Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout18 - Community Youth CenterCITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. l8
June 10, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Mark Reader, Project Manager
949 - 644 -3311 or mreader @city.newport - beach.ca.us
SUBJECT: Community Youth Center - Approval of Professional Services
Agreement with Dougherty & Dougherty Architects, LLP
Recommendation:
Approve a Professional Services Agreement with Dougherty & Dougherty Architects, LLP,
of Costa Mesa, California for design and construction documents at a contract price of
$83,300, and for bid support and construction administration at an hourly fee not to
exceed $24,100, for a total not to exceed contract price of $107,400, and authorize the
Mayor and City Clerk to execute the Agreement.
Discussion:
The Community Youth Center (CYC), located near Fifth Avenue and Iris Avenue in
Corona Del Mar, is the second most used facility in the City. The CYC is in need of
repairs and modernization. Some of the complaints with this facility are that the
classrooms do not function due to noise interruption, the restroom facilities are in need
of refurbishment and ADA compliance, and the lobby does not adequately serve the
staff or facility. To address these concerns, staff requested proposals for a Facility
Needs Assessment Study from 10 firms and three responded with proposals. The
consultant interview process led to the selection of Dougherty & Dougherty Architects
LLP.
The City executed a contract for $8,300 with Dougherty & Dougherty Architects, LLP
(DDA) on December 18, 2007, to prepare a Needs Assessment on the CYC facility to
determine and prioritize the areas for improvement. DDA has now completed the
Needs Assessment and conceptual design. Staff has reviewed and commented on the
assessment and requested DDA to submit a proposal for the Design and Construction
oversight needed to complete the work.
DDA has provided a scope of work and fee proposal to renovate the CYC facility. This
scope includes modifications to the lobby, refurbishment of the restrooms,
reconfiguration of the administration area, stucco on the exterior masonry walls with
Community Youth Center — Approval of Professional Services Agreement with Dougherty & Dougherty, LLP
June 10, 2008
Page 2
parapet caps, refurbishment of the HVAC system, new lighting, refinishing of interior
spaces, and coordination of fixtures, furniture and equipment.
DDA also made some additional exterior improvement recommendations that the City
will assume responsibility for completing including the addition of parking lot restriping,
parking lot turn - around, perimeter sub - drains, and on -grade patio development. The
City will also utilize General Services Department forces to provide some landscaping
improvements and will contract directly with a mechanical consultant to analyze the
existing mechanical HVAC system.
Proposed contract costs are summarized as follows:
Vendor Purpose Amount
Dougherty & Dougherty Architects, LLP Architectural Services $107,400
Total: $107,400
Environmental Review:
The refurbishment of the CYC facility is categorically exempt per section 15301 as it is
considered minor alterations and maintenance to an existing public building.
Funding Availability:
Upon approval of the FY 08109 budget, adequate funds will be available in the project
account for the design and construction including the work described in this report.
Account Description
CYC Rehabilitation
Prepared by:
i
Mark Reader
Project Manager
Account Number
7011- C4120806
Total
Attachment: PSA with Dougherty & Dougherty, LLP
Amount
$107,400
$107,400
Submitted by:
p . Badum
ublieWorks Director
PROFESSIONAL SERVICES AGREEMENT
WITH
DOUGHERTY AND DOUGHERTY ARCHITECTS, LLP
FOR COMMUNITY YOUTH CENTER RENOVATION
THIS AGREEMENT is made and entered into as of this day of
2008, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
( "City "), and DOUGHERTY AND DOUGHERTY ARCHITECTS, LLP a Limited Liability
Partnership, whose address is 3194 D Airport Loop, Costa Mesa, California,
( "Consultant "), and 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 renovate the Community Youth Center which includes
enlargement of the lobby, refurbishment of the restrooms, reconfiguration
of the administration area, stucco on the exterior masonry walls with
parapet caps, refurbishment of the HVAC system, new lighting, refinishing
of interior spaces, and coordination of fixtures, furniture and equipment
C. City desires to engage Consultant to provide architectural, electrical, and
structural consulting services ( "Project').
D. Consultant possesses the skill, experience, ability, background,
certification, and knowledge to provide the services described in this
Agreement.
