Loading...
HomeMy WebLinkAboutResolution - 2013-R0175 - Agreement - Chapman Harvey Architects Inc.- Civic Center ADA Requirements - 06/13/2013\ If Resolution NO. 2013-R0175 June 13, 2013 I Item NO. 5.20 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock , Professional Services Agreement for design and professional construction to meet ADA requirements at the Lubbock Memorial Civic Center, by and between the City of Lubbock and Chapman Harvey Architects, Inc., and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on _ _.J.._.u .... n ... e~1~1 ... , ...-42 ....... 0 ...... 1_.3 ______ _ ATTEST: APPROVED AS TO CONT": -~~ Scott Snider, Assistant City Manager Community Services APPROVED AS TO FORM: ~~ ~ Chad Weaver, Assistant City Attorney vw:ccdocs/RES.PSA-Chapman Harvey Architects, Inc. May 21, 2013 Resolution No. 2013-R0175 PROFESSIONAL SERVICES AGREEMENT This Professional Services Agreement ("Agreement") is entered into this 13th day of -~J=un=e~----• 2013, by and between the City of Lubbock (the "City"), a Texas home rule municipal corporation, and Chapman Harvey Architects, Inc. (the "Architect"), a Texas corporation. WITNESSETH WHEREAS, Architect has substantial skill and experience in design and professional construction oversight of the Americans with Disabilities Act, the Texas Accessibility Standards, interior design associated with various surfaces to provide recommendations on methods to meet ADA requirements, painting, floor replacement and restroom renovations at the Lubbock Memorial Civic Center (the "Project"). WHEREAS, Architect has demonstrated competence and qualifications to perform the Services, as defined below, and will perform the Services for the price provided herein, said price stipulated by City and Architect to be a fair and reasonable price; WHEREAS, the City desires to contract with Architect to perform services related to the Project and Architect desires to provide the services related to same. NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the City and Architect agree as follows: ARTICLE I Services 1.01 Architect shall conduct all activities and within such time frames, as set forth: a) field review and documentation of the existing conditions after demolition, b) architectural drawings, 1 c) specifications, and d) assist with bidding and contract administration of the Project. ARTICLE II Compensation and Term 2.01 The consideration to be paid for the Services to be provided the City as described in Article I shall be as provided in Exhibit "A", attached hereto not to exceed $204,292. This amount shall be invoiced to the City monthly for work performed. 2.02 This Agreement shall expire twenty-four months from commencement. Additionally, the City may terminate this Agreement by providing written notice to Architect at least thirty (30) days prior to the effective date of termination as provided in such notice. 2.03 The Architect's compensation is based on immediate authorization to proceed and timely completion of the Project. If the Project timing deviates from the assumed schedule for causes beyond the Architect's control, the Architect may request renegotiation of those portions of the compensation affected by the time change. 2.04 This agreement may be amended to include other services as required. ARTICLE III Independent Contractor 3.01 It is understood and agreed that Architect is to perform the Services in a sound and professional manner and exercising the degree of care, skill and diligence in the performance of the Services as is exercised by a professional architect under similar 2 4.01 circumstances and Architect hereby represents to the City that the Services shall be so performed. Further, Architect is and shall be considered at all times an independent contractor under this Agreement and/or in its service, hereunder. During the performance of the Services under this Agreement, Architect and Architect's employees will not be considered, for any purpose, employees or agents of the City within the meaning or the application of any federal, state or local law or regulation, including without limitation, laws, rules or regulations regarding or related to unemployment insurance, old age benefits, workers compensation, labor, personal injury or taxes of any kind. ARTICLE IV Events of Default/Remedies a. City's Defaults/Architect's Remedies. In the event the City shall default in the performance of any term or provision of this Agreement for any reason other than failure by Architect to perform hereunder, Architect may, if said default shall be continuing after five (5) days notice of such default is deemed received by the City, exercise any right or remedy available to it by law, contract, equity or otherwise. b. Architect's Defaults/City's Remedies. In the event Architect shall default in the performance of any term or provision of this Agreement for any reason other than failure by the City to perform hereunder, the City may, if said default shall be continuing after five (5) days notice of such default is deemed received by Architect, exercise any right or remedy available to it by law, contract, equity or otherwise, including without limitation, specific performance and/or the right to terminate this Agreement without additional 3 notice. