HomeMy WebLinkAbout08 - PSA for the Fire Station No. 1 / Balboa Branch Library Construction Management (Project 23F12)Q �EwPpRT
CITY OF
s NEWPORT BEACH
`q44:09 City Council Staff Report
April 15, 2025
Agenda Item No. 8
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: David A. Webb, Public Works Director - 949-644-3311,
dawebb@newportbeachca.gov
PREPARED BY: Tom Sandefur, Assistant City Engineer - 949-644-3321,
tandefur@newportbeachca.gov
TITLE: Approval of Professional Services Agreement with Griffin Structures,
Inc. for the Fire Station No. 1 / Balboa Branch Library Construction
Management (Project 23F12)
ABSTRACT -
The Public Works Department solicited proposals from qualified firms for construction
management for the Fire Station No. 1 / Balboa Branch Library replacement project.
Twenty firms submitted proposals. After a review of the proposals, Griffin Structures, Inc.
of Irvine, was determined to be the most qualified to provide the requested construction
management services for the project.
RECOMMENDATIONS:
a) Determine this action is exempt from the California Environmental Quality Act (CEQA)
pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because
this action will not result in a physical change to the environment, directly or indirectly;
and
b) Approve a Professional Services Agreement with Griffin Structures, Inc. for the
Fire Station No. 1 / Balboa Branch Library project construction management contract
for a total not -to -exceed amount of $1,220,750, and authorize the Mayor and City
Clerk to execute the agreement.
DISCUSSION:
The existing Balboa Branch Library and Fire Station No. 1 are located at 100 and
110 Balboa Boulevard, respectively. The existing library was constructed in 1929 and has
undergone several expansions and rehabilitations over the years. The library is currently
a series of several rooms that add up to approximately 4,500 square feet; including about
360 square feet dedicated to historical society displays. The fire station was built in 1962
and houses three fire personnel in its approximately 3,400 square feet. The entire site is
approximately 24,000 square feet.
Both facilities were evaluated as part of the 2021 Facility Condition Assessment and rated
as being in poor condition due to environmental and age -related deterioration.
8-1
Approval of Professional Services Agreement with Griffin Structures, Inc. for the
Fire Station No. 1 / Balboa Branch Library Construction Management (Project 23F12)
April 15, 2025
Page 2
On January 10, 2023, the City Council awarded a professional services agreement to
COAR Design Group (COAR) for the design of the replacement facility. COAR worked
with various City of Newport Beach departments and an ad hoc committee of the
Board of Library Trustees to design a concept, layout and initial themes. These themes
were presented to the full Board of Library Trustees and the Parks, Beaches and
Recreation Commission.
After incorporating suggestions from public feedback received on the concepts, the
themes were presented to the City Council on May 14, 2024. The Council approved
proceeding with preparation of building plans for Concept 1A.
The building plans are approximately 60 percent completed at this time and staff has
started the building permitting process. It is generally preferred at this stage to award the
construction management contract prior to soliciting for bids so the bidding documents
can be reviewed for constructability and budget accountability. The construction
management firm will team with City staff and the design consultant in preparing the
project for bidding. Following the bidding process, the construction manager will continue
assisting the City with management and oversight of construction and post -construction
activities.
The project is scheduled to go to bid in late Summer 2025 with construction beginning in
Fall 2025. The construction duration is expected to be 18 months. With that, staff recently
issued a Request for Proposals (RFP) to provide construction management services for
the Fire Station No. 1 / Balboa Branch Library project.
A total of 20 proposals were received. The proposals were evaluated by staff and 12 of
these proposals earned a minimum of 70% for an average technical score. The top three
firms were contacted and interviewed to gain further insight into their approach, staffing
and technical capabilities. Griffin Structures (Griffin) emerged from the evaluation process
as the highest rated firm. The resulting scoring is as follows:
PROPOSER
TOTAL SCORE
(Out of 300
OVERALL RANK
Griffin Structures, Inc.
279
1
PMCS Group, Inc.
258
2
Tynan Group, Inc.
252
3
Anser Advisory
247
4
STV Construction, Inc.
241
5
Cumming Management Group, Inc.
237
6
Vanir Construction Management, Inc.
235
7
Safework, Inc.
234
8
Hoch Consulting
231
9
Willdan Engineering
225
10
Nexgen Construction Management
224
11
Interwest Consulting Group, Inc.
218
12
Griffin has completed a wide range of projects including those with a very similar scope
to the fire station / library replacement project. Griffin has previously demonstrated a
strong commitment to cost and schedule control.
8-2
Approval of Professional Services Agreement with Griffin Structures, Inc. for the
Fire Station No. 1 / Balboa Branch Library Construction Management (Project 23F12)
April 15, 2025
Page 3
Griffin's experience includes libraries and community centers in Yorba Linda, Santa Ana,
Santa Clarita, Salinas, and Tustin. Its experience with public safety projects includes
facilities in Orange, Buena Park, Manhattan Beach, Tustin and Carlsbad. Griffin's local
experience has included the construction management of Marina Park and Witte Hall,
which is currently under construction.
The negotiated fee is approximately 7.6% of the estimated construction cost, which is in
line with industry standards on projects of this scale.
The proposed construction management services scope of work includes, but is not
limited to the following:
• Provide design and constructability reviews of the bid packages
• Assist with public bidding, including the pre -qualification of bidders and award
process
• Conduct all on -site administration, observation and management
• Continually manage the project construction cost and schedule
• Provide quality assurance and quality control
• Administer and document weekly construction coordination meetings with the
contractor, design consultants, and City
• Review payment invoices, change orders and facilitate negotiations
• Manage, track, follow-up, and close-out all Requests for Information (RFIs) related
to design clarifications, material submittals, approvals, etc.
• Analyze and update the construction schedule and coordinate phasing plans
• Provide post -construction services, including construction punch -list management
and completion
• Oversee substantial and final completion processes, and project acceptance and
close-out.
FISCAL IMPACT:
The adopted Capital Improvement Program budget includes sufficient funding for this
service. It will be expensed to CIP Balboa Library/Fire Station No.1 replacement project
budget, 53201-980000-23F12. Funding for the project is from the Facilities Financial Plan
(FFP) fund. The FFP is a long-term financial plan to fund the construction and or
renovation of significant community serving facilities. The consultant's proposed
not -to -exceed fee for construction management services is $1,220,750.
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find this action is not subject to the California
Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not
result in a direct or reasonably foreseeable indirect physical change in the environment)
and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA
Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no
potential for resulting in physical change to the environment, directly or indirectly.
8-3
Approval of Professional Services Agreement with Griffin Structures, Inc. for the
Fire Station No. 1 / Balboa Branch Library Construction Management (Project 23F12)
April 15, 2025
Page 4
NOTICING:
The agenda item has been noticed according to the Brown Act (72 hours in advance of
the meeting at which the City Council considers the item).
ATTACHMENTS:
Attachment A — Location Map
Attachment B — Professional Services Agreement
RM
Attachment A
BALBOA BRANCH LIBRARY /
FIRE STATION NO. 1
REPLACEMENT PROJECT
LOCATION MAP
JOHN WAYNE
AIRPORT
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-8865-1 1 01 /10/23
ATTACHMENT B
PROFESSIONAL SERVICES AGREEMENT
WITH GRIFFIN STRUCTURES, INC. FOR
CONSTRUCTION MANAGEMENT SERVICES FOR
BALBOA BRANCH LIBRARY AND FIRE STATION'
THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and
entered into as of this 15th day of April, 2025 ("Effective Date"), by and between the CITY
OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and
-----GRIFFIN STRUCTURES, INC—., a California corporation ("Consultant"), whose address
is, 1 Technology Drive Suite I829 and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Consultant to provide construction management services
for the Balboa Branch Library and Fire Station 1 Project, including professional
construction management services for the pre -construction, bidding, construction
and post -construction phases of the project, working closely with City project staff
reviewing construction documents, analyzing bid proposals and project schedules,
supervising and construction oversight, collaborating and providing occupancy
services such as project close-out and job walks and related site improvements
("Project").
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the professional services described in this Agreement.
D. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on January 7, 2030, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). City may elect to delete certain Services within the Scope of Services at its
sole discretion.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this Agreement
and Consultant shall perform the Services in accordance with the schedule included in
Exhibit A. In the absence of a specific schedule, the Services shall be performed to
completion in a diligent and timely manner. The failure by Consultant to strictly adhere to
the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely
manner may result in termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Consultant shall not be responsible for
delays due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein not later than ten (10) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Consultant's control.
3.4 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
hand -delivery or mail.
4. COMPENSATION TO CONSULTANT
4.1 City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Schedule of Billing
Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's
compensation for all Work performed in accordance with this Agreement, including all
reimbursable items and subconsultant fees, shall not exceed One Million Two Hundred
Twenty Thousand Seven Hundred Fifty Dollars and 00/100 ($1,220,750.00), without
prior written authorization from City. No billing rate changes shall be made during the
term of this Agreement without the prior written approval of City.
4.2 Consultant shall submit monthly invoices to City describing the Work
performed the preceding month. Consultant's bills shall include the name of the person
who performed the Work, a brief description of the Services performed and/or the specific
task in the Scope of Services to which it relates, the date the Services were performed,
the number of hours spent on all Work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty (30) calendar
days after approval of the monthly invoice by City staff.
4.3 City shall reimburse Consultant only,for those costs or expenses specifically
identified in Exhibit B to this Agreement or specifically approved in writing in advance by
City.
Griffin Structures, Inc Page 2
M
4.4 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of -City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the Project,
but which is not included within the Scope of Services and which the parties did not
reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
5.1 Consultant shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated Robert Godfrey to be its
Project Manager. Consultant shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Consultant, at the sole discretion of City, shall remove from the Project any
of its personnel assigned to the performance of Services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to complete
the Project on a timely basis as contemplated by this Agreement.
5.3 If Consultant is performing inspection services for City, the Project Manager
and any other assigned staff shall be equipped with a cellular phone to communicate with
City staff. The Project Manager's cellular phone number shall be provided to City.
This Agreement will be administered by the Public Works Department. City's
Director of Public Works or designee shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator shall represent
City in all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Consultant -in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Consultant, one copy of all existing
relevant information on file at City. City will provide all such materials in a timely manner
so as not to cause delays in Consultant's Work schedule.
8. STANDARD OF CARE
8.1 All of the Services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the Services_ required by this Agreement, and that it will
perform all Services in a manner commensurate with community professional standards
and, with the ordinary degree of skill and care that would be used by other reasonably
Griffin Structures, Inc Page 3
120
competent practitioners of the same discipline under similar circumstances. All Services
shall be performed by qualified and experienced personnel who are not employed by City.
By delivery of completed Work, Consultant certifies that the Work conforms to the
requirements of this Agreement, all applicable federal, state and local laws, and legally
recognized professional standards.
8.2 Consultant represents and warrants to City that it has, shall obtain, and shall
keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Consultant to practice its profession. Consultant shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's Work promptly, or delay or faulty performance by
City, contractors, or governmental agencies.
9. . HOLD HARMLESS
9.1 To the fullest extent permitted by law,- Consultant shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees (collectively, the "Indemnified Parties"), from and against any
and all claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim, collectively, "Claims"), and which relate (directly or indirectly) to the
negligence, recklessness, or willful misconduct of the Consultant or.its principals, officers,
agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone
employed directly or indirectly by any of them or for whose acts they may be liable, or any
or all of them.
9.2 Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the sole
negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in
this indemnity shall be construed as authorizing any award of attorneys' fees in any action
on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and
liability regardless of whether any insurance policies are applicable. The policy limits do
not act as a limitation upon the amount of indemnification to be provided by the
Consultant. -
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the Work are under the -control of Consultant, except to the extent they are
Griffin Structures, Inc Page 4
limited by statute, rule or regulation and the expressed terms of this Agreement. No civil
service status or other right of employment shall accrue to Consultant or its employees.
Nothing in this Agreement shall be deemed to constitute approval for Consultant or any
of Consultant's employees or agents, to be the agents or employees of City. Consultant
shall have the responsibility for and control over the means of performing the Work,
provided that Consultant is in compliance with the terms of this Agreement. Anything in
this Agreement that may appear to give City the right to direct Consultant as to the details
of the performance of the Work or to exercise a measure of control over Consultant shall
mean only that Consultant shall follow the desires of City with respect to the results of the
Services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in order
to ensure the Project proceeds in a manner consistent with City_goals and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of Work, Consultant shall obtain, provide and maintain at its own expense during the term
of this Agreement or for other periods as specified in this Agreement, policies of insurance
of the type, amounts, terms and conditions described in the Insurance Requirements
attached hereto as Exhibit C, and incorporated herein by reference.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Consultant, or of the interest of any general
partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or
joint -venture or syndicate or co -tenancy, which shall result in changing the control of
Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five
percent (25%) or more of the assets of the corporation, partnership or joint -venture.
