Loading...
HomeMy WebLinkAboutO-2005-2822 REQUEST FOR CITY COUNCIL AGENDA ITEM Requested By: S. Gillett Agenda Date Requested: Appropriation Source of Funds: GEN904 Department: Public Works Account Number: 015-9892-904-1100 Report: Resolution: Ordinance: xx Amount Budgeted: N/A Exhibits: Ordinance Amount Requested: $161,000 Exhibits: Al!:reement with Huitt~ZoIlars Budgeted Item: YES Exhibits: RFQ Evaluation SUMMARY & RECOMMENDATION The decision by the City to use the design-build method for the proposed Police Facility requires that specific steps be taken to comply with current state law. State law (Section 271-119 Local Government Code) specifically requires that the governmental entity utilizing design-build shall select or designate an engineer or architect independent of the design-build firm to act as its representative for the duration of the project. If the engineer or architect is not a full-time employee, the entity shall select a consultant based on demonstrated competence and qualifications. The City does not currently employ an engineer or architect (defined as registered with the state). The City also has no experience with design-build. Qualification statements were received from three (3) firms experienced in Program Management of design-build projects. A selection committee reviewed the qualifications and ranked each firm based on the criteria outlined in the Request For Qualifications (RFQ). The ranking form and recommendation is attached. The top-ranked firm was identified as Huitt~Zollars, an engineering firm in Houston that has extensive experience with design-build program management. Huitt~Zollars was requested to submit a proposal to perform program management services to the city for this Project. The proposal is a part of the attached agreement. An outline ofthe scope and cost is listed below: · Request for Proposal Preparation Phase $ 75,000 · Design-Builder Proposal Evaluation Phase $ 23,000 · Design Development and Construction Phase $ 33,000 · Construction Administration Phase $ 30,000 Total $161,000 Lump Sum Hourly, Not to Exceed Hourly, Not to Exceed Hourly, Not to Exceed With an estimated construction cost of $7M+, this contract represents approximately 2.3% of the total. The preparation and evaluation of the Request for Proposals is as critical as the actual design-construction of the project. Action Required bv Council: Approve an ordinance authorizing the City Manager to execute an agreement with Huitt~Zollars to perform Program Management services for the Policy Facility Project at a cost not to exceed $161,000. cJ1Ma 4---& - () 5 Debra Feazelle, Ci Date ORDINANCE NO. 2005- ( AN ORDINANCE APPROVING AND AUTHORIZING AN AGREEMENT BETWEEN THE CITY OF LA PORTE AND HUITT-ZOLLARS, INC., TO PROVIDE PROGRAM MANAGEMENT SERVICES FOR THE NEW POLICE FACILITY, APPROPRIATING THE SUM NOT TO EXCEED $161, 000 . 00 , TO FUND SAID CONTRACT, MAKING VARIOUS FINDINGS AND PROVISIONS RELATING TO THE SUBJECT, FINDING COMPLIANCE WITH THE OPEN MEETINGS LAW, AND PROVIDING AN EFFECTIVE DATE HEREOF. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE: Section 1. The City Council hereby approves and authorizes the contract, agreement, or other undertaking described in the title of this ordinance, a copy of which is on file in the office of the City Secretary. The City Manager is hereby authorized to execute such document and all related documents on behalf of the City of La Porte. The City Secretary is hereby authorized to attest to all such signatures and to affix the seal of the City to all such documents. City Council appropriates the sum not to exceed $161,000.00 from City of La Porte Fund Project No. GEN 904, to fund said contract. Section 2. The City Council officially finds, determines, recites, and declares that a sufficient written notice of the date, hour, place and subject of this meeting of the City Council was posted at a place convenient to the public at the City Hall of the City for the time required by law preceding this meeting, as required by the Open Meetings Law, Chapter 551, Texas Government Code; and that this meeting has been open to the public as required by law at all times during which this ordinance and the subject matter thereof has been discussed, considered and formally acted upon. The City Council further ratifies, approves and confirms such written notice and the contents and posting thereof. Section 3. This Ordinance shall be effective from and after its passage and approval, and it is so ordered. PASSED AND APPROVED, this 11th day of April, 2005. By: CITY OF LA PORTE ~~~~ Alton E. Porter Mayor ATTEST: ~iJ#~l~t(:tw/ City Secretary APP~zJ.~ Knox W. Askins City Attorney 2 HUITT-ZOLlARS. INC. . 