Loading...
HomeMy WebLinkAboutC-3496(C) - Irvine Avenue, 1300 - PSA for Project Management Services for Donna and John Crean Mariners Branch Libraryc -"W PROFESSIONAL SERVICES AGREEMENT FOR PROJECT MANAGEMENT SERVICES FOR DONNA AND JOHN CREAN MARINERS BRANCH LIBRARY WITH GRIFFIN STRUCTURES, INC. THIS AGREEMENT, entered into this � day of q rch , 2003, by and between the City of Newport Beach, a Municipal Corporation (hereinafter referred to as "City"), and Griffin Structures, Inc., whose address is, 385 Second Street, Laguna Beach, California, 92651, (hereinafter referred to as "Consultant'), 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 is planning to implement project management services for the "DONNA AND JOHN CREAN MARINERS BRANCH LIBRARY," hereinafter referred to as 'Project." C. City desires to engage Consultant to provide full project management activities for three phases of the Project upon the terms and conditions contained in this Agreement. D. The principal member of Consultant for purpose of Project is Roger Torriero. E. City has solicited and received a proposal from Consultant, has reviewed -1- 0 the previous experience and evaluated the expertise of Consultant, and desires to contract with Consultant under the terms and conditions provided 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 11th day of March, 2003, and shall terminate on the 30th day of October, 2005, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of One Hundred Ninety-Five Thousand and no1100 Dollars ($195,000.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. -2- 0 0 3.2 Consultant shall submit monthly progress invoices to City payable by City within thirty (30) days of receipt of invoice. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and/or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 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 the community professional standards. All services shall be performed by qualified and experienced personnel who -3- 0 0 are not employed by City nor have any contractual relationship with City. Consultant represents to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 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, failure of City to furnish timely information or to promptly approve or disapprove Consultant's work, delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control. 4.3 The term Project Management or Project Manager does not imply that Consultant is engaged in any aspect of the physical work of project contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor'), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractor's schedules or failure to cant' out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 0 0 0 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute 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 details and means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Roger Torriero to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant -5- shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant to completion by October 2005. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City and assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition which purportedly causes a delay, but not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays which are beyond Consultant's control. am • 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances by telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant shall discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator or his duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of -7- services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. 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. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, it's elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original endorsements indemnifying Project. for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Workers compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of 0 n U $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000.00). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. 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. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, M 0 a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Neither party shall assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of both parties. Any attempt to do so without consent of both parties shall be null and void. 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 co- tenant if Consultant is a partnership or joint - venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. 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 orjoint- venture. The rights and benefits under this Agreement are for the sole and exclusive benefit of Client and Consultant and it shall not be construed that any third party has interest in this Agreement. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by -t a • • 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 as 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. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. -11- 0 0 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Lois Thompson shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. 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 under this Agreement. 20. WITHHOLDINGS City may withhold payment 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 for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per -12- i • annum from the date of withholding of any amounts found to have been improperly withheld. 21. 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 would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for 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. -13- • 0 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under 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. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Lois Thompson, Administrative Manager City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax: (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Roger Torriers Griffin Structures, Inc. 385 Second Street Laguna Beach, CA 92651 (949) 497 -9000 Fax: (949) 497 -8883 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in -14- default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. 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. 29. 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 -15- r1 U Agreements of whatsoever kind or nature are merged herein. No verbal Agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's submittals provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robin Clawson Assistant City Attorney ATTEST: By:�, LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporatiorp , May6r Steven E City of Newport GRIFFIN STRUCTURES I 0 . c / IM- • V� - f :luseislpbwlchared\Agmementskfy 02- 03\griffn- mariners - project managemenLdoc -16- 0 • PROPOSAL To the City of Newport Beach, California PROGRAM MANAGEMENT SERVICES for the John and Donna Crean Mariners Branch Library Project Irvine Avenue, Mariners Park Newport Beach, California Submitted 18 February 2003 GRIFFIN STRUCTURES, INC. 385 Second Street Laguna Beach, CA 92651 949.497 -9000 Fm I'P 18 February 2003 Mr. Steven G. Badum Public Works Director City of Newport Beach P.O. Box 1768 Newport Beach, California 92658 -8915 Re Program Management Services John and Donna Crean Mariners Branch Library Project Dear Mr. Badum: Griffin Structures, Inc., is pleased to have this opportunity to respond to the RFQ issued by the City of Newport Beach for the above referenced project. We believe our firm is eminently qualified for this work, and that our skills and resources uniquely distinguish us for this project: • Understanding of, and ability to manage, the political processes (including the "politics of personalities ") associated with this project is particularly critical. We have successfully demonstrated repeatedly on many projects in Orange County, and in Newport Beach, a special sensitivity to the many vested interests and voices engaged in highly visible projects of this type. • We are adept at working with donor -based projects, as demonstrated in my experience as Chair of the Facilities Committee at the Bower's Museum and Kidseum during its successful expansion project. We are also serving as Program Manager for the Children's Zoo project in Santa Ana, another community service facility which was financed largely by the generosity of John and Donna Crean. Further, I have served as a Little League Commissioner, PopWarner Football Coach, and Soccer Coach, and fully understand the nuances and requirements of Youth Sports programs, a background which may prove to be of benefit in managing the relocation of on -site sports facilities. • Our Director of Construction, Jim Trammell, lives within walking distance of the project site, and will be readily available on site (at no added charge to the project) on a daily basis, or more often as may be required for any particular phase of work. • We propose to supplement normal communications regarding this project with the periodic publication of a "Project Update Newsletter" which would provide information to the many parties of interest regarding project status, progress, and features. • We normally would expect a base fee of about 3% of the work for projects of this scope, extent, and engagement, but instead are proposing a fixed base fee based on an estimated 2.5% rate. We make this concession due to our abiding respect for, and interest in, community service projects in the area. • We have proposed an independent cost estimator, in addition to our own in -house services, separate and apart from any cost estimating by the Architect. We believe this small incremental cost is well worth its investment, given the critical time frame for the project and the fact that the chosen traditional "design / bid award / build" delivery method does not produce a "guaranteed" price until the final bid is received. There is, therefore, no time to "go back to the drawing board" and accordingly the final pre -bid estimate must be very accurate. GRIFFIN STRUCTURES, INCORPORATED 385 SECOND STREET, LAGUNA BEACH, CA 92651 (949) 497 -9000 • (949) 497 -8883 fax M 0 1 M R!, • As an alternate for your consideration (and for small incremental cost) we have also proposed also the use of "Architectural Peer Review" to verify that plans and construction documents are consistent and complete, further ensuring that the project as bid will match the project as intended, which improves the level of expectations, the accuracy of the budget, and the precision of the project schedule. We would suggest that, prior to engaging in any Peer Review, Thirtieth Street Architects be enjoined and consulted in the approach. • We have always served in the capacity of "surrogate staff' in our projects for City governments, evidenced by a work history and client references going back 22 years. • We have a proven relationship with the City and its staff representatives, due in part to our ongoing work with the City in its City Hall renovation /replacement project. • We also have established a working relationship with the City's Architect for this project, Thirtieth Street Architects, in a project with the Redevelopment Agency in Santa Ana which entailed restoration of their historic YMCA building. This project involved the Santa Ana School District, Santa Ana College,, and the University of California, Irvine, in a complex relationship between academic and public entities. The accompanying document presents our methodology and qualifications in greater detail. We believe that our Team is uniquely experienced in identifying the critical issues and then executing the work required in this project. Furthermore, as the Principal -in Charge, you have my personal commitment and promise that we will give full and focused attention to the City of Newport Beach and its objectives in completing this highly visible project. Further, per request in the RFP, we affirm that the work identified in the RFP can and will be performed by Griffin Structures, Inc. We offer no objections, limitation, or qualifications to the work as identified in, or to the City Standard Contract which is attached to, the RFP. The proposed project participants are in place to begin work immediately and in accord with the City's start date as noted in the RFP. We look forward to working with you on this exciting opportunity. Thank you. Best regards, GRIFFIN STRUCTURES, INC. R¢ or 'ero O GRIFFIN STRUCTURES, INCORPORATED 385 SECOND STREET, LAGUNA BEACH, CA 92651 (949) 497 -9000 • (949) 497 -8883 fax • 0 PROPOSAL TO THE CITY OF NEWPORT BEACH, CALIFORNIA PROGRAM MANAGEMENT SERVICES forthe JOHN AND DONNA CREAN MARINERS BRANCH LIBRARY PROJECT Irvine Avenue, Mariners Park Newport Beach, California 18 February 2003 Submitted by GRIFFIN STRUCTURES, INC. 385 Second Street Laguna Beach, CA 92651 Tel: 949-497-9000 Fax: 949-497-8883 TABLE OF CONTENTS Page GENERAL QUALIFICATIONS AND BACKGROUND OF GRIFFIN STRUCTURES Px0JccTOvEnvev................... ...................... ^.