Loading...
HomeMy WebLinkAboutC-1981(A) - Architectural Services for Senior Center multipurpose roomTHE NEWPOKY ENSIGN PROOF OF PUBLICATION (2015.3 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange. I am a citizen of the United States and a resident aff the County aforesaid; I am over the age. of eighteen years, and not a party to or interested in the above - entitled matter. 1 am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 19, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy :set in type not smaller than nonpareil). has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to -wit: I certify (or declare) under penalty of perjury that the foregoing is true and correct, Dated at Newport Beach, California, this ;;'. - day of 19 ...... ......_X.,:,,.:.:1:,,,:.....i�; . 1....:.r.�: }.t. i. + ................ Signature V'I'I �l Nl XNIIIWI, EN 1C 2721 E. Coast Hwy -, Corona del Mar, California 92625. PROOF OF PUI This space is for the County Clerk's Filing Stamp Frroi of f'ub;ieation of i PUBLIC NOTICE CITY OF NEWPORT BEACH CALIFORNIA NOTICE INVITING BIDS j SEALED BIDS will be re- ceived at the office of the City `Clerk, City Hall, Newport . Beach, Califorrya, until 2:30 PM. (as determined by tele. phone time signal) on the 1st day of August' 1978, at which time they will be opened and read, for performing work as follows: SENIOR am mm, CENTER MULTI- PURPOSE BUILDING CONTRACT NO. 1981 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accom- panied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the . amount bid. The title of, the project and the words "SEALED BID" shail be clearly marked on the out. side of -the envelope contain. ing the bid. The contract documents that must be completed, exe. cuted, and returned in the nested bid are: A. Proposal' B: Designation of Subcon. tractors C. BiddeisBond D. Non - collision Affidavit E. $tatemlgt of Financial Reap F.. Experkaco .. ces ° . :.. ILICATION copy of the prevailing wage rates at the job site. Copies may be obtained from the ' Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. NOTE: This contract will be funded with Federal Revenue . Sharing Funds: therefam:all' work to be done under tb ?s contract must comply with the Davis -Bacon Act. whlbh : in- quires that the Ctty mint re- ceive weekly certified pey�ai statements from the contratetor and all subcoatractota and must verify that all wages and fringe benefits paid .ware in, compliance with.11ie' Davfs- Bacon Act. Publish: June 22 and 29, 19 ?ci in The. NawpoF6 Harbor �. e I H, Me These documents Shan be ffi axed with the signature and titles of the p9mons signing on behalf of the bidder. For oor- pofa6ons, the signaturesofthe President or Vice President and Secretary or Assistant Secretary are required and the Corporate Seel shall be af- fixed to all documents re- quiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bide will he accepted froma contractor who has not i been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his Ii- came number and classifica- tion in the proposal. One set of plans and con- tract documents, including special provisions, may be ob- tained at the Public Works Department, City Hall, New- port Beach, California, at no cost to licensed contractors. It' is requested that the plans and contract documents be re- turned within two (2) weeks ab ter the bid opening. The City has adopted the. Standard Specifications for Public Works Construction (1976 Edition) as prepared by i the Southern California Chap- ters of the American Public Works Association and the Associated General Contrac- tors of America. Copies may . be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, Califor- nia 90034,(2 1.3) 870.9871. The City bee adopted Stan- dard Special Provisions and Standard Drawings. Copies of these are available at the Pun lic Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate i of insurance acceptable to the City. The successful low bid- der will be required to com- plete this form upon award of the contract. For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance com- pany or surety company li censed by the State of Cali- fornia. The companies must also have a current general policy holder's rating of A or better; and a financial cate- gory of at least Class X as per the latest edition of Best's Key Rating Guide (Property -Lia- bility). In accordance with the pro- visions of Article 2, Chapter I Part 7 of the California Labor Code (Sections 1770 at seq.), the Director of Industrial Re- lations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be per- formed for each craft, classi- fication, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code re-. lating to prevailing wag { rates (Sections 1770 -1781 `, clusive). The contractor shafl_ . be responsible for compaan with Section 1777.5 of th California Labor Code for all,' apprenticeable occupations.' The contractor shall post a ,SS 9rwL QS THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, 1 1 ss. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the aboSe- entitled matter. I am the principal clerk of the printer of the Newport harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice; of which the annexed is a printed copy (set in type not smaller than nonpareil). has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to-wit: June 22, 29,....1978 .............. ......................... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 29 day of Jun 19 % 8 ................ Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. PROOF OF This space is for the County Clerk's Ftiling Stamp Proof of Publication of PUBLIC NOTICE CONTRACT NO. 1981 J TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. 1981 6 CITY OF NEWPORT BEACH CALIFORNIA City Ball 3300 w. Newport Blvd. Area Code 714 DATE _$aptat46ar 21 1977 Description of Contract 10,4 eawfn*T1 ftartrlwaa Aaraa * for NnitlVMMw Room /Sr. Citizen /5th i Marguerite Authorized by Resolution No. 9194 , adopted on September 19, 1977 Effective date of Contract September 21, 1977 Contract with Wilson V. Woodman A.Assoelates, Inc. Address 250 Newport Center Drive Newport Beach, CA. 92660 Amount of Contract Sp Contract City Clerc 0 September 21, 1977 Cal Stewart, PB&R Director • Architectural Services - Multipurpose Room /5th 6 Marguerite Attached is an executed copy of the Agreement in connection with the above referenced subject for transmittal to Wilson V. Woodman b Associates. Doris George eg Att. • A RESOLUTION NO. 0194 A RESOLUTION OF THE CITY..tbUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN ARCHITECTURAL SERVICES AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND WILSON V. WOODMAN & ASSOCIATES IN CONNECTION WITH THE SENIOR CITIZEN MULTIPURPOSE ROOM AT FIFTH AND MARGUERITE WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain Architectural Services Agreement between the City of Newport Beach and Wilson V. Woodman & Associates in connection with the Senior Citizen Multipurpose Room at Fifth and Marguerite; and WHEREAS, the City Council has reviewed the terms and conditions of said Architectural Services Agreement and finds them to be satisfactory and that it would be in the best interest of the City to authorize the Mayor and City Clerk to execute said agreement; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that said agreement above described is hereby approved, and the Mayor and City Clerk are authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 19th day of September , 1977. Mayor ATTEST: City Clerk DDO /bc 9/15/77 0 46 AGREEMENT FOR ARCHITECTURAL SERVICES MULTIPURPOSE ROOM TH AGREEMENT is made and entered into this day of , 199 77, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "City" and the firm of WILSON V. WOODMAN & ASSOCIATES, INC. hereinafter referred to as "Architect ". WITNESSETH: WHEREAS, City desires to construct a multipurpose building for Senior Citizens on a City -owned parcel of land at Fifth & Marguerite in Corona del Mar; and WHEREAS, design services are necessary to prepare plans and specifications suitable for requesting bids to construct the building; and WHEREAS, Architect has submitted a proposal to prepare the necessary plans and specifications; NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. GENERAL A. City engages architect to perform the services hereinafter described for the compensation herein stated. B. Architect agrees to perform said services upon the terms hereinafter set forth. II. SERVICES TO BE PERFORMED BY ARCHITECT. Architect hereby agrees to perform the following services: A. Preliminary Analysis Phase 1. Review existing Master Plan for the project and recommend modifications to improve the circulation and site planning. 2. Collect from the City existing base information pertinent to the project (street improvement plans, utility plans, topographic survey and site boundaries). 3. Meet with the staff to resolve technical matters presenting potential difficulties in accomplishing the design. B. Preliminary Design Phase 1. Prepare a schematic design in accordance with the approved Master Plan which will include site -plan arrangement, circulation studies, facility use, preliminary cost estimate and logical phasing plan. estimate phase. 0 0 C. Final design, prepartion of plans, specifications and 1. Upon written approval of the preliminary design, prepare detailed construction drawings for all facilities on Standardi.Plan sheets furnished by the City. 2. Prepare special provisions and contract documents on xerox masters to be used in conjunction with the City's Standard Specifications (Standard Specifications for Public Works Construction, 1973 Edition, including supplements). 