Loading...
03.10 Fire Station 1 Design Oversight . op o.� ,�.5`���oaP oaq rFa�G� (,�% ''';te! � *�; ,r�s AGENDA ITEM �����a.,�:�� `�°��P' May 14, 2019 TO: Honorable Mayor and Members of the City Council THRU: Rick Otto, City Manager � FROM: Christopher Cash, Public Wor s Directo Doug Fackiner, F' Chief REVIEW: City Manager � Finance (�� 1. SUBJECT � Agreement with Griffin Structures, Inc. for Design Oversight Services for Fire Station 1 and Headquarters Project (SP-4071). 2. SUMMARY This agreement authorizes Griffin Structures, Inc. to provide Design Oversight Services that include administrative functions required to oversee the design of the Fire Station 1 and Headquarters Project. Administrative functions include, but not be limited to, attendance at regularly scheduled project meetings, site visits, coordination with Architectural and Engineering Design Team and City staff, record keeping, preparation of progress reports and verification reports, and submittal reviews. 3. RECOMMENDED ACTION Approve agreement with Griffin Structures, Inc. in the amount of $187,500 for Design Oversight Services and authorize the Mayor and City Clerk to execute the agreement on behalf of the City. 4. FISCAL IMPACT The total expenditure for Design Oversight Services is $187,500 and will be funded in Fire Station 1 (20400) through Merged 2008 Tax Exempt Bonds (954). 5. STRATEGIC PLAN GOALS Goal 1: Provide for a safe community b: Provide and maintain infrastructure necessary to ensure the safety of the public. Goal 4: Provide outstanding public service b: Provide facilities and services to meet customer expectations. ITEM 3�'� 0 � 05/14/2019 6. DISCUSSION AND BACKGROUND The City plans to build a new Fire Station 1 and Headquarters to be located on City- owned property at 105 South Water Street, the southeast corner of the intersection of Water Street and Chapman Avenue. This new facility will be designed to accommodate both Fire Station 1 and Fire Headquarters. Fire Headquarters is comprised of Fire Department management, operations, administration, and Fire Marshal staff. Due to the magnitude and importance of the project, staff has requested proposals for project management, with expertise in Fire Station facilities. The project management team will assist City staff in managing the architectural and design team. On January 8, 2019, the City Council previously approved advertisement for request for proposals (RFP) for project management. City staff requested proposals from eight qualified individuals or firms to provide Design Oversight Services for the design of Fire Station 1- Fire Headquarters Project. The RFP was solicited from February 28, 2019 for a period of three weeks; bids were received on March 21, 2019. Two consultants submitted their proposal for consideration, both firms are experienced in design oversight and construction management of projects similar in size and cost. City staff individually evaluated the consultant's proposals based on project team and key personnel, relevant experience, project approach and understanding, and their work progress activity schedule. Once the proposals were reviewed and ranked, Public Works and Fire staff met to discuss the independent evaluations. After review and discussion it was agreed that Griffin Structures, Inc. (Griffin) was the most qualified consultant for the project. Griffin showed thorough understanding of the project scope, challenges, and requirements needed for the success and timely delivery of the project. City staff opened the cost proposals and ensured that the cost proposals match the scope of work. City staff contacted Griffin for clarifications in regards to the design review and agreed that Griffin will oversee and manage the plan check and permitting process to ensure that the � design team properly submits all requested documents and amendments. In addition, Griffin will provide constructability review at the various design stages of the project. Staff recommends awarding the agreement to Griffin Structures, Inc. A companion report regarding Architectural and Engineering Design Services for this project is also on tonight's Council agenda. 7. ATTACHMENT � • Consultant Services Agreement ITEM 2 05/14/2019 CONSULTANT SERVICES AGREEMENT THIS CONSULTANT SERVICES AGREEMENT (the "Agreement") is made at Orange, California, on this day of , 2019 (the "Effective Date") by and between the CITY OF ORANGE, a municipal corporation ("City"), and GRIFFIN STRUCTURES, INC., a Califomia corporation("Consultant"),who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A," which is attached hereto and incorporated herein by this reference. As a material inducement to City to enter into this Agreement, Consultant represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Consultant represents that it is experienced in performing the work and will follow the highest professional standards in performance of the work. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A"to the contrary. Eduardo Lopez, Senior Civil Engineer ("City's Project Manager"), shall be the person to whom Consultant will report for the performance of services hereunder. It is understood that Consultant's performance hereunder shall be under the direction and supervision of City's Project Manager(or his/her designee), that Consultant shall coordinate its services hereunder with City's Project Manager to the extent required by City's Project Manager, and that all performances required hereunder by Consultant shall be performed to the satisfaction of City's Project Manager and the City Manager. 2. Compensation and Fees. a. Consultant's total compensation for all services performed under this Agreement, shall not exceed ONE HUNDRED EIGHTY-SEVEN THOUSAND FNE HUNDRED DOLLARS and 00/100($187,500.00)without the prior written authorization of City. b. The above fee shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3. Pavment. a. As scheduled services are completed, Consultant shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. c. City will pay Consultant the amount invoiced within thirty(30) days after the approval of the invoice. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Chan�e Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time, and adjustment of the compensation to be paid by City to Consultant. 5. Licenses. Consultant represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Consultant and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and not an employee of City. City shall have the right to control Consultant only insofar as the result of Consultant's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Consultant shall be solely responsible for, and shall indemnify, defend and save City hannless from all matters relating to the payment of its subcontractors,agents and employees,including compliance with social security,withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Consultant acknowledges that Consultant and any subcontractors, agents or employees employed by Consultant shall not,under any circumstances, be considered employees of City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including,but not limited to, sick leave,vacation leave,holiday pay,Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers'compensation insurance benefits. 7. Consultant Not A�ent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Desi�nated Persons. Except as otherwise authorized by City's Project Manager, only those persons designated in E�chibit "A" shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assi�nment or Subcontractin�. No assignment or subcontracting by Consultant of any part of this Agreement or of funds to be received under this Agreement shall be of any force 2 or effect unless the assignment has had the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Consultant agrees to commence the work provided for in this Agreement within ten (10) days of the date herein above stated and to diligently prosecute completion of the work in accordance with the time period set forth in Exhibit "A" hereto or otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Consultant shall do all things necessary and incidental to the prosecution of Consultant's work. 12. Reserved. 