HomeMy WebLinkAboutC-2236(A) - Proposed Corporation Yard, Phase I, Engineering & Architectural servicesDATE 7 -28 -81 r 1981
CITY OF NEWPORT. BEACH
TO: FINANCE DIRECTOR
PUBLIC 14ORY -9
FROM: City Clerk
SUBJECT: Contract No. 2236A
OFFICE OF THE CITY CLERK
(714) 640 -2251
Description of Contract Agreetnent for Engineering and
Archtectural Services for the Construction of Phase B
Improvements to City's Corporation Yard
Effective date of Contract July 28, 1981
Authorized by Resolution No.9971 p adopted on 1 -26 -81
Contract with Robinson- lbonpson Associates, Inc.
Adress (see contract)
Amount of Contract$ 88.400.00
/s/ Wanda E. Andersen
WANDA E. ANDERSEN
City Clerk
City IIall • 3300 Newport Boulevard, Newport Beach, California 92663
5 -81
a
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORPORATION YARD IMPROVEMENTS PROGRAM
COORDINATION MEETING NO. 1
TIME: FEBRUARY 10, 1981, 9:00 A.M.
PLACE: General Services Department Offices
PRESENT: Henry P. Thompson, Jr.,
Walter Rice,
Wade Beyeler,
Frank Holmberg,
Joseph (Buck) Lambert,
Ken Perry,
DISCUSSION:
Robinson - Thompson Associates
General Services Dept.
Public Works Dept.
Robinson - Thompson Associates has commenced work on the improvement program at
the corporation yard. The purpose of the coordination meetings is to provide a
chance for the consultant and the staff to make sure that the development of the
working documents for Phase A improvements is in accord with the desires of the
City. All City departments are encouraged to comment in writing to the Public
Works Department as design work progresses.
Soils tests are scheduled to commence on Saturday, February 14. Field surveys
are scheduled to commence on Monday, February 16. The consultant distributed
forms for the staff to fill out listing each piece of fixed mechanical equipment
for which under -slab electricity, air, water, or vacuum lines must be provided.
Frank Holmberg will obtain the information and submit it to consultant by
February 17.
The following specific items were discussed:
1. Powered gate openers will be included in Phase A.
2. New fuel station: (a) The location will be reviewed after the consultant
has reviewed the preliminary master plan and com-
mented on the circulation plan.
(b) The staff has proposed a separate capital project
for a fuel security system. After budget review,
a decision will be made whether or not to include the
fuel security system in the building project or to
purchase it separately.
(c) The new fuel station should have two 12,000 gallons
underground storage tanks.
3. Electrical service: The present service is inadequate. A new larger ser-
Vice should be provided. The City electrician suggests the main transformer
and main panel should be adjacent to the new automotive shop because that is
near the center of the electrical load and near the geographical center of
the yard. The size of the service will be determined by the electrical engi-
neer.
Corporation Yard Improvr'Ifients Program Coordination Meeting No.
Page 2
4. Telephone service: A location for telephone equipment must be provided in
the master plan because the present equipment is in the existing automotive
shop building.
5. Outdoor storage areas: Fenced enclosures will be required somewhere on the
property for water meter boxes; for recovered stolen property; and for boats.
If needed, eucalyptus trees may be removed.
6. Restrooms: During Phase A construction, the existing restroom in the old
auto shop building will be kept in service. Ultimately there will be rest -
rooms in the sign and carpenter shop building; in the administration building;
in the warehouse; in the new equipment maintenance building; and in the Parks,
Beaches & Recreation area. Restroom doors in shop buildings should open to
the outside in order to keep unnecessary foot traffic out of the shops.
7. Heating: The consultant will investigate alternate methods. Approximately
1500 gallons of waste oil are available annually for heating purposes.
8. Equipment maintenance shop: Bays will be 16 feet in width. Doors will be
roll -up type with 14 feet clear. Ceilings shall have 20 feet minimum clear-
ance under the center of the bays. The monorail shall be 5 -ton capacity. 10
hoists will be shown on the plans, but the proposal will be set up to allow
construction of 3 of the 10 hoists to be deleted from the contract. The
underground lube oil and waste oil tank will each be of 500 gallon capacity.
