Loading...
HomeMy WebLinkAbout20 - Corona del Mar State Beach ImprovementsE CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 20 January 13, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Lloyd Dalton, P.E. 949 - 644 -3328 ldalton@cfty.newport-beach.ca.us SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS - AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS RECOMMENDATIONS: Approve Amendment No. 2 to the Professional Services Agreement with Robbins Jorgensen Christopher Architects, and authorize the Mayor and City Clerk to execute the Amendment. DISCUSSION: On September 10, 2002, the City Council approved a $111,670 professional services agreement (PSA) with Robbins Jorgensen Christopher Architects (RJCA) for the CDM State Beach improvements. The PSA provided for planning, schematic design, contract preparation and construction support to construct or reconstruct approximately $750,000 of improvements at Corona del Mar State Beach. The original scope of work included the replacement of restroom and concession facilities only. On December 12, 2002, the City Council increased the budget for this project by $350,000 and approved an amendment to the PSA. The amendment provided a $31,330 fee increase for performing the additional contract preparation and construction support services for the additional construction budget. On July 8, 2003, the City Council approved RJCA's conceptual plan for an estimated $2,500,000 construction project, thus increasing the construction budget by $1,400,000. Also, the City Council instructed that plans and specifications for the project be prepared such that construction could be phased in the event that insufficient funding was available to award a $2,500,000 construction contract next summer. The currently funded Phase I work scope includes the demolition of the existing structures and the . construction of three replacement buildings (two restrooms and one multi -use structure), along with the necessary sidewalks, seat walls, utilities, and landscaping. The currently unfunded Phase II work scope includes reconstruction of the parking lot drop- off /entry, entrance kiosk, improved picnic areas (northwest portion of the park) and SUBJECT: Corona Del Mar Beach - Amendment 2 to the Professional Services Agreement With Robbins Jorgensen Christopher Architects January 13. 2004 Page 2 a satellite lifeguard facility including overnight vehicle storage space, first aid /office space, and small observation deck . (See attached City Council Report dated July 8, 2003 for more detailed information) On November 25, 2003, RJCA submitted a proposal to provide services for the additional construction for a fee of $71,500. A staff report was brought before the City Council on December 9, 2003, recommending that the City Council approve Amendment No. 2 with RJCA. The City Council asked for additional information concerning Amendment No. 2 and continued the item. City Council's July 8, 2003, direction added approximately $1,100,000 of Phase II construction to the project. RJCA's scope of work now includes providing plans, specifications, estimates and construction support services for reconstruction of the parking lot entry/drop -off area, the parking lot ticket booth, the restrooms, the concession facilities, the ocean front promenade, the landscape, and the lighting and signage, in addition to constructing a new lifeguard facility. Staff negotiated the additional compensation for these addition services with RJCA, and feels that the agreed fee is fair and appropriate. Note that RJCA's original fee for all services was $14.9% of the amount available for construction, whereas the increase in fee for the $1,450,000 increase in construction budget is 7.1%. The difference in percentages represents the amount of time RJCA used for staff and community meetings, planning and schematically designing the project prior to commencing preparation of construction plans, specifications and estimates for the project. Adequate funds are available for approving Amendment No. 2 in the following account: Account Description Corona del Mar State Beach Improvements Prepared by: 9 �p1J� Lloyd D ton, P.E. Project Manager Account Number Amount 7295- C5100569 $71,500.00 Submitted by: hi G. Badum Works Director Attachments: Copy of Proposed Amendment No. 2 with RJCA Copy of Executed PSA with RJCA Copy of Executed Amendment No. 1 with RJCA July 8, 2003, Council Memo 1] 10 AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered into this day of 200_, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred to as "CITY "), and ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS (RJCA), whose address is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter referred to as "CONSULTANT'), is made with reference to the following: RECITALS: WHEREAS, A. On September 10, 2002, CITY and CONSULTANT entered into a professional services agreement, hereinafter referred to as "AGREEMENT', for architectural services for the Corona del Mar State Beach Improvements project, hereinafter referred to as "PROJECT; and B. On December 12, 2002, CITY and CONSULTANT entered into an amendment to AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 ", for additional professional services needed for PROJECT; and C. CITY has requested CONSULTANT to provide additional professional services not included in AGREEMENT or AMENDMENT NO. 1; and D. CONSULTANT has proposed to provide additional professional services not included in AGREEMENT or AMENDMENT NO. 1; and E. CITY desires to compensate CONSULTANT for additional professional services not included in AGREEMENT or AMENDMENT NO. 1; and F. CITY and CONSULTANT mutually desire to amend AGREEMENT • and AMENDMENT NO. 1, hereinafter referred to as "AMENDMENT NO. 2 ", as provided herebelow. NOW, THEREFORE, the parties hereto agree as follows: 1. CONSULTANT shall be compensated for services performed pursuant to AMENDMENT NO. 2 according to "Exhibit A" dated November 25, 2003, attached hereto. 2. Additional compensation to CONSULTANT for services performed pursuant to this AMENDMENT NO. 2 shall not exceed Seventy -One Thousand Five Hundred and no /100 Dollars ($71,500.00), thus increasing total compensation for PROJECT to $214,500.00. 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. . IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO. 2 on the date first above w. [ten. APPROVED AS TO FORM By: City Attorney ATTEST: By: LaVonne Harkless City Clerk CITY OF NEWPORT BEACH, A municipal corporation IN Tod W. Ridgeway, Mayor City of Newport Beach ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS 0 Print name f: \users \pbmshared \agreements \fy 02- 03 \rjca, -amend no. 2 -cdm state beach.doc 0 0 ... L J ROBBI N SJORGEN S EN CH RISTOPH ER November 25. 2003 Mr, Lloyd Dalton Design Engineer City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Re: CDM State Beach Improvements RJC Job No. 0223 Dear Lloyd, s_.w.._R.,. —1 P i This letter is to submit our additional fee for professional services related to the increase in scope and cost for the Corona Del Mar State Beach improvements project. The fee and scope of work is as follows: 1. Add -on #1: Parking Lot Improvements, $219,385 approved by council on 7/8/03. Fee at 9.7% of construction cost: $ 21,300.00 2. Basic Scope construction budget increased from $1,200,000 to $1,992,848. Approved by council on 7/8/03. Fee at 9.7% of construction cost: $ 50,200.00 3. Preparation of additional /unforeseen presentation material during schematic design phase. (Approx 40 hours) NOT INCLUDED 00:99 TOTAL $ 71,500.00 The construction value for the project has been increased by approximately 60% again. In order to meet the requirements of the City, we believe that we can complete the project, including the additional scope for $214,500.00 Please feel free if you have any questions on this revised proposal. Sincerely, R bins Jorgense Christopher, Inc. oberta J" orgen n FAIA President Accepted by: of Newport Beach Date 3000 LAFAYETTE NEWPO RL BEACH. CAUFOBWA 93663 fi;blctici I'mirct'.0" Y.t ontract`d'rt I'inpavils; \d3�.n f L`U���Ui A.�: PH. 949.566.0080 FAX. 949 566,0083 WfB www rl<ar[l,.<am PROFESSIONAL SERVICES AGREEMENT FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS THIS AGREEMENT, .entered into this Ak day of G7ti, 2002, by and between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as "City "), and Robbins Jorgensen Christopher Architects whose address is 2800 Lafayette, 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 Califomia with the power to carry on its business as it is c now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to replace improvements at Corona del Mar State Beach ( "Project'). C. City desires to engage Consultant to provide architectural services for Project upon the terms and conditions contained in this Agreement. D. The principal member of Consultant for purpose of Project is Roberta W. Jorgensen, FAIA E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and 0 -1- . 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 /0 day of , 2002, and shall terminate on the 151 day of January 2004, 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 t" 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, including all reimbursable items and subconsultant fees, shall not exceed the total contract price of one hundred eleven thousand, six hundred seventy dollars ($111,670). 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, -2- computer printing, postage, mileage, etc. 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 compensation for extra work without prior written authorization of City. 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 authorized by this Agreement, or specifically approved in advance by City. Such reimbursement shall be limited and shall include nothing more than the following costs incurred by Consultant: A. Costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been • awarded in accordance with the terms and conditions of this Agreement. B. Other costs and /or payments specifically authorized in advance in writing by City and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 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 has • -3- • or shall obtain all licenses, permits, qualifications and approvals required of its profession, and Consultant shall keep in effect all such licenses, permits and approvals during the term of this Agreement. 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 r, 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 Project Administrator. 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 Roberta W. Jorgensen, FAIA, to be its 0 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 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 as contemplated by this Agreement. a. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement. • 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. 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 • -5- • federal law, regulations and permit requirements and be subject to approval of the Project Administrator. 11. PROGRESS Consultant is responsible to keep the Project Administrator 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, all insurance policies shall add City, its elected officials, officers, employees, and volunteers 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. 