Loading...
HomeMy WebLinkAboutContract 49324 ass ,e� CITY SECRETARY �o CONTRACT N0. y7 F � CITY OF FORT WORTH, TEXAS N 0 1_9� AGREEMENT FOR ARCHITECTURAL SERVICES os ` 909 �a PARD CONSOLIDATED SERVICE CENTER .9 s c AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Quorum Architects, Inc, authorized to do business in Texas, an independent contractor ("Architect"), for a PROJECT generally described as: PARD Consolidated Service Center. The Agreement documents shall include the following: 1. This Standard Agreement for Professional Services; 2. Attachment "A"—Scope of Services; 3. Attachment "B"—Verification of Signature Authority Form. Attachments A, B and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Attachments A, B or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. Article I Scope of Service (1) Architect hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with the proposal dated May 17, 2017 subject RE: Proposal for Architectural Services, PARD Operations Service Center at James Ave, Quorum Project No. 17056. Nothing in Attachment "A" or any other Attachments to this Agreement shall be construed to change or modify any of the terms and conditions set forth in this Agreement. (2) If at any time in the course of the design, the City expands the scope of services, or the Architect believes the City has requested services that are beyond the scope of this Agreement, the Architect shall submit a proposal for additional fees and a written agreement shall be reached on said proposal prior to the Architect proceeding with the work considered to be beyond the scope of this Agreement. The Architect shall not perform any additional services without a written agreement with the City. Any services provided prior to reaching an agreement on additional fees will be non-compensable. (3) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Architect or its sub-consultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that PARD Service Center—Quorum —June 29, 2017 r— — OFFICIAL RECORD 1 CITY SECRETARY !FT.WORTH,TX Architect shall not be compensated for any alleged additional work resulting from oral orders of any person. (4) The Architect shall advise the City as to the necessity of the City's providing or obtaining additional services and data from others required in connection with the Project at the City's cost and expense (which services and data the Architect is not to provide hereunder but on which the Architect may rely in performing services hereunder), and act as the City's representative in connection with any such services of others. (5) The Construction Budget for this project shall be $7,700,000.00. Article II Compensation (1) The Architect shall be compensated (Fee and Reimbursable Expenses) in accordance with the Fee Schedule shown in section (2) of this article. Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $975,600.00 unless the City and the Architect mutually agree upon a fee amount for additional services and amend this Agreement accordingly. (2) The Architect shall be paid the following percentages of the total fee at the following stages of the Project: a. Completion of Programming and Schematic Design and in conjunction with CMAR contractor Opinion of Probable Construction Cost 20% b. Completion of Design Development and in conjunction with CMAR contractor Opinion of Probable Construction Cost 40% c. Completion of Construction Documents and in conjunction with CMAR contractor Opinion of Probable Construction Cost 75% d. Action by City Council to approve CMAR construction contract 80% e. Final acceptance of the Project by the City 100% However the total fee paid by the City shall not exceed a total as defined in Article II, Compensation. (3) Reimbursement of allowable expenses shall have prior approval of the City. Allowable expenses include: a. Printing Costs PARD Service Center—Quorum —June 29, 2017 2 b. Renderings or Models for Public and City meetings c. Postage and Courier Expenses d. Travel, Mileage Only e. Other Costs with Prior Approval of the City. (4) The Architect shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Architect's invoice for payment of same. (5) Acceptance by Architect of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of duration of construction, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Architect shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Architect shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Architect, its officers, agents, employees, consultant, and sub-consultants, and nothing herein shall be construed as creating a partnership or joint venture between City and Architect. Article V Professional Competence and Indemnification (1) Work performed by Architect shall comply in all aspects with all applicable local, PARD Service Center—Quorum—June 29, 2017 3 state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Architect or its officers, agents, employees, consultants and sub- consultants