~..~~~~~~~~~....~~~~~ ~ .... . ....... ....................... ~- APPROACH TO THE WORK PLAN ,~,-~.,.,~.^.~.,~^~.,~^.^.^.,.,.^.^.,.,.,.~.~.^.^.^..,....,...~..^4 WORK TO BE PERFORMED Our Approach � Controlling the Project Schedule ........................ ................ .~~~.~~~~~~~~~~~~~~~~~~..~.~~~~............ 4 Controlling the Project Budget ............ ~...~~~.~~ ..................... ~~~. ...... .... ~~~~~~~.~ ....... ~~~.~........ 5 Quality Control i Total P Management ^.^.'~^~~....~..........~~~~~~...~........~.5 Execution of, and Approach Tn'dePnojeoYYvdkTusks~.^~~~~~~..~..~..~.~.~~.~..~~~~~.6 Pre-Construction Services . .... .......................... ...... . ..... ~. ... ~. ................... ....... ......................................... ~ ............... 6 Construction Support Services ~.~...~.~~^~... ~~~~~~~...~.~-.....7 ProjectClose Out ........... ...................................... ~~~~~~~~.~~~~~~~~.~.~....~.~~~~~~ ........ ....... 8 Experience with Regulatory Agencies and Approach to Grant Requirements ................... .................... ~..8 Special Challenges cx This Project ............. z~~..~~~~. :-' .. �: ...... ..... ................ .�..-�._.����������������~���� MnOjscTTEAM ............................ . ... ~.~~^-^~. ...... . ...... ~~.~.~.~~.~~~.~~~---^^.^~~~ .............. ... ........ ll GriffinStructures, Inc ...... .................... ...................... ........ ..... .................................. .......................... ~ ....... .~.|} IndependentC Estimating ... .............................................. .... ............. .......... . .... .......... ................... .......... ..|I SPECIFIC QUALIFICATIONS AND REFERENCE$°°.~.^°^...~.......................~.....~.~..^^. 13 RELEVANT WORK ExpER|EwCE AND REFERENCES ...... _........... ..... ................................................ .. ............. ............... |3 SPECIALQUALIFICATIONS .................................................................................................................................. ........ |6 LibraryGrant Requirements ... ............. ...... .......................... .... ............... ....... .......... .... .... ............ .............. .... |6 Experience with Newport |6 |6 |8 |6 Ability |7 Control nf Quality, BudXec and Schedule ................................................................................................... |7 Availability....... ............... ...... . ............................ .~~.~~ .~..~~._~.~.|7 Insurance Coverage and indemnities ........................................................................................... . ..... ..... ^._|7 APPENDIX - RESUMES to the City of Newport Beach Table of Contents GENERAL QUALIFICATIONS AND BACKGROUND OF GRIFFIN STRUCTURES PROJECT OVERVIEW The City has requested Program Management services for the City's Manners Branch Library project. The City has chosen a traditional "Design — Bid — Award — Build" approach to the project, and will retain its selected Architect, Thirtieth Street Architects, for the project. The Program Manager will have responsibility for total project coordination of the complete project as a single - point -of- contact. The project will have City oversight provided through a blue - ribbon Steering Committee, with mem- bers chosen from City Council, City Administration, Library Board, School Board, and School Dis- trict Administration. There are several points which we see as critical to the success of this project. We discuss these is- sues, and how we are particularly qualified to serve as Program Managers, later in the "Special Quali- fications section of this Proposal." GRIFFIN STRUCTURES Firm Name: Griffin Structures, Inc., a subsidiary of Griffin Holdings, Inc. Address: Griffin Structures, Inc. 385 Second Street Laguna Beach, CA 92651 Telephone: 949 - 497 -9000 Fax: 949 -497 -8883 Email: rtorriero@griffrnholdings.net Availability: The location of the office where the work will be performed is the address noted above. The staff, who are listed in a later section of the Proposal will be available to perform the proposed services, during the schedule outlined for this work in the RFP. Founded in 1981, Griffin Holdings is a diversified and fully integrated real estate services company that specializes in three key areas: development, program and construction management, and advisory services, including planning, needs assessment, programming, financial analysis, and real estate con- sulting services. The key to the company's success lies in the hands -on involvement of its principals and their insight into the complexities of the real estate process. This personalized approach has pro- duced an extensive, award winning portfolio of experience in the following areas: • Assessing and Planning the Needs of Government Facilities • Public & Private Sector Program/Project Management & Construction Management • Commercial and Public Facilities Development • Retail Development • Industrial Development • Residential Development • Renovative Development • Historical Redevelopment • Master Planned Land Developments • Corporate, Private & Governmental Strategic Real Estate Consulting Proposal to the City of Newport Beach Page t 0 0 Griffin Structures is not solely a program management firm, but rather a seasoned group of pro- fessionals with a complete array of experience in all aspects of the planning, design, development, and construction processes (from entitlements through construction) to provide our clients with com- prehensive owner representation services or "program management ". We provide our clients with an "every step of the way" full spectrum of proven program management and project delivery services. Our principals each have many years of individual experience in the design, development, finance, and construction industries. Our principals are licensed professionally in the State of California in both the design fields (Architecture and Civil Engineering) and the construction industry (General Contractor's licenses), bringing a comprehensive approach to the successful management of the con- struction process. We have experience with a variety of product types (civic, office, industrial, retail, parking structures, multi -unit residential) and building types (Type I through Type V) in both the public and private sectors, and we believe the breadth of our background ultimately benefits you, our client. We are accustomed to taking risk on behalf of our clients and with this background of acting as their fiduciary, bring a "hands -on" and direct approach to ensure the successful delivery of the projects we manage. Griffin has built three integrated business units to focus on servicing the diversified needs of its cli- ents. These business units are illustrated as follows: Many corporations, private individuals and governmental entities do not possess the composite core competencies to plan, design, and build their facilities. Griffin Structures, Inc., was formed to facili- tate this process. We provide the full range of professional program management services to this cli- ent group, focusing especially on the Public Sector. We are not tied to any particular architectural, consultant, construction firm, or lender of any type. Our teams are selected on a project -by- project basis, and Griffin assumes the role of single- source ac- countability. As a result, team members can now focus on bringing their primary and best skills to bear on a given project. to the City of Newport Beach Page 2 0 • Griffin Structures focuses on three primary objectives: 1. Ensuring that our clients acquire facilities that meet their requirements at occupancy and be- yond. 2. Implementing a structured design and development process to ensure that all stakeholders' requirements are met. Each operating group will become part of the overall process to assure that the facilities meet their short, and long -term needs. 3. Meet the owner's aesthetic and facility standards within the established budget and schedule. Blending all of these talents requires a "hands -on approach" with a single source of responsibility. Griffin provides our clients with a managed program, budget compliance, and schedule adherence. Note further that Griffin has a wide experience with both public and private sector development pro- jects, and we believe we bring the best aspects of each to the other. That is to say, our firm's success is built upon applying the efficiency and directness of private sector experience in our work to our public sector clients. Similarly, we are attuned to the..needs for public scrutiny, political sensitivity, and the complex procedural and contractual requirements of public sector projects. Over the past 20 years, Griffin has been involved in numerous govemmental projects. In total, Grif- fin has built in excess of $250 million in public sector facilities throughout the states of California and Nevada. The scope of these projects range from $1.5 to $100 million. Proposal to the City of Newport Beach Page 3 E APPROACH TO THE WORK PLAN WORK TO BE PERFORMED Our Approach CJ Our primary approach is to serve as "surrogate staff to the City" in the execution of this work. We have maintained this approach in all our work for City Governments, and, in this case, such an ap- proach is particularly critical. There are many interested parties: • Various public interests — library patrons, users of City sports facilities, neighbors proximate to the project site, donors, social activists, and all other vested public interest groups. • The State Library — as participating investor in the project. • The School District and its Board — as a major program participant. • Various City departments with program responsibilities — including the Recreation and Senior Services Department, and the Library Services Department. Mi P_ • Various City Departments with implementation and regulatory responsibilities — including Public Works Department, and Building Department. `a _ • City administration — including the City Council and the Office of the City Manager. We have had significant experience in projects with high political visibility and public interest, and further have had major experience in presenting project information to vested groups and interested parties. We expect to serve, to whatever degree the City expects and permits, in public dialogue and presentations regarding the project, but overall, will provide the administrative disciplines necessary to move the project forward, on schedule and on budget. We will operate as a Team member with the City, and also with the other project consultants, in- cluding the Architect and the Builder. This team approach, coupled with our administrative experi- ence and responsibility, will provide tight coordination and common focus to the project. Design, Quality, and Life -Cycle Considerations There is a balance between design considerations, durability of systems, initial cost, life -time cost, and constructability. These