Loading...
HomeMy WebLinkAbout2018-11-27; City Council; Resolution 2018-196RESOLUTION 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 (cont'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 Seprember 27, 201 8 City of Carlsbad, Public Works Department Contract Administration 1635 Farad ay Avenue Carlsbad, CA 92008-7314 Attn: Eleida Felix Yackel PSA 19-667TRAN II RE: Construction Management and Inspection Services for the Orion Center Construction and Fleet Maintenance Building Refurbishment, Carlsbad, CA Dear Ms. Yackel: Thank you fo r the opportunity to submit our qualifications for these two important City of Carlsbad prqjects. Griffin believes the winning team should possess a significant a mount of ma intenance and o perations center experience. In line with this concept, we are pleased to present our extensive p ortfolio of relevant projecrs, located througho ut California. Griffin's portfolio includes both renovations and new construction for corpora te yards and similar proj ect types. \Ve sincerely believe that our local expertise in this pa rticular prqject typ e is unparalleled . Griffi n is ver y familiar with the Design-Build deliver y method, having successfully completed numerous Design-Build prqjects. Additionally, we have prior working experience with the City of Carlsbad and RNT Architecrs. As Prqject Executi,·e, I propose to lead the overall direction, with Justin DiRico serving as Senior Consrruction Manager and the City's day-to-day contacr, Lance Solomon serving as Construction Manager Support, a nd Dustin Alamo serving as a Preconstruction Resource. Since three of us are Certified Construction Managers (CCMs), we bring specialized construction management expertise. J ay Helekar will provide cost validation supporl, and Leighton & Associates will provide geotcchnical engineering services. \Ve feel that our team members work well together and with the City of Carlsbad "s staff. Griffi n's team is available to begin immediately upon your direction. Best wishes, Jon Hughes, CCM, VP, Director of Ope rations jhughes@griffinstructures.com (0) 949-497-9000 X208 I (C) 949-444-1615 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 (Griffin) has managed the design and construction of maintenance and operations centers, fleet maintenace shops, utility facilities, public safety facilities, 91 I dispatch centers, data rooms, and other first responder facilities, many of which were designed as essential service facilities. Our Team has the advantage Lo apply this yaried and specia lized knowledge to assure the success of these two projects. Griffin's experience with facilities of this type, combined with our experience working for the City of Carlsbad, provides us a unique opportunity to bring the highest level of service. The winning team should possess a comprehensive understanding of the specific building type as well as the requested pr~ject delivery method (Design- Build). Griffin and it s staff members have managed the construction or numerous corporate yards and maintenance/operations pr~jects for more than '.30 years. From the City of Westminster's Corporate Yard project to the City or Stanton's Corporate Yard, Griffin understands the dynamics in both reno\"ations and new facilities. Our subconsultanl, Leighton is uniquely qualified 10 provide geotcchnical services for this project since Leighton previously completed a geotechnical exploration at this site (for I he Carlsbad Public Works Center Facility 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~joys the recent success of the grand opening of the Pine Avenue Communit)' Park, and we are currently providing construction management services for the Carlsbad Safety Center project. We are up-to-date on codes and regulations that may impact project schedules, and we have recent experience with key City staff as well as R T Architects, the architectural firm for this project. We also understand the City's bidding and documemation process, which offers I he City an efficient and knowledge team capable of utilizing City 1·esources effectively. Our Team consists of Jon Hughes,Justin DiRico, Lance Solomon, Dustin Alamo, and J ay Helekar from Griffin Structures, and Mike Jensen and Dave Olson from Leighton & Associates. Approach Om approach is particularly important when ii comes to Design-Build prqjects. We believe nothing of g reater importance than the de\"elopment of clear and comprehensive bridging documents and the understanding for operational continuity during the const ruction phase. Clear and concise communication and sensitivit y is of key importance. Also, it is vital to establish a refined project schedule and budget. This exercise is key Lo executing an initial assessment of the overall health of the projects and to minimize future issues for the City and the 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-ied progra m management / construction management / inspection services company serving the public and private sectors since 198 I. Griffin's experience includes a variety of product types and building types (Type I through T ype V) for both new construction and renovations. While the firm holds Class A and Class B California Contractor licenses, we consider ourselves to be Owner's Representatives, rather than contractors. Griffin offers a wide portfolio of services for projects of'all sizes and complexities including: • Project Management • Construction Management • Program Management • Project Management • Owner Representation • Constructability Reviews • Project Scheduling During the past 37 years, 90 percen1 of1he project ,·alue of'Griff,n's work was performed for governmet1Lal clientele. During this time, Griffin has efficie111lr managed 1he deli very of projects ranging from feasibility studies; to the renovation a nd expansion of public buildings; to ground-up new construction of maintenance and operations centers, PSA 19-667TRAN sa fety centers, fire and police faci li1ies, corporate yards, government administral ive offices, and other public / private facilities. Our highly personalized approach has produced an extensive, award-winning portfolio. Griffin's team is well-versed in multiple delivery methods for public works projects, and each team member is exceptionally well qualified for this particular Design- Build prqject. As Construction Manager.Justin Di Rico, CCM, LEED AP, managed the construction of the Buena Park Station, earning accolades for his stellar performance. Mike J ensen is knowledgeable abou1 the soils conditions and geotechnical aspects of the project. I I is experience includes various prqjects for the City of Carl sbad. Prqject Executive, Jon Hughes' experience includes the Walnut Creek Corporate Yard, Tustin Corporate Yard, Tustin Emergency Communications Center, and the San Bernardino Public Safety Operations Center in Hesperia. REPRESENTATIVE MAINTENANCE/OPERATIONS PROJECTS BUILT • Westminster Corporate Yard • Walnut Creek Corporate Yard • Stanton Public Works Maintenance Yard IN CONSTRUCTION • Tustin Corporate Yard/Emergency Operation Center • Pomona Corporate Yard IN PLANNING/DESIGN • Walnut Creek Corporate Yard Relocation Needs Assessment • Ra ncho Palos Verde Corporate Yard • Monterey Park Public Works Corporate Yard • Ontario Municipal Service Center • Anaheim Transportation Network Bus Maintenance Corporate Yard • County of San Bernardino Fleet Management Center • Tiburon Corporate Yard 16 '4f 49 November 27, 2018 Item #5 Page 25 of 59 Why Griffin? Westminster Street Maintenance Shops & Crew Room Our Team is very experienced in managing new construction and renovations to existing facilities, most notably demonstrated in our portfolio of corporate yard facilities. In our many years of business, we have continuously served as constniction manager during either the planning, design and/ or construcrion phases for corporate yards. This experience provides valuable insight on what is needed to design and build a pr~ject that will result in success for the Cit y of Cal'l sbad. M01-covcr, we also have considerable experience with first responder facilities, which we belieYe maintenance facilities belong within the same categor r. Griffin's public sector references are excellent with respect to ma naging a multi-faceted public pn:~jcct. I Jenee, 70% or our projects represent repeat business. Our di,·erse staff haYe backg rounds in development, engineering, architecture, acco1tnting, and contracting. This br ings multiple perspectives into the decision-making process and fosters a belier project outcome. PSA 19-667TRAN STRATEGIC CONSIDERATIONS Griffin Structures has given considerable thought to the requireme nts of these pr~jects and how Griffi n can add substantial value. We frame the following discussion in terms of the questions tha t the City may consider as it moves forward to select its Construction Management 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: Given the proximity of'the existing feet build ing, we believe it will be critical to establish a clearly defined phasing ana lysis of the project. as well as the strict enforcement of ingress and egress protocols. In our construction oft he Westminster Corporate Yard, we encountered this challenge in a significant way. By e mploying clear lines of communication, strict enforcement of traffic nows, timely deliveries, we were able to rebuild the entire facility while a llowing access to key components of this fu nctioning 17 W-49 November 27, 2018 Item #5 Page 26 of 59 ya rd. Similarly, we would recommend that chis pr~ject enforce a tra ffi c stric t tra ffic Aow Lhat is consistent with all existing operations of the facilit). Finally, consistem with this approach we would require that the Contractor post tra ffic safety signage near the existing skate park to minimize potential hazardous t1·affic flows near this facility. This would be strictly enforced 10 protect