HomeMy WebLinkAboutContract 26578 CITY SECRETARY o
STATE OF TEXAS CONTRACT NO. � 0
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF TARRANT
THIS AGREEMENT is made and entered by and between the City of Fort Worth, Texas, a municipal
corporation situated in Tarrant County, Texas, hereinafter called the "City", acting herein by and through
its duly authorized Assistant City Manager,and RPGA Design Group,hereinafter called the "Architect" for
the purpose of providing architectural design services for design of Fire Station 39.
WITNESSETH
That for and in consideration of the mutual covenants and agreements herein contained, the parties hereto
do hereby covenant and agree as follows:
SECTION I SERVICES OF THE ARCHITECT
1.1 The City hereby contracts with Architect as an independent contractor, and the Architect hereby
agrees to perform, within the professional standards normally accepted in the State of Texas,
professional services in connection with the following general scope of work:
Design and construction phase services for Fire Station 39 on Oakmont Boulevard.
SECTION II PERSONNEL
1. The following personnel will be assigned to this Project:
1.1. City of Fort Worth
1.1.1. Project Manager: Nancy Richardson,R.A.
1.2. Architect
1.2.1.Principal in Charge:Javier Lucio,
1.2.2.Architect of Record:
1.2.3.Project Architect: Javier Lucio,R.A.
2. Neither party may change key personnel without agreement by the other party.
SECTION III CHARACTER OF ARCHITECT'S SERVICES
1. Architect shall consult with the City to clarify and define City's requirements relative to the
assignments and review available data.
2. Architect agrees to commit the personnel to each assignment as necessary in order to complete the
assignment in an expeditious manner.
3. The Architect shall advise City as to the necessity of City's providing or obtaining from others services
and data required in connection with the Assignment at City's cost and expense (which services and
data Architect is not to provide hereunder but on which Architect may rely in performing services
hereunder), and act as City's representative in connection with any such services of others.
4. The Architect shall pay for the printing of contract documents required for design submittals,
presentations,bidding and construction contracts.
5. Perform services as outlined in letter dated December 18, 2000, with revisions dated December 22,
2000,which is attached to and made a part of this Agreement.
SECTION IV SPECIAL SERVICES OF ARCHITECT
1. If authorized in writing by City, Architect shall furnish or obtain from others Special Services
necessary to complete the assignments. These services are not included as part of the Basic Services
Page 1 of 9 UR L t ,JPD
2/13/01 CGUY 9ECC,12) 11A ll
�,U C C'Jr?6`r'���I1�n1U�S oll
outlined in SECTION I - SERVICES OF THE ARCHITECT and the Architect's Proposal. These
Special Services will be paid for by City as indicated in Section V.
SECTION V COMPENSATION TO ARCHITECT
1. The total compensation for all of the assignments to be performed by Architect as described in
CHARACTER AND EXTENT of ARCHITECT'S SERVICES hereof shall be $128,405 plus up to
$4,000 in reimbursable expenses.
2. Architect shall not be paid more than the following amounts based upon the stage of design:
1.1. Completion of Schematic Design Phase 20%
1.2. Completion of Design Development and cost estimates 50%
1.3. Completion of Construction documents 75%
1.4. Action by City Council to accept bids 80%
1.5. Final acceptance of the Project by the City 100%
SECTION VI RESPONSIBILITY FOR CONSTRUCTION COSTS
1. The Construction Budget for this Project is$1,263,500. If the Construction Budget is exceeded by the
lowest bona fide bid, the City shall (1) award the contract, (2) if the project is abandoned, 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, and the Architect shall be entitled to 80% of the total
fee.
2. The Architect shall inform the City in writing of the probable construction cost at the submission of
each design 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.
SECTION VII METIIOD OF PAYMENT
1. The Architect shall be paid not more frequently than once per month on the basis of statements
prepared from the books and records of account of the Architect, such statements to be verified as to
accuracy and compliance with the terms of this Agreement by an officer of the Architect. Payment
according to statements will be subject to certification by the Director, Transportation and Public
Works Department or his duly authorized representative that such work has been performed.