0 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 wording endorsement covering any owned and rented vehicles of -7- 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 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 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 0 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. • LJ 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. Access to and upon request of Consultant, one copy of all existing record information on file at City. Consultant shall field review to verify the accuracy of information provided by City or others City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. All reproduction shall be the responsibility of Consultant . 18. ADMINISTRATION The Public Works Department will administer this Agreement. Lloyd Dalton, PE, shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator 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 -10- 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 0 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 bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. -11- • 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 E 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 priorwritten 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, -12- 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: Lloyd Dalton, PE .. City of Newport Beach 3300 Newport Boulevard 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: Roberta W. Jorgensen, FAIA Robbins Jorgensen Christopher Architects 2800 Lafayette Newport Beach, CA 92663, (949) 566 -0080 Fax (949) 566 -0082 • 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. 51911 . 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 eamed and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the • same or any other term, covenant or condition contained herein whether of the same or a • different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and 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 -14- 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, 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. • -15- • IN WITNESS WHEREOF, the parties have caused this Agreement to be executed • CJ on the day and year first written above. APPROVED AS TO FORM: By City Atto ey 5 n CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS li �'jU/ • scope ut-Nf work Corona DeCMar State Beach Improvements The narrative below describes the proposed conceptual design effort and corresponds to the Scope of Work outlined in Attachment 'B"of the RFP. Planning and Pre-Design Kickoff Meeting At the kickoff meeting we will begin with introductions and a discussion of communications and reporting protocols. We will review the project goals, budget, funding, and schedule. We will review existing project information and information sources. We will discuss majormilestonedates :sothatacletafeaproject schedule may be developed. We will develop a list of project stakeholders and discuss how and when these �. stakeholders may participate in the design process. We will discussthepolitjcalandregulatorycoatextfor design and approve. Review Existing Data T — We will review all existing data, including City/property owner agreements;: ion ng and].. nd lise regulations, applicable City ord'inan'ces, Coastal Commission and other regulato y agency requirements, land develop- ment ordinances, topographic and boundary. surveys, easements, geotech 'ical,reports, traffic and parting plansorstudias part fig requirements, and erstingon site publicfacilitie `sanfplans. Determine specmcallywhat additional i fbrrnation will need to be gathetei and coordinate with the City to provide orsecure that data in tnia nest cost effective manner. Site Investigation and Scope Idenn"fication Srf inv stigation, combinedwththe scopeFofworkfor suryeymgandsoi!s riJestigation .UtilfieswillbeidentFied,andne d-dimprovemenisdaemmed.The • s cope of graomg drainage; paving, and fighting will all be determined attha time � Programmatic Requirements D ?scuss with City representatives the progammafc requirements forthe project. �s adish the requirements for a successful design, including function and operat community acceptance, appropiate. esign, siting, and implementation with a mir This location is visited by thousands of people every year. It is important that the City of Newport Beach is well represented by the appearance and operations of the facilities for many years to come. This can be aocomplished by placing an emphasis on pre design and establishing upfront the priorities forthe project, and the utilization of thefunds available. Because Robbins Jorgensen Christopher provides almost all of our architectw al services.iopublic clients, t.nr- &.:' we are familiar with the need to design forthe reality of7ong fain maintenance andhMavyus4e)Ne will discuss with the City our recommendations and experience with materials and systems that ran withstand the requirements of public utilization. Durable building materials will be utilized while still designing an interesting and inviting beach facility. 0--'r7 ROBBIINTSJORGENTSENTCHRISTOPHER 0 Oscope ug-�-f work Design and Construction Documents Develop Conceptual Designs Corona D % &r Ouroffice does not have preconceived notions about form or style, and each project represents a search for an appropriate architectural response to context. You will see the varietyofthese responses when you State Beach review our work. Improvements We will prep are options of design drawingsfor public restrooms,concession buildings, Jifegbard tower/ substation, storage room and vehicular garage. Additionally, we will prepare a site plan with improvements to beach sports facilities, barbecue areas, parking, traffic flow, spaces for interpretive exhibits and educational outreach, signage, lighting, seating and landscape. For the lifeguard tower /substation, as in anyemergency response facility; the life saving mission will be given priority above all other design considerations. We have completed design for over 35 Emergency Response Facilities, so we are famiHar with tha critical pnoriiy of lifesaving related operations and equipment. The building must be functionally effective. On this site, however, aesthetic considerations and longterm ma ntenande and dp=retingconcems will also be crucially important. We will address vandalism and marine odrrosion: We should admit to our one and only design preconception: every public building should embody the values Y, its citizens. We believe that the City of Newport Beach's environmental sensitivity should extend to its capital improvement projects. Our design will maximize the use of sustainable building materials and minimize the crsumoticn o° non -r= rewable resources. The sensitivity of the Corona del Va., State Beach site will require that the conceptual designs be developed as . I computer models and placed into the existino context so thiat all interested stakeholo3rs can see before-and-after photo realistic renderings of the design proposals from the vantage points of critical view, sheds. We will use AutoCAD 2000 software to develop the computer models. The images will then be integrated into digital photographs of site using PhotoShop software. We can pdnithese renderings in -house on large boards using ourfour- color, high resolution HP plotters, orthe digital images can be projected as PowerPoint slides. Conceptual cost estimates will be developed that reference materials and workto the numerical CSI sections of the preliminary specifications. These estimates will include fadilty.costs, site costs, and_df -site cosis. The General Contractor's general conditions, overhead, and profit rates will be identified separately. Unless instructed otherwise, the cost estimate will be based on Davis-Saoon labor rates. The cost estimate will include contio-. genc) allowance appropriate tothes p. ^ifici q of the design and will include an escalation �'actor pro-rating the estimate to the midpoint of construction. ADA A=essability We have extensive expectance with the application of ADA to pu blic facilities, and we have ourselves acted as ADA consultants for Cal Poly Pomona (development of an ADA Access Plan for the 1600 acre site), the City of Long Beach, and the City of San Diego. At the Santee Lakes Regional Park we have designed a Fshing Pier for the Severely Disabled. Accessibility, when integrated early into design options, provides a successful and implementable solution for everyone. Present Design Concept at Public Meetings The most important issue in presenting a design to the public and to elected officials is allowing them to understand the process as well as the conclusion. Council representatives need to understand their constitu- ents' concerns, and they need to understand clearly how, the design responds directly to those concems. Public K,.,' projects neadto be "barn- ra'sings''thatreinforce community spirit ratherthan inflaming controversy. ` ROBBLN ORGEI! CHRISTOPHER SEN S J n, =- _ 1 r 1 scope of wo rk- Corona "De[Mar State Beach Improvements Develop Construction Documents Once design decisions have been secured, we will develop Constriction Documents suitable forbidding and construction. These will include drawings of architectural, civil, landscape, mechanical/plumbing, and electrical disciplines, The Project Manual will incorporate and coordinate with the City's requirements forthe General Contractor. We will assist the City in securing Agency Approvals. Constructibility Construction implementation will be a critical element of this project. Because of the very high use and public nature of the site, access and functionality will need to be maintained at all times. Our development of a phasing Ian for f aifc pafRng and 'constructioq will be informed by our experience not only as arch teofs, but as Program ma`nage's as well. These services were provided for clients who were using other architectural fines, but who wanted our expertise as managers and implementers. We have provided Program Management services through design and construction (often on- site)'forthe Coast Community College Districl and Orange County Fire Authority, among others. We have also been hired to provide Constructibility Reviewof construc- tion documents prepared by others by numerous publicagencies. Construction Administration We will attend mastines, raview specified submittals, respond to responsible RFI's, and coordinate with the City's . representative. Once construction is completed, we will prepare as -built drawings from the contractor's docu menfation. Statement of Understanding Robbins Jorgensen Christopher generally understands and agrees with the General requirements of Section C of the RFP. Comments on "Professional Services Agreement "., We would like to discuss with you paragraphs I and9loffne Professional Services Agreement. r �d� '. _` ROBBINSJORGENSENCHRISTOPHER AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this day of AC -eiii b P: 2002, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred to as "CITY "), and Robbins Jorgensen Christopher Architects (RJCA), whose address is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter referred to as "CONSULTANT "), is made with reference to the following: RECITALS: WHEREAS, A. On September 10, 2002, CITY and CONSULTANT entered into a professional services agreement, hereinafter referred to as "AGREEMENT ", for architectural services for the Corona del Mar State Beach Improvements project, hereinafter referred to as "PROJECT'; and B. CITY has requested CONSULTANT to provide additional professional services not included in AGREEMENT; and C. CONSULTANT has proposed to provide additional professional services not included in AGREEMENT: and D. CITY desires to compensate CONSULTANT for additional professional services not included in AGREEMENT; and E. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 ", as provided herebelow. 