the health and welfa re of the public, specifically children and youth. Q: How can the city be certain the construction management team can adequately coordinate with multiple city departments who will move into this building? A: Griffin Structures ta kes greal pride in bein g able to coordinate with multiple stakeholders and City departments concu rre ntly. With that experience in hand, we will provide nuanced coordination and departme nt specific assistance in the design, construction, fit out, a nd move in of each department based on their unique ope rational need. This will make for a seamless move management effort and contribute to a positive overall impression of the pr~ject as a whole. Q: What specific design considerations should the city be aware of that might impact the success of the project? A: We haYe found that adequate sizing of1he generator can pose a significant challenge to projects o f this type, specifically with regard to Design Build pr~jects. It is crucial that all opera I ion al components or I he facility be adequately vetted so as to establish a clearly defined demand load. Often we find chat bridging documents will make certa in assumptions with regard to power without per forming the d etailed analysis required for complete documents. In insta nces where the generator size must increase, this can pose significant budgetar y challenges to the project. Inversely, overestimating 1he load can build unnecessary costs into the pr~jec1 that could otherwise be avoided. Similarly, changing 1he sizing of a generator can have significant impacts to the schedule, as well as space pla nning for the yard as whole. Accordingly, we wou ld endeavor to per form a n enhance emergency power demand a nalysis to avoid 1his scenario prior to bid. PSA 19-667TRAN Q: How can the city be certain the best contractor is selected for this project? A: A good Contractor is 1101 only essential to maintain ing good relations with 1he neighborhood, but is essential to a successful proj ect in general. In ou1· experience, a key method fo r recruiting a selecting a good Contractor is by perfo1·ming a prequalification RFQ selection process. The prequalificacion process allows 1he City Lo establish certain minimum requireme nts that demonstnlte competency. Griffin Structures uses the Dept. of Industrial Reial ions questionnaire templa1e for per forming this effort. Working with City sta ff and the desig n team, Griffin will seek to establish cen ain minimums for o,·erall reYenue, bonding capacit y, safety EMR rating, comparable experience minimums, and possibly even specialty subcontractor prequa Ii ficalion. Our experience has shown that this effort has a way ofa11racting a higher level of Contractor, primarily as it offers them the incentive of a limited bid pool once the project goes out to formal bid. This incentivizes the best contractors to participate without the fear o f having to compete against substandard contractors who often bid projects at a loss, which hurts the prqject as a whole. Accordingly, Griffin recomme nds pe rforming a Contractor prequalification process for establishing the final bid pool. This is due to the fac t that larger Contractors like ly do not pursue small projects as they typically ha,·e union labor agreemenls in place. By paying p1·cvailing wage, this levels the playing field and allows the larger more competent contracto1·s to compete successfully. Com·e1·sely, prevailing wages often increase labor costs by as much as 20%, and are therefore not fina ncial responsible for smallci- prqjects. T his project lies right in the middle of these two extremes and therefore would do well to undergo a prevailing wage analysis. CONCLUSION O ur Team would be honored the o pportunity to oversee the successful Design-Build delivery of the O r ion Center and Fleet Ma intenance Building Re furbishment projects. 1s w 49 November 27, 2018 Item #5 Page 27 of 59 PSA 19-667TRAN Westminster Corporate Yard Westminster, CA Relevancy: Corporate yard facility Design-build Owner's representative, construction management, program management, needs assessment Replacement facility Completed on time and on budget Phased approach Cost: $14 million Size: 40,000 SF Start/Completion 2011/201 5 Staff Involved: Jon Hughes, Project Executive Dustin Alamo, Preconstruction Client: City of Westminster Marwan Youssef, Public Works Director (714) 548-3460 myoussef@westminste1·-ca.gov With an aging infrastructure and code \'iolations throughout the yard, the City initia lly hired Griffin Structures to perform a needs assessment on the future space requirements of the facility. Repurposing some buildings, consolidating others, and repositioning the real estate into a logical, safe work flow was a solution our team developed while working with the City. A phased apprnach was developed to keep \'ehicle maintenance operations running conc11 n e nt J~, thro ugh con st ruction. T he existing 29,000 SF public works facility was demolished and replaced with a 40,000 SF building. The project was delivered on a design-build basis. l earn responsibilities included program and construction m anagement and coordination of ci\'il, geotechnical. and environmental surveys as well as preparation of the program and basis of design. "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 llll' · ,• , .. ,., I " ; ::,11liiill11111111 ,11111"': _,, • • • '.,....., - . ""' ,1 .-~ .. .,.._ •'\..r Relevancy: Corporate yard facility Administration offices and multi- functional spaces Construction management Replacement facility Completed on time and on budget Awards: Cost: American Public Works Association/Southern California Chapter Construction Management Association of America/Southern California Chapter $5.2 million Size: 1.5 acre site; 14,000 SF Start/Completlon 2008/2010 Client: City of Stanton Nick Guilliams, Former Public Works Director (651) 554-3213 I nguilliams@sspmn.org Griffin Structures p erformed owner's representation, construction management services, a nd a needs assessme nt for the C ity of Stanton Public Works Department's new Corporate Yard facility. T he 1.5- acre project site leatures a 6,000 SF adm inistration build ing with an emer gency ope rat io ns cente r and a community room that can be reserved by the public for special groups a nd meetings, an 8,000 SF warehouse, vehicle maintenance bays with canopy structures, and a fueling station. Designed to fully susta inable standard s with numerous "green" energy- saving features incorporated throughout, the new facility replaces the o utdated city yard a nd prnvides optimized and e fficient space for a ll departmental fu nctions. "Griffin Structures provided outstanding professional services 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 Replacement facility Administrative offices Phased approach 15.2 million Size: 17,284 SF Start/Completlon 2017/ongoing Method of Delivery Desig n-bid-build Staff Involved Jon Hughes, Project Executive Dustin Alamo, Preconstruction Client: City ofTustin Contact: Doug Stack, Public Works Director (714) 573-3150 dstack@tustinca.org Griffi n Structures is providing owner 's representation, program a nd construction management for the new Tustin Corporate Yard and Emergency Operations Center. The prqject consists of demolition ofan exist ing fire station and facilities maintenance office trailers; and construction of a new 17,284 SF corporate yard office building to include a state-of-the-art Emergency Operations Center, back up emergency dispatch center, and RACES (Radio Ama teur Civil Emergency Ser vice) room. T he facility includes a new wellness center for Cit y staff use. locker rooms, new water lab, facilities maintenance offices, break room, and conference rooms. The prqject also encompasses new covered parking, photo voltaics. and a new landscape demonstration 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 21 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/ 2018 I ongoing Staff Involved: Dustin Alamo, Preconstruction Client: Town of Tiburon 1505 Tiburon Blvd Tiburon, CA 94920 Contact: Patrick Barnes, Director of Public Works/ Town Engineer (4 15) 435-7388 pbarnes@townoftiburon.org The Town of T iburon is assessing the viability of replacing its corporate yard facilities since the existing corporate yard has reached its useful life. An added goal is to improve work flow efficiencies a nd anticipate future operational goals. The Town selected Griffin to develop a space program that identifies facility requirements for the future corporate yard. T he scope includes discussions wi th staff that are related to existing and fut111"e operational practices, material storage technologies, and other critical impacls on facilities. Additionally, the Town requested that Griffin explore the potential integration of the Richardson Bay Sanitary District (RBSD) and its corporate yard. Once the future space prng1·am has been identified, our learn will turn the data imo a visual representa ti on \\'ith development of concept sit e plan a nd floor p lan options. The last step will include total pr~ject cost estimates with accompanying budget schedule assumptions. November 27, 2018 Item #5 Page 31 of 59 Walnut Creek Public Works Yard Walnut Creek, CA PSA 19-667TRAN Griffin was in itia lly selected by the City of Walnut c ,-eek to develop a Space 1eeds Analysis for the relocation of the City's Public Works Maintenance Yard. Subsequent to the Space Needs Analysis, Griffin also provided program and construction management services for the maintenance yard relocation for three separate locations throughout the City. Ranchos Palos Verdes Corporate Yard Ranchos Palos Verdes, CA 23 pf 49 The City of Ra nchos Palos Verdes had the opportunity to take ad\'antage of the former military base as its corporate yard headqua rters and contracted with Griffin to review the feasibility of con\'erting the existing parcel to accommodate its future use. The study began with an assessment of the facilities followed by an in-depth a nalysis of its future operational need s. Several options were identified as part of the study including contracting out various services dependent on a nu mber or ballot measures. O nce the space pr~ject ions were approved, our team d eveloped conceptual pla ns to visually articulate how the parcel would operate with buildings, shops, parking and circulation. Cost estimates were prepared and a fi nal report was presented. 