Loading...
SR 02-28-2023 5C City Council Report City Council Meeting: February 28, 2023 Agenda Item: 5.C 1 of 7 To: Mayor and City Council From: Rick Valte, Public Works Director, Public Works, Architecture Services Subject: Award Bid SP2486 to Swinerton Builders for the 3200 Airport Ave Renovation Project Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2486 to Swinerton Builders for the construction of the 3200 Airport Avenue building renovation for the Public Works Department; 2. Authorize the City Manager to negotiate and execute a contract with Swinerton Builders, in an amount not to exceed $9,084,792 (including a $1,184,973 contingency); 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. 4. Award Bid #SP2486 to Totum Corporation for construction management services for the Public Works Department; 5. Authorize the City Manager to negotiate and execute an agreement with Totum Corporation, in an amount not to exceed $653,793. 6. Adopt a finding of Categorical Exemption pursuant to Sections 15301 (Existing Facilities) and 15302 (Replacement/Reconstruction), of the California Environmental Quality Act (CEQA) Guidelines. Summary The Santa Monica Airport seeks to renovate the 3200 Airport Avenue building to comply with current code regulations, address deferred maintenance issues, minimize ongoing maintenance costs, and maximize the building’s revenue potential. The building is the location of the original administration building at the Santa Monica Airport. It is a 16,966 sq. ft single-story wood frame building with a wooden truss gable roof. Renovation would bring the structure into compliance with current building codes and achieve LEED Gold certification while preserving the historic character of the building’s exterior 5.C Packet Pg. 75 2 of 7 aesthetic. If approved, staff anticipates construction would commence as soon as spring of 2023 and be completed in the spring of 2024. Staff recommends awarding the construction services contract to Swinerton Builders to renovate and structurally retrofit 3200 Airport Avenue, and the construction management services contract to Totum Corporation to maintain contractor oversight and ensure that the project design intent and milestones are met. Discussion Built between 1940-1947, the building’s exterior features offer a demonstration of historic character unique to the region. Over decades, the building has been subdivided into multiple small and medium sized offices and leased to several commercial tenants. The building was part of a Property Condition Assessment (Attachment A) that included a Tier 1 Seismic analysis and a comprehensive building assessment. The analysis and assessment identified numerous deficiencies of the building envelope, interior finishes, and building systems resulting in water intrusion, deterioration of building materials, and lack of thermal comfort within the building. Despite its current condition, the space maintains a 4% vacancy rate. However, as maintenance requests become more and more frequent, staff has determined that a renovation would not only minimize ongoing maintenance costs but would also maximize the building’s revenue potential. The proposed building improvements have led to lease negotiations with Clover Restaurants, Inc. (Clover) for half of the building. Clover would lease approximately 8,500 square feet of building, outdoor patio, and parking space for restaurant use. The negotiations include stipulations that require a stringent timeline for the completion of the City’s renovations in order for the tenant to begin their tenant improvements. Any delays in construction would both jeopardize securing a lease with the tenant and increase the loss of revenue due to vacancies during construction and immediately thereafter. Therefore, the project schedules requested within the Request for Bids (RFB) and experience in completing similar projects on time were critical in the evaluation and recommendation of award for this project. 5.C Packet Pg. 76 3 of 7 The evaluation committee and interview panel consisted of Architecture Services staff, Airport staff, and the design consultant for the 3200 Airport Avenue building renovation. Swinerton Builders was recognized in the evaluation and interview process for their in- depth understanding of the project, their experience in completing similar projects within similar timelines, and their comprehensive and thoughtful project schedule. The lowest bidder submitted a very generalized schedule that did not present sufficient information and detail to demonstrate a satisfactory understanding of the scope of work activities and critical elements necessary to build the project as defined in the plans and specifications provided. Staff also reviewed three projects the lowest bidder completed for the City of Santa Monica with contract amounts of $3.9 million, $1 million, and $406,000. The construction durations extended fourteen, twelve and eight months past their original projected completion dates, respectively. Prior