0 NOW, THEREFORE, the parties hereto agree as follows: 1. CONSULTANT shall be compensated for services performed pursuant to AMENDMENT NO. 1 according to "Exhibit A" dated November 8, 2002, attached hereto. 2. Additional compensation to CONSULTANT for services performed pursuant to this AMENDMENT NO. 1 shall not exceed thirty -one thousand three hundred thirty and no /100 Dollars ($31,330.00), thus increasing total compensation for Project to $143,000. 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO. 1 on the date first above written. APPROVED AS TO FORM: By: City A orney ATTEST: CITY OF NEWPORT BEACH, A municipal corporation ME City of Newport Beach Consultant Print Name LaVonne Harkless z c+s City Clerk o 0o- CALIF f: luserslpbwlsharedlagreementslfy 02- 031rjca- amendno1 -cdm state beach.doc 0 U • • ROBBINS)ORGENSENCHRISTOPHER N8 November 02 Mr. Lloyd Dalton Design Engineer City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 RE: CdM State Beach Improvements, #3461 Dear Lloyd, Exhibit A NOV 1 g 2002 We have reviewed the additional fee for professional services related to the increase in scope and cost for the Corona del Mar State Beach Improvements project. The increase in scope will result in additional building area, therefore additional design and construction document time will be required. Also additional construction administration services will be needed. Since the project augmentation will now allow for the programming, design and construction of Lifeguard facilities in addition to the concession and restroom facilities funded by the original scope, we will need to add some additional time to the computer generated massing studies that will be developed to study the community views. The construction value, as well as our liability, has been increased by approximately 60 %. In order to meet the requirements of the City, we believe that we can complete the project, including the additional scope, for $143,000. Please call me if you have any questions on this revised proposal. Sincerely, R4bn Jorgense h ristopher Inc. RW. Jor n, FAIA President 3800 LA FAYBaf .E.FOFT MACY. C <V X08 ¢:<, p36fi PH 9 <9 566 0080 ip% 9<9 SPE CDE2 "F8 — "'F." tom CITY OF NEWPORT BEACH !?. zG CITY COUNCIL STAFF REPORT Council Cttp Of Newport 9680 Agenda Item No. i2 July 08, 2003 TO: HONORABLE�MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Planning Department: George A. Berger, AICP, Comm. & Econ. Devt. Program Manager; (949) 644 -3207; gaberger@city.newport-beach.ca.us SUBJECT: Corona del Mar State Beach —Beach goer Amenity Improvement Project ISSUE: The public facilities at Corona del Mar State Beach (Big Corona) have become antiquated and have deteriorated to the point that they should be_ removed and rebuilt. The Council is asked to consider the design and location of proposed facilities, to affirm • the Categorical Exemption, and to recommend direction regarding project funding. Should the City Council affirm the recommendation of the Parks, Beaches, and Recreation Commission to move forward with planned improvements to Corona del Mar State Beach? RECOMMENDATION: 1. Approve conceptual site plan and draft facilities concept for replacement facilities at Corona del Mar State Beach; 2. Affirm the Categorical Exemption (copy attached); 3. Direct staff to proceed with the full site plan and facilities concept by phasing the full project to reflect available funds and by seeking additional funding for its completion. DISCUSSION: Background: • The City of Newport Beach operates and maintains the parking lot and beach facilities at Corona del Mar State Beach on behalf of the State of California. On August 19, 1949, Co una del Mar State Beach July 8, 2003 Page 2 • the State and the City entered into an operating agreement, renewed six times —most recently in 1999 -that dictates the City's operations at the beach and directs the City to: "care, maintain, and control" Big Corona "for the purposes of the State Park System" including "playground, recreational, and beach park purposes" (that are) "at all times accessible and subject to the use and enjoyment of all citizens of the State of California." Although the City does not "profit" from administering the beach at Big Corona —all revenue generated at the facility must be used for "recreation and park purposes within the City," according to the City's operating agreement with the State —it has a substantial interest in maintaining and enhancing the facilities there, as the beach park is a significant source of passive and active recreational activity for both residents of, and visitors to, the City. Public facilities at Corona del Mar (CdM) State Beach have been built, operated and maintained by the City of Newport Beach under agreement with the State of California, which expires in 2029. Beach facilities that were built in 1951, 1960, 1965 and 1970 have become antiquated and deteriorated in the hostile salt air environment to the extent that they should be removed and replaced. The facilities include buildings containing two concession stands, a "beach rental" storage stand, two men's and two women's restroom buildings. Concrete shade structures were also on the site, but were removed for safety reasons. Various paving and walkway areas are present, with lawn area, raised planters, and palm trees in place throughout the site. A picnic area is separate from the bulk of the "beachfront" facilities, adjacent to the base of the jetty at the northwest corner of the parking lot. Finally, "on- beach" amenities include approximately 30 concrete fire rings and 10 sets of beach volleyball standards. Approximately 800,000 – 1,000,000 users visited Corona del Mar State Beach in FY 2001 -2002 according to the City's lifeguards, who have kept estimates for a number of years. Revenue collected at the park consists of two sources — parking fees and concession revenue. In FY 01 -02, parking revenue generated $622,620, which was the second - highest income in the last decade ('99 -'00 had the highest, at $626,626). Concession revenue accounted for $87,633; therefore, the total revenue generated to the City from the park was $710,253. Project Scope & Description: Beginning in 1999, City leaders began a push to find funds to upgrade the facilities at the aging, but beautiful and very popular beach. In 1999, the Trustees Council of plaintiffs involved in the American Trader Oil Spill settlement assigned $476,000 to the nascent Corona del Mar State Beach improvement project. In 2001, the City received a • one -time $479,000 Proposition 12 Bond Act (the Safe Neighborhood Parks, Clean Water, Clean Air, and Coastal Protection Bond Act of 2000) local assistance grant from Corona del Mar State Beach July 8, 2003 Page 3 the State of California Parks & Recreation Department to replace the aging concession stands with new, more attractive and useful facilities more reflective of the Corona del Mar atmosphere and history. Specifically, the grant award called for a year -round facility that maximizes views of the Corona del Mar beach, the nearby Newport Jetty, and would take advantage of the nearly 300 days of unbroken sunlight at the beach. The project scope also included a call for the removal, redesign and new construction of shading infrastructure, placement of interpretive signage about the tidepools at "Little Corona," and a permanent lifeguard facility. These facilities met grant criteria; a one- time grant award was authorized by the State, and was paired with the "American Trader' funds. Upon initial detailed investigation of the facilities, it was determined that —in addition to the demolition and reconstruction of the existing concession and shade structures —the restroom facilities were in serious need of improvement. In fact, some roof elements of the dressing areas were removed for safety reasons, as chunks of concrete had the potential to fall and injure patrons. In October of 2002, an additional $365,535 in "American Trader funds" and interest were redirected by the Trustees Council to the CdM State Beach improvement project, providing a total funding amount of $1,320,535. Therefore, the final scope of the project involves a total removal and reconstruction of the existing antiquated facilities along the beachfront, along with an update of the uses to reflect the requirements of the current beach -going resident and visitor park users. In conjunction with the architectural firm of Robbins, Jorgensen, Christopher Architects (RJC) —hired by the City as consulting architects and designers —a series of "design objectives" were established. They include: • Providing a safe beachgoing environment; • Improving the public safety /lifeguard presence at the beach; • Fostering environmental awareness of the tide pools and beach, while minimizing environmental damage; • Maintaining the natural aesthetic appeal of the beach, bluffs, and ocean view; • Minimizing the impact of new structures and landscape on existing views; • Sizing facilities appropriately for `existing' level of beach use, not for expansion; • Designing structural roofs as "5th- sided" architecture; • Designing attractive, vandal proof, easily - maintainable facilities in the harsh salt/beach environment; and • Mitigating conflicts where possible between fire ring users, volleyball players, and sunbathers. Public Safety Needs -- Lifeguard Facilities: • We believe that the City of Newport Beach also has a responsibility to provide a safe environment for the public at Corona del Mar State Beach. This responsibility includes lifeguard services, whose needs at CDM State Beach are outlined below by Fire Chief Riley: Cuiona del Mar State Beach July 8, 2003 Page 4 "Our primary reasons for providing lifeguard services are to watch the water for potential problems, effect rescues of persons in distress, and provide medical assistance to minor beach related injuries. The Fire Department uses a dynamic deployment model for staffing lifeguard towers and vehicles. Our model is based upon the time of year (summer, spring break, spring /fall, and winter), the current weather and surf conditions, and the current and projected beach attendance. During the summer, we project full deployment each day and scale back from there. So during peak times of our beach use, we have all towers staffed and watching the water and all vehicles staffed and providing patrol and tower back -up. A typical full deployment at Corona del Mar Beach starts at 9:00 AM with one lifeguard unit patrolling the beach and one lifeguard assigned to a lifeguard tower. By 11:00 AM, we have added a supervisor in a vehicle and four lifeguards to staff the other lifeguard towers (three more at CdM Main Beach and one at Little Corona.) The towers remain staffed until 5:00 PM, when we begin closing the towers over the next two hours. By 7:00 PM, we have closed all towers and taken a lifeguard patrol vehicle out of service. From 7:00 PM until 9:00 PM, we only have one supervisor to patrol the beach. This is our schedule from June 15 through August 15; nine of the fifty -two weeks we provide lifeguard services. The other forty -three weeks of the year, we use dynamic deployment based upon circumstances and availability of personnel. There are times when we only have one lifeguard at CdM. This is due to light crowds or marginal weather where few people are using the water. Sometimes it is due to the fact that many of our seasonal staff are not available as they have returned to their non - summer pursuits (i.e. other jobs, school.) With a new trend towards spring break occurring during many different weeks of spring, we have significant difficulty with varying large crowds of out -of- school visitors and an inconsistent supply of seasonal lifeguards who may or may not be available. Watching the water during non - summer weeks has become increasingly challenging. All of that being said, the Fire Department has asked for some space at CdM to provide for the following: 1) an enclosed area to park our patrol vehicles - we currently park our vehicles inside the crowded garage at LG Headquarters at the Newport Pier. This provides them reasonable protection from the harsh beach environment that already prematurely shortens the usable life of our vehicles (max. four years.) This means our personnel assigned to vehicles that patrol CdM must • first go to the Newport Pier to pick up their vehicles and drive to CdM. This is valuable time we pay for that is not spent watching the water. Corona del Mar State Beach July 8, 2003 . Page 5 2) an area to provide first -aid services - we currently use the back of the parking control kiosk (about 12 square feet) to administer minor first -aid due to beach related injuries, -such as sting ray stings, sea urchin spine punctures, and minor bumps and bruises from being knocked down by surf. We believe we can design our parking garage to become our first -aid area when we pull our vehicles out to patrol the beach, eliminating the need for a separate first -aid area. We would use this area to provide patient seating, access to clean, hot water, and clean storage of first -aid supplies. It would also provide a private area for paramedic to work on a patient if necessary. 