Loading...
HomeMy WebLinkAbout11 - C-3502 - City Hall Facility Needs AssessmentJanuary 8, 2002 CITY COUNCIL AGENDA ITEM NO. 11 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: CITY HALL FACILITY NEEDS ASSESSMENT - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH GRIFFIN ADVISORS, INC., CONTRACT NO. 3502 RECOMMENDATIONS: Approve a Professional Services Agreement with Griffin Advisors, Inc., of Laguna Beach, California, to perform a comprehensive space utilization assessment, a needs analysis, and recommendations at a contract price of $154,780. 2. Authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: At the July 24, 2001, Newport Beach City Council meeting, staff was directed to develop a scope of services for a City Hall Facility Needs Assessment. The Council decided to pursue a long-term strategic plan in the form of a City Hall Facilities Master Plan, that would map our facility requirements in order to better serve the public. The proposed action will initiate the facilities planning/needs assessment phase of the proposed Master Plan for the City Hall campus. The scope of work incorporates a long-term, integrated approach, addressing current and long-term workspace needs with respect to staffing, facilities access, mobility, storage, and customer service. This effort is closely aligned with one of the City Managers "Top Ten" goals to improve the City's existing office space constraints affecting the plan check and issuance process. An invitation to submit qualifications was sent to all architectural firms with a Newport Beach business license and a small list of firms recommended by other local agencies. Twelve firms attended a site tour of the City Hall campus. Subsequent to the tour, the following eight firms submitted their qualifications to provide space utilization and needs analysis professional services: • Environ Architecture • James Lawson Pirdy, AIA, Inc. • Griffin Advisors, Inc. • Saunders Design Group • Dougherty & Dougherty . Thirtieth Street Architects, Inc. • The Hill Partnership, Inc. 0 Roberto A. Viggayan & Associates SUBJECT: City Hall Facility Needs Assessment — Approval of Professional Services Agreement with Griffin Structures, Inc„ Contract No. 3502 - January 8, 2002 Page 2 Staff reviewed the qualifications of the firms and three firms were chosen to respond to the City's Request For Proposal: • Dougherty and Dougherty • Thirtieth Street Architects • Griffin Advisors, Inc. The proposals were reviewed to evaluate each firm's qualifications, past experience on similar projects, and availability. Griffin Advisors, Inc., (Griffin) was ranked the highest. Upon selection, Staff negotiated with Griffin, to provide the necessary scope of services for a fee of $154,780. Griffin has successfully completed space utililization and needs analysis services competently and professionally on similar projects for other local agencies in Southern California. The scope of Griffin's professional services will include the following activities: I. SPACE UTILIZATION ASSESSMENT The space utilization component shall provide a comprehensive assessment of current space utilization and allocation for existing operations and staffing at the City Hall complex. A. An analysis and findings of the current space allocation for existing staff, by building and functional use. B. Preparation of an illustration of the current space allocation for visitors and customer service operations. C. An analysis and findings of the current space allocation for visitors and customer service operations. D. Preparation of an illustration that represents the current space allocation for shared needs such as conference rooms, lunchrooms, restroom facilities, and parking. E. An analysis and findings of the current space allocation for shared needs such as conference rooms, lunchrooms, restroom facilities, and parking. F. Preparation of an illustration that represents the current space allocation for specialized equipment such as, computers, telecommunications, HVAC, and electrical facilities. G. An analysis of the current space allocation for specialized equipment. H. Identification