all mesh with the program requirements and drivers which guide the choices and determine how the many trade -offs are approached. During the initial design phase, we will review alternative design approaches with the City and the Architect, and assess various trade -offs given the project budget and demands for aesthetics, program, construction constraints (staging, security, safety, access, etc.), and other project parameters. This design -stage value assessment will lead to discussions with the City regarding life -cycle implications of the initial (and subsequent) design decisions, and the costs of design features, materials, amenities and quality. All these trade -offs will be documented and the City will participate in approving the decisions driven by them. Controlling the Project Schedule Day -to -day operating procedures are based on traditional methods of management, communications, observation, reporting, and overview which are common in the consulting, design and construction business. We have established protocols for attending to the routine as well as extraordinary issues which may arise in the course of work, and include the City in the communications regarding all Proposal to the City of Newport Beach Page 4 • • stages of progress. Our references affirm that we can perform complex projects on time. We utilize CPM scheduling software tools shared by all team members, and maintain diligence with site pres- ence (scheduled and unscheduled). We participate in regular meetings and daily communications re- garding all scheduled activities so that any tentative slippage is flagged immediately and actions are taken to keep the project on track. Controlling the Project Budget Our approach provides for establishing and developing project budgets with the Owner and Architect at the initiation of design, and for identifying cost parameters and guidelines which will assist the Ar- chitect in initial master planning and in developing schematics concepts. These are refined through schematic design phases, and we will prepare a Schematic Design (SD) Project Budget at this phase of work Then, as Design Development (DD) proceeds, we refine the cost estimates through evalua- tion of alternative systems and materials, confirmation of prevailing market conditions, and other factors both internal and external to the project participants. The bid -price should be within the DD budget estimate, and, barring Owner changes in program or scope, and uncontrollable factors (such as hidden environmental conditions), the final project price will not exceed the established total project budget figure. Quality Control in Total Project Management Quality control begins with the team management, and Griffin has developed, through years of work with the public and private sectors, a multi- faceted approach to managing, monitoring, and maintain- ing the highest levels of project quality control. The keys to this approach are team, communications, diligence, feedback, response, and perhaps most importantly, direct and continued project involve- ment by our principals. • Team – quality control requires the right team, each of whose members have demonstrated qual- ity management practices, exhibit a history of on -time, on- budget, on- program, and well - referenced projects, and demonstrate a working relationship and attitude that results in higher at- tention to details and to quality measures. Ultimately, these team members all have their own quality control procedures governing their components of work, and we assure that these proce- dures meet our own high standards and measures. • Communications – it is also essential for the team to communicate clearly and quickly not only when special issues or questions arise but also in the common course of daily project activities. We use procedures and mechanisms for communication which document and give clear visibility to the issues and working components of our projects, and which allow team members to facili- tate in all parts of the communications stream. • Diligence – successful quality control requires constant attention to the quality drivers that are inherent in it. We put quality foremost, and expect all team members to follow suit. By main- taining an attitude of focus and attention to quality control, the team maintains pressure on high standards of quality performance. • Feedback – The communications and diligence, noted above, must lead to a system of feedback and examination, whereby each issue that arises is appropriately passed to parties who can act on them rapidly and effectively. Feedback is the return loop of the communication cycle where at- tention turns to preventing potential problems —and solving them whenever they arise. • Response – finally, quality control depends on appropriate action and response. The right team, good communication mechanisms between them, diligence to issues of quality, and rapid, effec- tive feedback, all lead to a measured, focused, cost - efficient, timely, and effective response to potential issues relating to quality and project success. Proposal to the City of Newport Beach Page 5 E Principal Involvement — what sets Griffin apart is that we insist on the involvement of our princi- pals in the "day -to -day" management of each project. There is no substitute for this dedicated commitment. Project construction quality is of foremost importance, and Griffin Structures will ensure that the CM firm will have established an effective approach to QC management. Essential elements of a success- ful Quality Control Program include the involvement of the Field Staff and the Subcontractors in the review processes. Execution of, and Approach To, the Project Work Tasks Construction Management entails a number of management and coordinative tasks all geared to maintaining control over a complex set of processes which are required to deliver the proposed li- brary on time and on budget. In general, as Project Manager we will advise the City throughout the Project, including planning, design, and construction. The following list of services, which includes the services listed in the City's RFP, will be provided at a minimum by us in the course of our pro- posed scope of work. If the City wishes to add or amend the work scope, we are willing and ready to discuss this in the initial project negotiations. Pre - Construction Services 1. Preliminary Studies: Obtain plans and program materials related to the proposed facility and verify status to proceed. Obtain any further property investigative studies which may be needed, such as traffic and parking studies, in order to refine the preliminary design parameters, charac- teristics, and budgets for the project. 2a. Coordination: Serve as the project coordinator with various City and School District staff. Serve as the liaison to the Mariners Library Ad Hoc Steering Committee and work with the various subcommittees. 2b. Finalize Design: Coordinate and oversee the completion of design services through construction documents, per the agreements between the City and its Architect. 3. Budget: Review the City's Conceptual Project Budget and ensure the Architectural & Design Team adheres to it throughout design. Revise as required. Provide value engineering recom- mendations throughout design and recommend appropriate cost reduction opportunities should that be necessary to meet the budget limits, including, e.g., selection of materials, building sys- tems, equipment, construction feasibility, availability of materials and labor, schedule accelera- tion, and any other opportunities for project economies. 4. Constructability Review: Perform constructability reviews of plans and specifications at 50%a and 100% progress stages. 5. Schedule: Develop the Project Schedule that is consistent with the provisions of the library grant and revise as required throughout design, including entitlement milestones, design, and construc- tion. 6. Approvals: Coordinate with all reviewing, permitting, and oversight authorities to obtain plan ap- proval and permits. 7. Grant Provisions: Adhere to all State Grant requirements and obtain approval for proceeding with design, bidding, and construction phases as each arises so as to provide for uninterrupted sched- ules and for occupancy objectives as noted in the Grant. Monitor project performance against the Proposal to the City of Newport Beach Page 6 i • requirements of the Grant, and obtain Grant disbursements as provided. (This item applies to all phases of work.) 8. Construction Planning and Bidding: Advise the City and the Architect as to the best method for project bidding. Assist the Architect in preparing the Bid Documents. a. Recommend division of work in the drawings and specifications to facilitate bidding. b. Review the drawings and specifications to eliminate areas of conflict and overlapping in the work to be performed by various contractors, and with a view to minimizing change or- der requests by the Architect or contractors. c. Prior to bidding, implement a bidder pre - qualification process. d. Conduct pre -bid conferences. Coordinate with the City and the Architect in responding to bidder questions or providing clarification to all bidders. e. Review and analyze bids. Prepare recommendations to the City regarding acceptance and award of the contract. Construction Support Services 1. Project Control: Monitor the work of the contractor(s) and coordinate the work with the activities and responsibilities of the Architect to complete the project in accordance with the City's budget, schedule, and quality. 2. Cost Control: Develop and monitor an effective system of project cost control. Revise and refine the initially approved project construction budget, incorporate approved changes as they occur, and develop cash flow reports and forecasts. Identify variances between actual and budgeted or estimated costs. Advise the City and the Architect whenever projected costs exceed budgets or estimates, and suggest possible ways to reduce these costs. 3. Change Orders: Develop and implement a system for the preparation, review, and timely proc- essing of change orders, review requests for changes; submit recommendations to the City and the Architect; and assist in negotiating change orders. 4. Payments to Contractor(s): Develop and implement a procedure for the timely review, process- ing, and payment of applications by Contractor for progress payments. The City will process and issue payments. 5. City's Consultants: Assist the City in selecting and retaining professional services of testing labo- ratories and special consultants and coordinate these services. 6. Conduct weekly job site meetings with contractors to address construction issues, or more often as necessary. 7. Document Interpretations: Prepare and implement procedures for responding to Requests for In- formation (RFI's). 8. Shop Drawings and Samples: In collaboration with the Architect, establish and implement proce- dures for expediting the processing and approval of shop drawings and samples. 9. Reports and Project Site Documents: Record the progress of the project. Submit written progress reports to the City including information on the contractor's work and the percentage complete. Proposal to the City of Newport Beach Page 7 • Project Close Out 0 Substantial Completion: Determine substantial completion of the work or designated portions and, in concert with the Architect, prepare a list of incomplete or unsatisfactory items and a schedule for their correction. 2. Start-up: With the City's maintenance personnel, ensure the confirmation of utilities, operations systems and equipment for readiness, and assist in their initial start-up and testing by the con- tractors. 