Loading...
HomeMy WebLinkAboutC2016-131 - 4/7/2016 - NA " r ' ♦ •r. a 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 Chuck Anastos Associates, LLC, a Texas limited liability company, 901 S. Staples, Corpus Christi, Nueces County, Texas 78404, (Consultant), hereby agree as follows: 1. SCOPE OF PROJECT American Bank Center Selena Auditorium Dressing Room Phase 2 (Project No. E16256) - This project will provide the City with the architectural and interior design and MEP services for the cosmetic remodeling of the dressing rooms on the third and fourth floors of the Selena Auditorium. 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 ' ' ' `-- -,ot to exceed $45,000.00. Monthly invoices will be submitted in 2016-131 t "B" 4/07/16 Contract for Professional Services Chuck Anastos Associates LLC o Page 1 of 7 �„o.,�� �„ .o^�c a.,. .,i�,r o,,,.. ��,...fLj.00'i,,,fl.t•,.0. .G.� .r.,r f I N DEXEE • e • 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 ' \ • l 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. 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. Contract for Professional Services Page 3 of 7 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. 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. Contract for Professional Services Page 4 of 7 • 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 CHUCK A S ASSOCIATES, LLC 0. e Ronald L. stu, 411114, Date Chuck Anast. ., A.I.A. 0+floa. 14, Date City Manager 901 S. Staples Corpus Christi, TX 78404 (361) 884-4422 Office RECOMMENDE (361) 884-4419 Fax //I e 0.43 3/3/c caaincarch@aol.com Mark Van Vleck, P. E., Date Assistant City Manager of Public Works In: Utilities LA # /b H. r E., r16-feate E - cutive Di -cto of Public Works APPROVED AS TO LEGAL FORM Aimee Alcorn-Reed 2016.03.08 08:50:42-06'00' Legal Department Date Proiecl No: E-16256 Unit: 1030-13605-022 Account: 520130 Actvity: E16256 01 1030 EXP Ac:Dunt Category: 20130 rUTu . !ane: Occupancy Tax Fund Contract for Professional Services Page 7 of 7 K -C LILIES\E16256 ABC SELENA AUDITORIUM DRESSING ROOM PHASE 2\2O15- 2-15 1 AE AGREEMENT DOC • Cli [ICK Qfl SiOS ASSOCIATES. LLC 03 March 2016 Mr. Doug Follingstad FAC/JOC Project Manager Engineering Services City Of Corpus Christi PO Box 9277 Corpus Christi, TX 78469-9277 Re: REVISED Phase 2 Proposal for the architectural/interior design and MEP services for the cosmetic remodeling of dressing rooms on the Third and Fourth Floors of the Selena Auditorium, City of Corpus Christi Project#-T-BD E. tp �G Dear Mr. Follingstad: Chuck Anastos Associates, LLC is pleased to resubmit this revised Proposal for the above referenced City project. This Proposal is for the architectural/interior design and MEP engineering (as required) services for the following scope of work: 11 Third Floor Upgrades, including: Dressing/Restrooms /Hallway: ARCHITECTURE 1. Remodel existing four(4)dressing and three (3) restrooms into more efficient, INTERIOR DESIGN cosmetically improved spaces with at least one (1) accessible dressing room I restroom; 2. Replace all existing plumbing fixtures, 3. Convert existing electric water heaters to a two-floor unit with circulating pump; 4. Replace all existing shower and wet room ceramic tile with new tile; 5. Replace existing carpet, possibly with new VCT, 6. Replace existing hard ceilings with acoustical tile and ceramic tile in showers; 7. Repair and paint existing walls, 8. Replace existing doors & hardware 9. Replace existing signage; 10. Install new, expansive mirrors; 11. Replace existing lighting with new, LED fixtures, P o Box 3 8 8 3 12. Improve cosmetics of existing ceiling registers, speaker enclosures, etc.; and CORPUS CHRISTI 13. Select new seating for purchase by City TE xAs 7 8 4 8 3 Stairs: B D 1 S STAPLE S CORPUS CHRISTI 1. Paint existing walls & ceiling. TEXAS 78404 REVISED City Proposal Page 1 4 TEL 381/884-4422 Phase 2 Cosmetic Remodeling of Selena Auditorium FAX 381/884-4410 anat$106esSOCieles corn EXHIBIT "A" Page 1 of 4 2. Improve cosmetics of existing lighting; and 3. Replace existing doors and hardware as required. Fourth Floor Upgrades, including: Dressing/Restrooms/Hallway: 1. Remodel existing two(2)dressing and one(1) restroom into more efficient, cosmetically improved spaces with one (1) accessible dressing room/restroom; 2. Replace all existing plumbing fixtures; 3. Convert existing electric water heaters to a two-floor unit with circulating pump; 4. Replace all existing shower and wet room ceramic tile with new tile; 5. Replace existing VCT flooring and add new VCT flooring over existing concrete; 6. Paint existing walls&ceiling; 7. Replace existing doors&hardware; 8. Replace existing signage; 9. Install new,expansive mirrors; 10. Replace existing fighting with new, LED fixtures; 11. Improve cosmetics of existing ceiling registers, speaker enclosures, etc.; and 12. Select new seating for purchase by City. Men's Chorus