In the future, one of the existing hoists is to be re- installed adjacent
to the wash rack.
9. Carpenter & sign shop: A freight elevator is required to the second story.
Each shop is to be heated, and must have air, water, and vacuum. The sign
shop is to have special ventilation hoods, and the City will provide a
very large sink. The consultant will design a solvent trap. Each shop
shall have a vehicle door plus a man door. The building will have a rest -
room opening to the outside which can be used by personnel when the adminis-
tration building is not open.
10. Parks, Beaches & Recreation office and shop area: The building will be
soundproofed as much as practicable in order to protect occupants from unusual
noises from Hughes Aircraft Co. plant. The building will have a restroom and
an emergency shower. The consultant will contact Ron Whitley for comments on
the P. B. & R. facility.
ADDITIONAL BUSINESS: The Utilities Department suggests that area lighting be of
the high pressure sodium type, using fewer, but larger, luminaires for greater
efficiency.
NEXT MEETING: The consultant will call a meeting during the week of February 23
Kenneth L. err
Project Engineer
KLP:jd
cc: Robinson- Thompson Associates, Inc.
City Manager
Department Heads
a
M
AGREEMENT
FOR ENGINEERING AND ARCHITECTURAL SERVICES
FOR THE CONSTRUCTION OF PHASE B IMPROVEMENTS TO CITY'S CORPORATION YARD
THIS AGREEMENT is made and entered into this dye/ day of
s r 1981, by and between the CITY OF NEWPORT BEACH, a Municipal
orpordion and Charter City, hereinafter referred to as "CITY ", and the
firm of ROBINSON - THOMPSON ASSOCIATES, INC., hereinafter referred to as
"ARCHITECT ". This Agreement is made and entered into with reference to the
following:
A. CITY proposes to construct certain improvements at its Municipal
Corporation Yard and has determined to phase the design and financing of those
improvements, and;
B. The subject of this Agreement will be the second phase of im-
provements at the City's Corporation Yard, and will be referred to as Phase
"B" improvements, and;
C. The Phase "B" improvements (hereinafter "PROJECT ") consists of
the construction of the following:
(1) Administration Building "A" (8,000 square feet);
(2) Covered Storage Building "E" (9,600 square feet);
(3) Covered Storage Building "G "; (12,800 square feet);
(4) Animal Facility;
(5) Grading, paving and utilities relocation;
(6) Construction as required to accommodate the following
miscellaneous items of work that are not included in this
Agreement, to wit: special shop equipment; furniture and
shop equipment; and a fuel pump security system.
(7) A minor amount of additional construction associated with,
and necessary for, the items listed in numbers 1 through 5
above;
D. CITY has determined that ARCHITECT is the best firm qualified
to render the architectural and engineering services required in conjunction
with the design and construction of the project;
E. ARCHITECT has submitted a proposal to CITY for the performance
of the architectural and engineering services required in conjunction with
the construction of the project and;
1
it N
F. CITY desires to accept the proposal of ARCHITECT;
NOW, THEREFORE, in consideration of the foregoing, the parties hereto
agree as follows:
I. SERVICES TO BE PERFORMED BY ARCHITECT
ARCHITECT hereby agrees to perform the following services:
A. Provide schematic design stage services, including the
following items:
1. Review the existing budget for the project and report
any recommended modifications to this budget;
2. Prepare rough cost estimates for the construction of
project improvements;
3. Prepare a report, comprised of the information developed
by the studies and analysis set forth above, which con-
tains recommendations for various construction and /or
design alternatives for the project;
B. Prepare preliminary construction documents, including pro-
posed building plan views and elevations, site plans, lists
of "built -in" equipment, and refined cost estimates for
construction;
C. Prepare construction documents for the project, including,
but not limited to, site work, building and built -in
equipment;
D. Assist CITY in analyzing bids, and make recommendations
regarding the award of the contract for construction of the
project;
E. Conduct an in -depth review of, and approve, shop drawings;
F. Provide general architectural and engineering supervision
of building construction. Pursuant to this paragraph,
engineering and architectural supervision includes the
following:
1. Regularly scheduled weekly "walk - throughs" of the proj-
ect with a CITY representative and a contractor's
representative, this walk- through to be documented by
a brief written report;
2
2. Conduct on -site reviews of construction progress as may
be required from time to time during especially im-
portant or critical stages of the construction;
3. When required, interpret the plans and specifications
and assist in resolving disputes regarding contract
requirements;
4. Review and approve, with any corrections indicated,
progress payment requests submitted by contractors.
