HomeMy WebLinkAboutResolution - 2000-R0082 - Contract - Carter & Burgess Inc.- Mackenzie Park Outdoor Amphitheater - 03/23/2000Resolution No. 2000-R0082
March 23, 2000
Item No. 27
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract between the City of Lubbock and
Carter & Burgess, Inc. for Professional Architectural, Architectural, and Engineering Design
Services for the City of Lubbock for the proposed new Mackenzie Park Outdoor Amphitheater.
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 Council.
Passed by the City Council this 23rd day of March 92000.
Y SI N, MAYOR
A • ST:
111namell, City Secretary-,,
APPROVED AS TO CONTENT:
Tommy GUhMez U
Director of Civil Services
APPROVED AS TO FORM:
Linda L. Chamales
Supervising Attorney, Office Practice
LLC:cp Cityatt/Linda/Carter&Burgess.Res & ccdocs
March 13, 2000
C*AD Cartern Burgess
Consultants in Planning, Engineering, Architecture,
Construction Management, and Related Services
Resolution No. 2000—ROO82
March 23, 2000
Item No. 27
AUTHORIZATION FOR
PROFESSIONAL SERVICES
PROJECT PROJECT
NAME MacKenzie Park Outdoor Amphitheater NUMBER 020136000
CLIENT City of Lubbock
ADDRESS 1625 13th Street, Lubbock, Texas 79457
hereby requests and authorizes Carter & Burgess, Inc. to perform the following services:
SCOPE Professional Landscape Architectural, Architectural and Engineering Design Services for the City of Lubbock,
MacKenzie Park Outdoor Amphitheater, as described in Scope of Work dated March 9, 2000.
COMPENSATION to be on a basis of Lump Sum of $210,000.00 to be billed on a monthly basis as work is performed in
accordance with Scope of Work dated March 9, 2000.
If technical or professional services are furnished by an outside source, an additional 15% shall be added to the cost of the services
for Carter & Burgess, Inc.'s administrative costs.
Approved fo C OF L BBOC , XAS
BY:
WINDY SITTON
Accepted for CARTER & BURGESS, INC.
By: CA t6w—rte
hony W. Loyd, P.E.
Title:
MAYOR Title:
Date: 1A
Date:
ATTEST:
Linda Chamales
Title:
Kaythie Darnell _.
Title:
City Secretary
Date:
APPROVED AS TO CONTENT:
L��k
ommy Gihzalez
Title: Director of Civil Services
Date:
APPROVED AS TO FORM:
By:C
f
Linda Chamales
Title:
Assistant City Attorney
Date:
Vice President
March 9, 2000
Carter & Burgess, Inc. 7950 Elmbrook Suite 250 Dallas, Texas 75247-4951
(214) 638-0145 Metro (972) 263-2019 Fax (214) 638-0447
PROVISIONS
1. AUTHORIZATION TO PROCEED
Signing this forth shall be construed as authorization by CLIENT for C&B, Inc. to
proceed with the work, unless otherwise provided for in the authorization.
2. LABOR COSTS
C&B, Inc.'s Labor Costs shall be the amount of salaries paid C&B, Inc.'s employees for
work performed on CLIENTs Project plus a stipulated percentage of such salaries to
cover all payroll -related taxes, payments, premiums, and benefits.
3. DIRECT EXPENSES
C&B Inc.'s Direct Expenses shall be those costs incurred on or directly for the
CLIENTS Project, including but not limited to necessary transportation costs including
mileage at C&B Ines current rate when its automobiles are used, meals and lodging,
laboratory tests and analyses, computer services, word processing services, telephone,
printing and binding charges. Reimbursement for these EXPENSES shall be on the
basis of actual charges when furnished by commercial sources and on the basis of
usual commercial charges when fumished by C&B, Inc.
4. OUTSIDE SERVICES
When technical or professional services are furnished by an outside source, when
approved by CLIENT, an additional amount shall be added to the cost of these services
for C&B, Inc.'s administrative costs, as provided on the reverse side of this agreement.