Griffin Structures, Inc Page 5
0
16. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A. Consultant shall be fully responsible to City for all acts and
omissions of any subcontractor. Nothing in this Agreement shall create any contractual
relationship between City and any subcontractor nor shall it create any obligation on the
part of City to pay or to see to the payment of any monies due to any such subcontractor
other than as otherwise required by law. City is an intended beneficiary of any Work
performed by the subcontractor for purposes of establishing a duty of care between the
subcontractor and City. Except as specifically authorized herein, the Services to be
provided under this Agreement shall not be otherwise assigned, transferred, contracted
or subcontracted out without the prior written approval of City.
17. OWNERSHIP OF DOCUMENTS
17.1 Each and every report, draft, map, record, plan, document and other writing
produced, including but not limited to, websites, blogs, social media accounts and
applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant,
its officers, employees, agents and subcontractors, in the course -of implementing this
Agreement, shall become the exclusive property of City, and City shall have the sole right
to use such materials in its discretion without further compensation to Consultant or any
other party. Additionally, all material posted in cyberspace by Consultant, its officers,
employees, agents and subcontractors, in the course of implementing this Agreement,
shall become the exclusive property of City, and City shall have the sole right to use such
materials in its discretion without further compensation to Consultant or any other party.
Consultant shall, at Consultant's expense, provide such Documents, including all logins
and password information to City upon prior written request.
17.2 Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any -use of completed Documents for other projects
and any use of incomplete Documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived against Consultant, and City assumes
full responsibility for such changes unless City has given Consultant prior notice and has
received from Consultant written consent for such changes.
17.3 All written documents shall be transmitted to City in formats compatible with
Microsoft Office and/or viewable with Adobe Acrobat.
18. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept confidential
unless City expressly authorizes in writing the release of information.
Griffin Structures, Inc Page 6
8-11
19. INTELLECTUAL PROPERTY INDEMNITY
Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement or alleged
infringement of any United States' letters patent, trademark, or copyright, including costs,
contained in Consultant's Documents provided under this Agreement.
20. RECORDS
Consultant shall keep records and invoices in connection with the Services to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3) years,
or for any longer period required by law, from the date of final payment to Consultant
under this Agreement. All such records and invoices shall be clearly identifiable.
Consultant shall allow a representative of City to examine, audit and make transcripts or
copies of such records and invoices during regular business hours. Consultant shall 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 to Consultant
under this Agreement.
21. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction of
the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Consultant shall not
discontinue Work as a result of such withholding. Consultant shall have an immediate
right to appeal to -the City- Manager or designee with respect to such disputed sums.
Consultant shall be entitled to receive interest on any withheld sums at the- rate of return
that City earned on its investments during the time period, from the date of withholding of
any amounts found to have been improperly withheld.
22. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what would have
resulted if there were not errors or omissions in the Work accomplished by Consultant,
the additional design, construction and/or restoration expense shall be borne by
Consultant. Nothing in this Section is intended to limit City's rights under the law or any
other sections of this Agreement.
23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the Project.
Griffin Structures, Inc Page 7
8-12
24. CONFLICTS OF INTEREST
24.1 Consultant or its employees may. be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
sea., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
24.2 If subject to the Act and/or Government Code §§ 1090 et seq., Consultant
shall conform to all requirements therein. Failure to do so constitutes a material, breach
and is grounds for immediate termination of this Agreement by City. Consultant shall
indemnify and hold harmless City for any and all claims for damages resulting from
Consultant's violation of this Section.
25. NOTICES
25.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
25.2 All notices, demands, requests or approvals from Consultant to City shall
be addressed to City at:
Attn: Director of Public Works
Public Works Department
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
25.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Jonathan D Hughes
Griffin Structures, Inc. .
1 Technology Drive Suite I829
Irvine, CA 92618
26. CLAIMS
Unless a shorter time is specified elsewhere in this Agreement, before making its
final request for payment under this Agreement, Consultant shall submit to City, in writing,
all claims for compensation under or arising out of this Agreement. Consultant's
acceptance of the final payment shall constitute a waiver of all claims for compensation
under or arising out of this Agreement except those previously made in writing and
identified by Consultant in writing as unsettled at the time of its final request for payment.
Griffin Structures, Inc Page 8
8-13
Consultant and City expressly agree that in addition to any claims filing requirements set
forth in the Agreement, Consultant shall be required to file any claim Consultant may have
against City in strict conformance with the Government Claims Act (Government Code
sections 900 of seq.).
27. TERMINATION
27.1 In the event that either party fails or refuses to perform any of the provisions
of this Agreement at the time and in the manner -required; -that party shall -be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) calendar days, or if more than two (2) calendar days are reasonably required
to cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, and
thereafter diligently take steps to cure the default, the non -defaulting party may terminate
the Agreement forthwith by giving to the defaulting party written notice thereof.
27.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for Services
satisfactorily performed and costs incurred up to the effective date of termination for which
Consultant has not been previously paid. On the effective date of termination, Consultant
shall deliver to City all reports, Documents and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. STANDARD PROVISIONS
28.1 Recitals. City and Consultant acknowledge that the above Recitals are true
and correct and are hereby incorporated,by reference into this Agreement.
28.2 Compliance with all Laws. Consultant shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator and City.
28.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether of the
same or a different character.
28.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature. whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
Griffin Structures, Inc
Page 9
ME
28.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
28.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
28.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Consultant and City and approved as to form by the
City Attorney.
28.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
28.9 Controlling Law and Venue. The laws of the State of California shall govern
this Agreement and all matters relating to it and any action brought relating to this
Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
28.10 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
28.11 No Attorneys' Fees. In the event of any dispute or legal action arising under
this Agreement, the prevailing party shall not be entitled to attorneys' fees.
28.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
Griffin Structures, Inc
Page 10
8-15
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: `3 / '7-5
By:
Aaron 1. Harp Z�
City Attorney �F
ATTEST:
Date:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Joe Stapleton
Mayor
CONSULTANT: GRIFFIN
STRUCTURES, INC, a California
corporation
Date:
By:
Dustin Alamo
Vice President
Date:
In
Jonathan D Hughes
President
[END OF SIGNATURES]
Attachments: Exhibit A - Scope of Services
Exhibit B - Schedule of Billing Rates
Exhibit C - Insurance Requirements
Griffin Structures, Inc Page 11
WWI
EXHIBIT
SCOPE OF SERVICES
Griffin Structures, Inc Page A-1
8-17
CONSTRUCTION MANAGEMENT SERVICES BALBOA BRANCH LIBRARY AND FIRE STATION 1
SCOPE OF SERVICES
A. PRE -CONSTRUCTION PHASE
1.0Master Project Schedule
❖ Develop a Master Project Schedule for the Project to include tasks and
milestones to be accomplished by the participants from design to post -closeout.
❖ Develop milestone completion dates for the Architect and any design activities
remaining.
❖ Review, approve and ensure the contractors maintain their project schedules
to meet all milestones.
2.0 Project Budget
❖ Develop a Project Budget that includes the anticipated total of all project -related
costs to include design, consultant services, regulatory requirements and
permits, construction, FF&E, relocations and contingencies.
❖ Review Architect's and design consultant's cost estimates and schedules.
3.0Construction Management Coordination and Value Engineering Review
❖ Perform constructability review of the project contract documents.
❖ Provide input for methods of construction.
❖ Evaluate duration of construction.
•:� Make recommendations for cost reductions, value engineering or revisions to
the City's Project requirements.
4.OEngineering Review
❖ Review the Architect's contract document submissions and provide written
comments on adherence to the City's requirements, schedule, budget,
constructability, value engineering recommendations, and life cycle cost
analyses.
❖ Review Architect prepared construction costs
B. PLAN CHECK & BIDDING PHASE
1.0 Public Relations Activities
❖ Assist the City in public relations including, but not limited to, preparing
information for presentations and attending site, internal and public meetings.
ME
❖ The CM shall be the point of contact for the community during construction in
regard to any questions, complaints, safety issues, noise problems, dust
problems and similar matters.
2.0 Pre -Bid Site Walk
❖ Attend the pre -bid meetings and site walk.
❖ Site walks shall be a forum to present the City's projects requirements to the
bidders, familiarize bidders with the project, bid documents, management
techniques and with special systems, materials or methods.
3.00oordination and Inquiries
❖ Coordinate communications related to bidder inquiries and seek resolution
from the appropriate party.
❖ Provide timely responses to such information to the bidders and the City.
4.OAddenda Review
❖ Administer the addenda process.
❖ Provide a review of each addendum during the bid phase for time, cost, and
constructability impact, and make appropriate comments and
recommendations.
5.0 Rebidding
❖ In the event the bid exceeds the Project Budget or other bidding anomalies,
and the City authorizes rebidding, collaborate in revising the scope and the
quality of work as required to reduce the construction costs for each project.
C. CONSTRUCTION PHASE
1.0 Pre -Construction Meeting
❖ Conduct pre -construction meeting.
❖ Orient the successful contractor to the various reporting procedures and site
rules prior to the commencement of actual construction.
Prepare meeting minutes.
2.0Contract Administration
❖ Administer the construction Contract.
❖ Coordinate the preparation of construction staging areas.
❖ Coordinate the preparation of site for construction.
09
❖ Coordinate the fencing, barricades or other items reasonably necessary for
efficient construction.
❖ Provide management or related services to coordinate work of the contractors
and the activities and responsibilities of the Architect and City to complete the
project in accordance with the contract documents.
Superintendent
❖ Superintendent shall coordinate and provide general direction for the work and
progress of the contractor.
❖ Oversee contractor's work and provide direction as required.
3.OSubmittal Procedures
❖ Establish and implement procedures with the City and Architect to coordinate
and review shop drawing submittals.
❖ Coordinate and review request for information (RFI), materials and samples,
product data, change orders, payment requests, material delivery dates and
other procedures.
❖ Maintain logs of all RFI, change orders, payment requests and other necessary
documents.
❖ Establish a procedure for and collect certified payroll from the Contractor.
4.0 Meetings
❖ Coordinate and conduct pre -construction, construction and weekly job
progress meetings with the contractor, Architect, and City.
❖ Record, transcribe and distribute meeting minutes to all attendees, the City and
all other appropriate parties.
❖ Assist in the resolution of any technical construction issues.
❖ Arrange and/or attend any other necessary meeting as required.
5.0Quality Assurance/Quality Control (QA/QC)
❖ Establish and implement a QA/QC management plan.
•:� Observe, verify and document the specified level of construction quality.
❖ Provide quality assurance and quality control.
6.00oordination of Technical Inspection and Testing
❖ Work with contractor- to coordinate all testing required by the Contract
Documents and as required by the City permit, Architects, or other third parties.
❖ Assist the City in selecting any special consultants or testing laboratories if
needed.
Ifflco
TOConstruction Observation
❖ Ensure the construction conforms to the approved plans and specifications.
❖ Confirm the materials and equipment incorporated in the work are handled,
stored and installed properly and adequately and in compliance with the
Contract Documents.
_
❖ Guard- against defects and deficiencies and advise the City of any deviations,
defects or deficiencies observed in the work.
8.0 Non-Conforminq Work
❖ Review Contractor's recommendations for corrective action on observed non-
conforming work. -
❖ Make recommendations to the City and Architect in instances where work is
defective or not in conformance with the Contract Documents.
❖ Observe the Contractor's work to verify all authorized changes are properly
incorporated.
9.0 Exercise of Contract Prerogatives
❖ Advise and make recommendations to the City for implementing City's Contract
prerogatives. Examples of recommendations are giving the Contractor notice
to accelerate the progress when the schedule goals are in jeopardy due to
Contractor's delay or withhold payments to Contractor to ensure Contract
compliance.
10.0 Implementation of Master Project Schedule
❖ Establish, implement and update the Master Project Schedule to set timeline
and milestones.
❖ Manage and track the activities of Contractor such as sequences and duration,
allocation of labor and materials, processing of shop drawings, product data
and samples, delivery of products requiring long lead time procurement, and
other items to ensure compliance with the City's occupancy requirements.
11.0 Monitor Estimates of Construction Cost
❖ Provide regular monitoring of the approved estimate of Construction Cost.
❖ Maintain log showing actual cost for activities in progress and estimates for
uncompleted tasks or for the time and material work as agreed to by the City.
❖ Identify variances between actual and budgeted or estimated cost.
