Loading...
HomeMy WebLinkAbout06 - C-3377 - Restroom RehabilitationsSeptember 26, 2000 CITY COUNCIL AGENDA ITEM NO. 6 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: 15TH STREET, NEWPORT PIER, 58TH STREET, AND ORANGE STREET RESTROOMS REHABILITATION, CONTRACT NO. 3377 - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT RECOMMENDATION: Authorize the Mayor and the City Clerk to execute a Professional Services Agreement with Hutson & Partners Architecture, in the amount of $16,500 to prepare plans, specifications, and estimates for rehabilitating the 15th Street, Newport Pier, 58th Street, and Orange Street public restrooms. DISCUSSION: The current budget contains an appropriation for rehabilitating the 15th Street, Newport Pier, 58th Street, and Orange Street public restrooms (see attached map for locations). The restroom rehabilitation is an item funded under the American Trader Oil Spill settlement. Staff requested proposals from the following consultants to provide professional services for the project: 1. Azizi Architects 2. Paul Ruffing, Architect 3. Hutson & Partners Architecture Proposals were returned from Azizi Architects and Hutson & Partners Architecture. Paul Ruff ing stated he was too busy with other projects to submit a proposal. After reviewing the qualifications of the two firms submitting proposals, staff felt that Hutson & Partners Architecture was better qualified to perform the work. The sealed fee envelope containing their proposed fees was opened staff negotiated the services and fees described in the attached Professional Services Agreement. SUBJECT: 15TH STREET, NEWPORT PIER, 58TH STREET AND ORANGE STREET RESTROOMS REHABILITATION, CONTRACT NO. 3377 — APPROVAL OF PROFESSIONAL SERVICES AGREEMENT September 26, 2000 Page: 2 Per the attached agreement, Hutson & Partners Architecture will field- review existing facilities; compile a prioritized list of rehabilitation and aesthetic enhancement needs; prepare sketches and estimates for the items on their list; meet with staff to compare their data with staffs data; and complete final, permit -ready plans, specifications, and estimates by March 1, 2001. The following appropriation provides adequate funds to award this contract: Account Name Account Number Amount Beach Restroom Improvements 7295- C5100567 $16,500 Hutson & Partners Architecture has previously provided excellent consultant services to the City. City staff will furnish design surveys, geotechnical data, environmental documentation, and plan check for the project. To minimize cost and public inconvenience, all four restrooms will be constructed under a combined contract next spring (if plans, specifications and permits are completed in a timely manner) or next fall. Respectfully submitted, Q 'a'i -M X44 >�., 42, PUBLIC WORKS DEPARTMENT Don Webb, Director zl� LloydA5alton, Design Engineer Attachments: Restroom Location Map Professional Services Agreement PROFESSIONAL SERVICES AGREEMENT FOR 15TH STREET, NEWPORT PIER, 58TH STREET, AND ORANGE STREET RESTROOM REHABILITATION THIS AGREEMENT, entered into this day of , 2000, by and between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as "City "), and Hutson & Partners Architecture, whose address is 417 30"' Street, Newport Beach, California 92663 (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 must rehabilitate public restrooms located 15`h Street, Newport Pier, 58"' Street and Orange Avenue. C. City desires to engage Consultant to prepare plans and specifications for said restroom replacements (hereinafter referred to as "Project') upon the terms and conditions contained in this Agreement. D. The principal member of Consultant firm for the purpose of Project is Lyle R Hutson, AIA. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, has successfully negotiated with Consultant, and desires to contract with Consultant under the terms and conditions provided in this Agreement. -1- 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 _ day of , 2000, and shall terminate on the _ day of , 200_, 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 Sixteen Thousand Five Hundred dollars ($16,500). 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. 3.2 Consultant shall submit monthly progress invoices to City payable by City within thirty (30) days of receipt of invoice, subject to the approval of City and based upon -2- the billing rates as set forth in Exhibit "B ". 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 costs 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 computer data processing and 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 are not employed by City nor have any contractual relationship with City. Consultant -3- represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants 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. 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 in 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's services 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 Lyle Hutson, Architect, 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 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 in accordance with the schedule specified below. 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 -5- 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. 