc: tht' ,eniet"" ::u .. lordingh. l l o\\l'\i.:r. \\C lx:hc,c n·1 tam drca.-, ot acu·lc1a11on of the· ..,d1t.:duk· ~trc..· po..,.-,ibk·. partu.ularh a, 1t perta111s ru t he de.-,ig n perio<l and the co11s1r u c11011 rl11r::uiu11. ~liuuld rhe Cil\' wish ro e111 er1a111 rhese opt ions ,,e b dit:\t" \\t" 01.1, h t" .,hie to ~,rt.dt."1':t1t" lht" p 1ojc:<t hy J.') nu1c h a, ti m rnulu t:J month, ci u1 in){ dt:>,iKn and:{ momh:ii du1 iug t.on~u uuion). 01 toUl )C, lor tht· stile of 1'11) p1opo,al. and Ill the i ntcn.-st uf bcmg rcspunSl\l' lo the rcqu1rc111l·11I) ol the RFI' we h..t\l' prq,.irc<l our )l..tlfing ..tl10<.1.11un U.1.sl·J on t he <lur.UIOII) proviJnl in the RFP. Current Workload & Availability of Key Personnel tu fo r availability, lhe Liming is ideal. :\JI key team membt-rs arc a vailable a nd no currem w01·kl oad restriclio ns exist for any of them . 41~49 .. ' .. TOTALI -...,. November 27, 2018 Item #5 Page 50 of 59 PSA 19-667TRAN 7.1 Appendix: Resumes Jon Hughes, CCM Project Executive EDUCATION Ba ch e lor o f Scie n ce, Philosoph y and Hi story, Westmo nt Co ll ege ADDITIONAL TRAIN ING Certifi e d Con structio n Ma n age r (CCM) NAV FA C a nd US Army Corp s Constru ctio n Quali ty Management (CQM) Progra m YEARS OF EXPERIENCE 26 QUALIFICATIONS J on Il u ghes· career sp ans some of the r egio n 's most pres ti g iou s prope rties in Sou the rn Californ ia. Hi s experi e n ce and sk ill s with prog r a m and co n structi on manageme nt tools and p rocesses h ave e n a bl e d him to deli ver winning r esults eve r y time. J on·s r esume high li ghts include publi c buildings, sa fet y cent ers, co rporate yards, community centers, marin as , 1·ecr eatio n a l faci lit ies , and utility infras tructu r e. J o n's Progr am a nd Constru ct ion Ma nagement ex pe ri e n ce includes d es ign-build projects, pre -construc tion se r vices , bid r ev iew, cont r ac l n egotia t ions, sa fety protocols, s ite evaluation, qua lit y control, budgetary controls, change order r eview, mate rials acquisit ion, sc he dule r eview a nd e nforce me nt, site stagin g, off-sites a nd g r ading, dry util ity ins ta llation , in ter- contrac1o r coordination , punch li st, and turnove r . Additiona ll y, h e is a n excellent tea m lead er and p roblem solve r wh o m a n ages d e sig n teams we ll. REPRESENTATIVE EXPERIENCE • • • • • Westminster Corporate Yard , Westmins te r , CA: Progra m Manager for the cod e-upgrade, m o d e rniza tion , r e model, a nd expansion to the existing 29,000-SF fac ili ty. Sco p e include d coordinatin g civ il , geotechnical, a nd e nvironme ntal surveys. Tustin Corporate Yard and Emergency Operations Center, Tustin, CA Pomona Corporate Yard , P o m o n a, CA Walnut Creek Corporate Yard , Walnut C r ee k, CA Carlsbad Safety Center, Carlsba d , CA Carlsbad Pine Avenue Community Center & Gardens, Carlsb a d , CA County of San Bernardino Public Safety Operations Center (PSOC), H esperia, CA: Project Ma n ager fo r com pre h e n sive progra m and constructio n m a nagem e nt ser vices for a n ew $17-m illion fac ility. Visalia Emergency Communications Center (VECC), Visa lia, CA: Project Executive for the d eve lopment of a ne w emergency operations center a nd 9 11 dispa tch for the C ity of Visal ia. SDGE Command Center Emergency Backup Facility, Metro Grid Operations, Dis tribution Operations/ Dispatch Operations (GODO), San Diego , CA*: Project Manage r for t h e 5.2-millio n Me t ro GO DO facilit y designed to integ r ate mu lt iple dis patc h a nd d istribution comma nd ce nte r s in o n e fac ilit y. * l11rl ii1irl11a l Project ExjJerif'n r e November 27, 2018 Item #5 Page 51 of 59 Justin Di Rico, ccM, LEED AP Senior