Loading...
HomeMy WebLinkAboutContract 54172-A1 AMENDMENT NO. 1 TO AGREEMENT STANDARD AGREEMENT FOR PROFESSIONAL SERVICES FORT WORTH POLICE DEPARTMENT'S SOUTH PATROL DIVISION STATE OF TEXAS 54172-A1 CITY SECRETARY CONTRACT NO. COUNTY OF TARRANT WHEREAS, The City of Fort Worth and Callahan & Freeman Architects (Consultant) made and entered into City Secretary Contract No. 54172 (The Contract) which was administratively authorized the 20th day of July, 2020, for Fort Worth Police Department's South Patrol Division; and WHEREAS, further amendment is necessary to reimburse the Consultant as part of the design services agreement for balance of the design and construction administration of this project. 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: (3) Provide additional professional services for the balance of the design and construction administration of this project. The cost of this additional service is $262,600.00 plus $0.00 in reimbursable expenses. The scope of services is described more fully in Attachment "A". 2. Article II — Compensation, first paragraph, is amended as follows: "Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "A" and Exhibit "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 $347,600.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly." OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CFW-Std.Agreement for Prof.Services(Rev.20Mar2O2O) Page 1 of 2 South Patrol Division—Amendment No.1 December 2020 Executed effective as of the date signed by the Assistant City Manager below. FORT WORTH: City of Fort Worth Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and Baru-8cu-aA&6o administration of this contract, including By: Dana Burghdoff( c9,202 7:43CST) ensuring all performance and reporting Name: Dana Burghdoff, AICP requirements. Title: Assistant City Manager Date: Dec 9, 2020 By: Approval Recommended: Name: Brian Glass Title: Architectural Services Manager Approved as to Form and Legality: Steve Cooke(Dec 8,2020 09:58 CST) By: Name: Steve Cooke Title: Director, Property Management Dept. D`l AStrong(Dec 9,M2014:58 CST) By: Attest: Name: John B. Strong Title: Assistant City Attorney 'e� A'W'�A Contract Authorization: August 11, 2020 By: rRonaldP.Gonzales(Dec10,202009: ST) M&C: M&C 20-0549 dpvbU� Name: Mary J. Kayser �aoF°Fo!o;r Title: City Secretary a�►o° ° ago °x P o o �d P� I °°o°S°�p VENDOR: Callahan & Freeman Architects ^itrcic W. caa4luln, Frank W.Callahan(Dec 4,202010:02 CST) By: Name: Frank W. Callahan Title: Principal Date: Dec 4, 2020 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CFW-Std.Agreement for Prof.Services(Rev.20Mar2020) Page 2 of 2 South Patrol Division—Amendment No.1 December 2020 ATTACHMENT "A" The Architect has previously completed schematic design, design development, and 50% construction documents under a separate agreement with the former design-build contractor. The City elected to terminate that design-build contract and thereby the design contract was terminated as well. This contract is to re-engage the design team directly with the City so as to continue with the Construction Document Phase to 70% completion at which time, at the City's discretion, an amendment to this contract will be issued for the completion of Contract Documents and Construction Phase services. The City will contract with Construction Manager at Risk to provide pre-construction and construction services. Fee to continue with the Construction Documents to the 70% stage is $85,000 (this base contract amount). Should the City elect to proceed with finalizing the plans and construction phase services by Amendment, the additional fee will be $262,600. Standard Architectural Agreement 6/29/2020 1 a o UD UD co x w - � u u u z 'v G O a o t o co Ln N 1� co w c M ch i O C J d Q O d Q Z x a D: W p E N E!} d d L w+ U C c O cc G. c�v c�v c�v c�v c�v c�v c�v Q y _ r N M x x x C cc V O _ O _ O _ O O _ O _ O N _N E O O O y O Z O Z O .O O C C C C C C C C N Q H O O O O O O O O O O O O O O °' E N t L E " E " E " E " E " E " E " E ' c :3 c :3 c :3 c :3 c :3 c :3 c :3 Q � C E E E E E E E E To , O as E 'aD E 'aD E 'aD E 'aD E 'aD E 'aD E 'FD 0 3 N 0 oC a ar ¢ ar ¢ ar ¢ ar ¢ ar ¢ ar ¢ Ir a M&C Review Page 1 of 3 Official CITY COUNCIL AGENDA F0RTNV0RTII REFERENCE M&C 20- 21SOUTH PATROL DIVISION DATE: 8/11/2020 NO.: 0549 LOG NAME: DESIGN & CONSTRUCTION CONTRACTS CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of Amendment 1 to the Professional Services Agreement with Callahan and Freeman Architects for Design, in the Not-To-Exceed Amount of $262,600.00, and Authorize Execution of a Construction Manager at Risk Contract with Core Construction Services of Texas, Inc., in the Not-To-Exceed Amount of $10,750,000.00 Including a 7.5% Owner's Construction Contingency Allowance, for the Fort Worth Police Department's New South Patrol Division Facility, Combined with Administrative Costs for a Total Project Cost of$17,720,000.00 (2018 Bond Program) (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council; 1. Authorize execution of Amendment 1 to the Professional Services Agreement with Callahan and Freeman Architects for design in the not-to-exceed amount of $262,600.00; and 2. Authorize execution of a Construction Manager at