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 will 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 and/or his /her 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 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 policies, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as -7- described herein. Insurance policies with original endorsements indemnifying Project for the following coverages shall be issued by companies that are admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third parry liability risks, including without limitation, contractual liability, in a minimum amount of $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 in a minimum amount of $2 million. 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). 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 10 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, 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 Consultant shall not 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 City. Any attempt to do so without consent of City 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. 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 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 form 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 access to and upon request of Consultant 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 shall provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. -10- 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Lloyd Dalton, PE, 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 -111- interest on any withheld sums at the rate of seven percent (7 %) per 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 Consultant's work, 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. -12- 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: City of Newport Beach, attention: Lloyd Dalton 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3328 Fax (949) 644 -3308 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Hutson & Partners Architecture, attention: Lyle Hutson 417 30"' Street Newport Beach, CA 92663 (949) 675 -9195 Fax (949) 675 -9638 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 -13- 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 parry 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 state or federal laws and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either parry 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 -14- 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. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City or anyone authorized by City to use CADD data for additions to this Project, for completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. -15- 32. 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 drawings and specifications 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: Robin Clauson Assistant City Attorney ATTEST: LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor City of Newport Beach Hutson & Partners Architecture Lyle R. Hutson, AIA, Principal Hutson & Partners Architecture f:\ users \pbw\shared�agreementstamerioan traderhestroom rehabilitation\hutson agreement -16- R R2 HUTSON & PARTNERS 4 1 T i0lli 4rsn;? '�1 11T n „a 9'66i T E Li949•C 75 -9195 F 949.671 -963$ FLECTHU ?IC MAIL HPAnd,&,,ol —.am August 31, 2000 Mr. Lloyd Dalton, Design Engineer Public Works Department City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92658 -3311 Re: Qualifications for Hutson & Partners Dear Lloyd: It is with great pleasure that Hutson & Partners submits these qualifications to the City of Newport Beach for the Oceanfront Restroom Rehabilitation project in Newport Beach. I would like to thank you and the City for allowing us to submit these qualifications for professional architectural services. This introduction is intended to answer a number of questions that you may have about our firm. If after review of our qualifications and the additional information provided you have further questions, please do not hesitate to call and we will be happy to answer any questions you may have. The following information is provided for you use in evaluation of our firm, its philosophies and personnel. 1. PERSONNEL Hutson & Partners is comprised of people who's objective is to provide clients with service, experience and creativity beyond that normally received from larger architectural firms with the hands on accessibility of the principal architects. Principal involvement is not just a line we tell our clients, but the way we work. On this project, Lyle R. Hutson, AIA, will be the individual leading the project commencing with the initial research, reviewing information and preparing plans, specifications and estimates for the needed facility modifications. The following is a brief description of related projects that Hutson & Partners personnel has had a direct involvement with. In addition, attached are personal profiles for the individuals listed below. Lyle R. Hutson, AIA - Hutson & Partners Experience includes: Newport Beach Qualifications August 31, 2000 Page 2 of 5 • Signal Hill Community / Youth Center City of Signal Hill Remodel and expansion of City Youth Center and Community Center Design Architect / Consultant for City of Signal Hill • Police Department Operations Room /Staff Lounge Design Architect / Consultant for City of Newport Beach • City of Newport Beach Balboa Ferry