❖ Advise the City and Architect when the costs exceed budgets or estimates.
8-21
12.0 Construction Progress Review
❖ Maintain daily log documenting -a record of weather, Contractors present on the
site, number of workers, work accomplished, visitors, problems encountered,
and relevant data or additional data as the City may require.
❖ Prepare daily inspection records with pictures.
13.0 Maintain On -Site Records
❖ Verify and ensure all on -site drawings and Contract Documents are accurate
and current.
14.0 Schedule of Values and Processing of Payments
❖ Review and recommend Contractor's schedule for the tasks included in that
contractor's schedule of events.
❖ Review and make recommendations to the City regarding payments to the
contractor.
15.0 Evaluate Change Order Proposal Costs
❖ Evaluate Contractor's costs for proposed change orders and make a
recommendation. to the City regarding the acceptance of any proposals for a
change order.
❖ Facilitate negotiations on any change order costs and time extensions.
16.0 Change Order Reports
❖ Ensure and administer all change orders authorized and approved by the City.
❖ Prepare and distribute a summary change order report on a monthly basis.
❖ Identify and document the effect of the change order on the Contract price and
Master Project Schedule.
17.0 Project Status Reports
❖ Prepare and distribute weekly Project Status Report.
❖ Project Status Report shall include an itemized summary and update of all key
items necessary to adhere to the Master Project Schedule.
D. PROJECT CLOSE-OUT AND POST CONSTRUCTION SERVICES
1.O Completion .of Contracts and Proiect
❖ Assist Architect in preparing a list of incomplete or unsatisfactory items (Punch -
list) and prepare a schedule for the completion of each item.
8-22
❖ Prepare a summary of the status of the contractor and sub -contractors.
❖ Assist the Architect to monitor completion of pending items.
2.0 As -Built Documents & Operation Manuals
❖ Coordinate and facilitate delivery of final record drawings (As -built)
❖ Verify accuracy of as -built documents.
❖ Review and coordinate final construction document specifications, shop
drawings, and submittals.
❖ Coordinate delivery of program warranties.
❖ Coordinate delivery of operations and maintenance manuals.
3.0 Training Sessions
❖ Coordinate and schedule training sessions with manufacturers to provide
training for the City maintenance and operations staff.
❖ Document all City training sessions and arrange for supplementary information,
where needed.
4.0 Initial Start-up and Testing
❖ Coordinate with Architect and City's maintenance staff to observe the
Contractor's proper installation of utilities, operational systems and equipment.
❖ Assist the City with the initial start-up and testing.
❖ Manage the coordination and installation of the appropriate furniture, fixture
and equipment.
5.0 Proiect As -Built, Close Out. and Warranties
❖ Review contractual requirements for as -built drawings, close out documents
and warranties.
❖ Document and compile all required documentation for deliver to the City.
❖ Coordinate and assist City in the move -in.
6.00omputerized Maintenance Management System
❖ Work with Staff to enter new buildings into the City's CMMS system (Brightly).
❖ Produce preventative maintenance plans for the new systems in the building.
❖ Add all warranties to the CMMS system.
7.0 User Complaints
❖ Assist with response to initial post -occupancy complaints regarding missing or
malfunction building components and equipment and contractor/vendor
warranty items.
8-23
A
,
a
ail 1 `---� ORANGE CITY FIRE DEPARTMENT HEADQVARTLR5
NEWPO PT BEACH LIBRARY WITTE HALL
}
"d
�.
04.
'w
i
s� L
�a
NEWPO RT BESGH MARINA PARK
COMMUNITY L SAILING CENTER f
' YORBA LINDp LIBRARY 6 CULTURAL AkTS CENTER
£N VIIRONME NTAL NATURE _ EAST VALE tIYIC CENTER,
CENTER, NE WPORT BEACH -4's�' FIRE STATION L LIBRARY
-"
17
Lt ( '¢
SA L BRANCH LIBRARY F REHSTATION NO 7 a
BUENA PARK FIRE STATION N0.67
Why Griffin Structures?
✓
✓
✓
Significant
Demonstrated experience for -and -within the
Highlighted
experience with:
city, including the Library, Witte Hall project,
Projects:
Marina Park Community and Sailing Center
Public Libraries
and Environmental Nature Center.
Newport Beach Marina
Park Community &
Fire Stations
Sailing Center
COAR Design Group
Newport Beach Library,
The City of Newport
Unparalleled experience with fire stations
Witte Hall
Beach
and libraries, many of which are local to the
Yorba Linda Library &
City of Newport Beach.
Cultural Arts Center
Tight Site
Considerations
Orange City Fire Dept.
Fire Station Relocations
r
Headquarters
Buena Park Fire Station
Community Relations History of shared, successful partnerships No.61
within Newport Beach with COAR Design Group including the
Morgan Hill Butterfield Fire Station, ongoing Environmental Nature
Sonoma County Public Health Lab and Center
Morgue project, and more.
VGRIFFIN
STRUCTURES
December 3, 2024
City of Newport Beach
100 Civic Center Drive, Newport Beach, CA 92660
Attention: Tom Sandefur, P.E.
RE: Proposal for Construction Management Services for Balboa Branch Library & Fire Station 1
Dear Mr. Sandefur & City Evaluation Team,
We are pleased to submit our proposal to the City of Newport Beach for its Balboa Branch Library and Fire Station 1
project. As you will discover within our proposal, Griffin Structures is highly qualified to deliver this project given our
extensive experience for -and -within the City, our vast portfolio inclusive of both public libraries and fire stations (including
temporary fire facilities), as well as a long history of successful partnerships with COAR Design Group.
For this project, we have assembled a seasoned team with the exact experience
required to bring your project to successful completion. This includes key leadership
comprised of the same individuals who are currently leading and have led the delivery
of the Newport Beach Library, Witte Hall project, the nationally recognized Marina
Park Community and Sailing Center, and the Environmental Nature Center project
located within the City. This additionally includes those who played a key role in the
completion of the Orange City Fire Department Headquarters, Buena Park Fire Station
No.61, Santa Clarito Canyon Country Community Center, Vorbo Linda Library and
Cultural Arts Center, and more. We additionally offer a specialized team of additional
support staff pertaining to constructability review, scheduling, and cost estimating.
As stated previously, we have significant experience working with COAR Design Group including a wealth of public safety
facilities such as the Morgan Hill Butterfield Fire Station, Tustin Police Department, and more. Additional projects include
the Sonoma County Public Health Lab and Morgue and several additional projects directly aligned with yours. With this
teaming experience, we look forward to offering a similarly positive working relationship to the City.
We understand that, given the nature of the project site, the City will receive exceptional benefit from a team who
possesses extensive experience with tight site conditions, potential temporary fire facility relocation strategies, enhanced
community relations and site logistics plans. We possess this exact experience and more, and are ready to offer this insight
to the City immediately to deliver this project as seamlessly and effectively as possible.
Griffin Structures takes great pride in providing both competitive pricing, and highly qualified personnel, going to great
measures to ask ourselves, "What is our true value-added proposition to the City?". The answer is our people. Our people
offer creative delivery options, solutions -based recommendations, and a true perspective of ownership that our competitors
do not possess. This is our differentiator, and the meaning behind our pledge to provide Excellence in Project Delivery.
Griffin Structures additionally and hereby recognizes all Q&As received.
We look forward to serving you,
W_
Jon Hughes, CCM, DBIA I President
P: 949.444,1615 j E: jhughesCo griffinstructures.com
1 TECHNOLOGY DR, BLDG I, SUITE 8 2 9 ! IRV h N E CA 1 9 4 9 4 9 7 9 0 0 0 I G R I FFI N STR U C T U RES C 0 M
8-26
p
6m w
Y O R B A L I N D A L I B R A R1Y &
CULTURAL ARTS CENTER
N
z
M
O
v
c
n
O
z
ea
O
m
z
m
n
v
z
/
�1 I
1. INTRODUCTION & PROJECT L1 N DERSTAN DING
GRIFFIN
STRUCTURES
FIRM INTRODUCTION
Founded in 1981, Griffin Structures is a diversified
Owner's Representative / Program, Project and
Construction Management firm serving public,
private, non-profit, and institutional sectors.
A unique aspect of our firm rests not
only in our unparalleled fire station and
public library portfolio, but in our vast
experience with the City of Newport
Beach and presence in the County of
Orange.
Griffin Structures maintains four decades of
stability in providing public sector, industry
leading service to our clients. We offer a wealth of
supportive resources pertaining to specialists well -
versed in the delivery of public amenities with
direct experience locaf to the City.
City of Newport Beach Experience
Griffin Structures has had the distinct pleasure to
serve within -and -for the City of Newport Beach for
the notionally recognized Newport Beach Marina Park
Community & Sailing Center, the ongoing Newport
Beach Library, Witte Hall project, the Environmental
Nature Center and more. These projects have
granted our team the unique ability to develop a
deep understanding of the City, stakeholder needs,
local conditions and requirements, and associated,
Invaluable knowledge required for your project.
We are ready to offer this deep understanding to
ensure successful delivery of the Balboa Branch
Library and Fire Station No.1 project, bringing with us
a portfolio inclusive of over 60 public library and fire
stations throughout the state of California.
G R I F F IN S T R U C T U RES I 1
COAR Design Group Experience
Griffin Structures offers demonstrated experience
with the City's selected Architect for this project,
COAR Design Group. Together, we have worked
collaboratively to deliver pre -development services to
the City of Morgan Hill for its Butterfield Fire Station,
the City of Tustin for both community -focused and
public safety facilities, and are additionally working
collaboratively for the Sonoma County Public Health
Lab and Morgue project.
This shared experience grants our team the unique
ability to collaborate utilizing our understanding of
the firm that our competitors simply do not possess.
Together, this effective working relationship has saved
clients significant public funds, allowed us to mitigate
schedule impacts to ensure timely delivery, and has
allowed client's to benefit from an established team
with a reputation for shared successful partnerships.
GRIFFIN
srRuCTupcEi
8-28
1. 1 N T R O O U C T i O N & PROJECT UNDERSTANDING
f IItC I T A T 1 0 N Na 1
Project Understanding
We at Griffin Structures understand the City of Newport
Beach is seeking a qualified Construction Manager to
assist the City in the management of the final stages
of design, bidding, and construction of the Balboa
Branch Library and Fire Station Z project. This highly
anticipated dual -project is intended to replace the
existing 62-year-old facility which has gone beyond its
useful life.
Both libraries and fire stations are essential civic
institutions. Libraries are centers for learning and
community connection — while fire stations are critical
lifelines to community safety and resiliency. With both
projects to be completed simultaneously, the City will
benefit from a team that can offer similarly unique
experience and insight on blending both projects
seamlessly, including coordination with a variety of
stakeholders. We have served and are currently serving
on several public safety and library combined projects,
including the Campbell Police Department and Library
project, the Eastvale Civic Center Fire Station and
Library, the Hesperia Civic Center Police Department
and Library project, and several additional projects
which does not include the many library and fire station
projects within our recent and local history.
GRIFFIN STRUCTURES f 2
We additionally understand that the success of a
project is dependent on how it is perceived by the
community. We will utilize our recent and long-standing
experience for -and -within the City to support the
success of your project, proactively engaging with
community stakeholders and maintaining transparent
communication throughout the project's Nfecycle to
address potential concerns and maintain positive
neighborhood relations. This experience will be derived
from the ongoing experience of our proposed Sr.
Construction Manager, Cody Roth, who is currently
serving on the Newport Library, Witte Hall project, as
well as our past work for the Marina Park Community
and Sailing Center delivered on time and budget. And,
of considerable note is our long-standing relationship
with COAR Design Group who have been excellent
partners we have collaborated with for a number of
civic and public safety projects throughout California.
GP FF
G PII;TFLUFIN
8-29
1. INTRODUCTION & PROJECT UNDERSTANDING
Complexities & Strategic Considerations
Griffin Structures goes to great lengths to research and
understand the challenges and opportunities for every
pursuit. As a result of this effort, we have prepared
the following strategic considerations to demonstrate
our approach and illustrate the value we offer. These
considerations are prepared in a question -and -answer
format for ease of reading.
What considerations exist pertaining to the
tight nature of the project site?
It will be crucial for the success of the project that
a clear site utilization plan be incorporated into the
bid documents in the form of a required submittal on
behalf of the Contractor. Doing so will ensure the City
possesses a true understanding of the public impact
associated with the project and can anticipate how it
will unfold efficiently. It is crucial this plan incorporates
pedestrian traffic, signage, fencing, staging, restrooms,
Contractor parking, and barriers required. Griffin
will produce an initial plan for inclusion into the bid
documents and will work closely with the successful
Contractor to refine their final plan to achieve proper
expectations for the City and community.