5. COST ESTIMATES
An cost estimates provided by C&B, Inc. will be on a basis of experience and
Judcg
cement, but since It has no control over market conditions or bidding procedures
C&B, Inc cannot warrant that bids or ultimate construction costs will not vary from these
cost estimates.
6. PROFESSIONAL STANDARDS
C&B, Inc. shall be responsible, to the level of competencypresently maintained by other
racticing professional engineers in the same type of work in CLIENTS community, for
e professional and technical soundness, accuracy, and adequacy of all design,
drawings, specifications, and other work and materials furnished under this
Authorization. C&B, Inc. makes no other warranty, expressed or Implied.
7. TERMINATION
Either CLIENT or C&B, Inc. may terminate this authorization by gIving 30 days' written
notice to the other party. In such event CLIENT shall forthwith pay C&B, Inc. in full for
all work previously authorized and performed prior to effective date of termination. If no
notice of termination is given, relationships and obligations created by this Authorization
shall be terminated upon completion of all applicable requirements o this Authorization.
8. ARBITRATION
All claims, disputes, and other matters In question arising out of, or relating to, this
Authorization or the breach thereof may be decided by arbitration in accordance with the
rules of the American Arbitration Association then obtaining. Either CLIENT or C&B,
Inc. may initiate a request for such arbitration, but consent of the other party to such
procedure shall be mandatory. No arbitration arising out of, or relating to this
Authorization may Include, by consolidation, joinder, or in any other manner, any
additional party not a party to this Authorization.
9. LEGAL EXPENSES
In the event legal action Is brought by CLIENT or C&B, Inc. against the other to enforce
any of the obligations hereunder or arising out of any dispute concerning the terms and
conditions hereby created, the losing party shall pay the prevailing party such
reasonable amounts for fees, costs and expenses as may be set by the court.
10. PAYMENT TO C&B, INC. I INTEREST ON PAST -DUE AMOUNTS
Monthly Invoices will be issued by C&B, Inc. for all work performed under the terns of
this agreement. Invoices are due and payable on receipt. Interest at the rate of 1%%
per month will be charged on all past -due amounts, unless not permitted by law. Any
interest charged or collected in excess of the highest legal rate will be applied to the
principal amount owing to C&B, Inc., and if such interest exceeds the principal balance
of CLIENTS indebtedness to C&B, Inc., will be returned to CLIENT. It is the Intent of
C&B, Inc. and CLIENT to abide by all applicable laws regulating the maximum amount
of interest which may be charged. To the greatest extent allowed by applicable law,
CLIENT and C&B, Inc. agree that in the event CLIENT and C&B, Inc. enter into any
compromise or settlement calling for the payment of past due principal and accrued and
unpaid Merest on any past -due rmvoice, C&B, Inc. may charge and CLIENT agrees to
pay Interest on such combined past due principal and accrued and unpaid mterest
amount (the "New Principal Balance') at the rate of 1'r4°h per month or at the highest
rate allowed by law, subject, as provided herein, to C&B, Inc.'s agreement to credit
excess interest or return same to CLIENT after the New Principal Balance is paid.
11. LIMITATION OF LIABILITY
C&B, Inc.'s liability to the CLIENT for any cause or combination of causes is in the
aggregate, limited to an amount no greater than the fee earned under this agreement.
12. ADDITIONAL SERVICES
Services in addition to thoseecs ied in Scope will be provided byy C&B Inc. if
authorized in writing by CLIENT.spAdditional services will be paid for by CLIENT as
indicated in the Letter of Proposal, Task Authorization, or such other document as
deemed appropriate by CLIENT and C&B, and which is referenced under
Compensation.
13. SALES TAX
In accordance with the State Sales Tax Codes, certain surveying services are taxable.
Applicable sales tax is not included in the above proposed fee. Sales tax at an
applicable rate will be indicated on Invoice statements.
