Loading...
HomeMy WebLinkAboutC2016-059 - 2/19/2016 - NA CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277(City)acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Freese and Nichols, Inc., a Texas corporation, 800 N. Shoreline Boulevard, Suite 1600N, Corpus Christi, Nueces County, Texas 78401, (Consultant), hereby agree as follows: 1. SCOPE OF PROJECT Downtown Road and Streetscape Improvements (Project No. E15098) - This project will address improvements such as new wayfinding signage, area lighting, landscaping, trash cans and other miscellaneous elements within the funding. This preliminary phase will also better define the project limits (area). 2. SCOPE OF SERVICES The Consultant hereby agrees to perform services to complete the Project, as detailed in Exhibit"A". In addition, Consultant will provide monthly status updates (project progress or delays presented with monthly invoices)and provide contract administration services, as described in Exhibit "A", to complete the Project. Work will not begin on Additional Services until requested by the Consultant (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. 3. ORDER OF SERVICES The Consultant agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the Consultant and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the Consultant to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. Consultant shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. FEE The City will pay the Consultant a fee as described in Exhibit "A" for providing services authorized, a total fee not to exceed $49,959.00. Monthly invoices will be submitted in accordance with Exhibit "B". 2016-059 Iger from the Operating Department is responsible for assigning 2/19/16 Ind approving their daily/weekly/monthly hours. The Consultant is Contract for Professional Service(NDEXEC Freese and Nichols Inc. Page 1 of 7 • required to submit a detailed and approved hourly breakdown with their monthly invoice paperwork to the City for payment. 5. INDEMNITY Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs,to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement.This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. 6. INSURANCE 6.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 6.2 Consultant must furnish to the Director of Engineering Services with the signed agreement 2 copies of Certificates of Insurance(COI)with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. Contract for Professional Services Page 2 of 7 TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises — Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) $2,000,000 Aggregate (Defense costs shall be outside policy limits) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. WORKERS' COMPENSATION Statutory (All States Endorsement if Company is not domiciled in Texas) Employer's Liability $500,000 /$500,000 /$500,000 6.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 6.4 Applicable for paid employees, Consultant must obtain workers' compensation coverage through a licensed insurance company.The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. An All States Endorsement shall be required if Consultant is not domiciled in the State of Texas. Contract for Professional Services Page 3 of 7 6.5 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. 6.6 Consultant shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 6.7 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 6.7.1 List the City and its officers, officials, employees and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy and professional liability/Errors & Omissions policy; 6.7.2 Provide for an endorsement that the"other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; 6.7.3 Workers'compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and 6.7.4 Provide thirty(30)calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 6.8 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6.9 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. Contract for Professional Services Page 4 of 7 6.10 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 6.11 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 6.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 7. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the Consultant at the address of record. In this event, the Consultant will be compensated for its services on all stages authorized based upon Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. 8. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. 9. ASSIGNABILITY The Consultant will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the Consultant staff. If the Consultant is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 10.OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the Consultant without the express written consent of the Director of Engineering Services. However, the Consultant may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. Contract for Professional Services Page 5 of 7 11.STANDARD OF CARE Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 12.DISCLOSURE OF INTEREST Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 13.CERTIFICATE OF INTERESTED PARTIES Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. 14.CONFLICT OF INTEREST Consultant agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary's Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. 15.ENTIRE AGREEMENT AND CONTROLLING LAW This Agreement represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 16.CONFLICT RESOLUTION BETWEEN DOCUMENTS Consultant hereby agrees and acknowledges if anything contained in the Consultant- prepared Exhibit A, Consultant's Scope of Services, or contained in any other document prepared by Consultant and included herein, is in conflict with this Agreement, this Agreement shall take precedence and control to resolve said conflict. Contract for Professional Services Page 6 of 7 CITY OF CORPUS CHRISTI FREESBT‘ND NICHOLS, INC. ihaheeL C J2ou ; x . 