Loading...
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