Loading...
HomeMy WebLinkAboutContract 52577-A1 /�% CITY SECRETARY I'ECEIVED CCNTRACTNO. )a5-77-AI I AMENDMENT N4. 7 `I-(� AGREEMENT � APR -8 2020 STANDARD AGREEMENT FOR PROFESSIONAL SERVICES CITY NORTHWEST COMMUNITY CENTER STATE OF TEXAS CITY SECRETARY CONTRACT NO. 52577 COUNTY OF TARRANT x WHEREAS, The City of Fort Worth and Brinkley Sargent Wiginton Architects, Inc., (Consultant) made and entered into City Secretary Contract No. 52577 (The Contract) which was administratively authorized, the 26th day of July, 2016, for Phase One, Programming, Schematic Design and Cost Estimating of the Northwest Community Center; and WHEREAS, further amendment is necessary to reimburse the Consultant as part of the design services agreement for additional design services for Drainage Stud Models rt and Repo . g g y NOW THEREFORE, City and Consultant, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article I — Scope of Services, Paragraph (3) shall be added to read as follows: I' (3) Provide additional design services for the design and detailing of Drainage Study Models and Report. The cost of this additional service is $63,000.00 plus $500.00 in reimbursable expenses. The scope of services is described more fully in Brinkley Sargent Wiginton Architects, Inc. Letter dated January 21, 2020, subject: "AIA G802 —2017 — Drainage Study". 2. Article II — Compensation, first paragraph, is amended as follows: "Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "A". 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 $160,250.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly." 3. All other provisions of this Contract which are not expressly amended herein shall remain in full force and effect. City of Fort Worth,Texas ( T Standard Agreement for Professional Services AMENDMENT t , Revision Date:7/1/2019 I _ Pagel of 2 Executed effective as of the date signed by the Assistant City Manager below. I FORT WORTH: City of Fort Worth Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including By: ensuring all performance and reporting Name: Jay Chapa requirements. Title: Deputy City Manager Date: -3-a 7 ,a 0 Approval Recommended: Name: Brian Glass Title: Architectural Services Manager Approved as to Form and Legality: I By: Name: Steve Cooke Title: Director, Property Management Dept. By: Attest: Name: John B. Strer6g Title: Assistant City Attorney Contract Authorization: By: < < N` M&C: 11"0�0'-O (L-I Name: 11o2g5: 0 (=-- 5cl 74 to 5 Title: City Secretary VENDOR: 1 Brinkley Sargent Wiginton Arc We--9.s,-h1c` By: —(j Name: Step en SKngW Title: Senior Principal Date: City of Fort Worth,Texas Standard Agreement for Professional Services AMENDMENT Revision Date:7/1/2019 nAN i�� �IIUUg 0 Page 2 of 2 - �� v RTZ'r�4GN MJT A ,) (� {a ' .-._ ;Il . era f _)c)((aa���c ��� G802 2017 Amens 6#(,,—ud t® the Prr®fessional Services Agreement PROJECT:(nine and address) AGREEMENT INFORMATION: AMENDMENT INFORMATION: Northwest Community Park Community Date:September 5,2019 Amendment Number:001 Center,Fort Worth,Texas Date:January 21,2020 OWNER:(name and address) ARCHITECT:(name and address) City of Fort Worth Brinkley Sargent Wiginton Architects, Inc. 401 West 13th Street 5000 Quorum Dr. Suite 600 Fort Worth,TX 76102 Dallas,TX 75254 I i The Owner and Architect amend the Agreement as follows: Drainage Study(See Attached) f The Architect's compensation and schedule shall be adjusted as follows: Compensation Adjustment: Halff $58,000 (i BSW $5,000 Reimbursable Expenses $ 500 $63,500 Schedule Adjustment: N/A SIGNATURES: Brinkley Sargent Wiginton City of Fort Worth Architects,Inc. ARCH i game) OWNER(Fit-in name) 7 -�, f SI SIGNA I URL Stephen Sp ' gs, 'or Principal PRINTED NAME AND TITLE PRINTED NAME AND TITLE January 21,2020 DATE DATE r, AIA Document 0002T 1—2017.Copyright(D 2000,2007 and 2017 by The American Institute of Architects.All rights reserved.WARNING:This AIA11 1), "s an ' edho, ;ion or rtl iron of thin AIA*►1nrument,or any poi tim,,„it,u, :•,I.,,ui crimiu secat un, ,: I This document was produced by AIA software at 11:55.54 ETon 01/21/2020 under Order No.1337372800 which expires on 11/27/2020,and is not for resale. User Notes: (3139ADA42) f' 6 1 mmm HALF Iv[r.StephenSprings mom BSW Architects January 13,2020 Page 2 i NO"Y'ACHMENT `A' SCOPE OF SERVICES I. DRAINAGE STUDY A. Data Collection—Obtain best available hydrologic and 1D and 2D hydraulic models for Big Fossil Creels, Stream BFC-4, and Robertson Branch (if needed). Use City of Fort Worth or best available topography. B. Modeling — Update hydrologic and 1D and 2D hydraulic models as needed to represent existing conditions. 