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. ARTICLEV Insurance/Indemnity 5.01 Architect shall procure and carry, at its sole cost and expense through the life of this Agreement, insurance protection as hereinafter specified, in form and substance satisfactory to City, carried with an insurance company authorized to transact business in the state of Texas, covering all aspects and risks of loss of all operations in connection with this Agreement, including without limitation, the indemnity obligations set forth herein. Architect shall obtain and maintain in full force and effect during the term of this Agreement, and shall cause each approved subcontractor or subconsultant of Architect to obtain and maintain in full force and effect during the term of this Agreement, commercial general liability, professional liability and automobile liability coverage for non-owned and hired vehicles with insurance carriers admitted to do business in the state of Texas. The insurance companies must carry a Best's Rating of A-VII or better. Architect shall maintain professional liability to include coverage for the term of the project and continuous coverage for a period of not less than five years after the project completion. Except for Professional Liability, the policies will be written on an occurrence basis, subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $1,000,000 Professional Liability: 4 Combined Single Limit: $1,000,000 Automobile Liability: Combined Single Limit for any auto: $500,000 Per Occurrence Architect shall further cause any approved subcontractor to procure and carry, during the term of this Agreement, Professional Liability coverage, as specified above for Architect, protecting City against direct losses caused by the professional negligence of the approved subcontractor. The City shall be listed as an additional insured on a primary and non-contributory basis with respect to the Automobile Liability and Commercial General Liability and shall be granted a waiver of subrogation under all policies. Architect shall provide a Certificate of Insurance to the City as evidence of coverage. The Certificate shall provide 30 days notice of cancellation. A copy of the additional insured endorsement and waiver of subrogation attached to the policy will be included in the Certificate. Architect shall elect to obtain workers' compensation coverage pursuant to Section 406.002 of the Texas Labor Code. Further, Architect shall maintain said coverage throughout the term of this Agreement and shall comply with all provision of Title 5 of the Texas Labor Code to ensure that the Architect maintains said coverage. Any termination of workers' compensation insurance coverage by Architect or any cancellation or non-renewal of workers' compensation insurance coverage for the Architect shall be a material breach of this contract. The Architect may maintain Occupational Accident and Disability Insurance in lieu of Worker' Compensation. In either event, the policy must be endorsed to include a waiver of subrogation in favor of the City of Lubbock. 5 Employer's Liability with limits of at least $500,000 each accident, $500,000 by disease policy limit, and $500,000 by disease each employee shall also be obtained and maintained throughout the term of this Agreement. If at any time during the life of the Agreement or any extension hereof, Architect fails to maintain the required insurance in full force and effect, Architect shall be in breach hereof and all work under the Agreement shall be discontinued immediately. Architect, to the fullest extent permitted by law, shall indemnify, defend and hold City, its officers, agents, employees and elected officials free and harmless from and against any and all claims, losses, and/or liabilities and expenses, and including reasonable attorney's fees as a result of, related to or arising from Architect's use or occupation of City owned lands, and/or the performance, operations or omissions under this Agreement to the extent of Architect's negligence of any kind or type. The indemnity provided herein shall survive the expiration or termination of this Agreement. The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, the former shall control. ARTICLE VI Miscellaneous 6.01 Architect shall comply with applicable laws, statutes, regulations, ordinances, rules and any other legal requirement related to, in any way, manner or form, the performance of the Services contemplated herein at the time services are performed. 