E. The principal member of Consultant for purposes of Project shall be
Betsey Dougherty, FAIA
F. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, and
desires to retain Consultant to render professional services under the
terms and conditions set forth 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 above written date, and shall
terminate on the 30 day of June, 2009, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference. The
City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Consultant to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays
due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for
performance in writing to the Project Administrator not later than ten (10)
calendar days after the start of the condition that purportedly causes a
delay. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays that are
beyond Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -fo- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
Consultant's compensation for all work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not
exceed On Hundred Seven Thousand Four Hundred Dollars and no /100
($107,400.00) without prior written authorization from City. No billing rate
changes shall be made during the term of this Agreement without the prior
written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing
in advance by City. Unless otherwise approved, such costs shall be
limited and include nothing more than the following costs incurred by
Consultant:
2
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and /or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra
Work" means any work that is determined by City to be necessary for the
proper completion of the Project, but which is not included within the
Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated Betsey
Dougherty, FAIA to be its Project Manager. Consultant shall not remove or
reassign the Project Manager or any personnel listed in Exhibit A or assign any
new or replacement personnel to the Project without the prior written consent of
City. City's approval shall not be unreasonably withheld with respect to the
removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. David
Webb, P.E. shall be the Project Administrator and shall have the authority to act
for City under this Agreement. The Project Administrator or his /her authorized
representative shall represent City in all matters pertaining to the services to be
rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner
commensurate with 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. By
delivery of completed work, Consultant certifies that the work conforms to
the requirements of this Agreement and all applicable federal, state and
local laws and the professional standard of care.
8.2 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force in effect during the term hereof, at its sole cost and
expense, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature that is legally required of Consultant to practice its
profession. Consultant shall maintain a City of Newport Beach business
license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's
work promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees (collectively, the "Indemnified Parties) from and
against any and all claims (including, without limitation, claims for bodily injury,
death or damage to property), demands, obligations, damages, actions, causes
of action, suits, losses, judgments, fines, penalties, liabilities, costs . and
4
death or damage to property), demands, obligations, damages, actions, causes
of action, suits, losses, judgments, fines, penalties, liabilities, costs and
expenses (including, without limitation, attorney's fees, disbursements and court
costs) of every kind and nature whatsoever (individually, a Claim; collectively,
"Claims "), which may arise from or in any manner relate (directly or indirectly) to
the negligence, recklessness, or willful misconduct of the Consultant or its
principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for
whose acts they may be liable or any or all of them.
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
sole negligence, active negligence or willful misconduct of the Indemnified
Parties. Nothing in this indemnity shall be construed as authorizing any award of
attorney's fees in any action on or to enforce the terms of this Agreement. This
indemnity shall apply to all claims and liability regardless of whether any
insurance policies are applicable. The policy limits do not act as a limitation
upon the amount of indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or 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 approval
for 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 means of performing the work, provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Consultant as to the details of the performance or to
exercise a measure of control over Consultant shall mean only that Consultant
shall follow the desires of City with respect to the results of the services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
interest in the work to be performed. City agrees to cooperate with the
Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
5
13. PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his /her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acce,otab /e Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Requirements
i. Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Consultant shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) calendar days (10 calendar days written notice of non-
payment of premium) prior to such change. The insurer shall agree
to waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed
by Consultant for City.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
N]
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain 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).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self- insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) calendar days (10 calendar days
7
written notice of non - payment of premium) written notice has been
received by City.
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. 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.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: 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
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. 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.
16. SUBCONTRACTING
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Consultant. Assignments of any or all rights, duties or obligations of the
Consultant under this Agreement will be permitted only with the express written
consent of City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement without the prior written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
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
t:]
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 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.
All improvement and /or construction plans shall be prepared with indelible
waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with
a minimum thickness of three mils. Consultant shall provide to City 'As- Built'
drawings, and a copy of digital ACAD and tiff image files of all final sheets within
ninety (90) days after finalization of the Project. For more detailed requirements,
a copy of the City of Newport Beach Standard Design Requirements Is available
from the City's Public Works Department.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for 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 original drawings shall be submitted to City in the version
of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file of City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
20. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the
accuracy of such opinions as compared to contractor bids or actual cost to City.
9
21. INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers,
representatives and employees against any and all 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.
22. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Consultant under this Agreement. All such records and
invoices shall be clearly identifiable. Consultant shall allow a representative of
City to examine, audit and make transcripts or copies of such records and
invoices during regular business hours. 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 to Consultant under this
Agreement.
23. WITHHOLDINGS
City may withhold payment to Consultant 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 as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his /her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
24. 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 what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and /or
restoration expense shall be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under the law or any other sections of this
Agreement.
25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
iC
26. CONFLICTS OF INTEREST
The 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 any 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.
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 immediate
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.
27. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Consultant to City shall be addressed to City at:
Attn: David Webb
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949 -644 -3311
Fax: 949 - 644 -3318
All notices, demands, requests or approvals from CITY to Consultant shall be
addressed to Consultant at:
Attn: Betsy Dougherty
Dougherty and Dougherty, LLP
3194 D Airport Look
Costa Mesa, CA 92626 -3405
Phone: 714- 427 -0277
Fax: 714 - 427 -0288
28. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, 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) calendar days, or if more than two (2) calendar
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
steps necessary to cure such default, and thereafter diligently take steps to cure
11
the default, the non - defaulting party may terminate the Agreement forthwith by
giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
termination under this Section, City shall pay Consultant for services
satisfactorily performed and costs incurred up to the effective date of termination
for which Consultant has not been previously paid. On the effective date of
termination, Consultant shall deliver to City all reports, Documents and other
information developed or accumulated in the performance of this Agreement,
whether in draft or final form.
29. COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
30. 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.
31. 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 herein.
32. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terms
of this Agreement shall govern.
33. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction
which might otherwise apply.
34. AMENDMENTS
This Agreement may be modified or amended only by a written document
executed by both Consultant and City and approved as to form by the City
Attorney.
12
35. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
36. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
37. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
-A -'—c- ,
City Attorney
for the City of Newport Beach
ATTEST:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
By:
Mayor
for the City of Newport Beach
CONSULTANT:
By:
(Corporate Officer)
Title:
Print Name:
By:
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
f: \users \pbw\sharedlagreements \fy 0 8-09 \dougherty -cyc rehab.doc
13
EXHIBIT A
r.
a
0 HI1FC
0�
AP,CI- IJECTURE
PLANNING I May 12, 2008
INTERIORS
© Mr. Matt
3194
Mr. Mark Reader, P.E.
Airport Loop Recreation & Senior Services Department
Costa mesa City of Newport Beach
California 3300 Newport Blvd.
42626 -3405 Newport Beach, CA 92663
714.427.0277 0
714.427.0288 0
W W WADARCHITECTURECOM
RE: Proposal for Architectural Services
CYC Renovation
D + D Project No. 20728 A.3
Dear Matt and Mark:
It is a pleasure to provide you with this revised fee proposal for the Renovation of the City of Newport Beach
CYC, per our previous Needs Assessment and Program. The fee has been calculated utilizing the
percentages for publicly funded projects following state procurement guidelines. The budget amount utilized
for calculation for this project is $1.09 million per your previous email. The scope includes enlargement of
the lobby, refurbishment of the restrooms, reconfiguration of the administration area, stucco on the exterior
masonry walls with parapet caps, refurbishment of the HVAC system, new lighting, refinishing of interior
spaces, and coordination of fixtures, furniture and equipment. The City will assume the addition of parking
spaces or turn - around in the parking lot, drain tiles at the perimeter and on -grade patio development. This
proposal includes consulting mechanical, electrical and structural engineering as required. Also included is
a 3 -D Virtual Model for a rendering and for use during a workshop session. Civil and landscape consulting
services related to exterior work will be retained by the City.
An itemized scope of work is as follows:
Exterior Modifications by the City:
Ext 1. Remove Tether Ball and Ball Wall, and extend the end of the parking lot to add one space and to
provide a turn - around. Add one more space at the front at the top of the sloped street entrance if
possible.
Ext 2. Paint cross walk within domes from the school stairway across the parking lot to the CYC walk.
Modify walk and provide curb cuts as required.
Ext 3. Extend patio at front meeting room. Cut back scope of existing planting and irrigation.
Ext 4. Extend patio at Dance Room. Cut back scope of existing planting and irrigation.
Ext 5. Provide a perforated drain around the building perimeter at the north, north west and north east
perimeters, with a daylight down -slope to a rock swale at either end of the site.
on
Do
Mr. Matt Lohr! Mr, Mark Reader
Newport Beach CYC
May 12, 2008
Page 2 of 4
Exterior Modifications by D +D:
Ext 6. Provide two rear exits from Game Room patio, a concrete ramp to the west, and concrete steps to
the south. Infill the edge of the patio at the game room, and relocate the handrail to the top of the
wall.
Ext 7. Provide a new stucco finish over all exposed concrete masonry walls. Finish top of concrete walls
with a new copper parapet cap and copper diverters, gutters and down spouts as required.
Ext S. Repaint the exterior and utilize a new color palette to be determined.
Ext 9. Construct a new trellis canopy with integrated building sign and numerical address at the improved
entry (see description of Item 1, Interior Modifications).
Ext 10. Provide all new exterior light fixtures.