2. The above charges are on the basis of prompt payment of bills rendered and continuous progress of the
work on the Assignment until completion. If City fails to make any agreed to payment due Architect
for services and out-of-pocket expenses within sixty days after approval of Architect's statement
thereof, Architect may, after giving seven days' written notice to City, suspend services under this
Agreement until Architect has been paid in full all amounts due for services actually performed and
out-of-pocket expenses actually incurred.
SECTION VIII PROCEDURES FOR PROVIDING DESIGN SERVICES
1. Design Phase:
I.I. City shall notify the Architect when it is appropriate to proceed with the services.
1.2. The Architect shall visit the site and make himself familiar with the scope of the assignment
1.3. (Optional) The Architect shall perform all services necessary to survey, plat,prepare and vacate
easements and any other property issues necessary to complete the design and secure a
construction permit.
Page 2 of 9
2/13/01
i._
1.4. The design shall include all site work, design and coordination of utilities, landscaping and
facility design required for a complete and functional project.
1.5. The Architect shall prepare presentation graphics using plans necessary for the design and attend
two public meetings during the design of the project.
1.6. Architect shall prepare the design in stages as follows:
1.6.1. Schematic Design:Preparation of alternative floor and site plans, architectural concepts and
principal equipment and finish plans and area-based cost estimates.
1.6.2. Design Development: Preparation of architectural and MEP floor plans, principal
elevations, civil and utility site plans, cartoon set, selection of principal equipment and
finishes, and discipline-based cost estimates.
1.6.3. Construction Documents: Preparation of details, mechanical,electrical, and plumbing plans,
finish schedules,detailed technical specifications,and detailed cost estimates.
1.7. Drawings at all stages of design will have the following characteristics: Scale for floor plans will
be 1/8" or agreed to scale for all disciplines, elevations will be at same scale as floor plans, area
plans will have same scale for all disciplines, site plans for all disciplines will be at same scale.
1.8. Architect shall prepare "Elimination of Architectural Barriers Registration" and submit the
applications to the Texas Department of Licensing and Regulation(TDLR). The City will pay all
fees required for TDLR reviews and inspections. All designs shall be in conformance with the
Elimination of Barriers Act, State of Texas, City of Fort Worth Building Codes and the
Americans with Disabilities Accessibility Guidelines for Buildings and Facilities.
1.8.1.The Architect shall reimburse the City of Fort Worth for all costs and fees incurred in
modifying a facility in the event it is constructed in accordance with the Architect's designs
and is subsequently determined to be in non-conformance with the above Act, Codes or
Guidelines.
1.8.2.The City will bear the construction costs associated with enhancements while the Architect
will reimburse the City for costs to replace or rework features.
1.9. The Architect shall include procedures for mitigating environmental impact, use of recycled
building materials, sustainable construction,and a building-commissioning program in the design
of the project.
1.10.The Architect shall submit estimates of probable construction cost for each stage of design to the
City in five copies.
1.11. The City shall acknowledge the probable construction costs and scope in writing at each stage of
design.
1.12.Upon written approval of the final design, the Architect shall make whatever final changes are
necessary and submit the drawings and technical specifications to the City for use in bidding.
2. Bidding:
2.1. The Architect shall respond to Contractors inquiries,prepare whatever addenda are necessary and
conduct the Prebid Conference
2.2. Following bidding the Architect shall investigate the qualifications of up to three bidders and
make recommendations concerning the capability of the bidder to satisfactorily perform the
contract.
2.3. Print documents for bidding
3. Construction Services:
Page 3 of 9
2/13/01 l5 IkLSWnIU(
3.1. The Architect shall assist the City by approving submittals, observing construction procedures
and results, reviewing methods and costs associated with proposed change orders, and resolving
construction problems.
3.2. Architect shall attend periodic job site meetings,prepare meeting notes and distribute them to all
participants and key project personnel.
3.3. 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.
3.4. Architect will review contractor's pay requests.
3.5. The Architect shall review Contractor's marked up field drawings and prepare "Record
Drawings"on reproducible bond or plastic media for the City's archives.
3.6. Architect will provide CAD files of all drawings suitable to use on AutoCad LT or such other
operating system as determined by the City.
