Loading...
HomeMy WebLinkAboutC-3481(C) - PSA for Back Bay Science Center on Shellmaker Island (for Final Design, Architectural and Engineering Services)AMENDMENT NO. 6 TO PROFESSIONAL SERVICES AGREEMENT WITH RON YEO, FAIA, ARCHITECT TIME EXTENSION OF CONSULTING SERVICES FOR THE BACK BAY SCIENCE CENTER ON SHELLMAKER ISLAND THIS AMENDMENT NO. 6 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 30th day of June 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation ("City") and RON YEO, FAIA, ARCHITECT, INC., a California corporation, whose local address is 500 Jasmine Avenue, Corona del Mar, California, 92625, ("Consultant"), is made with reference to the following: RECITALS A. On September 9, 2003, City and Consultant entered into a Professional Services Agreement, hereinafter referred to as the "Agreement," for design, architectural and engineering services, and construction support services for the Back Bay Science Center on Shellmaker Island, hereinafter referred to as the "Project." B. City and Consultant have entered into five separate Amendments of the Agreement, the latest dated December 28, 2007. Pursuant to these amendments, the Agreement is now scheduled to expire on June 30, 2008. C. Consultant has been unable to complete the Agreement's scope of services for project management by December 31, 2007, because site improvements along the northerly edge of the project area have been deferred until the modular units occupied by the County of Orange Temporary Water Quality Laboratory can be removed from the site. D. City desires to have Consultant continue to provide architectural and construction administration services in connection with the completion of the Back Bay Science Center project. City desires to enter into this Amendment No. 6 to reflect the continuation of such services beyond the term set forth in the Agreement and prior Amendments, and to extend the term of the Agreement to December 31, 2008. E. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 6", as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 1. The term of the Agreement shall be extended to December 31, 2008. No additional compensation is authorized for this six month term extension. 2. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement and prior Amendments shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 6 on the date first above written. APPROVED AS TO FORM: By. OL-" — d - Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: By: cl &A"Y' #1 LaVonne Harkless, City Clerk Tfl civ �-°��.�.b •.a 0�`k�\� CITY OF NEWPORT BEACH, A Municipal Corp�apa,lion St en G. Badum ublic Works Director for the City of Newport Beach RON YEO, FAIA, ARCHITECT, INC. Title: Print Name: n By - (F' (F' ncialOff i r Title: FO Print Name: f:\users\pbw\shared\agreements\fy 08-09\yeo-back bay science center-6.doc 2 U 00 v AMENDMENT NO. 4 TO PROFESSIONAL SERVICES AGREEMENT WITH RON YEO, FAIA, ARCHITECT FOR ADDITIONAL CONSULTING SERVICES FOR THE BACK BAY SCIENCE CENTER ON SHELLMAKER ISLAND (ADMINISTRATIVE BUILDING) THIS AMENDMENT ..ND. 4 TO PROFESSIONAL SERVICES AGREEMENT, entered into this day of Uqnu,4112007, by and between the CITY OF NEWPORT BEACH, a municipal corporation ("City") and RON YEO, FAIA, ARCHITECT, INC., a California corporation, whose local address is 500 Jasmine Avenue, Corona del Mar, California, 92625, ("Consultant"), is made with reference to the following: RECITALS A. On September 9, 2003, City and Consultant entered into a Professional Services Agreement, hereinafter referred to as the "Agreement," for design, architectural and engineering services, and construction support services for the Back Bay Science Center on Shellmaker Island, hereinafter referred to as the "Project." B. City and Consultant have entered into three separate Amendments of the Agreement, the latest dated January 23, 2007. Pursuant to these amendments, the Agreement is now scheduled to expire on September 30, 2007. C. In December 2006, the California Department of Fish & Game (DF&G) informed the City that additional funding in the amount of $800,000 was available to construct the "shell" of the Administrative Wing of the Back Bay Science Center. That amount was subsequently increased to $900,000 in order to complete as much of the interior "tenant" improvements as possible. City Council actions in January and March 2007 resulted in the approval of an agreement with DF&G for the City to expand the work of the current contractors to include construction of the Administrative Building. This additional work is expected to extend the construction schedule by three months until approximately September 1, 2007. D. City desires to have Consultant provide additional architectural and construction administration services in connection with the construction of the Administrative Building. City desires to enter into this Amendment No. 4 to reflect these additional services, which were not included in the Agreement or prior Amendments, and to extend the term of the Agreement to December 31, 2007. E. City desires to compensate Consultant for these additional professional services. F. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 4," as provided here below. NOW, THEREFORE, the parties hereto agree as follows: Consultant shall provide the services outlined in the Scope of Work, attached hereto as "Exhibit A" dated April 2, 2007, and incorporated in full this reference. 2. City shall pay Consultant for the services on a time and expense not -to -exceed basis in accordance with the Schedule of Tasks set forth in "Exhibit B," attached hereto and incorporated in full by this reference. Total additional compensation to Consultant for services performed pursuant to this Amendment No. 4, including all reimbursable items and subconsultant fees, shall not exceed Thirty - Eight Thousand, Three Hundred and Seventy -Two Dollars ($38,372.00). 3. The term of the Agreement shall be extended to December 31, 2007. 4. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 4 on the date first above written. APPROVED AS TO FORM: Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk Attachments Exhibit A — Scope of Work Exhibit B — Schedule of Tasks & Budget Detail CITY OF NEWPORT BEACH, Ai a orporation B __ Mayor for the City t ort Beach ON YEO, FAIA, ARCHITECT, INC. By: (Corpora�6 0 icer) Title: ell Print Name. (F' ncial Off' er Title: Print f:\users\pbw\shared\agreements\fy 06-07\yeo-back bay science center-4.doc EXHIBIT A BBSC - Administration Building EXHIBIT A RON YEO, FAIA ARCHITECT, INC. 500 JASMINE AVENUE CORONA DEL MAR, CALIFORNIA 92625 PHONE: (949) 644-8111 FAX 644-0449 April 2, 2007 Gail Pickart, Project Manager City of Newport Beach, Public Works Department 3300 Newport Blvd. Newport Beach, CA Re: Back Bay Science Center Dear Gail: We are requesting an amendment #4 to extend our agreement to December 31, 2007 and to increase our fee to cover the costs incurred for services necessary with the addition of the Administration Building "shell". The building "shell" work is scheduled