to contemplating a recommendation, staff requested three qualified construction management firms to review and critique the sample project schedules submitted by each contractor. They indicated that Swinerton Builders’ schedule is substantially more thought out and planned, while the lowest bidder’s schedule as submitted is insufficient and unacceptable. As previously mentioned, any delay to the renovation schedule jeopardizes the execution of a multimillion-dollar lease agreement and would result in additional losses ranging from $34,000 to $58,000 per month due to prolonged vacancies. The final consideration that informed staff’s recommendation involves the contractors’ relationship and proposed agreement with their subcontractors. During their interview, Swinerton demonstrated a long history of working with their subcontractors as well as the ability to self-perform certain work should their subcontractor for some reason not be able to perform. In addition, their proposed subcontractor agreement stipulates that subcontractor failure to remain on schedule renders them liable for liquidated damages, as well as all costs associated with accelerating the work in order to get back on schedule. In contrast, the low bidder’s sample agreement assesses liquidated damages 5.C Packet Pg. 77 4 of 7 against the subcontractor but remains silent on accelerating the work to meet the original schedule. For these reasons, staff recommends awarding the agreement to Swinerton Builders. In addition to staff’s recommendation for construction services, staff requests Council approval for construction management services. This would provide contractor oversight to ensure project design intent and milestones are being met. Vendor Selection Bidder Recommendation (Contractor) Best Bidder Swinerton Builders Evaluation Criteria The ability, capacity and skill of the bidder to perform or provide the services; the capacity of the bidder to perform the contract or provide the service promptly, within the time specified, and without delay or interference; the sufficiency of the bidder’s financial resources; the character, integrity, reputation, judgment, training, experience and efficiency of the bidder. The City shall have absolute discretion in determining the applicability and weight of the criteria listed above. The City is not required to select the bid with the lowest price. Municipal Code SMMC 2.24.180 RFQual Data Date Posted Posted On Advertised In (City Charter & SMMC) Vendors Downloaded Submittals Received Date Publicly Opened 04/25/22 City's Online Bidding Site Santa Monica Daily Press 96 5 06/01/2022 Bid Data Date Posted Posted On Vendors Downloaded Date Publicly Opened 09/29/2022 City's Online Bidding Site 3 11/23/2022 Submittals Received West Valley Investment Group, Inc. $6,771,500 Olympos Painting, Inc. $12,141,000 Swinerton Builders $7,899,818 Engineer’s Estimate $7,222,535 5.C Packet Pg. 78 5 of 7 Best Bidder Justification The decision was made based on the experience and the quality of the firm’s proposed team, their in-depth knowledge of the 3200 Airport Avenue project plans, their long- standing relationships with subcontractors, and the results of their interview with the City. Bid Protest On January 23, 2023, West Valley Investment Group, Inc. submitted a bid protest alleging that West Valley was the lowest responsive and best bidder. Although responsive, staff does not believe they are the best bidder. It is critical for the 3200 Airport Avenue Renovation Project to be completed expeditiously to mitigate a potential loss of a $5.3 million lease revenue due to project delays. The second lowest bidder can meet the City’s aggressive schedule and more than justify the difference in cost by minimizing vacancy losses and ensuring the negotiated $5.3 million lease is executed. In accordance with the appeals procedure set forth in the Notice Inviting Bids, the Public Works Director evaluated the bid protest and issued a final determination recommending Swinerton Builders as the best bidder. A copy of the bid protest and the Public Works Director’s Bid Protest Determination letter are available in Attachments B and C, respectively. In addition, the proposed lease agreement for 3200 Airport Avenue is included in tonight’s agenda for Council consideration. Bidder Recommendation (Construction Manager) Best Bidder Totum Corporation Evaluation Criteria Price; the quality of the services offered; the ability, capacity and skill of the bidder to perform or provide the materials or services; the capacity of the bidder to perform the contract or provide the service promptly, within the time specified, and without delay or interference; the character, integrity, reputation, judgment, training, experience and efficiency of the bidder. The City shall have absolute discretion in determining the applicability and weight of the criteria listed above. The City is not required to select the bid with the lowest price. Municipal Code SMMC 2.24.180 5.C Packet Pg. 79 6 of 7 Bid