13. Delays and Extensions of Time. Consultant's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay,Consultant must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Consultant's control. If Consultant believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Consultant. The documents, studies, reports, plans, citations, materials, manuals and other products produced or provided by Consultant for this Agreement shall become the property of City upon receipt. Consultant shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 15. Equal Emulovment Onnortunitv. During the performance of this Agreement, Consultant agrees as follows: a. Consultant shall not discriminate against any employee or applicant for employment because of race, color,religion, sex,national origin, mental or physical disability, or any other basis prohibited by applicable law.Consultant shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex,national origin,mental or physical disability, or any other basis prohibited by applicable law. Such actions shall include,but not be limited to the following: employment,upgrading,demotion or transfer,recruitment or recruitxnent advertising,layoff or ternunation,rates of pay or other forms of compensation and selection for training, including apprenticeship. Consultant agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Consultant shall, in all solicitations and advertisements for employees placed by, or on behalf of Consultant, state that all qualified applicants will receive consideration 3 for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Consultant shall cause the foregoing paragraphs(a)and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standaxd commercial supplies or raw materials. 16. Conflicts of Interest. Consultant agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Consultant lrnows or has reason to know that Consultant, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. 17. Indemnitv. a. To the fullest extent permitted by law, Consultant agrees to indemnify, defend and hold City, its City Council and each member thereof,and the officers, officials, agents and employees of City(collectively the"Indemnitees") entirely harmless from all liability arising out of: (1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Consultant's employees or Consultant's contractor's employees arising out of Consultant's work under this Agreement; and (2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission other than a professional act or omission of the Consultant, or person, firm or corporation employed by the Consultant, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property;but not for any loss,injury, death or damage caused by the active negligence or willful misconduct of City. The Consultant, at Consultant's own expense, cost and risk, shall indemnify any and all claims,actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph,and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them,in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, Consultant agrees to indemnify and hold Indemnitees entirely harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property caused by the negligent professional act or omission in the performance of professional services pursuant to this Agreement. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. 4 d. The indemnities set forth in this section shall survive any closing, rescission,or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Consultant and its successors. 18. Insurance. a. Consultant shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Consultant understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City program. b. Consultant shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the insurance coverage and/or limits carried by or available to Consultant. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Consultant shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or available to Consultant. Said insurance shall cover bodily injury, death and property damage for all owned,non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Consultant under this Agreement. e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Consultant under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance, which endorsement shall be on Insurance Services Office, Inc. Form CG 20 10 10 O 1. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. f. Consultant shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of One Million Dollars ($1,000,000)per claim. Consultant agrees to keep such policy in force and effect for at least five (5) years from the date of completion of this Agreement. g. The insurance policies maintained by Consultant shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. 5 Consultant will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Consultant performs any work or prepares or delivers any materials, Consultant shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10) days' prior written notice to City. i. Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Consultant shall be issued by companies admitted to conduct the pertinent line of insurance business in Califomia and having a rating of Grade A or better and Class VII or better by the latest edition of Best's Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best's rating. j Consultant shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Consultant for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Consultant. k. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City,on behalf of any insurer providing insurance to either Consultant or City with respect to the services of Consultant herein,a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. 1. Consultant shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving the Consultant not less than five(5) days' written notice of intent to terminate. Upon receipt of such notice, the Consultant shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Consultant for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement,unless termination by City shall be for cause,in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Consultant and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the 6 "records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Consultant's records regarding the services provided under this Agreement. Consultant shall maintain all such records for a period of at least three(3)years after termination or completion of this Agreement. Consultant agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days' notice from City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Consultant shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. Consultant represents and warrants that Consultant: (1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 (IRCA); and (2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and (3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Consultant's employees; and (4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. c. Consultant shall require all subcontractors or sub-consultants to make the same representations and warranties as set forth in Subsection-21.b. d. Consultant shall, upon request of City, provide a list of all employees working under this Agreement and shall provide,to the reasonable satisfaction of City,verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by the Consultant. Once such request has been made, Consultant may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. 7 e. Consultant shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.d. f. If Consultant, subcontractor or sub-consultant knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee,that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. g. Consultant agrees to indemnify and hold City, its officials, and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures, City may sustain by reason of the Consultant's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governin� Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Consultant agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement,oral or written,pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. "CONSULTANT" "CITY" Griffin Structures, Inc. City of Orange 2 Technology Drive, Suite 150 300 E. Chapman Avenue Irvine, CA 92618 Orange, CA 92866-1591 Attn.: Jon Hugb.es Attn.: Eduardo Lopez Telephone No.: 949-444-1615 Telephone No.: 714-744-5527 E-Mail Address: Jhughes@griffmstructures.com E-Mail Address: edlopez@cityoforange.org 25. Counterparts. This Agreement may be executed in one or more counterparts,each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. 