Loading...
HomeMy WebLinkAboutAnthony & Langford Architects - 1993-06-21 / REQUES I FOR CITY COUNCIL ACTION 01 Date June 21, 1993 Submitted to: Honorable Mayor and City Council Submitted by: Michael T. Uberuaga, City Administrator Prepared by: v- LouisAPPROVED BY CITY COUNCIL F. Sandoval, Director of Public Works Ron Hagan, Director of Community Services 6 - °Li 19$! Subject: MUNICIPAL PIER BUILDINGS 4/a.//93 t•LrAL =�T _ CITY CIA, Consistent with Council Policy? [ }Yes [ ] New Policy or Exception Statement of Issue, Recommendation,Analysis, Funding Source, Alternative Actions, Attachments: v6y STATEMENT OF ISSUE: Proposals were requested from qualified architectural firms to prepare plans, specifications and cost estimates for the construction of three new buildings (Phase 2) on the City's Municipal Pier. RECOMMENDED ACTION: 1. Approve the attached Consultant Agreement with Anthony and Langford Architects for the preparation of plans and specifications for the restaurant, bait and tackle shop and bermline snack shop on the pier. 2. Authorize the Director of Public Works to expend $105,650 to cover contract costs of $91,500, estimated change orders of $9,150 and anticipated reimbursable expenses of $5,000. 3. Accept Anthony and Langford's professional liability coverage with a $25,000 deductible. ANALYSIS: On February 21, 1989, the City Council approved a contract with Ron Yeo FAIA to provide conceptual designs and three dimensional models of the Pier Plaza area. On August 7, 1989, Council amended the agreement to include conceptuals of the Pier, north of the Pier Parking and the Pier Restaurant. On May 21, 1990, the agreement was, again, amended to include the exterior design and floor plan drawings for all buildings on the Pier. On April 6, 1992, Ron Yeo's agreement was amended a third time to include the preparation of construction documents for the lifeguard tower and public restrooms. On June 7, 1993, Council approved a fourth amendment; thereby, authorizing Ron Yeo to finalize the restaurant design and modify the lifeguard tower stairways. The total cost of architectural services to date is as follows: Ron Yeo Contractual Services Agreement/Amendment Description of Services Cost Original Agreement Conceptual Design Pier Plaza $20,000 Amendment #1 Architectural Concepts for the Pier, North of the Pier Parking Structure and Pier Restaurant 64,000 PIO 5/85 Municipal Pier Buildings — RCA June 21, 1993 Page 2 Ron Yeo Contractual Services (Cont.) Agreement/Amendment Description of Services Cost Amendment #2 Exterior Design and Floor Plans for all Buildings 18,000 Amendment #3 Construction documents for lifeguard tower and public restrooms 41,300 Amendment #4 Finalize restaurant design and modify lifeguard tower stairways 13,500.00 TOTAL: $156,800.00 On October 22, 1992, at staff's request, Ron Yeo provided a fee proposal for finalizing construction documents for the bermline snack shop, bait and tackle shop and pier restaurant. The fee of $145,000 was viewed by staff as excessive. Therefore, on May 14, 1993, proposals were solicited from six qualified architectural firms, including Ron Yeo. Proposals Were Mailed To: Firm Location Anthony & Langford Huntington Beach Blurock Partnership Newport Beach Hanes Menser Architects Huntington Beach Harris, Pettett & Kent Huntington Beach Van Roon Architects Laguna Beach Ron Yeo, FAIA Architect, Inc. Corona Del Mar Staff received written proposals from Anthony & Langford, Hanes Menser Architects, Van Roon Architects, and Ron Yeo, FAIA Architects, Inc. On June 1, 1993, a multi—department committee comprised of staff from Community Develop, Community Services, and Public Works, met and evaluated each written proposal on the following criteria: Proposal Evaluation Criteria Description Maximum Score Understanding of Project 15 Points Approach to Project 15 Points Experience of Firm and Subconsultants 20 Points Qualifications and Experience of Project Team 20 Points ?ast Performance with City 5 Points Completeness of Proposal 15 Points Commitment to Project 10 Points TOTAL 100 Points Municipal Pier Buildings - RCA June 21, 1993 Page 3 Based upon the following raw scores, only'the firms of Anthony and Langford and Ron Yeo, FAIA Architect, Inc. were invited to an interview. Raw Score Results Firm City Raw Score Ron Yeo, FAIA Architect, Inc. Corona del Mar 90.25 Anthony and Langford Huntington Beach 86.75 Van Roon Laguna Beach 50.00 Hanes Menser Architects Huntington Beach 45.50 On June 2, 1993, the same multi-department committee interviewed the two firms. The total scores of the interview and written proposal rating sheets were then added together and averaged to yield the following scores. Interview Scores Firm Raw Score Ron Yeo, FAIA Architect, Inc. 91.25 Anthony and Langford 88.87 Based on the raw scores, Ron Yeo, FAIA Architect, Inc. placed first by a narrow margin. Subsequent to the interviews, the sealed fee proposals of the two firms as recapped below were opened and reviewed by staff. The are as follows: Fee Proposal Costs Firm Cost Ron Yeo, FAIA Architect, Inc. $175,200 Anthony and Langford $ 91,500 Based upon the substantial difference in costs, the Directors of Community Services and Public Works recommend the approval of Anthony and Langford. Anthony and Langford's Professional Liability Insurance includes a $25,000 deductible. Resolution 6023 (Establishing Insurance and Indemnity Requirements for Contractors, Permit Applications, and Professional Services Contractors) while not addressing the issue of deductible limits on Professional Liability Insurance, does permit the modification or waiver of any and all requirements as approved by Council. Based upon Anthony & Langford's financial statement (see Attachment B), prior performance for the City and their 43 years of business experience, the Director of Public Works, the Risk Manager and the City Administrator recommend acceptance of their coverage with a $25,000.00 deductible. Municipal Pier Buildings - RCA June 21, 1993 Page 4 FUNDING SOURCE: Cost of Services Item Amount Anthony & Langford Agreement $ 91,500 Change Order Budget 9,150 Reimbursable Expenses 5,000 TOTAL COST: $105,650 Source of Revenue The unemcumbered balance of the Pier Rebuilding Fund (E-PG-AS-154-6-27-00) is $264,800. This balance has been set aside for design and construction services for the buildings. ALTERNATIVE ACTION: 1. Award contract to Ron Yeo, FAIA Architect Inc. and authorize the Director of Public Works to expend $197,720 to cover contract costs of $175,200, estimated change orders of $17,520 and anticipated reimbursable expenses of $5,000. 2. Forego preparation of plans and specifications for three remaining buildings. ATTACHMENTS: 1. :Anthony & Langford Agreement (including Insurance Certificates) 2. Anthony & Langford Financial Statement MTU:LFS:DRN:dw 3428g/9-12 f PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND ANTHONY AND LANGFORD FOR ARCHITECTURAL SERVICES TO PREPARE PLANS FOR CERTAIN BUILDINGS ON THE MUNICIPAL PIER THIS AGREEMENT is made and entered into this 21st. day of June , 1993 , by and between the CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California, hereinafter referred to as "CITY, " and ANTHONY AND LANGFORD ARCHITECTS, a California corporation, hereinafter referred to as "CONSULTANT. " WHEREAS, CITY desires to engage the services of a CONSULTANT to provide architectural services for preparation of plans , specifications and cost estimates for the construction of the following buildings on the Municipal Pier : 1) a 620 square foot single story bermline snack shop; 2) a 800 square foot single story bait and tackle snack shop, and 3) a 6 , 513 square foot, two-story pierhead restaurant in the City of Huntington Beach; and Pursuant to documentation on file in the office of the City Clerk, the provisions of HBMC Chapter 3 . 03 relating to procurement of professional service contracts has been complied with; and CONSULTANT has been selected to perform said services , NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows : 1 . WORK STATEMENT CONSULTANT shall provide all services as described in the Request for Proposal, dated May 14 , 1993 and CONSULTANT' S Proposal for Architectural Services dated May 28 , 1993 , (hereinafter AFJ547 1 collectively referred to as Exhibit "A") , which is attached hereto and incorporated into this Agreement by this reference. Said services shall sometimes hereinafter be referred to as "PROJECT. " CONSULTANT hereby designates T. V. Anthony, who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2 . CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3 . TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of the CONSULTANT are to commence as soon as practicable after the execution of this Agreement and all tasks specified in Exhibit "A" shall be completed no later than fifteen (15) months from the date of this Agreement . These times may be extended with the written permission of the CITY. The time for performance of the tasks identified in Exhibit "A" are generally to be as shown in the Scope of Services on the Work Program/Project Schedule. This schedule may be amended to benefit the PROJECT if mutually agreed by the CITY and CONSULTANT. 4 . COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT a fee not to exceed Ninety-One Thousand, Five Hundred Dollars ($91, 500) . 5 . EXTRA WORK In the event CITY requires additional services not included in Exhibit "A, " or changes in the scope of services described in Exhibit "A, " CONSULTANT will undertake such work AFJ547 2 after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. The Director of Public Works may authorize such additional compensation in a total amount not to exceed Nine Thousand One Hundred Fifty Dollars ($9, 150) . 6 . METHOD OF PAYMENT A. CONSULTANT shall be entitled to progress payments toward the fixed fee set forth herein in accordance with the progress and payment schedules set forth in Exhibit A" . B. Delivery of work product: A copy of every technical memo and report prepared by CONSULTANT shall be submitted to the CITY to demonstrate progress toward completion of tasks . In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. Any such product which has not been formally accepted or rejected by CITY shall be deemed accepted. C. The CONSULTANT shall submit to the CITY an invoice for each progress payment due. Such invoice shall : 1) Reference this Agreement; 2) Describe the services performed; 3) Show the total amount of the payment due; 4) Include a certification by a principal member of the CONSULTANT' S firm that the work has been performed in accordance with the provisions of this Agreement,; and 5) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is AFJ547 3 satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall promptly approve the invoice, in which event payment shall be made within thirty (30) days ' of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If the CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval, within seven (7) calendar days of receipt of the invoice, and the schedule of performance set forth in Exhibit "A" shall be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement is terminated as provided herein. D. Any billings for extra work or additional services authorized by the CITY shall be invoiced separately to the CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that all materials prepared hereunder, including all original drawings, designs, reports, both field and AFJ547 4 office notes, calculations, maps and other documents, shall be turned over to CITY upon termination of this Agreement or upon PROJECT completion, whichever shall occur first . In the event this Agreement is terminated, said materials may be used by CITY in the completion of PROJECT or as it otherwise sees fit. Title to said materials shall pass to the CITY upon payment of fees determined to be earned by CONSULTANT to the point of termination or completion of the PROJECT, whichever is applicable. CONSULTANT shall be entitled to retain copies of all data prepared hereunder. 8 . INDEMNIFICATION, DEFENSE, HOLD HARMLESS Professional Services Consultants shall indemnify and save and harmless CITY, its officers, and employees, from any and all liability, including any claim of liability and any and all losses or costs arising out of the negligent performance of this agreement by Professional Services Consultants, its officers or employess . 9 . WORKERS' COMPENSATION CONSULTANT shall comply with all of the provisions of the Workers ' Compensation Insurance and Safety Acts of the State of California, the applicable provisions of the California Labor Code AFJ547 5 and all amendments thereto; and all similar state or federal acts or laws applicable; and shall indemnify, defend and hold harmless CITY from and against all claims, demands, payments, suits, actions, proceedings and judgments of every nature and description, including attorney' s fees and costs presented, brought or recovered against CITY, for or on account of any liability under any of said acts which may be incurred by reason of any work to be performed by CONSULTANT under this Agreement . CONSULTANT shall obtain and furnish evidence to CITY of maintenance of statutory workers ' compensation insurance and employers ' liability in an amount of not less than $100, 000 bodily injury by accident, each occurrence, $100, 000 bodily injury by disease, each employee, and $250, 000 bodily injury by disease, policy limit. 10 . INSURANCE In addition to the workers ' compensation insurance and CONSULTANT'S covenant to indemnify CITY, CONSULTANT shall obtain and furnish to CITY the following insurance policies covering the PROJECT: A. General Liability Insurance. A policy of general public liability insurance, including motor vehicle coverage. Said policy shall indemnify CONSULTANT, its officers, agents and employees, while acting within the scope of their duties, against any and all claims of arising out of or in connection with the PROJECT, and shall provide coverage in not less than the following amount : combined single limit bodily injury and property damage, including products/completed AFJ547 6 operations liabilityand blanket contractual liability, of $1, 000, 000 per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than $1, 000, 000 . Said policy shall name CITY, its officers, and employees as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONSULTANT' S insurance shall be primary. B. Professional Liability Insurance. CONSULTANT shall acquire a professional liability insurance policy covering the work performed by it hereunder. Said policy shall provide coverage for CONSULTANT'S professional liability in an amount not less than $500, 000 per claim. A claims made policy shall be acceptable. 11. CERTIFICATES OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; said certificates shall provide the name and policy number of each carrier and policy, and shall state that the policy is currently in force and shall promise to provide that such policies will not be cancelled or modified without thirty (30) days prior written notice to CITY. CONSULTANT shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. AFJ547 7 The requirement for carrying the foregoing insurance coverages shall not derogate from the provisions for indemnification of CITY by CONSULTANT under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all said policies of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. 12 . INDEPENDENT CONSULTANT CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent CONSULTANT. CONSULTANT shall secure at its expense, and be responsible for any and all payments of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the services to be performed hereunder. 