and analysis of current space constraints and/or inefficiencies. SUBJECT: City Hall Facility Needs Assessment — Approval of Professional Services Agreement with Griffin Structures, Inc., Contract No. 3502 January 8, 2002 Page 3 I. Formulation of recommended space standards based on acceptable industry standards. J. Formulation of a comparison of the City's current space allocation in relation to acceptable industry standards. K. Formulation of benchmark comparisons between the City and private sector. L. Formulation of benchmark comparisons between the City and other cities of similar population. IL NEEDS ANALYSIS A. Evaluation of the individual workspace needs for existing and future services and staffing. B. Analysis of the specialized equipment space needs, i.e. computer network, telecommunications and HVAC. C. Evaluation of current infrastructure condition, life expectancy, replacement schedule, and cost of buildings and utility systems. D. Modifications designed to enhance service delivery and increase the efficiency of space utilization. E. Formulation of standards for housing functions, which require interface and/or proximal location to one another. F. Development of recommended standards for the City's space needs. G. Application of the recommended standards to existing staffing functions. III. RECOMMENDATIONS A. Development of alternative solution concepts that range from remodels with minor reconstruction, to new construction and their associated costs. Concepts should include phasing, temporary facilities, and transition costs. B. Evaluation of the best solution to meet the long-term facilities needs, including potential parking solutions. C. Provide an implementation strategy, including funding analysis, design team formation, and construction phasing program. SUBJECT: City Hall Facility Needs Assessment — Approval of Professional Services Agreement with Griffin Structures, Inc., Contract No. 3502 January 8, 2002 Page 4 Griffin proposed additional items as options to their proposal and Staff recommends implementing all of these items into their scope of work: A. Interview second-tier Management Staff and others to develop a more accurate needs assessment. B. Develop detailed projections of operations using techniques which model growth using historic budget parameters, projections of annexation and population growth, as well as economic and legislated impacts on City services, and provide a basis of facility planning for a future period of twenty or more years. C. Study One -Stop -Shop requirements for issuing permits and explore options for developing this operation at the City. This can include centralized cashiering, flow of paper and plan check materials, computerized plan review systems, and other factors. Tours of other agencies will be arranged. D. Analysis of records management, archiving, microfilm storage, off-site storage, and similar operations that may relieve the need for office space in City Hall. E. Tour other City Halls to identify optional configurations of space and design challenges. F. Provide detailed Staff and operational projections to be used as a management tool to meet long-term requirements. G. Determine parking requirements, model visitor requirements, identify parking available today, needed today, and needed for the future. H. Provide detailed review of land options, financial issues, partnership opportunities, and alternatives regarding other City -owned land resources. I. Participate in public workshops to obtain general public input and advice regarding development and evaluation of alternative approaches. J. Development of financing package and evaluation of alternative funding mechanisms. Funding for this work has been budgeted and is available in Account No. 7011- C2910545. Respectfully �040,-WORKS DEPARTMENT Std en G. Badum, Director By: A� a-to� Lois Thompson Administrative Manager Attachments: Professional Services Agreement DRAFT PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this day of , 2002, by and between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as "City"), and Griffin Advisors, 