Are there any traffic concerns related to this
project?
Yes. This project is in a very dense residential area.
Therefore, all construction traffic will occur in this
residential environment. With this in mind, we will
require the Contractor to employ very specific traffic
control measures, trucking routes and enforce strict
start and finish times for construction. It will be
important all restrictions are clearly communicated
within the bid documents.
GRIFFIN STRUCTURES I 3
What unique concerns should the City be
aware of as it relates to utilities and other
jurisdictions?
The single most challenging aspect of any project is
coordination with SCE and other utilities and currently
lead times on electrical switchgear. Lead times and
design backlogs are out 12-18 months. This has a direct
impact on the bidding documents which in turn results
in potential change order exposure and schedule delays.
Our experience shows that the best way to mitigate this
exposure is to bring on a Dry Utility consultant who can
engineer plans on the City's behalf. Using our extended
resource base, Griffin Structures would propose doing a
minor -solicitation of at least three potential firms who
can engineer and submit a dry utility plan to SCE which,
when done properly, greatly shortens the design cycle
and provides the City with better certainty of design
and cost.
How will the City be assured that the
Contractor possesses the skills and experience
to deliver this project successfully?
Griffin Structures is ready to employ a robust Contractor
prequalification protocol which enhances the standard
questionnaire provided by the Department of Industrial
Relations to include such things as revenue analysis,
bonding capacity, project team scoring criteria, safety,
references, and similar project experience. Our process
will incorporate the nuances of this unique project
and ensure the City benefits from a healthy bid pool
(targeting 5-7 bidders) while also ensuring that all
bidders can successfully deliver the project. By utilizing
this enhanced Contractor prequalification process, the
project will be more efficient, assure more competitive
bids, and ensure a collaborative project team that
offers high -quality design and construction.
GRIFFIN
STRUCTURES
i 0
1. I N T R a D U C T i C N & PROJECT UNDERSTANDING GRIFFIN STRUCTURES I 4
What are some key strategies for maintaining
public support for the project during
construction?
Establishing a robust communications plan will be
essential to the project's success. One key component
to a successful plan is the implementation of a 24-hour
hotline. This hotline will be accessed via a dedicated
City extension that is answered with a recording
notifying the caller that upon leaving a message,
whereby raising a question or concern, each caller will
be replied to within 24 hours. Our Construction Manager
will monitor this voicemail and respond accordingly
in coordination with the City. We hove found that
this strategy provides a significant positive impact,
demonstrating that the City is not only listening to their
concerns and questions, but cares about its constituents
and community.
What are the longest lead time items and what
can be done to mitigate their impact?
Electrical SwitChgear and backup generators have
continued to be two of the longest lead time items
to procure on any project. Switchgeor often takes up
to 12 months and some generators are 18-24 months
out. It will be imperative for Griffin to work with the
City and design team to determine the specific project
requirements, complete the designs early, and look at
what can be done to procure these items in advance of
bidding the project.
What measures will the Fire Department take
in managing temporary facilities throughout
the construction phase?
Should the City initiate planning for temporary
measures for fire operations, our expertise lies in
optimizing operational continuity for Fire Station
projects. Often, we encounter scenarios where either
(o) services are relocated to a nearby alternative
facility, necessitating strategic move management for
the existing station, or (b) a temporary fire station
needs to be established, supported with a combination
of structures. In the first scenario, we can provide
invaivab{e support by sourcing move management
vendors and coordinating all essential tasks. In the
second scenario, our role includes assisting the City in
selecting the most ideal site that aligns with service
area requirements, while ensuring it accommodates
ingress/egress needs, site capacity, and community
considerations.
Moreover, we have successfully assisted In leasing
modular facilities and canopy structures, replicating
a traditional fire station at a significantly lower cost,
given its temporary nature. In all cases, our objective
is to establish the most effective protocols to meet the
City's objectives seamlessly.
GRIFFIN
sYaucru�es
8-31
1. INTRODUCTION & PROJECT UNDERSTANDING
G R IF F IN S T R U C T U RES I 5
i �'J, l!�S�I�i� ■i ';E
-. •, i +v1w... ' w.,ie,�+.� �,��unn�aua�aaaiod
32 16 22
Libraries + Community Facilities (representative experience)
1. Bloomington Branch Library
2. Bowers Museum & Kidseum
3. Buena Pork Library District Renovation
4. Campbell Library Renovation
5. Cupertino Library Expansion
6. Discovery Cube Science Center
7. Eastvale Civic Center & Library
8. Environmental Nature Center, Newport Beach
9. Escondido Public Library & Modernization Project
10. Fullerton Main Library
11. Fullerton Mufti -Generational Community Center
12. Half Moon Bay Library
13. Hesperia City Library
14, Inglewood Main Library Renovation
15. Irvine Great Park Framework Plan & Library
16. Irvine Great Park Live
17. Newport Beach Library, Witte Hall
18. Newport Beach Marina Park Community &
Saifing Center
19. Northeast Stockton Library & Community Center
20. Quartz Hill Library, County of Los Angeles
21. Salinas El Gabilan Branch Library
22. San Bernardino County Law Library Renovation
23. San Jacinto Civic Center
24. Santa Ana Main Library Renovation
25. Santa Ana Newhope Library Renovation
26. Santa Ana Delhi Center Library Branch
27. Santa Ana Outdoor Library at Jerome Park
28. Santa Ana Zoo, Crean Family Farm
29. Santa Clarito Canyon Country Community Center
30. Santa Cruz Downtown Library, Housing & Mixed -Use
Project
31. Shoreline Park Master Plan, Monarch Bay Shoreline
Development Project
32. Tustin Main Library
33. Watsonville Civic Plaza & Library
34. Watsonville Civic Plaza Library
35. Yorbo Linda Library & Cultural Arts Center
36. Colton Civic Center (City Hall, PD, & Library) Pre -
Development
37. Dana Point Surfing Heritage & Cultural Center
(SHACC) Pre -Development
38. Ei Centro Library Pre-Deve#opment
39. Hermosa Beach Library Pre -Development
40, Willowbrook Library Pre -Development
41. Yucaipa Library Pre -Development
GRIFFIN
STRULTURE5
8-32
I. I NTRODUCTION & PROJECTUNDERSTANDING
G R I F F I N STR OCT U RES I 6
Fire Station & Public Safety Experience (representative experience)
FIRE STATIONS
1, Buena Park Fire Station No.61
2. Carlsbad Police & Fire Headquarters Renovation
3. Cathedral City Fire Station No.411
4. Corona Fire Station No.2
5. Eastvale Civic Center Police Station & Fire Station
6. Manhattan Beach Fire Station No.2
7. Orange City Fire Department Headquarters
8. Orange County Fire Authority, CIP (Multiple Stations)
9. Burbank Police & Fire Department Headquarters
10, Tustin Fire Station No.37
11. Selma Fire Station No.3
12. Fairfield Fire Station No.36
13. Fairfield Fire Station No.39
14. Visalia Fire Station No.51
15. Garden Grove Fire department & HQ Pre -Development
16. Newport Beach Fire Headquarters Pre -Development
17. Morgan Hill Butterfield Fire Station Pre -Development
VARIOUS PUBLIC SAFETY PROJECTS
18. East Bay Regional Park District, Public Safety &
Administrative Headquarters
19. Campbell Police Operations Building Renovation
20. Visalia Civic Center & Public Safety Building
21. Buena Paris Police Department Headquarters
22. Hesperia Police Department Headquarters
23. Inglewood Emergency Operations Center Renov.
24. Rancho Palos Verdes Civic Ctr & FOC
25. Rancho Santa Margarita Civic Ctr & Sheriff's Station
26. Rialto Police Department
27, Riverside County Family Law Courthouse, Riverside
28. Riverside Sheriff's Office, Ben Claris Training Center
29. Salinas Police Services Headquarters
30. Son Bernardino County Public Safety Ops Center
31, Son Bernardino County, Valley Communications Ctr
32. San Bernardino County Law Library Renovation
33, Santa Cruz County Superior Court, Watsonville
34. Tustin Water Admin. Building, Corporate Yard & EOC
35. Visalia Emergency Communications Center
36. Watsonville Civic Center & Superior Court
37. Westminster Police Department Headquarters
38. Westminster Public Safety Training Center
39. Calton Civic Center & Police Dept Pre -Development
40. Covina Police Department Pre -Development
41, Garden Grove Police Department Pre -Development
42. Garden Grove Public Safety Master Pion Pre -Develop.
43. Inglewood Police Department Pre -Development
44. Irvine Police Department Pre -Development
45. Newport Beach Police Department Pre -Development
46. Oceanside Police Dept Headquarters Pre -Develop.
47. Ontario Police Department Pre -Development
48. Tustin Legacy Annex & Police Pre -Development
GRIFFIN
STRUCTURES
8-33
In
c
f WI
04
ORANGE CIT?%,k.,i.RE DEPARTMENT HEADQUARTERS
2 FIRM QUALIFICATIONS & RELATED EXPERIENCES G R IF F IN S T R U C T U RES I 7
Libraries + Community Facilities (representative experience)
IM%
DESCRIPTION
The single story 9,514 SF Library Lecture Wall
is designed to be a signature building that
complements the architecture of the City Nall
and respects the scale of the existing library.
Once completed, the lecture hall will provide
tiered seating for 299 guests. Improvements will
also include an expanded courtyard for pre -
and post -events, and a reconfiguration of the
library parking lot.
DESCRIPTION
The project involved new construction of a
public park; a 24,000 5F Community and
Sailing Center building with classroom, office
and meeting space, a 23-slip visitor marina,
restroom building, playground lighthouse,
playground, outdoor fitness circuit, open space
and picnic areas. As a result of the integrated
and well -coordinated architectural, engineering
and construction efforts, the project was
completed four months ahead of schedule and
$4 million under budget.
D E S C R I P T I O N
This two-story 45,000 SF Library and 13,500
SF Cultural Arts Center is centered in the
downtown of Yorba Linda, The library features
play areas, collections and story time space,
study and community rooms, classrooms, and
retail store. The Arts Center houses a 250-
seat black box theater, art and dance studios,
and gallery display space. The campus -like
is connected via central posed with outdoor
plazas and open space.
VALUE + SIZE
$23,400,000 1 9,514 SF
REFERENCE
City of Newport Beach
Peter Touscher
Senior Civil Engineer
(949) 644-3316
ptauscher@bnewportbeachca.gov
RELEVANCY
Library; *Newport Beach Project.
VALUE + SIZE
$36,000,000 1 24,000 SF
REFERENCE
City of Newport Beach
David Webb
Pubiic Works Director
(949)689-1324
dowebb@)newportbeachco.gov
RELEVANCY
Community Facilities; *Newport Beach
prokz,cr
VALUE + SIZE
$52,000,000 1 59,000 SF
REFERENCE
City of Yorba Linda
Carrie Lixey
Library Director
(714) 777-2466
car ri e.l i xey@y I pl.org
RELEVANCY
Librory; Orange County Project
GRIFFIN
STRUCTURES
8-35
2. FIRM QUALIFICATIONS 8, RELATED EXPERIENCES GRIFFIN STRUCTURES 1 8
Libraries + Community Facilities (representative experience)
DESCRIPTION
This program consists of the renovation of the
existing 39,790 SF Main Library, new parking
lot, and children learning area. Projects also
include a modernized Newhope Library Branch,
the new construction of a 2,500 SF Delhi Library
Branch, and a new 1.78-acre Outdoor Library
at Jerome Park, including large book kiosk,
multigenerationol play/activity areas, and
parking lot improvements.
DESCRIPTION
This 28,000 SF community center and outdoor
space includes a new community center
with four multi -purpose rooms, gymnasium,
classrooms, demonstration kitchen, fitness
room, and office. Outdoor improvements also
include an outdoor marketplace (mercado) and
park features including courts, event stage,
playground, events garden, and perimeter trail.
The adjacent Mint Canyon Channel was also
redeveloped.
DESCRIPTION
Griffin served as the developer for this facility
delivered via Public -Private Partnership (P3),
which provided for the design, financing,
construction, and delivery of the new library.
Prior to final schematic design, Griffin
5winerton's management led to a fully
constructed, equipped building with learning
spaces for children, teen and adults, community
rooms, and a welcoming courtyard.
VALUE + SIZE
$42,000,000 i 60,000 SF
REFERENCE
City of Santa Ana
Brian Sternberg
Library Services Director
(714) 647-5296
bsternberg@santa-ano.org
RELEVANCY
Library; Orange County Project
VALUE + SIZE
$56,000,000 1 28,000 SF
REFERENCE
City of Santa Clarita
Wayne Weber
Parks Planning Manager (Ret.)