for six months and to be complete by the end of August. Owner "tenant improvements" that are not part of this amendment will continue as funding is available. We propose to work on an hourly basis not to exceed $38,372, per the attached estimated cost. TASK 1 -APPROVALS • Re -package the administration wing drawings and calculations necessary for plan check and permits as a "stand alone" building. • Meet with the Construction manager, the City and DF&G to refine and limit the scope of construction to stay within the $900,000 budget. TASK 2 — CONSTRUCTION ADMINISTRATION • Review shop drawings & submittals, • Respond to contractor's RFIs • Prepare bulletins, • Weekly meetings with the CM • Review & monitor the quality of construction • Prepare a final punch list Ron Yeo, FAIA Architect encl EXHIBIT B BBSC ADMIN PACKAGE JESTIMATEb I markup 1/15% PERMIT ICONST. ADMIN I TOTAL structural 4,700 5,000 1,455 11,155 mechanical 1,030 760 269 2,059 electrical 3,500 0 525 4,025 architectural 9,633 11,500 0 21,133 3 months TOTAL 18,863 17 , 2601 2,2491 38.372 MARCH JAPRIL I MAY JUNE IJULY lAUG ISEPT FIRST PHASE CONSTRUCTION ADMIN WING CONSTRUCTION 3 MONTH 3 MONTH OVERLAP I BEYOND AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT WITH RON YEO, FAIA, ARCHITECT FOR BACK BAY SCIENCE CENTER ON SHELLMAKER ISLAND THIS AMENDMENT N9. 3 TO PROFESSIONAL SERVICES AGREEMENT, entered into this -&A day of 2006, by and between the CITY OF NEWPORT BEACH, Oa muni ipal corporation ("City") and RON YEO, FAIA, ARCHITECT, INC., a California corporation, whose local address is 500 Jasmine Avenue, Corona del Mar, California, 92625, ("Consultant"), is made with reference to the following: RECITALS A. On September 9, 2003, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as the "Agreement", for final design, architectural and engineering services, and construction support services for the Back Bay Science Center on Shellmaker Island, hereinafter referred to as "Project". This Agreement is scheduled to expire on June 30, 2007. B. City and Consultant have entered into two separate Amendments of the Agreement, the latest dated September 13, 2005. C. City desires to enter into this Amendment No. 3 to reflect additional services not included in the Agreement or prior Amendments and to extend the term of the Agreement to September 30, 2007. D. City desires to compensate Consultant for additional professional services needed for Project. E. City and\Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 3", as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 1. Consultant shall be compensated for services performed pursuant to this Amendment No. 3 according to "Exhibit A" dated November 8, 2006, attached hereto. 2. Total additional compensation for services performed pursuant to this Amendment No. 3 for all work performed in accordance with this Amendment, including all reimbursable items and subconsultant fees, shall not exceed Fifty - Two Thousand Four Hundred Twenty -Two Dollars ($52,422.00). 3. The term of the Agreement shall be extended to September 30, 2007. 4. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 3 on the date first above written. APPROVED AS TO FORM: Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: By V LaVonne Harkless, City Clerk Attachment: Exhibit A — Scope of Work CITY OF NEWPORT BEACH, A M ipal C ation By: Mayor for the City of Newport ch RON YEO, FAIA, ARCHITF.CT INC. (Corp at icer) Title: Print Name: C � inancial Wer) ,gyp Title: Print Name: f:\users\pbw\shared\agreements\fy 06-07\yeo-back bay science center-3.doc EXHIBIT A RON YEO, FAIA ARCHITECT, INC. 500 JASMINE AVENUE CORONA DEL MAR, CALIFORNIA 92625 PHONE: (949) 644-8111 FAX: (949) 644-0449 November 8, 2003 Gail Pickart, Project Manager City of Newport Beach, Public Works Department 3300 Newport Blvd, Newport Beach, CA Re: Back Bay Science Center Dear Gail, We are requesting an amendment for additional funds for "Exclusions" in our agreement dated 9/9/03 that have been requested as "Extra Services" as well as unanticipated delays that require additional time to be spent. We are also requesting to update some of our hourly rate schedules. Owner/Agency revisions include: O.C. Water Quality Lab Various electrical & communication revisions Additional plumbing requirements for the fume hood Vacuum line system Additional flooring Furniture & equipment coordination DF&G Teaching Lab Revisions to accommodate permanent lab tables Coordination for the aquatic life support system Overall Project Provisions for emergency power Construction time extension The original fee for the architectural construction support was based upon 9 months construction. Site visits were estimated @ one per month or $4,000/month. The project has been extended to 15 months, due to the Osprey nesting and additional scope items. The decision to utilize multiple prime contractors has also resulted in requiring the architect to attend one to two site visits per week resulting in $6,250 per month for construction support. Additional unanticipated time has also been spent revising drawings and re -bidding the project. Please refer to the attached "request for extra services" Sincerely, Ron Yeo, F�IA Architect encl Ron Yeo, FAIA Architect, Inc. BBSC 11/13/06 Request for Extra Services WQ Lab times 15% Tota I Teaching lab times 15% Tota I Other Emergency & Fire Alarm times 15% Total Relocate portable lab times 15% Total Sub total Construction time Extension Tota I Yeo GLP F.T. Andrew Total 2,160.00 5,267.50 pending 790.13 2,160.00 6,057.63 pending 5,530.00 1,162.50 2,520.00 174.38 378.00 5,530.00 1,336.88 2,898.00 921.25 138.19 1,059.44 1,200.00 180.00 1,380.00 7,690.00 7,394.50 1,380.00 32 000.00 39,690.00 7,394.50 4,278.00 8,217.63 1,059.44 1,380.00 20,421.94 32,000.00 52,421.94 EXHIBIT B RON YEO, FAIA ARCHITECT, INC. 500 JASMINE AVENUE CORONA DEL MAR, CALIFORNIA 92625 PHONE: (949) 644-8111 FAX 644-0449 SCHEDULE OF FEES FOR EXTRA SERVICES & DIRECT EXPENSES REVISED — 10/30/06 SCHEDULE OF FEES ARCHITECT— Ron Yeo, FA/A Architect Inc. Principal Architect 150.00/HR Structural Engineering 130.00/HR Project Architect 110.00/HR Cadd Design, Drafting 110.00/HR Professional administration staff 55.00/HR SCHEDULE OF FEES STRUCTURAL ENGINEERING — ABS Consulting, Inc. Principal 185.00/HR Project Structural Engineer 165.00/HR Senior Associate 125.00/HR Design Engineer 100.00/HR Project Draftsperson 85.00/HR Draftsperson 75.00/HR Clerical 50.00/HR SCHEDULE OF FEES MECHANICAL ENGINEERING — F. T. Andrews, Inc. Principal 140.00/HR Engineering Manager 125.00/HR Project Engineer 115.00/HR Engineer 105.00/HR Senior Designer 95.00/HR Designer 80.00/HR Junior Designer 70.00/HR Cadd Operator 65.00/HR Clerical 55.00/HR SCHEDULE OF FEES ELECTRICAL ENGINEERING — GLP Engineering, Inc. Principal 150.00/HR Associate 125.00/HR Project Manager 110.00/HR Design Drafter 85.00/HR Technical Typist 55.00/HR SCHEDULE OF FEES LANDSCAPE ARCHITECT — Katzmaier Newell Kehr Principal 125.00/HR Drafting/Technical 95.00/HR DIRECT EXPENSES (reproduction, etc) AT COST PLUS 15% Exhibit B Back Bay Science Center f AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH RON YEO, FAIA, ARCHITECT, INC. FOR BACK BAY SCIENCE CENTER ON SHELLMAKER ISLAND THIS AMENDMENT NO. 2 TO PROFESSSIONAL SERVICES AGREEMENT, entered into this 13th dayof rte, 2005, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City") and Ron Yeo, FAIA, Architect, Inc., whose address is 500 Jasmine Avenue, Corona del Mar, California, 92625, (hereinafter referred to as "Consultant"), is made with reference to the following: RECITALS A. On September 9, 2003, City and Consultant entered into a Professional Services Agreement, hereinafter referred to as "Agreement", for final design, architectural and engineering services, and construction support services for the Back Bay Science Center on Shellmaker Island, hereinafter referred to as "Project". This Agreement is scheduled to expire on June 30, 2007. B. City and Consultant have entered into one separate Amendment of the Agreement, the latest dated May 24, 2005. C. City desires to enter into this Amendment No. 2 to reflect additional services not included in the Agreement or prior Amendment. D. City desires to compensate Consultant for additional professional services needed for Project. E. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 2", subject to the terms setforth below. NOW, THEREFORE, the parties hereto agree as follows: Consultant shall diligently perform all services and be compensated for all services performed pursuant to this Amendment No. 2 in accordance with "Exhibit A" dated August 8, 2005, which is attached hereto and incorporated by this reference. 2. City shall pay Consultant for the services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and Exhibit "A". Total additional compensation to Consultant for services performed pursuant to this Amendment No. 2 for all work performed in accordance with this Amendment No. 2, including all reimburseable items and subconsultant fees, shall not exceed One Hundred Seventeen Thousand Three Hundred Five Dollars ($117,305.00). The total compensation to Consultant for all services performed pursuant to the Agreement and this Amendment No. 2, including all reimburseable items and subconsultant fees, shall not exceed Four Hundred Eighty Thousand Three Hundred and Five Dollars. ($480,305.00). 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 2 on the date first above written. APPROVED AS TO FORM: A ron C. Harp, Assistant City Attorney for the City of Newport Beach I,ri1*15 LaVonne Harkless, City Clerk - . 4 041-1 F0" Attachment: Exhibit A CITY OF NEWPORT BEACH, A Municipal, Corporation e City of Newport Beach RON YEO, FAIA, ARCHITECT, INC.: By: AP-� (Corporate Title: Print Name: By: (Fin ncial fficer) Title: Print Name: �1�2A Mo f:\users\pbw\shared\agreements\fy 05-06\yeo-back bay science center-1.doc EXHIBIT A RON YEO, FAIA ARCHITECT, INC. 500 JASMINE AVENUE CORONA DEL MAR, CALIFORNIA 92625 PHONE: (949) 644-8111 FAX 644-0449 TO: GAIL PICKART, City of Newport Beach FROM: Ron DATE: August 8, 2005 RE: Fee Proposal for Professional Services for the "Back Bay Science Center" Project Due to the current bid climate resulting in higher construction costs, and the limited budget for the project, we have been instructed to change the design of the project to incorporate a "pre-engineered" steel structure. It is the intention of the City to issue two separate RFQs. One for Metal building contractors and one for Construction Manager "at risk" (CMAR). The qualified contractors will be asked to bid on the structural "building shell' for the Phase 1 contract documents that are currently being completed. The fees for the additional work, now completed for the pre-engineered analysis, re -bidding discussions, coastal commission coordination and additional environmental field surveys as well as the new contract documents for the "shell' have been or will be taken from our original agreement balance of $62,000. The selected CMAR will take the bids from the Metal building shell and bid out the various additional sub trades for Phase 2 in a value engineering review which will result in a "not to exceed" construction cost for the total project. In order to bid and obtain permits for Phase 2, it will be necessary to revise the previous architectural drawings, Title 24 analysis and specifications as well as to provide new calculations and structural drawings by an expert metal building structural engineer. All of the site work will remain as previously designed. As directed, this is a request to amend our agreement of 9/9/03 and the time extension of 4/28/05 to cover the additional professional fees for an additional $117,305. PHASES OF DESIGNATED SERVICES Contract Documents Phase 2. The Contract Documents Phase is the stage in which the requirements for the revisions of the Work are set forth in detail — Including: STRUCTURAL 1. Provide structural calculations and construction drawings for shear walls. 2. Provide structural calculations and drawings for foundations based on an existing geotechnical report that allows the use of mat foundations. City, County & DF&G acknowledging that the use of mat foundations could someday result in the eventual displacement of the structures due to seismic -induced ground motion and are willing to accept the possible corrective work and serviceability issues that may result. Exhibit A Back Bay Science Center page 1 3. Provide submittal package consisting of foundation and shear wall drawings and calculations for submittal to City Building Department. MECHANICAL 1. Revise the Title 24 energy conservation calculations based upon today's standards to reflect the new roof construction. 2. Revise details to reflect the new roof construction. 3. Revise mechanical floor plan to incorporate the new columns and relocated doors and windows. PLUMBING 1. Revise plumbing floor plan to incorporate the new columns and relocated doors, windows and plumbing fixtures. 2. Revise the details to reflect the new roof construction. 3. Revise automatic fire sprinkler specifications to accommodate the steel structure and roof framing. ELECTRICAL 1. No revisions anticipated CIVIL 1. No revisions anticipated LANDSCAPE 1. No revisions anticipated ARCHITECTURAL 1. Coordination and checking of sub consultant's revisions. 2. Revise all drawings necessary to reflect the new construction system. 3. Revise specifications as necessary to reflect the new construction system. 4. Meet with the Project Manager to review the progress of the documents. 5. Meet with the Construction Manager @ Risk for review of value engineering. 6. Package the contract documents setting forth in detail the construction requirements for the Project ready for plan check and bidding. 7. Respond to Plan Check and Coastal Commission Comments. 8. Establishment of initial schedule for the Project Process, decision-making, design, documentation, contracting and construction 9. Review and update of previously established schedules during subsequent phases. Bidding & Value Engineering Phase. The Bidding or Negotiation Phase is the stage in which bids or negotiated proposals are solicited and obtained and in which contracts are awarded. 