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 a Facilities Space Utilization and Needs Analysis (`Project"). C. City desires to engage Consultant to perform a comprehensive space utilization assessment, a needs analysis, and provide recommendations for the City Hall campus facility expansion upon the terms and conditions contained in this Agreement. D. The principal member of the Consultant for purpose of Project is Roger Torriero. -1- E. City has solicited and received a proposal from Consultant, has reviewed 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 _ day of , 2002, and shall terminate on the 315` day of December, 2002, 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 fifty-four thousand, seven hundred eighty and 00/100 Dollars ($154,780.00). -2- 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. 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. 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. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of ten -3- percent (10%) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 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 represents to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. If Consultant is performing inspection or construction management services for the City, the assigned staff shall be equipped with a Nextel Plus type cellular/direct connect unit to communicate with City Staff; consultant's Nextel Direct Connect I.D. Number will be provided to City to be programmed into City Nextel units, and vice versa. 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 Construction Management or Construction Manager does not 51 imply that Consultant is engaged in any aspect of the physical work of construction 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 carry 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. 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. -5- 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 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 Consultant shall perform the services in accordance with the schedule specified below. The failure by Consultant to strictly adhere to the schedule may result in 112 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. 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. -7- 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 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, its 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. Worker's compensation insurance, including "Wavier of Subrogation" clause, covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance, including additional insured and primary and non-contributory wording, covering third party 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 twice the occurrence limit. C. Commercial auto liability and property insurance, including additional insured and primary and non-contributory wording, covering any owned and M 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 hundred fifty-four thousand, seven hundred eighty and 00/100 Dollars ($154,780.00). 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, which Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing workers compensation, 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 -10- 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 -11- 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 City authorizes the release of information. 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. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. -12- D. City will prepare and provide to Consultant street base digital file in AutoCAD (DWG) compatible format. 18. ADMINISTRATION The Public Works Department will administer this Agreement. 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/her 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 -13- 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 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 -14- 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. 