for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Architect shall indemnify, hold harmless, and defend the City against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a consultant or sub-consultant committed by the Architect or Architect's agent, Architect under contract, or another entity over which the Architect's exercises control. Article VI Procedures for Providing Architectural Services (1) The Architect agrees to commit the personnel to each assignment of the Project as appropriate in order to complete the Project in an expeditious manner. The Architect shall meet with the City's staff as required during the duration of the project. The Architect will assign the following key personnel to this Project: Principal in Charge: David Duman Project Manager: David Duman Project Architect: William Moore The Architect may not change key personnel without the City's written approval. (2) Programming and Schematic Design Phase: a. The Architect shall become familiar with the site and scope of the Project. b. The Architect shall consult with the City to clarify and define the City's requirements relative to the Project and review available data. c. The Architect shall become familiar with the City's document "Facilities Division DESIGN GUIDELINES for New and Existing Facilities" and incorporate into all phases of the work. d. The Architect shall prepare a written Program Design Manual defining project goals, program, architectural concepts, site and floor plans, principal equipment, finishes and area-based cost estimates. PARD Service Center—Quorum—June 29, 2017 4 e. The Architect shall pay for the printing of contract documents required for design submittals and presentations as a part of the reimbursable allowance. f. Architect shall not proceed to the Design Phase until the City has provided written approved of the Program Design Manual. (3) Design Phase: a. The Architect shall perform all services necessary to complete the design and secure a construction permit, including all services necessary to survey, plat, prepare and vacate easements and address any other property issues. b. The design shall include all site work, design and coordination of utilities, landscaping and facility design required for a complete and functional project. c. The Architect shall prepare presentation graphics (plans, elevations, etc.) and present at two (2) City meetings (if required) during the design of the project. d. The Architect shall prepare the design in two stages as follows: i. Design Development Phase: Preparation of architectural, structural and MEP plans, principal elevations, site plans, cartoon set, selection of principal equipment and finishes, and discipline-based opinion of probable construction costs. Upon written approval of this phase of the work, the Architect may proceed to the Construction Document Phase. ii. Construction Document Phase: Preparation of details, architectural, structural, mechanical, electrical, and plumbing plans, finishes schedules, detailed technical specifications, and detailed opinion of probable construction costs. e. Drawings at all stages of design will have the following characteristics: scale for floor plans will be 1/8" or such other scale as may be agreed to in writing for all disciplines, elevations will be at same scale as floor plans, area plans will have same scale for all disciplines, and site plans for all disciplines will be at same scale. f. The Architect shall provide such service as may be necessary for the building permits to be issued. The City shall pay any fees for such Building Permits. The City or contractor shall apply for building permits. g. The Architect, at the Architect's sole cost and expense, shall engage a Consultant to prepare "Elimination of Architectural Barriers Registration" and submit the applications to the Texas Department of Licensing and Regulation (TDLR). The Architect (if required) will pay all fees required for TDLR reviews and inspections. All designs shall be in conformance with the Elimination of Architectural Barriers Act, State of Texas, and the City of Fort Worth Building Codes. h. In the event the Project is constructed in accordance with the Architect's PARD Service Center—Quorum—June 29, 2017 5 designs and is subsequently determined to be in non-conformance with the above Act, Codes or Texas Accessibility Standards, the City will bear the construction costs associated with enhancements. The Architect will reimburse the City for additional costs, charges or fees to replace or rework features that were constructed in accordance with the design but fail to meet applicable accessibility requirements or building codes in force at the time that the design was performed. i. The Architect shall upload the electronic files in PDF format to the City's online bidding site (Autodesk Buzzsaw). (4) Bidding Phase: a. The Architect shall respond to the CMAR Contractors' inquiries and prepare necessary