(661)255-4961
wayneweber2@icloud.com
RELEVANCY
Community Facilities
VALUE + SIZE
$21,000,000 1 21,000 SF
REFERENCE
Cary Ann Siegfried
Library Director, City of Washington, IA
Former Salinas Chief Librarian
(214) 490-0014
cary.siegfried@bwashington.lib.io.us
RELEVANCY
Library
"GRIFFIN
STRUCTURES
8-36
2 _ FIRM QUALIFICATIONS & RELATED EXPERIENCES GRIFFIN STRUCTURES I 9
Libraries + Community Facilities (representative experience)
DESCRIPTION
This new 32,000 SF library included an outdoor
plaza and connects to the Tustin City Hall. The
facility serves students from both the Tustin
and Santa Ana School Districts, featuring study
and tutoring rooms which separate children
and young adults for quality learning. The new
$22.5M facility allowed the library to expand
its collections and enhance visitor amenities,
providing 223 reader seats and 99 technology
stations.
DESCRIPTION
This library project included the demolition
of the existing library, replaced with a new
22,000 SF library. Planning involved extensive
community engagement and outreach and
includes children's and teen areas, study,
literacy areas, as well as a roof deck, courtyard
and atrium. As the first net -zero energy building
in San Mateo County, this project includes
a large rooftop photovoltaic array, hydronic
radiant floor heating, and countless additional
sustainable features.
DESCRIPTION
This 28,000 SF community center and outdoor
space includes a new community center
with four multi -purpose rooms, gymnasium,
classrooms, demonstration kitchen, fitness
room, and office. Outdoor improvements also
include an outdoor marketplace (mercado) and
park features including courts, event stage,
playground, events garden, and perimeter trail.
The adjacent Mint Canyon Channel was also
redeveloped.
VALUE + 5 1 Z E
$23,000,000 1 32,000 SF
REFERENCE
City of Tustin
Jason Churchill
Deputy Public Works Director
(714) 573-3355
jchurchill@btustinco.org
RELEVANCY
Library; Orange County Project
VALUE + SIZE
$25,200,000 j 22,000 5F
REFERENCE
City of Half Moon Bay
Matthew Chidester
Assistant City Manager
(650)726-8272
mchjdester@Dhmbcity.com
RELEVANCY
Library
VALUE + SIZE
$12,000,000 1 13,000 SF
REFERENCE
County of Los Angeles
Fred Hungerford
Former Chief County Librarian
(951) 444-6141
fredmhCasbcgloba I, net
RELEVANCY
Library
GRIFFIN
STRUCTURES
8-37
Z FIRM QUALIFICATIONS & RELATE ❑ EXPERIENCES
Fire Stations + Public Safety Facilities (representative experience)
GRIFFIN STRUCTURES I 1 0
D E S C R I P T I O N
VALUE + SIZE
Griffin Structures served as the Program
$25,300,000 1 30,000 SF
and Construction Manager to oversee the
development of the City's 29,000 SF Fire
REFERENCE
Headquarters and Fire Station No.1, which
City of Orange
services the Old Towne Section of Orange. The
Frank Sun
new headquarters includes a 15,500 SF bay for
Deputy Director/City Engineer
the fire trucks and engines and a two-story,
(714) 744-5544
13,500 SF administrative building. It replaces
fsuni`a`7cityoforange.org
the city's old Station No. 1, which was located
RELEVANCY
a few blocks away an South Grand Street.
Fire Station; Orange County Project
D E 5 C R I P T I O N
VALUE + SIZE
Griffin served as the PMCM for this fire station
$14.000,000 1 18,000 SF
which houses administrative offices for the
REFERENCE
battalion and OCFA Division 7 headquarters. It
James B. Vanderpool
features three fire apparatus boys with quick-
Current City Manager, Anaheim
opening bi-fold doors and a signal interrupter.
Former City Manager, Buena Park
The station also includes training rooms and
(714) 562-3550
space, 14 dormitory sleeping
offices p y p g quarters,
jvanderpool�o7a naheim.net
kitchen and dining facilities, and a workout
room.
RELEVANCY
Fire Station, Orange County Project
DESCRIPTION
VALUE + SIZE
This two-story fire station includes an
$9,000,000 1 >10,000 SF
apparatus bay, six crew dormitories, dining and
exercise room, modern locker space, laundry
REFERENCE
rooms, medical storage, as well as associated
City of Manhattan Beach
office space and workshops. A trash enclosure
Jeff Fijalka
and backup power generator will also be
Senior Civil Engineer
constructed. This project was developed as
(424) 445-9350
a result of early Needs Assessment / Pre-
jfijalka@manhattanbeach.gov
Development services conducted by Griffin
RELEVANCY
Structures.
Fire Station; *Temp Fire Station
7GRIFF1N
srnucrLAES
8-38
2 . FIRM QUALIFICATIONS & RELATED EXPERIENCES
Fire Stations + Public Safety Facilities (representative experience)
GREFFIN STRUCTU RES I 1 1
DESCRIPTION
VALUE + SIZE
Griffin provided construction management and
$14,40m,000 1 55.000 SF
inspection services to the 54,575 SF City of
Carlsbad Public Safety Center which includes a
REFERENCE
City of Carlsbad
new main entry creating a more inviting public
Steven Stewart
entry point; new, centrally located staff lounge;
Facilities Program Manager
remodeled dispatch center; new furnishings
(760)317-3508
throughout; improved compliance with the city's
steven.stewart@carlsbadca.gov
Transportation Demand Management plan to
reduce traffic; and a new solar photovoltaic
R E L E V A N C Y
system.
Fire Station
DESCRIPTION
VALUE + SIZE
The City of Eastvale intends to create their
$109,000,000 1 >90,000 SF
first bespoke civic presence with a new city
hall, library, and police station designed to
R E F E R E N C E
be as open and transparent as the local
City of Eastvale
government they represent. This project began
Mark Orme
with a Griffin -led programmatic space needs
City Manager
assessment, where we were later selected
(951) 703-4424
to provide OR, Program and Construction
mormeCeastvaleca.gov
Management services for the City.
RELEVANCY
*Fire Station AND Library Project
DESCRIPTION
V A L U E + S I Z E
Griffin served as the Construction Manager for
$8,000,000 1 8,500 SF
the new 8,500 SF fire station in Cathedral City.
REFERENCE
Station 411 includes three apparatus bays,
Jan Davison
living quarters, as well as rapid deployment
Former Redevelopment Director,
bay exit doors, firefighter dormitories, captain's
Cathedral City
quarters, great room, dining, and living spaces,
5avison 2
work/study area; equipment maintenance and
anet
janetrdavison[a�gmail.com
storage areas, public lobby and freestanding
45' tall communications tower.
R E L E V A N C Y
Fire Station
4 GRIFFIN
,tR"CTIJ1QS
8-39
FIRM QUALIFICATIONS & RELATED EXPERIENCES
Fife Stations + Public Safety Facilities (representative experience)
GRIFFIN STRUCIURFS 1 12
DESCRIPTION
VALUE + SIZE
Griffin Structures served as Program and
$6,000,000 1 10,000 SF
Construction Manager for this project which
serves as a replacement facility for the existing
REFERENCE
City of Tustin
station replaced due to the age and location.
Eason Churchill
The new station is a two -bay, 8,500 SF station
Deputy Public Works Director
with modern design upgrades meeting the
(714) 573-3355
latest OCFA and City of Tustin standards. The
jchurch i11(cDtu stinca.org
station is located in the Tustin legacy District
and will serve the vastly growing area. The
RELEVANCY
station is also LEED Certified and was delivered
Fire Station
on -time and on -budget.
DESCRIPTION
VALUE + SIZE
This project consisted of the demolition of an
$15,200,000 1 17.300 SF
existing Fire station and facilities maintenance
office trailers and the construction of a 17,284
R E F E R E N C E
SF water administration headquarters and
City of Tustin
yard, to include a state-of-the-art Emergency
Jason Churchilt
Operations Center, back up emergency dispatch
Deputy Public Works Director
center, and RACES (Radio Amateur Civil
(714) 573-3355
Emergency Service) room.
jchurchillCdtustinca.org
RELEVANCY
Public Safety Project
DESCRIPTION
VALUE + SIZE
This new mission -critical facility will remain
$135,000,000 1 75,100 SF
operational 365/24/7, under extreme conditions
as the primary Emergency Operation Center
REFERENCE
San Bernardino County
(EOC) in the San Bernardino Valley. Delivered
Rene Glynn
via the Design -Build procurement method,
Supervising Project Manager
this comprehensive 80,000 SF building on the
771-1223
6.85 acre site will be occupied by the Sheriff-
rene.
ene.glynnC&pfm.sbcaunty.gov
Coroner, Office of Emergency Services, Fire,
Emergency Medical, and Radio Management
RELEVANCY
agencies.
Public Safety Project
GRIFFIN
e STRUCTURES
W♦ I
:I
SALINAS EL GABI LAN BRANCH LIBRAR
3 SCOPE OF s E R V I C F 5 GRIFFIN STRUCTURES 13
Project Approach
Griffin approaches projects with the perspective of an Owner, and the insight of an Architect and Contractor. Like an Owner,
we approach each project as if i t is our own money, schedule, and facility that is being developed. We also understand the
technical aspects and trade knowledge essential to providing quality service from concept to keys.
Together with these components, Griffin provides Program Management and Construction Management (PMCM) based on
our unique blend of experience as both a public agency PMCM and at -risk fee developers - uniquely enhancing our ability
to provide unparalleled services to our clients and have included a summary of our available services below.
COMMUNICATION / DOCUMENT CONTROL
Standardized Communication and Document Management Protocols will be utilized for all project
document controls. All RFIs, submittals, ASIs, CCDs, Deltas, daily reports, project photos, SWPPP
reports, schedules, and closeout documents will be carefully integrated into the City's third-porty
web -based Software -as -a -Service (SaaS).
SCHEDULE MANAGEMENT
A comprehensive master project schedule will be created to include all aspects of the project,
including, but not limited to: design iterations & review times, permitting phases, pre -
qualification, bidding, contracts & insurance, construction phasing, city installations, utility
connections, IT installations, punchiist, commissioning, & contingency.
FINANCIAL CONTROLS
Effective financial controls depend on change management, timely invoices, claim mitigation &
avoidance, commitment to value, clear documentation and legal comprehension. Our expertise
in this category is best -in -class and includes an estimating team to serve as a reference point in
developing budgets and change order negotiation.
QUALITY CONTROL OBSERVATIONS
Inspections, photography/technology such as recordings, photography, Bluebeam Technology to
facilitate the communication of challenges in field for quick resolution & documentation, Building
Information Modeling (BIM), and Field Observation Reports will be employed for Quality Control
and Assurance.
�GRlFF1N
sTaucrusrs
8-42
3. SCOPE OF SERVICES G R I F F IN STRU C T U RES I 14
Scope of Services
PRECONSTRUCTION PHASE
Master Schedule Development
Griffin Structures will produce a comprehensive and
detailed project schedule that anticipates and includes
all key stages and activities of a project. This schedule
will include all design milestones including time for
City review, permitting, Contractor prequalification
(if desired), bidding, contracts and insurance, FF&E
installations, and time for move -in before being open to
the public. Sas noted above, validating the construction
duration against the market will be a key part of the
schedule development.
Master Budget
Griffin will develop a master budget able to capture
the total project cost. Not only are we able to review
construction cost estimates, but we are also highly
skilled at identifying unknown costs that must be
incorporated into the project for its success.
Constructability
During the design process, Griffin Structures will
perform extensive constructability reviews at iterative
design milestones. Griffin will evaluate key aspects of
the design with each review, with particular attention
paid to those items that can result in added cost,
extended time, or compromised value. Griffin also looks
in the early stages of design for consistency with the
basis of design and program guidelines.
At each stage of design, the documents reveal different
characteristics, which we will be evaluating. During
the Concept and Schematic Design phase, our primary
focus will be on the efficiency of use, adherence to the
program, site layout and massing, building orientation,
and basis of design.
At the Design Development and Construction Document
phase of design, we will drill down into the project's
critical details and look for apparent discrepancies
such as missing callouts, flawed notes, and other items.
Our review will search for inconsistencies such as civil
and MEP point of connection elevations, waterproofing
details and drainage, heat load orientation, framing
coordination issues, and countless other pertinent
information.
Finally, the key to the usefulness of our reviews is in
our use of Bluebeam technology. This tool allows for
the digital evaluation of the drawings, highlighting the
details in question, and producing a report that is easy
to understand and is actionable. Utilizing this tool with
our hands-on field experience allows Griffin to produce
the highest quality of constructability reviews.