Room: 1. Remodel existing restroom into more efficient, accessible and cosmetically improved space; 2. Replace four(4) lavatories with new, and replace dressing countertops with new; 3. Replace all existing shower and wet room ceramic tile with new tile; 4. Replace existing VCT with new; 5. Patch and paint existing walls&ceiling; 6. Replace existing doors&hardware; 7. Replace existing signage; 8. Review application of new wall panels; 9. Install new, expansive mirrors; 10. Replace existing lighting with new, LED fixtures; 11. Improve cosmetics of existing ceiling registers, speaker enclosures, etc.; 12. Provide new wardrobe hanging storage; and 13. Select new seating for purchase by City. Stairs:, 1. Paint existing walls&ceiling; 2. Improve cosmetics of existing lighting; and REVISED City Proposal Page 2—4 Phase 2 Cosmetic Remodeling of Selena Auditorium EXHIBIT "A" Page 2 of 4 3. Replace existing doors and hardware as required. Our FAC/JOC Scope of Work shall be as follows: 1. Laser survey existing areas and develop existing large scale floor plans in CAD; 2. Layout new walls,finishes,fixtures,etc.; 3. Meet with City and Selena staff to review and critique details; 4. Modify details with staff recommendations and produce final Design Plans (Construction Documents)for FAC/JOC bidding and construction; 5. Assist the City during the FAC/JOC Bidding Phase; and 6. Conduct construction observation site visits during Construction Phase. We propose to provide the following architectural services for each Phase of this Project: 1. Design Phase: • Prepare digital preliminary design drawings and develop building details; • Meet with City and Selena staff as required for 30%, 90% and 100% design review submissions for approval; • Produce final sealed Design Plans (Construction Documents) for bidding and construction including Overall Floor Plans, Enlarged Floor Plans, Finishes Schedule, Reflected Ceiling Plans Sections / Details with specifications on drawings, and MEP Plans/Details with specifications; • Prepare City approved Front End Documents; and • Prepare Estimated Construction Cost. 2. Bidding Phase: • Assist the City in solicitation of FAC/JOC proposal review; • Review all pre-bid questions and prepare necessary addenda; and • Attend FAC / JOC meetings, analyze bids and make recommendations concerning award of Contract. 3. Construction Phase: • Make approximately four(4)-site visits per month during construction to observe work. Estimated Construction Costs: It is anticipated Phase 2 Scope of Work shall cost approximately: _$ 420,000.00 Clients'Responsibilities: It is hereby agreed that the Client shall be responsible for the following: 1. The Client shall provide all required building information including a set of "As-Built" plans prior to commencement of Design Phase. REVISED City Proposal Page 3—4 Phase 2 Cosmetic Remodeling of Selena Auditorium EXHIBIT "A" Page 3 of 4 Compensation for the above-described services shall be as follows: Compensation to the architect for the above described services shalt be a flat fee of Forty Five Thousand Dollars($45,000.00). Fee for Basic Services: 1. Master Plan Phase =$ 0.00 2. Preliminary Phase =$ 15,000.00 3. Design Phase =$ 24,000.00 4. Bid Phase =$ 500.00 5. Construction Phase =$ 2.500.00 Total Basic Services =$ 42,000.00 Fee for Additional Services 1. Warranty Inspection(s) _$ 500.00 2. Preparation of Record Drawing Set =$ 500.00 3. Topographic Survey =$ 0.00 4. Submission to TDLR =$ 1,500.00 5. Supplemental Engineering =$ 0.00 6. Furniture Design and Documents 4 500.00 7. Landscape Plan =$ 0,00 Fee for Additional Services =$ 3,000.00 Total AE Fee =$ 45,000.00 We have already received verbal approval to proceed on this project and wilt be prepared to present our initial design solutions immediately upon receipt of the executed contract. Respe, / I Chuck An:-tos, AIA STATEMENT OF CERTIFICATION:The Texas Board of Architectural Examiners,PO Box 12337,Austin,Texas 78711,Telephone (512)305-9000,has jurisdiction over complaints regarding the professional practices of persons registered as architects in the State of Texas REVISED City Proposal Page 4—4 Phase 2 Cosmetic Remodeling of Selena Auditorium - EXHIBIT "A" Page 4 of 4 Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees EMMI 0 ua iv 0 Contract COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Total Amd No. 1 Amd No. 2 Contract Amount Invoiced Previous Invoice Total Invoice Percent Complete $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% 2,000 1,000 0 3,000 1,000 500 1,500 50% 500 0 250 750 0 0 0 0% 2,500 0 1,000 3,500 0 0 0 0% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $500 25% 0 1,120 0 1,120 0 0 0 0% 0 0 1,627 1,627 0 0 0 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% 2,000 1,120 1,627 4,747 500 0 500 11% $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% Sample form for: Payment Request Revised 07/27/00