3. Final Completion: Determine final completion and provide written notice to the City and Archi- tect that the work is ready for final inspection. Secure and transmit to the Architect and the City all required guarantees, affidavits, releases, bonds, and waivers. Turn over to the City all keys, manuals, record drawings, etc. 4. Warranty: Collect and deliver to the City any and all required specific written warranties given by others. Experience with Regulatory Agencies and Approach to Grant Requirements There are several agencies which have some degree of control or regulation over this project, includ- ing the State Library Grant administering agency (California State Library), City Building Depart- ment, and Public Works Department, as well as other City Agencies with guidelines for the develop- ment of these facilities (including the Recreation and Senior Serviced Department and the Library Services Department). We have had extensive experience with all these types of agencies in various capacities in the course of work with other communities, and are very familiar with those require- ments which apply to facilities development. It is important to note also that we are familiar with the procedures related to the State Library Grant process, due to our experience in assisting another community with its grant application. Our ap- proach to the special tasks associated with the Grant is discussed below. Obtaining Funding The guidelines by which the State Grant funds are awarded and distributed are published, and a summary of them are included as part of the Request for Proposals to which we are responding. Ultimately, the City must seek and must receive reimbursements from the State, but we will act as the City's agent in communicating the requests for reimbursement, and will manage and monitor the dis- tribution and payment of funds once received and released by the City. We will review all materials submitted for approval by the State, as they relate to obtaining funding, and will ascertain that these materials meet the provided requirements for funding. We will further check with the State, as agents of the City, to determine any further information which the State re- quires, and will notify the Team Participant who is responsible for preparing it. Note also that, as part of the proposed services (Construction Support Services, item 4) we further will prepare infor- mation to the City for its payments. Specifically, we propose to accomplish the following sub -tasks: • Prepare packages of information to be submitted by the City to the State for reimbursement, in accordance with the guidelines issued by the State Grant Division. Proposal to the City of Newport Beach Page 8 • 0 • Identify, in communications with the State, City, Architect, and others, any further requirements necessary for obtaining reimbursements. • As Agent for the City, obtain, or cause to be obtained by the City, reimbursements according to the guidelines. Approval to Bid In a process similar to that discussed above for obtaining reimbursements from the State, we will pre- pare information as required by the State, for submission to them, which will allow the State to issue approval to proceed and bid the project. We will also assist the City and Architect in preparing and compiling all information, drawings, and specifications needed in a final bid package that meets ap- proval of the State. We will further verify that the process is fully accounted in the project schedule. Specifically, we propose to accomplish the following sub - tasks: • Prepare information as necessary for submission to the State in order to obtain State approval to bid the project. • Make corrections and otherwise meet with the State as needed to resolve any discrepancies. • Assist the City in preparation of the final bid package which meets all requirements of the State and which satisfies the City bid package guidelines. Special Challenges of This Project There are three aspects of this project which pose significant challenges: ✓ The complex set of interested parties involved with the project ✓ The constraints imposed by the Grant process . ✓ The proposed project schedule per Grant application ... specifically, the Grant Application stated that the start of construction is set for 15 September 2003. We have proposed approaches for dealing with the fast two of these in corresponding sections of our "Approach to the Work Plan" above. The third point is of concern because it is not fully within our scope to control (Architect and builder are under contract to the City), and the preliminary project schedule, as provided in the RFP, is extremely aggressive. The schedule attached to the RFP provides for Working Drawings to be 90% complete by 15 June, which is only 3 -1/2 months from award. This schedule was part of the Grant application, and award of the grant was delayed from the original plan, so it is expected that the project schedule must be adjusted accordingly. Nevertheless, as provided in the RFP, the schedule is very aggressive and will require special man- agement attention, if the schedule adjustments are to be minimized. A major source of pressure on the schedule is the need for public scrutiny, meetings, and presentations, presumably with input and adjustments to the design per public comment, and the allowances for various reviews by all the par- ties at interest. Moreover, the State requires a number of reviews (up to four of them) which may re- quire at a minimum of 2 weeks each, given our observation of the Grant process to date, which will add at least two months to the total schedule overhead, and possibly up to double this. Proposal to the City of Newport Beach 0 9 Our approach to schedule management involves three components: • First, we will maintain control of the project and so keep tight management practices in place. This addresses the technical side of schedule control. • Second, we will maintain resources ready to participate in presentations and to receive, digest, and react to input from the various interests. We also propose to provide updates and project ' information in a "Project Update Newsletter" format, if acceptable to the City. This manages schedule control in terms of expectation management and out -bound communications. • Third, we will maintain very controlled inward - facing communications with the City, the Team, and the Steering Committee. This will manage the internal expectations and key milestone com- mitments required. Proposal to the City of Newport Beach Page 10 0 PROJECT TEAM We propose the team outlined in the following chart. The staff, who are listed here will be available to perform the proposed services, during the schedule outlined for this work in the RFP. City of Newport Beach Llnda Katsouleas Library Director Marie Knight Recreation and Senior Services Public Works Dept. Steven Badum Director Lois Thompson Administrative Manager Subcontractors Griffin Structures, Inc. The team is headed by Griffin Structures, Inc., which, as described below, has considerable experi- ence in overall project management, construction management, and complex project coordination. Roger Torriero, as CEO of Griffin, will be the overall Principal -in- Charge for the project, and will act as the primary single - point -of- contact. As shown, Griffin will have a coordinating relationship with Thirtieth Street Architects and with the City's contractor(s) Detailed resumes of the proposed team members appear in an Appendix to this document. The roles and special skills of the proposed team members from Griffin Structures, Inc., are as follows: Proposal to the City of Newport Beach Griffin Structures, Inc' Griffin Structures, Inc. Griffin Structures, Inc. Robert Hall Roger Torrlero Kelly Murdock communiratbrre Principal in Charge Administration Jody Schaefer Gruen Structures, Inc. I Accounting Jim Trammell. PE Construction Manager I I I - - — — — — — — — — — J I L.______ — — — — --- General Contractor Thirtieth Street MI, Architects Iskadepe Assoc. . Independent I �� Cost Estimator Subcontractors Griffin Structures, Inc. The team is headed by Griffin Structures, Inc., which, as described below, has considerable experi- ence in overall project management, construction management, and complex project coordination. Roger Torriero, as CEO of Griffin, will be the overall Principal -in- Charge for the project, and will act as the primary single - point -of- contact. As shown, Griffin will have a coordinating relationship with Thirtieth Street Architects and with the City's contractor(s) Detailed resumes of the proposed team members appear in an Appendix to this document. The roles and special skills of the proposed team members from Griffin Structures, Inc., are as follows: Proposal to the City of Newport Beach Name r] Role Roger Torriero Principal in Charge: Griffin Structures, Inc. Single- paint -of- contact for this project Jim Trammell, RE Construction Manager. Griffin Structures, Inc. Primary day -to -day re- sponsibility for this pro- ject Kelly Murdock Administration: Griffin Structures, Inc. Administrative manage- ment for the project Jody Schaefer Accounting: Griffin Structures, Inc. Billing, project accounting, and fiscal oversight Independent Cost Estimating J Comment As Chairman of Gruen, licensed architect. and successful de- veloper, Mr. Torriero is well experienced and capable of sup- plying Principal leadership and overall management for this project. With 19 years experience in Construction Management, Pro- ject Management, cost and schedule development, Mr. Tram- mell has eminent qualifications to provide Construction Man- agement services as outlined in the RFP. Ms. Murdock has over 10 years experience assisting in various project roles, successfully managing the overall process of planning, design, financing, and construction through final project delivery/occupancy. Ms. Schaefer has over 19 years of experience in the construc- tion industry having held a variety of positions for developers and general contractors. We understand the importance of having independent cost estimating available in this project, and have selected Iskander Associates for this role Iskander Associates, Inc., is an association of profes- sionals in the field of construction cost consulting and construction scheduling services, based in the City of Orange, California. Their expertise covers a vast array of projects, including private, civic, and military. Since they are not in competition with the designers and contractors, they augment the services of the designers and, therefore, are able to maintain the integrity of the projects. They maintain full and current information regarding current costs of materials and labor based on the professional experience of the estimators. This knowledge has been the result of many years of experience and active participation in the construction and renovation of many structures both do- mestic and overseas, and backed with construction related education and engineering degrees. The principals have been involved in the cost management, cost control and construction scheduling on numerous projects in the City of Orange, throughout the State of California, in other states in the U.S., and overseas. See resumes attached in an Appendix to this document. Architectural Peer Review If the City elects, as an alternative at a small added fee, Griffin Structures, Inc. will obtain a firm to perform Architectural Peer Review, with the focus on review of plans for completeness, clear refer- ences, and coordination between consultants. The AIA provides for guidelines by which Architectural Reviews are conducted. The value of a Peer Review process is that it further acts as a double check for the Architect, and assists in catching any discrepancies that could otherwise add to schedule de- lays or to budget overages. Proposal to the City of Newport Beach Page 12 • SPECIFIC QUALIFICATIONS AND REFERENCES RELEVANT WORK EXPERIENCE AND REFERENCES The following is a brief selection of relevant project profiles as requested, with reference names and contact information. City Hall Needs Assessment, Newport Beach, California For the initial phase of work by the City to study the feasibility and development of renovated or replaced Civic Center buildings, Griffin Structures, Inc. conducted a three part analysis of City Hall needs. The project included (a) an evaluation of current space utilization, and comparison of space allocations to various national or local benchmarks,. (b) an evaluation of the existing City Hall structure for code compliance and general conditions, and (c) a determination of space requirements for operations housed. in City Hall, including parking needs. This was followed by an evaluation of five alternatives for providing replacement and renovated facilities, with site muster plans, cost estimates,. and delivery Methods. The City is currently evaluating these alternatives. assessment project is Mr. Hull. Mr. Stephen Badum, Director Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92658 949 - 644 -3311 Delhi Community Center, Santa Ana, California The primary Griffin contact on the needs This project was recently given the Southern California Chapter of the American Public Works Association "2002 Project of the Year Award." This $6.5 .million project was completed in the Spring of 2002. Griffin was responsible for crafting an agreement and working relationship between two departments in the City of Santa Ana and the Delhi. Community Association, a private non - profit corporation of citizens interested in specific program and facility elements. Griffin was retained after the three entities were unable to resolve their differences over a twenty -year period. Within 1.8 months Griffin had not only brought the group together, but coordinated the design, financing and development of this project. We provided "[urn-key" development management services:. The project involved extensive site master planning and facilities needs determination. Part of the challenge was an imposed reduction of budget without corresponding reduction in total space and functional areas. We accomplished this through a range of carefully scrutinized adjustments and compromises: tight control over design and Proposal to the City of Newport Beach Page 13 • • .construction, value engineering, and application of project management expertise. Primary Griffin contact . on this project was Mr. Torriero. v For the City of Santa Ana: Mr. James Ross Executive Director, Public Works Agency City of Santa Ana 20 Civic Center Plaza Santa Ana, CA 92707 714- 647 -5654 Watsonville Civic Plaza, Watsonville, California This project is in the pre - construction phase of development. It consists of a four - story downtown government complex of 1.65,000 Dross sq. ft. with 55,000 gsf City Library on the first and second floors, County Criminal and Civil Courts on the third Floor, and City Hall on the fourth floor of the building. In addition, the project includes an adjacent 500 stall parking structure with access from various levels to corresponding functions within the building. For the Delhi Community Association: Ms. Irene Martinez Executive Director, Delhi Community Assoc. clo Delhi Community Center 542 E. Central Avenue Santa Ana, CA 92707 714 -549 -1317 The architect for this project is under contract to Griffin, and is in the course of Schematic Design at the present time. This facility (budget of $42,000,000) will be financed by a combination of EDA grants, City general funds, County Court capital allocation of fee revenue, and Redevelopment Bonds. Primary Griffin contacts for this project are Mr. Torriero and Mr. Trammell. Ms. Jan Davison Housing and Economic Development Director Redevelopment Agency City of Watsonville 250 Main Street Watsonville, CA 95076 831 -763 -4130 Development Services Center, Santa Ana, California This project consists of the development of a new, four -story 72,000 square foot facility housing the Public Works, and Planning and Building Agencies. Griffin provided overall project management services, and held the contracts for design and construction management. We were responsible for quality control, including design bidability. This project was delivered 10 the City on a turnkey, program management "at risk" basis, with a,guaranteed maximum price of $11.7 million. Primary Griffin contact for this project is Mr. Torriero. Proposal to the City of Newport Beach Page 14 0 Ms. Cynthia Nelson Deputy City Manager Development Services City of Santa Ana 20 Civic Center Plaza Santa Ana, CA 92707 714- 667 -2705 Project: Hesperia City Hall and Library, Hesperia, California L This project includes de- velopment of a new 211,000 gsf library which will become an integral part of the Hesperia Civic Center. Concurrently, we are also planning, designing, and providing: management ser- - vices -For the- development of a new City Hall. These buildings, and a planned civic plaza, provide major components in a 27 acre master plan. The project designer is under contract to Griffin, and will be participating in the design of the City Hall . and master plan area. Primary Griffin contact for this project is Mir. Torriero. Mr. Robb Quincy, City Manager Mr. Steven Lantsberger, Economic Development Director City of Hesperia City Hall 15776 Main Street Hesperia, CA, 92345 760- 947 -1906 Santa Ana Zoo Rehabilitation As with the proposed Mariners Library, the Santa Ana Children's Zoo shares a common, significant donor in John and Donna Crean. This $2.8 million project is currently under construction, with completion scheduled in December 2003. Griffin is the Program Manager of the project, responsible for the design and construction of this expansion of the existing Children's Zoo in Santa Ana. The project includes- a "new centerpiece" consisting of a barn which is to include various animal exhibits and classroom space. The work entailed a redesign of the project while maintaining the overall program requirements, due to restrictions in project funding. This project is financed by a combination of public funds and private donations. Primary Griffin contact . for this project. is Mr. Trammell. Mr. James Ross Executive Director, Public Works Agency City of Santa Ana 20 Civic Center Plaza Santa Ana, CA 92707 714- 647 -5654 Proposal to the City of Newport Beach Page 1.5 SPECIAL QUALIFICATIONS 0 The RFP asks for descriptions of special skills and capabilities which are required in this project, and the special qualifications we meet in this regard. Some of these qualifications have been discussed in foregoing sections of this Proposal, but in the interest of clarity and ease of evaluation, we repeat these points, where appropriate, in an abbreviated format. Library Grant Requirements Griffin Structures, Inc. is familiar with the requirements of the Grant process, and has proposed spe- cific procedures and tasks by which the Grant - related activities will be executed. Experience with Newport We have had important experience with the City of Newport, in the determination of requirements for new City Hall facilities, site master planning for this projeM and ongoing activities which will pro- vide the delivery of these facilities. We have understanding of the political and operational policies and practices in the City, and have familiarity with the various personalities and individuals involved in this Library project. Experience with Thirtieth Street Architects Griffin Structures has a working relationship with the City's Architect for this project, Thirtieth Street Architects, which was established in a project for the Redevelopment Agency in Santa Ana. This project entailed restoration of their historic YMCA building, and involved the Santa Ana School Dis- trict, Santa Ana College, and the University of California, Irvine, in a plan to convert the use of the old building into a learning center for digital arts and technology. Although this project did not move to completion, due to operational issues between the academic parties, Griffin Structures and Thirtieth Street Architects completed schematic design and produced detailed total project cost esti- mates, and developed a close, professional working relationship. Experience in Projects with Donor Components Griffin Structures, Inc., is adept at working with donor -based projects. Further, Roger Torriero, the principal -in- charge for this project, has personally demonstrated his experience with Donor -based projects as Chair of the Facilities Committee at the Bower's Museum and Kidseum during its suc- cessful expansion project. Griffin Structures is currently performing Program Management services for two Community Centers —one in Laguna Beach and one in Rancho Santa Margarita —which contain major donor -based components. In addition, Griffin is also serving as Program Manager for the Children's Zoo project in Santa Ana, another community service facility which was financed largely by the generosity of John and Donna Crean. Experience in Projects with Complex Functional Relationships Griffin Structures takes considerable pride in working with projects which have complex require- ments, including mixtures of interested, vested parties with complex project involvements, projects with complex schedules, and projects with complex budget limitations and constraints. Our project with the City of Santa Ana in which we delivered the Delhi Community Center is a case in point. Griffin was responsible for crafting an agreement and working relationship between two de- partments in the City of Santa Ana and the Delhi Community Association, a private non -profit corpo- ration of citizens interested in specific program and facility elements. Griffin was retained after the Proposal to the City of Newport Beach Page 16 0 9 three entities were unable to resolve their differences over a twenty -year period. Within 18 months Griffin had not only brought the group together, but coordinated the design, financing and develop- ment of this project. Ability to Manage Projects with High Political Visibility Griffin Structures has a long history of working with City and other government entities. By their nature, these projects involve significant sums of money, varied public interests, and the political visibility of the community. In fact, Griffin often is engaged by its clients in projects of high political and public visibility, primarily because these clients know that their risk is reduced and the probabil- ity of a successful project is maximized. We bring management experience and methodologies to bear which confidently address issues of complexity and sensitivity. We listen to the many voices with an interest in the project and take these interests to heart. By understanding the motivations, relationships, and practical opportunities of the project, we can professionally, logically, and clearly address the issues which arise. Control of Quality, Budget, and Schedule This strength of Griffin' Structures has been discus's'ed above with our General Qualifications. Briefly, we have in place a proven Quality Control methodology, and specific approaches to budget and schedule control. Availability The key project personnel named in this Proposal are available to work on this project in the time - frames identified by the City in its RFP. We affirm that current and projected workloads of the key project team personnel do not impinge upon their availability to commit fully to this project as pro- posed, nor upon our ability to meet the required Project Schedule. The team members have allowed for the effects of winning this project award, and are prepared to commit the collective re- sources to assuring the City of Newport Beach receives the level of effort we have proposed. Key personnel assigned to the project will not be reassigned without the prior written approval of the City. Our commitment of key staff remains firm, subject only to unavoidable personal circumstances affecting the key staff members. Insurance Coverage and indemnities We have read, and are familiar with, the insurance and indemnity requirements in the Standard Con- tract for Professional Services in Newport Beach. We have met these requirements in previous work contracted with the City, and will be able to meet the requirements for this project as proposed. Agreement with the Terms of the Standard Contract We have read, and are familiar with, the Standard Contract for Professional Services in Newport Beach. We have met these requirements in previous work contracted with the City, and have no ob- jections to these terms. Proposal to the City of Newport Beach Page 17 0 0 i APPENDIX — RESUMES Attached are individual team resumes in a more descriptive and com- plete format than is provided in the main body of the Proposal. i_.....