Data Date Posted Posted On Advertise In (City Charter & SMMC) Vendors Downloaded Date Publicly Opened 12/09/2022 City's Online Bidding Site Santa Monica Daily Press 60 01/06/2023 Best Bidder Justification Totum Corporation demonstrated competence, capacity, and the skill in providing construction management services. While all firms who submitted provided experience in managing projects similar to the 3200 Airport Ave Renovation, Totum Corporation’s proposal included a construction manager and construction administration staff into their cost for only 3% more than the lowest bidder. Combined with the positive feedback from previous clients, Totum Corporation is, in staff’s opinion, the best bidder. Past Council Actions Meeting Date Description 04/10/18 (Attachment A) Airport’s Property Condition Assessment of nine Airport properties. Environmental Review The project is categorically exempt from CEQA pursuant to Section 15301 and Section 15302 of the CEQA Guidelines. Section 15301 exempts Class 1 (Existing Facilities) projects from CEQA, which include the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible or no expansion of existing or former use. Section 15302 exempts Class 2 (Replacement or Reconstruction) projects which include the replacement or reconstruction of existing structures and facilities where the new structure will be located in the same site as the structure replaced and will have substantially the same purpose and capacity as the Submittals Received Simpson & Simpson $632,000 Cumming Management Group $1,154,800 Totum Corporation $653,793 5.C Packet Pg. 80 7 of 7 structure replaced. The project would renovate the existing city facility at 3200 Airport Avenue, and therefore, it has been determined that the project would fall within the Class 1 and Class 2 categorical exemptions. Furthermore, staff has determined that none of the exceptions to Categorical Exemptions set forth in the CEQA Guidelines, section 15300.2 apply to this project. Financial Impacts and Budget Actions Staff seeks authority to approve available funding from the Airport Fund to award a contract to Swinerton Builders for construction services and Totum Corporation for construction management services. Contract/Agreement Vendor FY 2022-23 CIP Account # Total Contract Amount Swinerton Builders C5704690.689000 $7,899,818 Totum Corporation C5704690.689000 $653,793 Total $8,553,611 Prepared By: Phillip Ticun, CIP Project Manager Approved Forwarded to Council Attachments: A. Staff Report 20180410 B. Bid Protest C. Bid Protest Response D. Totum_Oaks_Initiative_Disclosure_Form E. Swinerton_Oaks_Initiative_Disclosure_Form F. Rendering_1_Office_Space_Exterior G. Rendering_2_Office_Space_Interior H. Rendering_3_Office_Space_Interior 5.C Packet Pg. 81 City Council Report City Council Meeting: April 10, 2018 Agenda Item: 3.C 1 of 4 To: Mayor and City Council From: Susan Cline, Acting Assistant City Manager, Public Works, Architecture Services Subject: Award Agreement for Santa Monica Airport Buildings Property Condition Assessment Recommended Action Staff recommends that the City Council: 1. Award RFP# 2508 to Omgivning Architects, a California-based company, to provide a comprehensive building assessment at nine building locations at the Santa Monica Airport; 2. Authorize the City Manager to negotiate and execute an agreement with Omgivning Architects, in an amount not to exceed $756,140 (including a $68,740 contingency) for a total amount not to exceed $756,140 over a two-year period, with future year funding contingent on Council budget approval. Executive Summary The City of Santa Monica (City) is the owner/operator of the Santa Monica Airport (Airport) and has leased Airport property and tenant spaces along both sides of Airport Avenue since the 1940s. The Airport is an important municipal asset, maintaining leases with approximately 397 tenants and generating approximately 70% of its revenues from leasing. Due to deferred maintenance, many of the tenant spaces and buildings are showing signs of aging with both structural and non-structural deficiencies. It is critical for the City to address tenant building issues and deficiencies in a timely manner. Staff recommends an agreement to be awarded to Omgivning Architects in an amount not to exceed $756,140 to provide a comprehensive building assessment at nine building locations at the Santa Monica Airport. 