3. Calculate the construction quantities, estimate their costs, and provide a final estimate in bid proposal format. 4. During the preparation of detailed consturction drawings for all facilities, review progress and concepts periodically with City to ascertain conformance with City standards and requirements. D. Construction phase. Provide consultation and /or interpretation of plans and specifications during the construction phase of the project, including review of shop drawings. III. DUTIES OF THE CITY. City hereby agrees to supply Architect with the following information and materials: A. Mylar Plan and Profile and Standard Sheets for preparation of original project drawings. the facility. B. Soil test data as determined necessary for construction of C. Any other additional information available which the parties agree may be beneficial to the final design of the project. IV. OWNERSHIP OF PROJECT DOCUMENTS. Original drawings, reports, notes, maps and other documents shall become the property of the City and may be re- produced and utilized as deemed necessary by the City. V. RIGHT OF TERMINATION. City reserves the right to terminate this agreement at any time and for any reason by giving Architect seven (7) days' prior written notice; notice shall be deemed served upon deposit in the United States Mail, postage prepaid, addressed to any of the Architect's business offices. In the event of termination due to fault by Architect, City shall be obligated -2- U 0 • to compensate Architect for only those authorized services which have been completed and accepted by the City. If this agreement is terminated for any reason other than fault of Architect, City agrees to compensate Architect for the actual services performed up to the effective date of the notice of termina- tion, on the basis of the fee schedule contained herein. VI. COMPLETION OF PRELIMINARY'ANALYSIS, PRELIMINARY DESIGN AND FINAL DESIGN. Preliminary project analysis shall be presented to City for review within fourteen (14) calendar days after issuance of a notice to proceed. The notice to proceed will be issued at the time when all base information has been received by the Architect from the City. Preliminary design and cost estimate shall be completed and submitted for review within forty -five (45) calendar days following authorization by City to proceed with preliminary design. Final design, including all plans and other documents for the Project shall be submitted to the Parks, Beaches and Recreation Director of City for final review within one hundred and five (105) calendar days following authorization by City to proceed with final design. VII. FEE SCHEDULE AND PAYMENT. In consideration of the performance of the above - described services, City hereby agrees to pay Architect an amount based upon the hourly rate schedule set forth below. In no event shall said amount be greater than Eleven Thousand Eight Hundred ($11,800.00) except as otherwise pro- vided herein. A. Hourly rates for office and field personnel shall be as follows: Drafting $ 25.00 /hr Design $ 35.00 /hr Consultation w /Architect $ 40.00 /hr B. The contract amount shall be paid to Architect as follows: 1. Monthly partial payments shall be made on the basis of the time expended by the Architect at the hourly rates listed herein, except that the cumulative amount of monthly partial payments shall not exceed the cumulative total amounts shown below for each phase until the completion and acceptance of that phase: -3- V 0 • (a) Preliminary Analysis Phase set forth in Section II -A $ 2,000.00 (b) Preliminary Design PHase set forth in Section II -B $ 2,000.00 (c) Final Design, Preparation of Plans, Specifications, and Estimates Phase set forth in Section II -C $ 6,000.00 (d) Construction Phase, Plan Interpretation, Project Supervision set forth in Section II -D $ 1,800.00 The sum of the monthly partial payments shall not exceed ninety percent (90 %) of the maximum fee. 2. Balance of the total amount earned to be paid upon completion of work specified in Section II (Services to be Performed by Architect), or by January, 1979, whichever occurs first. 3. In addition, City agrees to reimburse Architect for the actual cost of reproduction of copies of said plans and related documents, as well as other related costs authorized in advance by the Parks, Beaches and Recreation Director, not to exceed Twelve Hundred Dollars ($1,200.00). VIII. PROJECT SCOPE REVISIONS. The scope of the Project may be changed and the maximum fee revised upon prior written approval of the Parks, Beaches and Recreation Director and the Public Works Director if the increase in the maximum fee does not exceed Two Thousand Five Hundred Dollars ($2,500.00). If revisions to the scope of the Project would result in an increase in the maximum fee exceeding Two Thousand Five Hundred Dollars ($2,500.00), an amendment