addenda. (5) Responsibility for Construction Cost a. The Construction Budget for the Project shall be defined by the City. b. The Architect, in conjunction with the CMAR contractor, shall provide to the City an opinion of probable construction cost at the submission of each phase. The City shall either approve the adjustment of the Construction Budget or direct the Architect to adjust the Project design, at no additional cost to the City, to stay within the previously approved Construction Budget. c. If the Construction Budget is exceeded by the lowest bona fide bid, the City may (1) award the contract, (2) abandon the project and terminate this agreement, or (3) cooperate in the reduction of the Project Scope and features as required to stay within the Construction Budget in order to rebid the Project. If the City decides to reduce the scope of the project and rebid, the Architect shall, without additional fee, modify the Drawings and Specifications as necessary to stay within the Construction Budget. In the event the City abandons the project, the City may terminate this Agreement in accordance with Article X, Termination of Contract. (6) Construction Phase: a. The Architect shall assist the City by approving submittals, observing construction procedures and results monthly, reviewing methods and costs associated with proposed change orders, and assisting in the resolution of construction problems. b. The Architect shall attend progress meeting at the job site. c. At the completion of construction, the Architect shall conduct and document the final inspection and assist the City on the resolution of construction or design deficiencies. PARD Service Center—Quorum—June 29, 2017 6 d. The Architect will review contractor's pay requests. e. The Architect will conduct final acceptance and end of warranty inspections with representatives of the City. f. The Architect shall provide electronic files (DWG format) to the Contractor for the Contractor's preparation of"Record Drawings"for the City's archives. g. The Architect will provide CAD files of all drawings suitable to use on AutoCAD LT 2010 format or such other operating system as determined by the City. (7) All designs, drawings, specifications, documents, and other work products of the Architect, whether in hard copy or in electronic form, are instruments of service for this Project, whether the Project is completed or not. Reuse, change, or alteration by the City or by others acting through or on behalf of the City of any such instruments of service without the written permission of the Architect will be at the City's sole risk. The City shall own the final designs, drawings, specifications and documents. Transfer of ownership of the contract documents does not constitute sale of the documents. Article VII City Responsibilities (1) Ronnie Clements will act as the City's representative with respect to the Project for the purposes of transmitting instructions, receiving information, interpreting and defining City's policies and decisions with respect to the Architect's services. (2) Provide criteria and information as to City's requirements. (3) Assist the Architect in obtaining existing studies, reports and other available data and services of others pertinent to the Project and in obtaining additional reports and data as required. (4) Upon reasonable notice arrange for access to and make all provisions for the Architect to enter upon public and private property as may be required for the Architect to perform services hereunder. (5) Review all reports, recommendations and other documents and provide written decisions pertaining thereto within a reasonable time. (6) Examine all studies, reports, sketches, drawings, specifications, proposals and other documents presented by Architect, obtain advice of an attorney, insurance counselor and other architects as it deems appropriate for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to delay the services of Architect. PARD Service Center—Quorum—June 29, 2017 7 (7) Provide "Instructions to Offerors" and "General Conditions" for use in assembling the Project construction contract documents. (8) Prepare easements and right-of-way acquisition conveyance documents, from descriptions provided by the Architect, contact owners, negotiate for or condemn all easements and right-of-way, pay all filing and legal fees associated therewith. (9) Manage the advertisement and bidding of the project, issue addenda, distribute bid documents, award contract, and execute the contracts. (10) Administer the construction of the Project. (11) Provide inspection and management services. (12) Provide contractors' prepared field drawings to the Architect for review. (13) Pay all impact and utility fees and other fees not expressly assigned to the Architect. This includes fees charged by Oncor for new or revised service. (14) Bear all costs incident to compliance with this Article. Article VIII Insurance (1) Architect shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Architect allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Architect may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $2,000,000 general aggregate limit Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability Insurance $1,000,000 Errors & Omissions PARD Service Center—Quorum —June 29, 2017 8 $2,000,000 Annual Aggregate (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Architect's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Architect's insurance policies. b. Certificates of insurance shall be delivered to the Property Management Department, Attention: Brian R. Glass, AIA, Architectural Services Manager, 401 West 13th Street, Fort Worth, Texas 76102, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Architect's insurance. i. Architect's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Architect shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. PARD Service Center-Quorum-June 29, 2017 9 k. Architect's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Architect shall provide complete copies of all insurance policies required by these Agreement documents. Article IX Transfer or Assignment City and Architect each bind themselves, and their lawful successors and assigns, to this Agreement. Architect, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article X Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days written notice. Either the City or the Architect for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter (2) If City chooses to terminate this Agreement under Article IX, upon receipt of notice of termination, Architect shall discontinue services rendered up to the date of such termination and City shall compensate Architect based upon calculations in Article II of this Agreement. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, Architects, or contractors, or prepared by Architect, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article XI Right to Audit (1) Architect agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any PARD Service Center—Quorum—June 29, 2017 10 directly pertinent books, documents, papers and records of Architect involving transactions relating to this Agreement. Architect agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Architect reasonable advance notice of intended audits. (2) Architect further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub-consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Architect and any sub-consultant reasonable advance notice of intended audit. (3) Architect and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Architect for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article XII Minority Business and Small Business Enterprise (MBE) (SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Architect acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Architect may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XIII Observe and Comply Architect shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or PARD Service Center—Quorum—June 29, 2017 11 ignorance thereof shall be considered. Architect agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article XIV Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XV Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XVI Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. PARD Service Center—Quorum —June 29, 2017 12 Article XVII Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth: Property Management Department Attn: Brian R. Glass, AIA Architectural Services Manager 401 West 13th Street Fort Worth, Texas 76103 Architect: Quorum Architects, Inc. Attn: David Duman 707 W Vickery Blvd., Suite 101 Fort Worth, Texas 76102 Article XVIII Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. PARD Service Center—Quorum —June 29, 2017 13 Article XIX Counterparts: This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this thepw day ofi , 2017. BY: BY: C OF FORT WORTH ARCHITECT JQurr Archite ts, Inc. JesLis J. Chapa David Duman Assistant City Manager Principal Date: Date: -1 _ I ' G . APP VAL RECOMMENDED: i By: , 1 � teve ooke, Directo Property Management Department APPROVED AS TO FORM AND M&C No.: C-28283 LEGALITY By: M&C Date: June 20, 2017 J n B. Str ng Assist Cit ttorney OF FORT U OFFICIAL RECORD Mary Jr. y ' = CITY SECRETARY City Secretary FT.WORTH,TX ?CAS CONTRACT COMPLIANCE MANAGER: By I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: 61 0yV% a• Brian R.Glass,AIA Architectural Services Manager The Texas Board of Architectural Examiners, 8213 Shoal Creek Boulevard, Suite 107, Austin, Texas, 78758, telephone (512) 305-9000, has jurisdiction over individuals licensed under the Architects' Registration Law, Texas Civil Statutes,Article 249a. PARD Service Center—Quorum—June 29, 2017 14 QuorLJM Design. Spaces. People. ATTACHMENT "All TO AGREEMENT FOR ARCHITECTURAL SERVICES May 17,2017(rev 6-29-17) Brian R.Glass,AIA Architectural