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 Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 (949) 644-3335 Fax (949) 644-3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Griffin Advisors, Inc. 385 Second Street Laguna Beach, CA 92651 949-497-9000 949-497-8883 -15- 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 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 -16- 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 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/her 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, or over 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, of CADD data for additions to this Project, for the 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, 15110 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 the City's latest adopted version of AutoCAD in ".dwg" file format. All written documents shall be transmitted to the City in the City's latest adopted version of Microsoft Word and Excel. 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: City Attorney ATTEST: By: City Clerk CITY OF NEWPORT BEACH A Municipal Corporation 0 Mayor GRIFFIN ADVISORS, INC. f;\usem\pbwlsharedlagreements%fy 01-02\griffin-city hall needs analysis.doc M. EXHIBIT A C. SCOPE AND METHODOLOGY T OVERVIEW The scope of work we propose is essentially a "menu' detailing our interpretation of the scope as requested in the RFP. In examining the City's scope statement, we have had to address the depth and detail which the City wants, and the detail of documentation the City expects which support our conclusions. The work plan we will undertake—the methodology by which we will provide the products of scope that the City has requested—is not simply to execute these items as if they were separate tasks, but rather to perform a _ carefully crafted work plan that provides these items in an orderly and efficient manner, with suitable docu- mentation to support the findings, and with a focused goal of finding the best solution to the City's needs for space. -: Because of this organized approach, our methodology also provides additional information as a work by- product, which the City will find valuable in its deliberations and conclusions. For example. we propose to pre- sent graphic illustrations of the require amounts of space by function (staff areas, public spaces, meeting rooms, specialized equipment areas, etc.) and compare this to the existing (allocated) space. Allocations of growth space, or projected requirements will be compared to the existing requirement and also to the existing actual spaces. All this allows the City to test the logic of the needs analysis. We have been careful not to overstate the detail and analysis which the City might have requested for this pro- ject. We have been involved in past work in many levels of space analysis and management planning, all based 7 on different motivations, study requirements, and outcome expectations. Where feasible, we have added extra depth and detail as an option (see Section I), but we have assumed a certain core level of detail in the base ap- proach. We firmly believe that the City must undertake a sufficiently careful analysis of needs, and produce a document that can stand critical public and political scrutiny, and also be supported fully by City staff and management. Scope as Requested and as Provided The following scope of activities and products is included in the program of work we have proposed. "a J I. Space Utilization Analysis —� A. Preparation of an analysis and findings of the current space allocation for existing staff, by building and functional use. -' B. Preparation of an illustration of the current space allocation for visitors and customer service operations. C. An analysis and findings of the current space allocation for visitors and customer service operations. D. Preparation of an illustration that represents the current space allocation for shared needs such as confer- ence rooms, lunchrooms, restroom facilities, and parking. E. An analysis and findings of the current space allocation for shared needs such as conference rooms, lunchrooms, restroom facilities, and parking. F. Preparation of an illustration that represents the current space allocation for specialized equipment such as computers, telecommunications, HVAC, and electrical facilities. ' G. An analysis of current space allocation for specialized equipment. .