1. Hydrologic Modeling—Update hydrologic watershed basins and parameters as needed and to include fully developed runoff. Prepare, review, and execute hydrologic model. Determine fully developed runoff that flows south along the west side of Blue Mound Road. 2. Hydraulic Modeling(1L)),—Use existing HEC-RAS Model from TxDOT. Update cross section layout and use topography to cut cross section geometry. Prepare,review, and execute hydraulic models. Determine if the runoff that flows south along the west side of Blue Mound Road toward proposed bridge can be minimized by increasing the runoff that flows east across Blue Mound Road then south without causing adverse impacts. Input proposed TxDOT improvements to models. Input proposed bridge across proposed Northwest Community Center Drive into models and determine the conceptual budge opening required. 3. Hydraulic Modeling (2D)—Use existing 2D Model provided by the City of Fort Worth. Update cross section layout and use topography to cut cross section geometry. Prepare, review,and execute hydraulic models. Determine if the runoff that flows south along the west side of Blue Mound Road toward proposed bridge can be minimized by increasing the runoff that flows east across Blue Mound Road then south without causing adverse impacts. Input proposed TxDOT improvements to models.Input proposed bridge across proposed Northwest Community Center Drive into models and determine the conceptual bridge opening required. r C. Report—Prepare brief report describing procedures and results. s D. Meetings—Meet with CFW to discuss results. I! i n r i i ::: H A L F F 11�.Stephen Springs BSW Architects January 13,2020 Page 3 FEE SUMMARY PROFESSIONAL SERVICE FEE SUMMARY I PROJECT PHASES AND TASKS TOTAL III. STUDIES A. Data Collection $ 2,500.00 B. Modeling 1 Hydrologic Modeling $ 16,500.00 I 2 Hydraulic Modeling 1 D) $ 19,000.00 3 Hydraulic Modeling 2D) $ 12,000.00 C. Report $ 5,500.00 D. Meetings $ 2,500.00 i SU1=-TOTAL (Lump Sum Fee) $ 58,000.00 C' P. SUBTOTAL LUMP SUM FEES(Item III) $ 58,000.00 SUBTOTAL HOURLY FEES $ TOTAL FEE $ 58,000.00 All fees are lump sum and will be billed monthly based on percent of work complete. Direct Costs, Sub-Consultants and Reimbursables will be charged at a 1.1 multiplier. Hourly costs will be 2.3 x Labor Rate. Unless otherwise stated,fees quoted in this proposal exclude state and federal sales taxes on professional services. Current Texas law requires assessment of sales tax,on certain kinds of surveying services, but does not require sales taxes on other professional services. In the event that new or additional state or federal taxes are implemented on the professional services provided'under this contract during the term of the work, such taxes will be added to the applicable billings and will be in addition to the quoted fees. 5 REIMBURSABLE EXPENSES Direct costs including printing and reproduction,postage,messenger service,to�distan�` Iephone calls and travel will be considered reimbursable expenses. Direct costs will be billed at P?times the direct cost incurred. This does not include permitting or review fees required by the agencies. These fees will be provided by the developer/owner. C SCHEDULE Halff will begin work immediately after receipt of written notice to proceed. The tasks will be completed in accordance with the following project milestones in calendar days upon written notice. h mom H A L F F Mr.Stephen Springs mom BSW Architects January 13,2020 Page 4 Drainage Study 90 Days Calendar days do not include review tithe or delays by others. Tasks may be concurrent or might require the completion of other tasks prior to beginning. DELIVERABLES Drainage Study Models and Report i k' N x is g R d P, t gC f4 t :m: HA L F F Mr.Stephen Springs BSW Architects January 13,2020 Page 5 ATTACHMENT`B'EXCLUSIONS The following items are specifically excluded from services provided in this contract which are as follow: 1. Design Development Phase j 2. Construction Documents Phase 3. Platting and easements 4. Fite protection,gas,telephone,cable and/or electric design. 5. Filing and permit fees. 6. Quantity take-offs and/or Engineer's Statement of Probable Construction Cost. 7. Design for relocation and/or adjustment of existing improvements or infrastructure. 8. Significant design revisions following substantial completion of the exhibits. 9. Value engineering 10. Flood plain studies or reclamation plans,detention design or studies. 11. Review of Engineers certificates.The Design Professional shall not be requited to execute any documents subsequent to the signing of this Agreement that in any way might,in the sole judgment of the Design Professional,increase the Design Professional's risk or the availability or cost of his or her professional or general liability insurance. 12. Pavement design recommendations. 13. Meetings or presentations not specified herein,additional meetings will be billed at an hourly rate agreed upon; 14. City of Fort Worth Urban Forestry Plan 15. City of Fort Worth Integrated Stormwater Management(iSWM) submittal. 16. City of Fort Worth flood development permit. 