1. Respond to RFI's regarding the intent of the drawings and specifications. 2. Review Qualifications and construction costs of the bidders. 3. Meet with the Construction Manager @ Risk for review of value engineering decisions Construction Support Phase. The Construction Support Phase is the stage in which the Work is performed by one or more Sub Contractors. The scope for assistance within this phase includes 1. Attend the pre -construction meeting. 2. Coordinate w ith the CMAR on a w eekly basis 3. Review the Sub Contractor's shop drawings and submittals. 4. Provide w ritten responses to the CMAR's requests for information. 5. Provide weekly job site visits. Provide a construction observation report for each v is it. 6. Prepare the final punch lists for the buildings and site work Post -Contract Phase. The Post -Contract Phase is the stage in which assistance in the Owner's use and occupancy of the Project is provided. Exhibit A Back Bay Science Center page 2 ADDITIONAL SERVICES Services which are not specifically identified herein as services to be performed by the consultant , are considered "Additional Services" for purposes of this Agreement. EXCLUSIONS Consulting services relating to any of the following items are specifically excluded from this contract at this time. • Soils engineering, testing and reports. • Title Reports, recorded documents, etc. • Construction staking or certifications. • Offsite improvements. • Bulkhead design • Composite utility plan. • "As -Built" drawings. • Hydrology Study or Hydraulic Analysis. • Pump station design or modification. • Plan check submittals, fees and permits. • Blueprinting services, except for normal coordination. • Owner/agency and/or coastal commission revisions after approval to proceed. • Alternate power source studies • LEED documentation and/or "commissioning" • Courier services, overnight express, etc. • Exterior lighting photometric plans. • Specialized foundation design other than a matt foundation • Furniture, fixture & equipment design • UCI Crew Building design • Trails and teaching station design • Exhibit & Aquarium design • Environmental Studies & Reports • Marketing, Fund raising program, • Economic feasibility studies, Project financing • Identification, removal and disposal of any hazardous materials within the site or in existing structures • Relocation of existing structures • Green House design • Amphitheater rehab & cover • Full time Construction Management • Wetland rehabilitation services by "Coastal Resources Management" for monitoring of wetlands and field monitoring reports, management of marsh planting process and project management and coordination for up to one year. It is anticipated that the CMAR will have this under his responsibility. Exhibit A Back Bay Science Center page 3 COMPENSATION To be invoiced monthly Construction Document phase Structural Mechanical & Plumbing Architectural Bid & Value Engineering phase Construction Support phase Structural Mechanical/plumbing Electrical Civil Landscape Architectural hourly @ $4,000/month x 9 Total Construction budget $4,000,000 Average Construction support @ 2% = $80,000 Proposal estimate — 1 1/2% Ron Yeo, F Architect $23,082 $6,700 $20.000 $49,782 $5,000 $10,400 $8,625 $2,300 $3,450 $1,748 $36.000 $62,523 $117,305 Exhibit A Back Bay Science Center page 4 F ---_,Q0 AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH RON YEO, FAIA, ARCHITECT, INC., FOR BACK BAY SCIENCE CENTER ON SHELLMAKER ISLAND THIS AULENDMENT f40. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into thislific9ay of 2005, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (erei fter referred to as "City") and Ron Yeo, FAIA, Architect, Inc., a corporation whose address is 500 Jasmine Avenue, Corona del [lar, California, 92625 (hereinafter referred to as "Consultant"), is made with reference to the following: RECITALS A. On September 9, 2003, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "Agreement", for final design, architectural and engineering services, and construction support for the Back Bay Science Center on Shellmaker Island, hereinafter referred to as "Project". This Agreement is scheduled to expire on June 30, 2005, B. City desires to enter into this Amendment No. 1 to extend the term of the Agreement to June 30, 2007. C. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 1," as provided here below. NOW, THEREFORE, the parties hereto agree as follows: The term of the Agreement shall be extended to June 30, 2007, 2. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: per,...__ C, Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTES , f By' LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation 5�?4� 44tv"4� Ma or for he City of Newport Beach Ron Yeo, FAIA, A 0 (Corp Title: 1 /'A#'y7'my Print Na /r4ON XX B: anci-al/Offic Title: l/i?1c�1G�cL /YQ�%Cc ger Print Name: 09/2412003 08:17 9496440449 RONYE0 ARCHITECT PROFESSIONAL SERVICES AGREEMENT WITH RON YEOI FAIA, ARCHITECT, INC, FOR BACK BAY SCIENCE CENTER ON SHELLMAKER ISLAND PAGE 02 C_3ggl (D) THIS AGREEMENT, entered into this q4k day of VeY2003, by and between the City of Newport Ba+ach , a Municipal Corporation (hereinafter referred to as "City"), and Ron Yeo, FAIA Architect, Inc,, whose address is 500 Jasmine Avenue, Corona del Mar, Califamia, 92625, (hereinafter referred to as "Consultant"), is made with reference to the following - 0 FAI r& RECITALS ,,S City Is a Municipal Corporation duly organized and validly existing under the laws of the State of Calif'omia with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City, City is planning to implement the design and cpnstruction of the Sack Bay Science Center on Shellmaker Island in the Upper Newport Bay Ecological Preserve ("Project'),, City desires to engage Consultant to provide final design, architectural and engineering services, and construction support for Project as outlined in the Scope of Services attached hereto as Exhibit "A" and upon the terms and conditions contained in this Agreement,, The principal member of Consultant for purpose cf this Project is Ron Yeo, Architect. -1- E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and I desires to contract with Consultant under the terms and conditions provided in this Agreement. Now, therefore, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 27th day of August, 2003, and shall terminate on the 30th day of June, 2005, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the Scope of Services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for work performed in accordance with this Agreement, including reimbursable items and subconsultant fees, shall not exceed the total contract price of Three Hundred Sixty - Three Thousand Dollars ($363,000). 