� H. Identification and analysis of current space constraints and/or inefficiencies. 1. Formulation of recommended space standards based on acceptable industry standards. Griffin Advisors, Inc. / LPA, Inc. Page 4 Newport Beach City Hall Needs Assessment A J. Formulation of a comparison of the City's current space allocation in relation to acceptable industry standards. K. Formulation of benchmark comparisons between the City and other cities of similar population. II. Needs Analysis A. Evaluation of the individual workspace needs for existing and future services and staffing. B. Analysis of the specialized equipment space needs (i.e., computer network, telecommunications, and HVAC). C. Evaluation of current infrastructure condition, life expectancy, replacement schedule, and cost\ of build- ings and utility systems. D. Modifications design to enhance service delivery and increase the efficiency of space utilization. E. Formulation of standards for housing functions, which require interface and/or proximal location to one another. F. Development of recommended standards for the City's space needs. G. Application of the recommended standards to existing staffing functions. III. Recommendations A. Development of alternative solution concepts that range from remodels with minor reconstruction, to new construction and their associated costs. Concepts should include phasing. temporary facilities, and transition costs. B. Evaluation of the best solution to meet the Ione -term facilities needs, including potential parking solu- tions. C. Provide an implementation strategy, including funding analysis, design team formulation, and construc- tion phasing program. Outline of the Work Plan (Our Methodology) The following illustrates the step-by-step approach of our proposed methodology. Each of the required ele- ments of the scope of work, above, is produced in a logical order and in sufficient detail to meet the require- ments of this Project. Below, we describe the methodology in greater detail. r._._._._._._._., r.._._._._._._._._j I._._._._._._._._. I Assessment I 13. Needs Analysis 11. preliminaries I 2. Assessment r_._._._._._._._._j 14. Recommendations I I I I -1.1 Orkntadon :;' - 1 I I 21 Space Allocatiorm j II T31 Space StandardsAttematives— j j elt,Finalized .., _- j j . POI1eY wodcshop 1 13 Data Collection I 22 Space Alleeatiorm, , I 1 3,2 Future Operations I 1 4.2 ANematives— - l I I I '.,. yaanatysls) I I 1 Design 8 Eval n`:i. I I 33 Building Space' I 4.3 The Best Solution l ii Needs 2.4 i 34 Stte SPace Needs, 3.4 ImpShaltegiestatlon— .................. CCompa��8_ i _ _ _ _ _ I l .. �3.S Proximal Analysts i Task Flow and Methodology 11 Newport Beach Needs Assessment j 3.6 Spedalized Areas l I 3.7 Analysis or l j Exist g Buildings Griffin Advisors, Inc. I IPA, Inc. Page 5 Newport Beach City Hall Needs Assessment CNQ C 'w U UQ � V � m C y y O LLZ D. dCZ m 16 Eo`o N r W NU m R 6 M 11 o 0 0 0 0 0 0 o O O o (O OJ co ml (O Q O R O C N N p p p p O D] b9 O 69 (D V E9 Q b9 M EA (`� fA O) M In m vi (o C U e» F- F- H w i» F- F- E» H G 0 `m oo p o m C,^ w O 0.0.Uw N 0 00 x a . m m ,o o E O v co p p m co co (o p p N N m m m m m g M m 3 � v o v v m o in ci O p p M M O 7 O m N (OO x H o �' 4A Gi O O O O O m co O .rL d m M M Q 69 V O N O Q OJ N O C 2 1 60 C7 U_ C d O c Q C N (0 O J d N N a 3 W o p0 ami c o ami 'am o m we -o E U E 16 m - otf N O m C J c T O m n C 5 N o a o 6 n o F- r— @ N rn d m 3 d o a c o a¢ m N N a m -No m m 3 m o v Q m Q U o 0 M g 3 c m U a a m 0 C ( c p N pO� N C � 3 E E VC- C Q iE O O �N aL a ¢ , LL Cv0 h U w $ c O E E ° W> o n mum ay ON U m .V N L N m d O L YV NN > E O N- m N d m N NJ a E o m �NOm � p yuNw OuV N O m W U NTp OO C ..N S LL N ` U N j w p LL C N = O N t0 Z O U p p O H Z Q p d LL F- LL Q. O O O y N m R (o f� N m O M j J 0. a F` 0 N W10 M 11 EXHIBIT B 14 November 2001 Ms. Lois Thompson Administrative Coordinator CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 92658-8915 Re: FEE PROPOSAL to the City of