Construction Manager EDUCATION BS., Mechanical E n g ineering United States Me rchan t Ma rine Academy LICENSES/CERTIFICATIONS Certifi ed Co n struction Manager (CCM) L eadership in Energy and Enviro nme mal Desig n Accred it e d Professional (L EED AP) Occ upation a l Safety a nd Hea lth Admin istr a tion (OSHA) Certi fie d YEARS OF EXPERIENCE 15 PSA 19-667TRAN QUALIFICATIONS Justin h as m o r e th a n 15 yca 1·s o f ex perie nce in proj ect and construCLi on manage m e nt for a Ya rie t y of produc t t yp es includin g 1·e n ovat ion s a nd new construction for governme nt fac iliti es . Just in has m a naged the con struc tion of sites requ iring d e molition as we ll as bui lt-in occ upied fac ilities a nd n ew construc ti on. H e h as a lso le d tea ms in the construc tion ofmulti- phased , complex su stainable projects s t a tewide. J ust in r esponsibilities h ave include d p r e-con s truc tion services , b id /award ser v ices, con struc ti o n project m a n agem e nt , project a dminis tration , coordination a nd sc hedulin g, ri s k assess m e nts, qualit y con trol , Bl t\l , review o f contrac to r s' technica l and sa fe t y a d e quacy, labor compli a n ce, cost contro l, overa ll project doc ume nL atio n , and close om. I le is a majo r in the Reserves a nd the Mari n e Corps a nd h a s mana ged th e d esig n and con s truct io n o f O\'er one millio n square feet of b uilding s p ace and provided over s ig ht for budge t s as la r ge as $14 0 million. REPRESENTATIVE EXPERIENCE • Pomona Corporate Yard, Pomona, CA Tustin Police Department Emergency Operations Center, T u stin, CA • Buena Park Fire Station No. 61 , Bue n a Park , CA • County of Los Angeles Quartz Hill Library, Quartz Hill , CA • Yorba Linda Library and Arts Center, Yorba Linda, CA • 1st Marine Division Headquarters Building, Camp Pendl eton , CA* • Solar Photovoltaic Arrays in multiple Ca li forn ia sc h ool dis trict s, various citi es in CA* • • • • Energy Efficiency & Mo dernizatio n Projects in Southern California School Districts, vario u s c iti es in CA* Univers ity of Southe rn California, 3434 Grand Shell and Core Renovation , Los An ge les, CA* Orthopedic Hospital Outpatient Clinic, L os An geles, CA* Mater Dei High School , San ta An a, CA* 2000 Ave nue of the Stars , Los A n ge les, CA* SCI ARC at the Freight Yard , Los A n geles, CA* The Resort at Pelican Hill, ewport Beach , CA* Nordstrom South Coast Plaza Remodel, Costa Mesa , CA* * J11r/iT1ir/11al P rojl!cl F.>.j1eril!l1u · 43ff 49 November 27, 2018 Item #5 Page 52 of 59 Lance Solomon Construction Manager Support TRAINING /CERTIFICATIONS Cali forn ia S t o rm Quality Associatio n , certifi e d QSP Certificate in Public Works Construction Inspection , APWA Certifi e d Professio n a l in Erosion & Sediment Control (CPESC), C PR and Basic First Aid, Am e rica n Safety & Health Insti tute Confin ed Space Tra ining in Accorda nce with Re quire m e nts of Title 8, CA Code of Regu latio n s Con crete Fie l d Testing Technician, American Concre te Institute Con stru ctio n Safety and H ealth , US De partment of Labor, OSHA Con structio n Qual ity Ma nagem e nt, U.S . Army Corps of En gi n ee r s YEARS OF EXPERIENCE 23 PSA 19-66 7TRAN QUALIFICATIONS Lance Solomon h as more than 23 yea r s of con stru cti on experience th a t e n compasses a wide varie t y o fprqj ect types including publi c wo rks, renova tion s and n ew con struction , e ducati onal fac ilities, s p orts p arks/recreational fac ilities, unde r ground utilities, d e mo liti on, a nd stormwa ter. La nce's respon si biliti es have e ncompasse d pre pa r a ti o n of a b id a bility r ev iew; eva lu a ti o n of the b id s; conduction o f the pre- co