6 6.02 Any notice required by this Agreement shall be deemed to be properly served, if (i) provided in person or by telephonic facsimile; or (ii) deposited in the United States mail by certified letter, return receipt requested, addressed to the recipient at recipient's address shown below, subject to the right of either party to designate a different address by notice given in the manner just described. Notice shall be deemed to be received when delivered if provided in person or by telephonic facsimile or, if deposited in the United States mail, as set forth above, three (3) days after depositing such notice in the United States mail, as set forth above. For City: Freddy Chavez, Civic Services Director 1501 Mac Davis Lane Lubbock, Texas79401 Phone: 806-775-2236 Facsimile: (806) 775-3240 Email: fchavez@mylubbock.us For Architect: Larry G. Harvey, A.I.A. Chapman Harvey Architects, Inc. 612 Broadway Lubbock, Texas79401 Phone: 806-749-1153 Facsimile: (806) 749-1866 Email: larryh@chapmanharvey.com 6.03 THIS AGREEMENT IS TO BE CONSTRUED UNDER TEXAS LAW WITHOUT REGARD TO CONFLICT OF LAW RULES THAT WOULD DIRECT APPLICATION OF THE LAWS OF ANY OTHER JURISDICTION. THE OBLIGATIONS OF THE PARTIES CREATED BY THIS AGREEMENT ARE PERFORMABLE, AT LEAST IN PART, IN LUBBOCK COUNTY, TEXAS. VENUE FOR ANY ACTION BROUGHT 7 PURSUANT TO THIS AGREEMENT, OR ACTIVITY CONTEMPLATED HEREBY, SHALL EXCLUSIVELY BE IN LUBBOCK COUNTY, TEXAS. 6.04 This Agreement, including the exhibits and attachments hereto, represents the entire and sole agreement between the City and Architect with respect to the subject matter hereof and supersedes any and all prior negotiations, understandings, representations or other agreements, whether written or oral. This Agreement may not be modified or amended except in writing and duly executed by each party hereto. 6.05 Nothing contained herein shall be construed to imply a joint venture, joint enterprise, partnership or principal -agent relationship between Architect and the City. 6.06 If any provision of this Agreement is declared invalid or unenforceable, such provision shall be deemed modified to the extent necessary to render it valid and enforceable so long as said modification is reasonably within the intent the parties as originally expressed. In the event such provision may not be so modified, the unenforceability or invalidity of any provision shall not affect any other provision of this Agreement, and this Agreement shall continue in force and effect as if such provision had not been included in this Agreement. 6.07 Any and all final documents, drawings and specifications prepared by Architect as part of the Services hereunder, shall become the property of the City when Architect has been compensated as set forth in Section 2.01, above. The City will assume sole liability for any reuse or modification of the Architect's work product. The Architect may make copies of any and all work products for its files. 6.08 A waiver by either City or Architect of a breach of this Agreement must be in writing to be effective. In the event either party shall execute and deliver such waiver, such waiver shall not affect the waiving party's rights with respect to any other or subsequent breach. 8 6.09 Except as otherwise provided herein, neither City nor Architect may assign or subcontract any part of the Services under this Agreement, in whole or in part, without the written consent of such assignment by the non-assigning party. Architect may, subject to the right of approval by the City, subcontract certain Services to highly qualified professionals. The right of approval of the Architect's subcontractors is hereby delegated by the City Council of City to the Civic Services Director. The approval by the City of the subcontract requested by Architect shall not affect the liability of Architect hereunder to City for the timely performance of the Services as prescribed in this Agreement. The term "Architect", as used in and for all purposes of this Agreement, includes Architect's subcontractors and subconsultants. City and Architect each bind itself or himself, their legal representatives and permitted assigns in respect to all provisions of this Agreement. 6.10 Nothing in this Agreement shall be construed to provide any rights or benefits whatsoever to any party other than City and Architect. 