12 • t Ronald L. Olson Date Ron G zman, P.E. Date City Manager Principal 800 N. Shoreline Blvd, Suite 1600N Corpus Christi, TX 78401 RECOMMENDED (361) 561-6500 Office 2/(4 Mark Van Vleck, P. E., 6 Assistant City Manager a e of Public Works and Utilities -L � rie H. G ay, '.E. rate Ex-cutive Dir-ctur of Public Works //_2// Operating Department/ Date APP-OVED AS TO LEGAL FORM 41111ri - �. gal Department Date AP ROVED iWv{/ilVal— / • Office of Management late and Budget Project No. E15098 Accounting Unit: 3551-051 Account: 550950 Activity: El5098013551 EXP Q Account Category: 50950 Fund Name: Street CIP BOND 2014 Encumbrance No. Contract for Professional Services Page 7 of 7 F R E E SE • Innovative approaches im.ZNICHOL.S a Practical results Outsanding service vice 800 N.Shoreline Blvd.,Suite 1600N • Corpus Christi,Texas 78401 • 361-561-6500 • fax 361-561-6501 www.freese.com December 23, 2015 Mr. Jeff Rotman Project Manager, Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 RE: Proposal for Engineering Services for Bond 2014 Proposition 2, Downtown Road and Streetscape Improvements Mr. Rotman: Freese and Nichols, Inc. (FNI) is pleased to submit our professional services proposal to provide preliminary phase services for the project. The scope of services for this project was developed from the Scoping Memo provided by Terry Sweeny of the Downtown Management District and meetings held regarding the project with Mr. Sweeny, Alyssa Barrera of the City of Corpus Christi City Manager's office, and Mr. Raymond Chong, City of Corpus Christi Traffic Engineer. Our project scope includes data collection and the development of a draft Engineering Letter Report to establish the design features of the project. The project description provided to FNI reads: "Improvements to the downtown streetscape such as new trash cans, improvements to the gateways (Laredo, Agnes, Mesquite area) and wayfinding signage to help create a sense of arrival to the district and enhance downtown image. Other various street, sidewalk, lighting and landscaping improvements such as improvements to People or Lawrence Street." The project budget indicates that $1,500,000 from Streets is available. The following items listed below shall be provided by the City of Corpus Christi: • Provide the boundaries of the project area, concurred with DMD. • All existing drawings, specifications, or related project archive documents for the project area. • Coordination assistance with the Downtown Management District during design or plan reviews. • Coordination with other city initiatives, including those for Downtown branding and wayfinding. Scope of Work for Conceptual Design Freese and Nichols, Inc. has prepared the following scope of work for the Conceptual Design phase of the project to frame up the design elements that should proceed into preliminary and final design under the prescribed budget: Data Assembly and Meetings: 1. FNI will request and assemble relevant information from the City's Record drawings, reports, and GIS data to establish existing utilities and existing Right-of-Way within the project limits. 2. FNI will review other plans that relate to the area including Mobility CC,the Central Business District Area Development Plan, remaining portions of the Bayfront Master Plan, and others as identified. 3. FNI will gather information and establish contact with stakeholders including the Downtown Management District, the Regional Transportation Agency (RTA), and others. EXHIBIT"A" Page 1 of 3 Mr. Rotman Page 2 December 23, 2015 4. FNI will hold limited meetings with stakeholders in the field to document specific project features for possible inclusion in the project design. 5. FNI will hold work sessions with city staff and DMD representatives to discuss issues and review initial design concepts and budget priorities. Conceptual Design: 6. FNI will review the DMD-identified gateway locations for potential enhancements in terms of sight lines,visibility for messages, appropriateness for massing and context of form and materials, and other important considerations for gateway demarcation. 7. FNI will confer with city and DMD staff to review weekday,weekend and special event access and circulation patterns for cars and pedestrians that may need to be considered in the selection of locations for wayfinding information. 8. FNI will review RTA operations along streets in the study area for needed signage,waiting, loading, trash receptacle, information and other bus patron accommodations. 9. FNI will identify the needed streetscape improvements within the study area,their general context and placement,with recommendations for sizing and other parameters for design. Draft Engineering Letter Report(ELR): 10. FM will develop a Draft ELR which will summarize the information gathered and make recommendations for design of the project. FNI will outline the results of the conceptual design findings and design recommendations and make recommendations for additional studies required to complete the designs. 11. FNI will develop an Opinion of Probable Construction Cost for the proposed improvements within the project limits. 12. FNI will meet with city staff and DMD to discuss the recommendations of the ELR and priorities for advancement of the project elements into preliminary and final design. Conceptual Design Fee Freese and Nichols, Inc. proposes to perform the scope of services listed above for the following lump-sum fees: Data Assembly and Meetings $ 16,665 Conceptual Design $ 18,136 Draft Engineering Letter Report (ELR) $ 12,748 Project Management, QA/QC $ 2,410 TOTAL $49,959 OLCR Corpus Christi -CORT EXHIBIT"A" Page 2 of 3 Mr. Rotman Page 3 December 23, 2015 Schedule FNI proposes to prepare the first draft ELR for review by the City within 10 weeks from the Notice to Proceed. This schedule assumes that the city will provide the required information and formative stakeholder meetings occur within the first 4 weeks of the schedule. It is anticipated that the City will require 3 weeks for review of the ELR. The City's comments can be addressed and included in the next draft 2 weeks from receipt of the review comments. The total project schedule is therefore 15 weeks. Sincerely, ,.� e--2... ,14.1,..:„.. Ron Guzman, P.E. Principal, Corpus Christi Office cc: Nick Cecava, Kevin St.Jacques OLCR Corpus Christi -CORT EXHIBIT"A" Page 3 of 3 Sample form for: COMPLETE PROJECT NAME Payment Request Revised 07/27/00 Project No. XXXX Invoice No. 12345 Invoice Date: - Total Amount Previous Total Percent • Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3,000 1,000 500 1,500 50% Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,500 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% O & M Manuals TBD TBD TBD TBD TBD TBD TBD 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% Summary of Fees Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11% Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% ITI13 I CD Ca o, oo .