n structi on co nfe r e nce; a nd process ing con trol d ocu me nts s uc h as minut es, prog r ess p ayme nt s, sc h edu les , ch a n ge o rde r s, week ly r e ports, a nd all fe d e r a ll y and state requi r ed d ocu me nts. REPRESENTATIVE EXPERIENCE • Carlsbad Safety Center, Carlsba d , CA: Con structi o n Manager. • County of San Bernardino Civic Center Beautification, Sa n Be rna r d ino, CA: Co n struc ti on Manager for th e renovat io n of the County civ ic center parkin g and sit e fac iliti es 10 accom m odate p a rking and r estore aged in fra s t ru c ture. Prqject includes traffi c analys is , p e d estri a n Aow a n a lys is, const ruction sch e dulin g , budgeting, geotec hnica l oversight , a nd imple m e n tatio n into th e overall County reorganization e ffort . • City of Lake Forest Sports Park with Community/ Recreation Center, Lake Fo rest, CA: Served as Co n structi o n Manage r for the 86-acr e p a rk s ite. The 40 mi ll ion park feat ures a 25 ,6 00-square-foo t r ecreatio n cen ter with m eeting rooms. • • City of Huntington B each Senior Center, Hunting ton Beac h , CA: Served as Con struction Ma nager for 37,563-squ are-foot Senior Ce nter on a five-acre parcel loca ted in Centra l Pa rk . Pine Avenue Community Center and Gard ens Project, Carl sba d , CA: Co n st ructio n Ma n ager for an 18 ,000-square foo t , two -story co mmunity cente r with r e lated s ite im proveme nts a nd ornamenta l and communit y gard ens . San Juan Capi strano On-Call Public Works Inspection , Sa n Jua n Cap is trano, CA*: Served as on-call Public Works Const ru ctio n I nspector for the C it y. T h e woi-k h as included storm dra ins , water and se wer lin es. st r eet widening·, g r ad in g , utilit y coordin a ti on , a nd encr o a c hm ent perm it s. • Rialto Sports Complex, Ri a lto , CA: Construct io n Manager. 44 ~49 November 27, 2018 Item #5 Page 53 of 59 Jay Helekar Cost Estimator EDUCATION Construc ti on Ma n agem ent Engi neering (3 years), Cal Stat e Lo n g Beach PROFESSIONAL REGISTRATIONS LE ED A P YEARS OF EXPERIENCE 15 Dustin Alamo, ccM, LEED AP Preconstruction Resource EDUCATION Bach e lo r of A r c h itec ture Univer sity of Colo r a d o , Bo ulder REGISTRATION Certifie d Con s truc tio n Manager {CCM) LEED Accr edi ted Professional S ta te of Ca li fo rnia Li ce n sed Rea l Est a te B roker PSA 19-667TRAN QUALi FICATIONS Jay Helekar h as more th a n 15 yea r s of cost estim a tin g ex p e ri e nce o n a wide va rie t y public secto r p roject s in cl ud i n g r e n ovati o n s, ne w con struc ti o n , a nd d esig n -build proj ects. J ay brings a unique p e r sp ecti ,·e on the industry as h e h as a mi xed b ac kg round of b e ing both a preconstruc ti o n m a n ager , a nd a gen e r a l contract o r . J ay bri n gs creative a nd ex p e rt s k ill s t o his wo rk, whi c h includes co st estima ting, L E ED a nalys is, va lu e e n g ineer in g , con s tructa bilit y r eviews, mast e r pla nning, a nd sc h e du l ing. I l e is LEED A P certifie d , and a m e mbe r of AS PE . REPRESENTATIVE EXPERIENCE • Westminster Corporate Yard and Police Department Shooting Range, W estminst e r , CA • • • • • Tustin Corporate Yard , T u stin CA Stanton Corporate Yard , Stanton , CA* Monterey Park Corporate Yard , Monte r ey Park P a rk, CA Walnut Creek Corporate Yard, W a lnut Creek , CA Buena Pa rk Fire Station No. 61 , Bue n a Pa rk, CA • County of San Bernardino, San Be rn a rdin o , CA : 5 administration building renovations CA QUALIFICATIONS Dustin brings c urre nt sp ace prog 1·amming, construc t io n m a n age me nt , architectural, a nd desig n s ki ll s. H e h as direc t e d a nd p a rticipate d in corpo r a te ya rds proj