3.1 Consultant shall maintain accounting records of its billings, which includes -2- the name of the employee, type of work performed, times and dates of work which is billed on an hourly basis, and all approved incidental expenses including reproductions, computer printing, postage, mileage, etc 3.2 Consultant shall submit monthly progress invoices to City payable by City within thirty (30) days of receipt of invoice, subject to the approval of City. Each invoice shall be accompanied by a progress report indicating the progress to date of services performed and covered by the invoice, including a brief statement of any project problems and potential causes of delay in performance, and listing those services that are projected for performance by Consultant during the next invoice cycle. 3.3 Consultant shall not receive compensation for extra work without prior written authorization of City. Authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants plus 15% for performance of services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this 1911 Agreement. 4. STANDARD OF CARE 4.1 All services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant posesses or shall obtain all licenses, permits, qualifications and approvals required of its profession, and shall keep in effect all such licenses, permits, and approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, failure of City to furnish timely information or to promptly approve or disapprove Consultant's work, delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents to be the M agents or employees of City. Consultant shall have the responsibility for and control over the details and means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Ron Yeo, Architect, to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. -5- 09123/2003 15:29 9496440449 RONYEO ARCHITECT PAGE 03 Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement.. 8. TIME OF PERMWidilVCE Time Is of the essence In the performance of the services under this Agreement and Consultant shall perform the services to completion in a timely manner. Failure by Consultant to do so may result in termination of this Agreement by City,. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8,1 Consultant shall submit requests for extensions of time for parformance in writing to the Project Administrator not later than ten (10) calander days after the start of the condition which purportedly causes a delay, but not later than the date upon which performance is due, The Project Administrator shall review such requests and may grarit reasonable time extensions for delays which are beyond Consultant's control. 8.2 For time periods not specifically set forth herein, Consultant shall respond In the most expedient and appropriate manner under the circumstances by telephone, fax, hand delivery or mail„ 9. CITY POLICY Consultant shall disouss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to 19 ensure that Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE LAW REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and/or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. -7- 13. INSURANCE Without limiting consultant's indemnification of City, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement a policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Required policies shall be executed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City. Except for workers compensation and errors and omissions insurance, insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insureds for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company currently authorized by the Insurance commissioner to transact the business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial size Category Class VII (or larger) in accordance with the latest edition of Bests Key Rating guide: unless otherwise approved by the City Risk Manager. The following policies are required: A. Worker's compensation insurance, including a "Waiver of Subrogation" clause, covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance original certificate and endorsement (which includes additional insured and primary and non-contributory wording), covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a : general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance, including additional insured wording, covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance, which covers the services, to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing workers compensation, comprehensive general, and automotive M liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation, which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co -tenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50%) or more of the voting power, or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. All improvement/construction plans shall be prepared with indelible waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch mylar with a minimum thickness of 3 mils. -10- Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information that results from the services in this Agreement is to be kept confidential unless City authorizes the release of information. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work -11- schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. D. City will prepare and provide to Consultant street base digital file in AutoCAD (DWG) compatible format. 18. ADMINISTRATION The Public Works Department will administer this Agreement. Lloyd Dalton, P.E. shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall -12- allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7%) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and/or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST -13- A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: -14- City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA, 92658-8915 Phone: (949) 644-3311 Fax: (949) 644-3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Ron Yeo Ron Yeo, FAIA Architect, Inc. 500 Jasmine Avenue Corona del Mar, CA 92625 Phone: (949) 644-8111 Fax (949) 644-0449 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the -15- effective date of termination. On the effective date of termination, Consultant shall deliver to City all reports and other information developed or accumulated in the performance of this Agreement whether in draft or final form, or in process. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his/her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as -16- compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. Original drawings shall be submitted to the City in the version of AutoCAD used by the City, in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. City shall provide AutoCad file of City Title Sheets. Written documents shall be transmitted to City in City's latest adopted version of Microsoft Word and Excel. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. -17- IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: ;Do -0-4- A' City Attorney 41 By: City Clerk CITY OF NEWPORT BEACH A Municipal Corporation„ 31 Bromberg,,$ayor RON YEO, FAIA ARCH as Ron Yeo, Arch f:\users\pbw\shared\agreements\fy 03-04\yeo-back bay science center -final design-090903.doc i C. EXHIBIT A RON YEO, FAIA ARCHITECT, INC. 500 JASMINE AVENUE CORONA DEL MAR, CALIFORNIA 92625 PHONE: (949) 644-8111 FAX 644-0449 TO: Lloyd Dalton, City of Newport Beach FROM: Ron DATE: August 19, 2003 RE Fee Proposal for Professional Services for the "Back Bay Science Center" Project Project Scope of Work is based upon the approved schematic plans for three new structures of approximately 13,000 square feet along with required minimal site development. 1. Orange County Water Quality lab & Storage/Maintenance/Public Restroom building 2. Department of Fish & Game Teaching Lab Building 3. Department of Fish & Game Administration Building 4. The UCI Crew building is not a part of this scope The construction budget is $3,500,000. If the existing funding for construction of $1,560,000 is not increased, the Construction Bid Documents will be formatted by deleting some structures and or site work in order to meet the available funds. This concept would utilize some of the existing structures. PHASES OF DESIGNATED SERVICES Schematic Design Phase. This Phase has been completed. It is the stage in which the general scope, conceptual design, and the scale and relationship of components of the Project are established. Design Development Phase. This Phase is the stage in which the size and character of the Project are further refined and described, including architectural, structural, mechanical and electrical systems, materials, and such other elements as may be appropriate. Construction Documents Phase. This Phase is the stage in which the requirements for the Work are set forth in detail. Bidding or Negotiations Phase. This Phase is the stage in which bids or negotiated proposals are solicited and obtained and in which contracts are awarded. Exhibit A Back Bay Science Center page 1 Construction Support Phase. This phase is the stage in which the work is performed by one or more Contractors. The scope for assistance within this phase includes: 1. Attend the pre -construction meeting 2. Review the Contractor's shop drawings and submittals 3. Provide w ritten responses to the Contractor's requests for information 4. Provide monthly job site visits. Provide a construction observation report for each visit 5. Prepare the final punch lists for the buildings and site work Post -Contract Phase. This phase is the stage in which assistance in the Owner's use and occupancy of the Project is provided. ARCHITECTURAL Design/Documentation Project Administration services: Consisting of administrative functions such as Consultation, Research, Conferences, Communications and Progress reports. 2. Disciplines Coordination/Document Checking: Consisting of Coordination between the architectural work and the work of engineering and other disciplines involved in the Project. 3. Schedule Development/Monitoring services: Including the establishment of initial schedule for Architect's services, decision-making, design, documentation. Review and update of previously established schedules. 4. Presentation services: Consisting of presentations and recommendations by the Architect to the following client representatives: • City Staff • User groups • Neighborhood groups & HOA 5. During the Design Development Phase: Consisting of continued development and expansion of architectural Schematic Design Documents to establish the final scope, relationships, forms, size and appearance of the Project throughout: • Plans, sections and elevations • Typical construction details • Final materials selection • Layouts of Equipment furnished by user groups • Coordination with Building Official for code review 6. During the Construction Document Phase: Consisting of preparation of Plans & Specifications based on approved Design Development Documents setting forth in detail the construction requirements for the Project ready for permits & bidding. 7. Statement of probable construction costs: @ the Completion of the Design Development Phase and updated at 90% completion of the construction documents 8. During the Construction Support Phase: Consisting of the following • Attend the pre -construction meeting • Review the Contractor's shop drawings and submittals • Provide written responses to the contractor's requests for information • Provide monthly job site visits. • Provide Construction observation report for each visit • Prepare the final punch list for the building and site work Exhibit A Back Bay Science Center page 2 CIVIL ENGINEERING DESIGN/DOCUMENTATION Task 1: Preliminary Grading & Utility Plan: Prepare a Preliminary Grading & Utility Plan for submittal by the architect for review and approval. This plan will include preliminary grades and elevations to show general grading and drainage concepts and preliminary layout of sewer and water facilities. This preliminary design information will be added to a CADD file of the architect's site plan and will be based on the Topographic Survey prepared by this office under separate contact. Task 2: Horizontal Control Plan: Prepare a Horizontal Control Plan based on an approved dimensioned site plan provided by the architect. This would include a computer plot of the site boundary, proposed building and curb locations and will show critical dimensions. This plan will be used for coordination purposes with the architect and for staking control during construction. Task 3: Precise Grading Plan: Prepare a Precise Grading Plan for the proposed development. This plan will be based on the Preliminary Grading Plan and Horizontal Control Plan in Tasks 1 and 2 above and Topographic Survey previously prepared. This will include a quantity/cost estimate for permit purposes and the required Erosion Control Plan. This assumes no offsite improvements are required. Task 4: Onsite Storm Drain Plan: Prepare an Onsite Storm Drain Plan in conjunction with the Precise Grading Plan. This plan will show the location, elevations and sizes of the proposed onsite drain lines and basins. This will include a quantity/cost estimate and the required onsite hydrology. This assumes connection/discharge to a filtration marsh designed by others. Task 5: Water and Sewer Plan: Prepare a Water and Sewer Plan for the proposed development showing public fire hydrants, fire sprinkler services to the detector checks and domestic water and sewer services to within five feet of the building. Fire hydrant locations are to be obtained and supplied by others with fire department approval. This assumes a public onsite water system to the fire hydrants and detector checks and private sewer system connecting to the existing pump station. This includes a quantity/cost estimate for permit purposes and the legal descriptions and sketches required for the easements for the public lines. The site w ill be designed to accommodate a future UCI Crew Building. Task 6: Underground Fire Protection Plan (if required): Prepare an Underground Fire Protection Plan showing the