1500 South Dairy Ashford . Suite 200 . Houston, TX 77077-3858 . 281.496.0066 phone . 281.496.0220 fax . huitt-zollars.com Letter of Transmittal Date: 03/30/05 Project No.: ATTENTION: Mr. Stephen L. Gillett. Director of Public Works REFERENCE: Standard Form of Aqreement C),f"{'lf-!1 fiB K=' Xjll' .. ... ,,'-- ';, < ".-1 l,l fi '. ~, '" ''''''",..-""" City of La Porte 2963 North 23rd Street MAR 3 1 Z005 TO: La Porte. TX 77571 p~,~LJl"" ~ t) ~,;:; t '; \; \.;"/U H ~{S WE ARE SENDING YOU: o Shop Drawings o Copy of letter [8] Attached o Prints o Change Order o Under a separate cover o Plans 0 Specifications o Samples D Copies 2 Date 03/30/05 No. Description Standard Form of Agreement THESE ARE BEING TRANSMITTED as checked below: [8] For approval 0 Approved as submitted D Resubmit D For your use 0 Approved as noted D Submit o As requested D Returned for corrections D Return D For review and comment D D FOR BIDS DUE 20_ 0 PRINTS RETURNED AFTER LOAN TO US copies for approval copies for distribution corrected prints REMARKS: Please find enclosed two (2) original contracts for your review and further processing. Please contact me with any questions. Thank you. COPY TO: Alp SIGNED BY:~ t;~ STANDARD FORM OF AGREEMENT BETWEEN CITY OF LA PORTE, TEXAS AND HUITT-ZOLLARS, INC. STATE OF TEXAS COUNTY OF HARRIS THIS AGREEMENT, made the J Wl-day of April, 2005 by and between City of La Porte, Texas, hereinafter called the "City", and Huitt-Zollars, Inc., a corporation existing under the laws ofthe State ofTexas, hereinafter called the "Huitt-Zollars". WITNESSETH, that whereas the City intends to retain the services of Huitt-Zollars to perform program management services for the City's Design-Build new Police Station, such improvements being hereinafter called the "Project". NOW, THEREFORE, the City and the Huitt-Zollars, in consideration of the mutual covenants and agreements herein contained, do agree as follows: 1. EMPLOYMENT OF Huitt-Zollars: The City agrees to employ the Huitt-Zollars and the Huitt-Zollars agrees to perform the professional services in connection with the Project in La Porte, Texas and for having rendered such services, the City agrees to pay to the Huitt-Zollars compensation as stated in the sections to follow: 2. CHARACTER AND EXTENT OF SERVICES: The character and extent of services to be provided by the Huitt-Zollars shall be as defined in Attachment A to this Agreement. 3. GENERAL CONDITIONS OF AGREEMENT: The parties to this Agreement shall be subject to the General Conditions of Agreement, attached hereto and referred to as Attachment B. In the event of any differences between the terms of this Agreement and the General Conditions, the provisions of this Agreement shall control. Huitt-Zollars's obligations under this Agreement run to and are for the benefit of only the City. This Agreement, with Attachments, represents the entire and integrated agreement between the City and Huitt-Zollars and supersedes all prior negotiations, representations or agreements, and terms and conditions on Purchase Order, either written or oral. This Agreement may be amended only by written instrument signed by both the City and Huitt-Zollars. 4. FEES: For, and in consideration of, the services to be rendered by the Huitt-Zollars, the City shall pay, and the Huitt-Zollars shall receive in Houston, Texas the fees set forth in the Attachment C - Schedule of Fees to this Agreement. 5. ADDRESS OF NOTICES AND COMMUNICATIONS: All notices and communications under this Agreement to be mailed or delivered to the Huitt-Zollars shall be sent to the following address: Huitt-Zollars, Inc. 1500 Dairy Ashford, Suite 200 Houston, Texas 77077 Attn: Gregory R. Wine, P.E. Vice President/Office Manager All notices and communications under this Agreement to be mailed or delivered to the City shall be sent to the following address: City of La Porte 2963 North 23rd Street La Porte, Texas 77571 Attn: Stephen L. Gillett Director of Public Works 6. SPECIAL PROVISIONS: IN TESTIMONY OF WHICH, this instrument has been executed on the day and year first above written. Accepted Proposed and Agreed to City of La Porte Huitt-Zollars, Inc. t ~ I!-vJ~ By: Gregory R. Wine, P.E. By: o/l!MtJ 11~(}~ nle:~. Attest: Title: Vice President/Office Manager Attest:~ ATTACHMENT A SCOPE OF SERVICES I. REQUEST FOR PROPOSAL PREPARATION PHASE A. Huitt-Zollars, Inc. (Huitt-Zollars) shall review, discuss and assist the City of La Porte (City) in the refinement of the existing Architectural Program Report (APR) to be used as the basis for the Request For Proposal (RFP) that will be issued to the Design-Builders (D-Bs). This effort may include, but is not limited to, the following. 