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 assessment for relocating the Monterey Park Public Works Corporate Yard to a new site for disposition or its current site as a residential development. The project involved pe rforming a detailed space needs analysis wh ich reflected currenL and future operations for the City of Mome1·ey Park. Analysis components included administration and shop areas, which were computed based primarily on current operational practices. Refinements were added, as identified in discussions wi th management staff regarding options for remo\·ing obsolete materials, use of higher densi ty storage, possible pla nned changes in scope of services performed on site, and other such information. Griffin also developed a conceptual site plan based off the space needs analysis and a conceptua l statement or probable cost to determine the financial feasibility or the new yard. Anaheim Transportation Network Bus Corporate Yard Anahe im Resort Transportation (ART) Anaheim, CA 24 pf49 Griffin provided a detailed space needs analys is Lo potentially relocate the head911ane1·s of the Anaheim Transportation etwork (ATN). The study involved addressin g ATN's operational practices, alternatives of space usage, and the analytics or space needs computation. The scope or work specifically add ressedadministration areas for Corporate operations, a training room, corporate fac ilities, warehouse storage, fueling slat ion options, bus wash areas, Acct parking requirements, employee parking needs, and other sire considerations. 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 working with the Cit y of Ontario lO develop a Facility Master Plan to identify the Ontario Municipal Service Center's (OMSC) existing and future functional need s and to determine a way to address growth in the City while utilizing OMSC's current site efficiently. Newport Beach Public Works General Services Yard & Utility Service Yard Newport Beach, CA 25~49 As part of an earlier comprehensiYe feasibility study, Griffin examined the potentia l needs for a replacement of various Cit y facilities and other operational areas associated with re-purposed use oft he existing "General Services" Yard Facility. As pan of a reuse of the site, it became necessary lO study moving the remaining services operations from that site to the "Utilities·· Yard Facilit y, which a ligns with the recent organizational consolidation 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 Construction management Cost TBD Start Date / Completion Date 9/2018 I est. 2021 Size see write up Team Jon Hughes, Project Executive Justin DiRico, Construction Manager Client City or Pomona c/o City Clerk's Office 505 S Garey Avenue Pomona, CA 91766 STREET \BLOCK I WALL I PHASE 1 (ANNE)q YARD) -PAVED LOT CONCRETE RAILROAD R/W Griflin is serving as Owner's Representative for Lhis new design- build corporate ya rd project. The Water Resources Department Corporate Yard is envisioned LO con sisl a new modularly-construcLed Administration Building (17,600 SF), new Warehouse (7,200 SF) and Shops (8,900 SF) buildings, covered parking canopies and equipment sLOrage (23,000 SF), siLe walls and gates (1,700 SF), covered malerial storage bins, vehicula r and pedestrian concrete paving (130,000 SF) and la ndscape planting and irrigation (1 3,000 SF), all supporting below and aboveground uLiliLy sysLems, site lighLing, and site-wide security a nd access control systems. T here will be an emphasis on maximizing t he use of the facility by designing spaces for multi-use and Aexible sizing, and the mainLenance, durability, and sustainabilit y or the faci lity. 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 Emergency safety center· that houses multiple functions Design-build delivery Construction management and needs assessment Security is a key component Status Completed Staff Involved Jon Hughes, Project Executive Justin DiRico, Construction Manager Dustin Alamo, Preconstruction Client City of Tustin Doug Stack, Public Works Director (714) 573-3150 dstack@tustinca.org Joe Meyers, Emergency Coordin ator· (7 14) 573-3294 dstack@tustinca.org Griffin Structur·es provided construction management services for the renovation of the City of Tustin Police Depanment Emergency Operation Center (EOC). T he Center serves ma ny functions including the EOC, briefing room, training room, and community room. This multi- functional room includes storage for these various uses and also serves as entry into the Police Department's Armory. The pr~ject consisted of a space needs assessment with multiple end users, space reconhgurarion, FF&E selection, multi-functional audio/ visual upg rades, construction documentation, and execution of construction. The project a lso comprised the reconfiguring of the Armory, the addition of two Sleep Rooms and the creation ofa separate Patrol Stonlge Room within the Police Depa rtment motor pool parking structure (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 Replacement fire station Construction management On-schedule and under budget Pre-engineered metal building $13 million Start Date / Completlon Date s;2011 I 112018 Size 18,000 SF Team Jon Hughes, Prc~ject Executive Justin DiRico, Construction Manager Cllent City of Tustin 300 Cem ennial Way Tustin, CA 92780 Contact Doug Stack, Public WOJ·ks Dir·ector (714) 573-3150 dstack@tustinca.org Griffin serYed as prog ram and construction m anager for the new fire station operated by the Orange County Fire Authority (OC FA). T he $13 million facility houses OCFA fi refighters as well as administrative offices, serYing as a baualion and O CFA Divisio n 7 headqua n e rs. It featu res three fi re apparatus bays with q uick-op ening bi-fold d oors and a sig nal inte rrupter. T he station also includes training rooms and office space, 14 dormitory sleeping quarters, kitchen and dining facilities, and a workout room. T he large trainin g room is equipped to op erate as a n Eme rgency Operation s Cente r. Exterior features include a genera tor to powe1· the b uilding in the even t of a power outage, an appannus wash a,-ea, a dua l-fuel fu eling stat io n, a nd storm watc1- cap ture and filtration including per vious paving in the parking areas. T he design incorporates a pre-engineered metal building structure with a n insulated meta l panel roofing system , resulting in accelerate d delivery and se,·e1·al thousands of dollars sa,·ed over traditio na l fi re station constructio n. T he project was delivered on-schedule and 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 emphasis on audio visual, high voltage, computer center. and heavy FF&E Recent City of Carlsbad project Status Completed Team Jon Hughes, Principal-in-Charge Client City of Carlsbad Steven Didier Municipal Prqjects Manager (706) 602-7539 sdidier@carlsbadca.gov Griffin served as construction manager for the $11 million upgrade of the Carlsbad Pine Avenue Community Center & Gardens, located adj acent to the Cad sbad Senior Center a nd Pine Avenue Park. The site, for merly a parking lot for the senior center, was designed to complement the existing center and encourage inter-generational connectivity. T h is new two-story, multi-genei-ational project was comprised of two primary components: (I) an 18,000 square foot two-story community center with rela ted site improvements and (2) an ornamental and community garden. The entire project was desig ned to strengthe n community connectivity, promote health and wellness, and foster sustainability. The first floor includes a history wall featuring photos of' the area and its celebrations. T he multi-purpose gymnasium with a hard,rnod court striped for regulation high school basketball , volleyball, badminton, and pickleball also includes a scoreboard. A low cl imbing wall spans one side of the gym. The second floor features meeting and activity rooms, a teen center, homework room, classroom, computer lab, and covered terrace. 29 pf49 November 27, 2018 Item #5 Page 38 of 59 Leighton Consulting, Inc. Leighwn Consulting, Inc. (Leighwn) is a collaboration of consu It i ng engineers, geologists, sciemists, a nd technicians who provide turnkey geotechnical consulting services across Southern California. Leighton has 57 years of service in the region and a continuous presence in the County of' San Diego for more than 35 years. Leighton h as established a strong local presence, opening their San Diego office in 1979, and building a successful history with a long list of clients in the area, including the City of' Carlsbad, City of San Diego, County of San Diego Public Wo1·ks, a nd SAN DAG. Leighton is currently serving the City of' Carlsbad on an On-Call basis prnviding Geotechnical and Materials Testing and Inspection Services. With over five decades of southern California experience, Leighton brings an incomparable hi story and basis for understanding a site's issues and constraints. Leighton has successfully completed prqjects up to $1.3 billion in construction value and won over 50 awards for eng ineering excellence. Leighton is structured and operates in strategically located offices with mana!{ement auLOnomy to prm·ide services as needed, along wit h t he backing of its larger corporate resources and personnel strength of oYer 155 e mployees. Lei!