14. SURVEYING SERVICES
In accordance with the Professional Land Surveying Practices Act of 1989, the client Is
informed that any complaints about surveying services may be forwarded to the Texas
Board of Professional Land Surveying, 7701 North Lamar, Suite 400, Austin, Texas
78752,(512)452-9427.
15. TERMINATION FOR NON-PAYMENT OF FEES
C&B, Inc. may terminate this contract by giving written notice if any C&B, Inc. invoice
remains unpaid for more than s'ucty (60) days. C&B, Inc.'s right to terminate this contract
shall not be waived by C&B, int.'s continued performance during any period of
Investigation by C&B. Inc. to determine the reasons for CLIENT'S nonpayment.
In case any one or more of the provisions contained in this Agreement shall be held
illegal, the enforceability of the remaining provisions contained herein shall not be
impaired thereby.
REV 03198
Resolution No. 2000-R0082
March 23, 2000
Item No. 27
SCOPE OF WORK
FOR
MACKENZIE PARK OUTDOOR AMPHITHEATER
LUBBOCK, TEXAS
MARCH 9, 2000
I. PROJECT DESCRIPTION
Carter & Burgess, Inc. (C&B) will provide Professional Landscape Architectural,
Architectural, and Engineering Design Services for the City of Lubbock (City) for
the proposed new Mackenzie Park Outdoor Amphitheater. This scope of
services has been developed from the original response by C&B, dated
November 16, 1999, to the City request for proposals for the new amphitheater.
This scope of services has also been developed from discussions involving the
City staff and the C&B design team, as well as a preliminary program for
development with an estimated construction budget of $1,500,000.00. C&B will
retain the professional services of Parkhill, Smith & Cooper, Inc. for the civil
engineering and regulatory permitting involved with the project. C&B will retain
the professional services of Kell Munoz Wigodsky for the architectural design
involved with the project. C&B will also utilize the expertise of PMK, a division of
C&B, for acoustic and theater consulting as needed. The collaborative design
team will prepare final construction documents for the new improvements for the
City to utilize in publicly bidding the work for construction.
Based upon the City provided April 1996 feasibility study by Jones Rowntree
Architects for the Mackenzie Park Amphitheater, the C&B design team reviewed
the study and prepared a revised preliminary program and preliminary cost
estimate for City approval. The revised and approved preliminary program
includes the following: demolition; dirtwork; site concrete; theater seating area
concrete; stage building; restroom building(s); lighting/sound control booth;
landscaping; fencing; water service; sewer; electrical service; site lighting; and
grass seating. This preliminary program has a total construction estimate of
$1,500,000.00. This scope of services and fee schedule is based upon the
$1,500,000.00 program as approved by the City of Lubbock. Should this
program and construction estimate increase, C&B and the City will re-evaluate
this scope of services and determine the basis of compensation in accordance
with additional professional services.
Il. SCOPE OF SERVICES
A. Master Plan, Programming, and Permitting Required
1. The City shall provide the C&B design team with a complete and
accurate topographic survey of the Amphitheater site. The City
shall also provide all other information required to complete the
following Scope of Services including but not limited to: City
maps, reports, exhibits, boundary surveys, utility maps,
easements and right-of-ways, geotechnical information, soils,
vegetation, aerial maps, roadways, bridges, structures, parking,
park amenities, and historical elements within the area. The City
020136000.p04
SII I I "IY I II M
shall also provide to the C&B design team all previous studies and
plans that are pertinent to the Mackenzie Park area.
2. Utilizing the collected data, the C&B design team will develop a
base map for use in preparing the Master Plan for the
amphitheater site.
3. Key members of the C&B design team will examine the existing
site conditions of the Mackenzie Park area with client
representatives. The team will evaluate the site in terms of its
natural character, existing manmade elements, terrain/slopes,
drainage/lake features, vehicular circulation, pedestrian
circulation, and adjacent land areas including the South Plains
Fairgrounds.