1. Meet with the City's PM and others, as designated by City's PM, for formulation and refinement of the APR. The Huitt-Zollars should allow for one meeting for this effort. B. The Huitt-Zollars shall prepare the design guideline and technical specifications for the RFP. This effort shall include the following. 1. Provide recommendations to City's PM for geotechnical investigation services to be provided by Others under separate contract with the City. This effort shall include a limited number of borings to provide D-Bs with a "snap shot" of geology that may be encountered on the site. 2. Provide recommendations to the City's PM for survey services to be provided by Others under separate contract with the City. 3. Prepare drawings necessary to properly convey the requirements of the project. Drawings shall include only a schematic site layout with utility connections identified and floor plan. 4. Prepare Section 01010 - Design Guideline (DG) and Division 1 -16 Technical Performance Specifications (TPS) for the architectural and engineering elements of the project. The DG will be a comprehensive document that identifies the overall scope of the project. II. DESIGN-BUILDER PROPOSAL EVALUATION PHASE A. The Huitt-Zollars shall, as requested and on an hourly basis, assist with the review and evaluation of the D-Bs proposals. Final selection of the "best value" D-B will lie solely with the City. This will be accomplished via a selection committee composed of City employees. The PM's effort includes the following. 1. Evaluate technical and managerial elements of each D-B proposal and rank in accordance with criteria established in the RFP and in a format approved by City's PM. 2. Evaluate the Schematic Design element of each D-B proposal and rank in accordance with criteria established in the RFP and in a format approved by City's PM. A-1 3. Review any value engineering proposals included in a proposal and provide a written evaluation to City's PM. 4. Review and comment on submitted proposed construction schedule and any assumptions upon which the schedule is based. III. DESIGN DEVELOPMENT AND CONSTRUCTION DOCUMENT PHASES A. The Huitt-Zollars shall, as requested and on an hourly basis, assist the City's PM with the design development phase of the project. This effort may include the following. 1. Provide technical review of plans and specifications submittals (architectural and engineering) at each submittal phase. It is anticipated design submittals will be required at 50%, 70% and 95% stage of completion. The Huitt-Zollars's technical review shall ensure the materials and systems proposed by the D-B meet the performance and quality criteria set forth in the contract documents. The technical review shall also include review for compliance with any applicable provisions, rules, regulations, standards and codes of any authority or agency having jurisdiction over any element of the project. Format for review comments submittal shall require approval by City's PM. 2. Evaluate D-B value engineering proposals, if any, and advise City on the merits and disadvantages, if any, of each proposal. This shall include advising City of any changes to the requirements of the contract documents which may be required by acceptance of a value engineering proposal. 3. Review and reconcile all estimates and updates and provide a written report to City's PM identifying any variance and underlying cause for variance. This service will include discovery of unknown site conditions, changes in market conditions for labor and materials, unanticipated requirements of an agency of governing authority which has jurisdiction over any element of the project, owner requested change to the project scope, etc. Provide the written report within 14 calendar days of receipt of a cost estimate. 4. Track and report on the D-B actual progress versus scheduled progress and notify City's PM of any project issues that may arise which could impact the orderly progress of the project. 5. Attend any design development review meeting with governmental authorities, utility providers, etc. concerning regulatory compliance issues for utilization, access, and providing utilities to any site, etc. Provide a copy of meeting notes to City's PM within 3 calendar days of any meeting. 6. The Huitt-Zollars shall consult freely with City's PM during this phase of the project and shall immediately advise him of any unusual requirements or features not apparent during formulation of the project requirements that may impact schedule and budget. A-2 IV. CONSTRUCTION ADMINISTRATION PHASE A. The Huitt-Zollars shall, as requested and on an hourly basis, provide services to the City's PM during the construction phase of the project. This effort may include, but is not limited to, the following. 