5.C.a Packet Pg. 82 Attachment: Staff Report 20180410 (5397 : 3200 Airport Ave Renovation Project) 2 of 4 Discussion Due to the ongoing wear and tear of weather and use over the decades, the frequency of repairs occurring on leased Airport building properties has increased substantially compared to previous years. To extend the life of these buildings, staff is recommending a Property Condition Assessment, which would entail investigating the life expectancy of mechanical, electrical, and plumbing systems, as well as the current structural integrity of the buildings. In-house staff does not have the design expertise for each of these trades required to perform a thorough building assessment. Any issues brought to light by the assessment would be addressed in a future construction project which would make repairs and bring the buildings as a whole to current building codes and standards in the most cost-effective manner. The consultant would also provide the City with an estimated operational budget for each of the properties to better account for their post construction maintenance costs. The Property Condition Assessment would evaluate the following nine Airport locations. • 2501 Airport Ave. • 2701 Airport Av • 2900 Airport Ave. • 3000 Airport Ave. • 3011 Airport Ave. • 3026 Airport Ave. • 3050 Airport Ave. • 3200 Airport Ave. • 3300 Airport Ave. The scope of the proposed project includes the completion of a comprehensive assessment and initial design drawings on how to address the needed repairs for each of the nine buildings. For each building, an assessment report would be prepared which would include a summary of the overall condition of the buildings with itemized deficiencies to be addressed, schematic designs for the repairs, cost estimates for repairs and annual maintenance/operation costs, and usable square footage totals with a 5.C.a Packet Pg. 83 Attachment: Staff Report 20180410 (5397 : 3200 Airport Ave Renovation Project) 3 of 4 recommendation for the City to proceed with either refurbishment or replacement. Staff would return to Council at a future date with a recommendation to award construction services to complete the building upgrades as funding becomes available. Consultant Selection On January 8, 2018, the City issued a Request for Proposals (RFP) #SP2508 to provide a Property Condition Assessment report, schematic design services and cost estimation services for nine building locations at the Airport. The RFP was posted on the City’s on- line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with the City Charter and Municipal Code Section 2.24.075(a). A total of 106 vendors downloaded the RFP. Three firms responded. Responses to the RFP were reviewed by a selection panel of staff from the Public Works Department. • AE3 Partners Architects • Nonzero \ Architecture • Omgivning Architects Evaluation was based on the following selection criteria: experience with similar scopes of work, project approach, project team and references, and prime and sub-consultant past projects. Omgivning Architects was recognized in the evaluation process for their effective project management, completeness, and client responsiveness. Based on this criteria and criteria in SMMC 2.24.073, staff recommends Omgivning Architects as the best qualified firm to provide a comprehensive building assessment at nine building locations at the Santa Monica Airport. Financial Impacts and Budget Actions The agreement to be awarded to Omgivning Architects is for an amount not to exceed $756,140. Funds are available in the FY 2017-18 Capital Improvement Program budget in account M339088.589000. 5.C.a Packet Pg. 84 Attachment: Staff Report 20180410 (5397 : 3200 Airport Ave Renovation Project) 4 of 4 Prepared By: Phillip Ticun, CIP Project Manager Approved Forwarded to Council Attachments: A. Omgivning Architects Oaks Initiative Form 5.C.a Packet Pg. 85 Attachment: Staff Report 20180410 (5397 : 3200 Airport Ave Renovation Project) 5.C.b Packet Pg. 86 Attachment: Bid Protest (5397 : 3200 Airport Ave Renovation Project) 5.C.b Packet Pg. 87 Attachment: Bid Protest (5397 : 3200 Airport Ave Renovation Project) 5.C.b Packet Pg. 88 Attachment: Bid Protest (5397 : 3200 Airport Ave Renovation Project) Page 1 of 3 1685 Main Street, MS#18, Santa Monica, CA 90401 • www.santamonica.gov • @cityofsantamonica • @santamonicacity Public Works Department February 1, 2023 Willie Tarazi, President West Valley Investment Group, Inc. 18750 Oxnard Street, Suite #405 Tarzana, CA 91356 Subject: Final Determination for Request for Bids (RFB) 3200 Airport Avenue Renovation (SP2486) Dear Mr. Tarazi, I have received West Valley Investment Group’s (WVIG) protest letter, dated January 23, 2023, for SP2486 RFB 3200 Airport Ave Renovation (Project). I reviewed your concerns and provided my findings below: 1. “… under no circumstances were we not awarded a contract whenever we came in lowest…” The Santa Monica Municipal Code requires the City to award contracts to the best bidder. In doing so, it may evaluate the capacity of the bidder to perform the contract or provide the service promptly, within the time specified based on prior experience. As an example, WVIG offered the Parking Structure #5 Project in its selection of prior projects. The project duration was 274 days and completed in 441 days. 2. “… we were invited to bid on the 3200 Airport Avenue one-story building renovation project and were prequalified for that bid, which implies that we were vetted and deemed capable of taking care of such a project…” The solicitation was broken down into two steps. The first step was the Request for Qualifications which identified four contractors who were capable of 5.C.c Packet Pg. 89 Attachment: Bid Protest Response [Revision 1] (5397 : 3200 Airport Ave Renovation Project) Page 2 of 3 constructing the Project, including WVIG. The second step requested additional information and helped determine which of the prequalified contractors had the most experience with similar projects, the best project understanding/schedule, and the best subcontractor support. WVIG did not emerge as the best bidder during this phase. 