4. All project information and designs shall become the property of the City and may be used by the City
in any manner it wishes. The Architect shall not be liable for the use of such design information on
other projects.
SECTION IX CITY RESPONSIBILITIES
1. Provide criteria and information as to City's requirements and designate a person with authority to act
on City's behalf on all matters concerning the Assignment.
2. Assist Architect in obtaining existing studies, reports and other available data and services of others
pertinent to the Assignment and in obtaining additional reports and data as required.
3. Upon reasonable notice arrange for access to and make all provisions for Architect to enter upon
public and private property as may be required for Architect to perform services hereunder.
4. Designate in writing qualified persons who will act as City's representatives with respect to the
Assignment for the purposes of transmitting instructions, receiving information, interpreting and
defining City's policies and decisions with respect to Architect's services.
5. Review all reports, recommendations and other documents and provide written decisions pertaining
thereto within a reasonable time.
6. Upon reasonable notice provide labor and safety equipment to expose structural elements, to make
temporary repairs, and to operate mechanical and electrical systems as required by the Architect in the
development of the design.
7. 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.
8. Provide"Front End", including Division 1 requirements,for use in assembling the Project Manual.
9. Prepare easements and right-of-way acquisition conveyance documents, from description provided by
Architect, contact owners, negotiate for or condemn all easements and right-of-way,pay all filing and
legal fees associated therewith.
10. Provide such legal, accounting, insurance and other counseling services to City as may be required for
the Assignment.
11. Manage the advertisement and bidding of the project, issue addenda, distribute bid documents, award
contract,and execute the contracts.
12. Administer the construction of the Project.
2/13/01 Page 4 of 9 �� MUSHY
` , TEXo
13. Provide inspection and management services.
14. Provide contractors marked up field drawings to the Architect for review.
15. Pay all impact and utility fees and other fees not expressly assigned to the Architect.
16. Bear all costs incident to compliance with this Section.
SECTION X TERMINATION
1. The City may terminate this Agreement at any time for convenience or for any cause by notice in
writing to the Architect. Upon receipt of such notice, the Architect shall immediately discontinue all
services and work and the placing of all orders or the entering into Contracts for supplies, assistance,
facilities and materials in connection with the performance of this Agreement and shall proceed to
cancel promptly all existing contracts insofar as they are chargeable to this Agreement.
2. If the City terminates this Agreement under the foregoing paragraph, the City shall pay the Architect
for services performed in accordance herewith prior to such termination, less such payments having
been previously made. Such payment shall be based upon the work completed up to the date of
termination of the Agreement in accordance with the method of compensation prescribed in Sections
V and VI hereof. Architect shall also be compensated for all termination-related expenses such as
meeting attendance,document reproduction,transfer of records,etc.
3. Upon early termination or conclusion of this Agreement, the Architect shall provide the City
reproducible copies of all completed or partially completed engineering documents prepared under this
Agreement which shall become the property of the City and may be used by the City in any manner it
desires. The Architect shall not be liable for the use of such materials for any project other than the
project described in this Agreement.
SECTION XI INDEMNITY AND INSURANCE
1. Approval by the City of contract documents shall not constitute or be deemed to be a release of the
responsibility and liability of the Architect, its officers, agents, employees and Subconsultants, for the
accuracy and competency of the services performed under this Agreement, including but not limited to
surveys, location of subsurface investigations, designs, working drawings and specifications and other
Engineering documents.
2. Such approval shall not be deemed to be an assumption of such responsibility and liability by the City
for any negligent act, error or omission in the conduct or preparation of the subsurface investigations,
surveys, designs, working drawings and specifications and other Engineering documents by the
Architect, its officers, agents, employees and Subconsultants, it being the intent of the parties that
approval by the City signifies the City's approval of only the general design concept of the
improvements to be constructed.
3. In this connection the Architect shall indemnify and hold the City and all its officers, agents, servants
and employees harmless from any loss, damage, liability or expenses, on account of damage to
property and injuries, including death, to all persons, including but not limited to officers, agents, or
employees of the Architect or Subcontractor, and all other persons performing any part of the work
and improvements, which may arise out of any negligent act, error or omission in the performance of
the Architect's professional services or in the preparation of designs, working drawings, specifications
and other documents.