1. Conduct periodic site visits to observe the construction of the project. Observations are to determine that the workmanship, quality of materials, and system(s) performance are in general conformance with the requirements of the plans and specifications. Observation shall be provided by personnel technically qualified by education and experience to competently observe such work. 2. Provide a written report on all site visits and submit to the City within 7 calendar days of site visit. Copies shall be submitted in hard copy and electronic format. Electronic format may be submitted as attachments to e-mail. 3. Review technical submittals, shop drawings, catalog data, laboratory, shop and mill test reports of materials and equipment for general conformance with design concepts. 4. Provide independent cost estimates and evaluation of any proposed changes to the project either provided by the D-B as a "value engineering" proposal or as requested by City as a project enhancement/modification. This is to include assisting City, as requested, with negotiations for any proposed change determined by City to add value to the project. 5. Upon receipt of notification by the D-B that the work or a portion thereof as specified in the contract documents has been completed, the Huitt-Zollars and City shall conduct an inspection, performed by the appropriate members of his staff and/or affiliates and shall prepare a list of the items needing correction. After the D-B has performed the required corrections satisfactory to the City, a final inspection will be conducted. The Huitt-Zollars shall accompany City on the final inspection to assure that the work or portion thereof has been completed in accordance with the requirements of the Contract Documents. The Huitt-Zollars shall review all warranties, guarantees, bonds, equipment operating manuals, etc. to ensure that all documents are received and that they meet the requirements of the Contract Documents, after which they shall be transmitted to City. The Huitt-Zollars shall direct and attend the operational training sessions designed to teach and assist the City's Maintenance personnel in the safe and thorough repair and maintenance of the buildings, equipment and systems. 6. The Huitt-Zollars shall recommend to the City, once all contract requirements have been satisfied by the D-B, beneficial occupancy. A-3 ATTACHMENT B GENERAL CONDITIONS OF AGREEMENT BETWEEN CITY OF LA PORTE (City) AND HUITT-ZOLLARS, INC. (Huitt-Zollars) 1. STANDARD TERMS FOR ARCHITECTURAL, ENGINEERING, PLANNING AND TECHNICAL SERVICES: A. "Salary Cost' is defined as the cost of actual salaries of architects, engineers, planners, draftsmen, clerks, stenographers, surveyors, etc., for time directly chargeable to the project. B. "Subcontract Expense" is that incurred by the Huitt-Zollars in employment of outside firms for services (if not obtained directly by City), such as soil borings and tests, surveying, aerial photography, construction of physical models, and similar services. "Direct Non-labor Expense" is that incurred by the Huitt-Zollars for supplies, transportation, tolls, parking fees, equipment, travel, communications, xerox copies, faxes, printing of drawings and specifications, postage, subsistence and lodging away from home, and similar incidentals in connection with the Project. Those subcontract expenses and direct non-labor expenses authorized by the City and defined as "Additional Services," shall be reimbursed to the Huitt-Zollars as speCified in Attachment C - Schedule of Fees. C. "Construction Cost" (applied where fees for basic services are expressed as a percentage of "Construction Costs") is the total cost of Project facilities authorized and handled in each separate phase of basic services; excluding costs for Huitt-Zollars services, legal services, the costs of lands and rights-of- way; but including the total cost for completed construction (including modifications, and/or additions). The construction cost amount may vary from one phase to the next, depending upon work authorized by the City. Construction cost definition also includes cost of work authorized for design but not constructed. For work not constructed, such as suspended work or alternates not elected, the lowest bona fide bid received from a qualified bidder will be the construction cost, or if no bids have been received, then the Huitt- Zollars's estimate shall be used as a measure of construction cost. labor furnished by the City for the project shall be included in the construction cost at current market prices. Materials and equipment furnished by the City shall be included at current market prices, except that used materials and equipment shall be included as if purchased new for the Project. Where percentage fees are obtained from a table or graph, a separate percentage fee shall be determined and used for each separate construction contract for which separate designs and construction documents are prepared. 