HomeMy WebLinkAboutC-2365 - Engineering Services for Improvement to Theatre Arts CenterCITY OF NEWPORT BEACH
P.U. BOX 1768, NEWPORT BEACH, CA 93663 3884
TO: FINANCE DIRECTOR
PUBLIC WORKS
FROM: CITY CLERK
DATE: October 28, 1982
OFFICE OF THE CITY CLERK
(714) 640 -2251
SUBJECT: Contract No. C -2365 (In coni. w/C -2349)
Description of Contract Agreement for design services for
improvements to the Theater Arts Center
Effective date of Contract October 27, 1982
Authorized by Minute Action, approved on October 25, 1982
Contract with Ron Yeo, FAIA Architect, Inc.
Address 5
Corona del Mar, CA 92625
Amount of Contract Not to exceed $21,160.00 (See Agreement)
kawj& Ce
Wanda E. Andersen
City Clerk
WEA:lr
attach.
3300 Newport Boulevard, Newport Beach
AGREEMENT FOR DESIGN SERVICES
ORIGINAL FOR
IMPROVEMENTS TO THE THEATER ARTS CENTER
7
THIS AGREEMENT is entered into on this day of
1982, by the CITY OF NEWPORT BEACH, a municipal corpora-
tion, hereinafter referred to as "CITY" and the firm of RON YEO, FAIA ARCHITECT,
INC., hereinafter referred to as "ARCHITECT"
WITNESSETH:
WHEREAS, CITY desires to make additions to and refurbish its Theater
Arts Center located at 2501 Cliff Drive in the City of Newport Beach; and
WHEREAS, professional design services are necessary to prepare plans,
specifications, and estimates suitable for obtaining approvals from public
agencies and constructing the project by means of public bidding procedures;
and
WHEREAS, ARCHITECT has submitted a proposal to provide said design
services and prepare said plans, specifications, and estimates; and
WHEREAS, CITY desires to accept said proposal from ARCHITECT;
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 hereinafter de-
scribed for the compensation herein stated.
II. SCOPE OF PROJECT
A. The scope of the improvements to be designed under this
Agreement includes:
rest rooms.
1. An addition to the building containing a lobby and public
2. An entry and intermission patio adjoining the lobby.
3. New service entrance and stairway at the southeasterly
corner of the building.
4. Upgrading the theater lighting equipment.
1 of 6
9
B. The following are not included in the improvements to be
designed under this Agreement:
1. Refurbishing the auditorium.
2. Refurbishing the backstage area.
3. Constructing a new stairway between the backstage area
and the dressing rooms area in the basement.
4. Landscaping and irrigation systems.
C. The total project budget, including construction contract
cost, design fees, reproduction costs, permit costs, bidding costs, administra-
tive costs, the estimated cost of a gravity sewer, and any other miscellaneous
costs incidental to the Project,is One Hundred Seventy -five Thousand Dollars
($175,000).
1. If the sum of the lowest responsible bid received, plus
estimates of the other costs listed above, exceeds a total of One Hundred
Seventy -five Thousand Dollars ($175,000), ARCHITECT will revise the contract
documents at no cost to CITY.
III. PROFESSIONAL SERVICES TO BE PERFORMED BY ARCHITECT
A. Preparation of "as- built" drawings of the existing building.
B. Development of preliminary design for the improvements.
C. Preparation of construction documents consisting of working
drawings, specifications, and estimates.
D. Attend one public hearing.
E. Assist City staff acquire approvals from public agencies.
F. Assist City staff during bidding period by answering techni-
cal questions from prospective bidders.
G. Revise construction documents, if required.
1. If bids received exceed the approved budget by more than
Ten Percent (10 %), ARCHITECT agrees to revise construction documents at no cost
to CITY.
2. If bids received exceed the approved budget by Ten Per-
cent (10 %) or less, and revisions to the construction documents are required,
the revision shall be considered as additional services to be paid for by CITY.
H. Assist City staff during the construction phase by checking
shop drawings, reviewing submittals, making required changes, interpreting
drawings, and making random on -site observations of work in progress.
2of6
ing equipment.
• r
I. Assist City purchasing agent purchase special theater light-
J. The work product of ARCHITECT will consist of one set of
drawings on mylar sheets furnished by CITY; one set of proposal and contract
documents typed on white bond paper; and one construction estimate.
IV. COMPENSATION AND METHOD OF PAYMENT
A. Compensation for Design Services
1. Compensation for design services will be paid for on an
hourly basis at the following rates:
Architectural
Principal Architect $60.00 per hour
Project Architect 40.00 "
Specifications /Construction Coordinator 36.00 "
Senior Draftsman /Designer 32.00 "
Intermediate Draftsman /Designer 27.00 "
Junior Draftsman 18.00 "
Secretarial 20.00 "
Consultants
Electrical
Professional Engineer $50.00 per hour
Engineer 42.50 " "
Designer (Senior) 31.25 " "
Designer (Junior) 27.50 "
Draftsman 20.63 "
Clerical 21.25 "
Structural
Principal
$70.00 per hour
Structural Engineer
55.00 " "
Senior Engineer
40.00 " "
Design Engineer
35.00 "
Engineer
30.00 "
Senior Draftsman
40.00 "
Designer
35.00 "
Draftsperson
20.00 "
Plumbing
Principal
$70.00 per hour
Engineer
45.00 "
Designer
30.00 "
Draftsman
22.00 "
Clerical
20.00 "
Theater Consultant
$40.00 "
Interior Consultant
$40.00 "
2. The total paid for each phase of design services shall
not exceed the following amounts:
Field investigation and as -built drawings $ 2,200.00
Preliminary design phase 5,200.00
Construction document phase 8,360.00
Approvals and bidding phase 600.00
Construction phase 3,800.00
Purchasing phase 1,000.00
Maximum Total Fee $21,160.00
3of6
B. Additional Desion Services
1. Additional design services shall include, but not be
limited to, the following items not included in Section III above:
excess of one meeting.
a. Attendance or presentations at public meetings in
b. Preparation of architectural models, additional render-
ings, and additional presentation drawings in excess of those specified above.
c. Revisions to the contract documents following approval
by the City Council; changes in scope or modifications of the project; or de-
sign of any work outside the designated site.
d. Soils investigation and /or geological report.
e. Structural stability study of existing building.
f. Environmental documents, special use permits, or other
special applications beyond building permits.
energy calculations.
g. Off -site work; civil engineering; or surveying.
h. Fire sprinkler design.
i. Heating, air conditioning, and Title 24 mechanical
j. Acoustical consultant.
k. Design of exterior patio enclosure.