__ __...... ....... .._... Proposal to the City of Newport Beach Appendix 1 —Page 1 0 0 ROGER N. TORRIERO CEO Griffin Structures, Inc. Following his completion of the Architecture program at Syracuse University (B. Arch.) and the Urban Planning Program at the Accadeamia di Belli Arti a Firenze, Italy (M. Arch.), Mr. Torriero first joined the family construction business in Pennsylvania. Subsequently, upon relocating to California in 1978, he was employed by Pacific Mutual Life Insurance Company as its Director of Realty Development. During his tenure, he was directly responsible for over $400 million in realty development and construction. In 1981, Mr. Torriero formed Griffin Realty Corporation, which has developed a number of significant and successful commercial real estate projects throughout California and Nevada. He subsequently formed Griffin Advisors, Inc., and Griffin Structures, Inc., which along with Griffin Realty Corporation were integrated into the Griffin Holdings organization. Mr. Torriero s extensive, successful involvement in virtually all aspects of real estate development, finance and construction provides Griffin Holdings with a special expertise in both the conceptualization and the realization of complex and challenging projects. He is considered expert in forward planning, finance, entitlements, public/private ventures, project delivery methodologies, and community-based participatory- planning;_.._ all critical to success m today s complex political and economic environments. He is a registered architect and licensed contractor (California License No. B- 741635). Mr. Torriero is a member of the Urban Land Institute and its Public /Private Sector Development Council and the National Association of Industrial and Office Parks. He is also a member of the Associated General Contractors of America, the Construction Management Association of America, the Design -Build Institute, and the Society for Military History. Mr. Torriero s public service has included serving on the Board of Governors of the Bowers Museum of Cultural Art in Orange County, California, as the Chair of its Facilities Committee during its $12 million expansion and renovation. Proposal to the City of Newport Beach Appendix 1 — Page 2 • • JIM TRAMMELL Director of Construction Griffin Structures, Inc. Prior to joining Griffin Structures, Mr. Trammell founded a professional services company providing construction management services to private sector clients. With an extensive professional design and construction management background, he understands the balance that exists between quality planning /design and a project s cost and financial feasibility. Mr. Trammell s 19 years of commercial construction and development experience include 12 years of commercial general contracting /construction management for ENR Top 200 General Contractors (including Southern California Regional Manager for Howard S. Wright Construction Co., Project Executive for Charles Pankow Builders and Project Engineer for C.L. Peck Contractor), 4 years of experience in commercial development management and 2 years of construction management for University of California at Irvine. His cumulative project resume includes the completion of over 2 million s.f. of a variety of office, industrial, automotive, retail, hospitality, dormitory and apartment projects and preconstruction services for an additional 1.4 million s.f. Mr. Trammell has enjoyed successful working relationships for a variety of clients including Boeing, Sterling Software, AutoNation USA, AMC Theaters, U.C. Irvine, Southern California Edison, Cousins MarketCenters, Hopkins Real Estate Group, Staubach Company, Commonwealth Partners and multiple governmental sectorclients:--- - Mr. Trammell earned a B.S. in Civil Engineering from the University of California, Irvine and holds a California Professional Engineering license in Civil Engineering and a California General Contractor license (61). Professional affiliations include past Chapter President of the American Concrete Institute (ACI), 1996, and active member of ICSC, 1997 - present. Proposal to the City of Newport Beach Appendix 1 —Page 3 0 0 ROBERT D. HALL Vice President Griffin Structures, Inc. Mr. Hall brings to Griffin Structures, extensive background in pre - architectural programming, facilities planning, needs assessment, operational modeling, functional analysis and interpretation, and projection of operations and facility requirements. He has expertise in business technologies, communications and data reengineering effects on operations, and requirements in the knowledge - based company. He has special interest in strategic development and strategy implementation. During his twenty years in the fields of organizational analysis and pre - architectural planning, Mr. Hall completed some seventy-five government or institutional projects and is experienced in the full -range of specialized facilities such as public works, law enforcement, fire, justice, general office, senior centers, community centers, warehouse and materials handling facilities, records centers, libraries, medical and educational facilities. In these areas, in addition to developing needs assessments and traditional pre - architectural programs, he has evaluated organization and management systems, developed long -range projections of operations and facility needs, developed operational plans, evaluated service options, and developed and evaluated large -scale site master plans. Mr. Hall also has had experience participating in many other phases of services related to program implementation, including space planning, evaluation of architectural plans and specifications for program effectiveness and compliance,- monitoring construction and-interfacing with-owners-and/or tenants, providing post -move services and close -out, and assessment of ADA compliance. Representative work in these areas has included: • Needs Assessments and Architectural Programming: City of Burbank General Government, City of Burbank Police and Fire Departments, City of Oceanside Police Department, City of Oceanside Records Management, City of Ontario Police Department, City of Orange Civic Center, City of Upland City Hall, City of Beverly Hills Civic Center, Laguna Beach Senior Center, University of California (Los Angeles) (various projects). • Site Analysis and Master Plans: Southern California Gas Company, City of Burbank General Government, University of California (Los Angeles), City of Ontario Police Department, Johnson County (KS) Courthouse and Administration, State of Kentucky Government Master Plan. • Operations Analysis, such as One -Stop Shop: City of Burbank General Government, City of Oceanside Records Management Facility, City of Ontario Police Department, Pasadena Federal Credit Union, Telephone Employees Credit Union, State of Massachussetts Court System Evaluation. Mr. Hall's experience includes recent involvement in business support technologies, computer systems, and the revolution in knowledge- driven business operations in Fortune 500 companies in the U.S. and in selected industries world -wide. He has built an expertise in understanding how users of information restructure themselves to make use of the expanded power of their systems, resources, and support technologies. Facilities functionality is crucial to the effective implementation of re- engineering around better through -put, improved information systems, more focused customer awareness, or higher value operations. To this end, Mr. Hall has become a leader in understanding the linkages between smart facilities planning and the right- sizing movement in today's business environment. Proposal to the City of Newport Beach Appendix 1 — Page 4 KELLY MURDOCK Project Manager Griffin Structures, Inc. Ms. Murdock joined Griffin Structures in 1991 as Controller for the real estate development, acquisition and construction services for the corporation. For the past several years, she has assisted in each project successfully managing the overall process of entitlements, planning, design, financing, construction through final project delivery/occupancy. She has participated in the following projects: • Petersen Publishing Company: $25 million, 200,000 gsf comprehensive retrofit of an existing 20 story office building in Los Angeles, California. • Crossroads Corporate Centre: A $12 million, 62,000 gsf office building located in Irvine, California. • Galleria Corporate Centre, Green Valley, Nevada: a 15 acre site consisting of 5,000 -8,000 medical /office buildings (build to suit/pad sale). • Cornerstone, Henderson, Nevada: a two -year entitlement effort has resulted in a master plan for 225 acres of office, industrial and retail development. The $250 million project in now under construction. .... - -..__ -- ._..._..._... _._. • Family Law Court, Riverside, California: a $20 million mixed -use development consisting of the Family Law Court, an office building, parking structure, ancillary retail and public plazas and related amenities. Ms. Murdock is member of CREW (Women in Commecial Real Estate), Las Vegas Chamber of Commerce, NAIOP s Orange County and Las Vegas Chapters. She completed the Commercial Real Estate Studies at the University of Nevada as well as several real estate courses at the Urban Land Institute. She studied business at Washington State University and accounting at Everitt Business School in Everett, Washington. Proposal to the City of Newport Beach Appendix 1 —Page 5 0 JODY SCHAEFER Controller Griffin Structures, Inc. Ms. Schaefer has over 19 years of experience in the construction industry having held a variety of positions for developers and general contractors. Prior to joining Griffin Structures 4 years ago as job cost accountant, she held a variety of positions, including full- charge bookkeeper and project manager for a commercial construction compancy specializing in tenant improvements. She has most recently been involved as Controller for the following recently projects; $12 million Development Services Center for the City of Santa Ana, the $6.5 million Delhi Community Center for the City of Santa Ana, and is currently working an a $6 million program consisting of 40 parks and playground renovation projects for the City of Santa Ana. Proposal to the City of Newport Beach Appendix 1 —Page 6 0 0 ISKANDER ASSOCIATES, INC. Construction Cost 8 Schedule Control COMPANY PROFILE Iskander Associates, Inc., is an association of professionals in the field of construction cost consulting and construction scheduling services. Their expertise covers vast array of projects, including private, civic and military. Since they are not in competition with the designers and contractors, they augment the services of the designers and therefore, are able to maintain the integrity of the projects. The services offered by the Associates provide a base from which an owner may co- ordinate and administer the construction of his project in a reasonable and cost effective manner, with reliance upon the construction budget established as a blend of current costs of materials and labor based on the professional experience of the estimators. This knowledge has been the result of many years of experience and active participation in the construction and renovation of many structures both domestic and overseas, backed with construction related education and engineering degrees. The principals have been involved in the cost management, cost control and construction scheduling on numerous projects in the entire state of California, as well as other states in the country and overseas. Iskander Associates, Inc. clients, include major local Architectural firms, City Public