2. COORDINATION WITH THE CITY: The Huitt-Zollars shall hold periodic conferences with the City, or his representatives, to the end that the Project, as it progresses, shall have benefit of the City's experience and knowledge of existing needs and facilities, and be consistent with his current policies and construction standards. To implement this coordination, the City shall make available to the Huitt-Zollars, for use in planning the Project, all existing plans, maps, field notes, statistics, computations and other data in his possession relative to existing facilities and to the Project. The City shall furnish all legal, accounting and insurance B-1 counseling services, land survey information, soils and laboratory testing, and other special consultants including, but not limited to, asbestos, hazardous and toxic materials management as required. The Huitt-Zollars shall be entitled to rely on the completeness and accuracy thereof. If the City observes, or otherwise becomes aware of any fault or defect in the Project, prompt written notice thereof shall be given by the City to the Huitt- Zollars. 3. FEES: For, and in consideration of, the services to be rendered by the Huitt-Zollars, the City shall pay, and the Huitt-Zollars shall receive the fees set forth, for the indicated phases of the work. Basis of compensation may be lump sum, percentage of construction cost, cost-plus, multiplier of salary costs, or other basis. (See Attachment C - Schedule of Fees.) Where the fee is based on percentage of construction cost, the fee for each separate phase shall be based on the construction cost of all work authorized by the City to be designed or handled by the Huitt-Zollars in each Phase, in accordance with this Agreement, with construction cost being based on the lowest acceptable proposal or lowest bona fide bid if no award is made. Where no proposals or bona fide bids are received, the Huitt-Zollars's estimates shall be the basis for final payment for the Design Phases. Unless otherwise specified, fees shall be paid to the Huitt-Zollars in Houston, Texas, in accordance with monthly billings based upon the estimates of work performed and expenses incurred during that month. Any payments not made within thirty (30) days on invoices rendered shall be subject to a charge for interest at the maximum legal rate, beginning 30 days after the date of the invoice. Failure to make payments when due shall entitle Huitt-Zollars to suspend services. The Huitt-Zollars's final payment is due and payable upon issuance of Certificate of Completion or upon substantial completion of the construction, and after the Huitt-Zollars has performed final inspection and provided the City and Contractor a final checklist of minor items to be completed. No deductions shall be made from the Huitt-Zollars's compensation on account of penalty, liquidated damages, or other sums withheld from payments to contractors, or on account of damages or cost of changes in the Work other than those for which the Huitt-Zollars is adjudicated legally liable. 4. REVISION TO DRAWINGS AND SPECIFICATIONS: Where lump sum or percentage fees are paid for defined basic services, the Huitt-Zollars will make, without expense to the City, such revisions of the preliminary drawings as may be required to meet the needs of the City, but after a definite plan has been approved by the City, if a decision is subsequently made which for its proper execution, involves added services and expenses for changes in, or additions to, the drawings, specifications or other documents, or if the Huitt-Zollars is put to labor or expense by delays imposed on him from causes not within his control, such as the readvertisement of bids or by the delinquency or insolvency of contractors, the Huitt-Zollars shall be compensated for such added services and expense, which services and expense shall not be considered as covered by the basic fees stipulated in the Agreement. Compensation for such added services and expense shall be made in accordance with the terms for "Additional Services". It is anticipated that inspection services, if provided, will be performed over a period not exceeding the construction time included in the specifications or bid forms, plus 30 days. B-2 5. OWNERSHIP OF DOCUMENTS: It is understood that the Huitt-Zollars is preparing documents for a specific installation, rather than standard documents for repetitive multiple use. Therefore, all documents, including original drawings, estimates, specifications, field notes and data are and remain the property of the Huitt-Zollars as instruments of service. The City may obtain, upon payment of fees due the Huitt-Zollars, reproducible copies of drawings, and copies of other documents, in consideration of which it is mutually agreed that the City will use them solely in connection with the Project, and shall not authorize their use on other projects, except by written agreement with the Huitt-Zollars. 