1. Landscape and irrigation design.
2. Compensation for additional design services shall be made
at the same hourly rates and in the same manner as compensation for design ser-
vices.
C. Reimbursable Expenses
1. The following items will be considered additions to the
fee, reimbursable at the direct cost to ARCHITECT. The cost of the reimbursable
expenses is included in the list of total costs to be paid for each phase of
the design services listed under Section IV.A.2 above.
a. All reproduction of drawings, duplicate mylars,
specifications, and other material in conjunction with the project.
D. Consultants
1. ARCHITECT may retain consultants as part of the design
services.
2. Compensation for consultants shall be paid by ARCHITECT
as an integral part of the design services, and no extra compensation therefor
will be paid by CITY.
e .
i
E. Maximum Compensation
1. The total compensation may not exceed Twenty -one Thousand
One Hundred Sixty Dollars ($21,160) without the prior written approval of CITY.
2. Progress payments to ARCHITECT will be made monthly.
3. The sum of the monthly payments shall not exceed Ninety
Percent (90 %) of the maximum fee, the balance of the total amount earned to
be paid upon completion of work specified in Section III.
V. 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 as deemed
necessary by the CITY.
VI. RESPONSIBILITIES OF
A. CITY shall provide the following information and services
in order for ARCHITECT to complete his work:
1. Plans for adjacent roads, utilities and easements.
2. Designate a representative to act in CITY's behalf
with respect to the Project. CITY's representative shall examine documents
submitted by ARCHITECT and shall render decisions promptly to avoid unreason-
able delay in the progress of ARCHITECT's services.
3. Report promptly in writing to ARCHITECT any fault or
defect in ARCHITECT's services or non - conformance during construction.
B. Services, information, and all documents furnished by CITY
or others retained by CITY shall be provided at CITY's expense. ARCHITECT
shall be entitled to rely on the accuracy and completeness thereof.
VII. RENEGOTIATION
If the Project is suspended for more than Nine (9) months or
abandoned in whole or in part and resumed after such suspension or abandonment,
ARCHITECT's compensation shall be subject to renegotiation.
VIII. 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 to compen-
sate ARCHITECT for only those authorized services which have been completed
5of6
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 termination, on
the basis of the fee schedule contained above in Section IV.
IX. PROJECT SCOPE REVISIONS
The scope of the Project may be changed and the maximum fee re-
vised upon prior written approval of CITY's Public Works Director if the
increase in the maximum fee does not exceed Two Thousand One Hundred Sixteen
Dollars ($2,116). Any revisions to the scope of the Project which would
result in an increase in the maximum fee exceeding Two Thousand One Hundred
Sixteen Dollars ($2,116) may be approved by CITY pursuant to a written amend-
ment to this Agreement executed by the parties hereto.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement
on the date first above written.
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorrney
CITY OF NEWPORT BEACH,
a Municipal Corporation
B
ayor
J_i CITY
RON YEO, FAIA
0
6of6
ARCHITECT
0 0 c -,;)3cD5-
-( October 25, 1982 N
CITY COUNCIL AGENDA
OCT 2 5 198Z ITEM NO. �% 3
T0: CITY COUNCIL "y "a QiY COUNCIL
. i OF NEWPORT MACH
FROM: Public Works Director
SUBJECT: PROPOSED AGREEMENT FOR DESIGN SERVICE WITH RON YEO, FAIA ARCHITECT,
INC., FOR IMPROVEMENTS TO THE THEATER ARTS CENTER AT 2501 CLIFF DRIVE
(C -2349)
RECOMMENDATION:
Authorize the Mayor and the City Clerk to execute the agreement.
DISCUSSION:
The 1982 -83 budget contains an appropriation of $175,000 to construct
improvements to the Theater Arts Center. The project provides for additions to
and refurbishment of the existing building which was originally a church.
The scope of the improvements to be made under this appropriation in-
cludes an addition to the building of a new lobby and public rest rooms; an entry
and intermission patio adjoining the lobby; a new service entrance and stairway
at the southeasterly corner of the building; upgrading the theater lighting
equipment; and constructing a gravity sewer down the hill to connect to an exist-
ing sewer in the entrance road to the Mariners Mile Parking Lot.
The project budget is as follows:
Professional fees $ 21,160
Construction contract (building) 125,000
Gravity sewer 5,000
Purchase special theater lighting equipment 10,000
Miscellaneous 3,840
$165,000
Contingencies 10,000
Total $175,000
Ron Yeo of Corona del Mar has been working with the local theater arts
group for some time developing master plans for improving the Theater Arts Center.
He is considered to be knowledgeable in theater design. He has submitted a pro-
posal to provide the design services for a fee not to exceed $21,160.
The design fee represents about 14% of the construction cost, or 12%
of the total project cost. This is a relatively high percentage, but the design
task is relZive��mplicated and the fee seems to be warranted.
Benjamin B. Nolan
Public Works Director
KLP: j d