fire sprinkler service from the detector check provided on the Water Plan above to a fire riser 6 inches above the building finished floor. This plan will include the required fire department notes and thrust block details. This plan will be processed through the fire department for their approval. Exhibit A Back Bay Science Center page 3 Task 7: Water Quality Management Plan (W.Q.M.P.): Prepare a Water Quality Management Plan as required by the City prior to permit issuance which identifies Best Management Practices (BMP's) to prevent and monitor potential pollutant sources from entering storm water runoff. At time of preparation of this plan, input will be required from the City of Newport Beach for inclusion within the plan. This plan will include actions that must be abided by at building occupancy. Task 8: Storm Water Pollution Prevention Plan (S.W.P.P.P.): Prepare the required Storm Water Pollution Prevention Plan (S.W.P.P.P.) for the proposed development which identifies Best Management Practices (BMP's) to prevent and monitor potential pollutant sources from entering storm water runoff during construction. We will also aid in the filing of the Notice of Intent (N.O.I.) with the Regional Water Quality control Board. Task 9: Specifications: Prepare the special provision portion of the specification relating to our civil work as shown on our plans. These mark-ups will be provided to the architect for incorporation in the overall project specifications. Task 10: Meetings, Coordination and Processing (T&M Budget): Provide an allowance for project meetings and project coordination with client and consultants and processing of plans with governing agencies. This allowance is for budget purposes only and will be billed on an hourly basis for work as required. This assumes an allowance of approximately 40 man-hours. Task 11: Construction Phase Services (T&M Budget): Provide an allowance for construction phase services as required for the project. This includes responding to RFI's, providing clarification of the drawings and field visits as needed. This allowance is for budget purposes only and will be billed on an hourly basis for work as required. This assumes an allowance of approximately 24 man- hours. STRUCTURAL ENGINEERING DESIGN/DOCUMENTATION DESIGN DEVELOPMENT • Assist in determining any need for Special Studies • Provide structural criteria for Geotechnical Consultant • Prepare preliminary foundation layout • Prepare preliminary structural design calculations for typical elements • Prepare preliminary framing layout CONTRACT DOCUMENTS • Prepare structural design of primary structural system • Designate elements to be designed by specialty engineers & specify design criteria • Assist in coordination with Building Official • Provide structural calculations • Provide structural drawings • Review specified submittals CONSTRUCTION ASSISTANCE • Make site visits at appropriate stage of construction Exhibit A Back Bay Science Center page 4 ELECTRICAL ENGINEERING DESIGN/DOCUMENTATION 1. Site visit to review existing conditions 2. Required conferences for construction documents 3. Design coordination 4. Electrical drawings and specifications including the following: a. Interior lighting and controls b. Convenience, telephone and data outlets c. Exterior lighting systems including parking area & photometric plans d. Connection to HVAC equipment 5. Title 24 lighting calculations 6. Electrical plan check corrections 7. Review equipment submittals 8. Normal telephone calls during construction MECHANICAL ENGINEERING DESIGN/DOCUMENTATION HVAC: Energy efficient heating, ventilating and air conditioning systems will be provided for the facility. All equipment and materials will be selected for use in a marine environment. The HVAC systems w ill use natural ventilation for cooling to the greatest extent possible. Please note the outdoor summer temperature exceeds 80 deg. F 44 - hours per year and 87 deg. F 9 -hours per years. Mechanical ventilation w ill be provided for restrooms, storage rooms, janitor closets and similar spaces. Exhaust and make-up air systems w ill be provided for the Water Quality Laboratory fume hood. Plumbing: The plumbing fixture types and locations will be indicated on the Architectural drawings; the fixtures and trim will be specified as part of the plumbing work. The sanitary sewer, water and natural gas utility services will be extended to the buildings and will include provisions for the future UCI Crew Building. The sizing of the site utilities will be included in the mechanical design services and furnished to the Civil Engineer. It will be determined if the existing sewer lift station is adequate or if it will have to be modified or replaced; the consulting services for the design of the sewer lift station modification are included in this proposal. The Water Quality Laboratory will have compressed air, d. i. water, and acid waste and vent systems. A neutralizer tank and monitor controls will be provided for treatment of the laboratory wastes. All equipment and materials will be selected for use in a marine environment. Automatic Fire Sprinkler System: The buildings will be provided with automatic fire sprinkler systems. The connection to the water service as indicated on the Civil plans, detector check, fire department connection, post indicator valves and fire risers w ill be indicated on the plumbing drawings. Design -build specifications will be provided for the fire sprinkler systems. All equipment and materials will be selected for use in a marine environment. Exhibit A Back Bay Science Center page 5 LANDSCAPE ARCHITECTURAL DESIGN/DOCUMENTATION 1. PRELIMINARY PHASE: • Prepare a preliminary planting plan for submittal to California Coastal Commission in collaboration w ith consultants and the Architect . • Review plans with Department of Fish and Wildlife and other on-site agency representatives. 2. CONSTRUCTION DOCUMENTS PHASE: • Landscape Planting Plan for the dunes, wetlands and fresh water filtration ponds • Landscape Irrigation Plan with drip irrigation for the dunes area only 3. CONSTRUCTION SUPPORT PHASE • Observation of forces to installing plants in the three designated areas. • Assistance from either the Department of Fish and Wildlife or outside consultants may be required in the w etland and w ater filtration portion of the project, w hich is not part of this scope. WETLANDS REHABILITATION DESIGN/DOCUMENTATION 1. PRELIMINARY PHASE: • Prepare a preliminary planting plan for submittal to California Coastal Commission in collaboration w ith consultants and the Architect . • Review plans with Department of Fish and Wildlife and other on-site agency representatives. 