6. TERMINATION; SUSPENSION OF WORK: The City may, at its discretion, terminate the work or indefinitely suspend the work under this Agreement, by giving a seven-day written notice. In such event, the City shall assume all obligations, commitments and claims that the Huitt-Zollars may have theretofore in good faith undertaken or incurred in connection with the Project. If the Project is terminated, abandoned or suspended upon completion of any phase of the Huitt-Zollars services, payment will be made as outlined in the Schedule of Fees, for each phase. If the Project is terminated or abandoned, or is suspended for more than three months during any phase of the work, the Huitt-Zollars shall be paid for services rendered during such phase on the basis of his reasonable estimate of the portion of such phase completed prior to suspension of the Project. The Huitt-Zollars shall be equitably paid for services rendered prior to effective termination notice date and for reasonable termination expenses. 7. PROFESSIONAL RESPONSIBILITIES: Services will be performed in accordance with sound and generally accepted principles as expeditiously as is consistent with professional skill and care and the orderly progress of the work. The Huitt-Zollars shall not be liable for any indirect or consequential loss or damage arising out of the performance of services hereunder, including, but not limited to loss of profit or business interruption, whether caused by negligence of the Huitt- Zollars or otherwise. The Huitt-Zollars shall use reasonable and acceptable methods in preparing designs and cost estimates and in providing Construction Phase Services (where required) but does not serve as guarantor and shall not be responsible for bids varying above or below estimates, or for the Construction Contractor's failure to perform the work in accordance with the Construction Documents. Revisions to Contract Documents during the Construction Phase resulting in added construction work are not unusual. Therefore, reasonable Construction Phase contingency reserve funds should be established by the City. On fast-track projects with multiple construction packages and accelerated schedules, reduced escalation accrues as a benefit to the City, and the City should anticipate increased changes during construction to effect interface between bid packages and to resolve design ambiguities and conflicts. The Huitt-Zollars shall be included as additional insured, where construction is involved, on the Builder's Risk policy (on All-Risk Basis) and on City's Protective Liability Policy. The Huitt-Zollars shall not have control of or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or safety precautions and programs in connection with the activities of the Construction Contractor. B-3 As to warranty of, or patent indemnity on, items of machinery, equipment, or other products manufactured by others, or work of construction contractors, subcontractors, or manufacturers, the Huitt-Zollars's responsibility with respect thereto is limited to the assignment by the Huitt-Zollars to the City of the Construction Contractor's (or manufacturer's) warranty, guaranty, or patent indemnity, and the Huitt-Zollars agrees to cooperate with the City in the enforcement thereof. 8. LIMITATION OF LIABILITY: To the fullest extent permitted by law, and not withstanding any other provision of this Agreement, the total liability, in the aggregate, of the Huitt-Zollars and the Huitt-Zollars's officers, directors, partners, employees and subconsultants, and any of them, to the City and anyone claiming by or through the City, for any and all claims, losses, costs or damages, including reasonable attorney's fees and costs and expert-witness fees and costs of any nature whatsoever or claims expenses resulting form or in any way related to the Project or the Agreement from any cause or causes shall not exceed the total compensation received by the Huitt-Zollars under this Agreement. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. 