II. FEE SCHEDULE AND PAYMENT
A. In consideration of the performance of the above described
architectural and engineering services, CITY agrees to pay
ARCHITECT an amount based upon two and one -half times the
hourly rate schedule for Architect and its employees as
set forth in Subparagraph II -B and the list of other charges,
as set forth below. In no event shall the amount paid to
Architect pursuant to this Agreement be greater than the
sum of Eighty -eight Thousand Four Hundred Dollars
($88,400.00).
B. Hourly rates for personnel to be utilized in the performance
i
of this Agreement shall be as follows:
1. Civil Engineer, architect, structural engineer
$25.00 per hour;
2. Mechanical engineer, electrical engineer, landscape
architect $23.00 per hour;
3. Engineering or architectural designer $12.00 per hour;
4. Engineering or architectural draftsman $8.00 per hour;
C. CITY also agrees to pay the following:
1. With respect to services performed by outside consul
tants and vendors, the CITY shall pay the cost of such
services plus ten percent;
2. With respect to services performed by outside consul-
tants and vendors, if billed to and paid by the CITY,
the CITY will incur no additional charge;
3. CITY shall pay to ARCHITECT thirty cents per mile for
reimbursement of transportation expenses reasonably
incurred by ARCHITECT in performance of its duties
hereunder;
3
I `
M
4. CITY shall pay to ARCHITECT sum of $20.00 per day, or
any portion thereof, for the use by ARCHITECT of
nuclear density /moistrue testing devices;
5. CITY shall pay ARCHITECT for computer processing time
on the basis of cost plus ten percent;
D. The contract amount shall be paid to ARCHITECT as follows:
I. Monthly partial payment shall be made based on the
amount earned each month, as determined by the fee
schedules set forth above.
The sum of the monthly partial payments shall not
exceed ninety percent of the maximum fee;
E. Balance of the total amount earned is to be paid upon com-
pletion of the work specified in paragraph A of this
Agreement.
III. ADDITIONAL WORK
Should engineer complete any additional work not outlined in
this Agreement, but authorized by CITY, the extra work shall be
performed on an hourly basis in accordance with the fee schedule
set forth in Paragraph II of this Agreement, and payment for
such additional work shall not be subject to the limit of the
maximum fee of $88,400.00 as set forth above.
IV. PROJECT SCOPE REVISIONS
The scope of the project may be changed, and the maximum fee
revised, upon prior written approval of the Public Works
Director, if the increase in the maximum fee does not exceed
ten percent of that fee. If revisions to the scope of the
project would result in an increase in the maximum fee in ex-
cess of ten percent of that fee as presently constituted, an
amendment providing for such revisions shall be processed and
executed by the parties in the same manner as this Agreement.
V. DESIGN CRITERIA
Tha architectural and engineering design services required of
ARCHITECT pursuant to this Agreement shall be based on the
following criteria:
4
r-"
M
A. A design which insures minimum future building maintenance
costs;
B. A design which insures minimum initial costs consistent
with adequate basic quality and energy conservation;
C. Selection of efficient and safe foundation and building
structural systems from the alternatives found to be appro-
priate to the project site;
D. A design which insures energy efficient facilities consis-
tent with the nature and function of the Municipal Corpora-
tion Yard, taking into consideration building code require-
ments and probable future increases in energy costs.
VI. OWNERSHIP
Ownership of project documents, original drawings, reports,
notes, maps, and other documents shall become the property of
the CITY and may be reproduced and utilized when deemed
appropriate by the Public Works Director.
VII. RIGHT OF TERMINATION
CITY reserves the right to terminate this Agreement at any
time by giving ARCHITECT seven (7) days' prior written notice.