providing for such revisions shall be processed and executed by the parties hereto. IX. HOLD HARMLESS. Architect shall indemnify and save harmless City and its officers and employees from any damage or liability arising from any errors, omissions or negligence in the Architect's performance of this agreement, or in the work and services herein provided, Gl: 0 0 IN WITNESS WHEREOF, the parties hereto have executed this agreement on the date first above written. ATTEST: City Clerk APPROVED AS TO FORM: City Attorney -5- CITY OF NEWPORT BEACH, A Municipal Corporation By 1 Lt,, l 'k V' Mayor WILSON V. WOODMAN & ASSOCIATES INC. ARCHITECTS By C.C. A.I.A. Doc. No. 102.69 O 1969, by the California Council, The American Institute of Architects The California FW of Agreement for Architeceal Services Percen age of Construction Cost or Fixed Sum Prepared by the California Council, The American Institute of Architects, for use between client and architect. PROJECT SEITTOR CT�TZRW �A( TTTTY- ('0301TA DRIT TT ^R.v LLOOO SO Ft Building to include large meeting room, restrooms, kitchen, & storage The Client and the Architect agree as follows: 1. ARCHITECTS BASIC SERVICES: The Architect's professional services shall ggnsist of: S O�e O£ work t3 , ou j111}e dd a. Schematic Design. on Reques or Yro osa� in uQ¢In : b. Design Development. e. Construction Documents including normal structural, mechanical and electrical engineering. (d. Construction Administration including assistance in obtaining bids, awarding and general administration of construction contract, preparation of change orders and issuance of certificates of payment. if required by the City) 2. ARCHITECT'S ADDITIONAL SERVICES: a. Any work let under separate contracts shall be subject to additional compensation. b. If, after a scheme has been approved, the Client makes a decision which, for its proper execution, involves additional services and expense for changes in or additions to the drawings, specifications or other documents; or if the Architect be put to labor or expense by delays caused by the Client or a contractor, or by the delinquency or insolvency of either, or as a result of damage by fire or other casualty, the Architect is to be paid by the Client for such additional service and expense. 3. COMPENSATION: $10,000.00 Fixed Fee a. For Basic Services, the Architect shall be paid: _ Basic Services (As defined in CCAIA Doc. No. 100.67 -1) Schematic Design Design Development Construction Documents Construction Administration Part d, if required, to be ', nrtiok: (, j;asie Compensation q00.00 (19 00.00) A retainer of $ 19000900 to be credited to the final payment, is payable upon execution of this agreement. Statements shall be rendered tnnnthl Y in proportion to amount of services completed and paid within 10 days of rendition. mil BCt76BSt'XdE(Stt7t' 051{ lE7 dd[ F7, 7p�ifii35BnY�: E�E36i5Yd ?FXs1FYa}ypiro$e��y>!hd•15Y No deduction is to he made on account of penalty, liquidated damages, or other sums withheld from payments to contractors. If any work designed by the Architect under the Client's direction is abandoned or suspended, the Architect is to be paid for work performed prior to notification by Client of abandonment or suspension. Is. For Additional Services, the Architect shall be paid: 35 , 0 () /hour' For work let under separate contracts, an additional compensation of: 825, 00/hour drafting, Design. 3LO..00 /hour consulting & conferences by the Architect. A sum equal to n:J tu•-LY times Direct Personnel cost, including principals, and related payroll costs. A sum equal to • ( ) times the cost of consultants for structural, mechanical and electrical engineering or other specialized work or equipment. c. For Reimbursable Expenses, the Architect shall be paid: A sum equal to C O S t ( ) times the Reimbursable Expenses paid by the Architect in the interest of the Project such as telegrams, long distance telephone calls, travel and out-of -town expenses, cost of models or renderings, fees paid for securing approvals and reproduction of additional documents as defined in paragraph 6. •:f• 4. SURVEYS AND BORINGS: The Client will furnish a certified survey of the building site together with full information regarding existing structures, rights, zoning and other restrictions, easements, boundaries and contours of the building site and also with respect to sewer, water, gas and electrical services. The Client shall pay for soils investigation and foundation design criteria recommendations, and other testing and /or special inspection. S. ADMINISTRATION: The Architect will make such periodic visits to the work as he deems necessary to ascertain whether it is being executed in conformity with drawings, specifications or directions. The Architect is not responsible for the performance of contractors, for their errors or omis- sions, or the safe conduct of the work. 6. REPRODUCTIONS: Reimbursable with estimated maximum Of ;)1200.00 7. SUCCESSORS AND ASSIGNMENTS: The Client and the Architect, each binds himself, his partners, successors, legal representatives, and assigns to the other party to this agreement, and to the partners, successors, legal representatives and assigns of such other party in respect of all covenant_, of this agreement. Neither the Client nor the Architect shall assign or transfer his interest in this agreement without the written consent of the other. 