3) a small observation /work area - as mentioned earlier, there are times when only one person is assigned to CdM, frequently a full -time employee. A strategically placed and elevated observation area would allow a single employee the ability to view the maximum beach area from an improved vantage point. Currently, the only way for a single person to observe all of CdM during a non -high -usage period is to patrol in a vehicle. This does not provide the best visibility in contrast to the proposed observation tower. To • see the strategic value of a well - placed observation tower, visit us at the Newport Pier and see what we can see from LG Headquarters; everything but CdM. This would also allow us to have a presence there and still allow our full -time employees access to our computer and telephone systems to work on projects while being available forpublic response. 4) a location to install an 800 MHz radio repeater - the countywide 800 MHz law /firefpublic works radio system has some obvious coverage problems due to the topography of Orange County, particularly the areas of Balboa Peninsula, Corona del Mar and Newport Coast. Working with the County, we have installed radio repeaters at the Corona del Mar Fire Station and the Crystal Heights Association entrance kiosk and still may have some coverage problems along Corona del Mar Main Beach and the Peninsula. This means we have areas of Newport Beach where our police and fire personnel cannot communicate on their radios. The County staff believes and we agree that a repeater at CdM Main Beach would solve the coverage problems associated with these areas. The erection of a small observation tower and garage would provide the perfect physical structure to house a repeater. This illustrates that this is not a frivolous request but rather a great opportunity to improve public safety services to CdM beach visitors and their neighbors. Each one of the reasons listed above enhances our primary mission - to watch the water." Corona del Mar State Beach July 8, 2003 Page 6 Public Outreach: In response to the design objectives noted above, a public outreach program was formally established to solicit input from adjacent residents, Parks, Beaches and Recreation (PB &R) Commissioners, City Council members, and City staff who have a daily presence at the facility. In late 2001, in conjunction with the State Parks grant application process, a survey was mailed to approximately 1,000 households in Corona del Mar and placed on the City's website. 180 responses from the community were received — that's a 15% response, which is considered fairly strong. Information gathered from the survey was used to provide additional baseline direction for the consultants and project team. The Parks, Beaches & Recreation Commission heard an initial presentation of project concepts in January of 2002 and was asked to provide initial direction in their role as advisors to the City Council regarding parks and recreation. Following the RFP process, culminating with the selection of RJC as project architects in September, 2002, a series of pre- design meetings were held with City departments to identify and outline necessary refinements of the project's scope and ways that scope might be implemented to balance competing needs and interests. • On March 4fh' 2003 the project team returned to the PB &R Commission to review and comment on three site plan alternatives prepared by the consultants. A public workshop, with individual mailed notices sent to over 300 adjacent property owners, was held on March 10th so that property owners and residents could also see close up what was being considered and could provide their recommendations. We made a similar presentation to the City Council on March 25th during Study Session. In April 2003, project team members presented the latest options and proposals for discussion to the boards of both the Corona del Mar Residents Association and the CdM Business Improvement District at their monthly meetings. Board members of both organizations responded with questions and comments. After this series of meetings and public hearings, suggestions and recommendations were focused into one proposal, which was presented to a standing subcommittee of adjacent property owners — mainly residents of Breakers Drive —on May 15'. Following their recommendations, and those stemming from additional meetings with City Harbor Resources, General Services, and Fire departmental staff, the site plan and building concepts have been further defined into what is the subject of this report. Additionally, ongoing comments have been received via the project's web page on the City's website, where the PowerPoint presentations of all public hearings may be reviewed. Most recently, the project was presented for conceptual approval and for direction —if • any —on budgetary issues to the P, B & R Commission on June 41t'. Following discussion from the public on a number of issues, including those related to Corona del Mar State Beach July 8,2 Page e 7 7 concessions and lifeguard service and facility matters, the Commission approved the conceptual plan as presented. One side aspect of the project should be mentioned at this time to inform the Commission and Council. Although the "on sand" amenities —fire rings and volleyball courts —were not formally part-of the project's scope, the project team presented a number of options to attempt to alleviate the tension between volleyball players, fire ring users, and adjacent residents who must bear the burden of smoke and soot throughout the year. The fire rings were the subject of much of the response from the survey, and of heated debate from residents at the March 10th public workshop. Also, none of the alternative arrangements appear to be suitable to the organized volleyball constituency at the beach, who organized an e -mail effort to express their opinions. As the volleyball court locations shown on the three early alternative plans were not "to scale" and thus shouldn't have been relied on as particularly accurate; and since there is still much uncertainty as to what the California Coastal Commission will allow in terms of any possible reduction in the number of fire rings; and as design of the "on sand" facilities were not part of the consultant's scope of work but were taking up valuable resource hours that needed to be utilized elsewhere, the project team has decided— with the assistance and cooperation of Recreation & Sr. Services departmental staff to defer this effort to a later date and more suitable venue. Reasonably, this outreach effort will occur following the approval of a final hardscape design, and be led by staff from the Recreation & Sr. Services department, with assistance from both Community & Economic Development and General Services departments. Site Plan: Three buildings are proposed for the site: two 1,231 gross square foot restroom facilities, each having both men's and women's rooms (see Attachment 1); and a 2,225 gross square foot joint -use concession, lifeguard /first aid, and marine life resources facility that is one -story with a small lifeguard observation room on a second level (see Attachment 2). The proposed site plan (see Attachment 3) indicates the proposed position of these three structures, which are proximate to the current location of the existing structures. The restroom buildings are spread out —with the concession /lifeguard facility between them —so that they have the ability to serve users from the entire beach. Prior to the recent demolition, there were 9,268 s.f. of facilities (including the T -beam shade structures) at CDM State Beach. This site plan envisions 5,687 s.f. of facilities. • Each of the two proposed restroom facilities are fully - fixtured and ADA- compliant, and have 12 total water closets for women and four water closets and four urinals total for men, along with changing tables in each area. These buildings are proposed in such a Corona del Mar State Beach July 8, 2003 • Page 8 way as to provide the maintenance and cleaning staff the ability to close half the building (men /women) for cleaning, while leaving the other half (men /women) open for use. Also, these buildings are located on site in such a way as to enhance visibility of the doorways from as many sides as possible, assisting with passive security. There are two rinsing showers outside each of these buildings, which will utilize sand traps to maintain adequate drainage. The aggregate additional square footage proposed for the new structures (two identical buildings) is 96 square feet larger than the existing restroom /changing room structures (which are presently three separate structures); and the proposed design dramatically increases the number of bathroom fixtures available— particularly for women —a critical element to almost everyone involved in the public outreach process. Likewise, the concession /lifeguard facility is more centrally - located than the existing structures, providing both the lifeguards and the concessionaire the opportunity to more easily view and serve the users. This facility design has the ability to provide suitable concession service for food service concessions, "beach rentals" (body boards, umbrellas and similar equipment) and storage; marine life refuge educational as well as first aid, observation, light supervisory activities for the lifeguard service. Following discussion with adjacent residents, and after on -site facility inspection and discussion • between the consultants and lifeguards, the higher -level lifeguard observation room has been significantly scaled back in size, to a total of 75 square feet of floor area (approximately 8.4' wide by 9' deep) and approximately 19 feet in total exterior height. To accommodate Peak beach food service concession on an "as- needed" basis —the possible 10 -15 days per year where the project team envisions that the proposed structural concession service may not be sufficient —a temporary vehicular concession parking area has been located adjacent to the western side of the park. This area is near the largest proposed area of grass to accommodate standing patrons (both before and after service), and would not require the removal —on even a temporary