Notice shall be deemed to have been given when deposited in
the U.S. Mail, postage prepaid and addressed to ARCHITECT's
business office at 17875 Sky Park Circle, Irvine, California
92714. In the event of termination by CITY due to errors,
omissions, or negligence of ARCHITECT, CITY shall be relieved
of any obligation to compensate ARCHITECT for that portion of
the work affected by such errors, omissions, or negligence. If
this Agreement is terminated for reasons unrelated to the errors,
omissions, or negligence of ARCHITECT, CITY agrees to compen-
sate ARCHITECT for the actual services performed up to the
effective date of the notice of termination, and on the basis
of the fee schedules contained herein.
VIII. INDEMNITY
CITY will require that any contractor or subcontractors per-
forming work in conjunction with the drawings and specifica-
tions produced pursuant to this Agreement shall hold harmless,
indemnify and defend the CITY and ARCHITECT, their consultants,
and their officers, agents and /or employees from any and all
liability, claims, losses, damages, judgements, or awards,
arising out of or alleged to arise out of the contractors' or
subcontractors' negligence in performance of the work described
in the construction contract documents. Such duty to indem-
nify and defend does not extend to liability that may be the
result of the sole negligence of the CITY, the ARCHITECT, or
their consultants, officers, agents or employees.
IX. ARCHITECT TO INDEMNIFY
ARCHITECT shall hold harmless, indemnify, and defend CITY, and
its officers, agents, consultants or employees from any damage
or liability arising from, or alleged to arise from, any error,
omission, or negligence in ARCHITECT's performance of the work
and services required by this Agreement.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement
on the date first above written.
JATTTTTEEES /T:
City Clerk
APPROVED AS TO FORM:
Ste,
City Attorney
11
CITY OF NEWPORT BEACH,
a Municipal Corporation
By
/flayprr
ROBINSON- THOMPSON ASSOCIATES, INC.
By
rw-1.i
CITY OF NEWPORT BEACH
TO: Public Works Department
FROM: City Clerk
OFFICE OF THE CITY CLERK
(714) 640 -2251
SUBJECT: Contract No. 2236
Project Engineering and Architectural Services for
tha Cone ru ion of Corporation Yana Improvements
Attached is signed copy of subject contract for transmittal
to the contractor.
Contractor: Robinsm-Thc=son Associates, Inc-
Address: (cep mntrar+) _
Amount: $amgunt paid to Ar h; t no at r than $111,000.00
Effective Date: May 11, 1981
Resolution No. R -9971 adopted Jan 26, 1981
'e�" AtIZ4�.
Wanda Andersen
Attachment
cc: Finance Department
CHy fall • 3300 Newport Boulevard, Newport Beach, California 92663
I ;
M - M
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(7114) 640 -2251
Mav 11, 1981
TO: FINANCE DIRECTOR
FROM: City Clerk
SUBJECT: Contract No. 2236
Description of Contract _Engineering and Architectural
Services for the construction.-' of Corporation Yard
Improvements
Effective date of Contract May 11, 1981
Authorized by Resolution No. 9971 , adopted on ,-ran_ 26, 1981
Contract with Robinson - Thompson A�snn;atPS, Inc.
Adress (see contract)
Amount of Contractamount paid to Architect not greater than $111,000.
Wanda E. Andersen
City Clerk
WEA:bf
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
M
A G R E E M E N T
.• ORIGINAL
for ENGINEERING AND ARCHITECTURAL SERVICES
for the CONSTRUCTION OF CORPORATION YARD IMPROVEMENTS
THIS AGREEMENT is made and entered into this
day of 1981, by and between the CITY OF
NEWPORT BEACH, Municipal Corporation and Charter City, here-
inafter referred to as "CITY ", and the firm of ROBINSON- THOMPSON
ASSOCIATES, INC., hereinafter referred to as "ARCHITECT ". This
agreement is made and entered into with reference to the following:
A. CITY proposes to construct certain improvements at
its Municipal Corporation Yard and has determined to phase the
construction of those improvements;
B. The first phase of construction of improvements
(hereinafter "PROJECT ") consists of the construction of the
following:
(1) A new equipment maintenance shop;
(2) A sign and carpenter shop;
(3) A field office and shop for the Parks, Beaches
and Recreation Department;
(4) A fueling station;
(5) Open material bins;
(6) Built in shop equipment;
(7) Appurtenant site and utilities work;
(8) A minor amount of additional construction
associated with, and necessary for, the items
listed in number 1 through 7, above;
C. CITY has received and reviewed proposals, submitted
by various qualified firms, to provide engineering and architectural
services in conjunction with the construction of the project;
D. CITY has determined that ARCHITECT is the best firm
49 M
qualified to render the architectural and engineering services
required in conjunction with the design and construction of
the project;
E. ARCHITECT has submitted a proposal to CITY for the
performance of the architectural and engineering services
required in conjunction with the construction of the project, which
proposal incorporates a proposal by ARCHITECT by D. A. Evans Inc.