ects for the cities o f Wes tminste r , Sta nto n , Wa l nut C r eek, Tustin , a nd New p o rt Beach . H e has a lso parti cipa ted in nume rous m aster pl a nning projects fo r a r an ge of public fa cility t yp es, including corporate yards, p o li ce sta ti o n s, fire safe ty fac ili t ies, library / cultural arts buil d ings, community a nd senior ce nte r s, o ffi ce buildings, and othe rs. REPRESENTATIVE EXPERIENCE • Westminster Corporate Yard Needs Assessment, Westmins t e r , CA Stanton Corporate Yard Needs Assessment, S t a nto n , CA Walnut Creek Corporate Yard Needs Assessment, W a lnut C r eek , CA Tustin Corporate Yard and Emergency Operations Center Needs Assessment. Tus tin , CA Newport Beach Corporate Yard Needs Assessment, Ne wpo rt Be ach , CA Westminster Police Department / City Hall Merger Feasibility Study, W es tmins t er, CA • County of San B e rnardino, County-Wide Facilities 45~49 November 27, 2018 Item #5 Page 54 of 59 MikeJensen,PG,CEG Senior Project Geologist EDUCATION Bach e lo r of Scie n ces.San Diego Sta t e U n ive r sit y, CA REGISTRATIONS/TRAINING Califo rn ia C e rtifie d E n gi n eeri n g Geolo gist - 24 57 Cali fo rnia P rofessio n a l Geologist -8056 CFR OSHA 4 0 -Hour Tra ining Cert ified Nu clear Gau ge Ope r a tor AC I Fi e ld Tech 1 PSA 19-667TRAN QUALIFICATIONS Mi ke J e n sen 's p r o fe ssio n a l ex p e rie n ce in cl udes sp ec ia li zing in in vesti gati o n a nd r e m e d ia l g radi ng of publi c wo rks p roj ect s, majo r roa d way, r esid e nt ia l con struc-t io n , a nd co mme rcia l con struc tio n p roj ect s. His woi·k h as i nclude d fie ld inves ti gati o n s involv ing bucke t a u ge r a nd holl o w ste rn a u ge r drill ing, tre n c hing , a nd sa mpl ing, as well as in- g r a d in g geologic m a pping a nd r emed ia l grad in g. Ty pi ca l roa dway a nd r esid e ntia l pn~ject s in vo lve site ch a r acte ri zatio n , soil compe te n cy assess m e n t, a n d the ide nt ifica ti o n a nd c h a r acteriza t io n o f la ndslides, fa ults, a nd o the r geologic features, a s t h ey re la te to s ite st a bi lit y. REPRESENTATIVE EXPERIENCE • Geotechnical , En vironmenta l , Sp ecial Ins p ecti on/ Ma teri al T esting Se rv i ces, Pro posed South B ay Bus Ma inte nance Fac ility, C hu la Vi s ta, CA: T h e exis tin g I 0.6 ac r es is a n act ive MTS bus m a in te n a n ce fac ilit y con sist in g o f sever a l m ai nte n a n ce bu il d ings, la r ge p aved su d ace p a r king a r eas for h eavy ve h icl es a nd buses, co mp r essed n atura l gas fu e li n g s ta ti o n s , a nd o ffi ce building. As th e P.-ojec t G eologis t , Mr. J e n sen p rovided geotechnica l in ves ti ga ti o n . • Carl s bad CMP R e placeme nt Program , Car lsb ad , CA: Pe rform e d geote c h nical o b se r va tio n and t es tin g services d u rin g the post g r a ding o p e r a tio n s fo r th e replace m e n t o f t h e Corrugate d Me t a l P ip e (C MP) Re p laceme nt a t Ca rl sb ad B lvd . n o rth or Isla nd Way. • Pine Avenu e Community Cente r a nd Garde n s , Car lsbad , CA : Performe d m a teria ls t esti n g a nd in sp ection se r vices durin g con struc t io n . Firs t-Responde rs J o int-Use T raining Fac ility , Car lsba d , CA: Pr~ject G eologis t for i ns p e cti o n se r vices d u1·in g con st r u c t ion in cluding soil , grading a n d backfi ll testin g, rock , con c r e t e, m ason ry a nd asp h a lt con c r ete. Also provid e d geotechnical inves ti ga t ion a nd g rad in g p lan r ev iew during d esign or the n ew fire statio n . Desert Vi ew Drive Sto rm Drai n R e p a i r , Sa n Di ego CA: Project Geologis t for r e p a ir of a n ex is tin g s to rm d rain and assoc iated e r o d e d slo p e