{hton's services wi ll be mobilized out of the San Diego office with support from seven other southern Ct1l ifornia offices. as needed. PSA 19-667TRAN South Bay Bus Maintenance Facility 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 & Materials Testing Se1·vices for the City of Carlsbad Cannon Park Improvements Carlsbad CMP Replacement Progra m La Coruna Storm Drain lmproYemems Legoland California, Carlsbad Carlsbad Joint Use Training Facility Carlsbad Company Swres Carlsbad Ranch , Carltas Development Carlsbad l\lunicipal Golf Course 30 fls49 November 27, 2018 Item #5 Page 39 of 59 PSA 19-667TRAN 3. Project Team Proven, Recent Experience for the City of Carlsbad Griffin recently completed the Carlsbad Pine Avenue Community Center and Gardens. Our team is led by Jon Hughes, CCM, as Project Executive, with Justin DiRico, CCM serving as Constructio n Manager and the City's day-to-day contact. Justin will be assisted by Lance Solomon for Construction Management Support, Dustin Alamo for Preconstruction Support, and Jay Helekar for Cost Validation Support. Mike Jensen and Dave Olson (Leighton Group) will perform soils and geotechnical engineering services. All key team members have long standing, prior working relationships on several projects. All are readily available and no current workload restrictions exist for any of them. Our team is eage r to begin immediately upon direction by 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 . Overall 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 available. . 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) inspection services. . LEED Accredited Professional . Oversight of subcontractors . (LEED AP) . New construction and renova- tion experience Lance Solomon . City of Carlsbad experience Construction Manager Support . Construction Management . New construction and renova- (Griffin) Resource tion experience yes . Public works experience . Certified Construction Manager (CCM) . LEED Accredited Professional Dustin Alamo, CCM, LEED AP . Preconstruction Resource (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 engineer . Soils and geotechnical Geotechnical Project Manager . Recent Carlsbad experience yes (Leighton) engineering. . Grading and soils expertise November 27, 2018 Item #5 Page 40 of 59 4. Project Approach Work Plan Approach and Philosophy Griffin Structures approaches each prqject will, the perspective ofan Owner, and the insight ofa Contractor. Based on ou r unique blend of experience as both public agency Owner's Representatives and at-risk Fee Developers, Griffin has the unique abilit y to provide enhanced services to its clients. Like an Owner, we approach e\·ery prqject with the perspective t ha t it is our money, our schedule, and our faci lity that is being developed. Like a Contractor, we have the extensive field experience to understand the mindset ofa Contractor, the often h idden decision making process, and an in depth u nderstanding of the technical issues faced by a Contractor. Togethe r, with those two key components, Griffin Structures is able to provide construction management ser vices which insure a successful proj ect of the highest quality. This approach is particularly important when it comes to Design-Build (D/B) projects. A D/B project is structured to place the responsibility of both the design and the construction on the Contractor, though we find Contractors are often ill suited for managing both disciplines. Given our experience managing both the preconstruction and construction phases, we can manage the D/B Contractor in a way that insu1-es the City's primary objective is met, that is; a well-coordina ted project that resulted in fully integrnted plans, and a comp1-el1ensive app1-oach to constructing the project. With this project, it is critical that the City of Carlsbad has a Construction Manager that u nderstands Corporate Yards and the nuances associated with faci lities of this type. With our extensive experience in Corporate Yard assessment, programming, design, permining-, and con st ruction, Griffi n can provide a comprehensive u nderstanding a nd leadership for the project that is unparalleled in the industry. V,'e understand corporate yards, how they function, and we understand how to manage the e ntire process from desig n through construction. PSA 19-667TRAN Specifically, regarding the key aspects of this project, Griffin will employ the fo llowing approach: A. PARTNERING SESSION C1-itical to the success of any project is the implementation of a comprehensive pannering session . T his is panicularly essential for a D/8 project, and even more so when it comes to a Corpo1·ate Yard with multiple phases, and a variety of build ings and uses. Griffin has extensive experience in fostering a coll aborative and efficient working environment, that enhances the strengths of all team members and provides for a spirit of cooperation throughout the project. In fact, we go beyond a single pa rtnering session, but rather implement an entire process that provides for a perpetual partnering culture. Our approach involves the following: I. Project Assessment: Griffin Structures begins eYery prqject with a comprehensive Initial Assessment. This assessment provides the City with a fresh pe1-spective on all aspects of I he prqject currently underway and allows Griffin to strategically assess the priorities for executing our ser vices. This assessment unfo lds in 2 phases: Initial Investigation: (;riffin will meet with the Cit y to establish the ini1ial key concerns and needs of the project. Sometimes it is discovered that the design a nd bid schedule is in jeopardy, other times the key concern is contractor prequalification. Yet other times, the prima ry concern is to establish a comprehensive and succinct budget. \t\'ha tever the most p ressing issue might be, Griffin will establish a short list of prio1·ities, and engage in those key tasks first. Typically, we fin d that this init ial assessment results in the immediate need for one or both of the fo llowing tasks: 32~fi 49 November 27, 2018 Item #5 Page 41 of 59 I. Establishing a refi ned project schedule 2. Establishing a refined project budget HoweYer, should the initial assessment phase unearth other project needs, or if the C it y has a priority list alread y established, we will adjust our initial task ite ms accordingly. For this project we suspect the biggest challenge will be the clear and comprehensive development of bridging documents. For a 0 /B project, there is no effort of g reater importance than the generation of clear a nd concise bridging documents. This is especiall y true when it comes to a 0/B approach to a renovation or an existing facility. Even more critical is the fact that a portion of this prqject will be the addition o f two bays to the Fleet Maintena nce Building, housing critical maintenance functions that must remain operational at all times. We unde rstand facilities of this nature intimately, most notably our recent project for the City ofTustin's EOC & Corpor ate Yard. With t hat expe rience, we will be able to quickly evaluate and establish key goals and objectives to o rient the project in the right di1·ection. 2. Identify Project Objectives: O nce the initial assessment a nd resolution effort is achieved , Griffin will then move toward establishing a standard protocol for the p roject team. We have found that clarity a nd consistency in direction is the single most significant feature of establishing a successful project protocol. To achieve this level of clarity and consistency, Griffin will first establish a clear understanding o f City policies a nd protocols. Because of our extensive experience in the public sector, a nd with the City of Carlsbad , we can effectively mold our approach to the City. We effectively become an extension of City staff. With tha t in mind, we then establish protocols for a ll aspects of the project. Specifically, we will: Establish communicati on cha nnels and policies 0Yersee document strategies, especially how information will be communicated to the field Iclentil)' key ch allenges to the project PSA 19-667TRAN • Establish a nd formalize action item s for respecLive Learn members Identify and reinforce key project objectives. Once the Initial Assessme nt period is completed, our overa ll approach can best be summa rized under the following four aspects: CommunicaLion and Docu ment Control, Schedule Management, Financial Controls, a nd Quality Assurance. B. COMMUNICATION & DOCUMENT CONTROL Following Lhe Prqjecl Assessme nl, Griffin will then establish comprehensive Communication and Document Controls. This is a n essential componenL of maintaining a spirit of cooperation a nd colla boration throughout the duration of the project. Specifically, we will implement the following: 1. Communication Protocols: Build ing o n the project o~jectiYes identified in Lhe initial assessment, Griffin will then begin establishing standardized communication protocols. These protocols a1·e critical in a construction prqject of this size and scope and are particularly key to a successful 0/B Contract. Accordingly, Griffin will establish a clear line of communication between the team members which will be utilized during the construction process. Working closely with the C ity, Griffin will identify the proper channe ls for all communication between the City's consultants and the 0 /B Contractor to establish seamless communication for the duration of the prqjecl. For this project, clear and organized com munication will be critical. When working on a n active Safety Cente r, it will be critical that the project team is coordinating and communicating regularly with operational sta ff to minimize interruptions and disruptions. This will necessarily involve a robust phasing schedule, deep understanding of the unique operational aspects of each department, and the proper understanding oft he chain of command to avoid com munication breakdowns and potential <.lisrnptions to sen-ice. Griffin understands facilities o f this type and can manage this effort in a manner that is seamless. 