3. “… the only reason why it was recommended that the project be awarded to Swinerton is because their timeline was favored to ours. With a highly daily liquidated damages rate, we have every reason to complete the project within the allocated period of time. We have also informed the City that we will not be involved in any other project while working on this one to make sure that all our available resources will be allocated here.” The best bidder was not based solely on the duration of the contractor’s provided schedule. As mentioned previously the best bidder selection was based on having the most experience with similar projects, the best project understanding/schedule, and the best subcontractor support. While WVIG indicated during the interview that they would focus solely on this project, the proposed 2-3 staff management team represented a fraction of management teams proposed by other bidders to meet the aggressive timeline. In addition, it was identified that the sub-contractor recommended by WVIG for the glazing portion of the Project, had repeated issues in measuring and fabricating glass on a previous city project. Having such issues on the Project could heavily impact the schedule since the procurement of the windows is a critical path item. 4. Per Public Contract Code (PCC) Division 2, General Provisions, any solicitation for bids shall include a section identifying and describing the criteria that will be used in evaluation bids, the methodology or weighting system that will be used in the evaluation, and the relative importance or weight assigned to the criteria identified in the request for bids. The City is subject to the provisions of the Santa Monica Municipal Code for contracts involving the construction of public works projects. The Instruction to Bidders of the Request for Bids includes a section titled “Best Bidder” which reads: The award, if any, will be made to the best bidder. In evaluating whether a bidder is the best bidder pursuant to the Santa Monica Municipal Code, City may utilize some or all of the following criteria: (1) Price. (2) The quality of the material or services offered. (3) The ability, capacity, and skill of the bidder(s) to perform the contract or provide the materials or services. (4) The capacity of the bidder(s) to perform the contract or provide the service 5.C.c Packet Pg. 90 Attachment: Bid Protest Response [Revision 1] (5397 : 3200 Airport Ave Renovation Project) Page 3 of 3 promptly, within the time specified, and without delay or interference. (5) The sufficiency of the bidder’s financial resources. (6) The character, integrity, reputation, judgment, training, experience, and efficiency of the bidder. (7) The ability of the bidder(s) to provide such future maintenance or service as may be needed. (8) Any other factor which will further the intent set forth in Section 608 of the City Charter. The City of Santa Monica (the “City”) shall have absolute discretion in determining the applicability and weight or relative weight of some or all of the criteria listed above and is not required to select the lowest monetary bidder. At this time, I find no reason to alter the RFB scores and will proceed with awarding this project as noted in the Award Notification for 3200 Airport Ave Renovation Project. This constitutes a final decision on this protest. Thank you for your continued interest in our City’s projects. Respectfully, Rick Valte, P.E. Public Works Director 5.C.c Packet Pg. 91 Attachment: Bid Protest Response [Revision 1] (5397 : 3200 Airport Ave Renovation Project) CITY OF SANTA MONICA OAKS INITIATIVE DISCLOSURE FORM In order to facilitate compliance with the requirements of the Oaks Initiative, the City compiles and maintains certain information. That information includes the name of any person or persons who is seeking a “public benefit.” If the “public benefit” is sought by an entity, rather than an individual person, the information includes the name of every person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten percent interest in the entity. Public benefits include: 1.Personal services contracts in excess of $25,000 over any 12-month period; 2.Sale of material, equipment or supplies to the City in excess of $25,000 over a 12- month period; 3.Purchase, sale or lease of real property to or from the City in excess of $25,000 over a 12- month period; 4.Non-competitive franchise awards with gross revenue of $50,000 or more in any 12-month period; 5. Land use variance, special