Plan Check & Bidding Phase
Pre -Bid Conference: Critical to the success of any bid
process is a well -organized bid conference. Griffin will
assist in the bid process and recommends hosting a
conference meeting where a power point presentation is
presented to the bidders followed by a site visit. Griffin
will assist the City and the design team in this effort
GRIFFIN
STRUCTURES
3. SCOPE OF SERVICES GRIFFIN STRUCTURES I 1 5
Bidder Questions: Any questions received by bidders
will be coordinated by Griffin with answers distributed
to the bidders via Addenda. Addenda issued during
the bid process will be reviewed to ensure that the
information is biddable, coherent, clouded, includes
a narrative, and is issued in a manner that is timely.
These efforts will help to establish a clear bid package
which will in turn allow for bidders to give complete
bids. Confusion is the enemy of a successful bid, and
we will oversee all documentation to ensure there is no
confusion on the part of the bidders.
Rebidding: Should all bids come in significantly above
the City's budget, Griffin Structures will work with the
City to rebid the project. This will include performing
a detailed review of the submitted bids to determine
if there are any particular factors contributing to the
high bid values, reviewing past value engineering to
see if there are opportunities to reduce scope or create
alternates, and any other effort to aid the City in
reducing project costs.
Public Outreach: Griffin will use our extensive database
of Contractors to enhance the traditional public notices
by issuing email invitations to potential bidders. Griffin
starts this process early in hopes of creating a quality
contractor pool.
CONSTRUCTION PHASE
Project Meetings
The management of well -organized and carefully
documented meeting is critical to the success of
any project. This includes all types of meetings that
may occur throughout the life of a project. To begin
with, Griffin will arrange for and conduct the Pre -
Construction meeting and will provide both and agenda
and meeting minutes accordingly. Griffin will ensure
that all pertinent team members will be present in
coordination with City staff.
Additionally, Griffin will provide the agendas and
meeting minutes, discuss the schedule updates and
near -term activities, work with the team to clarify or
resolve problems, coordinate with other Contractors,
update the team on the status of change orders, status
of submittals and RFI's, review safety issues and other
topics as they occur. Griffin will assign action items to
responsible parties along with the corresponding date
the action is required to be complete. These meetings
will be reviewed for concurrence and will be distributed
to attendees within five calendar days.
The Griffin CM will also work closely with developments
in the field to attend and document, or cause to be
documented, all necessary meetings including but not
limited to weekly safety meetings, utility coordination
meetings, issue resolution meetings, commissioning
meetings, change order meetings, and any other
meeting need the project requires.
GRIFFIN
STRUCTURES
Mi i
3. SCOPE OF SERVICES GRIFFIN STRUCTURES I 16
Project Controls & Contract Administration
Construction Management Program: As described
above, Griffin Structures will be utilizing Submittal
Exchange to manage all documentation needs for the
duration of the project. This system will include all
design, City, inspections, and Contractor team members
as needed. All licenses are included, and when the
project is completed, the entire file containing all
documents will be archived and transferred to the City
for posterity.
Project Documents: This system will include all project
documentation including but not limited to: all shop
drawings submittal reviews, BFI's, payment requests,
change orders, product data, material delivery dates,
daily reports, project logs etc. As described above,
Griffin will employ the use of Submittal Exchange for
expedient distribution and tracking of these documents,
as well as tailor this effort to provide the exact level of
detail expected from the City.
Safety Regulations: Griffin will work closely with the
City and staff to prepare and oversee the mobilization
of the Contractor, the phasing of work, and the
establishment of suitable and safe construction staging
including but not limited to' fencing, barricades, temp
facilities, temp utilities, construction trailer placement
etc. The planning of this effort will be started early
in the preconstruction process, and an initial site
phasing and staging plan will be included in the bid
documents to give guidance to the bidders regarding
City standards and expectations. Additionally, Griffin
will observe and document any and all safety concerns
observed on the site. These will be reported directly to
the Contractor who will have the ultimate responsibility
for maintaining safety on the site and may include
required safety training and reporting from the
Contractor's safety officer if violations continue.
Photographs: Griffin will serve as the 'eyes and ears'
of the City for quality control. Accordingly, Griffin will
walk the site regularly and inspect all installations
for consistency with the construction documents and
photograph the site regularly. Specifically, Griffin will
enforce the highest level of workmanship to ensure the
City receives the best value for the investment made on
behalf of the community.
Schedule Reviews: As described above, our CM will
review all Contractor schedules for accuracy and
consistency with the milestones critical to the project
as communicated in the approved baseline schedule.
This review will entail reviewing the logic of the critical
path, the integration of City installations, reasonable
durations for submittals, inclusion of weather days,
commissioning, punch list and closeout. An updated
schedule will be required for every monthly pay app
approval.
Invoicing Reviews: Griffin will cause to be established
by the contractor, a comprehensive Schedule of
Values for the entirety of the project for approval by
the City. Once approved this will serve as the basis
for all progress payments, which Griffin will review
for consistency with progress in the field and make
recommendations to the Contractor for correction. Once
corrected, Griffin will then make recommendations to
the City for processing.
Building Permit Requirements: The Contractor will be
required to call in all inspections to the City building
department, and the Griffin CM will observe and review
any and all deficiencies identified. We will work closely
with the City inspector to ensure the construction is
performed to all building code standards.
WIGRIFFIN
STRUCTURES
3. SCOPE OF SERVICES GRIFFIN STRUCTURES I 17
Contractor Progress Review: The Griffin Structures
Construction Manager will provide daily progress
review of all activities performed on the project. This
will take the form of a daily report which includes all
workers, equipment, activities, materials, and issues
encountered on that day. Additionally, a counting
of construction days will be accrued as verification
of contract days spent, along with a percentage of
completion for activities. Any issues or problems will
also be documented for future reference. Additionally,
as discussed above, Griffin will review all schedules
provided by the Contractor to confirm they meet the
overall objectives of the project. Accordingly, Griffin
will oversee and ensure the activities in the field
are consistent with the approved schedule and will
recommend corrective action should they fail correlate.
Forecasting: As part of our Budget Management
approach described above, Griffin will update the
project budget on a monthly basis and project forward
a cost to completion to the City. This will include all
change order projections, inspections costs, soft costs,
contingency uses, and provide a cash flow for City use.
Submittal Reviews: Griffin will review all submittals for
completeness and work closely with the design team to
process and return submittals on a timely basis to allow
for the highest production of work. All submittals will
be maintained in the document management system.
RFI Reviews: Griffin will review all RFI's to confirm that
they are in fact pertinent to the project, work with the
field and the design team to come to resolutions and
work closely with the team to come to solutions that
do not add time or cost to the project. All RFI's will be
maintained in the document management system.
Issues Resolution: Should the Contractor request further
explanation, we will work closely with the team to
resolve any lack of clarity and provide guidance for
moving the project forward.
Change Orders: Griffin will review all change orders
and provide supplemental information as needed to
justify their approval or rejection. Griffin will negotiate
with the Contractor on the City's behalf and serve as
the point of contact for resolving issues and mitigate
against potential claims. Specifically, Griffin will seek
to avoid claims as detailed above. All Change Orders
will be required to include proper documentation,
subcontractor and supplier back up, and any design
or owner documentation that justifies the merit of
the change order. Additionally, Griffin will perform an
evaluation of all change orders to confirm the estimate
is consistent with industry standards and fair market
pricing.
Claims Avoidance: Griffin will implement the claims
avoidance program detailed in the approach above for
the successful tackling and ultimate mitigation of all
claims.
Changes & Change Notices: Should the City wish to
implement a change to the project, Griffin will work
closely with the design team to prepare and issue a
Construction Change Directive that provides adequate
information for implementation.
Public Utility Liaison: As will the coordination with the
utilities during the design and bid phase, Griffin will
work closely to coordinate all construction activities
with the respective utilities to ensure proper and timely
installation.
GRIFFIN
STRUCTURES
iM
3. SCOPE OF SERVICES G R IF F IN S T R U C T U RES I 18
Record Set of Documents: As stated above, Griffin
will manage all project documentation via our
cloud -based document management system. As
such we will maintain all shop drawings, product
data, samples, submittals, purchases, materials,
equipment, and applicable handbooks. All documents
will be maintained and turned over to the City at the
completion of the project.
As -Built Drawings: As part of the management of the
record set of drawings, the Griffin CM will require that
the record set of drawings is kept at the CM trailer and
that all trade contractors mark up a single continuous
set of plans for turnover to the City. Where possible,
Griffin recommends record drawing be maintained
digitally.
Reports
Daily Reports: Daily reports will be maintained that
capture personnel, activity, equipment, inspections,
photographs, and any critical issues encountered.
Weekly Reports: Griffin Structures will prepare and
transmit a weekly report to the City which will
catalogue the time elapsed, % completed, activities
completed, activities anticipated for the following week,
updates on the substantial completion date, budget
updates, and any critical issues encountered.
Monthly Reports: As with the preconstruction
phase, Griffin will provide a monthly project status
report for distribution to any and all parties the
City deems appropriate. This report will include key
milestones, anticipated work pending, budget updates,
photographs, and any key challenges encountered.
These monthly reports will also include an updated
cash flow, and updates to the total project budget that
might have been encountered in the previous month.
Construction Inspection
Preconstruction Survey: The Griffin CM will perform a
visual and photographic survey of the project prior to
the start of construction to ensure a proper recording of
existing conditions is documented.
Building Department Inspections: The Griffin Structures
CM will coordinate or cause all inspections required
for the project to be built in conformance with the
applicable codes. Where the Contractor is responsible
for calling in all inspections and maintaining the
inspection log, the Griffin CM will oversee this effort and
.ensure all building inspections are properly performed.
This will include site work, structural inspections,
architectural inspections, electrical inspections,
mechanical inspections, utilities inspections, landscape
inspections, and systems inspections.
Special Inspections & Testing: Griffin will coordinate
and oversee the scheduling of all other consultant
inspections including but not limited to geotechnical
materials testing, deputy inspection, and special
laboratory testing.
Quality Assurance Inspections & Oversight: As
described in our approach above, Griffin will implement
a rigorous quality assurance inspections protocol to
ensure the installations are in compliance with plans
and specifications on a continuous basis. Griffin
will observe all installations and notify of any non -
confirming work installed. These notices will be detailed
and thorough and provide recommendations to the
City and Architect for corrective measures. We will
also notify the Contractor of non -confirming work and
will track all resolutions via our Field Observation Log
described above.
GRIFFIN
STRUCTURES
i M
3 . SCOPE OF SERVICES
Community Outreach
Website Content: Our team will provide the content
required for miscellaneous website updates. This would
include milestones, field activity updates, photographs,
and any other content the City wishes to incorporate.
Notices: Our team will assist the City with providing
content for any notices the City wishes to distribute to
the surrounding neighborhood. This information would
be specific to road closure, extraordinary construction
activities, noisy work, and anything else the City wishes
to communicate to the surrounding neighborhood.
Neighborhood Updates & Meetings: Griffin will assist
the City in hosting and leading neighborhood updates
and meetings. This may take the form of leading
presentations that provide updates on construction,
answering questions, and serving as the construction
activities representative on behalf of the City.
Electronic Media: Similar to website content above,
Griffin will support the City in the preparation of
content for inclusion into electronic media updates,
newsletters, and potential local newspaper updates
Media Management: Though the City will take the lead
in managing all public information, Griffin will support
the City as needed to provide updates and responses to
media inquiries.
Project Hotline / Email: Griffin recommends establishing
a dedicated phone number and/or email address where
the interested parties can seek information. Griffin will
respond to any inquires within 24-hours. For sensitive
items, Griffin would work with City staff to tailor the
message before responding. Griffin has found that
project opponents can become advocates when the feel
heard.
G R IF F IN S T R U C T U RES I 19
CLOSEOUT
Punch List: Griffin will coordinate the final punch walk
of the project to ensure all improvements are per
the plans and specifications. Specifically, Griffin will
employ a Field Observation Log during construction
that will seek to identify quality issues observed by the
project team 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 also oversee the following
punch walks to confirm corrective action is resolved.
Once completed, Griffin will issue a comprehensive
punch list for completion by the contractor. Griffin will
oversee the completion of these items and ensure that
all deficiencies and corrections are completed to the
satisfaction of the City.
Finalize Change Orders & Claims: Our approach
minimizes change orders lingering to the completion
of the project, and we seek to do the same with any
claims. Nonetheless, should any outstanding issues
remain that require change order negotiation of claims
management, the Griffin CM will coordinate and lead
these negotiations on behalf of the City to a successful
resolution.