4. The Architect shall defend at its own expense any suits or other proceedings brought against the City,
its officers, agents, servants and employees, or any of them on account thereof, and shall pay all
expenses and satisfy all judgments which may be incurred by or rendered against them arising out or
the indemnification; provided and except, however, that this indemnification provision shall not be
construed as requiring the Architect to indemnify or hold the City or any of its officers, agents,
servants or employees harmless from any loss, damages, liability or expense,on accoun of damage to
Page 5 of 9
2/13/01 �UU 11�����GM�M�P
property or injuries to person caused by defects or deficiencies in design criteria and information
furnished Architect by City, or any deviation in construction from Architect's designs, working
drawings,specifications or other documents.
5. Without limiting the above indemnity, Architect shall maintain a policy of comprehensive general
liability insurance coverage with carriers acceptable to City in at least the following amounts:
Commercial General Liability $1,000,000 Per Occurrence
Employers Liability Insurance
Bodily Injury $500,000 Each Accident
$500,000 Policy Limit
$500,000 Bodily Injury by Disease,each employee
Workers Compensation
Coverage A: Statutory limits
Coverage B: Employer's Liability
$100,000 each accident
$500,000 disease-policy limit
$100,000 disease-each employee
Business Automobile
Combination Single limits $500,000 each accident
Personal Injury $2,500 each person
Uninsured $500,000 each accident
Professional Liability Insurance
(Errors and Omissions) $1,000,000 Policy limit
6. Architect shall furnish City a Certificate of Insurance in at least the above amounts. Certificate shall
contain a provision that such insurance cannot be canceled without 30 days prior written notice to
City. The City reserves the right to revise insurance requirements specified in this agreement to the
best interests of the City.
7. General Insurance Requirements
7.1. Commercial General Liability coverage shall be endorsed to name the City an Additional Insured
thereon, as its interests may appear. The term City shall include its employees, officers, officials,
agents,and volunteers as respects the contracted services.
7.2. Certificates) of insurance shall document that insurance coverages specified are provided under
applicable policies documented thereon.
7.3. Any failure on part of the City to request required insurance documentation shall not constitute a
waiver of the insurance requirements.
7.4. A minimum of thirty days notice of cancellation, non-renewal or material change in coverage shall
be provided to the City. A ten days notice shall be acceptable in the event of non-payment of
premum. Such terms shall be endorsed onto Architect's insurance policies. Notice shall be sent to
the Superintendent, Building Services Division, City of Fort Worth, 3409 Harley Avenue, Fort
Worth,TX 76107.
Page 6 of 9
2/13/01 Elm,_,
r�i�u�i����'2!� ��r�.
7.5. The City shall not be responsible for the direct payment of any insurance premiums required by this
agreement. It is understood that insurance cost is an allowable component of the Architects general
overhead.
7.6. The City reserves the right to revise insurance requirements specified in this agreement according to
the best interests of the City.
7.7. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise
approved by the City; and, such insurers shall be acceptable to the City in terms of their financial
strength and solvency.
7.8. Deductible limits, or self-insured retentions, affecting insurance required herein may be acceptable
to the City at its sole discretion; and, in lieu of traditional insurance, any alternative coverage
maintained through insurance pools or risk retention groups must be also approved. Dedicated
financial resources or letters of credit may also be acceptable to the City.
7.9. The workman's compensation policy shall each be endorsed with a waiver of subrogation in favor of
the City as respects the Project.
7.10.The City shall be entitled, upon its request and without incurring expense,to review the Architect's
insurance policies including endorsements thereto and,at the City's discretion, the Architect may be
required to provide proof of insurance premium payments.
7.11.All insurance, except for the Professional Liability insurance policy, shall be written on an
occurrence basis.
7.12.Subconsultants to the Architect shall be required by the Architect to maintain the same or reasonably
equivalent insurance coverage, except for Professional Liability Insurance, as required for the
Architect.Architect shall provide City with documentation thereof on certificates of insurance. The
Architect shall assure that Subconsultants provide acceptable and appropriate levels of Professional
Liability coverage or that the Architect's coverage provides coverage for the work of the
Subconsultant. Notwithstanding anything to the contrary contained herein, in the event a
subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall
not constitute a breach by Architect of the Agreement.