13 . TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT' S services hereunder at any time with or without cause, and whether or not PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing through the Director of Public Works, notice of which shall be delivered to CONSULTANT as provided herein. 14 . ASSIGNMENT AND SUBCONTRACTING This Agreement is a personal service contract and the supervisory work hereunder shall not be delegated by CONSULTANT to AFJ547 8 any other person or entity without the consent of CITY. 15 . COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 16 . CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 17. NOTICES Any notices or special instructions required to be given in writing under this Agreement shall be given either by personal delivery to CONSULTANT' S agent (as designated in Section 1 hereinabove) or to CITY' S Director of Public Works, as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Services, addressed as follows : TO CITY: TO CONSULTANT: Mr. Lou Sandoval Anthony and Langford, Inc. Director of Public Works 16152 Beach Blvd. Ste. 201 City of Huntington. Beach Huntington Beach, CA 92647 2000 Main Street Huntington Beach, CA 92648 18 . IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. AFJ547 9 19 . LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder . CONSULTANT understands that pursuant to Huntington Beach City Charter § 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 20 . ENTIRETY The foregoing, and Exhibit "A" attached hereto, set forth the entire Agreement between the parties . IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers the day, month and year first above written. ANTHONY AND LANGFORD CITY OF HUNTINGTON BEACH, ARCHITECTS, INC. A municipal corporation ,(/ of the State ���� of California / • if{-LAk T. V. An bony, Prepent �� Mayor By; - Roger Willnif, Secrectary/Treasurer ATTEST: .' • APPROVED PRO ��ED AS TO FORM: N v%i City Clerk � Ci At orney6.. RE A VED: ITIATED A D RO D: City inistra or for of Public Works AFJ547 10 CITY OF HUNTINGTON BEACH ARCHITECTURAL SERVICES MUNICIPAL PIER BUILDINGS REQUEST FOR PROPOSAL May 14, 1993 I. INTRODUCTION AND OBJECTIVE The City of Huntington Beach is requesting proposals from qualified architectural firms for the preparation of Plans, Specifications, and cost estimates to construct the following buildings on the City's Municipal Pier: 1. A 620 square foot single story bermlime snack shop. 2. A 800 square foot single story bait and tackle/snack shop. 3. A 6,513 square foot two story Pierhead Restaurant. City staff, through the design development process, has established the size, shape, mass, colors, and materials of each building. Attached are the approved elevations and floor plans for each structure. Each structure shall include the following specific architectural features: 1. Exterior building surface shall be gray terrazzo. 2. Roof shall be copper with standing seams. 3. Construction techniques shall incorporate provisions for tile murals in the recessed areas of the buildings. (Note: The finish of the area set aside for the murals will be determined by cost. Your proposal shall include alternate finishes and estimated costs.) II. SCOPE OF SERVICES The scope of architectural services, as outlined below, shall include: preparation of construction documents, administration of bidding, technical support during construction, and project acceptance. Design Development Plan 1. Meet with City staff to confirm scope of work, preliminary design, materials, budget, etc. Four Meetings 2. Coordination of tenant improvements with interior improvements. (Note: Interior improvements will be provided by the City. These improvements, to be contained in the project Plans and Specifications, include flooring, ceilings, partitions, walls, utilities to tenant fixture locations, handicap lift, stairs, and completed restrooms.) Four Meetings • h q � xh . I4- A r - r i - RFP: Municipal Pier Buildings May 14, 1993 Page two 3. Confirm that buildings meet Title 24 and ADA handicap regulations. Confirmation includes the processing of any required variances. 4. Determine utility requirements for each structure. Determination must include an analysis of the existing Pier utility chase capacity. 5. Determine structural support requirements for each structure and compare to current load maximum of Pier. 6. Coordinate the receipt of all tenant improvement plans. Preparation of Construction Documents 1. Prepare all Plans, Specifications, and cost estimates including, but not limited to, the following items: . Pier location plans . Respective building floor plans . Exterior elevations and sections . Reflected ceiling plans . Schedules . Roof plans . Interior elevations . Details . Structural framing plans and details . Structural calculations . Electrical power and lighting plans . Electrical schedules and details . Plumbing plans, schedules, and details . Heating, ventilation, and air conditioning . Title 24 energy calculations . Interior handicap lift plans 2. Perform all necessary investigations and measurements required to prepare the preliminary plans and construction drawings. 3. Attend periodic meetings with City staff during the preparation of preliminary and construction drawings and obtain all applicable building permits. (Note: A pre-submittal "on-site" meeting has been scheduled for May 20, 1993, at 10:00 AM to discuss in detail the scope of services and intent of project. See location map for direction to meeting.) 4. Based on an approval of the preliminary plans and cost estimates, the architect shall prepare and provide 40 sets of the necessary construction drawings and specifications as required to advertise the project for bids. (Note: This task includes the cost of all miscellaneous printing, etc. for preliminary plan check and final drawings.) Administration of Bidding The advertising for bids and awarding of a contract for these buildings will be administered by City staff. However, the architect will be required to: 1. Distribute bid documents (i.e., Plans and Specifications will be purchased at architects's office.) r - - RFP: Municipal Pier Buildings May 14, 1993 Page three 2. Address and issue all addendas (includes fielding all inquiries/questions about Plans and Specifications.) 3. Assist in informal evaluation of bids. Technical Support During Construction 1. Interpret Plans and Specifications 2. Review all shop drawings 3. Respond to all requests for information. 4. Make recommendations on Change Orders. 5. Attend weekly job site meetings. Project Acceptance Assistance 1. Conduct final project review and prepare "punch list." 2. Provide one acceptable set of reproducible "as—builts" mylar drawings. (Note: 10% of the contract amount will be withheld until the "as—builts" are submitted and approved.) III. INFORMATION AVAILABLE FROM THE CITY Preliminary plans depicting the location, size, and form of each building are attached for reference. In addition, a conceptual cost estimate, prepared on October 4, 1991, is included with this request. IV. ARCHITECT'S REPRESENTATIVE The Architect will assign a responsible representative and an alternate, who both shall be identified in the proposal. The Architect's representative will remain in responsible charge through project completion. If the Architect's primary representative should be unable to continue with the project, then the Architect's alternate representative will become the primary representative. Any other changes in responsible representative must be approved by the City. The City will have the right to reject other proposed changes in personnel, and may consider any other changes in responsible personnel as a breach of the contract. V. CITY'S REPRESENTATIVE The Public Works Department will assign a responsible representative to assume liaison responsibilities for the City. VI. INSURANCE REQUIREMENTS The Architect shall maintain the following minimum insurance coverages during the duration of the project: 1. General Liability Coverage — $1,000,000 CLS per occurrence (Note: If provided coverage is under a form which includes a designated general aggregate limit, the aggregate limit must be no less than $1,000,000.) • i r RFP: Municipal Pier Buildings May 14, 1993. Page four 2. Professional Liability Coverage - $500,000 per occurrence (Note: A "claims made" policy is acceptable.) 3. Worker's Compensation Coverage - $100,000 bodily injury by accident, each accident; $100,000 bodily injury by disease, each employee; $250,000 bodily injury by disease, policy limit. VII. FORM OF AGREEMENT The Architect will enter into an agreement with the City based on the contents of this RFP, the Architect's proposal, and a standard form of agreement. XIII. PROPOSAL REQUIREMENTS Proposals for this service are to be submitted to this office no later than 5:00 P.M. on Friday. May 28. 1993. Seven copies of the proposal should be submitted in a sealed envelope. Two copies of the fixed fee proposal should be submitted in a separate, sealed envelope, marked "Fee Proposal." Each proposal should include the following information: 1. Experience of Your Firm a. List and describe the projects for which you have provided architectural services which are similar in scope to the Municipal Pier Buildings. Is the team you propose to employ on this project the same one used on identified past projects? b. Brief history of firm. Including length of time in business. Include information on any sub-consultants who would be involved in the project. c. Identify all projects within the last five years that have entered into litigation. Explain the circumstances surrounding the issue of litigation. 2. Project Team a. Who will be in charge of the project; what staff will be assigned to the project, and what will be the team structure and responsibilities? b. How long has the person in charge been with your firm? c. List specific projects that this team has worked on together, as well as individually. d. What percentage of each individual's time will be devoted to this project? e. From what location will this office operate? 3. Proposal Format Proposals should contain no more than approximately 20 pages, including exhibits. Fee proposals should contain only enough pages to clearly indicate the breakdown of proposed fees. It is not necessary to include a breakdown of labor hours. Y C RFP: Municipal Pier Buildings May 14, 1993 Page five The following features should be included or incorporated in the proposal: a. Page numbering b. Index c. Team organization chart with names d. Understanding of the Project e. Descriptions of similar projects f. Brief resumes of key staff g. Hourly rate schedule (fee proposal only) IX. INTERVIEWS A short list of firms may be required to make an oral presentation at an interview panel after proposal evaluation. X. EVALUATION CRITERIA The criteria below will be used in evaluating proposals and interviews. A point value system will be established, based on the approximate weighting indicated below. Fee proposals will be opened for only top rated firms after ratings are completed. At that time, fee may have some effect on the rating. 1. (15%) Understanding the project requirements 2. (15%) Approach to project 3. (20%) Experience of firm 4. (20%) Qualifications and experience of project team 5. ( 5%) Past performance record with City 6. (15%) Completeness of proposal 7. (10%) Commitment DRN:gd Attachments: 1. Approved Elevations and Floor Plans 2. Location Map for Pre-Submittal Meeting 3. Conceptual Cost Estimate 3421g/1-5 .;.} IEG:.•...3 t,•--NT k ....f:r� ts014r¢' ... M, 1 aa+ry,« a:g..: ; Y...,...fS'' (•.rfo.-4 !/ 4, 7, ..h: l, C (�. � .zax.; [(: ) ati A i e .dVd @ $y •w ? Y;� Y, ,,:i^:•r.4rS';?k ' ' ` 06/0./93s ,r ., x :.4: :S F ;�.;yA.,,,t,: 4;: .,r .i . n,nS�!L 3:4c;7aftii p-y,ii�y..NYytor. ; ;srr !-o-..er 3sY AROOSCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE NARVER ASSOCIATES INC. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 1517 FAIR OARS AVENUE POLICIES BELOW. SO.PASADENA, CA 91030 COMPANIES AFFORDING COVERAGE LETTE R A SCOTTSDALE INSURANCE CO INSURED MC TT LL R B Legion Insurance Company Anthony & Langford LETTER C Design Professionals Attn:Connie Scheer —'- 16152 Beach Blvd.,#201LETTEARNY rt D Suite#201 - Huntington Beach,CA 92647 COMPANY LEI FE R THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POUCY EFFECTIVE POUCY EXPIRATION WAITSLTR DATE(MM/DLYYY) DATE(MM/DDWY) • v GENERAL LIAB1UTY GENERAL AGGREGATE $ 1,000,000 X COMMERCIAL GENERAL LIABIUTY PRODUCTS-COMP/OP ADO. t A CLAIMS MADE X OCCUR. AES000567 03/27/92 08/15/93 PERSONAL a ADV.INJURY OWNER'S a CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one Ike) $ MED.EXPENSE(Any one penwn)1$ 1,000 AUTOMOBILE LIABILITY :20 AS TO COMBINED SINGLE ANY AUTO GAIL CORM" LIMIT AUTOS ALL OWNED CITY ATTORNEY BODILY INJURY $ SCHEDULED AUTOS � _�. (Per person) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS Deputy City (Per accident) GARAGE LIABILITY PROPERTY DAMAGE _ EXCESS UAIIIUTY EACH OCCURRENCE AGGREGATE $ OTHER THAN UMBRELLA FORM • `,fi}n; ,{�"'i �� ' '`!^ "% i'jt'`Yaps •• S ..:.Sit"'f �.fZ�e' 'n$i•'. °.�;s3�i,8r�n�3r ieYn>`,.ax.i•'n't.'F.»s�YE WORKER'S COMPENSATION STATUTORY LIMITS c �'• ,, .0mAer xas: x bx x fee �:3f?a>'1'e: EACH ACCIDENT $ 1.000.000 $ AND WC1002986 09/01/92 09/01/93 DISEASE—POLICY LIMIT S 1,000,000 EMPLOYERS' UADIUTY DISEASE--EACH EMPLOYEE $ 1,000,000 OTHER C Professional PL489646.01 03/27/93 03/27/94 $500,000 ea clm/aggreg. Liability* $25.000 deductible en clm DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS The Certificate holder is named additional insured regarding General Project! Municipal Pier Rui]-riings. Liability&Worker's Compensation ONLY,does NOT apply to Professional Liability.*For Professional Liability coverages,the aggregate limit is ..ln,nn/fn 5,/i uh fNr1. a. +y �`i,F.fist7F1Gb1.`F�F{Q1;.i31~�Fl:..,�:,...?. ..;,,z�.r.s>?s•s.....r.J. •,,..:•:,,..;.. }•G'k 1''I'G`.>rif«.f.Ih11Cl�#' �.•"#3 i?TVi1CC CQC.. pq:•f?�4.lfflitki�kii.•�:t;aett .< r...............•...... -•. .. ,.....:.w.....r..w....r2.,,......w«...,.,..,..... ......,.,. .... t ...w....w„�n.w,.•...,,..,.,.,,.IF,.....,,.�.,.�si.:............:.. �,.��,,;.r::;--�„i::.�. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Huntington Beach ;,Ti nr EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL �nttrieteryTt Attn:Don Noble MAIL 30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED To THE 2000 Main Street �f LEFT'Huntington Beach, CA 926623 ,:..�:rfyYr,:,n•,,., . :,.............. .s % AUTHOR12E O R EPR.:�E S NrlTA TVEcz�: }:a!n.�:?•: as^.•n:rY: 1(� �� / 11A / .. . /F .� . . ::o}}«. :. : •!Y1aY4 in : gf. 1:0dVov : ! ia .: aa � / , M p} .. .. ..•, .�• j i r.. .. ..t.:. {••�/i? : i ,. •>: '...vi ....y. -i. ::,.e,...:: • :::•.44 ..,,,:✓:(,,..:,....�!ii;%!%/.`,,....t„..„.i; ..:/....y.,,...rr.'r•tyLl,.:��.:.•r..::5,.i..s:..,l. .r....:'tal.!!ri.!a! y .;a'•, ..%c•I .I.f •:>.. r.•,. !•f:•I:•9•.. ,:Ef:r .:i.,,..„, �` •:r::•v.•I•..r..fn../Y.•:•II :Ir•: ii}.r s( t Ir :r•I q •t: iSi !t. .i.. rrr` !l�V�iVl�J l:l'i t�'� e�'x!.!.j,ir!ij!ifi)- J�,l�','��. r' i lira.ti,li.,;.:;.....4:i.uer•i 'i i i. .$:. 'f�iJ1:, •l ••!1!}S�: 1 �iSi� ++��,, , ....R.,rrni'��iiilii 1ri i ininiiii "iiii' •trrrli�r'••Y: ;.,s:. 'v,.kr :4.. ..;.s:., ,� ,,R xv1 �..ar> -:G}•. f2f,.. .0 „/ h.1.. .1 .0. .1.1.....1?.rl:r:✓orra" ,7.. ..:i:`r,F',• ,.rr f:ti 'Fi':^.iYi •;,t.`.i.'°1� I` ) +:•L. r.:.,. ,.rn5:.�..u.; ,,;,i r. !:�• S2 „•},t:`t,•n � „d5 ,xo: w•h x•.� t •r .t:r 3:$ar,..a�ra.'r1r'.,p,���.���1}:s•.4 ,t..£`'r1.L& 's,.,{,£!S:rr' .,};. .t3x.....SF'•:fn;r,,uu c.99 n �„.,, 9r' •:r't' ^r , 3"•:_t ,�. • 7,Y;,^'s ,r, r'. .u.fl,vo- ;fi, }x•: ,,.:. " s; •p'a,Ym' �s v ti x,,,.. t h fi $'!' .,, o .' 