33~f 49 November 27, 2018 Item #5 Page 42 of 59 2. Document Management: Griffin Structures employs the use of Submittal Exchange for all project document controls. This sysLern is comprehensive, adapLable, sLraighLforward, and easy to use. We will require that the desig n-build contractor utilize this system, or a sysLem of equal capabiliLies. EssenLially, Lhe system we recommend works as follows: Once Lhe projecL is initialed, Lhe Submittal Exchange team will review the entire specification and upload all submittal require ments. The consLruction manager will Lhen upload all Learn members. If used for desig n , the system can be easily adapLed LO carry a ll necessary documents, and docume nt flow. Once under contract, the General Contractor will be integrated into the system. Specifications for inclusion in the bid documenLs will be provided requiring Comracwr compliance. All RFI's, submittals, ASJ's, CCD's, Delta's, Daily Reports, ProjecL PhoLos, S\VPPP reports, schedules, a nd Closeout documents will have a unique tab for cloud storage. • All documents that require a review flow will h ave associated links thaL clearly identify who is on task. pon final closeout, all documents will be consolidated inLO a single digiLal fil e that is easily search able for future needs. All As-Built's, O &M's and WarranLies will be included as well as progress documentaLion. By utilizing Lhis cloud-based format, (;1-iffin Strucnires wi ll establish a single document portal that saves and manages all project documents. Utilizing this cloud-based system as a single source of document control provides clear a nd consistent communication to the field, ensures comprehe nsive document coordination, protecLs against claims, PSA 19-667TRAN accelerates the consLruction schedule by streamlining communicaLions, a nd ulLimately saves the e ntire project sig nificant costs by eliminating printing and shipping, and improves efficiency. For f"unher informaLion on Submillal Exchange see: hup://www2. submittalexchange.com/public C. SCHEDULE MANAGEMENT 1. Master Schedule: Griffin will begin by producing a compre hensive master project schedule. This schedule will include all aspects of the prqjecL including buL noL limited to: -Design iteraLions -Design review Limes -Permitting phases -Contractor prequalification (if desired) -Bidding -Contracts and insurance, -Phases of construction -CiL y insta llations -Utility connections -City IT installaLions -Punch List -Commissioning -Contingency This initial schedule will serve as the basis for establishing the overall consLruction duration that will be incorporaLed inLO Lhe bridging documents. Naturally, Griffin will include the input of all team members in that regard. 2. Design-Build Contractor Schedule: Once a D/B Contractor is on board, G1·iffin will require that they produce a comprehensive construction schedule that incorporates all the tasks required for Lhe design a nd permitting, as well as d emonstrate a clear and logical critical path for construction. Our extensive construction expe rience will be able Lo dete rmine if the contractor has a goo<l understanding oft he project that is both realistic a nd achievable. 3. Phasing Analysis: 34zl249 November 27, 2018 Item #5 Page 43 of 59 nderstanding the Phasing of this project is also critical to its success. Understanding the key components of the project, the City's concerns, neighborhood sentiment, traffic concerns, protection of existing facilities; all these aspects need Lo be considered and reviewed about I he schedule to ensure that the project can achieve the overall oqjectives. For this project, Phasing will be or paramount importance. \Ve will work closely with the City, and the D/B Contractor to insure this phasing is well thought out, integrates ope rationa l needs, is achievable, a nd executed as planned. 4. Schedule Critical Communication: Griffin will then provide strict communication protocols to insure answers to questions, reviews of submiua ls, submissions for deferred p ermits, a nd reque ls for inspections are all process timely and effectively. We will a lso require regular updates and conLinuous communicati on with the operational staff to insure the project does not impact the deliver y of services. We find that team members work best when information is provided in a timely and responsive manner. This ultimately provides for a well-run and efficient project that benefits the City. 5. Corrective Schedule: Corrective measures may need Lo be implemented, should the contractor fall behind. As described above, the City and project suffe rs when the Contractor fai ls. Therefore, Griffin will employ extensive field experie nce a nd cons11-uction understanding to provide solutions to schedule failures to maintain the overall oqjectives of the pr~ject and protect the City's investment. By these methods, Griffin will be able 10 maintain the project schedule and expedite the productivity as needed. D. DESIGN MANAGEMENT For a D/B pr~ject, the single most important aspect for 1he protection of City interests is the establishment of project bid documents, specifically PSA 19-667TRAN the project "Bridging Documents." This is pa rticula rly true as it pertains to the development of the City's General Provision and Special Provisions, as well as Technical Specifications and Appendices. Griffin Structures rakes great pride in our ability to refine a nd tailor the General Provisions and Special Provisions for City's. In fact, we ha,·e 1·ecently done this very effort for the City of Carlsbad on the Pine Ave. Community Center project, which has since served as a templa te for other pr~jects throughout the C ity. Specifically, we will dot he following: I. As it perta ins Lo the Bridging DocumenLs as a whole, the key to success will be to clearly and comprehensively identify and describe what is desired in each space. This is a highly itera1ive process, and results in a space-by-spare summary that clearly describes what must be designed, what the general pa rameters of construction are, and the ultimate functionality that must be achieved. This requires painstaking effort of communicating with C it y staff and Master Architect to generate documents that are concise, comprehensive, and leave little room for doubt for the D/B Comracwr. 2. \Ve wi ll then turn our attention to revisions to the General Provisions as they pertain to this project, and specifically this unique delivery method. In that most City's do not do many D/B proj ects, we will need to review and revise the General Provisions to provide maximum protection of the City a nd its interests. 3. Similarly, we will then tailor 1he Special Provisions to achieve a similar level of project specificity. ll is particularly important that the Specia l Provisions be marrie d up with the Division O I specificatio ns as it pe rtains to how the Contractor is Lo m anage I he prqject and the requirements of their operations. This involves documentation, mobilization, project management, site management, change order management, schedule milestones, phasing. hours or operations, traffic flow, staffing, and even goes imo how the site 1railers are Lo be fitted out. 35~49 November 27, 2018 Item #5 Page 44 of 59 4. Finally, a key component of our design ma nagement protocol is the performance ofa detailed rnnstructability review. Our Construction Manager will review the drawings in concert with prqjecl managemelll for all issues 1ha1 may impact construction. This involves reviewing all engineering disciplines and trades, reviewing their consistency a nd feasibility o n the drawings, and insuring the Contractor has the necessary information required for construction. We also look for key site issues and constraints and help to guide the team in design a project that maximizes feasibility without compromising d esign. This also invoh·es wo1·king wiL11 the City and project team to strike the right balance between design features and cost effectiveness. This, combined with a detailed eye toward ide ntifyi ng features that could result in long lead material challenges, wi ll result in a set o f drawings that will allow for the best bid results possible. E. VALUE ENGINEERING: A project is only truly successful if it is on time and on budget. Key to this is the implementation of Value Engineering a nd Financial Controls. Value Engineering plays a key role in the effective management of a D/B prqject. Specificall y, we employ the fo llowing approach to Value Engineering: 1. Comprehensive Bridging Documents: T he best method for mitigating cost overruns on a D/B project is in the development of complete and detail bridging docume nts. By gene rating a detailed program that lists the csseruial requirements of each space and area, the City can be assured the D/B Contractor is designing 10 a nd ultimately build ing a facility that meets the City's requirements. It will be critical that all finishes, systems, and materials be durable, reliable, and high quality. For this reason, when it comes to facilities of this type, we 1-ecommend 1ha1 all materials and systems that are specified are "off the shelf." That is, we recommend avoiding incorporating any custom designs and untested systems, and instead use only those systems that arc readily available and easily maintained. PSA 19-667TRAN 2. Design Build Estimates: Additionally, at each stage of design, it will be critical that the D/B Contractor perform an interim estimate. Though the D/B Contractor is bound by their Contract sum , insuring against potential cost overruns as they complete their design will insure the project is within the parameters of the initial program. 