8. The City shall require the General Contractor to include the Architect as a Certificate Holder the general
contractor's general liability insurance.
ARTICLE XII INDEMNITY PERTAINING TO HAZARDOUS MATERIALS
1. City acknowledges Architect will perform part of the work at City's facilities that may contain
hazardous materials, including asbestos containing materials, or conditions, and that Architect had no
prior role in the generation,treatment,storage,or disposition of such materials. In consideration of the
associated risks that may give rise to claims by third parties or employees of City,City agrees in so far
as permitted by law, to indemnify Architect from any and all losses, damages, claims, or actions
brought by third party or employees of City against Architect or Architect's employees, agents,
officers, or directors, in any way arising out of the presence of hazardous materials or conditions at
City's facilities, except for claims shown by final judgment to arise out of the sole negligence of
Architect. The City shall defend at its own expense any suits of other proceedings brought against the
Architect and its officers, agents, servants,and employees or any of them on account thereof. Nothing
herein shall be construed so as to require the City to levy or assess any tax.
2. In connection with hazardous waste, including petroleum products, City agrees to the maximum extent
permitted by law to defend, hold harmless and indemnify Architect from and against any and all
claims and liabilities resulting from City's violation of any federal, state or local statute, regulation or
ordinance relating to the disposal of hazardous substances or constituents. Nothing herein shall be
construed so as to require the City to levy or assess any tax.
3. The requirements contained in this Section shall not apply if the Architect introduces the hazardous
materials or conditions.
Page 7 of 9 L �1R
2/13/01 e�
D
CNN;,� KE?M(�y
SECTION XIII 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 directly pertinent books, documents, papers
and records of the Architect involving transactions relating to this Agreement. Architect agrees that
the City shall have access during normal working hours to all necessary Architect facilities and shall
be provided adequate and appropriate workspace in order to conduct audits in compliance with the
provisions of this section. The 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
subconsultant 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 subconsultant, involving transactions to the subcontract, and further, that
City shall have access during normal working hours to all subconsultant 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 subconsultant reasonable advance notice of intended audits.
3. Architect and Subconsultants agree to photocopy such project-related documents as may be requested
by the City. The City agrees to reimburse Architect and Subconsultant for the costs of copies at the
rate published in the Texas Administrative Code.
SECTION XIV SUCCESSORS AND ASSIGNS
1. The City and the Architect each bind themselves,their successors and assigns, to the other party to this
Agreement and to the successors and assigns of each other party in respect to all covenants of this
Agreement.
SECTION XV ASSIGNMENT
1. Neither party hereto shall assign, sublet or transfer its interest herein without prior written consent of
the other party, and any attempted assignment, sublease or transfer of all or any part hereof without
such prior written consent shall be void.
SECTION XVI INDEPENDENT ARCHITECT
1. Architect shall perform all work and services hereunder as an independent Architect, 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 the work performed hereunder, and all persons performing
same, and shall be solely responsible for the acts and omissions of its officers, agents, employees and
Subconsultants. Nothing herein shall be construed as creating a partnership or joint venture between
the City and the Architect, its officers, agents, employees and Subconsultants, and doctrine of
respondent superior has no application as between the City and the Architect.
SECTION XVII M/WBE GOALS
1. In accordance with City of Fort Worth Ordinance No. 11923,the City has goals for the participation of
minority business enterprises and woman business enterprises in City contracts. Architect
acknowledges the M/WBE goal of 38 %established for this contract and its commitment to meet that
goal. Any misrepresentation of facts(other than a negligent misrepresentation) and/or the commission
of fraud by Architect may result in termination of this agreement and debarment from participating in
City contracts for a period of time not less than three years.
SECTION XVIII OBSERVE AND COMPLY
1. Architect shall at all times observe and comply with all Federal and State 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 ignorance thereof shall be considered. Architect agrees to defend,
Page 8 of 9 I)MC� d,.1 U�.'ECCOP�L�i'
2/13/01
indemnify and hold harmless City and all 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.