9. FORCE MAJEURE: The Huitt-Zollars shall not be responsible or liable for any loss, damage, or delay caused by force majeure, which shall include riot, insurrection, embargo, fire or explosion, the elements, act of God, epidemic, war, vandalism or sabotage, earthquake, flood, strike, boycott, picketing, act of any government official or agency - civil or military, unavoidable accident, unlawful act of third parties, or any cause, whether or not similar to the foregoing, which is beyond the Huitt-Zollars's reasonable control. 10. MISCELLANEOUS PROVISIONS: A. Unless otherwise specified, this Agreement shall be governed by the law of the principal place of business of the Huitt-Zollars. B. As between the parties to this Agreement; as to all acts or failures to act by either party to this Agreement, any applicable statute of repose and limitations shall commence to run and any alleged cause of action shall be deemed to have accrued in any and all events not later than the relevant date of Substantial Completion of the Work (as defined in the Construction Specifications). C. The City and the Huitt-Zollars waive all rights against each other and against the employees of the other for damages covered by any property insurance under the Project Construction Specifications. 11. SUCCESSORS AND ASSIGNMENTS: The City and the Huitt-Zollars each binds himself and his partners, successors, executors, administrators and assigns to the other party of the Agreement and to the partners, successors, executors, administrators and assigns of such other party, in respect to all covenants of the Agreement. Except as above, neither the City nor the Huitt-Zollars shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other, and they further agree that the Agreement represents the entire understanding of the City and Huitt-Zollars and cannot be changed, added to or modified in any way except by B-4 an instrument in writing signed by the City and by the Huitt-Zollars. The City and Huitt- Zollars agree to the full performance of the covenants contained herein. 12. DISPUTE RESOLUTION A. In an effort to resolve any conflicts that arise during the design and construction of the Project or following the completion of the Project, the City and the Huitt-Zollars each agree that all disputes between them arising out of or relating to this Agreement or the Project shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. B. The City and the Huitt-Zollars further agree to include a similar mediation provision in all agreements with independent contractors and consultants retained for the Project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with their subcontractors, subconsultants, suppliers and fabricators, thereby providing for mediation as the primary method for dispute resolution between the parties to all those agreements. B-5 ATTACHMENT C SCHEDULE OF FEES 1.0 COMPENSATION FOR BASIC SERVICES 1.1 Huitt-Zollars, Inc.'s compensation, for the Basic Services described in Attachment A, shall be as follows: 1.1.1 RFP Preparation Phase 1.1.2 D-B Proposal Evaluation Phase 1.1.3 DD & CD Phases 1.1.4 Construction Admin Phase $ 75,000.00 Lump Sum $ 23,000.00 HNTE $ 33,000.00 HNTE $ 30,000.00 HNTE 1.2. Invoices will be submitted monthly based upon percentage of work completed for Lump Sum tasks. 1.3. Hourly Not to Exceed (HNTE) Services, if authorized by the City of La Porte (City), shall be paid monthly on an hourly not-to-exceed basis as stated on Standard Fee Schedule in Attachment D. 2.0 COMPENSATION FOR ADDITIONAL SERVICES 2.1. Because the effort required for some items of work varies considerably from project to project, and because some items of work are sometimes provided separately by the City, these services are not included as part of Basic Services and are compensated for as Additional Services. 2.2 Additional Services, if authorized by the City, shall be paid monthly on an hourly not-to-exceed basis as stated on Standard Fee Schedule in Attachment D. C-1 Attachment D HUITT -2OLlARS HOURLY RATE SHEET Professional Survey Principal-In-Charge. . . . . . . . . . . . . . $ 175.00 Survey Manager. . . . . . . . . . . . . . $ 122.00 Sr. Project Manager. . . . . . . . . . . . . $ 170.00 Sr. Project Surveyor. . . . . . . . . . . . $ 116.00 Project Manager. . . . . . . . . . . . . . . . $ 155.00 Project Surveyor. . . . . . . . . . . . . . $ 93.00 QAlQC Manager. . . . . . . . . . . . . . . . $ 155.00 Surveyor Intern. . . . . . . . . . . . . . . $ 82.00 Sr. Civil Engineer. . . . . . . . . . . . . . . $ 160.00 Survey Technician. . . . . . . . . . . . . $ 80.00 Sr. Structural Engineer. . . . . . . . . . . $ 170.00 Sr. Mechanical Engineer. . . . . . . . . . $ 165.00 Survey Crews Sr. Electrical Engineer. . . . . . . . . . . $ 165.00 Civil Engineer. . . . . . . . . . . . . . . . . $ 135.00 1-Person Survey Crew. . . . . . . . . . $ 70.00 Structural Engineer. . . . . . . . . . . . . $ 173.00 2-Person Survey Crew. . . . . . . . . . $ 110.00 Mechanical