Record Drawings & As-Builts: Integral to our cloud -
based document management system, Submittal
Exchange will assemble all guarantees, certifications,
affidavits, leases, easement deed, operating and
maintenance manuals, warranties and any other
closeout documents. This system will provide a
complete digital file for all documents, for future
use, as well as maintain cloud -based files for future
use. Additionally, Griffin Structures will cause to be
maintained a complete and up to date set of drawings
for the duration of the project.
GRIFFIN
STRUCTURES
RI 1
3- SCOPE OF SERVJCES
Electronic File Transmittal: As described in our
approach above, a comprehensive electronic archive
of all project documentation w+II be transmitted to the
City for future reference. This file will include all project
documents including; plans, specifications, reports,
change orders, submittals, RFI's, CCD's, ASI's, SWPPP
reports, inspections reports, photographs, and any other
project documentation required of the City.
Initial Start Up & Testing: It wilt be critical that the City
bring on its Commissioning agent early in the project as
this effort begins at the time of developing the design
development specifications. Griffin will work closely
with the City to establish this specification, support
the City in issuing an RFP, and will coordinate with
the Cx agent and the Contractor to efficiently test and
commission the necessary systems consistent with any
LFED certification processes.
User Training: Griffin will work with the contractor and
City staff to schedule all necessary training on every
building system. These trainings will be recorded so
staff can revisit them as needed.
User Complaints: Should user complaints arise, our
team will coordinate the necessary investigation and
oversee the resolution of the issue in coordination with
the Contractor.
Warranty Inspection: At the 11th month of the warranty
period, Griffin will coordinate and oversee a warranty
inspection walk with the contractor to ensure all
outstanding issues are resolved.
G R I F FIN STRUCTURES I 2 0
GRIFFIN
SYPUMMES
/ •
0
m
--I
m
D
m
X
m
M
m
Z
W
3 v s7�S� I,;
awe, A
los
A;
ti
BUENA PARK FIRE STATION N O. 6 1
4 PROJECT TEAM ' S EXPERIENCES
.ton Hughes
CCM, DBIA
President
EDUCATION
Bachelor of Science, Westmont College
CERTIFICATION
Certified Construction Manager (CCM)
Design Build of America Institute (DBIA�
Associate
A F F I L I A T I O N S
NAVFAC and US Army Corps Construction
Quality Management (CQM) Program
YEARS OF EXPERIENCE
31
GRI F FIN STRUCTURES I 2 1
QUALIFICATIONS
President, Jon Hughes, offers a wealth of expertise in Program and
Construction Management, contributing to the successful completion
of many of California's most prestigious properties. His tenure spans
virtually every project type. Jon's extensive background, Coupled
with his demonstrated early career experience in the field, further
enhances his ability to guide our team in order to provide Excellence
in Project Delivery to each client we serve.
REPRESENTATIVE EXPERIENCE
Newport Beach Library, Witte Hall, CA
Newport Beach Marina Park Community & Sailing Center, CA
Environmental Nature Center, Newport Beach, CA
Yorbn Linda Library & Cultural Arts Center, CA
Salinas El Gobilan Branch Library, CA
Eastvale Civic Center, Fire Station & Library, CA
Half Moon Bay Library, CA
Tustin Main Library, CA
Fullerton Main Library, CA
Buena Park Library District Renovation, CA
Half Moon Bay Library, CA
Inglewood Main Library Renovation, CA
Irvine Great Park Framework Plan & Library, CA
Quartz Hill Library, CA
Santa Ana Main Library Renovation (+3 Additional Libraries), CA
Santa Cruz Downtown Library, Housing & Mixed -Use Project, CA
Orange City Fire Department Headquarters, CA
Buena Park Fire Station No.61, CA
Carlsbad Police & Fire Headquarters Renovation, CA
Cathedral City Fire Station No.411, CA
Eostvale Civic Center, Fire Station & Library, CA
Manhattan Beach Fire Station No.2, CA
Tustin Fire Station No.37, CA
Orange County Fire Authority, CIP (Multiple Stations), CA
Corona Fire Station No.2, CA
GRIFFIN
STRUCTURES
8-51
4. PROJECT TEAM ' S EXPERI ENCFS
Robert Godfrey
CCM
Project Executive
EDUCATION
Bachelor of Science, Management, The
Georgia Institute of Technology, Atlanta
CERTIFICATIONS
Certified Construction Manager (CCM)
AFFILIATIONS
Construction Management Association of
America, Member
YEARS OF EXPERIENCE
23
GRI F FIN STRUCTURES I 22
QUALIFICATIONS
Robert Godfrey brings more than 20 years of combined experience
in construction management and planning. As a construction
manager, he has been involved during all phases of development and
construction. His responsibilities as a project/construction manager
have entailed pre -construction services, public and stakeholder
outreach, managing entitlement and plan check processes, obtaining
building permits and coordinating inspections, and generating punch
lists and overseeing project closeout. Robert has a proven record of
project management involving effective communication with design
team members, coordinating consultants, vendors and contractors -
all to assure the client's goals and objectives are achieved.
REPRESENTATIVE EXPERIENCE
Newport Beach Library, Witte Hail, CA
Santa Ana Main Library Renovation, CA
Santa Ana Newhope Library Renovation, CA
Santa Ana Delhi Center Library Branch, CA
Santa Ana Outdoor Library at Jerome Park, CA
Half Moon Bay Library, CA
Inglewood Main Library Renovation, CA
Irvine Great Park Framework Plan & Library, CA
Escondido Public Library Critical Infrastructure & Modernization
Project, CA
Buena Park Library District Renovation, CA
Selma Fire Station No.3, CA
Fairfield Fire Station No.36, CA
Fairfield Fire Station No.39, CA
Visalia Fire Station No.51, CA
Corona Fire Station No.2, CA
Orange County Fire Authority, Multiple Fire Stations, CA
Santa Clarita Canyon Country Community Center, CA
Quail Hill Community Center, Irvine, CA
Lowndale Community Center, CA
Rancho Palos Verdes Ladera Linda & Community Center, CA
Salinas Hebbron Family Center Revitalization Project. CA
Rancho Palos Verdes Civic Center, CA
Jurupa Area Recreation & Park District, Vernola Park Expansion &
Community Center, Jurupa Valley, CA
GRIFFIN
srnucruRes
8-52
4 PROJECT T F A M' S EXPERIENCES
Cody Roth
ICC
Sr. Construction Manager
EDUCATION
Santa Ana College, Fire Science Degree
Rio Hondo College, Fire Academy Graduate
Saddleback College, Various Building
Inspector Courses
CERTIFICATIONS / LICENSES
International Code Council B-1 Building
Inspection
International Code Council E-1 Electrical
Inspection
International Code Council P-1 Plumbing
Inspection
CAL OES Safety Assessment Program
(ID#77558)
Orange County Stormwater Program
Various Certificates from the California
Building Officials Training Institute (CALBO)
YEARS OF EXPERIENCE
15
G R I F F I N S T R U C T U R E S I 2 3
Q UALIFI C ATI O INS
Cody Roth has a wealth of experience for a variety of public works
projects, both as a Program/Construction Manager, and as former
Public Works Inspector for multiple agencies throughout his career.
His project background also includes horizontal infrastructure projects
as well as vertical construction including administrative offices,
municipal, commercial, medical, and residential new construction
and/or renovation. Cody's building knowledge, attention to detail,
superior customer service, and problem -solving skills all further
contribute to his success as Program/Construction Manager and
Inspector for Griffin Structures.
REPRE S ENTATIVE E XPERIENCE
Newport Beach Library, Witte Hall, CA
Tustin Main Library Renovation, CA
Santa Clarito Canyon Country Community Center, CA
Santa Ana Main Library Renovation, CA
Santa Ana Newhope Library Renovation, CA
Santa Ana Delhi Center Library Branch, CA
Santa Ana Outdoor Library at Jerome Park, CA
San Juan Capistrano Paseo Adelonto Housing & City Hall, CA
Tustin Council Chambers, CA
Son Marino Community Center, CA
Esencia Sports Park Poncho Mission Viejo Co, CA
South Gate Urban Orchard, CA
Laguna Beach Village Entrance, CA
LANLT, Wishing Tree Park, Tustin, CA
Tustin Peppertree Park, CA
Greenwood (9) Cal Atlantic & Brookfield, Tustin, CA
Serra by Shear Homes, Vista, CA
Avalon Apartments (12 Buildings), Vista, CA
The Village at Tustin Legacy & Office Space (16 Buildings), CA
Laguna Beach Animal Shelter, CA
Hoag 3-Story Office Building, Tustin, CA
The VdIage at Tustin Legacy & Office Space (16 Buildings), CA
Bank of America & Office Space, Tustin, CA
Wagly Pet Campus & Office Space, Tustin, CA
'GRIFFIN
creueruRes
8-53
4 PROJECT TEAM ' S EXPERIENCES
David Fields
Constructability Review Specialist
EDUCATION
Bachelor of Science, Construction Engineering
& Management, Purdue University
Infantry Squad Leader, Combat Action
Veteran, US Marine Corps, Kaneohe Bay, Hi
CERTIFICATION
California Contractor License, Class B
AFFILIATIONS
American Society of Civil Engineer, Associate
Member
YEARS OF EXPERIENCE
14
GRIFFIN STRUCTLI RES l 2 4
Q U A L I F I C A T 1 O N 5
David Fields brings a proven track record of providing strategic
direction in all phases of building construction projects, including
over 14 years of project management experience for nationally
leading general contractors. David excels in overall project leadership,
quality assurance, program management, financial management /
forecasting, and scheduling. He has worked on and managed projects
throughout California ranging from 1.5 billion to 1.5 million public
and privately funded dollars.
David's wealth of expertise includes, but is not limited to, risk
management, financial management, constructability reviews,
estimating, design management, construction monitoring, project
controls, technology, sustainability, pre -construction, international
procurement, scheduling and additional skillsets.
REPRESENTATIVE EXPERIENCE
Santa Ana Main Library Renovation, CA
Santa Ana Newhope Library Renovation, CA
Santa Ana Delhi Center Library Branch, CA
Santa Ana Outdoor Library at Jerome Park, CA
Eastvale Civic Center, Library & Fire Station, CA
Escondido Public Library Critical Infrastructure & Modernization
Project, CA
Pico Rivera Smith Park Aquatic Center Renovation, CA
AC + Moxy Hotel, Los Angeles, CA
Visalia Civic Center Ph2 Project (Public Safety Office Building.
Evidence/Storage Building & Council Chambers), CA
High -End Office, Confidential Client, Irvine, CA
Bay Meadows Station 2, San Mateo, CA
Bay Meadows Station 4, San Mateo, CA
Massa Apartments, San Francisco, CA
Solesforce Transit Center, Son Francisco, CA
Gate Improvements, Sony Pictures Entertainment, Los Angeles, CA
So-Fi Stadium Retail Complex, Los Angeles, CA
Fieldwork Brewing Beer Garden, San Mateo, CA
Trainee Barracks Phase 2 Complex 6, US Army Corps of Engineers, Ft.
Leonard Wood, MO
Data Center, Confidential Client, Irvine, CA
�GRIFFIfsi
57RUCiva[5
8-54
4 PROJECT TEAM ' S FXPFFZI ENCES
Mario Khalil
PE, PSP
Scheduler
E D U C A T I O N
Master of Construction Management,
Politecnico Di Milano
Bachelor of Science in Civil Engineering, El -
Minya University
CERTIFICATION
Professional Civil Engineer C87651
Planning & Scheduling Professional (PSP)
YEA R S OF EXPERI E NICE
17
GRIFFIN STRUCTURES 1 25
QUALIFICATIONS
With over 15 years of public sector scheduling expertise, Mario has
provided numerous baselines, updates and Time Impact Analyses,
analyzed various claims and disputed issues during and after
construction. He has extensive experience in scheduling with variety
of delay analysis techniques, including time impact analysis, windows
analysis, as -planned vs. as -built, and collapsed as -built using
different software tools, including Microsoft Project, Primavera P3 &
P6, SureTrok, Claim Digger, Schedule Analyzer and Acumen Fuse. He
also offers training for public sector clients to better understand all
aspects of scheduling methods.