Works Departments, County Building Departments, Developers, Public Transportation Departments, Universities, Facility Planning Departments, Hospital. Planning Departments, and, the Department of Defense various Engineering Departments. EXPERIENCE LIST (selected facilities) City Halls and Civic Centers: • Coburn Art School, Los Angeles • Development Services Center, City of Santa • Conference Center, MGM Grand Ana Development, Las Vegas, Nevada • City of Santa Ana City Hall Remodel • Convention Center Expansion, Anaheim, • Thousand Oaks Civic Center California • Claremont City Hall • Convention Center Expansion, San Diego, • Stockton City Hall Califomia • Los Angeles City Hall • Disney Concert Hall, Los Angeles, California • • Dorothy Chandler Pavilion, Los Angeles Community, Library, Related Cultural Facilities: Music Center • Moore Theater, Orange Coast College, Costa • Ambassador Theater, Pasadena Mesa, CA • Beverly Hills Unified School District . Orange Coast College, Arts and Learning • Canoga Park Branch Library Resource Center • Chatsworth Branch Library • Riverside County Southwest Justice Center • City of Burbank, Burbank Library . South West Museum, Los Angeles, CA • City of Hemet, Hemet Public Library . University of California, Los Angeles, Powell • City of Inglewood, Inglewood Library Retrofit Library • City of Los Angeles, Los Angeles Public . University of California, Los Angeles, Library Shoenberg Hall • City of Manhattan Beach, Manhattan Height • University of California, San Diego, Visual Library Arts Faculty • City of Santa Ana, Delhi Community Center • Ventura High School Library, Ventura, California Proposal to the City of Newport Beach Appendix 1 — Page 7 0 0 ISKANDER A.R. ABDULLA Principal Iskander Associates, Inc. Mr. Abdulla established Iskander Associates, Inc., in April of 1988. The firm specializes in providing Construction Cost Estimating, Value Engineering, Quantity Surveying and Construction Scheduling Services to Owners, Architects and Engineers. Mr. Abdulla has over 25 years experience in these fields. Mr. Abdulla has more than thirty years of experience in the administration and execution of cost consulting and engineering services on a wide range of projects, both domestic and overseas, In addition to his experience in estimating, quantity surveying and project management, Mr. Abdulla has participated in numerous value engineering, cost estimating and cost management projects. Education: Bachelors of Science, Civil Engineering Chicago Technical College, 1975 Professional Affiliation: American Association of Cost Engineer. MR. IRWIN WISHNY Senior CosVSchedule controller Iskander Associates, Inc. Mr. Wishny has been with Iskander Associates Inc., since 1989. Prior to joining [At, Mr. Wishny worked as senior project manager and chief estimatorwith Chanen, Obiyashi and Tishman. Mr. Wishny has more than 35 yearsexperience in the construction field. Mr. Wishny is a licensed Civil Engineer and possesses a contractor's license MR. ARCHIE AQUINO Cost Consultant Iskander Associates, Inc. Mr. Aquino has been with Iskander Associates, Inc., since 1999. Prior to joining IAI, Mr. Aquino worked with major Engineering fines in the constructionindustry. Since joining Iskander Associates Inc. Mr. Aquino holds BS in Civil Engineering and has over 15 year experience in this field Proposal to the City of Newport Beach Appendix 2— Page 8 0 0 FEE PROPOSAL To the City of Newport Beach, California PROGRAM MANAGEMENT SERVICES forthe JOHN AND DONNA CREAN MARINERS BRANCH LIBRARY PROJECT Irvine Avenue, Mariners Park Newport Beach, CA Revised 26 February 2003 Submitted by GRIFFIN STRUCTURES, INC. 385 Second Street Laguna Beach, CA 92651 Tel: 949-497 -9000 Fax: 949-497-8883 0 0 Fee Proposal Revised for Added Scope GRIFFIN STRUCTURES, INC., AS PROGRAM MANAGER Library Expansion and Renovation City of Newport Beach, California This fee is based on any and all reasonable costs necessary to provide the scope of services described in our Proposal. The Fee is based upon an overall construction budget of approximately $5,100,000 as taken from Library Grant application documents as submitted by the City of Newport Beach to the State of California, plus an estimated $400,000 of work related to (a) relocation of tennis courts, (b) relocation of ball fields, (c) review & coordination of possible reuse of the old Mariners Library, and (d) coordination of work related to a new sewer connection for School District use. We are prepared to negotiate specifics with the City should it wish to modify the organization of the project, scope, schedule, or other aspects of work. In particular, we propose a project structured as follows: • This work is directly for services as outlined in the RFP and summarized in our Proposal. • The Architect and General Contractor will be under contract directly to the City. • All special reports, surveys, testing, engineering studies, and related work are excluded. • Program Management direct fee includes staff, overhead, and profit. For this work, Griffin Structures, Inc. proposes a total Fixed Professional Services Fee of $180,000 (One Hundred Eighty Thousand Dollars) plus not -to- exceed expenses estimated at $15,000 (Fifteen Thousand Dollars). The total cost is $195,000 (One Hundred Ninety -Five Thousand Dollars). This includes direct fees (Griffin Structures, Inc. and our Independent Cost Estimator), and an estimated, not -to- exceed allowance for reimbursable expenses, to be billed as actual costs up to the allowance. The fee also includes costs for Griffin to engage an Independent Peer Review firm to review construction documents. The fee is divided by phase approximately as follows, with expenses additionally billed monthly, as incurred: Pre- construction Phase (through Bidding) ......... ............................... $77,000 Construction Phase .............................................. ............................... $95,000 Project Close - Out .................................................. ............................... $8,000 Total Direct Fee .......................... ............................... .......................$180,000 Estimated Reimbursable Expenses (allowance) ........ ........................ $15,000 Total Cost with Reimbursable Expenses .......... ............................... $195,000 Griffin Structures, Inc. Fee Proposal —Page 1 a FEE COMPUTATION WORKSHEET Page 1 ---7-T CLIENT: PROJECT Date Pro . . d.: ... .... ..... . .. T H., Hrs. RTI T � Hrs. RH Hrs. W 201 D 330 IIISS $115 $115 Race D $80 Rate Lump ToW s. S Hn,. Btmsed T Total T Caetfa,C RT , . T Cost far RH Cotfr KM 7 T &aUmpb. antl Notes ati 2 3_ 4. 5 1. PROJECT I PRECONSTRUCTION General.Tas.� . ... ... .. ... . I!PW Peer Review BY, 19D 0* 3 0 0 40 0. 0 26 0 0 330j 12.400 21.850 $4.600 - --- — ----------- - $40,450 $5,000 $5,000 - ---------- General Reirnbursables sl $ISCDO ..... ..... ........ .. - -- ----------- - . . ....... ........ Mmimimd. Mk.p R;t;--Z h1b murk, plied far this prject . ..... .. ........ ..... .... ... 46 Rek hk $15.000 --------- cEx, 47 ... ... ... ...... ..... 401 GRAND TOTALS . ..... 4' Recap. Fees . . ........ ..... . ...... .. .. ..... . ........ Tatal Item 1: 're-Cones 80 190 Q 20 — 330 $12�0 $ZIA50 $4.6 0 $1.600 $25,000 $65,41 36.4% $11,39 — imbursaWs are presented by 51 Total Fee and m In.. 2'. IN — a — 98 $1,55 $9.200 63% S2 0 051) IS .... ............ ..... . . I k TOW lam, 3: commactica - - 81) 600 30 60 so 051) $12,40 56?.000 $3.451. !n $5,60 $95,25 52.9% Uisk, staff, and category as our estimation , , . . ------- — of how drae and wources will most likely -q: imaiiw- m- 4: Closeout._ ........ 8 4) — a Fo' 76 $1,240 $4&1 $640 $7,680 4.4% be allocated. We reserve the right, S4 Total lumn 5: Other Tim theretore. to reallocate bath hours and 8 —e 10 $104,6501 $8,0501 $7,660 Ill",9TO 1000% expenses as we detennne is needed Ior d. Tc!",.Faer. El 7 $7 to "" 9" 'o . the beneM at the pro)W within the 571 Total.Reiminureallefi.ptaures. $15000 .. gua ranteed lixed fee end within the noMo- S9IGMND exceed "I naimbursables. 0 194,970 IML f KES � EXPENSES 0 0, - I ........ .... ITatailternIzPre�Construction 80 1901 Q1 201 D 330 $11411) $21,850 $4,600 Mx) $25. $65ASO 36.4% . .......... 7 - ---------- 9 2. liUDDING r la fG.. $1,550 .... $9.201) .. . . -- ---- ............. $640 .. H --10.- Other 0 0 0 12 Odar 0— 0 0 �$I 13 �W loaml-, EL let d�L..�& 10 80 0 8 0 98 $1.5501 $9.200 $640 1.390 6.3% . ... ...... 14 16 3. CONSTRUCTION General Tasks 1. -- ....... $t2AD0! $69.009 141 $4.800 $95.250 -is -- -- — tther .. .1 .... 0 -- 0 0 0 1�—' ....... -- ----- ---- - ------- . .._.I ........ . .. ..... .... . ....... 0 Other i 0 0 0 0 a! I I 201 Total Itern 3: Compaructan 81) 600 30 60 801 850 2� $3450T $4800 $5,00 :��$9S.2�5O =2.9% it--------- ... . .. ..... . ......... ..... . . ....... . .... ............ ... ....... . . D: 4. CLOSEOUT 24 .. . .... ........ .............. General Tasks 8 40 0 6 20 76 $I 240 $640 $1,400 $7.880 ss er 0 01. 01 0 0 ...... ,$1600 is Other 0 0 0 ...... 0 271 .. .. .... .... .... To tall Icern 4.- Closeout $1.240 $4.61)) $6401 $1,400 1 57.81101 4.4%1 .... ... . . . . . . . . . . - X S. TRAVEL& OTHER TIME REQ A Tri nnal 2 0 0 0 D . ... ...... .. . .... — -- — ----- No "vel time uh ......... .... _zrIcA for Wsproea .33 T.m Travel a.. I 'k I I...---...-----.--.....—.- 1Other 0 0 , , 0 0 -- 0 0 M 0 0 01 0 35 jTotal Item 5; Other Time 0 0 01 01 01 0 OR% - - --- ------------------ ----- ----------- . ....... . . 386 ESTIMATED REIMBURSABLE EXPENSES . .. . . ... . ... .......... . .. General Reirnbursables sl $ISCDO ..... ..... ........ .. - -- ----------- - . . ....... ........ Mmimimd. Mk.p R;t;--Z h1b murk, plied far this prject . ..... .. ........ ..... .... ... 46 Rek hk $15.000 --------- cEx, 47 ... ... ... ...... ..... 401 GRAND TOTALS . ..... 4' Recap. Fees . . ........ ..... . ...... .. .. ..... . ........ Tatal Item 1: 're-Cones 80 190 Q 20 — 330 $12�0 $ZIA50 $4.6 0 $1.600 $25,000 $65,41 36.4% $11,39 — imbursaWs are presented by 51 Total Fee and m In.. 2'. IN — a — 98 $1,55 $9.200 63% S2 0 051) IS .... ............ ..... . . I k TOW lam, 3: commactica - - 81) 600 30 60 so 051) $12,40 56?.000 $3.451. !n $5,60 $95,25 52.9% Uisk, staff, and category as our estimation , , . . ------- — of how drae and wources will most likely -q: imaiiw- m- 4: Closeout._ ........ 8 4) — a Fo' 76 $1,240 $4&1 $640 $7,680 4.4% be allocated. We reserve the right, S4 Total lumn 5: Other Tim theretore. to reallocate bath hours and 8 —e 10 $104,6501 $8,0501 $7,660 Ill",9TO 1000% expenses as we detennne is needed Ior d. Tc!",.Faer. El 7 $7 to "" 9" 'o . the beneM at the pro)W within the 571 Total.Reiminureallefi.ptaures. $15000 .. gua ranteed lixed fee end within the noMo- S9IGMND exceed "I naimbursables. 0 194,970 IML f KES � EXPENSES 0 0, " A OR , CERTIFICA OF LIABILITY INSU NCE o4 /01/2 0 PRODUCER (714) 836 -9945 FAX (714) 836 -9946 The Empire Company SSS North Parkcenter Drive, Suite #'206 Santa Ana, CA 92705 -3521 - . THIS CERTIFICATE IS.ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. . _._.INSURERS AFFORDING COVERAGE - -- - -- INSURED Griffin _. Structures,- Inc. - 'I Griffin Advisors, Inc. GrTff n`kol'dings, Inc. APR O 4 2003 185 Second Street La unal'Beach, CA 92651 INSURERA: Mt Hawley Ins >Co. /Partners ' NSURERB: Royal Ins Co / Partners " INSURERC: `•Lexington Ins Co /Partners INSURER D: 'State Compensati'on'Insurance'Fund INSURER E: 'Hartford lnsurance'Group COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - INSR LTR TYPEOF INSURANCE POLICY NUMBER LI FFE IVE 'DATE MM/0 POLICY ION DATE MMIDDNY LIMITS GENERAL LIABILITY MGLO13S423 03/01/2003 03/01/2004 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE IAnicna Lae) $ 50,00 CLAIMS MADE OCCUR - MED EXP (Any anaperwrI) S S,000 PERSONAL & ADV INJURY $ 1,000,00 A GENERAL AGGREGATE $ 2,000,00 - GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOPAGG $ 1,000,00 - - - ,.., _- .-_. R- . .... ... 66 POLICY p0 .. -. ...._ _ _.. _ . _........._. _ AUTOMOBILE LIABILITY ANY AUTO 72UEC UR5038 - .. - .. 