Restroom Remodel for existing restroom building and viewing deck at the Balboa Ferry. • City of Newport Beach City Council Chambers Remodel ADA Accessibility for the council chambers. • City of Newport Beach ADA Renovations ADA Accessibility Consultant for 30 separate recreation sites within the city of Newport Beach. • Oasis Senior Center Recreation Room Design Architect for "Friends of Oasis" / Oasis Senior Center Newport Beach, CA • Oasis Senior Center Kitchen Remodel (Federal Meal Program) Design Architect for "Friends of Oasis" / Oasis Senior Center Newport Beach, CA • Colony Club Association Community Clubhouse /Pool ADA / Title 24 Accessibility, Restrooms & Outside Showers • Balboa Community Center Remodel Design Architect / Consultant for City of Newport Beach • West Newport Community Center Accessibility Remodel Design Architect / Consultant for City of Newport Beach • Woodbridge Plaza ADA Consulting /Construction Design Architect / Consultant for 3 building Office complex renovation including restrooms, showers, stairs, etc. Rosie Garcia - Project Manager Rosie has a Bachelor's Degree in Architecture from Cal Poly Pomona, she has been with Hutson & Partners over 3 years and has worked on numerous projects for the City of Newport Beach. Her experience ranges from preparing Drawings for Planning, Zoning and Design Review to Construction Drawings and Construction Newport Beach Qualifications August 31, 2000 Page 3 of 5 Observation. In the last 2 years she has worked exclusively on ADA Compliance and has a reasonable understanding of the requirements. She also possesses the ability to get everyone involved in a "team" mentality so that the project becomes the primary focus. Her experience includes: • Signal Hill Community / Youth Center City of Signal Hill Project Manager /Construction Documents and Construction Observation • Police Department Operations Room /Staff Lounge Design Development / Construction Drawings • City of Newport Beach Balboa Ferry Restroom Facility Review, Field Verify Existing Conditions, Design Development/Construction Drawings/Project Management • City of Newport Beach City Council Chambers Remodel Field Verify Existing Conditions, Construction Drawings/Project Management • Colony Club Association Community Clubhouse /Pool Design Development Package • Woodbridge Plaza ADA Consulting /Construction Project Manager /Construction Drawings /Construction Observation 2. ATTRIBUTES Hutson & Partners is an architectural firm that has combined talents to provide architectural and planning services for specific design and construction projects. Our collaboration is not one of convenience or need but an association and combination of talents that are best suited for specific projects. Our experiences with similar types of projects and our willingness to participate in the process will enable the City of Newport Beach and the public Works department to gain the benefit of a combined architectural effort. As previously indicated we have worked on a number of similar projects and are comfortable that we can provide unparalleled quality and integrity with creative and cost effective problem solving. We would like the City of Newport Beach to evaluate our qualifications carefully in that there may be areas of experience that we can provide that were not previously considered for a project of this type. Newport Beach Qualifications August 31, 2000 Page 4 of 5 3. SERVICES Hutson & Partners will provide the following services with regard to each item as determined by the city and as prepared and outlined in the Request for Qualifications dated 8/24/00. All services described will be performed by Hutson & Partners and solutions will be reviewed with the city staff for intent and alternative options (if any). • Provide the city with additional areas of non - compliance as discovered during field review (if any). • Review of all information and preliminary scope of work with city staff prior to preparation of final PS &E. • Preparation of PS &E which conform with the requirements of the 1997 Uniform Building Code and applicable ADA regulations as interpreted by the city of Newport Beach. • Prepare PS &E in an 24" x 36" (sheets provided by the City) format and submit for plan check. • Provide clarification and in- the -field assistance if need to resolve any design related problems during construction of the improvements. Clarification shall be limited to design issues related to the identified changes. • During field review of identified upgrades Hutson & Partners may note for consideration by City staff additional items which should be considered for alteration or removal. • We would request that the City provide all information regarding existing conditions and field observations used during the cities development of the current project list. In addition we would like all documents that exist for the facilities and any other information that relates to the facilities specifically site plan, floor plans, electrical and plumbing drawings if available. These items are not required, but if they exist it will aid the process and reduce the cost of preparation of PS &E. 4. SUB CONSULTANTS Hutson & Partners has developed a team of professionals that are history of providing quality and professional services. Hutson & Partners would be responsible for all aspects of the project Our sub consultants have worked with Hutson & Partners on a continuing basis for over 10 years and is experienced with this type of institutional and remodel work in their respective disciplines. Hutson & Partners would maintain control in all sub consultant work and would be the decision maker with respect to all value engineering. Newport Beach Qualifications August 31, 2000 Page 5 of 5 5. 