use permit, or other exception to an established land use plan, where the decision has a value in excess of $25,000; 6. Tax “abatement, exception, or benefit” of a value in excess of $5,000 in any 12- month period; or 7. Payment of “cash or specie” of a net value to the recipient of $10,000 in any 12- month period. Name(s) of persons or entities receiving public benefit: Name(s) of trustees, directors, partners, and officers: Name(s) of persons with more than a 10% equity, participation, or revenue interest: Prepared by: Title: Signature: Date: Email: Phone: FOR CITY USE ONLY: Bid/PO/Contract # Permit # Danny Kaye President Danny@totumconsulting.com 3103510138 1/5/23 Totum Corp Giulio Zavolta Danny Kaye As above 5.C.d Packet Pg. 92 Attachment: Totum_Oaks_Initiative_Disclosure_Form (5397 : 3200 Airport Ave Renovation Project) CITY OF SANTA MONICA OAKS INITIATIVE DISCLOSURE FORM In order to facilitate compliance with the requirements of the Oaks Initiative, the City compiles and maintains certain information. That information includes the name of any person or persons who is seeking a “public benefit.” If the “public benefit” is sought by an entity, rather than an individual person, the information includes the name of every person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten percent interest in the entity. Public benefits include: 1. Personal services contracts in excess of $25,000 over any 12-month period; 2. Sale of material, equipment or supplies to the City in excess of $25,000 over a 12- month period; 3. Purchase, sale or lease of real property to or from the City in excess of $25,000 over a 12- month period; 4. Non-competitive franchise awards with gross revenue of $50,000 or more in any 12-month period; 5. Land use variance, special use permit, or other exception to an established land use plan, where the decision has a value in excess of $25,000; 6. Tax “abatement, exception, or benefit” of a value in excess of $5,000 in any 12- month period; or 7. Payment of “cash or specie” of a net value to the recipient of $10,000 in any 12- month period. Name(s) of persons or entities receiving public benefit: Name(s) of trustees, directors, partners, and officers: Name(s) of persons with more than a 10% equity, participation, or revenue interest: Prepared by: Title: Signature: Date: Email: Phone: FOR CITY USE ONLY: Bid/PO/Contract # Permit # Swinerton Builders, a California Corporation See attached list of officers None Kyle Burnham Sr. Preconstruction Manager 1/20/2023 kburnham@swinerton.com 213-896-3400 5.C.e Packet Pg. 93 Attachment: Swinerton_Oaks_Initiative_Disclosure_Form (5397 : 3200 Airport Ave Renovation Project) Test Cell, Buildings 203/204 | 1. General Contractor Information OWNERSHIP INFORMATION NAME POSITION YEARS WITH COMPANY Eric M. Foster CEO 40 David C. Callis President, COO 21 Donald D. Adair Exec. Vice President 34 Scott V. Conrad Exec. Vice President 11 Frank Foellmer Exec. Vice President 28 Bradley K. Peterson Exec. Vice President/CFO 22 Jason R. Chupp Sr. Vice President 10 Ray A. Haj Sr. Vice President 21 Timothy J. Kretzschmar Sr. Vice President 8 Terry M. McKellips Sr. Vice President 22 SheriAnn Murphy Sr. Vice President/Secretary 16 Lauren T. Nunnally Sr. Vice President/CAO 8 David K. White Sr. Vice President 13 Michael M. Berryhill Vice President 7 Ciaran Creighton Vice President 6 Keith Dancey Vice President 19 Christopher A. Evans Vice President 14 Jeffrey S. Gee Vice President 20 Jeffrey F. Good Vice President 14 D. Scott Grubb Vice President 36 Lori D. Guion Vice President 24 Peter Hau Vice President 18 Paul Hinz Vice President 22 Jared W. Hoeflich Vice President 11 Robert "Bobby" Jennings Vice President 12 Curtis F. Johnson Vice President 36 Brian J. McCarthy Vice President 12 Gerald E. Mejia Vice President 21 Derek D. Mosiman Vice President 12 Andrew D. Pearl Vice President 15 Brenda A. Reimche Vice President 29 Pedro "Pete" Ruiz Vice President 20 Alison Satt Vice President 6 Carrie L. Shaeffer Vice President 8 John S. Spight Vice President 10 Lia Tatevosian Vice President 26 Myrna E. Wagner Vice President 23 James T. Watson Vice President 7 Tyler Whittaker Vice President 4 David R. Worley Vice President 20 Aaron J. Yamasaki Vice President 10 Darlene S. Cho Asst. Secretary 19 Lisa M. Telles Asst. Secretary 18 Swinerton Builders is a wholly- owned subsidiary of Swinerton Incorporated. Swinerton Incorporated is 100% employee-owned. Approximately 45% is held by the Swinerton 401(k) & Savings Plan, and the balance is split among 800 plus employees. No single individual employee owns 4% or more of the stock of the Corporation. 5.C.e Packet Pg. 94 Attachment: Swinerton_Oaks_Initiative_Disclosure_Form (5397 : 3200 Airport Ave Renovation Project) 5.C.f Packet Pg. 95 Attachment: Rendering_1_Office_Space_Exterior (5397 : 3200 Airport Ave Renovation Project) 5.C.g Packet Pg. 96 Attachment: Rendering_2_Office_Space_Interior (5397 : 3200 5.C.h Packet Pg. 97 Attachment: Rendering_3_Office_Space_Interior (5397 : 3200