4. The C&B design team will attend one (1) meeting with City staff,
Convention & Tourism Bureau representatives, Park Board
members, City Council members, Fairground representatives,
Special event representatives, and other related committees and
stakeholders regarding the history and proposed development of
the Mackenzie Outdoor Amphitheater. This meeting will be
intended to establish goals, objectives, and a final program for the
new amphitheater. The final program developed during this
meeting will be the basis for the design of the new Master Plan.
5. The C&B design team will prepare one (1) Conceptual Master
Plan drawing for the proposed development of the new
amphitheater complex. The Master Plan drawing may include
plans, sketches, and elevations that graphically communicate the
design concept. The design team will also prepare preliminary
cost estimates for the proposed development of the amphitheater
complex.
6. As a part of the Master Plan development, the C&B design team
will prepare a list of Local, State and Federal guidelines,
requirements, laws, permits, and mitigation measures that will
have to be addressed to implement the amphitheater project.
These may include the following: existing State permits;
Verification of no impact to existing base flood elevations; Texas
Natural Resource Conservation Commission (TNRCC); U. S.
Army Corps of Engineers (COE); Texas Historical Commission
(THC); Texas Department of Licensing and Regulation (TDLR);
Texas Parks & Wildlife Department (TPWD); US Fish & Wildlife;
and Environmental Protection Agency (EPA). This list will identify
what will be required by each agency and the time frame expected
to accomplish these permits; however, no actual permits will be
prepared until the City provides a written notice to proceed with
permitting activities.
020136000.p04 2
11111, a 1 u i. I 1., r
7. Key members of the design team will attend one (1) meeting with
client representatives to present the Conceptual Master Plan
drawing. The purpose of the meeting will be to present the overall
concept and costs associated with the new amphitheater, and to
confirm that the Master Plan, program, and costs are consistent
with the needs of the client.
8. The C&B design team will utilize the approved Master Plan,
program and cost estimate as the basis for Schematic Design.
B. Permit Applications
1. The C&B design team will begin preparing the required applications,
permits, etc. to be submitted to the various regulatory agencies. This
process will need to occur as early on as possible to expedite the
schedule for the various permits that may be required prior to any
construction activities.
2. C&B will provide the Client with written notification that all permits
required by the contract described herein have been obtained.
C. Schematic Design & Design Development
1. Based upon the approved Master Plan, the C&B design team will prepare
Schematic Design drawings for the approved program improvements
within the amphitheater project. The Schematic Design drawings will be
based upon the City approved program and costs as obtained in Task A.
2. Key members of the C&B design team will attend one (1) meeting with
client representatives to present the Schematic Design drawings. The
client shall provide, in writing, all review comments for the Schematic
Design drawings and written approval prior to proceeding into Design
Development.
3. Based upon the approval of the Schematic Design drawings, the C&B
design team will prepare Design Development drawings for proposed new
amphitheater project. The Design Development submittal will include
drawings and a table of contents for the specifications and contract
documents. The Design Development submittal will also include a
revised cost estimate for the proposed construction.
4. The City shall provide, in writing, all review comments for the Design
Development submittal. The C&B design team will obtain these written
comments and approval from the City prior to proceeding into the final
construction documents.
020136000.p04 3
II !" I IY 1. { r
D. Final Construction Documents
1. Based upon the written approval from the City of the design development
submittal, the C&B design team will prepare Final Construction
Documents for the improvements proposed within the new amphitheater
project. The Final Construction Documents will be comprised of both the
drawings and the specifications/contract documents booklet. It is
anticipated that the documents will include the following: demolition
plan(s); grading plan(s); layout plan(s); pedestrian walkway plan(s); utility
plan(s); architectural plan(s); electrical plan(s); mechanical plan(s);
planting plan(s); irrigation plan(s); and various construction detail sheets.
The contract documents booklet will include City provided forms, general
conditions, contractual forms, insurance requirements, technical
specifications by C&B, etc., for the bidding of the project.