6.11 Architect represents and warrants to City that it has taken all actions necessary to authorize the party executing this Agreement to bind, in all respects, Architect to all terms and provisions of this Agreement, and that such person possesses authority to execute this Agreement and bind Architect hereto. 6.12 The authority to authorize Additional Services, as defined and limited herein, and to act as Owner representative, as contemplated herein, including but not limited to, Exhibit "A", is hereby subject to the City Council approval. IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized representatives as of the date first written above. 9 CITY OF LUBBOCK G~MAYOR Chad Weaver, Assistant City Attorney 10 Owner: Architect: Project: CONTRACT FOR ARCIDTECTURAL SERVICES City of Lubbock, Texas Chapman Harvey Architects, Inc. Lubbock Memorial Civic Center Renovations DESCRIPTION OF SCOPE OF SERVICES EXIDBITA This attachment contains the project description and scope of services for the Lubbock Memorial Civic Center renovations project. The scope of work: Provide complete architectural, mechanical and electrical design documents (plans and specifications) for bidding and construction for the renovations to the Civic Center that shall include: Compliance with Texas Accessibility Standards as related to restrooms, carpet replacement (Banquet Hall, Theater,& Pedestrian Mall), painting of City designated wall and ceiling surfaces, and all interior hand rail replacement as outlined in the March 14, 2013 Proposed Renovations Scope of Work, Exhibit B. In addition, Chapman Harvey shall provide full construction administration (CA) services for the project that shall include submittal and shop drawing reviews, RFI responses and regular construction site inspections including final inspections. Contract design documents (CD's) to include all drawings and specifications required for: Architectural: Restroom renovations, and carpet replacement, and City designated wall & ceiling painting, and all handrail replacement Mechanical: Plumbing fixtures Electrical: Lighting fixtures Fee Arrangement: Fixed lump sum fee not to exceed $134,003.00 (one hundred, thirty-four thousand, and three dollars) for Base Bid items and a fixed lump sum fee not to exceed $70,289.00 (seventy thousand, two hundred, eighty-nine dollars) for additional bid components. The statement for services will not exceed the following percentage of the total fee: Through Design Development Through Construction Bid Documents Through Construction Administration 50% 80% 100% Special Conditions: Upon construction document completion CHA will provide professional services for all design and scope changes and/or additional services as requested by Client. These services will be provided on an hourly basis at the rates indicated below. Position Principal Design Architect Design Engineer 11 Hourly Rate 160 140 140 Intern Architect 110 Intern Engineer 110 Drafter 90 Clerical 70 12 Lubbock Memorial Civic Center 2013 Proposed Renovations Scope of Work February 28, 2013 (Revised March 14, 2013) EXHIBITB The following architectural and engineering scope of work represents what is understood to be the scope of work for Chapman Harvey Architects. INTERIOR OVERALL l. All existing toilet rooms and dressing rooms are to be completely rebuilt and made to be in compliance with Texas Accessibility Standards. Rebuilt toilet and dressing rooms will include new plumbing fixtures and controls, new ceramic floor and walls, and gypsum board ceiling interior finishes, new light fixtures, new exhaust fan grilles, new HV AC grilles, and new toilet accessories. 2. Rebuild all existing public drink fountains, make fully accessible. Administration omitted. 3. In areas selected by the City, provide new carpet and base. All colors and patterns are to be reviewed and approved by the City from submitted samples and finish schedules. 4. Alternate Bid In areas selected by the City, provide new quarry tile, vinyl tile, epoxy coated floor, and/or reseal concrete finishes that match the existing materials. 5. Alternate Bid All existing exterior window gaskets are to be reset, providing an air tight seal. Where gaskets cannot be reset, the existing gasket is to be replaced with matching gaskets. EXHIBIT HALL I. Alternate Bid Paint all wall surfaces adjacent to the Exhibit Hall floor and mezzanine seating areas. The color and graphic patterns are to be selected by the City from submitted samples and finish schedules. 2. Toilet rooms accessed from the Exhibit Hall are included in the toilet reconstruction noted in Item I of the Interior Overall category above. These include toilet rooms located at the northeast, southeast, northwest, and southwest comers of the Exhibit Hall. 3. Alternate Bid Replace existing stairway coverings in and around the Exhibit Hall seating areas. BANQUET HALL I. Replace all of the existing carpet and base with new carpet and base, pattern and colors are to be selected by the City from submitted samples and finish schedules. 