4' �' •q 40 r4,1Q•Y Yf Ylls7zl m�St! !d�! �SIS!I CQ � !'s� n r t> ?� kl t:•1+� x 3' xY£ x x� �x ti.'T'b> 'S,k, . �.s:?i y.. u rr tif.. ''stk � 7�.x � ._ �%r�c'x�'HriSr r;oisS , :..4!:e. R:.!S!.' `sx ��.>.R• x•!c•.....tu�i:�f....:kks.c' 'S);�u,ex..f..R�tx;s3:Zk¢�#ia;;r. �. •i. 4 • INSURED: Anthony & Langford i • 3 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS.(Continued)_ 4 the total insurance available for all covered claims presented within the policy period.The limits will be reduced by payments of indemnity and expense. .,„.. . . _. . . .. .. , , , .... ..• • .. .. . _ ... • -t c. • I !1 .1 t , • i • i. 5 , S. t { Zi o- 1z , 1 A .71'n r cvr-- "O" ;m!n n,.v +.v., tI i r.C:.,!f•� fII .vr.rrf.:i}:.r.ay. ::r:. .:f.. :�'Y'':%I fi� } GENERAL ENDORSEMENT In consideration of an additional premium of ivi; '14d , it is .Hereby uriclex_: tuod 4.And agr :d f-h.f+t the tc;llowing applies ADDITIONAL INSURED Check ifapplicable - ,+ 7 .� � . Md Honk 1 in{-;u' ed/s aq respects work cone by Named insured. Check if applicable _ With respect to clr:�ims arising out of the operations oft rNamed insured, 'such insurande as afforded by this policy s Pr • y and t r contributing with any other insurance 1 to O is not ac3di c.1.Q�nS 1 T _cured/s . 'rind r wi•ncrl" r'1c3t9t,tZ %ITTV 'T! (IV qUnTMCATIOt" Check if applicable It is understood and agreed that tnf. Comps uy waivi the right of nal lnsLlred/s, tut only as above Additional subrogation against the � i, respects the job or pre,uiL,es ,dest.....i_bed s . r}:e e,:tIz-t:ificatO attached Check if applicable ccrrrar' ki u�; as insureds ;� �� pe.; r 7 5c.n, . trm r, The naming of more than r•-•.- under this policy shall not, tor tti:i is r'easvr. alone:, extinguish any ins agax rst another, t:but Yis endorsement, and the rights of one i,.� naming of multiple insureds, shill not i c ' -ace the tr tal. liability of the Company under this c.olicy. Check if applicable X __ witi� x't uut. wvt<.ltiy It is understood and agr.eed Heat li; the: overt of cE.n.'',?-?.a3± days the Policy for any reason other inc��n non-payment �-Ort7�.f,icatt-'f holder by mail. Yn written notice will be sent to the the event the policy is cancelled for non-payment of plei.iium, 10 days written notice will be sent: to the above Policy No. ,%Es000567 Effective date: v3-2'2-92 to 08--_ L-33 Pxtension, Insurance Company: Scottsdale Insurance Company Issued to: d.NTHOT]Y & LAh1CFORn A,Rc'!-ilT°F'9E:+ t�uthori.Zf_d feprese riltative r , ---- -- Issue date: ��-u3- — .J11-11I LI.D ZIJ .I.J.•.DO. ,....F,IJIrIL- ' UllJJ1-1L.I.- .1.11J. JC.17.V1k...L r.C- ;bi-."' ."":7M"...3";',W., ',,, ' l'',. .-. '''',! ''i. :...1- . '''.!.,' !.';',..,..:;'4';:::•.':; . :'4 i ;-V '8;1•1,.': -'1':7'i.;, •.74'''''-4'''''1' r.'''t 't iiEB:474-a1;6'0'A; "."'" • j::j A001t1). ri --.. -,4. .' i•-! (WA,,,i 4, it) , ,' ... 4 7, :?.<9;t: •;!!!''...."...'.!:'.;• ,‘ ,:• b",.,4...„ ... oes,(:)8/93 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE CRYSTAL AND CUNDALL POLICIES BELOW. 432 SOUTH BREA BOULEVARD COMPANIES AFFORDING COVERAGE BREA CA 921 „ , „..,, ... . "..._ TT comPAN ^YA HARTFORD INSURANCE. CO LIER . COMPANY n LETTER PR INSURED .„, ANTHONY t34 LANGFORD COMPANY r% LETTER 16152 BEACH BLVD. =201 COMPANY r% HUNTINGTON EACH, CA 92647 LETTER I° .... , COMPANY a LETTER 0,0§,,,,,,I,„.,..,7 ,,,,,,:. '.,,,,:;, „ .•,•,,,••,..,7;,,,„,,:, ,,,,,‘„,.. ,,,•,. ft.',:',1- ,..'.''' .j.':.;',- ..,;:',.3, . A,i1..:' ';4:" .jdU 4V'' 111,1 ,:i./...:.41-T. •cf„,v• ,, , „, ,,,„ ,,,„.„ , ,„, . .,,,,...„ ,,,,,„ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, • COI ;POLICY BFFECTIVI:POLICY EXPIRATION1 TYPE OF INSURANCE POLICY NUMBER LIMITS LTR DATE(MMiDDNY) DATE(MMiCIDNY) ; GENERAL LIABILITY ' . i GENERAL AGGREGATE ;S i „ • . _ .. i i COMMERCIAL GENERAL LIABILITY • 1 PRODUCTS-COMP/OP A601. 1 3 L'il' "" 'I '. " -..—,.....„-.........,-.- r1 ''..• I CLAIMS MADE, OCCUR. PERSONAL&ADV.INJURY I$ : ... . •OWNER'S&CONTRACTOR'S PROT i EACH OCCURRENCE IS I-—I I I FIRE DAMAGE(Any one fire) I S —. „ „- .i. _ MED.EXPENSE(Any Ono pere300, $ . . A 1 AUTOMOBILE LIABILITY . 721.JECHV3709 ,03/06/93 03/06/91+ i COMBINED SINGLE I$ ,_.... ., ; ANY AUTO I LIMIT ....1.1..,00,Q.g..Q,09. i ....]ALL OWNED AUTOS •• ' BODILY INJURY R SCHEDULED AUTOS APPROVED AS TO F0111Ia ,(Per peeeOrt) $! ;.X... . j HIRED AUTOS GAIL HUTTON ; :BOotLY INJURY 1$ g .1NoN•owNED AUTOS C AT , i(Per accident) ! ' GARAGE LIABILITY B ----3 I;) !----1 ! PROPERTY DAMAGE S 1)Ppiitir City Attoieney . . EXCESS LIABILITY ! ;EACH OCCURRENCE I $ UMBRELLA FOAM : • I AGGREGATE $ , OTHER THAN UMBRELLA FORM • ' , ',10P'''A. :.:;741:7,, ;7: ri,T!1: 0',,, ,. ..,';., . .. . ..,.• . ; j STATUTORY LIMITS ,• ,• i:d„t;,A:- •;, WORKER'S COMPENSATION i AND •TEACH ACCIDENT !$ 4 DISEASE—POLICY LIMIT• I $ EMPLOYERS'LIABILITY DISEASE-EACH EMPLOYEE: $' I OTHER 0111.1.110.401.•1=1•••••' MAINIWNON DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SpECIAL ITEMS PROJECT NAME: MUNICIPAL PIER CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED ..0,A IRO* , ' ' : .. ';',,. ., ....!* ':. ,,.;;;?.iLiiie.':akf:%lik!..de.40 ,, Eli ;010*;;;',4;.4::,.;0:,1;;:4....,l.:46,40!...,."1........!..*:::',',. .J,,,,,,',44.::.1 . ,,„:•.!'4;,i •,;1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATJON DATE THEREOF, THE ISSUING COMPANY WILL BPIEMPPRIPPINIREPI CI1Y OF HUNTINGTON BEACH L'. MAIL al-.DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ... ATTN DON NOBLE _.. . - . . ._ . --- - -- - - -- ,!..i LEFT, 2 000 II AIN SIRE:LEI r. I-• - - HUNTINIGTON BCH ,, CA 92648 .. i,AUTHORIZED • • 4. c„. ;,:-,,! -,•• • ji,,,,,4".4 „,:•.,; •,,,,,, ' ACORD 25-30/90) ',],...4.7:' :::.'Zl . ..lie.-iif: '‘.,;:th;.):;'. 446.:..1.4•I',:,:for:-...:•,Or?jie...,;., ,;:i:.'' :LAI,' CACORD CORPORATION 1991) 1 4 1 t5bi. 7I)33V ljtIVNI4 ' I I ANTHONY AND LANs. FOR ] / ARCHITECTS,, INC. BALANCE SHEET APRII. 30, 1993 ASSETS• •CURREt T ASSETS Cash $6,618 Accounts Receivable $530, 323 Less Allowances For Doubtful Accounts (10,000) 520,323 Prepaid Expenses 4,398 Employee Advances 6,035 Total Current Assets 537 ,374 DEPREdIABLE ASSETS Office Equipment 1/ts? 240 Automobile Leasehold Improvements R7 ,h8 _35 , .08 Less: Accumulated Depreciation 215,095 20,613 OTHER ASSETS Deposits 1 ,711 • Gooidwill 69,448 71,179 TOTAL $629,166 LIABILITIES & STOCKHOLDERS ' F n TT T T Y CURRENT I.TARTLTTTES Contracts Payable $5,555 Payroll Taxes Payable 0 Accrued Expenses 44,129 Accounts Payable 209,626 Loans Payable - Officer 2,848 Total Current Liabilities 262,151 STOCKHOLDERS' EQUITY Comion Stock $5,000 Retained Earnings 362,015 367,015 TOTAL $629, 166 Min The accompanying letter is an integral part of this statement. -1- ANTHONY AND E.1NGFV)RD / ARCHITECTS, INC. STATEMENT 01( 1NCOME AND RETAINED EARNINGS YEAR ENDED THREE MONTHS ENDED APRIL 30, 1993 APRIL 30, 1993 ' GROSS BILLING $1,363,148 $450,168 ' LESS: . ENGINEERING CONSULTANTS 434.900 21R 045 NET r7ES BILLED 928 ,248 100.00% 232 121 100.00% • T.T A z.rT ,.,.,c•T c Salar .es <: ,d C,rxtract Services 386 ,878 41.68% 13;' .664 57.58% Rep,o,.1_,c':i : sts 27,918 3 .01% 4,939 2.13% 414,796 44.69% 138 601 59 .71% ,. IT (LOSS) - 573 ,452 55 . 3 % s2ri 40 .29% 96 '291, '!) a'39 10.07% -,1. 44, 7;1 4 .7 7% 7.25% . 2 619 r, )):',w !1 12% 80,902 u . T2* 1 . 8 .23% 13,467 1 !t` 4.1% - •, _ P"Ono i j ort ':f.297. c% 44 88:i % lc 91 ' "T ,972 0 87% 14, 659 0.66% 6 ,357 ;, 0.92% 4 ,45 0. 55% 93 . 0.10% 16. 412 1 .68% 254 51.38% in. 62 .198 -11 09% 18,860 ; ,6,; (70,776) -1 ;: 06% (10,000) ..' -1.08% :.1 282 . . -23.07% Retain.- ' r;ninv 164 495 1 F- a - - - —1:: 4'30/92 (2 ,722) RET, EARNINGS . ENDING $362,015 . The accompanying letter is an integral part of this statement. _2_ 1 • OWNERSHIP OF INSTRUMENTS OF SERVICE The City acknowledges that the Design Professional 's plans and specifications are instruments of professional service intended for one-time use on this project only. Nevertheless , the plans and specifications shall become the property of the City. In consideration thereof , the City, agrees to hold harmless , indemnify, and defend the Architect from, and against any and all claims , liabilities , losses , damages , and costs , including but not limited to costs of defense arising out of the modifications , misinterpretation, or misuse of the- plans and specifications . fi!,4 CITY OF HUNTINGTON BEACH � KF 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK June 22, 1993 Anthony & Langford, Inc. 16152 Beach Blvd. , Suite 201 Huntington Beach, CA 92747 Attn: T. V. Anthony, President The CityCouncil of the Cityof Beach at the regular meeting Huntington9 of the City Council approved a Professional Services Contract between the City of Huntington Beach and Anthony and Langford for Architectural Services to prepare plans for certain buildings on the Municipal Pier. Enclosed is an executed copy of the agreement. Connie Brockway City Clerk CB:bt Enc. (Telephone:714-536-5227) • 1 ssi IV r.1 k f oo4i • • 0 OE • • I LL• A • 7] 70 6! 60 7fi .lw) 13 10 33 ]0 73 7UI I] 10 Y 1a57•• 7 • I (RAMC Cows,Q• IL 1 BCRY UNC yIAQIydP �NIGIwAY NCAO RCSrAURANT 1 q��/ - OM i iACKI[,/SHAptAIOP • 1 1R�YYORYCR PAD 1 — I CS _ 1 1 L I 1 1 1 I 1 1 1 1 1 (.] • • :RFSTROOY BET I I UrCUARO RIR I; I I I w N <4k.„ • liko.e3• I I I I I I m z , ... 1 1141 MEANING STATION(TYPICAL) I Z Z PLAN u S 1' _00• Zm Z • • 1e70.77' I ►ACC a 1.*STWC Z CC • �flLIA1HIHC wwLL W ' ) YCAN 1ep1 MATCR(4.77 uLLw) I =d [ • 1 DECK EL 3e•ulLw l /� _ L' • I�1 - / �L—(I� l(-- {— {L— DCCR [l. 7.5!•uLLw •BCHI® - hd----H,--_-1,,---+=----' —� I •Hd 1 1 11 t1 I=1 H1-1-1=1 +i O UMW aO . . . • __ • , • • . , .. . . _ .(? I. — eo� ,Y • MOT - 11 11-i6<c A,Re-;4EuMIN fL>tis INTcNC.) 'To INOIGATe- LOCATGN, E MA SING,R M a\ SIT.66: '��` "'I;UIL0NQ FINIFI-i MA:c�lok , OA) CG. ,CeTAiL- erc. •WIU, a. Sx^RMInteo AT IkfrURt Ce--0 1.1 Ft-IAA,e. ...• Ili L ''""'""1 r Arvy %, la°+I i •uW ( / ' ' 'i opp• p.; ..... >• i . orn • • �� n z 'L.J'tsrk OW Iff7r_: �� a 0 . .v,ati . . fill ' or.,+ ty`O`l1�/�l3 l�dJJ�I JLtl05 J . ., .Chi-.V,.. . . l'OreA3'ra 154eaHLt •-. . ..- Jm . ti • f)Ill1 .: D. , _ I�3d- \• , Y '--1 1 1 1 1 1 ' -1.------------____ . ,2,..............._______.„-t. . . t • o.► 14 lint LvA 13 19(Z-tW roil . -J'.M .. • • - �Gi.LVA3-1:1 1sgN11-U.-2N:••:.•_._. - -•--• iiii. 1 iiihimmimumsdiAmmi...H: . . . il on 1 11 1 1 I II _ • ( .r• - ..1 . , • - . . . • • ;I .....• • 1 1'' • • . . •. • . . • . . 1--------------•- N • . . . • . - . - .- - . . i ! ... . . /„A \ ‘ . . - I I I Ilk I _. - - '4. \ . . . - •111 . . . . .. \ • 111 . tir 1_ \71 1 : •1 • . 1 ., • 0 1111 4 , __ i g ,t 1-----1 1 \ • ...- \ 1 % , 1 1.%),,, • __ _j ... 1 . i \/ • \ • I ,. \ / • i• • . 0/ . / / • Z I • . • • • 1"' I::uo• • • • . . , • ..v. •• . ,v.c.,., . t . 1 - . L E . 1 . F . • g , ,.. , Illr • —,1 . • . • i • , • - ' . j .. . . ' I 7 ...'Nrr 1 7C.K.L.5.1 HUNTINGTON BEACH IP c.71......4.11114.14 2 'SNACKS:1C? • PIER BUILDINGS I 1 ‘•••—_____________.______ c•351P ta.14.14 II= I • • r-�• . . coot ; ',-e . a,. • eay Si f----- H LOWE./Z LEvELs s • O _' Va co • u.r t. (Fa1i FWNT) • 3�5 • • 6EATIN6' �, \ bl e LOWER LWE Evet- �• Oil , 16c, TOTAL-. �, EXIT C uPPGRE1 1 F,/ w i. : \0.Ill . :, . • / i 0 OS I,;d4{& \App hiel• .4/ : 1._ .. • �'(-(- i Aka" tit /1. - • 1 t-rr cur ..5th 1. ■ �� � ! WINDOW I-0 M . • A,, Krrcrr�N I • DINING `"' b 1/..*.4 z (N.:.? • \ \TO -1--- / Mt,1 / • 7 Ili . . \ / IM 0 . pr / • F-NT1ZY• a, 1 S•.' [nw...n mow• — t-wc i a, Ill I 6 wWE I. 1--. moofc n-At'l 10949' I 1 1 I 1 J \ • - . - �� \ j - /lIl 1 I 1 f if 73 ♦ I 11,\ ..C1 110 P \ , /le anD a D.4 D o !o� 10� o I\ -, o 0 o Q1-Io . • I\\ COD ODaEjb • f \ I L ,-- ,,,,, . .�\ .... \ ij f ; ` ; l rn \ / 3 �\ - 0 z i \ -, 0 Q . O `e 0 • n1 ■ • • --I I tp 1 7* r GI • a i t 4 [I:1E4'415,0 HUNTINGTON BEACH �o......+, J 1 R%ST' J cA4T PIER BUILDINGSit RONYi. II II CC; 1 +,. ( I I �. -- 1 ,� fl of', • 1 - . 3113 1 5 . l' 1 t • -I ) .. • I 1 -t'll-F-) 1 I \I I — di /1 • ,(1111°111.1111111:" . I . I ) ' 4. 0 I �� 0- moo•! , • . ( l 1( i I b- i cI1PZ I I II .e. I HTHdAfj PIER BUILDINGS • • s �o �ti —_ BOLSA AVE. p Mc FADDEN AVE. Pre —SUbrnitta� N • f \ / EDINGERQ W _N AVE. " O n —S I e• � zY ? Q o o W = Eli /• HEILo ��z 3 AVE. \ m N J O a 0 0 0 . ti Q El m WARNER N W of AVE. / I� _ Thursday SLATER AVE. o / \ 405 May 20 , 1993 co • TALBERT AVE. r / I 1 0 :0 0 AM A I 90 _ y �� ELLIS `VE. / �� ; At GARFIELD m _AVE. 0 • i \\ CO �'' YORKTOWN AVE. 3 Entrance to Pier �Sl oN., AD I S AVE. tin rr \ Main St. @ Pacific Coast Hw . 1gti4 _ y • �, INDIANAPOLIS AVE. x / F' S n o N `41ATLJTA g g 14 AVE. m \ 0 / 0 Z HAMILTON AVE.• N 414_ BANNING / • AVE. \ / �� 0 1/2 1 MILE VICINITY MAP _ • • • CITY OF HUNTINGTON BEACH PIER BUILDINGS CONCEPTUAL ESTIMATE CAI #1143 OCTOBER 4, 1991 • • • • • Prepared for: The City of Huntington Beach Prepared by: Construction Analysts, Inc. PREFACE TO THE ESTIMATE The.following has been compiled based on discussions .with the City of Huntington Beach representative. Documents furnished as a basis for estimating included conference memorandums between the City of Huntington Beach and the Architect, a site plan, preliminary floor plan and elevations for each building. Accordingly, this estimate should be used for general budget purposes with the understanding that significant changes to the actual cost could occur as the design is developed. The estimate has also been adjusted for geographical location based d on local material and labor rates as well as local construction practice. In the current buyer's market for construction our experience shows the following results on competitive bids, as a differential from CAI final estimates: 1 Bid +16 to 30% 2-3 Bids +.6 to 15% 4-5 Bids - 5 to 5% 6-7 Bids -10 to -4% Accordingly, it is extremely important that the owner maintain continuous contact with the bidders during the bidperiod to assure himself of a minimumb of 4-5 bids! Opinion of Cost An opinion of cost shall be construed as an indefinite evaluation of cost based upon historical representative cost of similar structures, produced from plans and/or criteria during early stages a es g of design commonly indicated as schematic or concept level. The estimator will add items which are not on the plans and use judgement but, cannot know in total what the A & E will include later. Estimate of Cost Comprised of a survey of the quantities measured from plans and specifications beyond the schematic stage, commonly known as design development of working drawings. Historical costs are used as the basis of pricing plus judgmental evaluation by the estimator. The estimator will add those items which may not appear in the plan, but which he deems may later be included bythe A & E. CITY OF HUNTINGTON BEACH PIER BUILDINGS CONCEPTUAL ESTIMATE CAI #1143.est GENERAL NOTES AND ASSUMPTIONS A. The project consists of five (5) buildings to be built on the new Huntington Beach Pier. They are: 1. Bermline Snack Shop - Approximately 620 square feet 2. Life Guard Tower - Approximately 378 square feet 3. Restroom Building - Approximately 800 square feet 4. Bait and Tackle/Snack Shop - Approximately 800 square feet 5. Pierhead Restaurant - Approximately 6510 square feet B. All buildings are of one level except the Life Guard Tower which is three (3) levels and the Pierhead Restaurant which is two (2) levels. C. All buildings are of frame construction with terrazzo wall finish and a plaster finish at all future tile insets, wood casement windows, and a copper standing seam roof. D. The exterior tile finish has not been included in this estimate. E. Tenant furnishing and equipment for the Bermline Snack Shop, Bait and Tackle/Snack Shop and the Pierhead Restaurant are not included. F. Utilities have been figured as being available at each building site. ..... ••. ,.... ..... , . , . • PROJECT HUNTINGTON BEACH PIER BUILDINGS ! DATE - 10/04/91 ESTIMATE ; CONCEPTUAL ESTIMATE • JOB NO 1143 . • . ...... ..... TYPE CSI 16 DIVISION • ARCH/ENG RON YEO, FAIA ARCHITECT, INC. PREP • M. SKERRITT s - LOCATION •• HUNTINGTON BEACH, CA • . CHECK- R. SINDELAR ESC FACT 2:00%. ........ .......... • s•- " "". • • . . ........ GEO FACT I MKT FACT 0.000./0! . . ,• DESC PROJECT SUMMARY- • • • TOTAL SUMMARY OF ESTIMATE COST . -BERMLINE SNACK SHOP 114,714 _ . • LIFE GUARD TOWER 112,850 • RESTROOM BUILDING 154,021 • BAIT AND TACKLE/SNACK SHOP 122,937 • • PIERHEAD RESTAURANT SHELL, 813,055 TOTAL ESTIMATED 3.111079 : ALTERNATE: 1. EXTERIOR FINISH TO BE CEMENT PLASTER WITH DRIVIT FINISH IN LIEU OF TERRAZZO FINISH. DEDUCT: (81,807) • • • 1. . . • PROJECT HUNTINGTON BEACH PIER BUILDINGS DATE 10/04/91 . . 1-. .ESTIMATE CONCEPTUAL ESTIMATE JOB NO ' 1143 • ,.. .. . TYPE CSI 16 DIVISION . ARCH/ENG RON YEO, FAIA ARCHITECT, INC. PREP M. SKERRI t• 1. .LOCATION HUNTINGTON BEACH, CA CHECK R. SINDELl . .ESC FACT 2.00% •: 'GEO FACT 0.00% ' •MKT FACT 0.00% BERM LINE LIFE GUARD RESTROOM BAIT&TACKLE PIERHEAD • ITEM ' . NO SECTION DESCRIPTION SNACK SHOP TOWER BUILDING SNACK SHOP RESTAURANT TOTAL t . • . 2.1 . DEMOLITION &SPECIAL CONDITIONS 2,040 1,800 300 300 600 5,04 • 3.1 CONCRETE FOUNDATIONS 1,240 252 1,600 1,600 6,980 11,6 5.1 STRUCTURAL STEEL 0 0 0 0 14,625 14,6; • . 5.5 MISC. IRON AND ARCH. METALS 0 18,070 4,420 0 7,100 29,5! 6.1 CARPENTRY, ROUGH 9,448 7,303 11,518 10,433 89,275 127,9 6.2 CARPENTRY, FINISH 2,090 1,020 0 1,800 7,110 12,0; • • 7.1 . WATERPROOFING 0 531 0 0 0 5: • . . .7.2 • THERMAL AND SOUND INSULATION 925 596 0 1,205 4,070 6,71 7.3 ROOFING AND RIGID INSULATION 8,424 3,816 11,580 11,580 50,188 85,51 7.6 • SHEET METAL AND SKYLIGHTS 2,328 300 3,064 2,523 7,621 15,8: • '7.9 CAULKING AND SEALANTS 300 300 300 300 2,000 3,2( 8.1 HOLLOW METAL WORK 2,596 2,115 821 2,596 4,653 12,7f 8.2 WOOD DOORS & FRAMES 0 0 0 0 3,800 3,8( 8.5,8 • GLASS, GLAZING AND SASH 7,752 8,400 3,952 . 11,172 50,328 81,6( 8.7 • FINISH HARDWARE 1,400 1,750 450 1,400 3,850 8,8: . . • 9.1 • LATH, PLASTER, FURRING & STUDS 2,151 0 7,164 2,151 ' 5,283 16,74 9.2 • • GYP. WALLBOARD, FURRING &STUD 2,166 2,042 0 3,334 17,514 25,0f. • 9.3 CERAMIC TILE AND TERRAZZO 19,494 23,039 33,467 18,584 103,507 198,0 . . 9.5 ACOUSTICAL TILE 1,079 0 0 0 10,432 11,51 . . . . . . . .. . • . _ . • . . •. , • _ . . . - . . - - CAI 10/0091 HUNTINGTON BEACH PIER BUILDINGS - MATRIX SUMMARY 1 ITEM - . . BERMLINE LIFE GUARD RESTROOM BAIT&TACKLE PIERHEAD • . ' NO .SECTION DESCRIPTION SNACK SHOP TOWER BUILDING SNACK SHOP RESTAURANT TOTAL . . . . . . . 9.7 : RESILIENT FLOORING 1,400 882 0 2,000 16,122 20,4 ' • . . ' 9.8 PAINTING . 1,738 3,007 1,841 2,219 10,974 19,7 .. , 10.15 . - TOILET PARTITIONS 0 0 5,400 0 1,350 6,7, . . 10.4• . TOILET ACCESSORIES 684 429 1,961 0 2,286 5,31 •' . 10.5 • • BUILDING SPECIALTIES, GENERAL 275 275 275 275 700 1,81 14.0. CONVEYING SYSTEMS 0 0 0 0 25,000 25,01 . . 15.1 . PLUMBING • 3,900 3,575 15,585 0 24,325 47,31 . • , 15.3 HEATING, VENTILATING & AIR CON 4,960 . 2,016 0 6,400 48,825 62,21 . . 15.55. FIRE PROTECTION 1,860 1,134 .2,400 2,400 13,020 20,8' ELECTRICAL WORK . • 9,679 3,848 11,960 11,960 91,672 129,1' . . • . - .• SUBTOTAL 0:40i.!iin'iMigi!E 87,929 86,500 118,058 94,232 623,210 iiiiiiNiiiK39:i . •.:•.... . . . . . " • • .1.1. GENERAL CONDITIONS • 8.50% 7,474 7,353 10,035 8,010 52,973 85,84 • . 17.1 CONTINGENCY 12.00% 10,551 10,380 14,167 11,308 74,785 121,fi . . . . • • . 17.2 ESCALATION 2.00% 1,759 1,730 2,361 1,885 12,464 20,1 . . SUBTOTAL0 ::.g.!; ;A.;R: - 107,713 105,963 144,621 115,434 763,432 tiliiii117.i.U5tq ' • . .. ... ...... .,..:,,,,,,,,,,,,::•,,,,,,,,::::::::: . . . . . . . . . • BONDS 1.50% 1,616 1,589 2,169 1,732 11,451 18,5E. • . . • . • •CONTRACTOR'S FEE 5.00% 5,386 5,298 7,231 5,772 38,172 61,8E. . .. . . . . • :.'...:TOTAIESTAMMI:Y,i,:;,PRICE 114,714 112,850 154,021 122,937 813,055 Ifi11517;457 • • • . • . • • - .. . . • • . : . • , • . . • , . .. . • • • • • . .. . • • : . . . - • . . . . . • . , . . , :. . . . • . • . . . .. . ' . . . . _ . . - CAI 10/04/91 HUNTINGTON BEACH PIER BUILDINGS - MATRIX SUMMARY 2 : • • -, PROJECT HUNTINGTON BEACH PIER BUILDINGS DATE 10/04/91 ESTIMATE CONCEPTUAL ESTIMATE JOB NO 1143 . _ TYPE CSI 16 DIVISION - • . ARCH/ENG RON YEO, FAIA ARCHITECT, INC PREP M. SKERRITT LOCATION . HUNTINGTON BEACH, -CA - 1. CHECK R. SINDELAR ESC FACT 2.00°/0 . i . • . GEO FACT 0.000/0 MKT FACT 0.00% • DESC BERMLINE SNACK SHOP . . . BLDG SF 620 ITEM SQ Fr TOTAL NO SUMMARY OF ESTIMATE COST COST 2.1 DEMOLITION & SPECIAL CONDITIONS 3.29 2,040 3.1 CONCRETE WORK 2.00 1,240 5.1 STRUCTURAL STEEL 0.00 NONE 5.5 MISC. IRON AND ARCHITECTUAL METALS 0.00 NONE 6.1 CARPENTRY, ROUGH 15.24 9,448 • 6.2 CARPENTRY, FINISH 3.37 2,090 7.1 WATERPROOFING 0.00 NONE 7.2 THERMAL AND SOUND INSULATION 1.49 925 7.3 ROOFING AND RIGID INSULATION 13.59 8,424 7.6 SHEET METAL AND SKYLIGHTS 3.75 2,328 7.9 CAULKING AND SEALANTS 0.48 , 300 8.1 HOLLOW METAL WORK 4.19 2,596 8.2 WOOD DOORS & FRAMES . 0.00 NONE 8.5,8 GLASS, GLAZING AND SASH 12.50 7,752 8.7 FINISH HARDWARE 2.26 1,400 9.1 LATH AND PLASTER 3.47 2,151 9.2 GYPSUM WALLBOARD 3.49 2,166 9.3 CERAMIC TILE AND TERRAZZO 31.44 19,494 9.5 ACOUSTICAL TILE 1.74 1,079 9.7 RESILIENT FLOORING 2.26 1,400 9.8 PAINTING • 2.80 1,738 10.15 TOILET PARTITIONS 0.00 NONE 10.4 TOILET ACCESSORIES 1.10 684 10.5 BUILDING SPECIALTIES, GENERAL 0.44 275 14.0 CONVEYING SYSTEMS 0.00. NONE 15.1 PLUMBING 6.29 3,900 15.3 • HEATING, VENTILATING AND AIR COND. 8.00 4,960 ' 15.55 FIRE PROTECTION .. 3.00 1,860 16.0 ELECTRICAL WORK 15.61 9,679 tni$:Qiiii.0:TAPagiMi. 141.82 i:;: ::!:?87i929,1 • • ..... ......... •• .••.•. .. •. .. • .. • • •• •• • • • . . . . . . . . . . . ...... • ....... ........... . ITEM. S S . . . ..... • . . SQ FT - • TOTAL No SUMMARY OF. ESTIMATE. . . - COST- COST - 1 . . . . . . . . _ . • . 1.1 - GENERAL CONDITIONS • . .8.5 0°/0 . 12,6...... , . • ........... • 17.1 CONTINGENCY . • 12.00%! ........ ....., 17.02 "10,551 : •17.2 • ESCALATION 2.00%; 2.84 1,759 • 17.3 *GEOGRAPHICAL FACTOR 0.00% • 0.00 NONE SUBTOTAL • ; 173.73 BONDS I 1.50% 2.61 1,616• CONTRACTOR'S FEE 5.00% 8.69 5,386 • • TOTAL ESTIMATED PRICE 185.02 inii:;11.114Z41 • • • • . • - • • • • • • . • • • • • • ITEM ., EST UNIT TOTAL NO • DETAIL OF ESTIMATE QTY . . ............. UNIT - COST - COST - 2.1 - DEMOLITION AND SPECIAL CONDITIONS • 2.1001 • CORE DRILL FOR MECHANICAUELECTRICAL 1 LS ..... ............. .• 300.00 300 2.10.02 SCAFFOLD OUTBOARD SIDE OF BUILDING 58 LF . .. . . ..... 30.00 1,740 • U BTOTAL 2�1 ' >>s _s ' ;,,,_..:,,,r,,.,.>.,,,_..... 3.1 .CONCRETE WORK 3.1001 FLOOR SLAB TREATMENT ALLOWANCE • 620 SF 2.00 1,240 SUBTOTAL;3.4> <>' S _;-,;:->:»_i.,::..•-••,... ............ • .6.1 ROUGH CARPENTRY 6.1001 EXTERIOR WALL FRAMING 1664 BF 1.30 2,163 6.1002 WALL SHEATHING 1248 SF 0.95 1,185 • 6.1003 BOXOUT FRAMING 1296 BF 1.65 2,138 6.1004 BOXOUT SHEATHING 926 SF 1.05 972 6.1005 ROOF FRAMING 868 BF 1.30 1,128 6.1006 ROOF SHEATHING • 702 SF 0.95 666 6.1007 INTERIOR PARTITION FRAMING 420 BF 1.30 546 6.1008 ROUGH HARDWARE 1 LS • 650.00 650 SU.BT TAt' rt r 6.2 FINISH CARPENTRY 6.2001 STORAGE SHELVING 22 LF 95.00 2,090 7.2 THERMAL &SOUND INSULATION 7.2001 R-30 ROOF BATTS 620 SF 0.60 372 7.2002 R-19 THERMAL WALL BATTS 1044 SF 0.53 553 SPBTOTAL72:` ..... ......„..........._ . . . . . . . . . . . . • ..... . . ... .... ITEM EST • • • • • •UNIT • • •• TOTAL • NO DETAIL OF ESTIMATE • • . • .QTY. UNIT - COST COST - . . . . . ............. 7.3 ROOFING & RIGID INSULATION • • • I. 7.3001 STANDING SEAM STAINLESS STEEL 702 : SF 12.00 8,424 •• • pina.8;424.:,:i . ......... 7.6 SHEETMETAL • ; 7.6001 LEDGE CAP 104 LF 9.50 988 I . 7.6002 MISC. SHEETMETAL 1 LS 300.00 • 300 7.6003 BIRD SPIKES AT LEDGE 104 LF 10.00 1,040 - • $0ITricga76.Biki•Sigi 7.9 CAULKING &SEALANTS • 7.9001 ALLOWANCE 1 LS 300.00 300 • WSTOANOGEM • MINO.g.01 8.1 HOLLOW METAL WORK HOLLOW METAL FRAMES 8.1001 3-0 X 7-0 4 EA 225.00 900 HOLLOW METAL DOORS • 8.1002 3-0 X 7-0, FLUSH 2 EA 198.00 • 396 8.1003 3-0 X 7-0, 1 LITE FRENCH 2 EA 650.00 1,300 , SO BIOMQralltniENEM: INNEZ$9:2P 8.5,8 GLASS, GLAZING AND SASH 8.5801 DIVIDED LITE WOOD OR METAL WINDOWS 204 SF 38.00 7,752 fikebitAE • • • • ITEM .. ... , . .. . . • •, . ... • EST ., .- UNIT TOTAL NO DETAIL OF ESTIMATE QTY •, UNIT _ COST COST 8.7 FINISH HARDWARE 8.7001 3-0 7-0 DOORS : .... ........ 4 SET... .;.... . 350.00 1,400 • . 9.1 LATH & PLASTER • ...................... 9.1001 EXT. CEMENT PLASTER AT FUTURE TILE WALLS 426 SF 5.05 2,151 • .:.:.::::::.. .9.2 GYPSUM BOARD 9.2001 5/8' GYP BOARD AT WALLS 2088 SF 0.97 2,025 9.2002 5/8' GYP BOARD AT CEILINGS 118 SF 1.20 141 UU.BTOT;4`L•_9 2: < • 9.3 CERAMIC TILE AND TERRAZZO 9.3001 CERAMIC TILE AT RESTROOMS WALLS 224 SF 9.25 2,072 9.3002 . CERAMIC TILE FLOOR AT RESTROOMS 62 SF 10.50 651 9.3003 TERRAZZO EXTERIOR WALL FINISH 1082 SF 15.50 16,771 B BTQTA! '•3 9.5 ACOUSTICAL TILE 9.5001 LAY IN ACOUSTICAL CEILINGS 502 SF 2.15 1,079 $).STOTAL g 5 ` '- 9.7 RESILIENT FLOORING &CARPET 9.7001 RESILIENT FLOOR COVERING, INCLUDING BASE 560 SF 2.50 1,400 $:I�B t TA'L 7> - ' -- - -- • . . . . ITEM • EST : UNIT • TOTAL NO DETAIL OF ESTIMATE QTY • UNIT_ COST • COST • " • • • • • • • • ••• ••---- • • - ..... . 9.8 PAINTING .... , • .... . 9.8001 SHEETMETAL WORK 104 SF • 1.00 104 9.8002 HOLLOW METAL FRAMES 4 EA 55.00 220 9.8003 HOLLOW METAL DOORS 4 EA .: 60.00 240 9.8004 EXTERIOR PLASTER 426 SF 0.40 170 • 9.8005 GYPSUM BOARD 2206 SF 0.40 882 9.8006 WOOD WINDOW FRAMES AND MULLIONS 204 SF 0.60 122 SUBTOTAL 9.8 • 10.4 TOILET ACCESSORIES - - 10.4001 SOAP DISPENSER • 1 EA • - 45.00 45 10.4002 TOWEL DISPENSER 1 EA 45.00 45 10.4003 WASTE RECEPTACLE 1 EA 350.00 350 10.4004 GRAB BARS 1 EA 67.00 67 10.4005 MIRRORS 1 EA 95.00 95 10.4006 SEAT COVER DISPENSER 1 EA 55.00 55 10.4007 TOILET PAPER HOLDER 1 EA 27.00 27 • $40X0Itglialinte 10.5 BUILDING SPECIALTIES 10.5001 ROOM SIGNAGE 1 LS 200.0Q 200 10.5002 FIRE EXTINGUISHERS IN CABINETS 1 EA 75.00 75 . . ............... 15.1 PLUMBING FIXTURES 15.1001 LAVATORIES, WALL HUNG 1 EA 650.00 650 • 15.1002 WATER CLOSETS 1 EA 650.00 650 15.1003 ROUGH INS 2 EA 650.00 1,300 15.1004 GAS i 1 LS 650.00 650 15.1005 FLOOR DRAINS 2 EA 325.00 650 • :&:(114:1-9TAMmitemolg ......... ..... .... ..... ..... . . . . . . . • • • •-• - •••• - • •• . . . . • ITEM • • •• • • EST . - UNIT TOTAL NO DETAIL OF ESTIMATE • QTY UNIT. _ COST - COST ......... - • • • • . . . . :• . • 15.3 • HVAC • . . , . , • •• 15.3001 • ALLOWANCE 620 ; SF 8.00 4,960 SUBTOTAL 15.55. :FIRE PROTECTION 15.5501 FIRE-PROTECTION ALLOWANCE 620 SF 3.00 1,860 .• iggifitiii0' 16.0 ELECTRICAL 16.0001 EQUIPMENT ALLOWANCE 620 SF 2.00 1,240 16.0002 SIGNAL AND COMMUNICATION ALLOWANCE 620 SF 0.85 527 16.0003 CONDUIT AND WIRE ALLOWANCE 620 SF 3.50 2,170 16.0004 MAIN FEEDER (CONDUCTORS ONLY) 494 LF • 7.86 3,882 16.0005 LIGHTING ALLOWANCE 620 SF 2.00 1,240 16.0006 MISC. DEVICES,- PERMITS, & TEST ALLOWANCE 620 SF 1.00 620 0griQTACCANIEN • • • • • • • • _ , . ...., ,-,,,,•.•,_•....,.,..,. .., ..„ .,,,.. .,. ..:.,,.._. . . ...... ,. ,, ,, .,..,...,.., ...,..;.,. ,..-.••., :: -- _.• .: .,....,.., ..,,..,.....,.,_•,..•.•, ,-•-. • •, ••••,•-•,.,^••••••• ,•.•- •• • PROJECT HUNTINGTON BEACH PIER BUILDINGS i DATE 10/04/91 ESTIMATE i CONCEPTUAL ESTIMATE - JOB NO 1143 : TYPE _ : - CSI 16 DIVISION- • - ARCH/ENG RON YEO, FAIA ARCHITECT, INC: PREP i - M. SKERRITT LOCATION HUNTINGTON BEACH, CA CHECK R. SINDELAR ESC FACT 2.00%: G EO FACT . 0.000/0' •MKT FACT 0.000/0 • DESC BAIT AND TACKLE/SNACK SHOP BLDG SF 800 ITEM : . SQ Fr TOTAL NO SUMMARY OF ESTIMATE COST COST.......• 2.1 DEMOLITION AND SPECIAL CONDITION 0.38 300 3.1 CONCRETE WORK 2.00 1,600 - 5.1 - STRUCTURAL STEEL 0.00 NONE 5.5 MISC. IRON AND ARCHITECTURAL METALS 0.00 NONE 6.1 CARPENTRY, ROUGH 13.04 10,433 6.2 CARPENTRY, FINISH 2.25 1,800 7.1 WATERPROOFING 0.00 NONE 7.2 THERMAL AND SOUND INSULATION 1.51 1,205 7.3 ROOFING AND RIGID INSULATION 14.48 11,580 7.6 SHEET METAL AND SKYLIGHTS 3.15 2,523 7.9 CAULKING AND SEALANTS 0.38 300 8.1 HOLLOW METAL WORK 3.25 2,596 8.2 WOOD DOORS & FRAMES , • 0.00 NONE 8.5,8 GLASS, GLAZING AND SASH 13.97 11,172 8.7 FINISH HARDWARE 1.75 1,400 9.1 LATH AND PLASTER 2.69 2,151 9.2 GYPSUM WALLBOARD 4.17 3,334 9.3 CERAMIC TILE AND TERRAZZO 23.23 18,584 9.5 ACOUSTICAL TILE 0.00 NONE 9.7 RESILIENT FLOORING 2.50 2,000 9.8 PAINTING 2.77 2,219 10.15 TOILET PARTITIONS 0.00 NONE 10.4 TOILET ACCESSORIES . 0.00 NONE 10.5 BUILDING SPECIALTIES, GENERAL 0.34 275 14.0 CONVEYING SYSTEMS 0.00 NONE 15.1 PLUMBING • 0.00 NONE 15.3 • HEATING, VENTILATING AND AIR COND. • 8.00 6,400 15.55 FIRE PROTECTION 3.00 2,400 16.0 ELECTRICAL WORK 14.95 11,960 117.79 --: •• ..:.• • • • •••••••. ..... . . . . ITEM. • • •••.... • : SO FT TOTAL . NO ....... OF ESTIMATE - • • COST 0 COST • •• • . . . . . . . • . . . . . . 1.1 GENERAL CONDITIONS 8.50% S. 10..01 17.1 CONTINGENCY 12 00%. 14.13 11,308 • .. . . 17.2 ESCALATION 2.00%. 2.36 1,885. : . . 17.3 GEOGRAPHICAL FACTOR 0.00% 0.00 NONE • ....... • SUBTOTAL 144.29 P:i::li1l8:447.1 BONDS 1.50% 2.16 1,732 CONTRACTOR'S FEE : 5.00% 7.21 5,772 TQTAW;g0-16,4A17.0;q01.00E . 153.67 122,937 .•• • • • • • • . ,• • •. . . . . . . . . . . . • • • • • • " " • ••• • • • ' • ..... ...... . . . ITEM. - EST - UNIT • TOTAL . . . . • _ : - • UNIT COST COST NO DETAIL OF ESTIMATE QTY. - . . . . . . . . . 2.1 DEMOLITION AND SPECIAL CONDITIONS • 2.1001 CORE DRILL FOR MECHANICA............ 1 r• LS..... ; 300.00 300 3.1 CONCRETE WORK 3.1001 FLOOR SLAB TREATMENT ALLOWANCE 800 SF 2.00 1,600 • • • • .• 6.1 ROUGH CARPENTRY • 6.1001 EXTERIOR WALL FRAMING 1850 BF 1.30 2,405 6.1002 WALL SHEATHING 1368 SF 0.95 1,299 6.1003 BOXOUT FRAMING 1175 BF 1.65 1,938 6.1004 BOXOUT SHEATHING 975 SF 1.05 1,023 6.1005 ROOF FRAMING 1154 BF 1.30 1,500 6.1006 ROOF SHEATHING 965 SF 0.95 916 6.1007 INTERIOR PARTITION FRAMING 540 BF 1.30 702 6.1008 ROUGH HARDWARE 1 LS 650.00 650 6.2 FINISH CARPENTRY 6.2001 STORAGE SHELVING 36 LF 50.00 1,800 ....... .................OglOrgit4211,0 .., 7.2 THERMAL&SOUND INSULATION 7.2001 R-30 ROOF BATTS 800 SF 0.60 480 7.2002 R-19 THERMAL WALL BATTS 1368 SF 0.53 725 EiNadir;ig.gg: . , ............ ....... .. . . • • •• • •• ......, . ...... ITEM EST i UNIT TOTAL . , ....... . NO DETAIL OF ESTIMATE . QTY.. - UNIT • .COST COST ..... . 7.3 • ROOFING & RIGID INSULATION ..... . .................. 7.3001 STANDING SEAM STAINLESS STEEL 965 . SF 12.00 11,580 7.6 SHEETMETAL 7.6001 LEDGE CAP 114 LF 9.50 1,083 7.6002 MISC. SHEETMETAL . 1 LS 300.00 300 7.6003 BIRD SPIKES AT LEDGE . 114 LF • 10.00 1,140 0...g.TOTA7.63:600i: . .. , 7.9 CAULKING &SEALANTS 7.9001 ALLOWANCE 1 LS 300.00 300 102110..0,1 8.1 HOLLOW METAL WORK • HOLLOW METAL FRAMES 8.1001 3-0 X 7-0 4 EA 225.00 900 HOLLOW METAL DOORS 8.1002 3-0 X 7-0, FLUSH 2 EA 198.00 396 8.1003 3-0 X 9-0, 1 LITE FRENCH 2 EA 650.00 1,300 • pingigggii 8.5,8 GLASS. GLAZING AND SASH 8.5801 DIVIDED LITE WOOD OR METAL WINDOWS 294 SF 38.00 11,172 ... . . ................... • 8.7 FINISH HARDWARE • 8.7001 3-0 X 7-0 DOORS 4 SET 350.00 1,400 411202.9gil • ..... .. . . ..... . ..... ,..„. . . • . • . .• . . ITEM EST - . . . UNIT TOTAL . . . . . . NO -DETAIL OF ESTIMATE QTY• _ .UNIT _ • COST COST . . . ••••• . ,...... 9.1 .LATH & PLASTER . • . . . 7. .......• .......: . . 9.1001 EXT. CEMENT PLASTER AT FUTURE TILE WALLS 426 SF 5.05 2,151 SUBTOTAL91 2,151 9.2 • GYPSUM BOARD 9.2001 5/8" GYP BOARD AT WALLS 2448 SF 0.97 2,374 9.2002 5/8" GYP BOARD AT CEILINGS 800 SF 1.20 960 .... SU BTOTALY:T2Moi•mi•:•: ' - 9.3 CERAMIC TILE AND TERRAZZO • 9.3001 TERRAZZO EXTERIOR WALL FINISH 1199 SF 15.50 18,584 • 9.7 RESILIENT FLOORING &CARPET 9.7001 RESILIENT FLOOR COVERING, INCLUDING BASE 800 SF 2.50 2,000 ...... 