2. CONSTRUCTION DOCUMENTS PHASE: • Prepare concept grading plan for the w etland rehab area to be incorporated into the grading plan by the Civil Engineer • Refine the preliminary planting plan to be incorporated into the landscape planting plan by the Landscape Plan for the dunes, wetlands and fresh w ater filtration ponds • Review the landscape Planting Plan 3. CONSTRUCTION SUPPORT PHASE • Observation and monitoring of forces to installing plants in the three designated areas. • Issue field monitoring reports 4. POST CONSTRUCTIONMONITORNING PHASE This is not part of this agreement Exhibit A Back Bay Science Center page 6 ADDITIONAL SERVICES Services which are not specifically identified herein as services to be performed by the consultant, are considered "Additional Services" for purposes of this Agreement. EXCLUSIONS Consulting services relating to any of the following items are specifically excluded from this contract at this time. • Agricultural soil testing • "As -Built" drawings • Alternate power source studies • Amphitheater rehab & cover • Blueprinting services for bidding • Bulkhead design • Construction staking or certifications • Courier services, overnight express, etc. • Economic feasibility studies, Project financing • Environmental Studies & Reports • Exhibit & Aquarium design • Full time Construction Management • Furniture, fixture & equipment design • Green House design • Identification, removal and disposal of any hazardous materials within the site or in existing structures • Irrigation and landscape design • LEED documentation and/or "commissioning" • Monitoring of the growth of the wetlands rehab area after installation • Marketing, Fund raising program • Offsite improvements • Owner/agency and/or coastal commission revisions after approval to proceed • Plan check submittals, fees and permits • Relocation of existing structures • Soils engineering, testing and reports • Specialized foundation design other than a mat foundation • Title Reports, recorded documents, etc. • Trails and teaching station design • UCI Crew Building design COMPENSATION - To be invoiced monthly on the percentage completed to date Design Development phase $ 90,099 Construction Document phase 198,901 Construction Administration phase 62,000 Total $ 351,000 Allowance for direct expenses at 1.5 x cost $12,000 If through no fault of the Architect the services covered by this Agreement have not been completed within 2 years of the date hereof, compensation for the Architect's services beyond that time shall be appropriately adjusted. Exhibit A Back Bay Science Center page 7 a) o, M CL ui CO m U) co � co 0 � C O U 0 0000 0 000 oOt oo, 0000 0000 0 0 o 0 C) LO 0 O 000000 000000 LO N MMM COONN o LO 0 0 0 of Ili 0 (O O o 0 rn o CD rn io 0 't O "t r - LO 0 0 Q _ o M 0000 OI000 0 CO OLOC) LOC)0 00 O It 0000 GOON Ln O 6 O a Il- 00 CO 0') LO LO It LO N CO co r CO LO LO CO CO F- N Ln N 00 CO Z y M M LL p Za j �r N 00000 (N "t O N r COLO d C) N I- N00 It J W C/) 0 ix Z UJ YW CO o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J 000000000000000000000000 J CLO LOO O Ln Lf)OCD Ln Lri 00 LO LO (D O Ln LO 00 O O LO W meor—Lf)M00t—LnM00�LnM00tiU')M00tl-LnMLnMoo � a) N LU Z 0 � LU U CO 0' E CO a) Z O Wcr, a) C � > V C o voi cn o, 3 L C a) a) aa) D t a m C �UM C a (D L L L) C O C U�" u = Q L Q) m N C j U C (o a �' a) U a) w a) C Co W a) E a) cl CL Q LI0 a) a) U U' C) Co L •o +-Loto WW � -Q— O >a)a o 0mI -QQ n a, c Q) U Q) v C: v v V) f6 m Y U m tb Q .E X W 1 v m r� CL W U Q 2 o cc s a cu 0 I— co 75 O C O U 0 0 000 0 0 0 o0o0I 0 00000000 666r�666 ONU')N-00 Nr,- O � 'It (j6 Mt-O� L6 ,j M O O 0 rn C o N cr CO O �- 0 z W o CO 0000 O O 0 O 0 M 0 l o I 0 Lr) 00 C) 0 I Lr) t. Lr) 00 N lir) C� � D r L6 N� MrNt Ln M NM U L 6) O co o Z Q Z O O (o 0000 CO O O 00 O c- O 0 O c-000 It 'ctI N Q () M �- O N Lo O J :D r- W Z W O o Y U = 00000I 0000r0- 0000000000000000000000LoLrOOLrLo00LoLo00LoLo OM00O0Of0�l0n00000000 0LoLo0000mmmr--LoMmr--LnMMtl-LOMWr-LoMLoMM W(a W U Z 30 a(�B V > c m W U cO 0 o Z �-- c L)i O Wca c U) L a) c N 0) O N O C O V O Q C N o Q N Q 0 L i U v a) c a) W Er.c` Q O a) m N U U C m i C 4- U Q) W O C ca C Wa) CLt Co O Y V .� �o m O c cl m o cM -Fuaco�NU N s d U N U o i11 '� (A c W Q mU (!J t1 co co �O a, c Q) U Q) v C: v v V) f6 m Y U m tb Q .E X W 1 v m r� CL a) C a) u v u C a) u Cn fu m u m Q a-+ L X W 000000 000000 0 00 0 0 0 L 0 N 600 N M Cfl O O In � c0 M co O H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 0oLOoW 0 0MNOd' O =3 � •d• CO M ti M .- �CNLOMMN�-O NN U r U) 00000000000000000000 - - - 0 - 0 - — 0 a_ 0 0oo0C)m0000o000o000CDU) 0 0 0 o O o 0 0 0 0 o O o 0 0 0 o O o • o o_ � M It 000 � N lf) LO � 0) _0 M 00 Cn N N P. r- N 07 d Z U) O U -- 00 ---- 0 -� - ti CD -- -c LOQ- -- ` - ---- --- -- F- r- Ltd c- M CO Z mol Q� o J m = tn ----00000000000000000000 r-- - Ooo9oo00000000000000 CD Lo U-) o o �ci �i o o ui ori o o ori u i o o o o u i W MOOT-0mwI-U)mmr- r r m mwr- r LOMLOMw r r Q J � LLJY 2 m a_ a) C)O ton) fl- Co a. Z -r ., W 3 a c U > U E W O O E u C ci Z O CF.a) ` 00 3 c L c > o _W U c > a`) 0 0 Cl) o� �_ aai U I ° d c c c Q Q 0 UI c ._ ��w c Qaa))� cnoQ of � a) E W e is W a) m 0 0 LL Cm CL a) U - O O p U Cn O +� U�! U R3 J Q JJJ QQQ _ U) Q) _ m �aQ of O UI U > 0 7 cncn0�wJ>{-���Q� -.>_ (D � >a)0000 C) a) C a) u v u C a) u Cn fu m u m Q a-+ L X W EXHIBIT B RON YEO, FAIA ARCHITECT, INC. 500 JASMINE AVENUE CORONA DEL MAR, CALIFORNIA 92625 PHONE: (949) 644-8111 FAX 644-0449 SCHEDULE OF FEES FOR EXTRA SERVICES & DIRECT EXPENCES SCHEDULE OF FEES ARCHITECT — Ron Principal Architect Structural Engineering Project Architect Senior Design Architect Design Architect Senior draftsperson/designer Intermediate draftsperson/designer Apprentice draftsperson/designer Professional administration staff Yeo, FAIA Architect Inc 130.00/H R. 120.00/HR. 85.00/H R. 75.00/H R. 65.00/H R 55.00/H R. 50.00/H R. 40.00/H R. 50.00/H R. SCHEDULE OF FEES CIVIL ENGINEERING — Walden & Associates Principal 150.00/HR. Associate 130.00/HR. Project Manager 115.00/HR. Project Engineer/Land Surveyor 100.00/HR. Design Engineer/Land Surveyor 95.00/HR. Engineer/Land Surveyor 90.00/HR. Assistant Engineer/Designer/Land Surveyor 80.00/HR. Senior Draftsman 75.00/HR. Draftsman 60.00/HR. 2 -man Survey Crew 159.00/HR. 3 -man Survey Crew 191.00/HR. SCHEDULE OF FEES STRUCTURAL ENGINEERING — ABS / EQE / JTA Principal 150.00/HR Project Structural Engineer 120.00/HR Senior Associate 105.00/HR Design Engineer 85.00/HR Project Draftsperson 75.00/HR Draftsperson 65.00/HR Clerical 50.00/HR SCHEDULE OF FEES MECHANICAL ENGINEERING — F.T. Andrews Inc. Principal 115.00/HR. Engineer 100.00/HR Senior Designer 90.00/HR Designer 80.00/HR Draftsperson 65.00/HR Clerical 50.00/HR. Exhibit B Back Bay Science Center page 1 SCHEDULE OF FEES ELECTRICAL ENGINEERING — GLP Engineering Principle 135.00/HR. Associate 115.00/HR. Project Manager 100.00/HR. Design Drafter 85.00/HR. Technical Typist 55.00/HR. SCHEDULE OF FEES COST ESTIMATING — Construction Analysts inc. Senior estimator 90.00/HR SCHEDULE OF WETLANDS CONSULTANT— Coastal Resources Management Senior Biologist Endangered Species Biologist Word Processor 100.00/HR 75.00/H R 45.00/H R SCHEDULE OF FEES LANDSCAPE ARCHITECT — Katzmaier Newell Kehr Principle Drafting/Technical DIRECT EXPENSES (reproduction, etc) AT COST PLUS 15% 125.00/H R 95.00/HR Exhibit B Back Bay Science Center page 2