Interior Modifications by the City:
Int 1. Provide wireless internet service, and all other phone, security and telecommunications services.
Int 2. Service existing HVAC, and replace equipment as required. Clean duct interiors, and provide new
filters following construction completion.
Interior Modifications by D +D:
Int 3. Remove existing entry storefront. Pour a new structural slab and install new storefront,
approximately ten feet forward to provide a new eighteen foot deep lobby.
Int 4. Cut a hole in the existing concrete block wall to provide a sliding window for supervision over the
lobby.
Int 5. Provide a new high /low drinking fountain with furred wall in the lobby.
Int 6. Provide electrical and telecommunications P.O.C. for a new furniture reception desk and waiting
area.
Int 7. Provide new interior lighting throughout.the facility.
Int 8. Repaint all walls, ceilings, and overhead ductwork throughout the facility.
Int 9. Replace all interior floor covering except the wood floor, and possibly the rubber floor.
Int 10. Demolish existing restroom interiors. Improve the existing men's and women's toilet rooms to be
access compliant, and to have all new doors, fixtures, partitions, floor and wall tile, counters,
hardware accessories, lighting, and paint. Exhaust fans for both restrooms are to be replaced.
on
00
Mr. Matt Lohr! Mr. Mark Reader
Newport Beach CYC
May 12, 2008
Page 3 of 4
Int 11. Demolish the existing kitchenette, storage 1 office, art area and computer station area. Enclose a
new staff office! lounge that looks through the sliding window to the entry lobby. Provide casework
with a sink and oven. Provide refrigerator for staff area. Provide glazed sliding door out to improve
oversight.
Int 12. Utilize the remaining area adjacent to the restroom and staff room as a lounge / activity area with
moveable tables and chairs. Replace the existing wall above the Dance Room storage cabinets
with double - glazed windows facing the room for a parent over -look and lounge area.
Int 13. Strip the wainscot and wall coverage at the meeting room and replace with acoustical wall
treatment and a chair rail.
Int 14. Remove the demising wall in the storage room for one large room, and increase the door size.
Int 15. Provide acoustical wall treatment in the game room.
Int 16. Provide a double - glazed enclosure along the top of wall at the ramp to enclose the Game Room.
Add a pair of doors at the bottom of the ramp swinging into the Game Room.
Int 17. (Alternate) Replace all exterior wood and glass pairs of doors and hardware.
int 18. (Alternate) Replace all window systems at all meeting and activity rooms with double - glazed,
high - performance window systems.
Please refer to the attached spread sheet for an itemized fee proposal, totaling a lump sum of $73,300 for
design and construction documents, and an hourly not to exceed of $24,100 for Bid Support and
Construction Administration.
Reimbursable Expenses NTE: $10,000
The fees will be allocated per the attached spreadsheet:
Please note that the fee is all- inclusive, with the exception of the following that may be added as additional
services:
1. Reproduction of plans, specifications, reports and calculations for bid distribution or during
construction per contractor request for additional sets.
2. Changes or additions to the scope of work.
All drawings will be developed electronically, utilizing AutoDesk REVIT. Hardcopy and CD PDF record
drawings will be provided at the completion of services.
City - provided services will include:
• Topographic survey information showing spot elevations as required for the Dougherty +
Dougherty scope of work;
■
■
Mr. Matt Lohr /Mr. Mark Reader
Newport Beach CYC
May 12, 2008
Page 4 of 4
• Testing and inspection during construction as required, and
• The waving of all City fees.
We are appreciative of the opportunity to work with you, and look forward to a timely and fruitful design and
construction process.
Betsey Olenick
attach:
BOD:ca
Y. @W7 PROJECTSVQM.W NEWPORT COMM YOUTH CMTR REMUDIOATAN3RE -0ESIGNW3 AGREEMENBVYC CO FEE PROPOSAL 5- 12INDOC
EXHIBIT B
Fee Proposal for Architectural and Engineering Services
City of Newport Beach -Comm Youth Ctr Needs Assessment
Date: May 12, 2008 D +D Proi. No. 20728 A -3
The following itemized fee proposal is prepared as a supplement to our proposal of April 7, 2008.
Hourly rates include direct personnel expense, overhead, and profit. The budget is understood to be
$1,090,000 of construction.
Sc ema6c Design 10%
Architect Principal
Architect Project Manager
Architectural Designer
Architect Technical
Structural Engineer
Mechanical /Plumbing Engineer
Electrical Engineer
Subtotal:
Rounded to:
Design Dewelopment 15%
8 hrs. x
$165 /hr.