8 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. "CONSULTANT" ��CITY" GRIFFIN STRUCTURES INC., CITY OF ORANGE, a municipal corporation a California corporation *By: By: Printed Name: Mark A.Murphy,Mayor Title: *By: Printed Name: Title: ATTEST: Pamela Coleman, City Clerk APPROVED AS TO FORM: Mary E. Binning Senior Assistant City Attorney *NOTE: City requires the following signature(s) on behalf of the Consultant: -- (1) the Chairman of the Board, the President or a �ce President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office,please so indicate. OR -- The corporate offtcer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to City. 9 . _ . . ... _ ::: : _ : : : : . Exhibit A :.. . : , ,: : . , : � E. ProJect Te�m Or an�zatson �(ey Pers�nnel . _ �. � 2. P�ojec� T°�am Ni�trix: _ Provided below is:our project�teai�i by:firm and our proposed key personnel that will be performing work on the pro�ect.Also provided:is_our sub-corisultants.and their roles, Project Manager Justin .. .. . ..... DiRico; CCM, LEED A P,:will be the main.point of-contact for.this project. Deputy.Pxoject Manager,. .. ; : : _ . Toin Ottenstein will be the:alternate in the absence of Project:Manager. We will riatify the City two . : : : :: . weeks prior to an:y changes to the Project Manager and Alternate Project 1Vlanager. See A�pendix for our . . : key persanneb qucilifications.and.resu�nes: . : . . . � ' .�1�Fp�� . . r ti�,�� Fo���� C.>: �; � � _ o: �ti ._= . : . :� �if_L rOQ�'� . . .. � . . ' : . .. .. . .... . . .�. .. .. . ... . . . ' . . . .. . . . . . .. . . . �\�.`"�jDR116 S�� V�� c����P . : � : � • _ . . � . , . . . . . , .. . � , . �--- ---._._ , .. . ..... - --- --- -- - � �:.. � Jon Hughes : ,:. :. : �. . . . . .. . . . . . ..'. . ..:.. . . : ..�. g.:�' . � . .. . . . . .. . � A� � . '. .. .. . . .. .. . .... .. . . ..... ., . ; . .CCLVl '.�":' . . .;: ' : .".. � :..'.. ' :..'.. ' .... . . .... . . . .... . . . . ; . . .f. . ' . . ' . ' � � � � � �'� . . .. ' ' � '� . . ..... . . : : :.'. .. .. . . . . . .. . . .. . . �'�.. .. . .-. ' . . . . .. . . . . . . . � . . . . , ; ' ' 1 ,�"�_. '. : � . .... . . .... . . . � :..�.. :..�.. . ... . . . ... . . . ... : ' . . :. :' :. ' :. :� :. :. :' :. . . 1 �y 1 . ; ������ �� Project ��.i��.� i -��;' Executive � �.- - - - --- ---� . Justin DiRico. .<� .... �� CCM,. r�... :. �p . .. �� LEED . �� � . . � . ���� � . . � . � . � „�` � . Project Manager_ . �.� - - --- ---- - - -- - � � Tom: . . . � , , ;:,�. , Ottensteiri �: : : � �, � . . � _ _ _. �. ; � �. _". _,.__ _ _ __ _ _ _y � .. . i. . � ; :. . _.. i 1 .. _ .. � � � �*��.: �� Alteri]ative �: .�.. , . Project Manager:: �:' : � ,;�- --- --�. . . . �_ __�_ �_ ____ _.�r:_ _� ���� ___ _�� �� _ • _� ���_ ���� . ... . . . � ��'�'�'� � � � �� .��� � ��� . . . ;. Dustin Alamo ;; Jay Helekar. .. ;; Victoria Cleary ; . :. i �' ii n �°� �: , .: CCNI,. �� .; �� � �: LEED AP ; : � � �-� � � �^ .LEEDA�'�� . �� �.>:�� _ �. ��� �.��' � �. . , , . �� �� � �. � a� � �� ��' � �� ���; � �. : �� z�`' � �. Cosi �� � , ���::, r�=�` �� ''' � Fstimatin �� � Public Outreach �: i ��...r� ,.� � i r �� �� �`��� PI'Og'PdITl E�XpeT'C. ..I 1 ....: .� �CI'C. ��.. ..�c� .. Y„`` �: ` �———— —— — ———____ _"^ ——————— —————— ————'`— — —— ——————— — —— —' . . . . _ . _.. _. � Project Scope of Services � To ireiterate, the previous section is:a general � approach.we use to project management which .. . .. encompasses management services during lannin des'i n and.construction.,Usin our . P:.. . g� g g . _ . inethodology, Griffin:will provide the following Scope.of 5ervices based on the requested seivices , , identified iri the RFP. PRE=CONSTRUCTIO�f SERVICES . : ..... 1. General Services: . . Our Pro�eet Manager;Justin iRic.o,. .,..M; _ I:EED AP, will be providing expert leadership throughout this project and.will utilize his.. .. . . . professional skillset to provide overall project : : mariagement to ens:ure a successful outcome: As such,Justiri will provide 1 a ministrat�ve fu nctions:serving as fhe conduit between the City and all consultarits;coordinating: meetings and site:visits, preparirig meeti:ng ininutes, develop'i.ng:project progr.ess:reports, _ .. . ..... � invoice review, and other.aelministrative tasks. : _ . _ . . . Additionally,Justin will work with tfie.regulatory a �ncies to ensure Che.desi n team obtai�s:all g g. .. required permits and appro�als'including,but . .. : : : � not,limited to: the City,of Orange,the Cit.y.of . . . Oicarige Fire Departm�nt, the City of Orange Water Di�ision,�the South.Coast.Air Quality Managemenf:District, and all:Utilities dealing with telephorie lines, cable eelevision lines;natural gas service and eleetrical service, and ariy other . � rivate utili.. directl affected b. the ro ect. . . . . . P y Y: P J . . . ustan receritl mana ed the lannin desi and gi _ .T ... .. Y g.. .: P . .. . � . coristruction of Buena Park's Fire Sta 'ori 61 and is exfremel.:familiar with a en.. coordiriarion y . : g. . �y __ . _ . . . 13 . . . .... . . . and the related proeess: This also includes being Additionally; we liave managed the plaririing, : familiar:with the laws arid regulations wh'iefi: : design aricl construction of mariy:fire station extend to the design team: projects arid understand:the driving force behind expediting response times, work flow and.ingress/ Finall. ;:we itnderstand that desi n is an iterative � � y _ g egress patterns. We will use this knowledge to process:and designs progress as meetings eyolve ensure tlie architecture team inc.orporates into. : and decision makers weigh'in: Iti wi11 be Just'in's conceptual planning from a site plan and floor task as Pro ect 1Vlana er to a careful attention: lari stand ornt � J . . . : . g � P Y. . ._. • to the:details of the decisioris to ensure the City P P._ _. : and related stakeholders:haVe a voice that's.he�rd We also.ux�derstand the sensitivity.of designing and integrated into the design and any related a facility near tlie Historic District and.have .. revisions. He:will:also make.sure:tlie design team . :inaria ed.. ro ects in historic,districts iri the g P J brings:tlie project into coinpliance with.the codes past.A,s such,.it's 'important to manage the I CEQA process, stays on schedule.based on an architect accordingly.to.produce eno.ugh design agreed upon:milestone-based schedule, and ' " ocumentat�on w icli_wi 1 be accepta te far:the within the agreecl upon budget TBD with the . Planning Commissiori's review and approval City: It should also be noted that Justin is familiar of the project:;This will inclu:de fhoroughly arid very well equipped witli all City;of Oiange in:yestigating tlie site to understand a plan,for : software systenris. : new:and e�sting utilities and topographic : information, cleveloping exteTior elevations to ; : : �;` , , , r f��!�` :. ; understand:the building architecture as it relates ; . ," � j� ��� T - � ;: to the surrounding context, and perhaps sharing � ,, ' � ��:4 ro �osed buildin materials and/or color alates v , Y�....r^�� ,� ,�,.�� ro f� �� P P g P� ' �' �' �;��-` if necessary; . �$ .r � � �' r� !*' ; ��f ,.. � , � : . � � ; ,,,5 � '���, ,` This information, along:with the program : � � ,=t' '� r g�i , � ;:ri�� documents, will be the:liasis for developing a j , + .;p 6! �' '�� f ��j ;" ,� �" �'ry t prelir�inary construction cost es�imate which, ..; �L:..;r ° , ,f� � _� ,i�r : : iffiri's i . ,� ,' .�. 6_;` �'�;' .r ; �, :tH, ,. .Gr.' 'ri-house estimating team has a current <" � -' ,. �.. '- .,7�? �,. y ��� �;� , -� - arid:extensive ex erience. In fact,we will develop ,�... , P � � ���-`�'F �_� �� "-� ''t' �' -'r a total project budget,which ineludes a cost for � `' r` i ` _�? �;,.