Newport Rerrch Facilities Space Utilization and Nleds Analysis Dear Ms. Thompson As requested, attached is our FEE PROPOSAL associated with the "Facilities Space Utilization and Needs Analysis" Proposal and Work Plan which is submitted under separate cover. The total fcc for our proposed core services (including an estimated 7% for reimbursable expenses) is the not -to -exceed fixed price of Eighty -Nine Thousand Three Hundred Forty Dollars ($89,340,00). The attached calculation detail sheets identify the numbers of hours assumed for each position on the identified team, their hourly rates, the number of hours for each position to perform each of the proposed tasks, and the fee requirements that are computed f rum these items. Note that we have taken a `menu" approach, as described in the main Proposal. On this basis a number of additional optional services are proposed which the City may elect to have performed. In any case, the services requested in the RFP are all included in the base fee. above. These optional services, for the most part, provide extended analysis, greater detail, and more complete documentation. These optional services also provide certain information (such as projections of operations for the proposed facilities projection window) that is assumed to be provided by the City in the base projections. The total for these optional services will necessarily depend on which services, if any, the City elects. Please refer to the last cost computation detail sheet of the attached material for a listing of these services and related costs. Thank you Sincerely, rorricro1cro GRIFFIN HOLDINGS INCORPORATED 36i SECOND STREET, LAGUNA BEACH. CA 92651 (949) 497-9000 • (949) 497-8883 fax CORE FEE CALCULATION The following spreadsheet identifies proposed staff, hourly staff rates, proposed time commitments, and calcu- lated fixed fee requirements for the Newport Beach City Hall Space Utilization and Needs Analysis project. All work activities and tasks correspond exactly to those identified in the Proposal, submitted under separate cover. The Core Fee Calculation covers all services identified in the City's Scope of Services (listed in the RFP) as de- scribed in our Proposal document. Fee requirements for additional work which the City may elect as extra services are presented separately. The key to the identified staff positions is as follows: RNT Roger Torriero, Griffin Advisors, Inc. AB AI Beaudette, Griffin Advisors, Inc. BM Brian Myers, Griffin Advisors, Inc. RH Robert Hall, Griffin Advisors, Inc. DH Dan Heinfeld, LPA, Inc. JW Jim Wirick, LPA, Inc. GC Glen Carels, LPA, Inc. Other Prof Various professional architectural and designer staff Cons Consultants (Sub -consultants) as listed in the Proposal Griffin Advisors, Inc. I LPA, Inc. Newport Beach City Hall Needs Analysis Fee Proposal o 0'0 N N NcO co cDOgO)0)Rv ��C N co NNcO MCO R V CO Vf C! �Np+ `. W iA G 0 io o! o'0000 o� oo N C C O lo�0000 N Nci A C S 0f9 �0 -Op O'OiNhO O OlO C p OOHc 0 f9 cA ci 16 fA LC f9 � � I N7 O U1p M.N- MLOO O " "it O MO 3 j 64 O N OIO,o o 0 o Ct ' M O I M a IIn LO W C - LO( y � A 10. MMco 0 M' LO10'0 0 O N N h O M,LO Q IO LO RO'N N O OM OI NI O10 x� o1 O cj OOAm N N M 00.000 fA C-4 C-4 N O OO O O m c0 ifH rca ,0 m M L n all m O 9 00 N OO N 'M � �.'N N' NO F O C-4 o'a Z fA ?G IGIS'1 I 0I 4x (D N d A O of }g D x m c H F > OI Z w i a) U) N W m W to C m C d c (A LU U) A O N Q Q m N N O ` I�'�. c OvI,O 0U)0 E iii ZUalia �QH tA'IQ y FQlvl « r 0 2 c m E C W_IN �f<0 W N J O Lam d 0 e w QHto +Z Z W �J aF QZ Z W NN d U Z W OYy c _C.. C r0 SNC W I.Q d �Wiolo Woo Cc �' ac��aM_� O ;Ha O L e'W J U aW aZif W uJ J,U WIa W W p DU A O Z O � o m= c G U9 Old C N z A,y E' ZLi— IN Z E � u� cam' Ha0-Za oav) E— d0 '3 a Ja�c,a c�1 , = u M.2 �'.-' I> m A3 J Q = NMa U�cV MR a'F O uOY OO t'S m a.. U) « r�a. W CWQ 4 m tU Uvm Y LLza rcz w U W NU V CL N v I I IfoIN NININI foil NIN l7 r mi(o N Ifo (O I I r' pO Fil I III II I II�! I III IIiIII I I I Illi) o I I II IIiI I h i l l I III I I I IIII l I I I i I I _w O I o Ofd U fn C y�le,l ! 