for the performance of geotechnical investigations of the project
site; and
F. CITY desires to accept the proposal of ARCHITECT;
NOW THEREFORE, in consideration of the foregoing, the
parties hereto agree as follows:
I SERVICES TO BE PERFORMED BY ARCHITECT
services:
ARCHITECT hereby agrees to perform the following
a. Conduct a geotechnical investigation of foundation
conditions at the project site, this investigation
to be conducted in accordance with the provisions of
the proposal from D. A. Evans Inc. to ARCHITECT
dated December 31, 1980, a copy of which proposal
is attached hereto as Exhibit "A" and incorporated
herein by reference. In conjunction with this
investigation, a report adequate for the evaluation
of foundation alternatives related to the existing
trash fill on the project site, and for final
design of the first phase improvements, shall be
prepared;
b. Conduct a topographic survey sufficent to allow
for the design and construction of the project;
2
i
i
1
c. Provide schematic design stage services,
including the following items:
(1) Conduct a brief review of the existing
master plan for the entire Corporation
Yard, and make recommendations for any
revisions indicated by that review;
(2) Review the existing budget for the
project and report any recommended mod-
ifications to this budget;
(3) Prepare an analysis of foundation alter-
natives that resolve problems created by
the existing trash fill on the project
site;
(4) Prepare an analysis of basic structural
alternatives for the buildings, including
specified alternatives of prefabricated
steel; tilt up concrete; masonry and
other viable alternatives;
(5) Prepare an analysis of energy conserva-
tion alternatives;
(6) Prepare a schematic grading, site, and
utility plan;
(7) Prepare a construction phasing plan
designed to coordinate construction of
project improvements such that there is
a minimum of disruption of CITY operations
presently conducted at the Corporation
Yard;
(8) Prepare rough cost estimates for the
construction of project improvements;
3
M M
(9) Prepare a report, comprised of the
information developed by the studies
and analysis set forth above, which
contains recommendations for various
construction and /or design alternatives
for the project;
d. Prepare preliminary construction documents,
including proposed building plan views and
elevations, site plans, lists of "built in"
equipment, and refined cost estimates for
construction;
e. Prepare construction documents for the project,
including, but not limited to, site work,
buildings and built in equipment;
f. Assist CITY in analyzing bids, and make
recommendations regarding the award of the cont-
ract for construction of the project;
g. Conduct an indepth review of, and approve, shop
drawings;
h. Provide general architectural and engineering
supervision of building construction. Pursuant
to this paragraph, engineering and architec-
tural supervision includes the following:
(1) Regularly scheduled weekly "walk throughs'
of the project with a CITY representative
and a contractor's representative, this
walk through to be documented by a brief
written report;
(2) Conduct on -site reviews of construction
progresses may be required from time to
time during specially important or critical
stages of the construction;
V
so M
(3) When required, interpret the plans and
specifications and assist in resolving
disputes regarding contract requirements;
(4) Review and approve, with any corrections
indicated, progress payment requests submit-
ted by contractors.
II FEE SCHEDULE AND PAYMENT
a. In consideration of the performance of the
above described architectural and engineering
services, CITY agrees to pay ARCHITECT an
amount based upon two and one -half times the
hourly rate schedule for ARCHITECT and its
employees as setforth in subparagraph II - B
and the list of other charges, as set forth
below. In no event shall the amount paid to
ARCHITECT pursuant to this agreement be
greater than the sum of one hundred eleven
thousand dollars ($111,000.00).