Services Manager Property Management Department City of Fort Worth 401 W 13th St Ft Worth,Texas 76102 RE: Proposal for Architectural Services PARD Operations Service Center at James Ave Quorum Project No.17056 Brian: We are pleased to respond to your request for a proposal for Architectural Services for Phase 1 of the Park & Recreation Department(PARD)Operations Service Center at James Ave.Our fee is based on utilizing much of the data gathered in our initial needs assessment and master plan development thereby allowing us to move directly into Schematics using the data previously gathered. The general project scope used to develop our Basic services and fees includes 3500sf of conditioned space for crew staging areas and administrative functions, 16,000 sf of non-conditioned shops and storage buildings, and 14,500 sf of Pre-engineered covered, but open, structures,generally as indicated in the master plan dated March 2017. Generally the site related work will include development of approximately 15 acres of a 49 acre site designed with fire lanes,parking,and open storage areas which are all to be constructed of road base material. The site plan includes concrete handicap parking and sidewalks,concrete storage bins,general site lighting,chain link fencing,and wood privacy fencing in conjunction with buffer yard for screening It Is our understanding that a masonry screen wall is not required and will not be a part of Phase 1 development For the purpose of defining scope under our services,we understand that only a bufferyard is required along the South property with other landscaping only be as required by Urban Forestry. Additionally,for the purpose of defining our Basic scope of services,relative to a tree survey,we have included a tree survey for only those trees within the general area of development of this project and plan to incorporate an artificial lot line area for calculating Urban Forestry requirements.A complete tree survey incorporating over 100 other trees could be developed in future expansions or as additional services. Our scope currently does not include work to any of the existing structures or any retaining walls,both of which could be added as additional services if either becomes necessary. It is anticipated that the original master plan document may be used to convey the future development to the necessary departments in order to obtain permits (specifically indicating landscaping and paving intentions in future phases) and therefore we have not included detailed landscape,paving,or utility master plan documents in our basic services.We have included in our scope only limited conceptual site design of water and wastewater, for future phased development which should allow ease of pursuing and incorporating future phases as funding permits. However detailed utility calculations are excluded since the intent is to minimize the cost of Phase 1 construction and design costs. Low Impact Design (LID) development and analysis as well as detailed development, review, or analysis of multiple cost savings options or "value engineering" options are not included as basic services. ARCHITECTS BASIC SERVICES 1. Architectural- Quorum, along with consultants,will provide Architectural, Structural, MEP and site civil, design,bidding,and Construction Administration services. We anticipate generally following the program of spaces previously developed by Quorum Architects. Architect shall work with the City's selected CMAR throughout design and construction.For the purpose of developing our fee we have anticipated a construction time period of 12 months and included 34 site visits by Quorum Architects averaging 2 per month for normal construction meetings plus ten other specific construction meetings. We have also included 12 site visits by the civil engineer,and 8 each by the structural engineer and MEP consultant 2. Civil and site Engineering - Quorum, through the use of consultants will provide the following civil engineering,and related site design services as part of Basic Services: Task 1.1-Sheet Layout and Kegmap Task 1.2—General Notes:Water,Wastewater,Storm,Paving Task 1.3—Project Control Task 1.4—Demo and Tree Removal and Mitigation Task 1.5—Site Plan Task 1.6—Dimension Control Plan Task 1.7—Existing Drainage(Hydrology) Task 1.8—Proposed Drainage CHydrology and Hydraulics) Task 1.9—Grading Task 1.10—Water Utility Plan and Profiles Task 1.11—Wastewater Utility Plan and Profiles Task 1.12—Storm Drain Utility Plan and Profiles Task 1.13—Utility Details Task 1.14—Paving and Jointing Task 1.15—Pavement Signage and Marking Task 1.16—Paving Details Task 1.17—Erosion Control Plan/SWPPP Task 1.18—Floodplain Development/Grading/iSWM Permitting Task 2—Survey Services Task 2.1—Boundary Services CEasements Water/Sewer/Utility) Task 2-2—Topographical Services Task 2.3—General Coordination-CoFW and TOOT Task 2.4—Tree Survey Task 3—CLOMR/LOMR Task 3.1—CLOMR Task 3.2—Floodplain