Loading...
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