basis —of parking. A subcontract to the concessionaire could likely be established with a local commercial food service provider, which would operate a self- sufficient van -type vehicle at._ that location adjacent to the curb. This "as- needed" location for a non - permanent concession facility serves a number of goals: it reduces the total permanent building mass and space adjacent to the beach; reduces on -going maintenance for the concessionaire and the City; and thus saves costs. A note about public concerns regarding the site plan: Several residents of Breakers Drive have written the City about the proposed project. Most state that additional permanent structures will not benefit the beach. Some have pointed to the lifeguard facility as an unnecessary addition. We hope that design simulations and possibly story - poles for the facilities might allay residents' concerns regarding building height, location • and view impacts. Corona del Mar State Beach July 8, 2003 Page e 9 9 The existing concessionaire -- Mr. Gordon Kilmer -- has also raised concerns about the reduction in space available for the concession at CDM State Beach. Kilmer believes that two separate concession spaces are needed to effectively serve the beachgoers. The staff team associated with this project (Kill, Dalton and Berger) recommend reducing the size of the concession area to better fit within the proposed project and to help respond to residents' desires to see "fewer permanent structures." The concessionaire has been working with the City for a number of years, although there is not a concession agreement in place at this time. We intend to issue a Request for Proposals (RFP) for new concession services (to which Mr. Kilmer is more than welcome to respond) as the Project nears completion" -- doing so is consistent with Council Policy F -4 ( "Income Properties "). This report indicates the existing and proposed "space lists " —Le., what uses are allocated how much square footage on the site and what net increase /decrease is proposed (see Attachment 4). A significant comparative statistic is located in the chart titled "Miscellaneous Comparisons" (see Attachment 5). The linear building frontage — the amount of `building wall' a viewer sees from the ocean side or the Breakers Drive side —is almost reduced by half: In other words, the proposed building arrangement has greatly increased the ocean visibility for adjacent residents — particularly those whose houses are below the bluff —by orienting the "long side" of the buildings perpendicular to the ocean. Finally, the existing `softscape' areas adjacent to the beach — grass, trees, seating walls and sidewalks —will be reconfigured to allow for a more appealing user experience. Approximately 8,800 square feet of turf grass area will be added; spread out across the length of the beachfront/pavement "strand" so users can feel more separation from each other and so that school children attending tide pool education can be more effectively (and safely) controlled by their chaperones as they walk to and from the tide pool areas. However, the actual length of paving /sidewalk is not substantially increased, though they will be widened to allow for more comfortable pedestrian circulation and more efficient cleaning by the City's existing rolling stock. Seating walls along the strand will allow additional `non -sand' relaxation while protecting the turf somewhat from blowing sand build -up. These seating walls accommodate a number of breaks, however, for visitors to easily walk to the sand and for emergency vehicle access. Further, a new sidewalk along the along the western edge of the parking lot— connecting the strand to the stairway leading to Ocean Boulevard —is proposed. Many of the current site's existing palm trees will be removed and relocated in new ways to accommodate the update in design. J Corona del Mar State Beach July 8, 2003 Page 10 . Alternatives and Phasing: We estimate that the total cost of this project —if we include each of three Alternatives — may be in the range of $2.1 to $2.4 million. As noted previously, only about $1.3 million is secured and "in- hand." The base project— without the Alternatives —is estimated at about $1.99 million. As such, the Council will want to determine if we should include or exclude certain alternatives — listed below —in the project and whether or not to direct us to complete the overall project in phases. If the Council likes the overall project but we still need additional funding, phasing may work well —we would complete what we can with available funds and seek funding for the remainder. Once the remaining funding is secure, we would complete the full scope of the project as a "Phase II." Phase I. Phase I consists of .demolition of the existing structures on the site, and construction of the three replacement buildings (two restroom facilities and one multi- use structure), along with necessary sidewalks, seating walls, utilities and landscaping along the beach-front/pavement "strand," as noted above. 0 Phase II. Phase II consists of three possible add -ons. In a project of this nature —at a facility where no significant improvements have been made for many years —there are usually additional elements (called ".add -ons" in this Staff. .Report) that are deemed appropriate —even necessary—but are not critical to the project's success. The Corona del Mar State Beach improvement project is no exception; there are three. • Add -on #1 -- Parking Lot Improvements. Add -on #1 relates to the site parking lot. Portions of the lot and the parking fee booth will be demolished and rebuilt to accomplish the main elements of the project. However, to accommodate better internal traffic flow and parking accommodations (with little net change in total spaces) and to provide a more efficient entrance kiosk, it is recommended that the parking lot improvements be combined with the project's first phase. This add -on does not, however; significantly alter the existing driveway in and out of the park or the entrance to Breakers Drive. Due to the physical constraints on the property, the stacking of waiting vehicles at the top of the hill will continue to be enforced by traffic management and police personnel when the existing lot is full, in order to ensure access the ability of Breakers Drive residents and emergency vehicles to enter and exit the facility at all times. • Add -on #2 -- Picnic Areas. As a 2nd additional element, there is a call to improve • the existing picnic area at the northwest corner of the park site. Although the details have not yet been worked out in any substantive detail, the consulting Corona del Mar State Beach July 8, 2003 • Page 11 architects have taken a first step in estimating sitework and landscaping descriptions in response to recommendations by City staff. Improvements may include: new landscape, turf and associated irrigation —but saving the existing trees; new picnic tables and barbeque areas; hardscape pavers /paving to accommodate year -round use of the barbeques; proper drainage to accommodate runoff; low retaining walls as required; better pedestrian access as required; and covering the adjacent - existing drainage swale. • Add -on #3 -- Additional Lifeguard Vehicular Storage. Add -on #3 concerns the final portion of new facilities recommended by the Fire Department for additional public safety presence at the park. The Fire Chief believes that, to increase efficiency and timeliness in their duties, they may require the ability to store a lifeguard vehicle (truck) away from the proposed lifeguard facility in an enclosed space. One possible option would be to construct a small., non - obtrusive structure near the northwest portion of the site, perhaps in conjunction with picnic area improvements. These three add -ons are meant to be viewed as separate and distinct options —and not • as a part of the base scope of work. If the City Council wants to pursue these, it should consider the allocation of additional funds in future year budgets (see Attachment 7). Although add -ons #1 and #2 are indicated on the proposed site plan for purposes of clarity, add -on #3 has not been, and none are part of the initial project scope of design for the consultants or staff. The PB &R Commission has, and City Council should, review these add -ons, however, to understand and debate the entirety of the site - related project. Schedule: Following approval of the conceptual plans by City Council, the project team must prepare fully detailed construction plans and specifications, obtain plan approval from the California Department of Fish and Game, the California Department of Parks and Recreation, and permits from the City's Building Department and the California Coastal Commission before the project may be advertised for bid. The project must be advertised for bid by mid -June '04 so that bids may be opened by mid -July, award made by early August, construction commence the day after Labor Day 2004, and work be completed by Spring Break '05. A copy of the current schedule is provided (see Attachment 8). Environmental Review: • A Notice of Exemption, utilizing Categorical Exemption Class 2, Section 15302 (Replacement or Reconstruction), was filed with the Clerk of the County of Orange and posted in March, 2003. Per the California Environmental Quality Act, "Class 2 consists Corona del Mar State Beach July 8, 2003 Page 12 of replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced." (Sec. 15302) The N.o.E. was filed prior to the project's conceptual approval, in order to comply with procedures for obtaining the agreement required under the Proposition 12 local assistance grant noted above. The project description outlined in the N.o.E. calls for the project to: "replace restrooms, concession facilities and outdoor eating facilities; provide lifeguard substation facilities and interpretive areas." Funding Availability: As noted above, the City has approximately $1,320,535 allocated to the project at the present time, minus design, engineering, and other consulting services costs. However, the grand total for the base scope of work is estimated at approximately $1,992,848 (see Attachment 6). Additionally, Phase 11 Add -on #1 improvements are estimated at $219,385; Ph. II Add -on #2 improvements are estimated at $146,258; and Add -on #3 improvements are estimated at approximately $103,863 (see Attachment 7). Staff Recommendation. Staff believes that the proposed base scope of work, as presented in this report, is a reasonable and well- considered project appropriate to the local community and the wider audience it serves. Additionally, the project team believes that Phase II Add -on #1 is an appropriate addition to the overall project, which should reasonably be constructed along with the Phase I (base scope of work) improvements. Therefore, we recommend that the Council approve in concept the design and cost estimate for the base scope of work (Phase 1) and Add -on #1 of Phase II for a total project cost approximated at $2,212,233. We also recommend that the Council authorize us to go forward with planning, design and permitting for both Phase I and Add -on 41 of Phase II. As design and permitting are underway, we will examine additional funding options (including grants) to reach our almost $2.5 million goal. Prepared by: Submitted by: ZT Ge ge Urger/ Ca D Pr gram Manager Dave Kiff, Assistant City Manager Attachments: • Attachment 1: Proposed Restroom Facility Plan and Elevation Attachment 2: Proposed Concession /Lifeguard /Marine Resources Plan and Elevation Attachment 3: Proposed CdM State Beach Site Plan r • L. Corona del Mar State Beach July 8, 2003 Page 13 Attachment 4: Space List Attachment 5: Miscellaneous Comparisons List Attachment 6: Conceptual Cost Estimate — Base Scope of Work Attachment 7: Conceptual Cost Estimates — Phase II Add -ons 1 -3 Attachment 8: Current Project Schedule Attachment 9: Notice of Categorical Exemption 0 • uj m > 02 00 r z G) > 0 mm 71 '- r- > � E: > M -rl m OD mn m m z Cl) -0 ;u 0 C-- rri 0 --i N m 0 0 o z Cl) 6 0x m c z m Z 1 r Am p�m am op 'm w N OA rr�L� IT � um :,q g 0 o vmmg DACE --- ----------------- CI z 0 S[� I I'•/ I -. -,. / 'i (.I I .