o n D esert Vi ew D r. in th e Mo unt Soledad a r ea. La Coru na Strom Drain Im p rovements : Geotechnica l observation a n d tes tin g services d u r in g th e p ost-gr ad in g ope1·a ti ons. November 27, 2018 Item #5 Page 55 of 59 Wm. "Dave" Olson, PE Geotechnical Project Manager EDUCATION Bachelor of S c ienc e , Civ il Engineering {S tructural), Arizona Stat e University, Tempe, AZ Graduate Studies, Geotechnica l, Cal State University, Long Beach PROFESSIONAL REGISTRATIONS CA Register ed Civil Engineer -45293 ADDITIONAL TRAINING CFR 1910.120 OSHA 40- H o ur Training YEARS OF EXPERIENCE 33 PSA 19-667TRAN QUALIFICATIONS Dave O lso n h as ~3 yea r s o r ex p e rie nce in geotechnical/ e n v ironme nt a l e n g ineering a nd con struc Li o n man agem e n l in bo th t h e pub li c a nd priva t e sector s. His ex p e rie n ce incl udes geot echnica l a n a lyses, d evelo pment or d esig n r ecomme nda ti o n s, pre p a r a ti o n o f civi l e n g ineering p la n s a nd s p e cificatio n s a nd construc ti o n m a n agem ent of c iv il a nd e n vironme n ta l 1-e m e dia ti o n proj ect s. In add itio n , he has m a naged cons Lru c Li o n QA /QC mo nitoring progr ams, la nd fill closure projects, p erform e d va lu e e n g ineering studies, a n d geote chnica l s tudies for r oad a nd utilit y a li gn me n ts, b r idges, co mme rc ia l d evelo pme nls an d publi c wo rks pr~ject s, wh ic h include e arthe n d a m s, wa ter/was tewate r faci liti es a nd p ipe li nes. REPRESENTATIVE EXPERIENCE • City of Santee Vehicle Maintenance Facility, Santee, CA First-Responders Joint-Use Training Facility, Ca rl sbad, CA: P roj ect En g ineer for ins p ection se r vices du ring co n s truc t ion includi ng soil , g r a din g and backfill t estin g, roc k , con c r e Le, m aso n a r y, a nd aspha lt con c r e Le. A lso provide d geot echnica l in ves ti gatio n a nd g r a ding pl a n r eview durin g d esig n o r Lh e n ew fi r e s ta ti o n , Bressi Ranch Roadway Settlement Evaluation , Carl sb ad , CA Poway Fire Training Facility , Poway , CA: Seni o r Project En g in ee1· fo r th e geoLechn ical e n gi n eerin g st udies a nd analyses. • Camino Del Norte Road and 1-15/Whitson CM , Sa n • • Di ego, Ra n c ho Be rn a rdo, CA Leucadia Wastewater District Headquarters Building, Carl s b a d , CA: Se nio r Proj ect E n g ineer fo r t h e geoLechnical e n g inee rin g st udies a nd a n a lyses. Encina Wastewater Facility Adminis tration & Maintnance Buildings, Ca rls b a d , CA: P roj ect Ma n agc1· a nd E n g in ee r for Lh e su bs u1-face im ·es ti ga ti o n and o bser va ti o n o f g r ad in g a nd con s truc ti o n o f a n ew a dministra ti ve buildin g . Leucadia Wastewater Facility Pump Station, Carls b ad, CA Del Mar Bluffs, Projects 2 and 3 , Trac kbed Support, North County Transit District , D el Ma r , CA" Pr~ject l\l a nager /E n g i neer Torrey Pines Road Slope Recons ruction, La Joll a , CA: Proj ect E n g inee r/Manager OMWD (On -Call) Mount Israel Eme rgency Waterline Replacement, E~co ndid o , CA: Project En g in eer November 27, 2018 Item #5 Page 56 of 59 PSA 19-667TRAN 7.2 Appendix: Hourly Rate Schedule Griffin Structures' Staff Rate Schedule Principal-in-Charge $225.00 CFO & Financial $195.00 Project Executive $185.00 Sr. Construction Manager $160.00 Construction Manager $150.00 Administration $ 95.00 November 27, 2018 Item #5 Page 57 of 59 ~t GRIFFIN STRUCTURES So111hn11 (.';tlifornia OflicT 2 Tcdmolog-y D1 in-, S11i1c l.i0 In·i11c , C \ !ncil8 (9 1!1) 1!17-!1000 :'\or1hcrn California Office 18,i0 \\'arb11r1011 An·m1c, S11i1c 120 Sanla Clara , C. \ !J.iO.iO ( 108) <).i,i -0 J:-{ I PSA 19-667TRAN 49 of 49 November 27, 2018 Item #5 Page 58 of 59