b. Hourly rates for personnel to be utilized in
the performance of this agreement shall be as
follows:
(1) Civil engineer, architect, structural
engineer $25.00 per hour;
(2) Mechanical engineer, electrical engineer,
landscape architect $23.00 per hour;
(3) Engineering or architectural designer
$12.00 per hour;
(4) Engineering or architectural draftsman
$8.00 per hour;
5
I
W
M
c. CITY also agrees to pay the following:
(1) Laboratory services paid pursuant to
schedule on Exhibit "A"
(2) With respect to services performed by
outside consultants and vendors, if
billed to, and paid by, D. A. Evans Inc.,
the CITY shall pay the cost of such services
plus 10 percent;
(3) With respect to services performed by
outside consultants and vendors, if billed
to, and paid by the CITY, the CITY will
incur no additional charge;
(4) CITY shall pay to ARCHITECT 30 cents per
mile for reimbursement of transportation
expenses reasonably incurred by ARCHITECT
in the performance of its duties hereunder;
(5) CITY shall pay to ARCHITECT sum of $20.00
per day, or any portion thereof, for the
use by ARCHITECT of nuclear density /moisture
testing devices;
(6) CITY shall pay ARCHITECT for computer pro-
cesssing time on the basis of cost plus
ten percent;
d. CITY shall pay for Geotechnical personnel
those charges as shown in Exhibit "A"
e. The contract amount shall be paid to ARCHITECT
as follows:
(1) Monthly partial payment shall be made based
on the amount earned each month, as deter-
mined by the fee schedules set forth above.
11
The sum of the monthly partial payments
shall not exceed 90 percent of the
maximum fee;
f. Balance of the total amount earned is to be paid
upon completion of the work specified in
paragraph A of this agreement.
III ADDITIONAL WORK
Should engineer complete any additional work not out-
lined in this agreement, but authorized by CITY, the extra work shall
be performed on an hourly basis in accordance with the fee schedule
set forth in paragraph II of this agreement, and payment for such
additional work shall not be subject to the limit of the maximum fee
of $111,000.00 as set forth above.
IV PROJECT SCOPE REVISIONS
The scope of the project may be changed, and the
maximum fee revised, upon prior written approval of the Public
Works Director, if the increase in the maximum fee does not exceed
ten percent of that fee. If revisions to the scope of the project
would result in an increase in the maximum fee in excess of ten
percent of that fee as presently constituted, an amendment providing
for such revisions shall be processed and executed by the parties in
the same manner as this agreement.
V DESIGN CRITERIA
The architectural and engineering design services required
of ARCHITECT pursuant to this agreement shall be based upon the
following criteria:
a. A design which insures minimum future building
maintenance costs;
b. A design which insures minimum initial costs consistent
with adequate basic quality and energy conservation; L
I
FA
7—
0 so
VIII INDEMNITY
CITY will require that any contractor or subcontractors
performing work in connection with the drawings and specification
produced pursuant to this agreement to hold harmless, indemnify
and to defend the CITY and ARCHITECT, their consultants, and their
officers, agents and /or employees from any and all liability, claims,
losses, damages, judgments, or awards, arising out of or alleged to
arise out of the contractors', or subcontractors', negligence in
performance of the work described in the construction contract
documents, that such duty to indemnify and defend does not extend
to liability that may be the result of the sole negligence of the
CITY, the ARCHITECT, or their consultants, officers, agents or
employees.
IX ARCHITECT TO INDEMNIFY
ARCHITECT shall hold harmless, indemnify, and defend
CITY, and its officers, agents, consultants or employees from
any damage or liability arising from, or alleged to arise from, any
error, omission, or negligence in ARCHITECT'S performance of the work
and services required by this agreement.
IN WITNESS WHEREOF, the parties hereto have executed
this agreement on the date first above written.
ATTEST:
City Clerk
a
CITY OF NEWPORT BEACH, A
Municipal Corporation
B
ay
ROBINS ON- THOMPSOti ASSOCIATES, INC.
By
n
M
C. Selection of efficient and safe foundation and
building structural systems from the alternatives ,
found to be appropriate to the project site,
d. A design which insures energy efficient facilities
consistent with the nature and function of the Municipal
Corporation Yard, taking into consideration building
code requirements and probable future increases in
energy costs.
Additional considerations with respect to the design
of the facilities should be (1) solar heated hot water
circulating through the foundation's lab of the equip-
ment maintenance shop; (2) work station heaters using
waste oil burners; (3) the absence of central heating
and air conditioning in shop buildings.