3. Cost Reduction Strategies: Should Value Engineering efforts be required, Griffin has the depth of understanding and comprehensive corporate yard knowledge 10 guide the team in executing cost reduction strategies that do not compromise quality and durability. F. FINANCIAL CONTROLS: Key to the success of any project, specifically D/B projects, are the effective ma nagement of financial controls. Griffin has extensive experie nce in financial controls and is uniquely qualified in employing those controls specifically in the execution of D/B projects. 1. Change Management: Construction projects are inherently iterative operations. With multiple effons, and coordination of tasks and efforts under way concurrently, managing the discovery and correct identification of cha nges is particularly challenging. Accordingly, we will re\'iew and address all possible changes in work in the following ma nner: The first component in correctly addressing possible changes in scope and cost is to know what is and is not a real change. With our extensive experience in D/B projects, we will perform a comp1-ehcnsive ana lysis oft he issue at hand and determine if a change h as in fact occurred. Key to this is the detailed understanding of the Bridging Documents, and an understanding of the initial program that was provided to the Contractor. \Ve will go to great lengths to provide both insight in the final development of the Bridging Documents, as well as a firm interpretation of those documents in their interpretation about our a nal~·sis of the proposed change so as to prese1·ve the City's interests and prudent budgetary constraints. Key to this analysis is our enhanced understanding of contracts and scope to determine ifin fact the issue is already coYered under the existing scope. 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 and contract code and employs a sophisticated and comprehensive document management system that insures claims can be mitigated when unavoidable. A more detailed description of our document manageme nt system is prnvided below. G. QUALITY CONTROL AND OBSERVATION: Ensuring the project meets City standards in terms of quality, Griffin Structures employs extensive protocols. Specifically, we employ the following: 1. Regular Inspections: Griffin Construction l\lanagers are inherently construction inspectors. By utilizing our keen understanding of all aspects of construction, our Construction Managers will perform regular inspections of all aspens of the prqject on a da ily basis. \Ve will reYiew material deliveries, material types, installation methods, fin ished installations in comparison to contract documents, and construction code adherence. Additionally, we will coordinate the timely execution of all specialt y inspections including but limite d to: geotechnical, building dept., special inspections. and materia ls testing, to insure the C ity receives the highest level of qua lity and consistency with the plans and specifications as well as all standa1·ds and pract ices. Finally, ou1· daily presence on the pr~ject will insure that any work undertaken is not impacting ongoing operations. \Ve will be inspecting the work on a regular basis, confirming it is consistent with what is 1-ec.p1ircd in the documents, and overseeing that all work is undertaken in a wav that does not compromise the Cit y's program. 2. Photography and Technology: Crirfin employs I he use of multiple forms of photography and technology to en force the quality of the construction p rocess. Accordingly, we will perform the fo llowing: Video Tape Existing Conditions. Before a contractor begins construct ion, we will perform a detailed video surveillance of the entire site and the surrounding site to insure there is not anv damag-e to the existing-infrastructure, as well as 3. PSA 19-667TRAN mitigate against a ny potential future claims. Daily Photography. Griffin will photograph the progress of the j ob daily. This will serve as a record of the pr~ject throughout the duration of the job, as well as ser ve as a vehicle for resolving issues. Bluebeam Technology. Griffin employs the use of Bluebeam technology to facilitate in the communication of challenges in the field for their quick resolution and documentation. BIM Technology. Griffin has extensive experience in the deployment and management of Building Information Modeling and is able to adequately identify and 1·esolve issues that a re discovered through this medium Field Observation Reports: We wi ll employ the use of our Field Observation Report. Typicall y updated and presented at the weekly meeting, we will track all issues, and observations, identified by the Construction Manager as well as the project team as a whole (design team, City, operations staff, etc.) and track them on this log. The log wi ll idemify the issue, the d ate it was observed, a photograph of the issue, and a resolution description once the item has been closed. In effect this log serves as a running punch list of all issues identified, and thereby addresses these issues in a timely manner. SCOPE OF SERVICES To further illustrate the approach described abo,·e, we now tun, our att ention to the Scope of Services described in Exhibit A. Griffin accepts and has included the scope as described in Exhibit A of the RFP. Specifically, Griffin will perform the following: TASK 1: Pre-Construction Services 1. Scope of Work and Construction Sequence. Task I.I Constructability Review of Bridging Documents. Griffin will perform a comprehensive review and will review the comments with the design team to achieve clear and concise bridging documents. November 27, 2018 Item #5 Page 47 of 59 Task 1.2 Project Bid Documents. Griffin will review and provide comments and co1Tections for the bridg ing documents, specifically the front-end general provisions and special provisions, as well as the General Conditions. Task 1.3 Opinion of Probable Cost. Griffi n will give an opinion of probable cost based on estimates prepared by others and will employ its extensive experience in va lida ting the quantities and unit prices conta ined therein. Prior lo final appro\'al bid documents, Griffin will review the updated estimate. Task 1.4 Design Build Proposal Solicitation. Griffin will develop a Statement of Qualification (SOQ) document, review statement received, assist the City in developing a Request for Proposal (RFP), participate in discussions with short-listed design- build firms, and assist City during panel discussions a nd selection process. TASK 2: Construction Services Task 2.1 Contract Administration/Management. Griffin will assist the City's Municipal Projects Manager with all aspects of the contrac t compliance, change/claims negotiations and processing, and contract interpretations and enforcement. Griffin's CM will prepare reports, le tters and memorandum; conduct project meetings; prepare meeting agendas and minutes; monitor and track the expiration of insura nce require ments and obtain updated certificates from the Contractor; coordinate sub-consultant testing and specialty ser\'ices; re\'iew daily inspection notes and identify and report nonconforming items; notify the cit y of significant problems and discrepa ncies; assist the city with interpreting drawings, specifications and reference standards; monitor construct ion activities and schedules; assist the city with resolving constructability problems; coordinate connections and operations; perform quality assu rance inspections, prepare change o rders (including cost estimating services); reYiew and notify the Contractor oftest results; investigate cla ims; re\'iew the Contractor's Record Drawings periodically and concurrently with Contractor progress payments; prepare project punch lists; and coordinate commissioning and close out document submission. PSA 19-667TRAN Griffin will incorporate and maintain a document management system and procedure for contract documents and any other project documents with Submittal Exchange Task 2.2 Reports and Communication. Griffin will manage all reports and communications and will distribute accordingly to the City. Griffin wi ll maintain field memoranda, transmittals, updated schedules, logs of shop drawings and other submiuals, logs of RFI's, change orders, progress payment requests, progress meeting reports, daily inspection reports, dates of utility service interruptions, a nd all other pr~ject correspondence. Monthly, Griffin will submit a progress report that: provides a summary of the prior week's activities including analysis of pr~jected complete tasks to actual completed tasks; report on Contractor con forma nce to contract schedule, including a comparison of baseline schedule to actual schedule; identification of key problems, actions items and issues, including recommendations for solutions; summary of progress payments, change orders, disputes, submittals, RFI's and notices; and, photographs of key activities Task 2.3 Photo Documentation. Griffi n will videotape the existing site prior to construction, including surrounding a reas, and will take regula r progress photos. T hese will be stored in the cloud- based document management system for use and access by all. Griffin will employ the use of Bluebeam as needed for cl arification of communication and for linking of photographs as necessary. Task 2.4 Construction Progress Meetings. Griffin will schedule, host and oversee all project meetings. Griffin will provide, or cause to be provided, agendas and minutes as required for the effective discussion and resolution of all project related issues and resolution. Task 2.5 Shop Drawings and Submittal Reviews. Griffin wi ll O\'ersee the distribution of all shop drawings and submittal reviews. Griffin will provide a cursory review and will employ the use of Submitta l Exchange for expedient distribution and tracking. Griffin will prepare periodic except ion reports to identify outstanding submittals or reviews required . 