17. Water Study 18. Sanitary Sewer Study 19. Septic system design 20. Storm Water Pollution Prevention Plan(SWPPP) i f City of Fort Worth, Texas Mayor and Council Communication DATE: 04/07/20 M&C FILE NUMBER: M&C 20-0241 LOG NAME: 21 NORTHWEST COMMUNITY CENTER DESIGN SUBJECT Authorize the Execution of an Amendment to the Architectural Services Agreement with Brinkley Sargent Wiginton Architects, Inc.,in the Amount of $803,750.00,for a Total Contract Value of$900,000.00 to Provide Architectural Design and Construction Administration Services for the Northwest Community Center Located at Northwest Community Park for a Total Project Cost of$10,000,000.00(2018 Bond Program) (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of an amendment to the architectural services agreement with Brinkley Sargent Wiginton Architects, Inc.,in the amount of$803,750.00,for a total contract value of$900,000.00 to provide architectural design and construction administration services for the new Northwest Community Center located at Northwest Community Park(City Project No. 101650). DISCUSSION: The 2018 Bond Program includes$10,000,000.00 to design and construct the Northwest Community Center at the Northwest Community Park.A request for Statements of Qualifications(SOQ)was advertised in the Fort Worth Star-Telegram on January 17,2019 and January 24, 2019.Seventeen SOQs were received March 27,2019.A selection team,comprised of members of the Park&Recreation Department, Property Management Department and the Office of Business Diversity, reviewed these proposals and met on April 25th,2019 to create a short list for interviews on March 30,2019. On May 6,2019 a selection team composed of members of Park&Recreation Department, Property Management Department and the M/WBE Office conducted final interviews created from the short list. Following the interviews the four highly qualified design teams submittals were carefully reviewed and after discussions scored and thier ranking was established. Brinkley RPGA Pierce, Komatsu INTERVIEW SCORES Sargent Design Goodwin, Architects, Wiginton Group, Alexander& Inc. Architects, Inc. Inc. Linville,Inc. Firm and Staff Experience with 38 35 33 30 Community Center Projects Sub Consultant 12 10 9 8 Experience History of Teamwork 10 12 9 10 with Sub Consultants Strategies for Maintaining Project 9 7 8 8 Budgets and Schedules Experience in the City 7 10 7 10 of Fort Worth MWBE Score 5 © 7.5 TOTAL 81 [8o 73.5 72 After ranking the proposals and conducting interviews,the selection team recommends that City Council authorize the execution of an amendment to architectural services agreement with Brinkley Sargent Wiginton Architects, Inc. In order to identify site opportunities and constriants,staff administratively executed a design agreement with Brinkley Sargent Wiginton Architects, Inc. in the amount of$96,250.00 to provide programming and schematic design services.This M&C will authorize an amendment to that contract in the amount of$803,750.00,for a total contract amount of$900,000.00,to address storm water issues,complete the balance of the design,and provide construction administration services. The overall budget for the project is as follows: PROJECT COST I Amount Total Architectural Services Agreement 1 $900,000.00 Construction Cost(Including Owners Construction $7 793,750.00 Contingency Allowance) Staff Time, Materials Testing,IT,Security,Fixtures Furnishings and Equipment(FF&E), Exercise ][$1,306,250.00 Equipment,Contingency,etc. Total Project Cost$10,000,000.00 Funds for this project are included in the 2018 Bond Program.Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election(Ordinance No. 23209-05-2018)and subsequent actions taken by the Mayor and Council. The impact to maintenance cost associated with this project for the Property Management Department, beginning in Fiscal Year 2021, is expected to be$56,000.00 annually. In accordance with the City Code of Ordinances, Part II,Chapter 7-1 Fort Worth Building Administrative Code,Section 109.2.1, Exception 2; "Work by non-City personnel on property under the control of the City of Fort Worth shall be exempt from the permit fees only if the work is for action under a contract that will be or has been approved by City Council with notes in the contract packages stating the fee is waived." The detailed design portion of this project is anticipated to start in the third quarter of 2020 and construction is anticipated to be complete in the fourth quarter of 2021. MWBE OFFICE-Brinkley Sargent Wiginton Architects, Inc. is in compliance with the City's BDE Ordinance by committing to 20%SBE participation on this project.The City's SBE goal on this project is 20%. The Northwest Community Center is to be located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget,as previously appropriated, in the 2018 Bond Program Fund, Northwest Community Center project. Prior to expenditures being incurred,the Park&Recreation and Property Management Departments have the responsibility to validate the availability of funds. Submitted for City Manager's Office by. Jay Chapa 5804 Originating Business Unit Head: Steve Cooke 5134 Additional Information Contact: Brian Glass 8088