6. Hutson & Partners may contract Mechanical, Electrical, Plumbing and Structural Engineers as necessary. This will be determined after site visits and determination of scope of work. INSURANCE Hutson & Partners carries General Liability and Professional Liability Insurance that is not required for practicing professionals. We view this as a benefit to us as well as our clients in providing professional architectural and planning services. We attempt to maintain the quality and professionalism that is expected of professional licensed architects. To this effort we offer to name as additionally insured the City of Newport Beach as allowed within the confines of the separate policies. Commercial General Liability Professional Liability: Total Limit: $1,000,000.00 Total Limit: $500,000.00 PRIOR NEWPORT BEACH EXPERIENCE It should be noted that Hutson & Partners has successfully worked with the City of Newport Beach Recreation Department, Planning Department, and Public Works Departments on a variety of projects over the last 5 years. This includes meeting all licensing and insurance requirements as well as providing quality professional services. We sincerely appreciate your request for qualifications and I look forward to hearing from you and will await your response. Sincerely, J� I �d7. Lyle R. Hutson, AIA X'- August 31, 2000 Mr. Lloyd Dalton, Design Engineer Public Works Department City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92658-3311 z "a /r a Re: Fee Proposal for Oceanfront Restroom Rehabilitation Dear Lloyd: It is with great pleasure that Hutson & Partners submits this proposal to the City of Newport Beach. Per your letter dated 8/24/00 and review of the restrooms we have prepared this proposal. SERVICES Hutson & Partners will provide the following services with regard to each item as determined readily achievable by the city as prepared and outlined in the Request for Qualifications dated 8/24/00. All services described will be performed by Hutson & Partners and solutions will be reviewed with the city staff for intent and alternative options (if any). • Review each item as described and prepare field condition sketches for preparation of PS &E. • Review with city project manager proposed solution and alternatives (if any). • Provide the city with additional areas of non - compliance as discovered during field review (if any). • Review of all information and preliminary scope of work with city staff prior to preparation of final PS &E. • Preparation of PS &E which conform with the requirements of the 1997 Uniform Building Code and applicable ADA regulations as interpreted by the City of Newport Beach. Prepare PS &E in an 24" x 36" (sheets provided by the City) format and submit for plan check. TI1- 1949.0, 1 9101 Fd,m4•b11; i.91,15 LU, IF0IK \I +.iL 1i['A,.6fim,1 ,,i Newport Beach Fee Proposal 5,ugust 31, 2000 ?age 2 of 2 • Provide clarification and in- the -field assistance if need to resolve any design related problems during construction of the barrier removal. Clarification shall be limited to design issues related to the identified barrier only, consultation on additional barriers shall be classified as additional services. • During field review of identified barriers Hutson & Partners may note for consideration by City staff additional items which should be considered for alteration or removal. Hutson & Partners shall not be compensated for such identifications and as such will not be responsible for identification of such. STANDARD AGREEMENT We have reviewed the City standard consultant agreement and have the following comments: None at this time. FEE The fee to provide PS &E for the four restroom facilities; 15th Street, Newport Pier, 58th Street, and Orange Street shall be $16,500.00 plus reimbursable items (Telephone, FAX, printing and mileage)which will be billed back to the City at a rate of 1.10 administrative multiplier. This fee is based on a Magnitude of Cost of $145,000.00 to $175,000.00. This fee does not include costs for any additional consultants such as plumbing, mechanical, electrical that may be required by the City during plan check. At this time no additional consultants are required. Additional services shall be based on an hourly rate of: Principal - $95.00 /Hour Draftsperson - $55.00 /Hour Clerical - $45.00 /Hour Time to complete the proposed scope of work shall be 12 -16 weeks based on City staff review and comments on the preliminary design criteria for barrier removal. As indicated above we have requested minor changes to the standard agreement that will allow our insurance carrier to issue the appropriate certificates to the City of Newport Beach. I trust this proposal meets with your approval and look foreword to hearing from you. Sincerely, Lyl@ R. Hutson, A A Principal 1Z 3 V. p� 1: IcaV - O N u o c � ] V m (✓ oo r. �z N nJ U 3 ] O N N Cl =� �Y J D' ]L 71 Y Y ✓ A 1 b C � 57 A p N « F L b a m C ` d m C O Fv � v