8. OWNERSHIP OF DRAWINGS AND SPECIFICATIONS, as instruments of service, is that of the Architect whether the work for which they are made be executed or not. 9. ARBITRATION: All questions in dispute under this agreement shall be submitted to arbitration in accordance with the provisions, then obtaining, of the Standard Form of Arbitration Procedure of the American Arbitla 'on Asspci tign. 10. ADDITIONAL PROVISIONS: 2-• Applies on1I ?� ex1SMg data is not sufficient to adequately design the project. Arc itec , as itsed in tnis agruemunt,=Ura e unctersignea corporation wilicri agrees 11. SCOPE OF AGREEMENT: This is the entire agreement between the parties and there are no agreements, conditions, or representations between the except as The above is mutually agreed to tbis day 19 . By: By: Client Architect i" l ,42 CITY OF NEWPORT BEACH PARKS, BEACHES & RECREATION DEPARTMENT June 12, 1978 TO: MAYOR & CITY COUNCIL FROM: PB & R Director H -15 SUBJECT: BID - OPENING EXTENSION RECOMMENDATION: Extend the bid opening date for the Senior Citizen building from June 29th to August 1, 1978 at 2:30 p.m. ntcrnc C nu. On May 22nd, the City Council approved the plans and specifications for the Senior Citizen Multipurpose Building and authorized the City Clerk to advertise for bids to be opened on June 29th. We have been informed by the architect, Wilson V. Woodman, that he will be out of the State from June 10th until July 11th. Mr. Woodman indicated that the architect, in buildings such as this, receives many, many questions from prospective bidders and in most cases, the proper answers can reflect a decrease in a bid item. For that reason, it is suggested that the bid opening be delayed to allow communication between the architect and the prospective bidders. CCS:h Calvin C. Stewart CITY OF NEWPORT BEACH PARKS, BEACHES & RECREATION DEPARTMENT September 19, 1977 TO: MAYOR & CITY COUNCIL H -2 (b) FROM: . PB & R Director SUBJECT: ARCHITECTURAL SERVICES - SENIOR CITIZEN MULTIPURPOSE ROOM RECOMMENDATIONS: (1) Appropriate $15,000 to provide architectural services and reimbursables for prints, soil tests and other costs related to providing plans and specifications for the Senior Citizen Multipurpose Room at Fifth and Marguerite. (2) Authorize the Mayor & City Clerk to execute an agreement between the City of Newport Beach and the firm of Wilson V. Woodman & Associates to provide plans and specifications for the development of the Multipurpose Room at a cost not to exceed $13,000. DISCUSSION: Four architectural firms were invited to submit proposals for the preparation of plans and specifications for the subject building. On July 6th and 7th three firms were interviewed by a committee consisting of two PB & R staff members, one PB & R Commissioner and two members of OASIS. After the interviews, the committee unanimously selected the firm of Wilson V. Woodman & Associates based on the following: 1. That firm's knowledge of design of this type of building. 2. Proposed innovations of interior design. 3. Apparent research completed by the firm prior to the interview. Although each of the firms interviewed is highly qualified, the committee recommends the Wilson firm to the City Council. Calvin C. Stewar 1 CCS:h RESOLUTION NO. 9194 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN ARCHITECTURAL SERVICES AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND WILSON V. WOODMAN & ASSOCIATES IN CONNECTION WITH THE SENIOR CITIZEN MULTIPURPOSE ROOM AT FIFTH AND MARGUERITE WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain Architectural Services, Agreement between the City of Newport Beach and Wilson V. Woodman & Associates in connection with the Senior Citizen Multipurpose Room at Fifth and Marguerite; and WHEREAS, the City Council has reviewed the terms and conditions of said Architectural Services Agreement and finds them to be satisfactory and that it would be in the best interest of the City to authorize the Mayor and City Clerk to execute said agreement; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that said agreement above described is hereby approved, and the Mayor and City Clerk are authorized and directed to execute the same on behalf of the City of Newport Beach. ATTEST: City Clerk ADOPTED this 19th day of September , 1977. DDO /bc 9/15/77