`� soft costs (fees:for services,inspections, etc.) as �. � ���'� r�r ,� � _, ; �. � �� , j;:� ��y:::� ,M` well:as the hard_costs:(construction costs).so.the , . ��FF�.,- r� . , �.r� . . . . Cilty:can appropriately update Couz�cil ori.the 2: Programming/Concept Design/Plaririing " projected costs for the entire project including Approval: any projec:t:contingencies.Aspa.rt of developing: : : : We uriderstand the nuances.involved with a responsive budget, we.will delineate px�iject managing:the programming:arid:design of components and ojitibris into separate:cost . fir:e.station and heacicjuarters projects:;In:fact, items so the:City can prio:ritize according to the_: Gi-if£in.has.a.teaim of program expeits wlio availabi�ity of funds. specialize iri:facility planning which will be inyolved iri su ortin. our ro`ect mana er �another value-add service.in this stage of the Pp g � � g work,Grii�'i�'s Project Manager:will develop a : as:tYie programming phase unfolds: We can master scliedule.with desi n milestones, review eitfier.lead the:progiam efforts:or maxiage the g architect as t�ey develop the program and periods for agencies arid the City, plan:check and � ermit eriods,bid and rocurement eriods; me�iculously review the:program to provide: P P _. _ R p . . comments on how this.relates to a .industr an t e construct�on time irie. : .. ( ) � . . . . . y standards,.(b)overruns or shortfalls to buildin effieiencies and c cost:im hcations . g ,. . . ( ) p . . that may save tlie City capital expenses. :, 14 .. ... .. _ _... .. . . . . .. . . . .. . . ... .. . . . ... .. . ... .. . . _ .. . . . . .. . . . .. . ..... .. . _ . . . _ _ _ . .. _ _ . _ � . : 3. Design Services:Plans,Specifications& . : for each.project.`Ttie checklist reviews : Estimates(PS&E): :: materiaTs;�integration witl�i ather systems/ Griffin will erform a com rehensive � � p p trades,cost=benefit:evaluations;and detail constrizctabili . review of lar�s s ecifications:, about each desi element.We�vill alsb review �' P . � .P. �:�.. . . and estimates provided}iy the desigri � . project documents for missirig information, ;. . consultants in B1ue:Beam format, arid prepare ambiguous.details,conflicts,:and potential:. . : : : :: . reports for Teviews, comrrients, and approval eonfusions.These:are logged and r.eturried, by the:City pr.ior to submittirig comments to. _. . : �vith suggestions:for:corrections,:to the design. th:e design consultant.s::.Constructability review team to i�tegrate into the:prbject documents:: will include,.but not limited to: ..... We apply the.fallowing standards.to.our . . _. _ �eview: Tec nic :e ements.of:the design. ■ .. . . . . .. : :.. � nsure the constructao�plans are c E . lear : ■ Com leteness.of:the. lans and the : : :: . � . . p. . ..... p anel uriderstandable technical:specifications . .. : . . . . . �• Verify the.diawings match,specificaEions, � Compat�bili of flie: lans and the.: . ; : , p ... technical specifications ■ :.Be:vigilant in recognizirig:missing . _ mformation.. : : : Compatibility of the design packages ' : . . . Once tlie:review is completed,we find it imporfaiit : : * �'easibilit of tlie.construction sta ' y �n�:: . to provide:a final check of:our:owri work to phasirig : erisitre comments and intentions are clear.and . ,_ .. � • • articizlate,.The.deliverable.is provided fo the City. . _ . . . Compatibihty of the design with the construction:budg�t: and the elesigri team for review,:consideration, and :: . : k integratiori irito the desigri pac age., These construc�ability reviews will be:performed . g g e. Implementation Review:. . _ at the 30%;60%arid 95°lo sta es of�desi n. Our:: . process is as follows; Occasiorially it may be difficult to determine : : . : : . : whether comments:have been incor.poratec� a. Preparation and Research: :: : :: xinto the desigri:pac�age. However;:applying . . . Gx�iffiri begins each constructability review: :: oitr Bluebeam teclinology,we cari quickly wlth:a high-level first g�ss of the design compaie and determine differ.ences in the package for.each building. It's eritical we .design sets to ensut'e:City approved comiments understand;the entire work.sc.o.pe_and how have been iritegrafed into the package.The . eacl�piece relates to.the:overall project,.prior ulEimate goal is to protect;tlie City from costly. to:our detailed review. :After this review oversights that could have:lieen prevented iri : : : . . ..... period, we often visit the site:to:xiientally the pre-construct'ion phase. absorli the boiinda . .conditions, exis.tin �' g... .. .. . . . . . structures, utility conditions, topography;:and Moreoeer;.�all:other items ident'ified in the RFp �: := � scope of services will be incorporated into our. . other key�issues that need to be integrated into a design:package. plan:and constructability reviews for pr.oper code � compliance and regulatory,procedure controls. ., . . ... b. ;Review and Investigation: : . The next step:in our const:ructability review � : . .d. Com u .. . . . . .. . _. . . . m nity Outreach. process iriclizdes an in-depth review of the Griffin's Project.Manager will assist the:City dr.awirigs: Griffin's Project Mariager,:with and.the.A&h sta$'�the City.'s.lonuftreach an e�tensive bac�grouni�in construction,: . : � ere inerit ormation program w wi pert �• � � that neeris to be communicated to tlie City's design/engineering,and develo:pment,will ' z`esident business a�d others im a��ed b work through the GriB'in ehecklist:to ensure a:. ' 'll coiriprehensive evaluati4n has been completed tlie project.We wi provide rePo ts and y: � updates to:be utilized on ttie City's web site 15 and/or Ci newsletter.;atterid at least thre.e: Cit 's interest and:reduce:ari otential �' . .. Y:.. .: Y P ... .. _ ... (3)community meetiirigs and assist the A&E:: corifusion for bidders,: : :: Team with the presentat'ion of the:project to b Pre-Bid Wa1k=Throu h: Council. If additional support is iequired,our: • g iri-tiouse Community Outreach Mariager will It has:beeri our experience pre= aid.in periodic u dates .to the Cit 's businesses, q�alifying bidders will shorten the � p y rocurement hase reduce the risk:of residents,and/or the geneial.publie. P R: : � � bidder default; and ensures:the uali _. . . .. . :: e: Co§t Eshmate: :: of expectations are met:Sliould he City As a method of develo m a ro'ect that:is: . p . g p � choos.e to pursue this:�pproach,we will. . : withiri budget:ancl meets the expectations develop a custoinized pre-qualification . ofthe:City; Giiffin will.provide:third-party_ . :. . : : : : . questionnaire; analyze the.responses , , ., , , eonstruction estimates:ae the 30%, 60%and> o£thie pre-bidders, and generate a 95%stages.o£design and will.reconcile tlie _. comprehensive.r.eeommendation list. pricing witli tlie A&E team. This will provide_ based on the irifqrmation subm:itted: the City wit�accurate metrics of constructiori Informatiori typically contairied in the pr.icing so the plaris:are:prepared in a :. : :: pre-qualification process includes such mariner, whieh ma�cimizes bid opporturiities categories as ast �ro"ect ex erience;and . : . P : p P J . relativ:e to financial ability: relevancy, recommendat�on:evaluat�on, � : ;w�� �� � ,; � _.�.�� __., lost time frequency and severity � �� ; . � '. averages, experierice modification rates, , � �.: ,.; ,' , ¢� _� ��µ;. insurance rat�ngs,bonding ca acity; ; � � � � � � � P , ,��,�, �„� �,�� labor compliance record, and.licensure ��� L �� �:� ,��`.` �,N stanciing. �� 0 �� �..„,�:,•• „�� �- �° �� . _ :. , ~ :; � �+ �� } .. �K-'�{, w�` ;,, • : '�.' ; . Once selected, Griffin will schedule and noti£y the � � �° " . . ���`��� o�� � ". .appropriate par.ties to conduct a pre-bid walk- TM . .��� a�,�� �, N _ .�,{cr � . through. Design consultants will also attend the � � ~ fr . .��� . . .. . ; . �E��� � �� pre-bid walk through for any design.clarifications `�,�k � �.'�� needed. � .. . . . . . - �� ,�'. k �{... . s�a aaaenaa� . . .. . � .. . .. _ . . . . ��o .y . � ,. '. :� . �� �;; ` ; � y r� ;'� � :..