39~49 November 27, 2018 Item #5 Page 48 of 59 Griffin will prepare an initial submitta l requirement document for distribution at the Preconslruct ion Conference. Task 2.6 Plans and Specification Interpretation. Griffi n will respond to RFl's if they are ofa general nature and wi ll maintain an RFI Log. Griffin wi ll also obtain and maimain specification refe renced standards including: local and regional specifications, codes, stand ards, publications, regulations, applicable pe rmitting criteria from local, stale, and federa l agencies, sta ndard drawi ngs and specifications oft he local agencies, and related documents, as relerenced in the comracl documents and as required to perform the work. Task 2.7 Construction Inspection Services. Griffin Structures will provide an onsite construction ma nager who will be responsible for quality assurance. These inspections will be performed to insure compliance with project bridging documents. Griffin will prepare daily reports of construction activities including weathe1· conditions, Contractor's equipment and workforce, work performed, materials used, site visitors, delays in work and reasons for the delays, a nd deficiencies. This reporL will also contain deviations and non-conformance to bridging document project criterion and will provide a timely response. Griffin will coordinate and supervise, under subcontract, all special inspections at the job site. Griffin wi ll also inspect materials as Lhe arrive on sit e and ,·erify that all materials and equipment meet project criteria requirements and are properly stored. Griffin will work with City staff and City Bldg. Dept., who will serve as the official Authority Having jurisdiction (AHJ) for signatures on formal p ermit cards. Griffin will also perform routine SWPPP insp ections of the site, though it should be noted that the State Water Control Boa rd now requires that the Contractor serve as the official QSP for S\VPPP inspections. Griffi n will therefore inspect the SWPPP as a representative of the City, (the LRP) for compliance. Task 2.8 Progress Payments. Griffin will establish, or cause to be established by the Contractor, a comprehensive Schedule of Values for t he entirety of the project for approval by the City. Once approved this will serve as the basis for all progress payments, PSA 19-667TRAN which Griffin will 1-eview for consistency with progress in the field and make recommendations Lo the Contractor for correct ion. Once corrected , Griffin wi ll then make recommendations to the City for processing. Task 2.9 Contractor's Claims and Change Orders. Griffin wi ll review all change orders and provide supplemental information as needed to justify their approval or rejection. Griffin wi ll negotiate with the Comractor on the City's behalf and sen ·e as the point of contact for resolving issues a nd mitigate against potential claims. Specifically, Griffin will seek to avoid claims as detailed above. TASK 3: Project Closeout Griffin will coordinate the final punch wa lk of the project to insure all improvements are per the plans and specifications. Specifically, Griffin will employ a Field Observation Log during construction that will seek lO identify quality issues observed by the project Learn on an ongoing basis. This will serve to function as an ongoing pre-punch list, and therefore help to minimize the issues discovered at the final punch walk. Griffin will a lso oversee the following punch walks to confirm corrective action is resolved. Griffin will oversee the commissioning and training process consistent with CalGreen requirements. A formal Commissioning report will be incorporated into the final turn-over documents and uploaded into the documem management system. Griffin will establish a warranty checklist protocol to address any ongoing wa rranty issues that may arise in the first year of operation. CONCLUSION Griffin Structures provides unparalleled construction management services. As described above, Grif'fin will serve as the eyes and ears of the City. Our motto is "no surprises." We achieve that by proper management (avoiding the issues in the first place) and clear and concise documentation (for defense and resolution of unavoidable issues). Accordingly, Griffin will provide comprehensive con struction management and inspecti on sen ·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"~ tht" M:hedult" a, prt.·,t"ntt"d in tht" RFP .md i, prt-part"d to proddc: tht' ,eniet"" ::u .. lordingh. l lo\\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 the de.-,ign perio<l and the co11s1ruc11011 rl11r::uiu11. ~liuuld rhe Cil\' wish ro e111er1a111 rhese options ,,e bdit:\t" \\t" 01.1, ht" .,hie to ~,rt.dt."1':t1t" lht" p1ojc:<t hy J.') nu1ch a, ti mrnulu t:J month, ciu1 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 intcn.-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 the <lur.UIOII) proviJnl in the RFP. Current Workload & Availability of Key Personnel tu for availability, lhe Liming is ideal. :\JI key team membt-rs arc available and no currem w01·kload restriclions 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 Bachelor of Science, Philosophy and History, Westmont College ADDITIONAL TRAINING Certified Construction Manager (CCM) NAV FAC and US Army Corps Construction Quali ty Management (CQM) Program YEARS OF EXPERIENCE 26 QUALIFICATIONS Jon Ilughes· career spans some of the region's most prestigious properties in Southern California. His experience and skills with progra m and construction management tools and processes have enabled him to deliver winning results every time. Jon·s resume highlights include public buildings, safet y centers, corporate yards, community centers, marinas, 1·ecreational faci lities, and utility infrastructure. Jon's Program and Construction Management experience includes design-build projects, pre-construction services, bid review, cont racl negotiations, safety protocols, site evaluation, quality control, budgetary controls, change order review, materials acquisition, schedule review and enforcement, site staging, off-sites and g rading, dry utility installation, inter- contrac1or coordination, punch li st, and turnover. Additionally, he is a n excellent team leader and problem solver who manages design teams well. REPRESENTATIVE EXPERIENCE • • • • • Westminster Corporate Yard, Westminster, CA: Program Manager for the code-upgrade, modernization, remodel, and expansion to the existing 29,000-SF facility. Scope included coordinating civil, geotechnical, and environmental surveys. Tustin Corporate Yard and Emergency Operations Center, Tustin, CA Pomona Corporate Yard, Pomona, CA Walnut Creek Corporate Yard, Walnut Creek, CA Carlsbad Safety Center, Carlsbad , CA Carlsbad Pine Avenue Community Center & Gardens, Carlsbad, CA County of San Bernardino Public Safety Operations Center (PSOC), Hesperia, CA: Project Manager for comprehe nsive program and construction management services for a new $17-million facility. Visalia Emergency Communications Center (VECC), Visalia, CA: Project Executive for the development of a new emergency operations center and 9 11 dispatch for the City of Visalia. SDGE Command Center Emergency Backup Facility, Metro Grid Operations, Distribution Operations/ Dispatch Operations (GODO), San Diego, CA*: Project Manager for the 5.2-million Metro GODO facility designed to integrate multiple dispatch and distribution command centers in one facility. * l11rlii1irl11al Project ExjJerif'nre November 27, 2018 Item #5 Page 51 of 59 Justin Di Rico, ccM, LEED AP Senior Construction Manager EDUCATION BS., Mechanical Engineering United States Merchant Marine Academy LICENSES/CERTIFICATIONS Certified Construction Manager (CCM) Leadership in Energy and Environmemal Desig n Accredited Professional (LEED AP) Occupational Safety and Health Administr ation (OSHA) Certified YEARS OF EXPERIENCE 15 PSA 19-667TRAN QUALIFICATIONS Justin has more than 15 yca1·s of experience in proj ect and construCLion management for a Yariety of product types including 1·enovat ions a nd new construction for government facilities. Justin has ma naged the construction of sites requiring demolition as well as built-in occupied facilities a nd new construction. He has also led teams in the construction ofmulti- phased , complex sustainable projects statewide. J ust in responsibilities have included pre-construction services, bid/award services, construction project management, project administration, coordination a nd scheduling, risk assessments, qualit y control, Bl t\l, review of contractors' technical and safety adequacy, labor compliance, cost control, overall project docume nLation , and close om. I le is a major in the Reserves and the Marine Corps and h as managed the design and construction o f O\'er one million square feet of building space and provided oversight for budgets as large as $140 million. REPRESENTATIVE EXPERIENCE • Pomona Corporate Yard, Pomona, CA Tustin Police Department Emergency Operations Center, T ustin, CA • Buena Park Fire Station No. 61, Buena 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 Pendleton, CA* • Solar Photovoltaic Arrays in multiple California school districts, various cities in CA* • • • • Energy Efficiency & Modernization Projects in Southern California School Districts, various cities in CA* University of Southern California, 3434 Grand Shell and Core Renovation, Los Angeles, CA* Orthopedic Hospital Outpatient Clinic, Los Angeles, CA* Mater Dei High School, Santa Ana, CA* 2000 Avenue of the Stars, Los Angeles, CA* SCI ARC at the Freight Yard, Los Angeles, 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 California Storm Quality Association, certified QSP Certificate in Public Works Construction Inspection, APWA Certified Professional in Erosion & Sediment Control (CPESC), CPR and Basic First Aid, American Safety & Health Institute Confined Space Training in Accordance with Requirements of Title 8, CA