_ $1,320
�6 hrs. x
- $= /hr.
77- hrs. x
7 hrs. x
00 /hr.=
00
—7 hrs. x
__TT5__/hr.
_
T hrs. x
5 /hr.
= 580
4 hrs. x
5T35 /hr.
= 40
4 hrs. x
135 /hr,
_ $540
Architect Principal
8 hrs. x
$165 /hr.
_ $1,320
Architect Project Manager
77- hrs. x
/hr.
= 4 0
Architectural Designer
— hrs. x
47
__5TM_ /hr.
_ ___$TT W
4TH
Architect Technical
hrs. x
X135 /hr.
_
Structural Engineer
hrs. x
__$TT7/hr.
= �Ti61F
Structural Technical
4 hrs. x
587-/hr.
=�0$�
Mechanical /Plmbg. Engineer
ii hrs. x
/hr.
=
Mechanical Technical
—T hrs. x
/hr.
= ____T57_0
Electrical Engineer
U hrs. x
/hr.
=x$17
Electrical Technical
i hrs. x
__TTTT/hr.
= _3,66
Cost Estimating
__7Ghrs. x
__TT4__G__/hr.
_
Subtotal:
Rounded to
Construction Documents
A. Preparation of Construction Plans and Specifications.
Architect Principal
16 hrs. x
$165 /hr.
= $2,640
Architect Project Manager
77 hrs. x
-TT2U-/hr.
= ___$TT07_
Architect Technical
-_T27 hrs. x
-$$7 /hr.
=
Structural Engineer
—hrs. x
--TT-4-5/hr.
=
Structural Technical
—_TG hrs. x
-_75 /hr.
= �Ti61F
Mechanical /Plmbg. Engineer
hrs. x
---2-T
--TT /hr.
-fir
=�0$�
Mechanical Technical
hrs. x
/hr.
= ,7GF
Electrical Engineer
hrs. x
__$T37/hr.
=
Electrical Technical
hrs. x
'5$T_/hr.
=
Cost Estimating
hrs. x
__TTTT/hr.
= _3,66
Clerical (Specifications)
�U hrs. x
__T77_5__/hr.
= —3 GGI)
Subtotal:
Rounded to
B. Planchecking/backchecking S%
Architect Project Manager 12 hrs, x $120 /hr. = $1,440
Architect Technical hrs. x -_3'8 /hr. =�
Y12007P.jaYS 120) 28, 00Ne- P -n [mnm Y.th Cntr RemodlOataN Pre- DesignW3 Agreements!Fre Proposal 20728.00080512.x1s
$10,450
$16,480
$41,560
$10,500
$16,500
$41,600
Structural Engineer
Mechanical Engineer
Electrical Engineer
Subtotal:
Rounded to:
Total Fixed Fee:
i rng P ase 5 0 our y
4 hrs. x $145 /hr. = $580
hrs. x —TTT5— /hr. = 54
T hrs.x --577/hr. =
$4,630
$4,700
$ 73.300
A. Provide bidding support services, including response to inquiries, issue of addenda,
attendance at bid opening, and evaluation of bids, as requested, hourly not -to- exceed as follows:
Architect Principal
Architect Project Manager
Architect Technical
Engineering Support
Subtotal:
Rounded to:
4 hrs. x
$165 /hr. = $660
hrs. x
20 /hr. = --- 577T7
hrs. x
85 /hr. = ---FT-,g-6U-
TT' hrs. x
--5F /hr. = --3T,-4TG--
onstructron Administration o (Hourly
A. Provide construction administration (includes punchlist and as- builts)
Architect Principal
16 hrs. x
$165 /hr. = $2,640
Architect Project Manager
--77 hrs. x
—3TTF /hr. =-777D(i
Architect Technical
---- 24 hrs. x
�T5 /hr. = 527 OW
Structural Engineer
hrs. x
—3TT5"-/hr. =
Structural Technical
---T hrs. x
--3T5-/hr. =$�
Mechanical /Plmbg. Engineer
--- 7f hrs. x
- /hr. =
Mechanical Technical
--- 7T hrs. x
--77/hr. = 772-6-
Electrical Engineer
----IT hrs. x
/hr. = --Tf,- =
Electrical Technical
---J' hrs, x
---$ /hr. = ---5;TF
$5,380
Subtotal: $18,660
Rounded to:
Total NTE Fee: $97,160
Y:12007 Fmjecu120728, 00 rva pon Comm Yomh Cmi Remod10a1aa Pre OesignV ] Agreemenul(ee Pmposl 20728.00 080512.,h
$ 5,400
$18,700