1 c OSI Oo NNNNN I �IO alo i i 0 b � I c OI�j CSI Ci ! N N O N CIJ I b9 ClO S Qo'�j a IIID i�IIIII I!IIII !l!il'II I �, ill ! I I 0 O 7 N N V ! V 00 f0100 ". O Q+ ILO �' I'II 'VIII II �'IIIIIIII I ! mlol I I II II l ' I I i i I � I I II I O'fE, y I i l W o OSI l O O e�L6I f9 II I I C7 I I I i i II I I I I I I I I I I I I I I w �'--aU°ii Wo',U W IUI I'U w P > Wi ! ! UJ N to H mo w. .QI 'I� z; eI hI I H W N o � Q o 'a;EIE li to 'w. ICI I`o �I IES �I oll l I� 2 O IE' .E I,EI 10� __' O cwi y!dlo w' �cLiI 2 10 ! L4 W IOJ O. n W. hI W' JrnrnI W X!(J m =IOI n'W ISI O. OIL W= m'w m j 0 H w IUI KIWI ILI IOII KIWI OI LI. 1 NO IIi ;U y J l9l 91 !V.W,V, w�VI '10 W C w N. C W _' ISI =OIOI NI w C O z N U �' I Y w U Ali y w J 'O .E V G'Q N�AIw!yf1Q�!pa.N�NIT01 Nl m!Nj f`p!T T�I E'ZI2i a E d'fnl I li O m7 LLU a Wlawi •'-y �t'n!=W z n=I gym,>v)v�rn =in'-v�v�v� ,' w €I w!crc oUfnfn� tLi!>a waa a y l la I I U. m 7 7 y W !V NI CV 'fV l o7 N R pj fq W !V v I I c0< Oz O ua`m VOt U. Z C. 9931 W q2 Eco w N (: V. W m a O N d c M c0 C c0 N cOCN• 'N N co 'co N O N `10 N N V W N O I A O 7 co cD c0 C O C O r LO 1, aV e a a a NI0 C O mio WO dO7 C 7 7 7'C,7 7 N•� N cl I I i QLO In e I O O ITW NI"r "r 10 CO N 10 Q CL N 26r uIn Imo.^ N 8 O b09 i Olpi WI I Z OI W NI DI alr �_ O L) y o O 0 O y y c3 d aai alc o W `m E W SIC SIC W e E y y aIC W N OI a,y jIW dly (A C V O N al (Il C V O W c19 C c W C •� c V C WW m m y C O U e c 3 a twos x a 1 W E 1 Y� � d W N N a O Q Q� y O y C X U ma c$ N •� J O O A 2 O E W Z LL (n 0 a O a W c C m m J y W Z U I «O WIC O' O o a' 0 0 0 c J .� c a U a p W= c � p y Z C Q C �p c 00 W c (IlI y O I(JI O]'y y y •N y •N O_ rd W c W W N.W. O 'c W p :r p y E O W W > O r C 1 W Q IE W N1 O a. W,, y > 1 LISW •- T �a c T m T' mlm'n,- T, E p W 5 a A W O. E t p W U W y t y w 1 O a Z �—O LL y wp,W wa�LLoal2Imaaa0: �i CW=ccic 109 <�-aOM W W OWt.. jp2T.5W >550WW «.�W www lLU FW M 17 m i C14li vi ni m of ci l ci N'N ri V. W m a O N d c M c o< .2 TU � mt U. a m V�mmm y m O LLZ'00P cZ of nl EO % N % W NU u m CL m fU a m m a Ia0.a0iN,.�l 'NIOO'o •w r Ia IN OI 10 P O•a a ll w, N v O' l l ! M l i l I III I O III c a m a` O en I IIII! 1 II I III l j o O o I 00 71 ao m m 'ao ! va0i.o IL �m rlyj ! a 01 1$' IN.. w-Rr ItOIV is IV la Iwo a 02� •001 iN a N �� aiN � I is N IN . II � I I ! I � iill N M o 4 UIQ' IIII�� III I 'v w en liI ;I I illi II II SOI N X01, OO , I i SII I I I I NDN i I11 I III I ili III �a.�,' I III I III It "�"i "• ! all" " N N F W l 1 r elm; c i1 o,:_ I 1 7m o I ig'Nl I I p ICI �mI In , Mf IlG o iE E' Ln;Elf 'E U tm. Ulm wl> o Iasi ,c p 00 d Ln �'. r, m'., Idl0l Id c m y; yl'm l��I�o' O 4 Fa'ya ¢ISI '¢, o ccl'o mml hlm1L al�!cic, jo w12 1 1 a IU J I'Cm OIW NCym�I '2��h . ma y� oEm 1aEEcc- !Z mCm WE 'yN oa"- .�¢ yCc E U- QVrcWE • I 0 n > m!'l m m0> 0 >'m O •amN -�ovriW o � h x a ._s zC iClym !LL q7 �N m a 7 7 rn m 4 a m m a FEE FOR OPTIONAL SERVICES Griffin Advisors, Inc. / LPA, Inc. Newport Beach City Hall Needs Analysis Fee Proposal C.!2 Q O U A N U U C N Q V � m woo LLZ 3 dccZ N E a `o W NU oN 0 2 U N A CL 0 c a SO O o on IIm1' O I'. 1co 01 OI O O 101 0 17 I!0 O Ily' ,p;! III 1 y w �: �, el L7 fO h•. O 101, m trl LAI �1, IM 1a1, lto 10 ;Ci IrnI LO 0 ISI IFI 7, Ln OI U tel, It» to �I IF H ��I IIII �I Iii I� F' (I ~ '� I III II I it I I I it III it I I c III I I I I I I I I 1 I , I N III III m 0. I U S LU I PL Ut» ! I li I I I I I I 1 I 1 =ao hI O F of F- ml d O NI, j 1 00; 1 10', !W fn 11 IfD I W: I Icor 1<O1 I I! 1 jp', 1D' 1 m too, H ~I NI Oi �I � , I, I I~ �~III i li I ! • I III III i, �'I i. 1 I ( I !I 1 1 I Iii ! IIII O = �co Ij C 10 7 7 m m 'N M ILn 10 i ; I O III III m��l II I I I IIII I I I U II !' II I I I I' I I I Ico• IlmI I tA. I'II Q fq I lI �I 0 �II N a O' H1n I III ' i i I I l i ! i 171 101!1 I , I N �I c Z II LO! U C I , 1. I I o • ��a! I I II III I 'I^III I I I ! ! �I� �'' � ;LL! 1 , ,0aM:l O1 CO CO li N d i0 N L' 09�y' ,I'I1 �'l1 •Na�n-yyCcU 0 Xj'Ic�OO ;01 OdlO`°O Il !,•0ao_lU II'II'QNC��CyOcmN W mo i LCyCn. '0 't 81 EE OI C OIIIl O !LL lW W'0O' U c 4) Oya IL 'D o01,01EyIE 00'I EI UQi Nl Ng y T 0 IEL J d Q 's5, 10 N1oQ dLu O W Oo o WW to :E VI A�'wj121-s 2O U! -i rnz Q o a t�VEOi 1- aIC O. M, I7' Lo :(O h I'Ii O 7 dod O M M 01W N A CL 0 c a