08/07/2002 08/07/2003 COMBINED SINGLE LIMIT (Ea accident) - E 1,000,00 Y SOOIL-INJURY (PerpowP) ... $ _..._ _.. E - ( ALLOWNEDAUTOS ._ SCHEDULED AUTOS - HIREDAIITOS �„ ., NON'OwNED ALRDS • . -� ',•. ..._ ... _ -. ., . ... - .. _- _. ', ;. '.. X BODILY INJURY - _.. (PaTaWiaant) X (Pe PROPERTN - y ....._ _ ,--- _--- .... ..~'� - - .. GARAGE LIABILITY ...... - - - - AUTO ONLY - EAACCIDENT $ .OTHER THAN EA ACC AUTO ONLY: AGG $' p ,, + ANY AUTO - - $ EXCESS LIABILITY X OCCUR CLAIMS MADE- P2HA208548 - - 03/01/2003 03/01/2004 EACH OCCURRENCE $ 4,000,00 AGGREGATE $ 4,000,000 B $ $ DEDUCTIBLE - - $ - RETENTION $ D WORKERS COMPENSATION AND EMPLOYERS'LIAeIUTY 694799 -02 - - 08/23/2002 08/25/2003 X TORY LIMRS ER E.L. EACH ACCIDENT $ 1 000.!00 E.L. DISEASE - EA EMPLOYE S 000100 - E.L. DISEASE- POLICY LIM IT $ � 1:600:000 C roessianal Liability 1S 4226 103/01/2003 102/01/2004 $1,000,000 Each.Claim' $2,000,000 Annual Aggregate gg agate $10,000 Deductible - Ea Claim DESCRIPTION OF OPERATIONWLOCATION SNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS e Project: Pre - Construction Consulting Work On Proposed New Mariner's Library, ity of Newport Beach, Its elected officials, officers, agents, representatives, volunteers, & mployees are all named Additional Insured per form CG 20 33 07 98 attached. aiver of Subrogation applies to Workers Compensation, per form attached. 10 days notice of cancellation shall apply for non- payment of premium. , izm r,rn,. i c nur_umm I A I ADDITIONAL INSURED: INSURER LETTER: . A CANCELLATION City of Newport Beach Attn: Shauna Oyler 3300 Newport Blvd. Newport Beach, CA 92658 -8915 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE, EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPO&" FAE COMPANY. ITS AGENTS OR RFReFSA ITATIVFB. `ACORD� CERTIFICA OF LIABILITY INSU NCE oa /oi 0 //2 PRODUCER (714) 836 -9945 FAX (714) 836 -9946 THIS CERTIFICATE IS ISSUED AS A. MATTER OF INFORMATION The Empire Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR .. 555 North Parkcenter Drive, Suite #206 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ,.,...INSURERS AFFORDING COVERAGE Santa Ana, CA 9270S -3521 �— ..:..:., . �- .INsuREO Gr-1- _ljL....trU�tRres. ;;'IRCC _: INSURER A: :Mt Hawley Ins'Cau /Parthers Griffin Advisors, Inc. ZQQ3 APR 0 4 INSURER B: `Royal Ins CO /Partners Griffin "HolAings, Inc. NSURERC: !Lexington Ins CO /Partners 385 Second Street :.,i NSURERO: 'State Compensation Insurance Fund NsL1RERE: Hartford Insurance =Group La una "Beach, CA 92650. _., Vi envFlier.FS ' " THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE OMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER DATE IA VDD VE POLICY DTE MMIODTION LIMITS GENERAL LIABILITY 4GLO135423 03/01/2003 03/01/2004 EACH OCCURRENCE S 1,000.000 FIRE DAMAGE (Anyar�Bre) S SO.000 X COMMERCIAL GENERAL LIABILITY MED EXP (Arty anapen.on) S S,00 CLAIMS MADE OCCUR PERSONAL & ADV INJURY $ 1,000,000 A GENERAL AGGREGATE S 2,000,00 "- GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG S 1,000,00 .. .. _..._ . POLI. . .. ... L ... CY JECTPRO. F. OC .. .. . :.. . AUTOMOBILE LIABILITY ,ANYAUTD 72UEC URS038. - .. 08/07/2002 .. .. 08/07/2003 COMBINED SINGLE LIMB (Ea aaeltlerlt) E 1,000,00 X ,. .. BODILY—INJURY (Pe[pemO ... $ ._. E ALL OWNED AUTOS .. SCHEDULED AUTOS HIREDAUTOS ....�. NON= OWNEOAUTOS s - .. .... .. ... .. .. -- _PaT ya , .: X BODILY+INJURV -' ... 3CCdflt! _. ___. —.- ... $". X PROPERTY DAMAGE " - - _ .. (Per ecddeint) __.- ...._.. -...._ .._ :.,� GARAGE LIABILITY '-" AUTO ONLY -EA ACCIDENT E .. ..... EA ACC OTHER THAN AUTO ONLY: AGG $ ANY AUTO . .. ,. ... -: .. .. ... .. E . EXCESS LIABILITY P2HA208548 03/01/2003 03/01/2004 EACH OCCURRENCE $ 4:000,000 X OCCUR CLAIMS MADE AGGREGATE $ 4,000,000 $ B $ DEDUCTIBLE S RETENTION $ WORKERS COMPENSATION AND 694799 -02 08/25/2002 08/25/2003 X TORVLIMITS ER D EMPLOYERS' LIABILITY -' E.L. EACR ACCIDENT S 1,000,000 E.L. DISEASE -EA EMPLOYEE S 1,000:00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 C ro essional Liability 15 4226 03/01/2003 02/01/2004 $1,000,000 Each Claim $2,000,000 Annual Aggregate $10,000 Deductible - Ea Claim DESCRIPTION OF OPERATION $ILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS e Project: Pre- Construction Consulting Work On Proposed New Mariner's Library. ity of Newport Beach, Its elected officials, officers, agents, representatives, volunteers, & mployees are all named Additional Insured per form CG 20 33 07 98 attached. giver of Subrogation applies to Workers Compensation, per form attached. 10 days notice of cancellation shall apply for non- payment of premium. CERTIFICATE HOLDER I X I ADDITIONAL INSURED: INSURER LETTER: A 'CANCELLATION City of Newport Beach Attn: Shauna Oyler 3300 Newport Blvd.. Newport Beach, CA 92658 -8915 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE . EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may . require an endorsement. A statement on this certificate does hot confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract betw @en the 'issuing Jnsurer(s), authorized representative or producer, and the certificate holder, nor does it affinr atively or negat!velyamend, extend or alter th e coveragwafforded by the policies listed thereon: - -. ....... ACORD 2" (7797) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing.insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend'or alter the coverage afforded by the policies listed thereon. -- - ACORD 25S (7197) M Policy No. GL0135423 Mt Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL. INSURED -OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION: AGREEMENT WITH YOU I This endorsement modifies insurance: provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. A Section N -Who Is An Insured is amended to include as "Bod ly injury," "properly damage ".or "personal and. adver an insured.any person or organization for whom .you are . using injury" an-sin of the rendering,. Ar fhe falure to performing operations when you and such,pemon or.or render, any professional :'architectural,.engineering, or sur- . . O'anization have agreed in writing in a contract or agree - . veying'seryices, including: merit that such person or organization be added as an. �, The preparing;,approvng; or. failing .to prepare. brapw. additional insured on your policy..Such person . or. oFgani= prove;..maps,; shop drawings opinions; ieports sur- zaUon is'an additional :insured only with respect to liability veys; .field orders, change. orders.or' drawings .and. . arising out.of your ongoing. operations performed for that . specifcations;.and insured. A person's or.organ¢ation's status as an insured - under, this endorsement ends when your operations for 2. Supervisory, inspection;. architectural or engineering., that.insured are completed. activities: 66 With respect to the.insurance .afforded .these additional insureds, the following additional exclusion applies This insurance does:not apply to: This insurance is Primary and any other insurance or self - insurance, maintained by such additional insureds is ' excess. and.noncontributing'.with this insurance as respects.. claims, or liability arising out of or, resulting. from the acts.or. omissions' of the named insured or "ofothers performed .on behalf. of the named insured.' CG 20 33.07 98 Copyright, Insurance Services Office, Inc., 1997 Policy No. MGL01 35423. Mt Hawley Insurance Company . THIS.ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL. INSURED - OWNERS, LESSEES.OR CONTRACTORS -AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance- provided under the following: . COMMERCIAL- GENERAL LIABILITY COVERAGE PART. A Section N Who Is An Insured is amended to include as "Bodily injury," "property, damage ' .or "personal and.adver- an insured any person or organization for whom, you are tising injury" arising..out of the rendering of; the failure to performing: operations when'you and such,person' or or render, any professional architectural, engor ineering or sur- g'anization have agreed in writing in a contract or agree- veying services; including: ment that such person or organization be added as'an �, The preparing,.approving; or failing to prepare or ap- addrtronal insured on your policy. Such person or.organi- prove,: maps,- shop. - drawings opinions;-- [eports sur- - zation is an`atlditional "insure7:-only with respect to liability veys; .field orders,: change orders or' drawings and arising out Of your ongoing operations performed for that spec cations;. and insured. A person's or organization's status as an insured under this endorsement ends when your operations for - . 2. Supervisory, inspection;. architectural or engineering . the insured are completed. activities: B. With respecf to.the' insurance afforded .these additional insureds; the following additional exclusion applies: This insurance does not apply to: This insurance is Primary.and any other insurance or self- insurance.maintained by such additional insureds is excess( and.noncontributing with this insurance as respects: claimS:or liability arising out of or resulting from the acts or omissions of the named insured or'ofothersr performed_. :. 1:. on behalf of the named` insured.' Copyright, Insurance Services Office, Inc., 1997 ACORDM CERTIFIC OF LIABILITY INSU NCE o 1%2o /3o) PRODUCER (714) 836 -9945 FAX (7 4) 836 -9946 The Empire Company 555 North Parkcenter Drive, Suite #'206 _ _... •-�4 Santa Ana, CA 92705 -3521 C THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Griffin Structures, Inc.', �! pD 'l Griffin Advisors, Inca � Rn Griffin Holdings, Inc. ;tyti 385 Second Street k ; L„ : "` "` =' La una Beach, CA 92651 E Glr, of 'u.;;:., INSURERA Mt Hawley Ins Co./Partners INSURER B: Royal ins Co. /Partners NSURERC: Lexington Ins Co /Partners Stat e Compensation Insurance Fund SURERE THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR L TYPE OF INSURANCE POLICY NUMBER EFFECTI DATE M POLICY DATE EXPIRATION LIMITS' OF ANY KW% UP THE COMPANY, ITS AGE . R REPRESENTATIVES. GENERAL LIABILITY qGLO13S423 03/01/2003 03/01/2004 EACH OCCURRENCE $ 1,000,00 FIRE DAMAGE (Any me fire) $ 50,00 X. COMMERCIAL GENERAL LIABILITY CLAIMS MADE O OCCUR MED EXP (Any one person) $ .. 5 , D0 PERSONAL &ADV INJURY $ 1,00D,00 A GENERAL AGGREGATE $ 2 DOO, OD GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP AGG S .1,000,00 _...- ..._.....POLICY PRO- LOG . ...- JECT .. .. ... .. ... ...... -.. . .. AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea aocidam) $ BODILY INJURY (Per perwn) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per aoddem) $ HIREDAUTOS NON -OWNEDAUTOS PROPERTY DAMAGE (Pet accitlent) $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ s. OTHER THAN EA ACC AUTO ONLY: AGO S ANY AUTO $ EXCESS LIABILITY P2HA208549 03/01/2003 03/01/2004 EACH OCCURRENCE s 4,000100 AGGREGATE $ 4,000 00 X OCCUR O CLAIMSMADE S B S DEDUCTIBLE S RETENTION i WORKERS COMPENSATION AND 1694799 -02 OB/25/2002 06/25/2003 X I ToRr LIMITS ER EL EACH ACCIDENT S 1,000,00 D EMPLOYERS'LIABILITY ' E.LDISEASE - EAEMPLOYE $ 1,.000,00 E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 C DTH ssional Liability roe 11S 4226 03/01/2003 02/01/2004 $1,000,000 Each Claim $2,000,000 Annual Aggregate $10,000 Deductible - Ea Claire DESCRIPTION OF OPERATIONSR-OCATONSNEMCLESI EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS ertificate Holder is named Additional Insured per form CG2033 attached. Giver of Subrogation applies to Workers Compensation policy, endorsement to follow from carrier. 10 days notice of cancellation shall apply for non- payment of premium. CERTIFICATE HOLDER 1 X ADDITIONAL INSURED; INSURER LETTER A . CANCELLATION ACORD 25.5 (7197) k-1/ v-na. , rvr rvn SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL. City of Newport Beach `t30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TOTHE LEFT, Public Works Department BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3300 Newport Blvd. OF ANY KW% UP THE COMPANY, ITS AGE . R REPRESENTATIVES. AUTHORIZrP Sr Newport Beach, CA 92658 ACORD 25.5 (7197) k-1/ v-na. , rvr rvn SCIF 10265 rrpc'i n. ru i