Risk Contract with Core Construction Sevices of Texas, Inc., in the not-to-exceed amount of $10,750,000.00 including a 7.5\% Owner's Construction Contingency Allowance, for the Fort Worth Police Department's New South Patrol Division Facility (City Project No. 101661). DISCUSSION: On October 16, 2018, City Council authorized Mayor& City Council Communication (M&C) L- 16155, for acquisition of approximately 15.3 acres of land, at 8800 McCart Avenue, in the amount of $2,000,255.00 and to pay estimated closing costs up to $14,000.00 for the construction of a new police station in southwest Fort Worth (City Project No. 101661). On August 6, 2019, City Council authorized award of a design-build contract (M&C 19-0025) with Speed Fab-Crete Corporation for the Fort Worth Police Department's new South Patrol Division Facility. The programing and design of this facility was progressing, through their architect, Callahan & Freeman Architects, however contractual issues with Speed Fab-Crete Corporation required that the contract be terminated. Based on the prior selection and work completed to date, staff administratively executed a professional services agreement with Callahan & Freeman Architects to continue the design work, in the amount of$85,000.00. Staff now recommends that the City Council authorize Amendment 1 to the professional services agreement, in the amount of$262,600.00, to Callahan and Freeman Architects for the balance of the design and construction administration of this project. A Request for Qualifications for a Construction Manager at Risk Contractor(CMAR)was advertised in the Fort Worth Star-Telegram on February 27 and March 5, 2020. The City received 12 proposals from CMAR Contractors. A selection team composed of members of Fort Worth Police Department, Property Management Department and the MWBE Office carefully reviewed these submittals and after scoring and much discussion were able to establish a short list of five highly qualified teams. After ranking the proposals, checking references and conducting interviews, the selection team determined that Core Construction Services of Texas, Inc.'s proposal offered the best value to the City. Staff administratively executed a contract for pre-construction services and now recommends the City Council authorize execution of a CMAR Construction Contract, in the not-to-exceed amount http://apps.cfwnet.org/council_packet/mc_review.asp?ID=28118&councildate=8/11/2020 12/2/2020 M&C Review Page 2 of 3 of$10,750,000.00, including 7.5\% Owners Construction Contingency Allowance to Core Construction Services of Texas, Inc. INTERVIEW SCORING MATRIX TABLE. INTERVIEW Construction Sedalco ' Ltd., bFa F FPI Ridgemont , AND FINAL Builders, Commercial EVALUATION Services of Inc. Muckleroy LLC Construction Texas, Inc. & Falls Proposed Fees 48 47 50 50 T 47 and Expenses References and Experience 20 18 18 16 15 CMAR Construction References and Experience 10 9 5 6 7 Similar Project Types Experience in Fort Worth City 8 10 9 9 9 Limits M/WBE Review 8 F9 9 8 F 9 TOTALS 94 9 91 89 87 The overall project budget for the Project is as follows: PROJECT COST Amount Land $2,000,255.00 Terminated Design-Build Contract (Partial Design) $544,427.00 Architectural Design Professional Services Agreement $85,000.00 Architectural Design Professional Services Agreement, $262,600.00 Amendment 1 Pre-Construction Service F- $15,000.00 CMAR Contract (Including 7.5\% Owner's Construction Contingency Fs10,750,000.00 Allowance) Materials Testing, IT, Security, Fixtures Furnishing & Equipment $4,062,718.00 (FF&E), Staff Time, Project Contingency, etc. TOTAL PROJECT COST $17,720,000.00 FUNDING: 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 City Council. PERMIT FEES WAIVED: 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." SCHEDULE: The design will be complete in the last quarter of 2020 and construction is anticipated to http://apps.cfwnet.org/council_packet/mc_review.asp?ID=28118&councildate=8/11/2020 12/2/2020 M&C Review Page 3 of 3 be complete in the first quarter of calendar year 2022. M/WBE OFFICE: Compliance with the City's Business Diversity Enterprise (BDE) Ordinance has been achieved by the following methods: Callahan & Freeman Architects is in compliance with the City's BDE Ordinance by committing to 28 \% SBE participation on this project. The City's SBE goal on this project is 28\%. Core Construction Services of Texas, Inc. is in compliance with the City's BDE Ordinance by committing to 25\% MBE participation on this CMAR project. The City's MBE goal on this CMAR project is 25\%. This project is located in COUNCIL DISTRICT 6. 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 South Police Station project to support the approval of the above recommendations and the execution of the amendment and contract. Prior to expenditures being made, the Property Management Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM _ F nd Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Dana Burghdoff(8018) Originating Department Head: Steve Cooke (5134) Additional Information Contact: Brian Glass (8088) ATTACHMENTS South Patrol Division - Copy.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?fD=28118&councildate=8/11/2020 12/2/2020