Exhibit with BFE's Task 4—Construction Services Task 4.1—Preconstruct►on Meeting Task 4.2—Site visits C12 included) Task 4.3—Shop Drawing Review Page 2 of 3 COMPENSATION 1. Compensation for Basic Architectural Services as described herein is proposed to be a lump sum fee of $966,600,plus$7000 for expenses. The lumps sum fee includes MEP,structural,civil engineering,Landscape and Irrigation,Flood study,surveying,and platting consultants as fisted below. The anticipated SBE consultant participation 45010 for this contract. Architectural $ 527,000 MEP $ 44,000 Structural $ 53,000 Civil engineering $ 188,100 Landscape and Irrigation $ 10,000 Surveuing,Flood Plain AnalUsis,and platting $ 146,500 Total Proposed Fee $ 968,600 Est Expenses CNTE) $ 7,000 We anticipate direct expenses to be limited to printing and reproductions of Documents and Renderings including 5 sets for permitting and architectural services(CMAR will print construction sets)and mileage. We suggest an amount of$7,000 for reimbursable expenses as indicated in the chart above. SCHEDULE 1. In consideration of the City's desire to have the plans bid in December 2017 and the construction funds encumbered in December of 2017,Quorum will need to start design by July 1,2017. We anticipate that work during July through August 15 will be limited to Civil floodplain study,survey,and preliminary site analysis,along with architectural schematic design of the structures,Upon approval Schematic Design by the City by August 31,we anticipate development of Design Development documents September 1 through October 13,a 1 week review period then development of Construction Documents October 23- December 18. We are,assuming a Notice to Proceed is received by July 1,2017. This proposed schedule may be affected by the various entities involved in the review and approval process including City of Ft Worth and the various departments reviewing the documents. 2. For this schedule to be met,it is understood that the documents will likely not be submitted for permitting until after the construction cost is presented by the CMAR and there may be additional costs associated with possible permit revisions in both design(development of a conformed construction set)and construction costs. ADDITIONAL INFORMATION 1. Quorum Architects, Inc. will provide the client with architectural services as required and agreed upon for satisfactory and normal completion of this project The architect shall exercise usual and customary professional care in his efforts to comply with those laws, codes, ordinances, and regulations, which are in effect as of the date of this agreement HAZARDOUS MATERIALS The Architect and their consultants shall have no responsibility for the discovery,presence,handling,removal or disposal of or exposure of persons to hazardous materials in any form at the Project site. The owner shall obtain a hazardous material evaluation,prior to beginning any demolition or construction on site. Sincerelu. Il_ Digitally signed by David Duman (r" A#k Date:2017.06.2915:19:32-05'00' David G.Duman,AIA Quorum Architects,Inc. TX Registration#14305 Page 3 of 3 ATTACHMENT"B" VERIFICATION OF SIGNATURE AUTHORITY Consultant hereby agrees to provide City with independent audit basic financial statements, but also the fair presentation of the financial statements of individual funds. Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Consultant and to execute any agreement, amendment or change order on behalf of Consultant. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Consultant. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Consultant. Consultant will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Consultant. 1. Name:�C. IT Position: F�^iH ci Signature' 2. Name: Dm to Position: ceCy?t4Ag1 Sig ature 3. Name: ��,L f L I��po►'� nc�C Position: �' -� Signature Name: ` Dode-P r Aco Signature of President/CEO Other Title: Date: 1 PARD Service Center-Quorum-June 29, 2017 2 M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA Forth COUNCIL ACTION: Approved on 6/20/2017 REFERENCE ** 21 PARD CONSOLIDATED DATE: 6/20/2017 NO.: C-28283 LOG NAME: SERVICE CENTER ARCHITECTURAL SERVICES CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Architectural Services Agreement with Quorum Architects, Inc., in the Amount of$975,600.00 to Provide Design and Construction Administration Services for Phase I of a New Consolidated Service Center Located at the Existing Park and Recreation South Service Center, 5199 James Avenue (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize the execution of an architectural services Agreement with Quorum Architects, Inc., in the amount of$975,600.00 to provide design and construction administration services for Phase I of a New Consolidated Service Center located at the existing Park and Recreation South Service Center, 5199 James Avenue. DISCUSSION: Major improvements in the Cultural District and the West Seventh area have