Engineer. . . . . . . . . . . . $ 155.00 3-Person Survey Crew. . . . . . . . . . $ 145.00 Electrical Engineer. . . . . . . . . . . . . . $ 155.00 1-Person Survey Crew-GPS. . . . . . . $ 120.00 Plumbing Engineer. . . . . . . . . . . . . . $ 130.00 2-Person Survey Crew-GPS. . . . . . . $ 162.00 Engineer Intern. . . . . . . . . . . . . . . . $ 98.00 3-Person Survey Crew-GPS. . . . . . . $ 200.00 Sr. Architect. . . . . . . . . . . . . . . . . . $ 142.00 Architect. . . . . . . . . . . . . . . . . . . . . $ 132.00 Construction Architect Intern. . . . . . . . . . . . . . . . $ 85.00 Sr. Landscape Architect. . . . . . . . . . $ 115.00 Construction Manager. . . . . . . . . . $ 135.00 Landscape Architect. . . . . . . . . . . . . $ 85.00 Resident Engineer. . . . . . . . . . . . . $ 125.00 Landscape Architect Intern. . . . . . . . $ 75.00 Resident Project Representative. . . $ 85.00 Sr. Planner. . . . . . . . . . . . . . . . . . . $ 165.00 Planner. . . . . . . . . . . . . . . . . . . . . . $ 150.00 Administrative Planner Intern. . . . . . . . . . . . . . . . . $ 87.00 Project Support. . . . . . . . . . . . . . . $ 56.00 Sr. Environmental Scientist. . . . . . . . $ 115.00 Environmental Scientist. . . . . . . . . . . $ 85.00 Reimbursable Expenses Sr. Designer. . . . . . . . . . . . . . . . . . . $ 115.00 Designer. . . . . . . . . . . . . . . . . . . . . . $ 102.00 Outside Services. . . . . . . . . . . . . . Cost + 10% Sr. CADD Technician. . . . . . . . . . . . . . $ 105.00 Consultants. . . . . . . . . . . . . . Cost + 10% CADD Technician. . . . . . . . . . . . . . . . . $ 78.00 Mileage. . . . . . . . . . . . . . . . . . . . $0.405/mile Rates effective until December 31, 2005. STANDARD FORM OF AGREEMENT BETWEEN CITY OF LA PORTE, TEXAS AND HUITT-ZOLLARS, INC. STATE OF TEXAS COUNTY OF HARRIS THIS AGREEMENT, made thel {~ay of April, 2005 by and between City of La Porte, Texas, hereinafter called the "City", and Huitt-Zollars, Inc., a corporation existing under the laws of the State of Texas, hereinafter called the "Huitt-Zollars". WITNESSETH, that whereas the City intends to retain the services of Huitt-Zollars to perform program management services for the City's Design-Build new Police Station, such improvements being hereinafter called the "Project". NOW, THEREFORE, the City and the Huitt-Zollars, in consideration of the mutual covenants and agreements herein contained, do agree as follows: 1. EMPLOYMENT OF Huitt-Zollars: The City agrees to employ the Huitt-Zollars and the Huitt-Zollars agrees to perform the professional services in connection with the Project in La Porte, Texas and for having rendered such services, the City agrees to pay to the Huitt-Zollars compensation as stated in the sections to follow: 2. CHARACTER AND EXTENT OF SERVICES: The character and extent of services to be provided by the Huitt-Zollars shall be as defined in Attachment A to this Agreement. 3. GENERAL CONDITIONS OF AGREEMENT: The parties to this Agreement shall be subject to the General Conditions of Agreement, attached hereto and referred to as Attachment B. In the event of any differences between the terms of this Agreement and the General Conditions, the provisions of this Agreement shall control. Huitt-Zollars's obligations under this Agreement run to and are for the benefit of only the City. This Agreement, with Attachments, represents the entire and integrated agreement between the City and Huitt-Zollars and supersedes all prior negotiations, representations or agreements, and terms and conditions on Purchase Order, either written or oral. This Agreement may be amended only by written instrument signed by both the City and Huitt-Zollars. 4. FEES: For, and in consideration of, the services to be rendered by the Huitt-Zollars, the City shall pay, and the Huitt-Zollars shall receive in Houston, Texas the fees set forth in the Attachment C - Schedule of Fees to this Agreement. 5. ADDRESS OF NOTICES AND COMMUNICATIONS: All notices and communications under this Agreement to be mailed or delivered to the Huitt-Zollars shall be sent to the following address: Huitt-Zollars, Inc. 1500 Dairy Ashford, Suite 200 Houston, Texas 77077 Attn: Gregory R. Wine, P.E. Vice PresidenUOffice Manager All notices and communications under this Agreement to be mailed or delivered to the City shall be sent to the following address: City of La Porte 2963 North 23rd Street La Porte, Texas 77571 Attn: Stephen L. Gillett Director of Public Works 6. SPECIAL PROVISIONS: IN TESTIMONY OF WHICH, this instrument has been executed on the day and year first above written. Accepted Proposed and Agreed to City of La Porte HUitt-Z;Z' ~nc ~ ~ By: ~ine, P.E. By: tJ011M~(f~ ~ Title: r Attest: . ~Ad Title: Vice PresidenUOffice Manager Attest: ~