SECTION XIX VENUE
1. Venue of any suit or cause of action under this Agreement shall lie in Tarrant County,Texas.
IN TESTIMONY THEREOF,the City of Fort Worth has caused this instrument to be signed in triplicate in
its name and on its behalf, by its City Manager and attested by its City Secretary, with the Corporate Seal
affixed; and the Architect has also properly executed this instrument in triplicate copies, each of which is
deemed an original. L
'J
EXECUT E ITY OF FO O H,TEXAS,THIS day ofCAk-- A.D.,
By: APPROVED:
Pr' tpal's Name
GA Design up
V1 cort. Rasrplsp,
Office(President or Vice-President) By:
low-
Mike Gr omer
Assistant City Manager
I
APPRVora
NDED: RECORDED-,,-',By: By:
_ r
d Public Works City Secretary/
APPROVED AS TO FORM AND LEGALITY:
By: Date: y
Wade Adkins
City Attorney
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.
N.1, C - i8 11155L
Contract Authorization
�2 - 13 - d /
Date
�� a �iL PE�co)QD
Page 9 of 9 AL5�GJUS it
2/13/01
City of Fort Worth, Texas
"Agar And 4:0u"Cil Communication
DATE REFERENCE NUMBER LOG NAME PAGE
2/13/01 **C-18452 20FS39 1 of 1
SUBJECT AWARD OF ARCHITECTURAL DESIGN CONTRACT TO RPGA DESIGN GROUP,
INC. FOR THE DESIGN OF FIRE STATION NO. 39
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute an agreement with
RPGA Design Group, Inc. for a fee of$132,405 for the design of Fire Station No. 39.
DISCUSSION:
Fire Station No. 39, to be constructed at Bryant Irvin Road and Oakmont Boulevard, will serve the
growing development occurring in the area generally bounded by Hulen Street, Southwest Boulevard,
Oakmont Boulevard, and Dirks Road. This area has experienced rapid growth with the addition of two
new apartment complexes, two hospitals, two long-term health care facilities, motels (two of which are
high occupancy, multi-story buildings), two major shopping centers, and numerous commercial and
residential developments.
On November 24, 1998 (M&C L-12385), the City Council approved the purchase of the land for the
proposed station for $275,000.
Construction of Fire Station No. 39 was approved in the 1998 Capital Improvement Program.
RPGA Design Group, Inc. is in compliance with the City's M/WBE Ordinance by committing to 38%
M/WBE participation. The City's goal on this project is 35%.
Fire Station No. 39 will be located in COUNCIL DISTRICT 3.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of
the Fire Services Fund.
MG:k
Submitted for City Manager's FUND I ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
Mike Groomer 6140
Originating Department Head:
Hugo Malanga 7801 (from)
C132 531200 020132011039 $132,405.00
Additional Information Contact:
Hugo Malanga 7801
FIRE STATION 39
As of 2/13/01
1/8/01 FUND
DESCRIPTION PROGRAM BUDGET Predesign budget ACTUAL SPENT
ALLOTMENT
1998 CIP 2,000,000 2,000,000
TOTAL ALLOTMENT 2,000,000 2,000,000
LAND
1.5 Acre at$8/sf 522,720 522,720
SUBTOTAL LAND 522,720 522,720
CONSTRUCTION
Crew Quarters,5,500 SF at 107 660,000
Apparatus Bay,3,3,000 SF at 107 320,000
Site Paving,_sf at$3 180,000
Fuel Pod(Purchase) 8,500
Generator(natural Gas) 15,000
Contingency 80,000
SUBTOTAL CONSTRUCTION 1,263,500 1,263,500
CONTRACTUAL OVERHEAD
Basic services
Architectural Design 50,000 82,000
MechanicaUElectrical 20,000 13,950
Civil 10,000 16,500
Structural 10,000 10,000 Basic Services(80%of
Landscaping and Irrigation 2,800 5,955 102,724.00
Additional Services 8.13%
Construction phase services
Cost estimating 2,200 by arch
Site survey 2,000 incl
Printing 2,000 4,000
Final Plat 1,900 by city
Rendering 700 incl
Other expenses
Reimbursable Expenses 4,758 incl
SUBTOTAL CONTRACTUAL 106,358 132,405
CITY OVERHEAD
Departmant Staff - -
Project management 2,000 10,000
Construction Management 15,000 15,000
Advertising 50 50
Geotech Engineering 5,000 5,000
Surveying incl incl
Materials testing 5,000 5,000
Electrical Utilities 10,000 10,000
Water Impact fee 595 595
Water Tap 775 775
Sewer Impact fee 969 969
Sewer Tap 1,950 1,950
Reproduction bid sets 2,800 2,800
Temporary water Meter 200 200
TDLR Design Review 235 445
TDLR Inspection 115 445
SUBTOTAL CITY OVERHEAD 44,688 53,228
TOTAL PROJECT COST 1,937,266 1,971,853
TOTAL AVAILABLE BALANCE 62,734 28,147
ri
2
iI RP GRouP, ~ c.