9.8 PAINTING 9.8001 SHEETMETAL WORK 114 SF 1.00 114 9.8002 HOLLOW METAL FRAMES 4 EA 55.00 220 9.8003 HOLLOW METAL DOORS 4 EA 60.00 240 9.8004 EXTERIOR PLASTER 426 SF 0.40 170 9.8005 GYPSUM BOARD 3248 SF 0.40 1,299 9.8006 WOOD WINDOW FRAMES AND MULLIONS 294 SF 0.60 176 $0137..V:ThatURBRiiii :Km:m*2,219K' • • • • • .. ......•••,..•••, •••...•••• •-••'•'••••'• - - • •. . •. • . • .•.. •••• •• ..•.. ••• • • . ...... • •• • • . • •• •• , • • • ITEM EST UNIT TOTAL . . . . ............. NO . :DETAIL OF ESTIMATE - QTY -• UNIT - COST. : COST • •.- • •• • • ............ . . ..... . . • : •• ••••:•- • , .•.:. ;• • • . . . . 10.5 • BUILDING SPECIALTIES • • • • 10.5001 ROOM SIGNAGE : 1 LS 200.00 200 10.5002 FIRE EXTINGUISHERS IN CABINETS 1 EA 75.00 75 • $Q BTOTAL 10.5 • .15.3 ; HVAC 15.3001 ALLOWANCE 800 SF 8.00 6,400 15.55 • FIRE PROTECTION • 15.5501 FIRE PROTECTION ALLOWANCE S . 800 SF 3.00 2,400 • •., 16.0 ELECTRICAL 16.0001 EQUIPMENT ALLOWANCE S • 800 SF 2.00 1,600 16.0002 SIGNAL AND COMMUNICATION ALLOWANCE 800 SF 0.85 680 16.0003 CONDUIT AND WIRE ALLOWANCE 800 SF 3.50 2,800 16.0004 MAIN FEEDER (CONDUCTORS ONLY) 570 LF 7.86 4,480 • 16.0005 LIGHTING ALLOWANCE 800 SF 2.00 1,600 ; 16.0006 MISC. DEVICES, PERMITS, & TEST ALLOWANCE 800 SF 1.00 800 • • • • • • • • , PROJECT HUNTINGTON BEACH PIER R BUILDINGS DATE , 10/04/91 ESTIMATE CONCEPTUAL ESTIMATE JOB NO 1143 TYPE CSI 16 DIVISION ARCH/ENG : RON YEO, FAIA ARCHITECT, INC. PREP M. SKERRITT LOCATION HUNTINGTON BEACH, CA . = - - ... CHECK R. SINDELAR - ESC FACT 2.00% GEO FACT 0.00% MKT FACT 0.00%' • DESC PIERHEAD RESTAURANT SHELL • BLDG SF 6,510 ITEM SQ FT TOTAL NO SUMMARY OF ESTIMATE COST COST 2.1 DEMOLITION AND SPECIAL CONDITIONS 0.09 600 3.1 CONCRETE WORK 1.07 6,980 5.1 STRUCTURAL STEEL 2.25 • 14,625 5.5 MISC. IRON AND ARCHITECTURAL METALS 1.09 7,100 6.1 CARPENTRY, ROUGH 13.71 89,275 6.2 CARPENTRY, FINISH 1.09 7,110 7.1 WATERPROOFING 0.00 NONE 7.2 THERMAL AND SOUND INSULATION 0.63 4,070 7.3 ROOFING AND RIGID INSULATION 7.71 50,188 7.6 SHEET METAL AND SKYLIGHTS 1.17 7,621 7.9 CAULKING AND SEALANTS 0.31 2,000 8.1 HOLLOW METAL WORK 0.71 4,653 8.2 WOOD DOORS & FRAMES • 0.58 3,800 8.5,8 GLASS, GLAZING AND SASH 7.73 50,328 8.7 FINISH HARDWARE 0.59 3,850 9.1 LATH AND PLASTER 0.81 5,283 9.2 GYPSUM WALLBOARD 2.69 17,514 9.3 CERAMIC TILE AND TERRAZZO 15.90 103,507 9.5 ACOUSTICAL TILE 1.60 10,432 9.7 RESILIENT FLOORING 2.48 16,122 9.8 PAINTING 1.69 10,974 10.15 TOILET PARTITIONS 0.21 1,350 10.4 TOILET ACCESSORIES 0.35 2,286 10.5 BUILDING SPECIALTIES, GENERAL 0.11 700 14.0 CONVEYING SYSTEMS 3.84 25,000 15.1 PLUMBING 3.74 24,325 15.3 • HEATING, VENTILATING AND AIR COND. 7.50 48,825 15.55 FIRE PROTECTION 2.00 13,020 16.0 ELECTRICAL WORK 14.08 91,672 • ;SUBTOTAL::> ` » >''E • 95.73 23 210€= •' • . •`. r, ••..... ..-4 ..-.... • . • • • . • . .. • . . ........ ................ • . ITEM. •• SQ FT - TOTAL NO SUMMARY OF ESTIMATE - .... COST - COST . .. .. 11 GENERAL CONDITIONS 8.50% 8.14 52,973 17:1 CONTINGENCY • 12.00%: 11.49. 74,785 17.2 ESCALATION : 2.00(3/0: 1.91 12,464 17.3 GEOGRAPHICAL FACTOR 0.00%. 0.00 • NONE . . • • . . SUBTOTAL 117 27 BONDS 1.50% 1.76 11,451 • CONTRACTOR'S FEE 5.00% 5.86 38,172 • EP610.18§5 _ _ • •• 124.89 . - • • • „ • . , ••,.........,......... ...•••••- ,....,.............,,,.,.,,.•,...•,,,,,..•••.•....,,•••,..•1.••••'.',..,.• • • • • -• • • - •-- • •• . . . _. . . . . • • .. ... : . . . ITEM : •• • i •••• • . EST .. ... - UNIT : TOTAL .• . . - - NO DETAIL OF ESTIMATE . ' • - . QTY • . UNIT - : - COST ' COST " . . . . . . . .. . _ _ . , . . .. ... • . .. . . 2.1. DEMOLITION AND SPECIAL CONDITIONS . : • . .; • ••••• • .... ... 2.1001 CORE DRILL FOR MECHANICAUELECTRICAL 1 LS 600.00 600 SU BTOTA L•2.1.::•::: -i:•i!.:;..!!:;:;;::j -.'.!, •;3765-67... 3.1 CONCRETE WORK : • , . • 3.1001 FLOOR SLAB TREATMENT ALLOWANCE 3250 SF 2.00 6,500 3.1002 EXIT STEPS • 12 LF 20.00 240 4.1002 EXIT LANDING 30 SF 8.00 • 240 • .--..i...-.....-----:---. .•.--..., ........................... SU BTOTAL:f-3:-Vi:Ma::'']'':''' ...........,.... ,•...,.,..............,..,.. ....: • 5.1 STRUCTURAL STEEL • : • 5.1001 ROOF FRAME ASSEMBLY, INCLUDING COLUMNS 3250 SF 4.50 14,625 gi.PTQThel§itiellie •5.5 MISCELLANEOUS IRON AND ARCHITECTURAL METALS 5.5001 TRASH GATES - 1 PAIR 2000.00 2,000 5.5002 ACCESS LADDER AND ROOF HATCH 1 EA 750.00 750 5.5003 ENTRY AND EXIT HAND RAILS 30 LF 45.00 1,350 5.5004 MISC. RAILINGS AND ACCESSORIES 1 LS 3000.00 3,000 _:- gQ019TgksMieng sonfool . 6.1 ROUGH CARPENTRY • 6.1001 EXTERIOR WALL FRAMING 6864 BF 1.30 8,923 6.1002 WALL SHEATHING 4576 SF 0.95 4,347 . 6.1003 BOXOUT FRAMING 4400 BF 1.65 7,260 6.1004 BOXOUT SHEATHING 2908 SF 1.05 3,053 6.1005 SECONDARY ROOF FRAMING 6384 BF 1.30 8,299 6.1006 ROOF SHEATHING i 4256 SF 0.95 4,043 • 6.1007 SECOND FLOORS FRAMING 6500 BF 1.30 8,450 6.1008 SECOND FLOOR DECKING 3250 SF 1.50 4,875 6.1009 INTERIOR PARTITION FRAMING 13000 BF 1.30 16,900 6.1010 FIRST FLOOR FRAMING 6500 BF 1.30 8,450 • ITEM. E • NO DETAIL OF ESTIMATE... .......:.......... .. . .... .. .: . .. EST -.. .. UNIT � TOTAL UNIT. . COST- C• osr 6.1 • ROUGH CARPENTRY (CONTINUED) 6.1011 FIRST FLOOR DECKING 3250 : SF 1.50 4,875 • 6.1012 INTERIOR STAIR FRAMING 2 SET 2000.00 4,000 6.1013 TRASH ROOM STAIRS .... ....... 1 SET 800.00 800 6.1014 ROUGH HARDWARE ALLOWANCE 1 LS . 5000.00 5,000 :UBTOTAL:6 1:0:0;:!,i:> ;:..::.::.;:.: ..:::. .... 6.2 - FINISH CARPENTRY • 6.2001 INTERIOR STAIRS 2 SET_ 2000.00 4,000 6.2002 LAVATORY COUNTERTOPS 13 LF 50.00 650 6.2003 ENTRY STEPS . 45 LF . - 30.00 1,350 6.2004 . ENTRY LANDING 74 SF 15.00 1,110 • • 7.2 THERMAL&SOUND INSULATION 7.2001 R-30 ROOF BATTS 3250 SF 0.60 1,950 7.2002 R-19 THERMAL WALL BATTS 4000 SF 0.53 2,120 7.3 ROOFING & RIGID INSULATION • 7.3001 STANDING SEAM STAINLESS STEEL 4256 SF 10.50 44,688 7.3002 POP-OUT ROOFS I 2 EA 2000.00 4,000 7.3003 ' ADD FOR CUPOLA 1 EA 1500.00 1,500 SU.BTOTAL73.: Y 7.6 SHEETMETAL 7.6001 LEDGE CAP 237 LF 9.50 2,251 7.6002 MISC. SHEETMETAL 1 LS 3000.00 3,000 7.6003 BIRD SPIKES AT'LEDGE . 237 LF 10.00 2,370 I • • • •••• •-`•• • • •• ••. .• . .• •••••-•-• . ••• •• , ....... .. •.•.••• ,:• „„.....,•..,•, 5.. A • . . . . • • • . • ••• • • • • • . . ITEMEST . ........... . ...... ,. .... . UNIT • TOTAL NO DETAIL OF ESTIMATE QTY UNIT COST • COST 7.9 CAULKING & SEALANTS - • 7.9001 ALLOWANCE , . . . ..... . ....... 1 LS 2000.00 2,000 SUBTOTAL 7 9 2,000 8.1 HOLLOW METAL WORK ......... • HOLLOW METAL FRAMES (OR EQUIVALANT) . • 8.1001 3-0 X 7-0 1 11 EA 225.00 2,475 • HOLLOW METAL DOORS (OR EQUIVALANT) 8.1002 3-0 X 7-0 • 11 . EA 198.00 - 2,178 $DATOTALWERIgiiin 8.2 WOOD DOORS 8.2001 ENTRANCE DOOR ASSEMBLY 1 EA 3000.00 3,000 8.2002 BY-PASS DOOR ASSEMBLY 1 EA 800.00 800 • 1$0..-1.:037.A.P.Weinge 8.5,8 GLASS, GLAZING AND SASH 8.5801 DIVIDED LITE WOOD OR METAL WINDOWS 1206 SF 38.00 45,828 8.5802 POP-OUT GLAZING 100 SF 45.00 4,500 iligg$.04216f. 8.7 FINISH HARDWARE 8.7001 3-0 X 7-0 DOORS 11 SET 350.00 3,850 $riab..tAtEtIMMON. ingliff3r;OPZ 9.1 • LATH & PLASTER • 9.1001 EXTERIOR CEMENT PLASTER • 1174 SF 4.50 5,283 • . . . .s. .Z.., .., . .. . • . . .. .... , .. . , • . ...... . . ITEM EST : UNIT ! TOTAL.... .... ,... . ..... ......... . . ... NO - DETAIL OF ESTIMATE • QTY • UNIT COST 1 COST , .:. . ... .. . 9.2 - - -GYPSUM BOARD , • • • 9.2001 5/8" GYP BOARD AT WALLS . 15720 SF 0.97 15,248 9.2002 5/8" GYP BOARD AT CEILINGS (ALLOWANCE) 2337 ; SF 0.97 2,266 i $1)PTOTAL;4:21r0;:i0k:i: !i]!1:i••!im:17.,514.;. . ] • 9.3 CERAMIC TILE AND TERRAZZO . 9.3001 CERAMIC TILE AT RESTROOMS 1656 SF 9.25 15,318 9.3002 . CERAMIC TILE FLOOR AT RESTROOMS • 467 SF 10.50 4,903 9.3003 CERAMIC TILE WALLS.AT KITCHEN i - 1752 SF 9.25 16,206 . 9.3004 QUARRY TILE FLOORS AT KITCHEN - - 1103 SF 11.00 12,133 • 9.3005 TERRAZZO EXTERIOR WALL FINISH 3545 SF . 15.50 54,947 - : V.P.TO.T.AV9INEME iii!!•,.5.0Q.-ti:: 9.5 ACOUSTICAL TILE • 9.5001 FINISH CEILING ALLOWANCE . 4173 SF 2.50 10,432 $.01..M..t.A11219iXiiigiSKa .; ‘.........e...................,.... ...:,,,,,,,,,,,. . ilOWO............ 9.7 RESILIENT FLOORING &CARPET 9.7001 RESILIENT FLOOR COVERING AT SERVICE AREAS 1922 SF 2.50 4,805 9.7002 FLOOR COVERING AT DINING AREAS 3018 SF 3.75 11,317 i 9.8 PAINTING • 9.8001 MISCELLANEOUS METALS 1 LS 800.00 800 9.8002 SHEETMETAL WORK 300. SF 1.00 300 9.8003 HOLLOW METAL FRAMES 11 EA 55.00 605 9.8004 HOLLOW METAL DOORS 11 EA 60.00 660 9.8005 EXTERIOR PLASTER 1174 SF 0.40 469 • 9.8006 GYPSUM BOARD. i 18057 SF 0.40 7,222 9.8007 WOOD DOORS AND FRAMES 1 EA 85.00 85 9.8008 WOOD WINDOW FRAMES AND MULLIONS 1306 SF 0.60 783 ! • 9.8009 ACCESS LADDER 1 EA 50.00 50 §08TOTAI57§777M101. :=:;;;v:"="-•-r-!: • Nail.0;974V . .,....... .....,...... . . . • '''' ' ' .0 . . . • . . . • • • - • • - •- • - . • • •••• • -••• • -•• - • .. . .. , ITEM EST UNIT : TOTAL NO • DETAIL OF ESTIMATE • QTY UNIT • COST : COST " .. ... . ...h. .. . . .. . . . . . . . •: • - - . -• ! ". . • •:•. , .... . 10.15 TOILET PARTITIONS . . ..... ... ................. , 10.1501 : TOILET PARTITIONS • _ 3 • EA ' 450.00 1,350 .. .. . . , • .. . . ...... :...... ... . - SUBTOTAL10.15,•,'::,',•:'"- I....... 10.4 TOILET ACCESSORIES 10.4001 SOAP DISPENSER 4 EA 45.00 180 10.4002 TOWEL DISPENSER 4 EA 45.00 180 10.4003 WASTE RECEPTACLE 4 EA 150.00 600 10.4004 GRAB BARS 8 EA 67.00 536 • 10.4005 MIRRORS - 4 EA 95.00 380 10.4006 SEAT COVER DISPENSER . _ 5 • EA 55.00 275 • 10.4007 TOILET PAPER HOLDER • 5 EA 27.00 . 135 ..... ........... . . . SUBTOTALi!::.ib-::-:::flalgilililai g•-g8P:: -..••.....„.......,..........:„........,,,,::::::::::::::::,, 1 0.5 BUILDING SPECIALTIES • 10.5001 ROOM SIGNAGE 1. LS 400.00 400 10.5002 FIRE EXTINGUISHERS IN CABINETS 4 EA 75.00 300 $10.P.TOTAM.O.gingla iligNIRO.D.i. :14.0 CONVEYING SYSTEMS 14.0001 WHEELCHAIR LIFTS • 2 EA 8500.00 17,000 14.0002 DUMBWAITER 1 EA 6000.00 6,000 14.0003 TRASH CHUTE 1 EA 2000.00 2,000 • i_ i • c '.1 i r • ITEM • EST UNIT TOTAL - O DE TAIL OF ESTIMATE - QTY • UNIT COST •� COST • 15.1 - PLUMBING . FIXTURES: • 2 EA 15.1001 LAVATORIES, WALL HUNG • 650.00 1,300 15.1002 WATER CLOSETS 5 EA 3,250 .. 650.00 15.1003 FIXTURE ROUGH INS . 11 EA 50 650.00 7,1 15.1004 GAS ROUGH IN 1 LS 2000.00 2,000 15.1005 LAVATORIES, COUNTERTOP 2 EA • 2000.00 4,000 15.1006 URINALS 2 EA i 2000.00 4,000 ' 15.1007 FLOOR DRAINS 7 EA 325.00 2,275 15.1008 HOSE BIBBS 2 EA 175.'00 350 SUBTOTAL'15a0:` :>'<>1 .... .... ....: .. • 15.3 HVAC 15.3001 ALLOWANCE 6510 SF 7.50 48,825 15.55 FIRE PROTECTION - 15.5501 FIRE PROTECTION ALLOWANCE 6510 SF 2.00 13,020 S0B ' '16.0 ELECTRICAL 16.0001 EQUIPMENT ALLOWANCE 6510 SF 2.00 13,020 16.0002 SIGNAL AND COMMUNICATION ALLOWANCE 6510 SF 0.85 5,533 16.0003 CONDUIT AND WIRE ALLOWANCE 6510- SF 3.50 22,785 16.0004 MAIN FEEDER (CONDUCTORS ONLY) 1020 LF 30.20 30,804 • 16.0005 LIGHTING ALLOWANCE 6510 SF 2.00 13,020 16.0006 MISC. DEVICES, PERMITS, & TEST ALLOWANCE 65.10 SF 1.00 6,510 ..................:.: ...-... :::;;:: ::::::;; 1 0 90 .---- lC- 0lC0 0Al • po D J / , ACCCTECTU D AL Ir . 4/ sE VCEs MUNICIPAL PIER BUILDINGS FOR THE CITY OF HUNTINGTON BEACH , . . ., ,,. . ., ,.. .. !!!!, 11 LInut il (I►�,��,, I ' ' i iiiiiIIIIIPI! 11( I I III I �: �.�.r.le ny..aa �ar+ i .. rl+_.:': -. #s- u' May 28, ,;me . *r - -• . t.;,r.' - ...�-. A".._- 7,. --- _... -� i.'.w- -r 7".. �moo. £r*e.., h . - .� }. ANTHONY AND LANGFORD AIA ARCHITECTURE • ENGINEERING • PLANNING May 28, 1993 Mr. Robert E. Eichblatt, City Engineer CITY OF HUNTINGTON BEACH 2000 Main Street Huntington Beach, CA 92648 SUBJECT: Proposal for Architectural and Engineering Services Municipal Pier Buildings (3) Dear Mr. Eichblatt: We are pleased to submit our proposal to provide Architectural and Engineering services to construct three buildings on the City's Municipal Pier. Since its inception in 1950, Anthony and Langford/Architects has developed a specialization in municipal architecture. We have completed a wide range of projects for more than seventy public agencies, including over fifty cities, several counties, and numerous educational entities. We have recently completed four buildings within view of the Pier and have designed several other projects within the City. We are thoroughly familiar with all elements of the proposed project. With our current working relationship with the City, we are very familiar with its departments, processes, and many of its staff. As a native of Southern California for over 50 years, and a resident of Huntington Beach for over 20 years, this Pier and its predecessors are both familiar and dear to me. In addition, our office has been located in Huntington Beach for nearly 20 years. Years ago, we offered our services for the "End Cafe", and although we were not awarded that contract, the architect who received it closed his office and was in our employ while moonlighting to complete the construction administration phase. So we are quite familiar with the history and importance of the Pier facilities. This is a project in which I have a very special interest, and one in which the firm of ANTHONY AND LANGFORD/ARCHITECTS would put forth an exceptional effort. We have experienced and dedicatedpersonnel immediatelyavailable to perform the work in accordance with P your schedule and requirements. We appreciate your consideration and welcome this opportunity to work with the City on this important project. Sincerely, ANTHONY AND LANGFORD/ARCHITECTS Neill Noble, AIA Principal cw93530hbpierlt Enc. (7) 16152 Beach Blvd., Suite 201, Huntington Beach, California 92647 (714) 848-1818 TABLE OF CONTENTS LETTER OF INTRODUCTION COMPANY PROFILE 1 SIMILAR PROJECTS /EXPERIENCE 2 PROJECT EXHIBITS 2 PROJECT TEAM INVOLVEMENT 3 PROJECT TEAM ORGANIZATION CHART 4 RESUMES OF KEY PERSONNEL & CONSULTANTS 5 PROJECT UNDERSTANDING 14 PROJECT APPROACH 15 ALTERNATE FINISHES 18 ATTACHMENT CITY'S RFP/SCOPE OF SERVICES ANTHONY AND LANGFORD/ARCHITECTS Architecture•Interiors •Planning• Engineering COMPANY PROFILE ANTHONY AND LANGFORD/ARCHITECTS CONSULTANTS: We have assembled a (A&L), a California Corporation, was team of reputable and highly qualified established in 1950 as a full-service engineering and design consultants with Architectural and Engineering design firm, whom we have worked for many years. In providing a broad scope of professional addition to structural, electrical, and services to public and private sectors. Our mechanical engineers, we will utilize a firm is anchored by eight licensed restaurant/food service specialist, and architects, in addition to technical and construction cost estimating firm. support personnel, totaling a staff of over fifteen dedicated professionals with CLIENTS: Among our clients are more than experience in all aspects of architectural fifty cities, the counties of Los Angeles, design and planning. Orange, and San Bernardino, eighteen educational entities, and numerous OFFICE LOCATION: Our office is located at corporations and cultural organizations. 16152 Beach Boulevard, Huntington Beach, California, and is approximately 7 miles PROJECTS: A&L has planned and designed from the project site and within 10 minutes various public and commercial projects of of the City Hall. all sizes, including numerous food service facilities, retail establishments, and COMPUTER-AIDED DESIGN/DRAFTING: community recreation facilities. A&L utilizes state-of-the-art CADD systems supported by DataCad software and AWARDS: We have received numerous "Velocity" for solid modeling. Super-high design awards for our projects; both public resolution graphics and large screen are and private, some of which include: The used to provide optimum CADD McCallum Theatre of the Bob Hope Cultural workstations that are fast and reliable with Center, Palm Desert, CA; Norwalk Arts and the ability to quickly incorporate changes Sports Complex, Norwalk, CA; Continental and revisions to the drawings. Three Park Office Complex, El Segundo, CA; The dimensional perspectives are quickly La Mirada Civic Center, La Mirada, CA; generated that include "walk-thru" and "fly- White Oak Elementary School, Westlake by" views. We continually monitor new Village, CA; and Purex Headquarters Office developments in both equipment and Facility, Lakewood, CA. software to keep current with rapid advances in technology. 