REPRESENTATIVE EXPERIENC E
Carlsbad Police & Fire Headquarters Renovation, CA
Stockton City Hall Renovation & Relocation, CA
Rancho Cienego Sports Complex & Aquatic Facilities, Los Angeles, CA
Albion Riverside Park, Los Angeles, CA
Machado Lake Ecosystem, Wilmington, CA
1-5 North Capacity Enhancement Project, LACMTA, Santa Clarita, CA
Algin Sutton Pool Replacement, Los Angeles, CA
Forest Lawn Memorial Park, Woodlands Phase II, LA, CA
City of Los Angeles, Robertson Recreation Center, CA
LAUSD, Venice High School, CA
LAUSD, Elizabeth Learning Center, CA
LAUSD, McKinley Elem. School, CA
LAUSD, Shenandoah Elem. School, CA
City of Los Angeles, Machado Lake Ecosystem, CA
City of Los Angeles, Argo Drain Sub -Basin Facility, CA
CalTrans District 11, 1-5 NCC Segment 2 & 3, CA
CalTrans District 11, 1-5 North Coast Corridor Segment 1, CA
CalTrans District 7, Route 47 Schuyler Heim Replacement, CA
CalTrons District 7, 1-10 HOV in Baldwin Park, CA
CalTrans District 11, Route 76 Mission to 1-5, CA
CalTrans District 11, Imperial 1-13 Pavement Rehabilitation, Segment,
4, CA
CalTrans District 11, Imperial 1-8 Pavement Rehabilitation, Segment
2, CA
GRIFFIN
STRUCTURES
8-55
4- PROJECT TEAM'S EXPERIENCES
Ryan Craven
CPE, OMIT
Cost E5timotor
G R IF F IN S T R U C T U RES 1 25
QUALIFICATIONS
Ryan is an expert in value engineering and construction cost
estimating, including master planning, conceptual, schematic design
development, and construction document phases. He is a skilled
mediator, participating in change order preparation, validation, and
negotiation. He has reconciliation experience with general contractors
and subcontractors, and communicates well with all design team
members, promoting open-door dialogue and effective project
solutions.
REPRESENTATIVE EXPERIENCE
Yorba Linda Library & Cultural Arts Center, CA
EDUCATION
Bachelor of Science, Construction
Salinas El Gabilan Branch Library, CA
Engineering, National University, Costa Mesa
Eastvale Civic Center, Fire Station & Library, CA
Half Moon Bay Library, CA
C E R T I F I C A T 1 O N
Tustin Main Library, CA
Certified Public Estimator (CPE)
Fullerton Main Library, CA
Construction Manager in Training (OMIT)
Buena Park Library District Renovation, CA
Half Moon Bay Library, CA
A F F I L 1 AT I O N S
Inglewood Main Library Renovation, CA
American Society of Plumbing Engineers
Irvine Great Park Framework Plan & Library, CA
(ASPS)
Quartz Hill Library, CA
Core Net Global (Young Leaders Group)
Santo Ana Main Library Renovation (+3 Additional Libraries), CA
Santa Cruz Downtown Library, Housing & Mixed -Use Project, CA
YEARS OF EXPERIENCE
Orange City Fire Department Headquarters, CA
17
Buena Park Fire Station No.61, CA
Carlsbad Police & Fire Headquarters Renovation, CA
Cathedral City Fire Station No.411, CA
Eastvale Civic Center, Fire Station & Library, CA
Manhattan Beach Fire Station No.2, CA
Tustin Fire Station No_37, CA
Orange County Fire Authority, CIP (Multiple Stations), CA
Corona Fire Station No.2, CA
HLCM
N LCM/NC.COM
GRIFFIN
S rRUCTU RES
8-56
H
��z
-
71%
,
TUSTIN MAIN LIBRARY
S. PROPOSE LABOR HOURS
Propose Labor Hours
As requested within the RFP, we have provided our proposed labor hours below. For more in-depth information, please refer to our separately submitted Fee Proposal. Thank you.
PRE -CONSTRUCTION
BIDDING
CONSTRUCTION
CLOSEOUT
President, Jon Hughes
Project Executive, Robert Godfrey
Sr. Construction Manager. Cody Roth
Consuactobility Review Specialist, David Fields
GRireiR STRICTURES I 27
2
2
2
2
2
2
2
10
24
24
24
24
24
24
24
24
B
B
B
B
B
B
B
B
B
B
B
B
B
B B
4
4D
40
40
16
16
16
16
16
172
172
172
172
172
172
172
172
172
172
172
172
'172
172 172
4
40
40
40
16
PRE-
CONSTRUCTION
BIDDING
CONSTRUCTION v_..._„.,_,__,..._._...._...... _....v.,..W..
CLOSEOUT
4...` __ _...........».. ...__.......
MONTHLY STAFFING HOURS
TOTALS
President, Jon Hughes yq
Project Executive, Robert Godfrey 8 B B 346
Sr. Construction Manager, Cody Roth 172 172 272 172 1T2 3,rd4
Constructobllity Review Specialist, David Fields 140
8-58
EXHIBIT B
SCHEDULE OF BILLING RATES
Griffin Structures, Inc Page B-1 8 59
City of Newport Beach
Balboa Branch Library & Fire Station 1 Project
Fee Proposal
A
PRE -CONSTRUCTION PHASE
14
154
168
140
1.0
Master Project Schedule
root
Intl
trot
-
2.0
Project Budget
Inc!
Inc)
Ind
-
3.0
Construction Management Coordination and Value Engineering Review
fncl
Incl
lnd
trot
4.0
Engineering Review
And
Inc)
Inc)
Ind
B
PLAN CHECK & BI DDfNG PHASE
0
48
16
0
1.0
Public Relations Activities
-
Incl
Ind
-
2.0
Pre -Bid Site Walk
-
Inc)
Incl
-
3.D
Coordination and Inquiries
-
Ind
Ind
-
4.0
Addenda Review
-
Incl
Incl
-
5.0
Rebidding
-
Ind
Inc)
-
C
CONSTRUCTION PHASE
0
144
3.196
0
1.0
Pre -construction Meeting
-
Ind
Inc]
-
2.a
Contract Administration
-
Ind
Ind
3.0
Submittal Procedures
-
Inc)
Ind
-
4.0
Meetings
-
Ind
Ind
-
5.0
Quai Assurance/Quality Control
-
Incf
Incl
-
6.0
Coordination of Technical Inspection and Testing
-
Ind
Incl
-
7.0
Construction Observation
-
Incl
Incl
-
8.0
Nan -conforming Work _
-
Incl
Incl
-
9.0
Exercise of Contract Prerogatives
-
Incl
Incl
-
ma
Implementation of Master Project Schedule
-
fncl
Inc[
-
11.0
Monitor Estiamtes of Construction Cost
-
Incl
Ind
-
12.0
Construction Progress Review
-
Ind
Incl
-
13.0
Maintain On -Site Records
-
Inc)
Ind
-
14.0
Schedule of Values and Processing of Payments
-
Ind
Inc)
-
15.0
Evaluate Change Order Proposal Costs
-
Inc]
Inc)
-
16.0
Change Order Reports
-
Incl
Incl
-
17.0
Project Status Reports
-
Inc)
Inc)
-
O
PROJECT CLOSE-OUT AND POST CONSTRUCTION SERVICES
0
a
344
6
1.0
Completion at Contracts rind Project
-
tool
-
2A
As -Built Documents & Operation Manuals
-
-
Ind
-
3.Q
Training Sessionis
-
-
Inc!
-
CO
Initral Startup and Testing
-
-
Ind
-
s,0
Project As -Built, Close Out, and Warranties
-
-
Ind
-
6.0
Computerized Maintenance Management System
-
-
Inc!
-
7.0
User Complaints
-
-
ind
-
14
3"
3,74E
140
$4,130
S100,aso
5963,460
$37,200
$1,094,740
REIMBURSABLE COSTS
$126.010
Insurance
S1i
MiSc. Expenses (Printing, Parking. etc.)
$1,580
Submittal Exchange (24 months)
$15,840
Scheduling Consullon ALLOWANCE (Assumes 19 reviews)
$56.240
Peer Estimate ALLOWANCE (Assumes 2 estimates)
$41,400
Rotes are reflective of 2025 rates but fee is inclusive of rates escalated by CPI annually.
Griffin Structures 2/17/2025
i e f
City of Newport Beach
Balboa Branch Library & Fire Station 1 Project
Resource Allocation Schedule
nc�wn..r.
„tea
c�.wnma,� saew�•. ewei.ne. 1 - I
. •v..i. 1 4ab
. - l - . - 1 - 1 � 1 - I - {
I .L+h 1 MA• 1 .Rw. I - 1 � 1 - 1 .
i - 1 . ,
- 1 , , .
, - , l - , 1 1
1 , i , , ,
- . . . 4 - Aar
. 1 , - 1 - 4YiY
8-61
EXHIBIT C
INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
Provision of Insurance. Without limiting Consultant's indemnification of City, and
prior to commencement of Work, Consultant shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Consultant
agrees to provide insurance in accordance with requirements set forth here. If
Consultant uses existing coverage to comply -and -that- coverage does not meet
these requirements, Consultant agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Consultant shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury by
disease in accordance with the laws of the State of California, Section 3700
of the Labor Code.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council, boards
and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Consultant shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than two million dollars ($2,000,000) per
occurrence, four million dollars ($4,000,000) general aggregate. The policy
shall cover liability arising from premises, operations, personal and
advertising injury, and liability assumed under an insured contract (including
the tort liability of another assumed in a business contract).
C. Automobile Liability Insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Consultant
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit each accident.
Griffin Structures, Inc Page C-1 8_62
D. Professional Liability (Errors & Omissions) Insurance. Consultant shall
maintain professional liability insurance that covers the Services to be
performed in connection with this Agreement, in the minimum amount of
two million dollars ($2,000,000) per claim and four million dollars
($4,000,000) in the aggregate. Any policy inception date, continuity date,
or retroactive date must be before the Effective Date of this Agreement and
Consultant agrees to maintain continuous coverage through a period no
less than three years after completion of the Services required by this
Agreement.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents, volunteers
and employees or shall specifically allow Consultant or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Consultant hereby waives its own right of
recovery against City, and shall require similar written express waivers from
each of its subconsultants.
B. Additional Insured Status. All liability policies including general liability,
excess liability, pollution liability, and automobile liability, if required, but not
including professional liability, shall provide or be endorsed to provide that
City, its City Council, boards and commissions, officers, agents, volunteers
and employees shall be included as insureds under such policies.
C. Primary and Non Contributory. All liability coverage shall apply on a primary
basis and shall not require contribution from any insurance or self-insurance
maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar
days' notice of cancellation (except for nonpayment for which ten (10)
calendar days' notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Consultant shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. Insurance certificates
and endorsement must be approved by City's Risk Manager prior to
commencement of performance. Current certification of insurance shall be
kept on file with City at all times during the term of this Agreement. The
certificates and endorsements for each insurance policy shall be signed by
a person, authorized by that insurer to bind coverage on its behalf. At least
Griffin Structures, Inc Page C-2
8-63
fifteen (15) days prior to the expiration of any such policy, evidence of
insurance showing that such insurance coverage has been renewed or
extended shall be filed with the City. If such coverage is cancelled or
reduced, Consultant shall, within ten (10) days after receipt of written notice
of such cancellation or reduction of coverage, file with the City evidence of
insurance showing that the required insurance has been reinstated or has
been provided through another insurance company or companies. City
reserves the right to require complete, certified copies of all required
-insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Consultant sixty (60) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Consultant, City and Consultant may renegotiate
Consultant's compensation.
C. Right to Review Subcontracts. Consultant agrees that upon request, all
agreements with subcontractors or others with whom Consultant enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Consultant shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Consultant shall ensure that City is an additional .insured on
insurance required from subcontractors. For CGL coverage, subcontractors
shall provide coverage with a format at least as broad as CG 20 38 04 13.
D. Enforcement of Agreement Provisions. Consultant acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Consultant of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on coverage,
limits or other requirements, or a waiver of any coverage normally provided
by any insurance. Specific reference to a given coverage feature is for
purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Consultant maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Consultant. Any
available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
F. Self -insured Retentions. Any self -insured retentions must be declared to
and approved by City. City reserves the right to require that self -insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City:
Griffin Structures, Inc Page C-3 8.64
G. City Remedies for Non -Compliance. If Consultant or any subconsultant fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Agreement, or to suspend Consultant's right to proceed until proper
evidence of insurance is provided. Any amounts paid by City shall, at City's
sole option, be deducted from amounts payable to Consultant or reimbursed
by Consultant upon demand.
H. Timely Notice of Claims. Consultant shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Consultant's
performance under this Agreement, and that involve or may involve
coverage under any of the required liability policies. City assumes no
obligation -or liability by such notice, but has the right (but not the duty) to
monitor the handling of any such claim or claims if they are likely to involve
City.
Consultant's Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
Work.
Griffin Structures, Inc Page C-4 8_65