- L -,'�_� it Fj; No 'co .9mz' 20 IC E-71 8 O M SU 5 0' �; X y2, mm m m rr�L� IT � um :,q g 0 o vmmg DACE --- ----------------- CI z 0 S[� I I'•/ I -. -,. / 'i (.I I .- L -,'�_� it Fj; No 'co .9mz' 20 IC E-71 8 O M SU 0 8x w_ mC) m O D ;p O O =z D O� m m � r D � M D mM z_ D m m mW 0m OD m O = m z c 0 fn A 00 Zz M aM > z 0 M x M iz m -n Cl) m m 0 > < M ZZ m 7 �i Cl) -u 70 0 m ,ET iLPI 1 om 0 if m ER Rfll- ...... . ..... .. n °m O 4l to hi r m () m0 Dm O 0 =z �D O� mm � r D � D mm zcf) �� _ D m mm �W 0m < m O = m z m O C- m C) m F- m D O z J N m p N O N z � o T �O T �O ap Op U3 m0 D x n0 =z 0D O0 mm � r D K D m;u zCl) �m W 0 m y n m= m z -i ZJ O m n A m m "D °u �w z S O Z 2 2 x T Q -1 OM , ZU Z OO 0 m A z � vNi °z O = i;u 0 uz � I p y On I�A mo a 60 OT r i Z n � ' F �3 m m ✓,,'�• Ji � �^ � ..ice •.' %lJ�. ,/ ,O ' / / 2 m 3 D Q m m z 'n V) m n O D 'S � m m O m m A i / / ' A m J / a v H A VJ � ZC Z / i / ' b 9 / n � 9E A .W- 40 0 U J N � 33 N 00 c v w v �i F 14 y ti W O t-0 U j CC O U-i � 33 N 00 �i " 3 3 CZ H�� ¢¢¢¢¢So ¢¢ CZ z z z z z Zt zz o o� U to n _ O C�l Ri C �i C O Cz > O = to II " U U o Y �n C) 03 a3 .Obp to �3 = Ito O O �, .� w-a Cd 'd Cl Attachment 4 1� U r U U L r r U r 0 0 U O Py- v 0 a T F 0 00 w ai L U v C O 0 x Con O Cn .ti i-y i--�I O U Q� U r� .d 0 O-i 0 C� W 00 Vr W O O M p W r 0 M W 00 N M M W O W 000 N M M b U r to � o � U .d O M �t 00 N � -:t O t` O N "�t Ul r � N U � N r b U y a r cd Q 3r a G ti F •� v a o v. Q C .� 0� 0, Attachment 5 E 0 0 71 i ..__ Corona del Mar State Beach Beachgoer Amenity Improvements Project • Conceptual Cost Estimate Description Area/Quantity Unit Unit Cost Total Costs Demolition: Bond 1% Demo Existing Concrete Planters 4,508 sf $1.50 $6,762 Demo Existing Lawn 12,664 sf $0.50 $6,332 Demo Existing Concrete Sidewalk 33,443 sf $1.10 $36,787 Demo Existing Buildings 4,044 sf $6.00 $24,264 subtotal $74,145 Buildings: - Restroom Buildings (incl. Showers) 2,462 sf $100 $246,200 Lifeguard / Concessions Building 2,225 sf $85 $189,125 Permanent Shade Structures 1,000 sf $35 $35,000 subtotal $470,325 Sitemork: Curb & Gutter 1,220 If $12.00 $14,640 Asphalt Repair 6,100 sf $ 2.00 $12,200 Soil Prep and Grading 51,015 sf $0.50 $25,508 Compaction(atsite) 30,328 sf $1.50 $45,492 Compaction (at buildings) 5,687 sf $1.50 $8,531 New 4" concrete walk ?^1678 sf $5.00 $113,390 New 4" enhanced paving 11,339 sf $6.50 $73,704 Concrete Seat Wall 750 If $100.00 $75,000 Utility Conncections is $10,000 subtotal $378,464 • Landscape: New Pain Trees (mature) 10 ea $4500 $45,000 Relocate Existing Palm Trees 32 ea $2,250 $72,000 Shrubs & Groundcover 15,000 sf $5.00 $75,000 Turf 30,328 sf $2.00 $60,656 Concrete Mow Strip 500 if $9.00 $4,500 Irrigation 45,328 sf $1.50 $67,992 Landscape & Pathway Lighting is $15,000 Drinking Fountains 4 ea $1,500 $6,000 Picnic Tables 8 ea $1,500 $12,000 Trash Cans 8 ea $800 $6,400 subtotal $364,548 Allowances: Interpretive Signage is $25,000 Electrical Upgrade is $10,000 Lifeguard Communication Equip. is $15,000 subtotal $50,000 0 Total Construction Costs total $1,337,482 General Contractor Fees: Bond 1% $13,375 General Conditions 9% $120,373 Overhead & Profit 9% $120,373 Contingency 15% $200,622 Project Management 15% $200,622 grand total $1,992,848 June 25, 2003 Attachment 6 rj Corona del Mar State Beach Attachment 7 Beachgoer Amenity Improvements Project Conceptual Cost Estimate • Phase IL Add On 1: Parking Lot Improvements Description Area/Qumtity Unit Unit Cost Total Costs Demolition: Demo Existing Buildings 200 sf $6.00 $1,200 Demo existing curbs 1,129 if $125 $1,411 subtotal $2,611 Buildings New Parking Attendant Building 200 sf $85 $17,000 Shrubs & Groundcover 5,643 sf $5.00 $28,217 Sitework: 2,822 sf $2.00 $5,643 Concrete curbs 2,258 If $8.00 $18,064 4" Concrete Walkrays 1,176 sf $5.00 $5,880 New A.C. Paving 7,000 sf $2.00 $14,000 Patch /Repair Exist. Paving 1,544 Is $1.00 $1,544 New Seal Coat 30,881 sf $0.32 $9,882 New Striping 30,881 sf $0.07 $2,162 subtotal $33,468 Landscape Parking Islands 963 sf $2.50 $2,408 Shrubs & Groundcover 5,643 sf $5.00 $28,217 Turf 2,822 sf $2.00 $5,643 Relocate Existing Palm Trees 15 ea $2,250 $33,750 Irrigation 9,428 sf $1.50 $14,142 subtotal $84,160 Allowances: Entrance Lighting is $5,000 Security Gates Is $5,000 subtotal $10,000 Total Construction Costs total $147,238 General Contractor Fees: Bond 1% $1,472 General Conditions 9% $13,251 Overhead & Profit 9% $13,251 Contingency 15% $22,086 Project Managem¢d 15% $22,086 grand total $219,385 June 25, 2003 0 2Z Corona del Mar State beach Beachgoer Amenity Improvements Project Conceptual Cost Estimate Phase 11, Add On 2 Picnic Area Improvements Description Area,/Quantity Unit Unit Cost Total Costs Sitemork: Soil Prep and Grading 9,990 sf $0.50 $4,995 Compaction (at site) 9,990 sf $1.50 $14,985 Concrete Retaining Walls 35 if $150.00 $5,250 4" Concrete Walkways 850 sf $5.00 $4,250 subtotal $4,250 Landscape: Shrubs & Groundcover 3,047 sf $5.00 $15,233 Turf 6,093 sf $ 2.00 $12,187 Relocate Existing Palm Trees 15 ea $ 2,250 $33,750 Concrete Mow Strip 200 If $9.00 $1,800 Irrigation 6,093 sf $1.50 $9,140 Landscape & Pathway Lighting is $5,000 Drinking Fountains 2 ea $1,500 $3,000 Picnic Tables 6 ea $1,500 $9,000 Trash Cans 6 ea $800 $4,800 Barbeque Grills 6 ea $800 $4,800 Coal Recepticals tea $800 $1,600 subtotal $93,910 Total Construction Costs total $98,160 General Contractor Fees: Bond 1% $982 General Conditions 9% $8,834 Overhead & Profit 9% $8,834 Contingency 15% $14,724 Project Management 15% $14,724 grand total $146,258 0 June 25, 2003 %I e Corona del Mar State Beach Beachgoer Amenity improvements Project Conceptual Cost Estimate 40 Phase II, Add On 3: Lifeguard Vehicle Storage Description Area,/Quantity Unit Unit Cost Total Costs Demolition: Demo E>asting A.C. Paving 1,295 sf $1.00 $1,295 Buildings Lifeguard Vehicle Storage Building 6 695 sf $ $85 $ $59,075 Sifeevork. Asphalt Repair 9 925 sf $ $2.00 $ $1,850 Soil Prep and Grading 6 695 sf $ $0.50 $ $348 Compaction (atbuildings) 6 695 sf $ $1.50 $ $1,043 Utility Conncections i is $ $10,000 subtotal $ $13,240 Landscape: Shrubs & Groundcover 6 600 sf $ $5.00 $ $3,000 Irrigation 6 600 sf $ $1.50 $ $900 subtotal $ $3 , Total Construction Costs General Contractor Fees., Bond General Conditions Overhead & Profit Contingency Project Management 1% 9% 9% 15% 15% June 25, 2003 total $77,510 $775 $6,976 $6,976 $11,627 $11,6 ^_7 grand total $103,863 I* 2-q 0 0 E T fa Ci m m 0n 3 � � 3 � 3 ms a � m c Z m `D 3 10 a m m 3 s m T 0 91 O 5 3 m M O Q N O N m t O N � N N U 9 N � O m W 0 T 3 o 0 0 z 0 ca a y T v 0 o m o O c O O o o '?1 0 o - m o n o c O O T m T m< m Z a: m c a d +n o° d w m a o d m +n d d w d .7 o m S o O U o T °, d o 0, o c z o+ m o m m o d ,� c 3 m d O .° vv T D o a m C) a < m 3 z m v m d <. T m < ?! z m 1 O 9 `° m O s °-' +^ 3 d O p Cl d w '^ m '� o C O e u o m 0 m f 3. 3 a T s U S v+ _ m 5. m m m O m m m o' `m' m m d z Z Z p m w m m o a- m Om �-'�~= O OO u° 0 c mmm O p �_ m " O o m z Om_d El < o < m F '� O f 1 F F ry m Z O c O O m o 4 F 3 o x (° D u 3' °� (a'� o o D n m w m -1 D 3 m ° 3 D 0 m O C o W ro O W O m m O d w Uj d= T GJ a =: m p 3 _ o Z 3 0. d m 0 '- �^ u 3 0 ' h N. <. N. 3 u Z Z O n U C7 S O ;2 n m K = m d= m' T p D Z 0 u N E o f o' +-^ �' 7T.1 N A a c A o' c¢ r �0 m ¢ C r m OO O O m nl » '. < m m _ ° F� a > > �n mR°m j . am a ° d C3T m m o.md owa w-a n o m m m e (� m ;n n °' m ff a o m C A 'o' (7 o m m '2 <. z ^ Z° 3 Z < o of 1np u O p n o- Z m e m m a -I do a -i -i m d m E o Z +n m v c m 3m p _+'i++'„ a m Z d 3 X3 n s % 0 m={ f.p 3 m c c o O= O m 0 = m �Di 3 = B x z z z y2 OOa m a O 42 ° z u F F c N N m O O O O O O O O N O tr) P p 10 O O O O O O O O (° O OI O p UCC W O [O f0 OI A A N ' W A N N i p N p, l:� an d O N O O O O O O O O O O A O O O U 0 N 0 -+ O (T O P O O O J p O m X 1D W lzi N fz N fl j W W w 4 O O L d 3 O W w T m V � J O �+ W v i J J D _a K �+ 6 48 w m N N L [O O C m o w _ J J J L C r W A (1 D P O � C l W W w o' — � m a p ?� _ � m btu sa ". U � W W O I+hF o O p � - n N q N W � N d `G O +v P N N T O � O m Q O � A 18 3i� o „II u D N O T d 45A0 P w d f W 3 y n + o A J c n v m F n �p G w m rn m m a c n 0 + A m Z p� O —moo P — _ m n N o A W O � d V N ' _ O U J - J T m 4 v O U J d O - U T fa Ci m m 0n 3 � � 3 � 3 ms a � m c Z m `D 3 10 a m m 3 s m T 0 91 O 5 3 m M O Q N O N m t O N � N N U 9 N � O m W POSTED 0 MAR 0 3 2003 t TOM DALY, CLERK - RECORDER Y DEPUTY CITY OF NEWPORT BE�.:H 3300 Newport Boulevard - P.O. Box 1768 Newport Beach, CA 92658 -8915 (949) 644 -3200 NOTICE OF EXEMPTION F I L E VATTACHMEN' 9 MAR 0 3 2003 "TOM DALY. CLERK- RECORDER To: From: City of Newport Beach 1400 Tenth Street, Room 121 F-1 Office of Planning and Research Planning Department 3300 Newport Boulevard - P.O. Box 1768 Sacramento, CA 95814 Newport Beach, CA 92658 -5915 (Orange County) County Clerk, County of Orange Public Services Division P.O. Box 238 Date received for filing at OPR: Santa Ana. CA 92702 i Name of Project: Corona Del Mar State Beach Amenity Improvements Project Location: Corona Del Mar State Beach Specific: Project Location-City: 1b7ewportBeach Project Location- County: Orange County ` Project Description: Replace restrooms, concession facilities and outdoor eating facilities; provide life -tiard substation facilities and inte7pretive areas. RECEIVED S\ PLq�lNING DEP ^, ?Tn,Eni- Ci -,, Exempt Status: (check one) . , Ministerial (Sec.21080(b)(1);15268); _ " 1u03 1.1 Declared Emergency (Sec. 21080(b)(3); 15269(a)); Emergency Project (Sec. 21080(b)(4); 15269(b)(c); X Categorical Exemption. State type and section number. Class 2, Section 15302 Statutory Exemptions. State code number: General Ruie (Sec. 15061 (b)(3)) Reasons why project is exempt: Reconstruction of existing structures and facilities on the same site with substantially the same purposes and capacities as the exisnnp structures and facilities. Name of Public Agency Approving Project: Citti of Newport Beach Date of Approval: :Name of Person or Agency Carrying Out Project; Llovd Dalton, Public T orks Deparnnent ' Contact Person: Lloyd Da ton Title: Design Engineer Signature: Tel.No. 949- 644 -3328 Date: January 16, 2003 Z(9 E CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C'2 ,`a',i'i AGEPaDA J. Agenda Item No. 22 December 9, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Lloyd Dalton, P.E. 949 -644 -3328 Idalton@city.newport-beach.ca.us SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS - AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS RECOMMENDATIONS: Approve Amendment No. 2 to Professional Services Agreement with Robbins Jorgensen Christopher Architects, and authorize the Mayor and City Clerk to execute the Amendment. DISCUSSION: On September 10, 2002, the City Council approved a Professional Services Agreement with Robbins Jorgensen Christopher Architects (RJCA) for $111,670.00 to provide planning, design, and construction services for a project to improve and upgrade visitor and other amenities at Corona del Mar State Beach (Copy attached). On December 12, 2002, the City Council increased the budget for the project and approved Amendment No. 1 for $31,330.00 to compensate RJCA for additional services (Copy attached). The additional budget was generated from the City's accumulated American Trader oil spill interest and from excess funds budgeted for other completed oil spill projects. On June 24, 2003, the City Council approved a conceptual plan that included parking lot entrance modifications and a provisional increase in the budget for the project. This budget increase was approv @d with .the provision that a construction contract could be awarded for either the approximate $1.1 million that is currently budgeted or for a larger project in the event that the City can obtain additional funding. Staff is presently searching for funds needed to award the entire project estimated at $2.5 million. RJCA is presently completing final design, and has submitted a proposal to amend their scope of services to provide the additional design and construction services needed for the entrance modifications and the provisional increase in budget for the project (See • attached Amendment No. 2). Staff has negotiated RJCA's compensation, which will increase their fee from $143,000.00 to $214,500.00. Staff feels the additional SUBJECT: Corona Del Mar Beach - Amendment 2 to the Professional Services Agreement With Robbins Jorgensen Christopher Architects December 9, 2003 Page 2 $71,500.00 is appropriate for the additional -scope of services -that is needed, and recommends Council approval. Environmental Review: The design services for-this project do not require an environmental review. The project itself will require environmental review. Public Notice: Not applicable at this time. Funding Availability: Adequate funds are available for approving Amendment No. 2 in the following account: Account Description Corona del Mar State Beach Improvements Prepared by: r • �.