1 ANTHONY AND LANGFORD/ARCHITECTS Architecture•Interiors •Planning• Engineering SIMILAR PROJECTS The majority of the following projects have been completed by the same project team proposed for your project. Individual project experience is indicated in enclosed Resumes. FOOD SERVICE FACILITIES Caverly Retail Center, 201 Main St. North Orange County R.O.P. 5,000 sf containing a 2,500 sf Restaurant Orangebrook Food Service Teaching Facility and Baskin Robbins Dining for 75 Huntington Beach, CA Fullerton, CA Two Story Commercial Building, 221 Main St. H. Louis Lake Senior Citizen Center 10,000 sf retail building Food Service Facility Huntington Beach, CA Dining for 180 Under construction Garden Grove, CA Huntington Beach Central Library Whittier Senior Citizen Center Kitchen Facility Food Service Facility Dining for 350 Dining for 250 Huntington Beach, CA Whittier, CA Arcadia Senior Citizen Center Santa Fe Springs Community Center Kitchen and Banquet Rooms Food Service Facility Dining for 350 Dining for 200 Arcadia, CA Santa Fe Springs, CA Hughes Aircraft Company Lynwood Community Center Employee Cafeteria and Dining Room Kitchen and Banquet Rooms Dining for 600 Dining for 600 Ground Systems Group, Fullerton, CA Lynwood, CA Pico Rivera Golf Course Clubhouse U.S. Naval Station NCO Club Kitchen and Cafeteria Facilities Family Restaurant w/Dining for 100 Dining for 100 Banquet Room for 800 Pico Rivera, CA Club Room for 300 Long Beach, CA Garden Grove Community Center Kitchen Facility w/Dining for 500 Garden Grove, CA We have had no projects enter into litigation during our firm's 43 years of existence. 2 PROJECT EXHIBITS N. waft I il .•«NO Milli -eei II i friAP .„.. _j , _ , 4. _. ir Pillidlialli temeamem • 4 „gyp �r illi r..., 1 , le 0,1 1 4, .., lio __ Illr°41111;":11111"1"'".-.--... . , ti. 4 .. - ' 11. c- - tikily.. - 1.41• _.. __ _ ..� _ ..._� - - - - r , t >` i r/ • t� �• �r ., \4.1k 14.4-.:--.e . . '-4-:-'. • . \4.::. 4 op....,'''__-.4). ,' 41 1 f' - t •,, •f a � bill- 1 oATIOS pFETJzE s ��TR£4S 111111011 • 1 . • ''',•N;• >•.A, 0 t .L ... all MD art ‘i . ,. . . -- -''' i ii: , . i' ,... ... i 1, -4111--16----1. Sill it\ i r1 r/ s[-_ - �qf��' , ... ..._ 1 /1":1P.f.. ' . _ .. . . , A ell -IP: J _� ram. ' . � ' •o fF, -4\ Aati, ,,,, _•:41.---... 1 iiiik . _....:.\\ Mit , w "'� - �.'• S k 1 . _M--;w'- _N . __ `M..- e , 1 �'' f I • - i •; k! AT Fal dri • 11.11M CI _ .-- igi .►.6. ' . - . III-- NUM V; nil:ILI _ . 4 A,. ... • I 4011181111111 ill ..' ,."1". Aunia . 1 I I I I:::iproroo. 4,1, g IF A . .... ._ c if iii, _ I .... Ing Bp . 17. Illtc; tic Allikiier , 4 / . 1 ‘ ..' ••-.. A 6 . : 41111, • . • ..-....... " .. ./..„,.,, _,.. . 1 1".".. 1 I I I I 117: - 1 1 MP a 4. r ,..... ..e..... •I i 1 r f. Y i .::11;t1 44: . ' -:. - . .- r . . . . _.., tk , . '.$4..a" :akili.r.1'1.1)'...1.:::;I. .1 ri _ n. . te 41,!1111401*- it ! • ' i:1171( ( ( ( .... , ;-.7: 1P:r , ,.-'t 71.1 .., ...---,-. . . „,„ , v . r---1 --, (-----1 . C_-___..T (_ , C__ __ ' ( -1- i ' t. . , •••;•• ill" -,...„..:, -Ii:`-'-..-1---------1 •- .... _._ . • ,•-. --.- - f4 ./. • - ' ''',"•::.4-a- 1/4 f -7z.;-.1 ---:, ... •-•--- • • • . . •• .... ., . --.. ...,1--, . ,. -_-•,,,,,4‘.„-_:....._ . . „. ..., ...,.. ..--...- , ..--- N , -;,. .--,,>.,,,- • -- \ --- ...._v_............ ,... .._,.., ,c,,,, . ,,,,,,..."...... , .. -. ... -."‘`..1. ., . F..... --1,• • . . ,......- t ' '-.----n-•`:.---• .,..0-:-'i--''' .- -'--,/"/ : r...... .....se,,r., i. .......4- .ii - .Z.•...:2-,'.,• r,--7 • ,::. "CI, • 1•'• ' • • ••p..›.. ' ' i ' ••• ../".... /.• , ‘Ao* - ° :'• ' 1,4 .;if' s . Z, S ... i.Vg,., _4„„,,, ;1....• k , t 4,111‘......7.. - - _ ____..._. I ...... - i .4- . 4- t ' ef. • j / /I •.. " : ,-`- .'" • - • . ,..'• -r - "' .,! •"'1,?..ri- . : •r". .. ! " . . ,C ...: '. - ' '•.-""'- .0' - • - ' '7:4 . , ',/i.:. ,'., iN. • , re -4'1• ., -• lt, i / • :, ' , ,••t . . . , . . ., if .... , .... , • • A , f:...".... . . =4..• ' I • > -.- a;•i , • - • - ,:. t.1; . •..-. „,,, ,. ., . . • 'ar-.. c = ,,•• . ... .... ' • . 4'- .. o. ,„. op. .., .. _ . t• . . ,• '-! . ' ..:.•• ' . .- ' --tr::-..---. •--.ef:F f '...; -‘•,A:- .'..p.„„:-..- :si.:,..• „..;•:-,....:7.: ., ''•`.„ .. . . .14.. ,,.' . • • ::.3 mi. -.V . ;,,,4•-r_ir..- .,,,A...4 : .• 44.*-7 a. . ' '/." .....-4-."/..' '4-..0e:- : :::.i?. .::' ,-DZI (III .'r'i ... , ,. ,.., .!J 1 . . t,'3,/t.•" . ,,_ , ' . . -':....4.1 -••.:' •,-,;;.i.., - . ,, . , 46/ ,....- . . • w ,." , - '' ....-: , ":.-t, ----. , :4 ••••• ".,'• ;t4i ,cl ..,..',.. ..,.-e...i..,.. ..,;.--).11.;••,‘ , - P it . „... , . .... , , .,.. . .....,-", ..-..4 • ,, P.,... ;,, it",...- • 4 TA'..1 ' .... • - ' ii '' .- ' ' . ' - 71;1.1 •W •:•,( • . .-?',(r:..- . -,'• •":. 1.. / ;•l'''';;410.;., #.e e-; , i„,1' --.,-,,,,, . •. 7;,- --- • e -' .,•,--.--.• i 4%. ,y .-0 - ' li,i..-, .4. .1 ,4./4'''' •" je -' ---'-- '..--- .1 lk--X-': 'AI)i-lr.-'14°-*-7(..1.gr... *14;14- . - /_____-/--- '•-. '''1----- 4- ''-1/4- 2-1 ii•1": 4e,' no •_• . . .I.•$.; ....s.,,-,,.. ,......i ..:.:-.•-•,:-. r-, .1 --'- __ rIti ---._ . ,:fri.:,, ,•, . -7' I.(: 'i"" - -.,t;L:) L r j'' ,4•••tc,•-•••,•%- L.:ft -.+',41SW. 1*- - '•', // i // ',..- * "-•.. --;::::-.:"...'" . • '. IA' ' '. '. P. • .... .,.. , • f.,,, ..,,.i,,,,,,,,,,:!,,,,,-..'.4 . - /7--- / /// - . . ,-4-`,7/. . , ,,:::',,,,,,,,....,•i.k.k>,-_,v_.4.,_,,., - ,-/-, ,- „.,-'-_-,,,,-....-:-.3.,.-.-.0 i: iii -",... , . . .., , , -.........‘„..„ . ..... .. ,: •.l':....,-.-• i".-1...r,";,s-t'.'..'I- ,_,-/-(e-r_ ,_ _,_,. .,, ,,,...,g.....4.,. .--2.-r..--Ziff,„:4 ,, •-;.-444 ,, " . ,1 . • ,f ,••• 1...,'; , •,,I14 ' 1...1'2 . ..":''''•-gar. ..:.:. .--.... ,,--..'"6'."-.10.-.:.... .i.'T %.- , .4 iii.':.- 4:4114.11:LtitV .'7''.-- a'It Y.•ilt:: ' f'.-..•••N =,,e •-• , , ,.,..., „.---ii ,-, ,..twv-21=1.,, w, t_ ..,... _ 0 . •-• ,,...,,.4. . ,.. .... •• ... . •••. . „,.. ., •; ,....,••,• • .. . „1.1 . . ri ,(f,.. .. . • ..... ._,... . _..t.i., .__:,:i.,... ., .41 j. -='-'r.,I i'---- ' •, -...... !;:i.., . 0 • 4.1 ' '.-, .. hr.'' ..,•••••'. ' - •., .1 c -'•'., „/ ••,• •• i• ''' ' e 1-- ., "' . ('K, '' .,..,, ? '' . i ''.4 ..ei "" .........-- '72=7...t '' --• '-':"..i.ar,... .-- 7:-- '•.., ,' ' - IV A i i.„...ki'??4;.' 1' .. . ` '` ' cr i ' '.' ,,• - ...;,7".: r 1 , , r i j 1-,„ ci...,, -in., -',_.,' .• .. •I ,_ar't. _ ,i,1 .;„..x. ,.., , • LAI t_,..' . r) t \ ._......,., ,...____ • - -..,,,..... ! ., . , ,. olff.f ! _: •,,,,,,.,41 . ,. . ., - &o.0-. _ 4, . It,-,ii.#4,r*J. ,- •• • .• .. .i,t'F_,...2).- _x • • , 4 , „ -:-.-......- A w A.L, • 1 •'..,..• .•.:: ,i_ENP . ,-- , .f•,:••74. .... liCt•'• ,i,- ,. .... , .• • 194 7,.,-..-,1754 ..,;cilar!AI • 16) , 4 - , ..e., .., _. . , , ,A,;', 4 ' • PAY,'•.. . $'' ' 1.., ft.1,441401r: 4.,, -4.'',.4 4.:.',J,t.f.„-2.-..*..:.'i_''.i.• t 4...'.1 % 'Wir Pols It_ett*Itgiliteigi. ' • * -vrfw.... "* /1= isqiiIiiv;.,d': •-•'.-- -; . • :‘,.... ., - ,. ,...., -...---7---,- '' -_ _ Eas -' '"ff r: 1,..*);i ' ' • ...e,- • , ,--, '.: --' Y.fl'..-.'•-i• ' . ' ' .... ,_,f' t.'ri•," -1."'' . t.' -",r ' ''' . . ' ' ' -----t`'.4 ''....,-:.:111h;:.4,41 -: ' 4: ..• -..,',1*.-''..'-:'',...,‘..'„:i0".-. ....•.....,:i...,:::,.: i....-:.-.. - - ,--... . ..,. •- .- - . - -,./.. .....c- - --,,,,.Y •-•, , - 41,4744. _ - -;.-- - , • ---ti,"''.- . ‘41:e ....i''..• ,:. ''' ---'..-'•.• :''-..s.---- . . ' - .- ,;',,-'..' '..--'.."-Y.: .. . ' - ' -- . - --. AK"IV:• - _ 1- . ' , , -_____ . -Vk.o........q.- .•) .'':- '.*,. .. ' , (r, . /egg° . • - ., ...• : : . -.,- /',1. fri'l.-14/4.12*(_.l '' * '' '' / . • . _... _ - '-t,--„,..- ' '''' ": .,,/' • ' ' ,_--._- . ,e . . . ._,.. _.,..,r: __ ---''!'":'16-' , . ` . • .1.'. A. '------•-••:i • • ..'41.T.1/ I;"il' :: .. ,'''1 j.) A ''''.' ,. , • -.''.,-..1. ,?' .,.- . _,..' ':. ••ri.,.• /- .-,r, ..,,.. ..•-:,„k,,..,..:-.• . . ..: . .. ..., . .. . ._ ___. ____-. __. ,__ ______.,,„.-.1.44PA... ,.,,t,";.:...;,/°-..;.,,;',"..y:'3 ;',: V. r ' ..,-..• ,4•5_,•••• 'It'•, -, • •.•.1kVi,'.. ' - - •.• ..•••••• .'e/. '," ,,,i'•.....F.:-...", • 4. • • fi' .'' . .-..• ..-,..-.„....., • . .. .. . . - L.wy.....„.. -.-.. -.,, • --,,,.• 7^, / ''ii, i,,, . if',I`L' ' . '•••...!....'.."' -' 'It--, Ill •' ' • ''-',r1:: .07-f.AUL' •. ' • •'- ,-' .4k,..• . -. ..- .4,1“ ..- . .-, ..",;ifr/. - . .,. ., ...,..,. • - . : - - '' -•'.:-' ..- '."--- V'f,41,,,...'"..."'" •„*.,'.,'•...411 ...." , x: AA 'i, >..,. 4.-,..."..4:.,.,•,.-. 7....... ...,./.,,,, joef'.....,,,_.tcl,..,..''.J..4.r.,-;:"; . .... :#,...„ %It, .,iy ,,', 17.. .. ',. ./. ,,,,,,,.;-„(....e./.. ..,. .- - ' " •.-4--is -..•,,...-- i i• „0. .- -. • .1 --".........,, 14 4. •.' ,s -,-• of*. 7„var Apt 1" '.•.:-.-....-..Z... ,„, ,'1....Li. ,..,..../ ` •'.„,L r.' • 4........:=1,i‘. •'-'' -.4 '• -'•„l'i• ;-'-.„.• _,-- . \ - - ! '..,,t-,:.' /,;•-/ 1,4L. .. P:r''' N, - ;1,'u, ' '.''.. II -e. •_,;..-• --r- . ,;:,,,,...,,42,.....,;....,..x.$ • •--...:„..-.., - - ,..... ,........ • ...i.,/ii.v,,,,,,,:,/,,e--,...":.f•,., ,„ .,-, ..*. ‘,..4.:„„,•••`,..._ _,....,j, &, •....,.. : . , • :• -.1,4,-....;;:-..°7 •-----51,...,, ,,' .., . `"...J.1 1 ' '. . ' '4It,''..' •.:'.•?,olo•. i;,--, , ,: 7? 4 ".. .-.1.".. .. .-. 44'' '.0.**:1.1:*---:.;2•Iwie.-* 1%0'19.•';',,•';''*.•,,f.' i ''.., ,;:=C:-., * ./s.VAIIA,4*•-•",..-•' ',.. , „. '7'1.1''I-'••.•••,'"444,52(1,,,_;:e -•••••..•,‘ 1 v * •': • i --''. .-. dy!A.:.. ,, .:,'ft; ( ••:• ,-4••.• • • -ft ,...t . .. „.. e$4.I,A „t• .. i,41;4•• ,,,..4 r'• ix. - .•.•••..(0 ..', : _•- _.. , I, ..,,.e 2, • .". •'r 1, {..-41. • \ .-- •-•-•-• IT N.,„„ .ify- i .y. , ., , 4 • 4.• ' f • .• •• • ,. ,,,. .. ..,-, ...• •-f , Ai'. I, ,f•. 1 i ;pi •• ';I: Lir- 2.. -\\I ,.-:;:z e•-- ). ......_If 01,-;.--.-, _. - - .. ....-„ -." i _iv ., , -,k i- -__.., - --a „- . ;...'•.-'",2"-..,...17,,,:: .-'•-...A.±,-.A.11%‘riT:2 i *lit : r--.''' ir - - '-- ''''. .'• '.e.1;7. • • .., -• '‘ ' ' .,, ....4‘.1:4;:ii` .e. •,Orit,,,• -• -, '4 4.:i,• . -. :, •,,..,:, ,i,,,.. , .4. • • ,.. ,,,;‘,.....ti....„,.,.. ... ,...,,,,.... . ,,:,...ei.f 4-...4.21.,..1.1 '•7.- ..,•:,.." ' '•• • "b., - 17.0)'‘‘., - •itig. -- .... .-7..T0- •••-t.,,,.... . .....: ., .2.... . _ • . . .,,.. . ... . .. . .. .„„,.,.. .. .• . i. •./1;!......,s,-,1„,,,•.*••.-..,„,.s.i, _...x. . r, .• .1, . -,;,,,,,,,fwv,.,..---, • .1, , le 7.' .. .'.. . ---7. -' ' ' . _ . " ' - -.•:-7,-''....t.....46.IN,'''"-!..:,,, i-,- ,.„. • _.t.-. caSk ' C STEVEN LANGFORD ARCHITECTS, INC. n leaVea. ARCHITECTURE INTERIOR DESIGN ANTHONY AND LANGFORD/ARCHITECTS Architecture•Interiors •Planning•Engineering PROJECT TEAM A&L has assembled a team of qualified Roger Willner, Principal in Charge of Architects and Engineers to specifically Construction Administration, will phase into address the needs of this project. This the project as the construction documents team will be assigned the project as their are being prepared. Roger has over 35 number one priority and will spend the time years of experience in municipal facilities necessary to meet the agreed upon and coordination with governing agencies. schedule. Additional personnel will be assigned as required. Project Team Involvement: It is difficult to assess the percent of time All members of the proposed project team each team member would devote to the are familiar with the City of Huntington project without knowing the requirements Beach, and have been active in other of the schedule. If the project is not related City projects. This is the same team interrupted by lengthy variance processing responsible for the majority of similar and Client and governmental approvals, the projects listed herein. in-house team members could devote nearly 100% of their time. Under ideal conditions, The following key personnel are the following breakdown would apply: immediately available to carry your project to a successful conclusion: Neill Noble: 80% during the Preliminary Phase, 20% during the Construction Neill Noble, as Principal-in-Charge and Documents, and 10% during Construction Project Designer, will be the contact Administration Phase. person, responsible for the project from beginning to end. He brings over 35 years Edward Bledowski: 20% Design of experience to the team and has been Development, 80% during Construction with A&L since 1968. Document Phase, and 25% during the Construction Administration Phase. Edward.Bledowski, Project Architect, will be responsible for all construction Roger Willner: 15% during the documents and the majority of construction Construction Administration Phase. administration. Tony Anthony: 20% during the Design Tony Anthony, Project Review Principal, Phases, and 10% through the remainder. will also serve as an Alternate Representative in the event Neill Noble is Steven Langford: 100% during the unable to continue with the project. Construction Document Phase. 3 PROJECT TEAM ORGANIZATION ANTHONY AND LANGFORD/ARCHITECTS CITY OF HUNTINGTON BEACH - MUNICIPAL PIER BUILDINGS CITY OF HUNTINGTON BEACH • NEILL NOBLE, AIA Principal-in-Charge T. V. ANTHONY, AIA STEVEN W. LANGFORD, AIA Principal-Project Review Food Facilities Coordination 4 EDWARD BLEDOWSKI, AIA ROGER WILLNER, AIA Project Architect Principal in Charge of • Construction Administration STRUCTURAL ENGINEER MECHANICAL ENGINEER - Dames & Moore F. T. Andrews, Inc. Robert Trivison, SE Ivan Ray Cranston, PE ELECTRICAL ENGINEER/LIGHTING DESIGN COST ESTIMATOR GDS Design Group Construction Analysts, Inc. Gregory Smith, PE Richard Sindelar • ANTHONY AND LANGFORD/ARCHITECTS Architecture•Interiors•Planning•Engineering NEILL NOBLE, AIA, ARCHITECT PRINCIPAL-IN-CHARGE OF DESIGN EDUCATION: Bachelor of Architecture, 1960 University of Southern California PROFESSIONAL REGISTRATION: Registered Architect: California #C4405, 1962 PROFESSIONAL AFFILIATIONS: American Institute of Architects EXPERIENCE: Neill Noble brings over thirty-five years of experience in architecture to the firm, -- including his work for the California State Division of Architecture and the United States Army Corp of Engineers. As principal-in-charge of design, Neill provides leadership and management of all design aspects of the project, from inception through completion. His responsibilities include defining and organizing concepts established during the programming phase, developing all phases of design, and maintaining on- going client communication. In more than twenty years with Anthony and Langford/Architects, Neill has been the project architect and chief of design on over 150 major projects throughout Southern California; many of which have received Honor and Merit Awards from the American Institute of Architects, California Building Officials, and the Los Angeles Beautiful Society. As an award-winning designer, he has an organized approach to fresh design ideas for each new project, while blending in knowledge gained from previous experience with similar projects. Selected Project Experience Includes: - Caverly Retail Center, 201 Main St. Restaurant and Baskin Robbins, Huntington Beach, CA - Two Story Commercial Building, 221 Main St. 10,000 sf retail building, Huntington Beach, CA - Huntington Beach Central Library Kitchen Facility Huntington Beach, CA - Arcadia Senior Citizen Center Kitchen and Banquet Rooms Arcadia, CA - Hughes Aircraft Company, Employee Cafeteria and Dining Room Ground Systems Group, Fullerton, CA - Garden Grove Community Center, Kitchen Facility Garden Grove, CA - Whittier Senior Citizen Center, Food Service Facility Whittier, CA 5 