VI OWNERSHIP
Ownership of project documents, origional drawings..
reports, notes, maps, and other documents shall become the property
of the CITY and may be reproduced and utilized when deemed appropriate
by the Public Works Director.
VII RIGHT OF TERMINATION
CITY reserves the right to terminate this agreement at any
time by giving ARCHITECT seven (7) days prior written notice. Notice
shall be deemed to have been given when deposited in the U. S. Mail,
postage prepaid and addressed to ARCHITECT'S business office at
17875 Sky Park Circle, Irvine, California 92714. In the event of
termination by CITY due to errors, omissions or negligence of
ARCHITECT, CITY shall be relieved of any obligation to compensate
ARCHITECT for that portion of the work affected by such errors,
omissions, or negligence. If this agreement is terminated for
reasons unrelated to the errors, omissions, or negligence of ARCHITECT,
CITY agrees to compensate ARCHITECT for the actual services performed
up to the effective date of the notice of termination, and on the
basis of the fee schedules contained herein.
M
By fhe CifY cou.,4 ,
CITY OF NEWPORT BEACH
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: PHASE A IMPROVEMENTS TO CORPORATION YARD
RECOMMENDATIONS:
r]
January 26, 1981
CITY COUNCIL AGENDA
ITEM NO. N dC¢)
Adopt a resolution approving a professional services agreement with
Robinson- Thompson Associates, Inc., for the first phase improvements
at the Corporation Yard, for an amount not to exceed $111,000; and
authorizing the Mayor and City Clerk to execute the agreement.
DISCUSSION:
The current budget contains an appropriation of $1,800,000 to construct
Phase A improvements at the Corporation Yard. The project will provide for the
construction of a new equipment maintenance shop; a sign and carpenter shop; a
field office and shop for the Parks Beaches and Recreation Department; a fueling
station; open material bins; built -in shop equipment; appurtenant site and utilities
work.
A number of architectural and /or engineering firms had expressed interest
in the project. Statements of interest and qualifications were solicited from nine
firms that appeared to be best qualified. Based upon the written submittals, an
ad hoc committee of department heads interviewed the four firms deemed best qualified,
and then determined that the firm of Robinson - Thompson Associates, Inc., of Irvine
was the best for this particular design task. An invitation to submit a written
proposal was then extended to Robinson- Thompson Associates.
The professional services fee is based on the consultants' standard
hourly rates, with the maximum fee not to exceed $111,000. The specified maximum
fee is appropriate to the scope of work involved.
The principle components of the services to be furnished are listed below,
together with the estimated 'portion of the fee attributable to each:
1.
Geotechnical
investigation and report.
$ 14,500
2.
Topographic
survey.
4,000
3.
Analysis of
foundation types.
6,000
4.
Analysis of
building structual systems
8,500
alternatives
considering existing fill problems.
January 26, 1981
Subject: Phase A Improvements to Corporation Yard
Page 2
5. Grading, drainage, and paving plan. $ 6,500
6. Utilities plan. 4,000
1. Site plan showing demolition, existing 3,000
facilities to remain, and new facilities.
8. Design of new buildings and minor alterations 48,500
to existing buildings.
9. Design of new on -site facilities including 8,500
fuel station, fuel storage facilities, and
construction materials storage bins.
10. Selection and specification of built -in 3,500
equipment such as hoists, vehicle repair equip-
ment, crane and craneway,lubricant and hydraulic
fluid storage and dispensing systems, and com-
pressed air facilities.
11. Construction specifications. 4,000
TOTAL $111,000
Design is to be based on the following criteria:
1. Minimum future building maintenance costs.
2. Minimum initial cost consistent with basic quality and energy conser-
vation.
3. Energy conservation.
4. Foundation and structural systems appropriate to the special foundation
problems existing on the site.
On January 21, 1980, the City Council approved the Phase A portion of the
redevelopment of the Corporation Yard. Decisions regarding subsequent phases of the
redevelopment will be made during the Capital Improvement Projects budget process.
A sketch showing items to be included in the Phase A development is attached.
--- )4fM 411eQ, Benjamin B. Nolan
Public Works Director
BBN:jo
Att. for Council members only
C -2236 (A)
See Contract File for Maps
Phase I and II Improvements at Corporation
Yard