`;Y • Projdtt Manager Account Number Amount 7295- C5100569 $71,500.00 Submitted by: :pnenx -j. baoum blic Works Director Attachments: Copy of Executed PSA with RJCA Copy of Executed Amendment No. 1 with RJCA Copy of Proposed Amendment No. 2 with RJCA Is 0 PROFESSIONAL SERVICES AGREEMENT FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS THIS AGREEMENT, .entered into this Aap day of , 2002, by and between the City of. Newport Beach , a Municipal Corporation (hereinafter referred to as "City "), and Robbins Jorgensen Christopher Architects whose address is 2800 Lafayette, 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 is planning to replace improvements at Corona del Mar State Beach ('Project'). C. City desires to engage Consultant to provide architectural services for Project upon the terms and conditions contained in this Agreement. D. The principal member. of Consultant for purpose of Project is Roberta W. Jorgensen, FAIA- E. City has solicited and received a proposal from Consultant, has reviewed tie previous experience and evaluated the expertise of Consultant, and. -1- 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/0 d y of , 2002, and shall terminate on the 1' day of January 2004, 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 0 City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit 'V 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, including all reimbursable items and subconsultant fees, shall not exceed the total contract price of one hundred eleven thousand, six hundred seventy dollars ($111,670). 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, • -2- 11 computer printing, postage, mileage, etc. 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 compensation for extra work without prior written authorization of City. 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 authorized by this Agreement, or specifically approved in advance by City. Such reimbursement shall be limited and shall include nothing more than the following costs incurred by Consultant: A. Costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been awarded in accordance with the terms and conditions of this Agreement. B. Other costs and /or payments specifically authorized in advance in writing by City and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 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 has -3- or shall obtain all licenses, permits, qualifications and approvals required of its profession, and Consultant shall keep in effect all such licenses, permits and approvals during the term of this Agreement. 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 foliow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's Project Administrator. 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 Roberta W. Jorgensen, FA(A, to be its -4- • 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 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 as contemplated by this Agreement. 8. TIME OF PERFORMANCE • Time is of the essence in the performance of the services under this Agreement. • 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. 9. CITY POLICY Consultant shall discuss and review all matters relating to policy and project direction with the Project Administrator in advance bf 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 -5- federal law, regulations and permit requirements and be subject to approval of the Project • Administrator. 11. PROGRESS. Consultant is responsible to keep the Project Administrator 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 attomeys' 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 • 10 • described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any .right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, employees, and volunteers 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 wording endorsement covering any owned and rented vehicles of -7- Consultant in a minimum amount of $1 million combined single limit per 0 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 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 any of the services to be performed under this Agreement, directly or indirectly, by Q=E • 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 or joint-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. Loll 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. Access to and upon request of Consultant, one copy of all existing record information on file at City. Consultant shall field review to verify the accuracy of information provided by City or others City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. All reproduction shall be the responsibility of Consultant . 18. ADMINISTRATION The Public Works Department will administer this Agreement. Lloyd Dalton, PE, shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator 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 E -10- • 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 L] 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. -11- 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 Califomia 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. 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, lJ • 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: Lloyd Dalton, PE .. City of Newport Beach 3300 Newport Boulevard 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: Roberta W. Jorgensen, FAIA Robbins Jorgensen Christopher Architects 2800 Lafayette Newport Beach, CA 92663. (949) 566 -0080 • Fax (949) 566 -0082 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 partywritten notice thereof. • -13- 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 eamed and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a • different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and 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 • -14- • 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, City agrees to E 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. -15- IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By City Atto ey -16- CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS 0 0 • N i �� 0 0 • scope uf work' Corona DeCMar ,State Beach Improvements 11 The narrative below describes the proposed conceptual design effort and corresponds to the Scope of Work outlined in Attachment "B" of the RFP. Planning and Pre - Design Kickoff Meeting Atthe kickoff meeting we will begin with introductions and a discussion of communications and reporting protocols. WeC villrevibwi heprojecfgoafs ,budget,funding,andschedule. Wewillyd ewez6 9project W s .oainformationandinformatio e detetledpmject schedule maybe developed. We will develop a list of project stakeholders and discuss how and when these stakeholders may participate in the design process. We will discuss the poljtcalana regulatory context for design and approval. Review Existing Data We will review all costing data, including City /property owner agreaments, zo nng and landyse regulations, applicable City.ord'inances, Coastal Commission and other regulatory agencyrequirements, land develop- m ent ordinances, topographic and boundary surveys, easements, geotecfirlicalreports, traffic and parking plans or studies; pa tang requirements, and ezrsfing on site publictaciliies and plans. ...:.. Determine specifically what add tiohal information will nead to b_ e gatherad; and coordinate with the City to provide orsecure that data in the mast cost efective manner. Site Investigation and Scope Identification Sfe investigation, combined with the available existing site data will allow us to.renne.tthe scope of workfor su vaymg and sons investioation. Utilities will be identmed, and needed improvements d?teanu _ed. The scope of grading, drairage, paving, and lighting will all be determined 'atthai time. Programmatic Requirements Discuss with City represantatives the programmatic requirements forthe pr Establish the requirements for a successful design, including function and o _,. :..: Lonmun yacceptance, appropraiqdesTh ,srting,-arnd implementation with This location is visited by thousands of people every year. It is important that the City of Newport Beach is well represented by the appearance and operations of the facilities formany years to come. This can be accomplished by placing an emphasis on pre - design and establishing upfront the priortties for the project, and the utilization of the funds available. Because Robbins Jorgensen Christopher provides almost all of our architectural services topubfic clients, 6yu, +x�reaV3w we are familiar with the need to design for the reaiityoflong term maintenarice'andJiµavy'ttsue:We will dscpss with the City ourrecommendations and experience with materials and systems that an withstand the requirements of public utilization. Durable building materials will be ufili>_ed while still designing an interesting and Inviting beach facility. ROBBINSJORGEI`TSENCHRISTOPHER .F '. a of work Design and Construction Documents Develop Conceptual Designs Corona DeiJ�far Ourofffce does not have preconceived notions about form or style, and each project represents a search for an appropriate architectural response to context. You will seethe vanetyofthese responses when you State Beach - review our work. Improvements a We will prepare option of design drawings for public restrooms,concession buildings, lifeguard tower/ substation, storage room and vehicular garage. Additionally, we will preparea site plan with improvements to beach sports facilities, barbecue areas, parking, trafficilow, "spaces for interpretive exhibits and educafional outreach, signage, lighting, seating and landscape. For the lifeguard tower /substation, as in any emergency response facility, the lile'saving"'mission will be given priority above all other design considerations. We have -om plated design for over 35 Emergency Response Facilities, so we are familiar with the critical priority of lifesaving related operations and equipment