��� -� �„ _ WitH tlie.assistance�of design consultants,� � �µ`"��""" �""`�""` we will prepare arid distribute writteri • , res onses to bidder's uesrion.'Phis effort 4: Bid Support Seivices�: : P... .. q ... .. . w ui ude e use of�our custom Bid . . . a. Review of ConEract Documents and Addenda Summary Sheet which ca:ptures Pre aration of Bid Packa e. all ertirient information for the bidders .. . P . : . . . g.':: . P � . . . . . . .. . We will review all contract.documerifs'for including but not limifed:to;date,sheet or consistency witfi ttie required constru:ction spe.c:reference,question,:answer,and any work scope.The review will include,but reference up.dated sheets or specifications. not liinited.to the appropriate number We will also:wor.k.to insure the arclufect . . .... of working days allowed, to the amourit includes an Addenda narrative so bidders : of liquidated damages, and the timely , are aware.of.all.the changes�included..Sased coordination with other agericies. We on past experience we believe our method , will�cvork with the.City Co revie'w the . . of issuing Addenda information results xn ' bid documents; specifically the frorit more responsive and responsible bids. end general provisions;as well as the ; General:CQnditions to:tarlor according to this project and.items to protect tHe. : 16 .. _ . .. .. . . . . . . . . .. . . . .. . ... . . . .. . .. . ..... ... .. - : . �d:. Evaluallon of Contractors Bid: : The pre-constructiori meeting will cover ar a : . .. .. Gn n prepare: or e City a :: : :: mmimum: : .= bid summary list,coriduct refererice _ . .. checks.on the a arerit low bidder, � Overall project:objectives PP . . . . : and provide a recominendation for liid :: . Responsibilities of key.personriel and agericies : . award.Additiona�reference checks will: _ _ ... . . .. . be done:for the apparent.second and � : :Schedules and.schedule of values (bid : = third low_liidders if applicable:_Similar to :. . : : :breakdown) t�e issuance.of bid:acldenda, Griffi�h�s de�eloped.a highly specialized.liid analysis. .'. .Communication protocol : : :: protocol:tliat helps illustrate all aspects � ; .Procedures for:handling submittals : : :::. � of tYie liid coxnparxson:This sheet wiu : : . include,but is not Iimited to; rankirig;% . : Correspondence of bid to:engineer's�estimate;:%differerice � ... .. � betweeni bids, hi hh hts line item ' : ;_Utility relocations : g �g .. . . . . :. . anomalies, arid results in a true"apples to Local:a enc ermits re uirements apples"bid analysis: . ■ g . YP . � ■ : Requests for clarification :� �. : . �� .�,� � �� � : � � ■ P ents rogress paym � � � `` � �� ���� �� � �Change orders � � :��� .. . �, �� �� , . � � ,� "~ ,� ;�,�` ` ' Liquidated:damages -�� �- �' �� �� � � . �- s ' ■ Inspection requirements �,_ '�;:,.,,. � .-�, : � , �. � � ��.. � � v_,. .�a � _ .�. �.��� : . , � . :Safety issues . . . . .. . � a ,_, �.,w �. .Emergericy response.requirements. . ..... � � � �.. ,�,� :� � ��.�� �..�.. ,� - � � -�.�: �. � ,. . gP � �� '� "`"��' �■ . �As-built drawin� rotocol, , , .., :� � � ' � � � : � :. . We will c�llecti.from the Contractox submittal:. . : : : �. . . ._... ..... ite�s required fo he.submitted at tHe p�e-. : . . . . e. Pre-Construction Conference: construction,meetirig at this time,and will provide. _..., . . ..... Critical to tlie suceess of any bid:process oppor.tunities.for Contrac.tor:'s questions are . is a well-or.ganized bid confe.renee. answered. . . . Griffin will�assist iri the bid process and r�commend:hostin a conference meetiri . g:. g . . . . . . . w ere a PowerPbirit:presentation is: : :. : . . . . _ presence :to tlie i ers, o owe y.a site visit: Griffin will assist tlie City and the desi team in this:effort.Additioriall. , � � Y. : we will arrange for and conduct the pre- _ . _ construction meeting, and.will proyide . . . both an�a enda and mee�in ininutes g . ... g: accordingly.:We_�vill:ensure that all-. : : : pextinent..teain merribexs.will�be presenC i�. .. . ... . coordination with City staff:: ; . . .. 17 . _. .. . _ . ..... .. . . . . .. . . .. . ..... :. . . . . .. . . . .. . ... . .. . . . . .. . . . .. . ..... .. . . . . .. . . . .. . .... .. . .. . : � GRIFFIN STRUCTURES FEE PROPOSAL . ORANGE FIRE STATION 1&FIRE HEADQUARTERS PROJECT.. : : : ' CITY OF ORANGE. . . : . . 03f21(19. . . . .. . . . . . Griffin Sh-uctures'Fee Proposal is based on all reasonable;costs necessaiy to perform Design Oversight services . for the City of Orange's Fire Station:l.&Fire Headquarters Project For these re.q.uisite services,Griffui Structures : pToposes e o owuig N:ok to Facceed Fee: . ... : : : Design Oversight Services: . : : _.$ 183,840 . .. . . Reunbursable Costs: .. . .. .. 3,660 :. . . : : :. . .... - Total $ : : 187,500 _ . . . All::proposed hourly:rates are fully burdened: and include overheacl; profit, taxes., and:benefits. The hours :: . :. identified foz'each indiv'idual employee and task are estimates only and are.nQt to.be conshlied as not to.exeeed . . hours for any:iridividual task, phase;.or time-period. : We Teserve the right to:reallocate hoius betvveen staff members and tasks to accomplish the overall objecaves and iequirements of tfie pi�oject. .. Services�are based on rlie attached Tee Schedule;Resource Allocation Schedule;�which piovides detail on the � allocation :of:liours. Any extensioz� of the schedule :or:setvices may result in:additional fee, iri good faith , ne oriation witli the Gi . . . APPROA�H TO FEE AND PROJECT SCHEDULE : . This proposal assumes a st�rt of Design Oversight on June 1�`, 201;9 wi:th the Progranuning, Conceptual Design : :: . .. and Planning Approval Pliase:to eonclude tihe end bf 20�9,Qnce approved by Council;flie nezt ghase of services; Design Services: Plans, Specs &:Estiiriates (PS&E);would begin January 2020 fhrough October 2020::The last phase of Desigri Oversight would iriclude the Bid'Suppoit Services:PHase from November thili the end of . : � December 2020. As described in the RFP;:we are able to provide;expert Design Oversighf:to this project and, : . : can additionally:provide Constraction Management eacpertise should the Ci.ry;require such services:during . constniction.:In:an attempt to bring cost efficiencies to�fhis.groject,and tlius provide the City with a competitive .. . . . . . . Fee 6tructure,we have based our proposal 'on tlie:following appioacli: ' . . Jon Htighes,CCM will serve as tlie Pi�oject Fxecutive for tlie:duration of tlie project and will provide as=iieeded leadership:to:tlie project team to deliver a successful projecE to the City. Currently we estimate applying:8.hours per:month for the duration;of the project ATNO COS7'to the Ci.ty:of:Orange,a$31,160:value. Justin Dirico;CGM will serve as.the Cons�-uction Manager and primary point.of:c.ontact for the entire duration of the ro�ecti As such ushn's houi�s:are allocated in.tlie followin manner: : . P � ,J ... . . . . 2 Technology Dr;,Suife 150 ■: Irvine;CA 92618 ■ 949.497.9000 � : www.griffinstructures:com . , PROGRAMNIIIVG/CONCEPTUAL DESIGN/PLANNING t1PPROVAL , •. : :ProQramming:;Justin will oversee the programming phase at 36.liours/month which.will include : coordination,and oversight of the design team during this,effort:Justin will lever e Yus team . � resources;on an as-needed basis.for program as.sistanee;,should the City reqiiire. •. ..Conceptual Desian:.J.ustin will provide asimilar 36 liours/month.over the course.of.this-work with a'um to 72:hours/month in the last month to rovide a; relimin J P P P. ary cons�-uctability review;proyide a master budget and coordinate efforts moving into the planning approval : process.Aclditionally,the monthly hours will allow Justin to support the City and design team on : .: . community outreach on an as=needed basis. . � Plannin�Approvalc Justin will provide 36 hours for this month of I P anning aPProvals which will include necessary preparation and:attendance for appr.oval meetings. DESIGN SERVICES:PLANS:SPECS,&ESTIMATES • Over tlie course of this phese Justin will rovide desi oversi ht to the Ci .-and desi team at:. ; : : : , P �?. g �3' : � 36 hours%:rnonth with increases at the end of each;plia.s.e,of design to:provide:cons�-uctability, ; reviews as well as.schedule and budget updaYes.Justin will also leveiage Grif�in's in-house:eost estimator,Jay Helekar durin all hases of desi to rovide construction estimates:foi :: g. . P. � P � _. : reconciliarion with the architects cost estimate. �. .Additionally;Justin will oversee and manage.the plan check/permitting process to ensure.the design team has properly submitted all reqiiested documents and.any requested amendments. BID SUPPORT SERVICES • _During Yliis phase of services;Justin will.provide leadersliip to the.Ciry in preparing the.bid . documents including managing the Bid RFT and issuance of Add.enda process,as well as initial reviews of bid;contract aclminish�ation;and the:preparation of Coritractor mobilization: QUAL�Fi:CAYiONS AND EXCLl1SI0NS _ 1; Costs for all permits required for the project are excluded. ;It is assumed that;the City will pay for all ;; , pemutting fees,assess.ments,easements;school fees,and other agency_fee.s.or costs to support.the.design end:construction the project: We have not include:cl any permit related fees within our fee proposal. 