■ ■ ■ ■
December 22, 2000
Mr. Michael J. Mathews, P.E.
Chief,Facilities Management
Transportation and Public Works Department
3409 Harley Avenue
Fort Worth, Texas 76107
RE: Fire Station#39
Fort Worth, Texas
RPGA# 97012 1-CC 1(revised 12/22/00)
Dear Mr. Mathews:
It is with great enthusiasm that RPGA Design Group, Inc. presents the following Services and Fee Proposal
for the new Fire Station#39. We are extremely excited about having been selected as the Architectural
Consultant and we look forward to successfully assisting you in achieving your goals.
This proposal reflects our anticipated services and our consultant's services for Professional Services for the
new Fire Station#39, on Oakmont Boulevard, in Fort Worth, Texas. We submit the following:
I. Project Description
A. General Description: Fire Station#39 will be a new Fire Station of approximately 8,500 square
feet, located on approximately 2.39 acres. The new fire station design will consider design
features of previous fire stations in the City of Fort Worth. In particular, the layout of Fire
Station#36 will be used as a starting point for the design of the new station.
B. Programmatic space requirements:
Crew Quarters ApparaBaX
Watch station with Murphy Bed 3-Bay apparatus area
Officer's Quarters (2 officers) Bunker gear lockers
Dorm Area(6 firefighters) EMT supplies
Men's Restroom Shower
Women's Restroom Laundry room
Physical Training Room Commercial washer for bunker gear
Kitchen Mop sink
Dining Room
Living Room
Storage Room (Internal access) _....w-•
Mechanical Room �, ii
Data/Telephone Room e of e M
Flammable Storage (External access) �lT.y t'EE PFaQll
Unisex Public Restroom
101 S.Jennings Avenue,Suite#100 Fort Worth,Texas 76104 (817)332-9477 (972)445-6425 FAX (817)332-9487
jlucio@rpgaarchitects.com (888)TRY-RPGA www.rpgaarchitects.com
City of Fort Worth 2 Fire Station#39
C. Site Requirements: The site design will provide for a drive through fire station with separate
employee and visitor parking. The visitor parking will accommodate accessible parking and
accessible access to the facility. The fire station will be sited to efficiently accommodate all
necessary requirements. In addition, the fire station will be oriented to take advantage of passive
solar opportunities. Landscape will be provided to meet the City of Fort Worth's landscape
requirements. Additional landscaping will also be provided as appropriate for this location and
as required to assist in passive solar design. Security and or privacy fencing will also be
provided.
D. Exterior Design Features: The design of the new fire station will feature a brick veneer design
around the Crew Quarters and finished concrete block (split face block) around the apparatus
bays. The building will be sited to take advantage of passive solar opportunities presented by the
sloping site. In addition, landscaping, the placement of openings and the color of exterior
materials will be designed and selected with passive solar considerations. The selection of
exterior materials for this fire station will be similar to Fire Station#36, but a new design will be
provided for the new fire station.
E. Interior Design Features: The new fire station will be designed to meet the American's with
Disabilities Act(ADA)and the Texas Accessibility Standards (TAS).
The recently completed Fire Station#36 will be used as a starting point for the layout of the new
fire station. Some of the spaces will be moved and adjusted to accommodate the additional
programming of the new fire station. Based on input from the Fire Department as well as several
firefighters, specific areas and features will be re-designed to improve the efficiency and quality
of the new fire station.