The building must be funlonallyeffecWe. On this site, however, aesthetic considerations and long tens maintenance and dpeati! conc -ms will also be crucially important. Wewilladdressvandalism and marinecorrosions We should admit to our one and only design preconception: every public building.should embodythe values of its citizens. We believe that the City of Newport Beach's environmental sensitivity should extend to its capital improvement projects. Our design will maximize the use of sustainable building materials and minimize the consumption of non - renewable resources. The sensitivity of the Corona del MarSate Beach site will require that the conceptual designs be developed as computer models and placed into the existing context so that all interested stakeholders can see be- orEand -after photo'realisric renderings of the design proposals from the vantage points of critical view sheds. We will use AutoCAD 2000 software to develop the computer models. The images will than be integrated into digital photographs of site using PhotoShop software. We can print these renderings in -house on large boards using our four - color, high resolution HP plotters, orthe cioital images can be projected as PowerPoint slides. Conceptual cost estimates will be developed that reference materials and workto the numerical CSI sections of the preliminary specifications. These estimates will includefa ii ty.cosig, site costs, and oif decosts. The General Contractor's general conditions, overhead, and profit rates will be ideritmed separately. Unless instructed otherwise, the cost estimatewill babased on Davis -Bacon labor rates. The cost estimate will include a contiri . gency allowance appropriate to the specificity of the design and will include anescalation factor pro-rating the estimate to the midpoint of construction. ADA Accessability We have extensive experience with the application of ADA to public facilities, and we have ourselves acted as ADA consuftants,for Cal Poly Pomona (development of an ADA Access Plan forthe 1600 acre site), the City of Long Beach, acid the City of San Diego. At the Santee Lakes Regional Park we have designed a Fishing Pier for the Severely Disabled. Accessibility, when integrated early into design options, provides a successful and implementabla solution for everyone. • Present Design Concept at Public Meetings The most important issue in presenting a design to the public and to elected officials is allowing them to understand the process as well as the conclusion. Council representatives need to understand their consiitu- en +s'concems, and they need to understand cleady how the design responds directly to those concerns. Public • projects needto be "bam- raisings'that reinforce community spirit ratherthan inflaming controversy. ROBBL',TS JORGENTSENT CHRISTOPHER scope of work Corona DefMar State Beach Improvements • Develop Construction Documents Once design decisions have been secured, we will develop Constriction Documents suitable forbidding and construction. These will include drawings of architectural, civil, tandscape, mechanicaVpiumbing, and electrical disciplines. The Project Manual will incorporate and coordinate with the City's requirements for the General - Contractor. We will assistthe City in securing Agency Approvals. Constructibility Construction implementation will be a critical element of this project. Because of the very high use and public nature of the site, access and functionalitywill need to be maintained at all times. Our development of a phasing plan for traffic, paiking and construction will be informed by out experience not only as architects, but as Program managers asWell. These services weire-provided forcfients who were using'otherarch fectural firms, but who wanted our expertise as managers and implementers. We have provided Program Management services through design and construction (often on -site) forthe Coast Community College District and Orange County Fire Authority, among others. We have also been hired to provide Constructibility Review of construc- tion documents prepared byothers by numerous publicapricies. Construction Administration Wewill attend meetings, reviewspec`med submittals, respond to responsible RFI's, and coordinate with the City's . representative. Once construction is completed, we will prepare as -built drawings from the contactors docu mentation. Statement of Understanding Robbins Jorgensen Christopher gene, ally understands and agrees with the General requirements of Section C of the RFP. Comments on "Professional Services Agreement,' - We would liketo discuss wthyou pare graph 7 and lof the Professional Services Agreement. ROBBINS JORGENSEN CHRISTOPHER AMENDMENT NO. 1 • TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this day, of AC erg 9 e,— 2002, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred to as "CITY'), and Robbins Jorgensen Christopher Architects (RJCA), whose address is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter referred to as "CONSULTANT'), is made with reference to the following: RECITALS; WHEREAS, • A. On September 10, 2002, CITY and CONSULTANT entered into a professional services agreement, hereinafter referred to as "AGREEMENT", for architectural services for the Corona del Mar State Beach Improvements project, hereinafter referred to as "PROJECT; and B. CITY has requested CONSULTANT to provide additional professional services not included in AGREEMENT; and C. CONSULTANT has proposed to provide additional professional services not included in AGREEMENT; and D. CITY desires -to compensate CONSULTANT for additional professional services not included in AGREEMENT; and E. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 ", as provided herebelow. NOW, THEREFORE, the parties hereto agree as follows: • 1. CONSULTANT shall be compensated for services performed • pursuant to AMENDMENT NO. 1 according to "Exhibit A" dated November 8, 2002, attached hereto. 2. Additional compensation to CONSULTANT for services performed pursuant to this AMENDMENT NO. 1 shall not exceed thirty -one thousand three hundred thirty and no /100 Dollars ($31,330.00), thus increasing total compensation for Project to $143,000. 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO. 1 on the date first above written. • APPROVED AS TO FORM: By: City Attorney CITY OF NEWPORT BEACH, A municipal corporation F-0 City of Newport Beach Consultant BY: v ATTEST: I • Print Name LaVonne Harkless City Clerk - • f; luserslpbw \sharedlagreementsify 02- 03kica- amendno1-cdm state beach.doc ROBBINSJORGENSENCHRISTOPHER M8 November 02 Mr. Lloyd Dalton Design Engineer City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 RE:-CdM State Beach Improvements, #3461 Dear Lloyd, Exhibit A NOV T 9 2002 We have reviewed the additional fee for professional services related to the increase in scope and cost for the Corona del Mar State Beach Improvements project. The increase in scope will result in additional building area, therefore additional design and construction document time will be required. Also additional construction administration services will be needed. Since the project augmentation will now allow for the programming, design and construction of Lifeguard facilities in addition to the concession and restroom facilities funded by the original scope, we will need to add some additional time to the computer generated massing studies that will be developed to study the community views. The construction value, as well as our liability, has been increased by approximately 60 %. In order to meet the requirements of the City, we believe that we can complete the project, including the additional scope, for $143,000. Please call me if you have any questions on this revised proposal. Sincerely, Rob ins Jorgense hristopher, Inc. Roberta W. Jo n, FAIA President :800 LAP AYE i iE ME WPOBT Bin CX. C P1110 P NI n. 9:66i I III 566 ILE. 1AY odo 566 OIE2 ,'I ..'111:: r:_m n U • • • AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered into this day of , 200_, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred to as "CITY "), and ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS (RJCA), whose address is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter referred to as "CONSULTANT'), is made with reference to the following: RECITALS: WHEREAS, • A. On September 10, 2002, CITY and CONSULTANT entered into a professional services agreement, hereinafter referred to as "AGREEMENT', for architectural services for the Corona del Mar State Beach Improvements project, hereinafter referred to as "PROJECT'; and B. On December 12, 2002, CITY and CONSULTANT entered into an amendment to AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 ", for additional professional services needed for PROJECT; and C. CITY has requested CONSULTANT to provide additional professional services not included in AGREEMENT or AMENDMENT NO. 1; and D. CONSULTANT has proposed to provide additional professional services not included in AGREEMENT or AMENDMENT NO. 1; and E. CITY desires to compensate CONSULTANT for additional professional services not included in AGREEMENT or AMENDMENT NO. 1; and • . F. CITY and CONSULTANT mutually desire to amend AGREEMENT • and AMENDMENT NO. 1, hereinafter referred to as "AMENDMENT NO. 2 ", as provided herebelow. NOW, THEREFORE, the parties hereto agree as follows: 1. CONSULTANT shall be compensated for services performed pursuant to AMENDMENT NO. 2 according to "Exhibit A" dated November 25, 2003, attached hereto. 2. Additional compensation to CONSULTANT for services performed pursuant to this AMENDMENT NO. 2 shall not exceed Seventy -One Thousand Five Hundred and no /100 Dollars ($71,500.00), thus increasing total compensation for PROJECT to $214,500.00. 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. • IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO. 2 on the date first above written. _T=;791VA97d.CQ 101 :7A By: City Attorney ATTEST: By: LaVonne Harkless City Clerk CITY OF NEWPORT BEACH, A municipal corporation M Steven Bromberg, Mayor City of Newport Beach ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS 0 Print name f: \users \pbw \shared \agreements \fy 02 -03 \rjca -amend no. 2 -cdm stale beach.doc n LJ \J W • • ROBBIN SJ ORGENSEN CHRISTOPHER November 25, 2003 Mr. Lloyd Dalton Design Engineer City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Re: CDM State Beach Improvements RJC Job No. 0223 Dear Lloyd, Exh.4MA r This letter is to submit our additional fee for professional services related to the increase in scope and cost for the Corona Del Mar State Beach improvements project. The fee and scope of work is as follows: 1. Add -on #1: Parking Lot Improvements, $219,385 approved by council on 718103. Fee at 9.7% of construction cost: $ 21.300.00 2. Basic Scope construction budget increased from $1,200,000 to $1,992,848. Approved by council on 718103. Fee at 9.7% of construction cost: $ 50,200.00 3. Preparation of additionallunforeseen presentation material during schematic design phase. (Approx 40 hours) NOT INCLUDED 3800:99 TOTAL $ 71,500.00 The construction value for the project has been increased by approximately 60% again. In order to meet the requirements of the City, we believe that we can complete the project, including the additional scope for $214,500.00 Please feel free if you have any questions on this revised proposal. Sincerely, R bins Jor'ense Christopher, Inc, oberta n FAIA President Accepted by: City of Newport Beach Date 2800 EAEAYEiiE NE.'a Ri BEACH. CAl60Rwa 92663 �ii�p�,i: Ii.Ea Ql \'; Prni.: R ".0'_'.i l .+ntr.¢'Glf�t Ih; pc;:31i.: \d.l�cn i L.... d.•; PH. 9a9 566.0080 EA% 949 566.0082 WEB ww ,ca,c6.c om