Code of Regulations Concrete Field Testing Technician, American Concrete Institute Construction Safety and Health, US Department of Labor, OSHA Construction Quality Management, U.S. Army Corps of Engineers YEARS OF EXPERIENCE 23 PSA 19-667TRAN QUALIFICATIONS Lance Solomon has more than 23 years of construction experience that encompasses a wide variety ofprqject types including public works, renovations and new construction, educational fac ilities, sports parks/recreational facilities, underground utilities, demolition, and stormwater. Lance's responsibilities have encompassed prepa ration of a bidability review; evalu ation of the bids; conduction of the pre- construction conference; and processing control documents such as minutes, progress payment s, schedules, change orders, weekly reports, and all federally and state required documents. REPRESENTATIVE EXPERIENCE • Carlsbad Safety Center, Carlsbad , CA: Constructio n Manager. • County of San Bernardino Civic Center Beautification, Sa n Bernardino, CA: Construction Manager for the renovation of the County civic center parking and sit e facilities 10 accommodate parking and restore aged infrastructure. Prqject includes traffic analysis, pedestrian Aow analys is, construction scheduling, budgeting, geotechnical oversight, and implementation into the overall County reorganization effort. • City of Lake Forest Sports Park with Community/ Recreation Center, Lake Forest, CA: Served as Construction Manager for the 86-acre park site. The 40 million park features a 25,600-square-foot recreation center with meeting rooms. • • City of Huntington Beach Senior Center, Huntington Beach, CA: Served as Construction Manager for 37,563-square-foot Senior Center on a five-acre parcel located in Central Park. Pine Avenue Community Center and Gardens Project, Carlsbad, CA: Construction Manager for an 18,000-square foot, two-story community center with re lated site im provements and ornamental and community gardens . San Juan Capistrano On-Call Public Works Inspection, San Juan Capistrano, CA*: Served as on-call Public Works Construction Inspector for the City. The woi-k has included storm drains, water and sewer lines. street widening·, grading, utility coordination, and encroachment permits. • Rialto Sports Complex, Rialto, CA: Constructio n Manager. 44~49 November 27, 2018 Item #5 Page 53 of 59 Jay Helekar Cost Estimator EDUCATION Construction Management Engineering (3 years), Cal State Lon g Beach PROFESSIONAL REGISTRATIONS LEED AP YEARS OF EXPERIENCE 15 Dustin Alamo, ccM, LEED AP Preconstruction Resource EDUCATION Bachelor of Architecture University of Colorado, Bo ulder REGISTRATION Certified Construction Manager {CCM) LEED Accredited Professional State of California Licensed Real Estate Broker PSA 19-667TRAN QUALi FICATIONS Jay Helekar has more than 15 years of cost estimating experie nce on a wide variety public sector projects including renovations, new construction, and design-build proj ects. J ay brings a unique perspecti,·e on the industry as he h as a mixed background of being both a preconstruction ma nager, a nd a general contractor. Jay brings creative and expert skills to his work, which includes cost estimating, LEED analysis, value eng ineer ing, constructability reviews, master planning, a nd scheduling. I le is LEED AP certified , and a me mber ofASPE. REPRESENTATIVE EXPERIENCE • Westminster Corporate Yard and Police Department Shooting Range, Westminster, CA • • • • • Tustin Corporate Yard, T ustin CA Stanton Corporate Yard, Stanton, CA* Monterey Park Corporate Yard, Monterey Park Park, CA Walnut Creek Corporate Yard, Walnut Creek, CA Buena Park Fire Station No. 61, Buena Park, CA • County of San Bernardino, San Be rnardino, CA: 5 administration building renovations CA QUALIFICATIONS Dustin brings current space prog1·amming, construction management, architectural, and design skills. He has directed and participated in corporate yards projects for the cities of Westminster, Stanton, Walnut Creek, Tustin, and Newport Beach. He has also participated in numerous master planning projects for a range of public facility types, including corporate yards, police stations, fire safety facilities, library / cultural arts buildings, community and senior centers, office buildings, and others. REPRESENTATIVE EXPERIENCE • Westminster Corporate Yard Needs Assessment, Westminster, CA Stanton Corporate Yard Needs Assessment, Stanton, CA Walnut Creek Corporate Yard Needs Assessment, Walnut Creek, CA Tustin Corporate Yard and Emergency Operations Center Needs Assessment. Tustin, CA Newport Beach Corporate Yard Needs Assessment, Newport Beach, CA Westminster Police Department / City Hall Merger Feasibility Study, Westminster, CA • County of San Bernardino, County-Wide Facilities 45~49 November 27, 2018 Item #5 Page 54 of 59 MikeJensen,PG,CEG Senior Project Geologist EDUCATION Bachelor of Sciences.San Diego State Un iver sity, CA REGISTRATIONS/TRAINING California Certified Engineering Geologist - 2457 Cali fornia Professional Geologist -8056 CFR OSHA 40-Hour Training Certified Nuclear Gauge Operator ACI Field Tech 1 PSA 19-667TRAN QUALIFICATIONS Mi ke Jensen's professional experience includes speciali zing in investigation and remed ial grading of public works projects, major roadway, residential construc-t ion, and commercial construction proj ects. His woi·k has included field investigations involving bucket auger and hollow stern auger drilling, trenching, and sampling, as well as in- grad ing geologic mapping and remedial grading. Ty pical roadway and residential pn~jects involve site characte rization, soil competency assessment, and the ide ntification and characterization of landslides, faults, and other geologic features, as they relate to site stabi lity. REPRESENTATIVE EXPERIENCE • Geotechnical, Environmental, Special Inspection/ Material Testing Services, Proposed South Bay Bus Maintenance Facility, Chula Vista, CA: T he existing I 0.6 acres is an active MTS bus maintenance facility consisting of several maintenance build ings, large paved su d ace pa rking areas for heavy vehicles and buses, compressed natural gas fu eling stations, and office building. As the P.-oject Geologist, Mr. J ensen p rovided geotechnical investigation. • Carlsbad CMP Replacement Program, Car lsbad , CA: Pe rformed geotech nical observation and testing services d uring the post g rading operation s fo r the replacement of the Corrugated Metal Pipe (CMP) Replacement at Carlsbad Blvd . north or Island Way. • Pine Avenue Community Center and Gardens, Carlsbad, CA: Performed materials testing and inspection services during construction. First-Responders Joint-Use Training Facility, Carlsbad , CA: Pr~ject Geologist for inspection services d u1·ing constr uction including soil, grading and backfill testing, rock, concrete, masonry and aspha lt concrete. Also provided geotechnical investigation and grading plan review during design or the new fire station. Desert View Drive Storm Drain Repair, San Diego CA: Project Geologist for re pair of an existin g storm d rain and associated eroded slope on Desert View Dr. in the Mount Soledad area. La Coruna Strom Drain Improvements: Geotechnical observation and testing services d u ring the post-grading ope1·ations. November 27, 2018 Item #5 Page 55 of 59 Wm. "Dave" Olson, PE Geotechnical Project Manager EDUCATION Bachelor of Science, Civil Engineering {Structural), Arizona State University, Tempe, AZ Graduate Studies, Geotechnical, Cal State University, Long Beach PROFESSIONAL REGISTRATIONS CA Registered Civil Engineer -45293 ADDITIONAL TRAINING CFR 1910.120 OSHA 40- Hour Training YEARS OF EXPERIENCE 33 PSA 19-667TRAN QUALIFICATIONS Dave O lson has ~3 years or experience in geotechnical/ e nvironmental e ngineering and construcLion managemenl in both the public a nd private sectors. His experience includes geotechnical analyses, development or design recommendations, preparation of civil engineering plans a nd specifications a nd construction management of civil a nd environme ntal 1-emediation projects. In addition , he has ma naged consLrucLion QA/QC monitoring programs, la nd fill closure projects, performed va lue engineering studies, and geotechnical studies for road and utility alignments, bridges, commercial d evelopmenls and public works pr~jects, which include earthen dams, water/wastewater facilities and pipelines. REPRESENTATIVE EXPERIENCE • City of Santee Vehicle Maintenance Facility, Santee, CA First-Responders Joint-Use Training Facility, Carlsbad, CA: Proj ect Engineer for inspection services during construction including soil, grading and backfill testing, rock, concreLe, masonary, and asphalt concreLe. Also provided geotechnical investigation and grading plan review during design or Lhe new fi re station, Bressi Ranch Roadway Settlement Evaluation, Carlsbad , CA Poway Fire Training Facility, Poway, CA: Senior Project Enginee1· for the geoLechnical engineering studies and analyses. • Camino Del Norte Road and 1-15/Whitson CM, San • • Diego, Rancho Be rnardo, CA Leucadia Wastewater District Headquarters Building, Carlsbad, CA: Senior Project Engineer for the geoLechnical en ginee ring studies and analyses. Encina Wastewater Facility Administration & Maintnance Buildings, Carlsbad , CA: Project Managc1· and Engin eer for Lhe subsu1-face im ·estigation and observati on of grading and construction of a new administrative building . Leucadia Wastewater Facility Pump Station, Carlsbad, CA Del Mar Bluffs, Projects 2 and 3, Trackbed Support, North County Transit District, Del Mar , CA" Pr~ject l\l a nager/Engi neer Torrey Pines Road Slope Reconsruction, La Jolla, CA: Proj ect En gineer/Manager OMWD (On-Call) Mount Israel Emergency Waterline Replacement, E~condido, CA: Project Engineer 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 D1in-, 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