resulted in increased traffic and congestion at several intersections. As a result, the City, in partnership with Fort Worth Independent School District (FWISD) and Tarrant County has been working on a plan to align Crestline Road (on the east side of University Drive) with the improved Trail Drive (on the west side of University). FWISD has contributed the right-of-way for this connection to occur through the Farrington Field parking lot. Tarrant County is contributing $2.8 million to the construction which is expected to begin after the 2018 Stock Show. As a result of this effort, the Park and Recreation Department's (PARD) Crestline Service Center must be relocated this fall. In order to make the most of this relocation and Improve efficiency, PARD will consolidate many services, materials, staff at the existing South Service Center, located on the west side of Greenbrier Park, at 5199 James Avenue. Activities from these facilities will be moved to temporary locations across the City during construction of Phase I of the new facility. This will also allow the northern-most portion of Trinity Park to be used for its highest and best use and improve visibility and access to the historic Van Zandt Cottage. Quorum Architects, Inc., is over of five pre-approved firms selected to provide design services. Under administrative contracts, they conducted studies related to the relocation. The first was to determine the viability of relocating the Crestline facilities to the Property Management Department's James Avenue Facility. It was determined that there was not adequate space to relocate Crestline to the James Avenue Facility. The following studies produced a master plan for relocating many of PARD's services to the South Service Center and a phased approach. Phase 1 would relocate just the functions displaced by the realignment of Crestline Drive. Phase 2 would move other facilities to this location. It is recommended that the City Council authorize the execution of an architectural services Agreement with Quorum Architects, Inc., to provide design and construction administration services for Phase 1 of this new Consolidated Service Center. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=24775&councildate=6/20/2017 7/11/2017 M&C Review Page 2 of 3 The overall Phase 1 project costs are expected to be as described in the table below: PARD CONSOLIDATED SERVICE CENTER - Phase 1 TOTALS Engineering Design Services $975,600.00 Project Management, Bid Advertisement, etc. $20,000.00 Design Phase Total $995,600.00 Construction Contract (including 7.5 percent of Base Bid as $8,385,000.00 Owner's Construction Allowance) Project Administration Cost: Project Management, Materials $589,000.00 Testing, Contingency, Etc. Construction Phase Total $8,974,000.00 PROJECT TOTAL $9,969,600.00 Funding Sources: Funding for Phase I is from the sale of tax notes authorized in Mayor and Council Communication (M&C G-19009) on May 16, 2017, and Phase II is proposed to be included in the 2018 Bond Referendum. M/WBE OFFICE: Quorum Architects, Inc. is in compliance with the City's BIDE Ordinance by committing to 43 percent SBE participation. The City's SBE goal on this project is 15 percent. Urban Forestry, Building and Trade Permit Fees are waived for this project. The facility is to be located in COUNCIL DISTRICT 9 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the Tax Note 2017 Fund, Park and Recreation Department Maintenance Facility Relocation Project (City Project No. 101010). TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 21 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Steve Cooke (5118) Additional Information Contact: Brian Glass (8088) ATTACHMENTS CRESTLINE MOVE TO JAMES b.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=24775&councildate=6/20/2017 7/11/2017 _ M&C Review Page 3 of 3 Quorum Form 1295 Signed.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=24775&councildate=6/20/2017 7/11/2017 CERTIFICATE OF INTERESTED PARTIES r FORM 1295 l of l Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-214643 Quorum Architects, Inc. Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/26/2017 being filed. City of Fort Worth Date Acknowledged: �4-0 1?- 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 17056 1 Architectural Services Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I intermediary Quorum Architects, Inc. Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. A14ITA KATHRYN TORREZ we w 1. �s Notary Public,State of Texas _ Comm. Expires 01-09.2021 Signature of authorized agent of contracting business entity a ''•,,;,;,,W' Notary ID 8720501 A Sworn to and subscribed before me,by the said Q U l� ��U YY14Y1 this the (��day of 20� to certify which,witness my hand and seal of office. or rez, u�(cc, Aou-:2�" " hni6i Signature ot officer administering o Printed name of chicer administering oath Title o fficer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883