ANTHONY AND LANGFORD/ARCHITECTS Architecture• Interiors • Planning•Engineering T. V. ANTHONY II, AIA, PRESIDENT • PRINCIPAL-IN-CHARGE EDUCATION: Bachelor of Architecture, 1945 University of Southern California Architecture, University of Kansas, 1944 REGISTRATION: Registered Architect: California No. C-1260, 1950 Nevada No. 714, 1971 NCARB Cert. No. 10483, 1971 • PROFESSIONAL AFFILIATIONS: -American Institute of Architects -International Conference of Building Officials -USC Architectural Guild -Community Redevelopment Agency Assoc. of CA -Industrial League of Orange County EXPERIENCE: Tony Anthony has been .a principal of Anthony and Langford/Architects since its origin in 1950. As president of the firm, he is directly involved in the coordination and development of all major projects completed by the firm. He provides general supervision of all architectural departments from design through completion, as well as project quality control, and administrative responsibilities. His background and experience represents over forty-five years in all phases of architecture. His ability to promptly identify and react to the needs and special concerns of the client has been a consistent factor in the technical execution of the many municipal, educational, and commercial projects developed by the firm. Selected Project Experience Includes: - Huntington Beach Central Library Kitchen Facility Huntington Beach, CA - Arcadia Senior Citizen Center Kitchen and Banquet Rooms Arcadia, CA - Hughes Aircraft Company, Employee Cafeteria and Dining Room Ground Systems Group, Fullerton, CA - Garden Grove Community Center, Kitchen Facility Garden Grove, CA - Whittier Senior Citizen Center, Food Service Facility Whittier, CA - U.S. Naval Station NCO Club, Long Beach, CA 6 ANTHONY AND LANGFORD/ARCHITECTS Architecture•Interiors •Planning•Engineering • E. ROGER WILLNER, AIA PRINCIPAL-IN-CHARGE OF CONSTRUCTION ADMINISTRATION EDUCATION: University of Southern California; Architecture, 1951 Pasadena City College; Architecture, 1948 REGISTRATION: Registered Architect: California No. C-2334, 1957 PROFESSIONAL AFFILIATIONS: • -American Institute of Architects -California Council of Architects -Construction Specifications Institute EXPERIENCE: Mr. Willner became a principal of Anthony and Langford/Architects in 1955 in the position of construction administrator. He is directly responsible for construction administration, cost control, specifications, and research into products and methods of construction. Contributing over 40 years of broad experience, Roger has a vast knowledge of effective building construction methods and materials. His many years of interaction with members of the construction industry, have greatly contributed to the firm's many successful projects. Selected Project Experience Includes: - H. Louis Lake Senior Citizen Center, Food Service Facility - Whittier Senior Citizen Center, Food Service Facility - Santa Fe Springs Community Center, Food Service Facility - Lynwood Community Center, Kitchen and Banquet Rooms - U.S. Naval Station NCO Club, Long Beach, CA - Huntington Beach Central Library Kitchen Facility - Arcadia Senior Citizen Center Kitchen and Banquet Rooms - Hughes Aircraft Company, Employee Cafeteria and Dining Room Ground Systems Group, Fullerton, CA - Garden Grove Community Center, Kitchen Facility - Whittier Senior Citizen Center, Food Service Facility 7 ANTHONY AND LANGFORD/ARCHITECTS Architecture• Interiors • Planning• Engineering EDWARD A. BLEDOWSKI, AIA ARCHITECT EDUCATION: Bachelor of Architecture, 1979 (Awarded Graduate Assistantship) Bachelor of Science, Architecture, 1978 City College of the City University of New York, School of Architecture and Environmental Studies (Graduated Magna Cum Laude) PROFESSIONAL REGISTRATION: Registered Architect: California #C-17580, 1986 New York #015799, 1983 PROFESSIONAL AFFILIATIONS: American Institute of Architects AWARDS: A/A Henry Adams Certificate for Outstanding Scholastic Achievement in Architecture EXPERIENCE: Edward Bledowski joined A&L in 1985. He is responsible for the development of project schedules, manpower requirements, and consultant coordination. His decisions are based on professional experience accrued in all phases of the architectural field, from design inception through construction supervision. He has an in-depth knowledge of intricate technical installations requiring close consultant coordination as well as a familiarity with multi-phased construction schedules necessary for work at fully operational facilities. He has spearheaded Anthony and Langford's entrance into Computer Aided Design and Drafting (CADD), and currently directs various CADD projects. Selected Project Experience Includes: - Huntington Beach Central Library, Kitchen Facility Huntington Beach, CA - Arcadia Senior Citizen Center, Kitchen and Banquet Rooms - Hughes Aircraft Company, Employee Cafeteria and Dining Room Ground Systems Group, Fullerton, CA - Pico Rivera Golf Course Clubhouse, Kitchen and Cafeteria Pico Rivera, CA - Garden Grove Community Center Kitchen Facility Garden Grove, CA - North Orange County R.O.P. Orangebrook Food Service Facility Fullerton, CA 8 ARCHITECTURAL CONSULTANT RESTAURANT SPECIALIST STEVEN LANGFORD ARCHITECTS, INC. 18218 East McDurmott, Suite D Irvine, CA 92714 (714) 833-9066 STEVEN W. LANGFORD, AIA EDUCATION: Bachelor of Architecture Southern California Institute of Architecture PROFESSIONAL REGISTRATION: Registered Architect California No. C-14106 PROFESSIONAL AFFILIATIONS: American Institute of Architects EXPERIENCE: Steven Langford has over 18 years of experience in municipal and commercial projects. Prior to establishing his own practice, he acquired considerable experience with leading Southern California architectural and interior design firms specializing in restaurant and hospitality projects. As a result of his experience and reputation in the restaurant industry, Mr. Langford established the firm of Steven Langford Architects in 1988, specializing in restaurant design. Mr. Langford has been responsible for the development of numerous projects constructed nationally, such as Rusty Pelican, Mimmi's Cafe, UCI Kitchen Facility, Soup Exchange, Red Onion Restaurants, and many others. His experience includes design, contract administration, estimating, construction • coordination and cost control. Related Project Experience Includes: • Houston's Restaurants • El Torito Bar and Grill • Buffalo Ranch Steakhouses h ses Manana's Restaurants • California Pizza Kitchens • Don Jose Restaurant • Red Robin Restaurants • Hof's Hut, Cerritos • Rusty Pelican Restaurants • Good Earth Restaurants • Rusty Duck Restaurants Sacramento • Chevy's Mexican Restaurants • Acapulco Restaurants • El Gallo Giro Huntington Park • Black Angus Restaurants • Japengo Cafe, Hyatt Hotel • Cask 'n Cleaver Restaurants • Kiva Grill La Jolla • Red Onion Restaurants • Medieval Times Buena Park • Coco's Restaurants • Soup Exchange Restaurants 9 F. T. ANDREWS, INC. MECHANICAL ENGINEER IVAN RAY CRANSTON, JR. PRESIDENT EDUCATION: B.S., Mechanical Engineering University of Idaho, 1961 REGISTRATION: Registered Mechanical Engineer CA #M14001, 1967 Certified Energy Auditor CA #830024 PROFESSIONAL AFFILIATIONS: • -American Society of Heating, Refrigerating and Air Conditioning Engineers Orange Empire Chapter -California Society of Professional Engineers, Orange County Chapter -Association of Energy Engineers, California Chapter -Consulting Engineers Association of California -Institute for the Advancement of Engineering -American Institute of Architects/OCC, Affiliate Member EXPERIENCE: Mr. Cranston joined F. T. Andrews in 1964. He is responsible for management, design and preparation of construction documents, and construction supervision of mechanical and plumbing systems for public, commercial, industrial and military projects. Mr. Cranston's experience includes projects involving air conditioning design, low temperature refrigeration, white rooms, plumbing design, swimming pool design, pro- cess piping design, industrial engineering, economic evaluations, construction estimating and field services. Related project experience includes: - Shogun of Japan, Huntington Beach - Kobe Japanese Steak House, La Mirada - American Courthouse, Santa Ana - Pepe Lopez, Thousand Oaks - Copa De Oro, Costa Mesa - El Torito, Westminster, Harbor Island, Marian Del Rey - Acacia, Garden Grove - Crown Point, Dana Point - Arby's, San Jose, Escondido, Long Beach, Oceanside - Fallini's Grden Pasadena - Dunkin Donuts - Shakey's 10 GDS DESIGN GROUP ELECTRICAL ENGINEER YOUNES SOUFI, MS, P.E. CHIEF ELECTRICAL ENGINEER EDUCATION: B.S., Electrical Engineering, 1971 University of Southern California M.S., Electrical Engineering, 1966 University of Tehran REGISTRATION: Registered Electrical Engineer: California PROFESSIONAL AFFILIATIONS: California Society of Professional Engineers Institute of Electrical and Electronic Engineers Illuminating Engineering Society EXPERIENCE: Mr. Soufi has over 20 years of experience in the field of electrical engineering. His diversified work includes small to expansive facilities, in which he performs complete electrical system design and engineering, construction administration and multi- discipline coordination. He also has extensive experience in institutional, commercial and residential projects. Mr. Soufi is an expert in grounding systems and power distribution design (short circuit, voltage regulation and protective relay coordination). He has written and edited numerous transformer specifications for various applications. Related project experience includes: - Norwalk Community Center, Norwalk, CA - Westminster Fire Station Addition, Westminster, CA - Columbus Tustin Park Gymnasium, Tustin, CA - Sports Club/LA, West Los Angeles, CA - Sports Connection Spectrum Club, Manhattan Beach, CA - Spa at the Center, Costa Mesa, CA - Howell High School, Howell, MI - Kenny Elementary School Media Ctr, Sacramento, CA - California College, Costa Mesa, CA 11 I i GDS DESIGN GROUP LIGHTING DESIGNER GREGORY D. SMITH, IALD, IES PRINCIPAL LIGHTING DESIGNER EDUCATION: Grand Rapids College, 1978 PROFESSIONAL AFFILIATIONS: -International Association of Lighting Designers -IlluminatingEn ineerin Society Engineering • EXPERIENCE: Mr. Smith has been active in the electrical engineering and lighting design field since 1976. He has been a member of the Illuminating Engineering Society since 1980, serving on the Board of Managers in the Southern Arizona and Orange County chapters. Mr. Smith is an instructor for the IES Advanced Interior Lighting Applications course and also teaches Interior Lighting at the California College of Interior Design, Costa Mesa. • Project experience includes office buildings, libraries, auditoriums, recreation facilities, hotels, and retail centers. Mr. Smith has won major design awards for design excellence, including the IES Special Citation for the Sports Connection Club in Manhattan Beach. Related project experience includes: - Huntington Beach Library Expansion, Huntington Beach, CA - Westminster Fire Station Addition, Westminster, CA — - Norwalk Community Center, Norwalk, CA - Southgate Auditorium, Southgate, CA - Ritter Ranch Street Lighting, Palmdale, CA - Abbey Center for the Arts, Westminster, CA - Columbus Tustin Park Gymnasium, Tustin, CA - Kenny Elementary School Media Ctr, Sacramento, CA - Sports Club/LA, West Los Angeles, CA - Transit Center Depot, Claremont, CA - Sports Connection Spectrum Club, Manhattan Beach, CA - Spa at the Center, Costa Mesa, CA - Howell High School, Howell, MI 12 DAMES & MOORE STRUCTURAL ENGINEER ROBERT TRIVISON, SE STRUCTURAL ENGINEER EDUCATION: B.S., Structural Engineering California State Polytechnic University, Pomona REGISTRATION Structural and Civil Engineer, California PROFESSIONAL AFFILIATIONS: -Structural Engineers Association of Southern California EXPERIENCE: Mr. Trivison has over twenty-five years of Structural Engineering analysis, design and drafting experience. He joined Dames & Moore in 1990. Mr. Trivison previously had a design engineering company located in Orange, and worked on over three thousnd projects. Related project experience includes: - Crazy Horse Steak House, Santa Ana, CA - Restaurant End of Pier, 2-story, Huntington Beach, CA - Ham's Restaurant, 1-story, Mission Viejo, CA - Irvine Park Restaurant and Pavilion, Irvine, CA - Spaghetti Factory, Fullerton, CA - Asian Gardens Mini Mall, Westminster, CA - Far West Plaza,.Retrofit & Remodel, Dana Point, CA • - Plaza Del Sol, 2-story, Palm Springs, CA - Highland Plaza Addition, San Bernardino, CA • 13 ANTHONY AND LANGFORD/ARCHITECTS Architecture•Interiors •Planning•Engineering PROJECT UNDERSTANDING MUNICIPAL PIER BUILDINGS ri in theattachedExterior finishes, although not fully project, as described tg RFP, consists of three buildings on the established, have been researched, Huntington Beach Pier: selected, and are being used on other buildings on the Pier. The tenant is • 620 SF Snack Shop providing interior design and kitchen • 820 SF Bait & Tackle/Snack Shop planning for the shell, which, when • 6,513 SF Restaurant completed, will accept all fixtures and equipment, ready for occupancy. Preliminary designs for the three (3) buildings, somewhat beyond the schematic To ensure the thorough coordination of all design stage, have been provided by the restaurant equipment and interior finish City. The Architect's scope of services for requirements into integrated bid documents, this project will be based on the contents of we will utilize the expertise of restaurant the RFP, our Proposal, and Standard Form specialist, Steven Langford, AIA. of Agreement. Services will consist of the Representative experience of Steven following five phases, as further described Langford Architects is included herein. in Section II of the RFP: A&L is very familiar with the City of 1) Design Development Huntington Beach, its departments, 2) Construction Documents processes, and many of its staff. We have 3) Bidding Administration recently completed four buildings within 4) Construction Administration/Support view of the Pier and have designed several 5) Project Acceptance Assistance other projects within the City. We are thoroughly familiar with the site and all The project has been given much thought, elements of the proposed project. study, and master planning over the last few years by the City and its consultants, All members of the proposed project team and the Pier has been prepared to receive have recent experience with the City of these new buildings. We are aware of the Huntington Beach and with projects similar issues identified by the City requiring the in nature. In addition, this is the same processing of zoning exceptions and project team that has worked together on building code variances, such as building the majority of similar projects listed herein. height and vertical circulation for the handicapped. 