2.. Costs for surveying; construction staking; environmental and hazardous materials surveys, and all :: . _.. reme ahon costs are exc u e . 3.: Softiwaie licenses or user fees FoT:s ecifie ro�ect man ement software bein :re uired b eittier tlie Ci . . P P J � g q Y tY . : or their con�actoi(s)is excluded. 4. Costi:of.b_ulk blueprinting:foi plans and specifications for use by outside consultants is excluded;:Funds . . . .. . 'included in reimb:ursable eicpenses are for Griffin printing costs:alone. 5. Hourly:rates are valid tlirougli December of 2020 and:will escalate by CPI:annually thereafter. ::. :' _.. . . . 6 No FF&E or OS&E;is included in this proposal 7. Instu�ance costs are included:as:a reimbursalile,.and will be billed monthly at the rate of$S per$1;000. 8.: At no cost to the:Owner, and subject.to:Internal Revenue.Code 179d, (Deduction for Energy Ef�icient Commercial Buildings).Owner_agrees to allocate any applicable•tax creclits to project manager.(Grif�in Struchires) as may be releyant to`public entity'projects. 2 Technology Dr:,Suite 150 ■. Irvine;CA 92618 ■ 949.497.9000 : ■. : www.griffnstructures:com _ .. . . . _ . .. _ . ... . .. . . . _.. .. . . . . .. . • Orange Fire Sta4lon 1 and:Fire Headquarters. Pr sal . . . .. Fee opb. . . , . . .. . ..... .. . . . . .. . . . .. . ..... .. . . . . .. . . . .. . ..... .. . . . . .. . . . .. . ..... .. . . . . .. . . . .. . ..... .. . . . � � � , . , � , :- , . : _ _ - ,.. � : � ;:. . : ; ; 1 PR06RAMMING/CONCEPTIJAL DESIGNy PUINNING APPROVAL ; [56] ; 288 20 �808 $56 280 1.1 Programming� ' .. . . ;_, . .. . . . - — . ._. , '..... [161 , _ 72. 0:. 72 . $13 320. � 1.2 Conceptual Design/Outreach i [32j `. 180 20 t 200 $36 300 � � _. _.. . . 1.3 PlanningApproval � - . ; [8] i �36 0 36 . , $6660 2 DESIGN SERVICES � .: �._ _ _ _ ,__ __ __ PLANS SPECS&ESTINIATES(PS&E), _ i [80] � Y368 ; 140 i 608 � $107 580 :. _ _ . . . ..,.,. _.. __ _ . . 2.1 ,$chematic Design/Outreach . _ : [16] 108 20 128 $22 980 2.2 Design Development/Outreach ' [24j � 144 60 . 204 $35 640 2.3 ConsVuction Dobuments i [24J 144 60 204 $35 640 ... . _,_ , .__. . _ _. _ . .. � Plan Check: _ . ', _.._ - ... .. _ _ ..:_..... I$I . : t; 36 ! 0, . 36:. . �$6,660 , _ , — _.__._ _ .. .._ .__ ..._ _ .._ __ _ .. - , Permtts.. : [8]_ _ a 36 � 0 36 .$6 660 3 BID SUPPORT SERVICES . - _, . � ._ .[16] � 108 0 . : 108 . $19 980_ _. . . . .. . _ _ . . ... .. _. _ ;' __. ... . , � , _ ., .a. � ..,. . _ . ._. TOteIHOUB PROhDEDATNOCDSL; 864 160 1024 _. _..... _ _.__.__ _. ... . .__._.__. _..— — . . .__ ___ _. . _ . -- SubtOtelS, t 53;360YALUE ; $159,840 $24000 , : PROJECT/C�NSTRUCTIONMANAGEMENTTOTAL _._ � _: _ , � _ . ,�; . . .,_., „,.:._ _ � _ .'.,, ..,. r,$183640��`' ' ;:4 R�IMBUR5ABLECOSTS ;.' ; ' . ; ' . _ ,. _..,._ . _ ,.. . 4. _.. $3 660 ; _ } - . . _.., .. . - : ,._.. 4:1 Insurance — ! _ _.... . . . '...: .... .' ._.. .. .. ` __ .. .. .. ,. . . ; $1460 4.2 Misc.Office Supplies . : ': ". : . : ; ; $2 200 . _. � „GRANDSOTAL ; _ _ ; `.. .' ,; ` ,.. $1$7.5Q0' ' __ . . . . . . . . .. . ..... .. _ . . . � �� ��Griffin Struc[ures � - . . . ' .. . . . . . � .� . OS/08/18 . � - _ Orange FIre.Statlon 1 and.Flre Headquarters ... Resourae Alloca#ion.ScheduCe.....• _ _ . .. . . ._. . .. .. . .. . .� PPECONSTPl1CfI0N SERVICES.. �.. • • .... . , . � .� .. � ..�..�. �.:'..�. � PPOUMMMINU/CONCEPNAL0610N/PIANNINdAPPN0Vi1L..�..�. ' � . . �' . . . ' . . .. . . . . . . . .. . . .. . . . . . .. . . .. . .. . Pro&emmin4 . . - .. . . . . . . . . . .-- . . . . . . ' ' . ... . . . . . . . . . , .. , . ... . .. , .. . ., . , .. . .. . ca��em�ai oesian�o�veacn -0��. . . .PlanningAPP(oval . . . . . . . . . . . . . .. . . ..: . . :DE41�N SEIMCES:PIAN9.9PE15&6TtMTE91P98E1: . . :.: . � . ..: . . ..: . - . . . . . ' . . . � . . " , . . . : ' ..' : ' .. .Schematic Desl' . . . . . . . . . . : ' .. . ' .. - .. . .. . . . . . . . . gn70uGeach ... . .-. . .. . - .. - . . . . . . . . . . . . . . . .. ... ....... ::..: � � .......' .....::' ' .. .. .. .. .. OeslgnDeveloDment/Outieach ....... .:.....' - .....' .�.:..' " '- " .. �. : .. '.: . . . . : . . . . .. . .. .. . ..�ConsVuetlonDocuments�.. . .. .. ':.. .: : •.- �:: : .. ' . . .. . .. .. . .. .. . , . .. . ' . . . . . . . �Plan Check . .. . .. . .. .... . . . . . . . . . � . . . " . . . " . . . . . . . PBrmits . .. .. . ... . . . ... . . . . . . ... . . . . . . . . . .. ' . .. . .. . .. . .. . .. . . . . . .. . .. . .. � � BIU911PPORTSERVIC6 . . . . . . . . . . . . . ' � � . � . � . .. .......' � � � . � .. .. .. . . . ...:.:� ProlBctEaecWvB: .. '.: : .. ".: . .. �'.: : .. ' : [el '[8] : [e].. ' :Iel . Ie]: : IB] . : [e] ' ' '� " ' " '� CansWellonM9neger '.;',_': .;',.'; '.:'_,'; ' ' ' 36 :'3§': 36'_;',.':36 '36,'; 72 ' , '3fi . , _ . . . .. .. . .. .. ..'..' �..'.. . . . Ca2 Estlmator. . . . . . . . . . . . . . . . . .' ': : .� . . . . .� " ' 20 .'� . . . . . . . . . . .. .. . . . .. . .. . .. . . . .. . .. . .. . .. . .. . .. . .. . .. .. . " .� " . rroleccexecucme ' . - S - E ' - E - E� - E f5Lc4o] IS1,54a] . [E1.5ao . . . . ] [EL54o� [E3.5ao7 .�gi,54o7 [Sl,s4a] . . . � � ..-. S. - S .' - S Q6fi0,;S . Q660 S. .fi,660 E 6,660 S: .6,6fi0 S .13,340 S 6,860 ..: . . ..: . . ,.: . . . . . .ConstructionMeneger..: . E - 5..: - E .. . . . . .. ... . . ..' : ' .. cost ESUmeeor .." : � ..� : ..� : S - E� : ' - S ..'-:S - S.� . '- E .."- �.E ' - E..' . = E . E � - S ..a.oao S . ' .. . ' .. . ' .. . .....� .......� .......� ......' ......� .......E - S.....' - S ...:..S - S......'- S 8.880..S." d880 S....8,880 S 8�880 S..�8�880 E .iB.320 S 8�880 ....." .......' .......' ...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. .. . .. . . .. . . .. .. . .. .. . .. .. . .. .. . .. .. . . .. . .. .. . .. .. . .. . .. .. . .. .. . .. .. .. .. .. .. _ .. .. . .. .. . .. .. . .. .. . .. .. . .. .. . .. .. .. .. . .. .. . .. .. . .. .. . .. .. . .. .. � .. .. .. . . . .. .. .. . .. . .. .. . .. .. . .. . . .. .. . .. .. .. .. . .. .. . .. .. . . .. . . .. . .. .. . ... . . .. .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . .. . .. . .. . .. . .. . .. . .. . .. . .. .. .. . .. . . .. . .. . . . . . . . . . . . . . . . ....... ...:-,.. ....... .......... � . . . . . . .'' PRECONSTRULTIQN SERVICES.. �.: : .. '.: . . .... '.: : .. '.� .. .. . .. .. .. .. . .. .. .. . . . .. . . . . . .. .. .. .. PN06MMMINO/CONCEPNRLOFSIGN/P.IANNINGAPP0.0VAL'.:. .: �. .. ..� . .. .. :�. ' . .. .. . .. .. . .. .. .. .. . .. ,. . .. . . .. .. . .. .. . . . . . . . PmPJamming . . . . . . . . . . . . . . . . � . . , . . . . . . . . . . . . . . . . . �� ' '' ' Cunceptual Deslgn/Outrezah � '� � �� � � '� . ' � '' . ' '' . ' "' . ' . " . ' � Plannln6MOroval ' . " . . � " . ' . � . ' . ' . � . ' . ' . ' . ... . . ..� . .OESIGN SEPVICES:PL1NS.SPEGS 8 ESIIAUT61P58E). . .. . . .. . .. . . ... . . ... . . ... . . ... . . . . . . . ' .. : ' ..' .SchBmetlC De51Bn/Oufreac� ..' : � ... ; - . . . . . . . � .. "� . � . ' .. . � . ' .. . ' .. . ' .. . .. . .. . .. . . - ' .....Deslgn0evelopment/Outreach , . .. � .. . .. ... .. ...... ....... . .. .. . . . . . . . .... ... . . _ . � � �� � ConstruN D ents- � - � .. .. . . . ... . .: � _ . . . .. . Pian ChecN .. . :�..� . . . . . . . . . Pefmlts " . _ ... . .: ':_' . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. .. . . . BIU SUPPOfiTSERVIC6 . ._ . _ .., . . ._ . .. .. . ... �- � . . . ... . ... . �� � . � • . . . . . . .. .. .. � TOTAIS...: . . ... ... . . .. . .. . rm)ect Executhre. .. . .. . .. . [A] YE] � . [9] .. .lel. lal� ' . [s] '� [el . lel.' . .[e] -� [E] . [91 .. . �a] [y5Y1. � ..'�: � .. � . . .......� .......� Connruction,Mana6er ...:... ...:.:. ...:'_36 72':':'. 36 ...:'36. 72..:.... 36 ...:36'. 72...:':'.36 ...36:'. 72 "':':'36 984:.:.. .... .. ,'.. ' . :'..'