E. Bidding & Contract Award
1. The C&B design team will assist the City in preparing the advertisement
for public bid. The City will be responsible for all bid advertisements,
printing of multiple sets of bid documents, and costs associated with
public notifications.
2. Key members of the design team will attend the pre-bid conference with
City representatives and potential bidders.
3. The C&B design team will assist the City in answering contractor
questions during bidding period, and assist the City in preparing
addendum(s), if required, during the bid phase.
4. Key members of the design team will attend the bid opening with City
representatives.
5. The C&B design team will assist the City in reviewing the contractor's
bids and provide a recommendation to the City for award of contract.
F. Construction Administration Phase
1. The C&B design team will assist the City by attending a total of ten (10)
site progress meetings during construction to evaluate the work by the
contractor. The City will be responsible for the day -today administration
of the construction contract.
2. The C&B design team will prepare a written Field Report for each meeting
attended during the construction of the project.
3. The C&B design team will process submittal and shop drawing reviews as
submitted by the contractor during the construction process.
4. The C&B design team will review pay applications as submitted by the
contractor and forward to the City with the appropriate recommendation.
020136000.p04 4
5. The C&B design team will attend a final site walk-through as the tenth site
progress meeting with city representatives, the contractor, and
subcontractor's to review the completion of work. The team will provide
written comments to the City for the City to utilize in preparing a final
"punch list" for work to be completed by the contractor.
III. FEE COMPENSATION
The cost for performing these services set forth herein is based upon an
approximate construction budget of $1,500,000.00 and will be as follows:
A. Master Plan, Programming, and Permitting Required $15,000.00
B. Permit Applications $14,500.00
C. Schematic Design and Design Development $60,550.00
D. Final Construction Documents $85,250.00
E. Bidding & Contract Award $8,150.00
F. Construction Administration Phase $16,550.00
Total Basic Design Services $200,000.00
Reimbursable Expenses (Not to Exceed) $10,000.00
(Reimbursable expenses will be additional to the basic services cost. These
expenses include, but may not be limited to such items as reproduction,
computer plotting, printing, photography, aerial maps, travel/mileage, car
rental, fax, Xerox copies, meals, lodging, couriers, postage, deliveries, etc.)
TOTAL FEE $210,000.00
(Billed on a monthly
basis as work
progresses)
IV. SCHEDULE
SCOPE ITEMIDESCRIPTION
Notice to proceed by City
Master Pian, Programming
and begin Permitting
City Master Plan Presentation/Review
Schematic Design
City Schematic Design Review
Design Development
City Design Development Review
Construction Documents
City Construction Document Review
Bidding/Contract Award
Project Construction
020136000.p04
ESTIMATED SCHEDULE
Friday, March 31, 2000
April 3 — April 21
April 24 — April 28
May 1 — May 23
May 24—May 31
June 1 — July 21
July 24 — July 28
July 31 — Sept 21
Sept 22 — Sept 28
Oct 2 — Nov 17
Nov 20, 2000—Aug 31, 2001
SCHEDULE ASSUMPTIONS:
1. Contract finalized & Notice to Proceed no later than April 1, 2000.
2. City review periods occur as shown and approval to proceed given in writing
within 5 business days from receipt of documents by City.
3. Should any additional permitting, historical/cultural reviews and/or documentation,
or archeological investigations/documentation be required, the above schedule will
be reviewed by C&B and the City and revised to reflect the additional scope and
schedule.