14 ANTHONY AND LANGFORD/ARCHITECTS Architecture• Interiors •Planning•Engineering PROJECT APPROACH CITY OF HUNTINGTON BEACH MUNICIPAL PIER BUILDINGS ORGANIZATIONAL PHASE Anthony and Langford/Architects (A&L) Given the scale and scope of the project, encourages a preliminary stage of work to our activities would include: define the methodology and working relationship between all members 1. Assembly and review of existing involved in the project. These individuals documentation, including: will include representatives of the City, the tenant, A&L, and our consultants. • City criteria • Correspondence with governing In this phase, team leaders from each agencies organization will meet to precisely define • Pier information constraints of schedule and budgets as • Location of utilities defined by project requirements. Project • Tenant information organization and decision-making will be clarified, and procedures will be 2. Review of project constraints: established for documenting and confirming information. A project goal • Zoning requirements and exceptions statement will be prepared that includes • Environmental restrictions quality assurance and control parameters. • Building Code reviews including Title 24 and ADA The principal objectives of this phase are • Special ordinances and regulations to align perceptions of what is expected • Project budget of each team member in each phase of • Regulatory agency requirements service, when it is expected, and most • Structural and mechanical capacity importantly, to establish a cohesiveness of the Pier and continuity to the team that will serve as the foundation of an orderly design 3. Review of the architectural program process. (Four meetings are specified in prepared by the City, defining space Item 1 of the RFP.) requirements for all building elements and tenant improvements required for FAMILIARIZATION, PROGRAMMING AND the project DESIGN'DEVELOPMENT PHASE Preliminary Design Documents will be A&L emphasizes the need to assemble prepared based on the designs provided the information available on the project, by the City, describing refinements and to evaluate its assumptions, and to alternatives within that context. establish a clear understanding of the project's goals and objectives. 15 PROJECT APPROACH Continued- 2 Upon approval of the Preliminary Design which final document modification will be Documents, refinement of all aspects of completed prior to the project being sent the design will be undertaken to further to bidders. define materials, components of construction, and engineering systems. One important benefit of A&L's An updated schedule and a project budget organization is that those people who will be presented. All necessary zoning have been working on the design, and are and Building Department variances will be most familiar with the intricacies of the processed. project, are the very people responsible for production of Construction CONSTRUCTION DOCUMENTS PHASE Documents. We do not, as so often happens in firms with separate design and Accurate documentation and specification production departments, lose continuity is essential to ensure implementation of during the hand-off from design to decisions made during design. A&L production. employs the latest techniques and practices for expediting the production of DESIGN QUALITY REVIEW Construction Documents, including the use of our CADD system to produce the A major effort through this phase is in our working drawings. design quality review. Three levels of coordination and checking have been Specific activities will include: established by A&L. The first level takes place through the documentation process • Project Management and Control and monthly coordination checks by the • Production of Contract Documents project team related to the monthly • 50% Construction Documents Project Control meetings. Review • Equipment Layout Coordination At the end of each phase, a senior staff • Final Building System Coordination individual unrelated with the project is • Technical Specifications assigned to thoroughly check all aspects • Final Cost Estimate of the project documents. Prior to the • Submission for Agency Approvals project going for construction contract • Submission of Construction bids, our Quality Assurance Review Group Documents for Client Review reviews the documents. This period is also used by the team for BIDDING AND AWARD PHASE closer coordination with mechanical, electrical, and structural systems. A&L will assist the City in the preparation Following final coordination within the of the Bid Package for release to bidders. office, the Construction Documents Clarification will be provided by A&L as package is submitted for agency and required during the Bid Period. Client review and comment, following 16 PROJECT APPROACH Continued- 3 A&L will also assist in the analysis of POST-CONSTRUCTION PHASE bidders for the award of the construction contract. As specified in the RFP, A&L's project involvement will continue through the Specific activities will include: Post-Construction Period. Services involve basic technical areas such as • Addenda Preparation start-up assistance, maintenance and • Pre-bid Conference operation reviews, and coordination and • Review and Evaluation production of Record Drawings. • Award Contract Beyond the technical areas, the office is CONSTRUCT/ON PHASE increasingly concerned with post- occupancy evaluations as a means of A&L's construction administration assessing the effectiveness of project personnel will work with the City's delivery. These studies are an important representative during the Construction aspect of our practice. It contributes to Phase, providing document interpretation our understanding of the use of buildings and clarification. The A&L team during and how to make buildings work for those this phase will include the Project who use them. Architect, Ed Bledowski, and the chief of our Construction Administration Division, principal Roger Willner. 17 ANTHONY AND LANGFORD/ARCHITECTS Architecture•Interiors•Planning•Engineering ALTERNATE FINISHES EXTERIOR WALL FINISH ALTERNATIVES FUTURE CERAMIC TILE WALL FINISH: TO TILE MURALS: 1. Lath and cement plaster, painted with 1. Installed over lath and plaster; an acrylic paint...$6.00/sf Sandblast plaster Add for clear anti-graffiti coating Apply leveling coat of acrylic plaster ...$1.25/sf Thinset tile, back butter with acrylic A number 30 sand finish (smoother than mortar normal) can be more easily cleaned. 2. Harditexture System, by James Hardie 2. Installed over Harditexture System; Building Products (a fiber cement board with textured elastomeric coating Metal lath over waterproof memebrane ...$3.50/sf Cement scratch coat Add for clear anti-graffiti coating Mortar bed ...$1.25/sf Tile set with cement mortar bond coat Graffiti cleansing can be accomplished using a pressurized water spray, followed by an application of clear anti-graffiti coating on the affected area. 18 ATTACHMENT CITY'S RFP / SCOPE OF WORK ATTACHMENT CITY OF HUNTINGTON BEACH ARCHITECTURAL SERVICES MUNICIPAL PIER BUILDINGS REQUEST FOR PROPOSAL May 14, 1993 I. INTRODUCTION AND OBJECTIVE The City of Huntington Beach is requesting proposals from qualified architectural firms for the preparation of Plans, Specifications, and cost estimates to construct the following buildings on the City's Municipal Pier: 1. A 620 square foot single story bermlime snack shop. 2. A 800 square foot single story bait and tackle/snack shop. 3. A 6,513 square foot two story Pierhead Restaurant. City staff, through the design development process, has established the size, shape, mass, colors, and materials of each building. Attached are the approved elevations and floor plans for each structure. Each structure shall include the following specific architectural features: 1. Exterior building surface shall be gray terrazzo. 2. Roof shall be copper with standing seams. 3. Construction techniques shall incorporate provisions for tile murals in the recessed areas of the buildings. (Note: The finish of the area set aside for the murals will be determined by cost. Your proposal shall include alternate finishes and estimated costs.) II. SCOPE OF SERVICES The scope of architectural services, as outlined below, shall include: preparation of construction documents, administration of bidding, technical support during construction, and project acceptance. Design Development Plan 1. Meet with City staff to confirm scope of work, preliminary design, materials, budget, etc. Four Meetings 2. Coordination of tenant improvements with interior improvements. (Note: Interior improvements will be provided by the City. These improvements, to be contained in the project Plans and Specifications, include flooring, ceilings, partitions, walls, utilities to tenant fixture locations, handicap lift, stairs, and completed restrooms.) Four Meetings RFP: Municipal Pier Build- s May 14, 1993 Page two 3. Confirm that buildings meet Title 24 and ADA handicap regulations. Confirmation includes the processing of any required variances. 4. Determine utility requirements for each structure. Determination must include an analysis of the existing Pier utility chase capacity. 5. Determine structural support requirements for each structure and compare to current load maximum of Pier. 6. Coordinate the receipt of all tenant improvement plans. Preparation of Construction Documents 1. Prepare all Plans, Specifications, and cost estimates including, but not limited to, the following items: • Pier location plans . Respective building floor plans • Exterior elevations and sections . Reflected ceiling plans ▪ Schedules ▪ Roof plans . Interior elevations ▪ Details . Structural framing plans and details • ▪ Structural calculations ▪ Electrical power and lighting plans ▪ Electrical schedules and details ▪ Plumbing plans, schedules, and details ▪ Heating, ventilation, and air conditioning . Title 24 energy calculations ▪ Interior handicap lift plans 2. Perform all necessary investigations and measurements required to prepare the preliminary plans and construction drawings. 3. Attend periodic meetings with City staff during the preparation of preliminary and construction drawings and obtain all applicable building permits. (Note: A pre-submittal "on-site" meeting has been scheduled for May 20, 1993, at 10:00 AM to discuss in detail the scope of services and intent of project. See location map for direction to meeting.) 4. Based on an approval of the preliminary plans and cost estimates, the architect shall prepare and provide 40 sets of the ne cessary construction drawings and specifications as required to advertise the project for bids. (Note: This task includes the cost of all miscellaneous printing, etc. for preliminary plan check and final drawings.) Administration of Bidding The advertising for bids and awarding of a contract for these buildings will be administered by City staff. However, the architect will be required to: 1. Distribute bid documents (i.e., Plans and Specifications will be purchased at architects's office.) RFP: Municipal Pier Build May 14, 1993 Page three 2. Address and issue all addendas (includes fielding all inquiries/questions about Plans and Specifications.) 3. Assist in informal evaluation of bids. Technical Support During Construction 1. Interpret Plans and Specifications 2. Review all shop drawings 3. Respond to all requests for information. 4. Make recommendations on Change Orders. 5. Attend weekly job site meetings. Project Acceptance Assistance 1. Conduct final project review and prepare "punch list." 2. Provide one acceptable set of reproducible "as—builts" mylar drawings. (Note: 10% of the contract amount will be withheld until the "as—builts" are submitted and approved.) III. INFORMATION AVAILABLE FROM THE CITY Preliminary plans depicting the location, size, and form of each building are attached for reference. In addition, a conceptual cost estimate, prepared on October 4, 1991, is included with this request. IV. ARCHITECT'S REPRESENTATIVE The Architect will assign a responsible representative and an alternate, who both shall be identified in the proposal. The Architect's representative will remain in responsible charge through project completion. If the Architect's primary representative should be unable to continue with the project, then the Architect's alternate representative will become the primary representative. Any other changes in responsible representative must be approved by the City. The City will have the right to reject other proposed changes in personnel, and may consider any other changes in responsible personnel as a breach of the contract. V. CITY'S REPRESENTATIVE The Public Works Department will assign a responsible representative to assume liaison responsibilities for the City. VI. INSURANCE REQUIREMENTS The Architect shall maintain the following minimum insurance coverages during the duration of the project: 1. General Liability Coverage — $1,000,000 CLS per occurrence (Note: If provided coverage is under a form which includes a designated general aggregate limit, the aggregate limit must be no less than $1,000,000.) • RFP: Municipal Pier Builc May 14, 1993 Pag e four 2. Professional Liability Coverage - $500,000 per occurrence (Note: A "claims made" policy is acceptable.) 3. Worker's Compensation Coverage - $100,000 bodily injury by accident, each accident; $100,000 bodily injury by disease, each employee; $250,000 bodily injury by disease, policy limit. VII. FORM OF AGREEMENT The Architect will enter into an agreement with the City based on the contents of this RFP, the Architect's proposal, and a standard form of agreement. XIII. PROPOSAL REQUIREMENTS Proposals for this service are to be submitted to this office no later than 5:00 P.M. on Friday, May 28, 1993. Seven copies of the proposal should be submitted in a sealed envelope. Two copies of the fixed fee proposal should be submitted in a separate, sealed envelope, marked "Fee Proposal." Each proposal should include the following information: 1. Experience of Your Firm a. List and describe the projects for which you have provided architectural services which are similar in scope to the Municipal Pier Buildings. Is the team you propose to employ on this project the same one used on identified past projects? b. Brief history of firm. Including length of time in business. Include information on any sub-consultants who would be involved in the project. c. Identify all projects within the last five years that have entered into litigation. Explain the circumstances surrounding the issue of litigation. 2. Project Team a. Who will be in charge of the project; what staff will be assigned to the project, and what will be the team structure and responsibilities? b. How long has the person in charge been with your firm? c. List specific projects that this team has worked on together, as well as individually. d. What percentage of each individual's time will be devoted to this project? e. From what location will this office operate? 3. Proposal Format Proposals should contain no more than approximately 20 pages, including exhibits.-' Fee proposals should contain only enough pages to clearly indicate the breakdown of proposed fees. It is not necessary to include a breakdown of labor hours. RFP: Municipal Pier Bui1c ; May 14, 1993 Page five The following features should be included or incorporated in the proposal: a. Page numbering b. Index c. Team organization chart with names d. Understanding of the Project e. Descriptions of similar projects f. Brief resumes of key staff g. Hourly rate schedule (fee proposal only) IX. INTERVIEWS A short list of firms may be required to make an oral presentation at an interview panel after proposal evaluation. X. EVALUATION CRITERIA The criteria below will be used in evaluating proposals and interviews. A point value system will be established, based on the approximate weighting indicated below. Fee proposals will be opened for only top rated firms after ratings are completed. At that time, fee may have some effect on the rating. 1. (15%) Understanding the project requirements 2. (15%) Approach to project 3. (20%) Experience of firm 4. (20%) Qualifications and experience of project team 5. ( 5%) Past performance record with City 6. (15%) Completeness of proposal 7. (10%) Commitment DRN:gd Attachments: 1. Approved Elevations and Floor Plans 2. Location Map for Pre—Submittal Meeting 3. Conceptual Cost Estimate 3421g/1-5