�.: .'..".: CostEsUmato�'.: :'..".: :'..".: :'_ " : 70..".: 69`..".: 60:'..".: 180.".: . ... . . . ... . . Pralec[EzecWve . ... . . . ... . . . .. [E3�64U] .[EL640j �E1.fi401 .. [51�fi40) IES,fi40� IE1.6401. .IE1.6401 1E1.fi401 IE1.6601 . IE3�640] . . [E1�660) [E3.6401 .[$3.1.160] . ... . . . ... . , ' - ' . ' Const[ucUon Maneger . ' . ' $ 6,660 $ 73,320 $ B,660 S. 6,660 E� 13,320 E 8,6fi0 E . 6,fi60 S � 13.320 E 6,660 E .G6fi0 E �73,320 E 6,660 5 159,840 ' . ' . ' ' ' CostEstimator ' � � . S - S - 3,000 E ' -� S - E �9,000 E � - E - S' s,00a E - S� - 4 ' - E - E� 14,OOD' � ' � . : . . ..: . . ... . . ..: . . ..: . . ... . .. .. .. . .' . . . � � � - - - � � $ 8,880 E� �18,320 S 8,680� S� 8,660 f � 2Y,320 S B,66U S � 8,880 E 22.320 S 8,860��S� -8,B80 S �13,320 E 8,660 S�1B3.B40 � � � . .. . .. . . _ .. . .. .. . .. . .. . .. _ ._ . .. . .. . .. . .. . .. . .. GrifFln Stmctures . . . . . . . . . . . . . . . . _ . . _ . . . . . . : . . . . . . . , . . .. . .. . .. . .. . . .. . .. . . . .. . .. . .. . .. . .. . .. . _ _ E. INork Pro�r�ss Activity Schedu6e provided belo�y ipcludes the GP.IyE Activity Schedule that details:the required,tzsks involved in.the design:oy.ersight services.: . ORANGE.RRE STATION.l&RRE HQ.SCHEDULE � ID iTask Name . - � . � Duration �Start Finish ' � � � - - � � . . . ,, . . . ... . . ... . . . . . ... . . .. . . . : 1 ;pRECONSTRUCTION PHASE -. 414 days IMon 6/3/19 Thu 12/31/20 � �2019 . . . 2020 � � 2021 ... . ; . . .. . . . � - ' � Jan � ;Mar Mey Jul �� Sep' Nov � � lan Mar �� �May Juh Seo � Nov Jan ; � I ( I � ; , 2 i.: PROGRAMMING./CONCEPTUAL DESIGN/PLANNING APPROVAL,, : 152 days Mon 6/3/19 Tue12/31/19 � ;,, .. . 3..; Programmtng 43 days Mon 6/3/19 .Wed 7/31/19 . � .. 4 ' Stakeholder Meetings 10 days Mon fi/3/19 Fri 6/14/19 ; s ; Program Development 15 days.. :Mon 6/17/19 :Fri7/5/19 .. �l . ... . 6' ; City Review - S days :; :Mon 7/8/19:' FriJ/12/19... ;. . 7 ; Progrsm Refinements 8 days IVlon 7/15/19 Wed 7/24/19 8 �. ' '' City Review/Approval . ' S.days'' Thu 7/25/19 Wed.7/31/19 9 ; ,.; Conceptual Design 87_dayq Thu 8/1/19 Fri 11/29/19 ' SO ; Conceptual Development - - 34 days Thu 8/1/19 Tue 9/17/19 11 ;. public Outreath Meeting(s) 0 days Wed 9/18/19 Wed 9/18/19 �,�8/18 1� . Refinement to Conceptual Designs 42 daye Thu 9/19/19 Fri 11)15%19 ,. ; .L . 13 i Preparation of Plans for Planning Approval 30 days ' Mon 11/18/19 Pri ll/29/19 14 Planning Approval -. 22 days- : Mon 12/2/19 Tue 12/31/19..� ' p 15 ; Staff.Report to City Council 4 days Mon 12/2/19...Thu 12/5/19 � 16. � Council Meeting 0 days Tue 12/10/19.Tue 12/10/19 ' jl 12/10. .: 15 days. Wed 12/11/19 Tue 12/31/.19 ; 17 ; � �Refinements ..� - � . . .. . .. . . .. .. . ,. � 18 � DESIGN SERVICES:PLANS,SPECS&ESTIMATES(PS&E) 218 days Wed 1/1/20 Fri 10/30/20 19 Schematic Design 43 days Wed 1/1/20 Fri 2[28J20 20 ; : ; Design Package Development 43 days Wed 1/1/20 Fri 2/28/20 - • - ' 21 ;.: ..' public Outrea[h Meeting(3) '' O days Wed T/29/20 Wed l/29/20 y 1/2 22 ; Design Development 65 days . Mon 3/2/20, Fri 5/29/20 . ; 23 : Design Package Development 65 days Mon 3/2/20 Fri 5/29/20 . . . . ...i .: 24, public Outreach Meeting(s) 0 days Wed 4/15/20 Wed 4/15/20 E _; ♦4/15 : _. .:,.. Y ... :.. �.. 25 Construction Documents: 66 da s.. Mon 6/1/20. Mon 8/31/20 26:; Plan CHeek :22 days Tue 9/1/20. ' Wed 9/30/20' . , , 27 ; Permitting l day . Fri 10/30j20 Fri 10/30/20 ; 28 ; .BID.SUPPORTSERVICES 44days Mon11/2/20 Thu.12/31/20 : � ' 29 ' Bid Package Deyelopment:.,.... S:days, Mon 11/2/20 Fri il/6j20 �1... 30 Pre-Bid Conference 0 days.: Mon 11/9/20 Mon 11/9/20 ��1i/9 31 ' Bid Addentla 9 days ' Tue 11/10/20 Fri ll/20%20 3� : Bidder Submittal 24 days. Tue 11/10/20 Fn 12/11/20 �� ' 33 :; Evaluation/Review Period 14 days't : Mon 12/14/2Q Thu 12/31/20: :i �, ; , _ _ _. GRIFFIN STRUCTURES FEE PFtOPOSAL ORANGE FIRE STATION.1&FIRE HEADQUARTERS PROJECT. : : : � . CITY OF ORANGE 032119. . . . .. . . . Griffin Structures'Fee Proposal is based on all reasonable costs necessary to perform Design Oversight services for the Ciry of Urange's Fire Station:l&Fire Headquarfers Pr.oject.For these re,quis.ite services,Griffin Structures proposes the following N:ot to Exceed Fee: Design Oversight Services: $ 183,840 Re,imbursable Costs: .. . . :.. $ 3,660 Total $ : . 187,500 All proposed hourly rates are fully burdened:_and include overhead.; profit, taaces, and:benefits. The hours : . iderirified£oz�eacli indiv'idual employee and task are.estimates only and are.not to be consirued as not to exceed hours for any:iniiividual task, phase;.or time-period. : We ieserve the right to.reallocate hours between staff members and tasks.to accomplish the overall objectives and iequirements of tfie pioject Services are based on the attached Fee Schedule;Resource Allocation Sehedule;which provides detail on the allocation of:hours. Any exterision of the schedule :oi:services may result in:additional fee, in good faith ne ohation witli the Gi g APPROACH TO FEE AND PROJECT SCHEDULE This:proposal assumes a start of Design Oqersight on June 1°`, 2019 witli the Prograinming, Conceptual Design . :: and Planning Approval Phase to conclude ehe end bf 2019.Once approved by Council,tlie next ghase of services, Design Seivices: Plans, Specs 8i:Estiiriates (PS&E),would begin January 2020 flirough October 2020:The last . . . . phase of Design Oversight would include the Bid Suppoi-t Services :Phase from November thi�u the end of December 2020. As desciibed in the RFP; we are able to provide_expert Design Oversight Eo this project and : _ : can additionally provide Cons�-uction Management experlise should the Cily; require such services during construction.In:an attempt to bring cost ef�iciencies to this project,and tlius prov'ide the City with a competitive Fee:Structure,we liave based our proposal ori tlie following appioach: . Jon Hughes,CCM will serve as the:Project Fxecutive for tlie.duration of tlie prqject and will provide as=needed leadership;to;tlie.project team to:deliver a successful project.to the City. Currently we estimate applying:8 hours per month for the durafion:of the project AT1V0 COSTto the City:of Orange,a$31,160 value. Justin Dirico,CGM will serve as.the Construction 1Vlanager and primary point of.contact for the enrire duration of the project As such,Justin's.liours.are allocated in the following manner: : : . .. . .. . � 2 Technology Dr.;Suite 150 ■ Irvine,CA 92618 ■ 949.497.9000 . ■ www.gri�nstructures:com PROGRAMIVIING%CONCEPTUAL DESIGN/PLANNING APPROVAL •. : :Pro,Qrainming:Justin will oversee the progrunnung phase at 361iours/month which.will'include coordination and oversight of the desigri team-during.this.effort:Justin_will leverage lais team _ resources,:on an as-needed basis:for program assistanee,.should the City require. ' •. ..Conceptual DesiQn:.J.ustin will provide asimilar 36 hours/month.over the course.of this-work with a jump to 72:hours/month in the last month to provide a preliminary constructaliili,ty review;provide a master budget and coordinate efforts moving into the planning approval ' process.Additionally,the monthly hours will allowJustiri to support the City and design team on : :. community outreach on an as=rieeded basis. : � Plannin�Approval:Justin will provide 36,liours for this month of planning approvals which will include necessary preparation and attendance for appr.oval meetings. DESIGN SERVICES:PI.ANS;SPECS,&ESTIIVIAT'ES • Ovei-tlie_course of this pliase,Justin will provide desigii oversight to tlie City_and design team at 36 hours%;month with increases at the end of each;phase of design to provide'constructability : reviews as well as scliedule and budget updates.Justin will also leverage Griffin's in-house eost estimator,Jay Helekar;during all phases of design to provide consh-uction estimates foi ' reconciliation with the architects cost estimate. �. Addilionally;Justin will oversee and manage the plan'check/pemutting process to ensure the design team has properly submitted all requested documents and.any requested amendinents. . BID SUPPORT SERVICES - .. . During ttiis phase of services;Justin will provide leaderslup.to the City in preparing the bid : documents including managing the Bid RhT and issuance of Add.enda process,as well as initial reviews of bid,contract administration;and the.preparation of Con�aetor mobilization. _.. : . : QUAILIFIC14TIONS AND EXCLUSIONS __ _ _ - 1., Costs for all permits required for the project are excluded. If is assumed that the City will pay for all permitting fees,assessments, .e.asements;school fees,and other agency fees.or costs to suppo.rt_the design and:cozisri-uction the project :We have not included any permit related fees within our fee proposal. 