2. Repaint the existing walls to compliment the new floor carpet selected. Existing acoustic wall panels are to be recovered with material complementing the new paint. 3. Alternate Bid Repair selected areas within the food preparation and serving areas. The City is to assist in determining which locations are to be repaired. 13 MEETING ROOMS I. Rebuild the Men's and Women's toilet rooms north of the meeting rooms as outlined in Item I of the Interior Overall above. PEDESTRIAN MALL I. Remove the existing stair tread and riser finishes. Install new tread and riser material selected by the City from submitted samples. 2. Replace all of the existing stair handrails with new handrails compliant with the Texas Accessibility Standards. 3. Paint all of the existing painted wall surfaces between the floor and the valance. Paint all of the existing columns full height from floor to ceiling. 4. Repair all ceiling damage, retexture ceiling to match the existing ceiling texture, paint the affected area to naturally occurring boundaries such as ceiling expansion joints, walls, or change in ceiling heights. 5. Repair wall dings and minor damage throughout the Pedestrian Mall. The repair is to match the adjacent wall material, texture, and color so the repair is not obvious. 6. Rebuild the two small toilet rooms at the north side of the mall, near the west entrance to the Banquet Hall. Follow the outlined reconstruction of Item I in the Interior Overall category above. 7. Alternate Bid Repair the existing floor finish of the lower level near the base of the spiral stairs. 8. Alternate Bid Replace the existing quarry tile floor with an alternate flooring option selected by the City from submitted samples and finish schedules. THEATER I. Replace all of the existing floor coverings throughout the Theater, the Theater Lobby, and the north and south Theater Concourses. This is to include new stair treads, risers, and warning markers leading to stairs. All the replacement options will be selected by the City from submitted samples and finish schedules. 2. Replace the existing handrail systems in the Theater Concourses with new Texas Accessibility Standard compliant handrails and toe guards. Design new protective handrails leading to the steps along the sides of the lower level seating. 3. Alternate Bid Rebuild the existing toilet rooms and dressing rooms located back stage. Rebuilt spaces are to be in compliance with the Texas Accessibility Standards. 4. Alternate Bid Replace the existing flooring in the cosmetic room, conductor's rooms, men's and women's dressing rooms with a vinyl tile floor selected by the City from submitted samples and finish schedules. 14 TERRACE SUITE I. Replace all of the existing carpet and base with City selected carpet and base. 2. Rebuild the Men's and the Women's toilet rooms off the Terrace Suite. Rebuilt rooms are to comply with the Texas Accessibility Standards. Follow the outlined reconstruction of Item I in the Interior Overall category above. 3. Alternate Bid _Remove the paint from the original wood paneling. Refinish the wood paneling with a transparent, low sheen finish. Refinish the unpainted original wood paneling in the adjacent social area to the south, match the meeting room finish. MEZZANINE I. Replace all of the existing carpet and base with new carpet and base selected by the City from submitted samples and finish schedules. 2. Coordinate the reconstruction of the existing stair treads, risers, and handrails noted in Items I and2 of the Pedestrian Mall category. 3. Paint all of the existing painted wall surfaces between the floor and the ceiling. Paint all of the existing columns full height from floor to ceiling. 4. Repair all ceiling damage, retexture ceiling to match the existing ceiling texture, paint the affected area to naturally occurring boundaries such as ceiling expansion joints, walls, or change in ceiling heights. 5. Repair wall dings and minor damage throughout the Mezzanine. The repair is to match the adjacent wall material, texture, and color so the repair is not obvious. ADMINISTRATION I. Rebuild the existing toilets, two staff toilet rooms and one private Director's toilet room. Rebuilt toilets are to comply with the Texas Accessibility Standards. Follow the outlined reconstruction of Item 1 in the Interior Overall category above. 2. Replace the existing carpet and base with new carpet and base selected by the City from submitted samples and finish schedules. 3. Alternate Bid Replace vinyl tile in administration kitchen with new flooring selected by the City from submitted samples and finish schedules. END OF PROJECT SCOPE 15