Vi. ASSUMPTIONS
A. The City and the C&B design team have designated a construction
budget of $1,500,000.00 for the program improvements for the Mackenzie
Park Outdoor Amphitheater. Should this construction budget increase or
decrease, or the City should require alternate bid items to be included in
the construction document package, C&B and the City staff will re-
evaluate this scope of work and determine the basis of compensation in
accordance with revisions to the design services. The following program
items and budgets were identified by the City and the C&B design team
via a fax transmittal dated February 29, 2000 for the Mackenzie Park
Outdoor Amphitheater (see Exhibit "A"):
- Demolition
$52,000.00
- Dirtwork
$50,000.00
- Site Concrete
$75,000.00
- Theater Seating Area Concrete
$159,000.00
- Stage Building
$500,000.00
- Restroom Building(s)
$352,000.00
- Lighting/Sound Control Booth
$12,000.00
- Landscaping
$25,000.00
- Fencing
$50,000.00
- Water Service
$8,000.00
- Sewer
$37,000.00
- Electrical Service
$18,000.00
- Site Lighting
$60,000.00
- Grass Seating
$40,000.00
Subtotal
$1,438,000.00
Remaining Budget/
Contingency
$62,000.00
PROGRAM TOTAL $1,500,000.00
B. The City will provide, as expeditiously as possible, all base information
currently in its possession, necessary to complete the scope of services
described herein. This scope of services does not include any survey
work. Should additional survey information be necessary, the City will
provide this information to C&B. ALL INFORMATION PROVIDED BY
THE CITY IS ASSUMED TO BE ACCURATE AND COMPLETE,
020136000.p04 6
UNLESS OTHERWISE INDICATED BY THE CITY. Any information
required to complete this scope of work that cannot be readily provided by
the City will remain the responsibility of the City. All such information
shall be provided to C&B, and any costs associated with acquisition will
be bome by the City.
C. This scope of services does not include any "Site Inventory" as identified
in the City RFP, item b, page 3, dated 10-13-99, requiring documentation
of all existing CCC structures that will be removed to allow for proposed
construction.
D. This scope of services does not include any water regulatory permitting
with the U. S. Army Corp of Engineers (COE) for 404 permitting. This
scope of services does not include any water regulatory permitting with
the Federal Emergency Management Agency (FEMA) for preparing a
CLOMR or LOMR. It is assumed at this point that the proposed
amphitheater project will not impact the existing lake and therefore not
require these types of permits. Should these permits become necessary
at a later date during the design process, C&B and the City staff will re-
evaluate this scope of services and determine the basis of compensation
for preparing the regulatory permits.
E. This scope of services does not include any services for environmental
engineering such as an Environmental Assessment (EA) or
Environmental Impact Statement (EIS).
F. The C&B design team will attend all meetings and/or presentations as
described within this scope of services. Additional meetings and/or
presentations requested by the City will be considered as additional
services. The C&B design team will provide one (1) Conceptual Master
Plan drawing. Any additional illustrative drawings requested by the City
will be considered additional services.
G. Any cost estimates by the C&B design team will be on a basis of
experience and judgment, but since the team has no control over market
conditions or bidding procedures, it cannot warrant that bids or ultimate
construction costs will not vary from these cost estimates. However, the
C&B design team acknowledges that the City is relying on the cost
estimates provided by the team and anticipates minimal variation from the
cost estimates provided.
H. The City will pay for all required governmental processing fees and public
notice advertising costs.
It is anticipated that the Mackenzie Park Outdoor Amphitheater project
will be prepared as one (1) bid package. If additional bid packages are
requested by the City for phasing breakouts or alternate bid items, C&B
will re-evaluate the scope of services to address additional fees required
for these services.
020136000.p04 7
,Ltl a ,i 11 . r
VII. MISCELLANEOUS
A. For the purpose of this Scope of Work:
Owner's Representative: Corbin Pemberton
(City of Lubbock)
Project Manager: Ken Howell
(C&B)
B. If Owner's representative or project manager change during the course of
the contract, client and/or consultant will notify of said change in writing 5
business days prior to said change.
Corbin Pemberton Phone: (806) 775-2689
P.O. Box 2000 Fax: (806) 775-2686
1010 9"' Street
Lubbock,Texas 79457
Ken Howell Phone: (214) 638-0145
7950 Elmbrook, Suite 250 Fax: (214) 638-0447
Dallas, Texas 75247
C. Insurance: Certificate of Insurance shall be provided to the City to insure
that it is satisfactory to the Risk Management Coordinator.
020136000.p04 8