2. Costs for surveying, construction staking; environmental and hazardous materials surveys, and all ; . . . remediahon costs are excluded 3.: Software licenses or user fees foi specific project management software be'ing required by either tlie City . or their contractoi(s)is excluded. 4. Cost of bulk blueprinting foi plans and specifications for use by outside consultants is excluded..Funds included in reimbursable expenses are for Griffin printing costs:alone. 5. Hourly:rates are valid tlirougli December of 2020 and will escalate liy CPI annually thereafter. : 6: : No FF&E or OS&E is included in this proposal , _ 7. Insurance costs are included as a reimbursable, and wtll be billed monthly:at the rate of$8 per$1,000. � 8.: At no cost to the:Owner, and subject.to:Internal Revenue.Code 179d, (Deduction for Energy Ef�icient : . . ,. Commercial Buildings) Owner agrees fo allocate.any_applicable tax credits to.project manager (Griffin Struchires) as may be relevant to`public entity'projects. 2 Technology Dr:,Suite 150 ■ Irvine;CA 92618 ■ 949.497.9000 . �. www.gri�nstructures:com . . . _. Orange Fire Station 1 and Fire Headquarters. Fee Proposal .., � � � � � �, � � ... .. ... .. r.. .. �; � ..�. .. � � F �, . .. . . 1 PROGRAMMING/CONCEPTUAL DESIGNy PCANNING APPROVAL� [56] 288. : 20 308 � $56,280, 1:1 Pragramming --- --- __. . I16] ._ __ ...72 . . . .. 0. - -72 _ . $13 320 -. 1.2 Conceptual Design/OUVeach [32J 180 20 200 $36 300 ;.. . . .._.. _ ; _. . . 1.3 Pianning Approval . ..�.. .. ...._ _ ..�,� . .....�.:.. . .[8]. �. ...;.. 36 0�: 36 � . ,��$6,660._. 2 � DESIGPISERVICES:PLANS,SPECS&ESTIMATES(PS&E) t, [80] : 468. . 140 606 $107,580 �� , _ _--...._. -- -- _ � 2.1 Schematic Design/Outreach [16] 108 . . 20 . 128 $22.980, .; :_ `_ �. ..__. _._. _,_ - - - - � - - - -- - . _ . . _ . , .. . -- 2.2 Design Develapment/.Outreach ,. [24� � 144 , 60,. 204 $35,640 _ 2.3 Constructfon Document's' [24� ; 144 : 60' 204 $35,640 _.. Plan Check . . . . . ..... . � �SJ. . : . . 36 0. ° 36 $6,660 . Permits.-. ._ .. .. ._ . _. _- _... .. ._. �$] '. .._. ._.36_..: _ 0 36 $6,660 _ <... _�. _ ._ : --._. _. . _ _ - , . . _ ... _ _ ,3 BID SUPPORT$ERVICES. : ._. .: _ .. -:.__. - -._ . ., � ... [16] _.., 108._. .. _ 0, , „ . , 108,_ _.. $19�980 �� �TOtel HOUfS � �' ��� � PROhDEDAFNOCOST 864 � � 160 1024 � � ._ . . __ _ .. . .�.._ . . - _- ,-- . . . . ... .. �._ . ._._..--_ ____:._. . . � . _ . . -.- . . _ ._ _ . ! . SUbtOtalS . ':....53;160YALUE " ; . $159,840. " $24,000 .. '.. . PROJECT/WNSTRUCTION MANAGEMENTTOTAL _ .., __,_$183$40 � - . ..,,.. _._�_� _. _._. . ._ _- ., _- - -. , _. .:-. . _.._ . ., .. _ . t . 4 R�IMBURSABLECOSTS. . . � _ , i 53,660 . : _ .. _. _. . . .. - - � - 4.1 Insurance ... .,. .._. , . .. - $1�460 _ _ . . .. _ � . , 4.2 Misc.Office Supplies -___ $2,200 GRANQ'SOTAL , .. . . :::.: ` . $187.5Q0 :. Gr�n Structures � � � ' 08/08/18 _ .. . . . . . _. _ _ _ Orange Fire.Statton 1 and Flre Headquarters _. _:_ R Iloc ed :: esource A ation.Sch ule..... __. _. . _... _.. _ . . ' ' .. .: . . . .- PflECONSTfllILT10N SERVICES�- . . . . . . . . .. . . . �. . :'. . . . . . .. .. '.. '.. . . ... ... . . ......: :'..".: . . .. :...".:. .:',...' . .. . . •. �. • PX06MMMMU/CONCEPNiV.DF316N/PIANNIN�MPNOVAI.: .. . .: .. . . •. , . . . . . . . . . . . . . . . ' Pm&amminB . . . . . . . . . . . . .-� . .. . . . . . , . . . . . . . . . . . ConcaptualDesign/Oweach , . . . . -�--: _ , ,PlanningApprwal ' ' ' ' ' ' ' ' ' • . . . .. .. .. � . . ..: . ' . ... . . ..: . . ... . . ... . . ... . . ... . . ..: . ... . . ... . :U610N 9EIMC6:PIANS SPEf9 a ESIIFUT6IP964: : . . . . . . . . . . . :.. . . . .. : ' .. ' ' :. .SchamaUCDesIgnJOUVeach � . . . . . . . . . . . : ' .. .. . .. . .. . ' .. . ' .. . .. . .......' . ...... . . . •...:De91gn OeVeloPmenC�OUVeath ....... .....:. ....:.. .......' ' .. .. .. .. .. .. .. .'..".. :'..'�.. "..'ConsVuNon Documenis'.: :-,..... :".."'.: . . . . .. .. . . .. .. . . .. .Plan Check . . . , .. .. .. . :.. .. . .. .. . . . ' . . . ' . . . ' . . . _ .. . . . � . . . ' . . . . . ' . . , , Po�I� . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , , . . BIO6IIPPORTSEpVICE6 . . . . . . . . . . . � s . .... ... ... ... . . . . . . .. . . . . . . . . . ��Prolect Euecuuve: .. .: : .. '.: : .. . ��... .... '.: :.. ... . ' [el �[s] ' [91... [e] [81... _[ej. .IB' ConsWctlunM6negef ',:'..'; '_:'._': 36 "3fi" 36' ' "3fi � '36_': 72 ' �'36 . . .. .. . .. .. . .. .. .. . . .. .. . .. .. . .. .. . .. .. . . . . . . . . . . .. . . .. . . . . .. . . . . . . . . . CostEstimator. . . . . . . . . . . . . . . . . . . . . . . . . . ZQ . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ' . . rrolee�Exec�rtwe - . ' . S - E ' - E . - E" - E I315401 iSLs4a] . lSi,s4o1 lSLs4o1 [S�.s4o7 .lEi,sao] [E1.5aa� - _ ' . " . ' ,consVunian Maneger... . ' ..: S - E..: . - S . ..-:S. - E ..: .- E 6,660.:S . 8,660 S. ...6,6fi0 S 8,660 E� .6,660 S .13,320 S 6,fifi0 ..: . . . . .. . . .,. . . . ... . . : " . : � ..-Cost ESUmeror .. � .. : � ..� : S - E" : ' - E ..� -: E" - E.� : '- E ..'- :E ' - S..' = E - S � - E�..�3.000 E - . " .. . ' .. . " .. . . ..... ....... .......' ......." .......' .......5 - 5.....' - t ...:..i' - 5......�- S 8�880..5.' 8�880 E...dB80 S 8.880 S..'8.880 S .18.320 S B.880 .....' .......' ....,.." ...... . . . . . . _ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ....... ....... ....... ....... . .: � .. .: . .. '.' : PNECONSTFIICTION SFAYICES.. .: : .. '.: : .. '.: : .. '.: : . .. � � .. .. .. .. .. .. . .. .' . .' .. PPOGMMMINU/LONCEPN�U.OESI�N/PIANNIN6APPN0VAL..�.... . .. .. . .. .. . ..�� . .. . .. . .. .. . . .. .. . . .. . . .. . . . . . . . . . . .. .. . . " Pro4iemming . . . . . . � . . . . . . . . . . . .. .. . . .. . . . . . . � � . Conceptuel0eslgn%OuV¢ech � . � � � � . � ' � ' ' ' ' . ' ' . ' ' ' ' ' . ' ' � ' . ' WanninHMDroval , . . . ' . - . - ' . � " . . ' . ' . ' . ..� . . .. . � .OFSICNSEXVIC6:PIANS.SPEGS4Eti71MAT6(P56E1: � . ' . ... . ... . ... . . . . . ..' . ..: . . . . . . . . .� : ' ., : ' . .Schematic Design/Outreach ... ; . . .': . . .. ' . ' ' . ' . ' .. . ' . .. ' � .. . .. . � ... .' ... ...' .� .�esign Develo0ment/Outreach �.,... . . ' . . .. � .. .. .. . .. .... ...... -� ....... ..,.... .....� � � . '.. ' . �.' '. .� � CansWNan Documents. . �. " ' .. �.: : .. '.. . .. .�. . .. .. . ' � . . .. . .. ' . .PlenCheck ' :- . . .: .. ' . . . . _ . . . . . . . . . Pelmlk. . . . . . . . . ... . . . . . . . .. . ... . . . . . . .. . . . . . . . . . . . . . . . . . ... .. . . . . . . . . . . . . . . • BIDSIIPPOFITSEIMCE4 . . ' . . . . ' . - . . . . . .." . .: . �� . .� � . � . . . . . . . . TOTAIS;.: . ..: . . ..: . . .. . . Pmlect ExecWve. . . ..... . . .[61.. [e�.. .. . �e� ..���181. IB]: . . [el '' [5] . [el.. . �I&1 .. [el . [el .. . � Iel [is21. ' ..' : ' ..' : " . . .. ' ...�...' ......' ConsVUNonMane6er ... ._. ...:..._ ...:..36 72:':'. 36 ...:'36. - 72":':'. 36 ...:36. 72...:.:' 36 ...3fi:' 72 " :'36 884:.:., .. .. :'..' .'. :'..".'. :'..".: CostENmakr'.: :'..".: :�..".: :�..".: 'ZO.... ; .. , . 60'..".: fi0:'..".: 180.".: . . . . . . rroleaFaecwve . . . . . . . . [SLsaa] . .[SLs40] [E3,5ao] . [E1.84a] ISi�s4a] .[SLsao]. .[E7.s4o] .[E1,s40] [E1,ca0] . [E1.5a0]. .1E1�5ao] [Ei.saa] .[53Lisa] : . . ' . . . . . . . ' . ConstiuNon Menagel . . S 6,660 E 13.320 S 6,660 f. 6,660 E 13.320 E 6,6fi0 E . 6,fifi0 E 13.320 E fi,fifi0 E .6,660 S ]3,320 S 6,fifi0 S 169,840 . . ' � ' ' CostFstimatar � " S - S� . 3,000 E -� 5 - E .9,ao0 E � - �E - S� 9,oao S - E - S � - E - S- 24.Oaa - � " .. . . ..: . . ... . ..: ..' . . ..� E B,6fi0 S���18.3Ya S 8.BB0: . . . � . . . . � � � � � � � � � S� 8,660 i ��YY.3R0 S B.6fi0��5 � B,BfiO S 22,320 S 8,860���E �8,880 S �13,320 E B,fi80 S�163.840 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ,. GrifM Structures � � - � � � ' . . . . . . . . . . .