F. Special Mechanical Systems Considerations: The design of geothermal heating and cooling
and a gray water re-use system will "not"be considered for the new fire station.
G. Construction Budget: The new fire station has a construction budget of$1,263,500.00. At
8,500 square feet that is equal to $148.65 per square foot. The City of Fort Worth and RPGA
have visited and discussed similar Fire Stations that have been completed throughout the
metroplex. Based on information from similar projects,both parties understand that program
and materials for Fire Station #39 will have to be carefully reviewed and analyzed to adhere to
the project budget.
It is understood that the City of Fort Worth will work with RPGA to modify the project
requirements "if' it becomes necessary to a meet the project budget. RPGA will provide
Anticipated Construction Costs at the completion of each phase of the design, at which time
program requirements will be evaluated, for budget compliance.
II. Scope of Services
A. General Services: RPGA will meet with the City to clarify and define the City's requirements
and budget prior to commencement of work.
RPGA will supervise and coordinate consultants' activities, review all consultants' documents
and review all pertinent consultant documents with the City of Fort Worth. Consultants hired
independently by the City are excluded from RPGA's supervision and coordination.
RPGA will document all design meetings with the City of Fort Worth.
B. Schematic Design: RPGA will design the Project in conformance with the City's outlined
program. The design team will prepare approaches to the design. Sketch plans will be
101 S.Jennings Avenue,Suite#100 Fort Worth,Texas 76104 (817)332-9477 (972)445- 2�, _
888 TRY-RPGA www.r aarchitects.com h ti�h,+;('7view
( ) P9 � 1
fi�
City of Fort Worth 3 Fire Station#39
developed, providing a "broad brush" concept to illustrate the potential of the given design.
RPGA will prepare a package consisting of the following: floor plans at 1/8" scale and rendered
sketch elevations and or perspectives sufficient to indicate the character of the proposed Project.
In addition, RPGA will provide a preliminary estimate of Construction Cost.
C. Design Development: Based on the approved Schematic Design Package and any further
adjustments authorized by the City of Fort Worth, RPGA will develop, for approval by the City,
Design Development Documents consisting of drawings and other documents to fix and describe
the size and character of the Project as to architectural, landscape architectural, civil, structural,
mechanical and electrical systems, materials and such other elements as may be appropriate.
These drawings will incorporate all floor plans, elevations, site plan, and all necessary drawings
and details from which RPGA will update the preliminary estimate of Construction Cost.
D. Construction Documents: Based on the approved Design Development Documents and any
further adjustments in the scope or quality of the Project or in the construction budget authorized
by the City of Fort Worth, RPGA shall prepare, for approval by the City, Construction
Documents consisting of Drawings and Specifications setting forth in detail the requirements for
the construction of the Project. RPGA will sign, stamp or impress the construction documents
for use in the State of Texas.
In addition, RPGA will also use these documents to establish a Statement of Probable
Construction Cost. In providing a Statement of Probable Cost, the City of Fort Worth
understands that RPGA has no control over costs or the price of labor, equipment or materials, or
over the Contractor's method of pricing, and that the Statement of Probable Cost provided herein
are to be made on the basis of RPGA's qualifications and experience. RPGA makes no
warranty, expressed or implied, as to the accuracy of such estimate as compared to bid or actual
costs.
RPGA will also provide the City of Fort Worth with a colored rendering of the proposed Fire
Station during the Construction Document Phase.
E. Bidding and Negotiating: RPGA, following the City's approval of the Construction Documents
and the latest revised estimate of Construction Cost, shall assist the City in obtaining bids or
negotiated proposals and assist in awarding and preparing contracts for construction. RPGA will
document all pre-bid conferences and meetings.
F. Contract Administration:
1) RPGA shall visit the site to become generally familiar with the progress and quality of the
work and to determine, in general, if the work is proceeding in accordance with the
contract documents. However, RPGA shall not be required to make exhaustive or
continuous on-site observations, RPGA shall endeavor to guard the Owner against defects
and deficiencies in the construction and shall attend weekly and necessary construction
meetings.
2) RPGA shall not have control of, or charge of, and shall not be responsible for construction
means, methods, techniques, sequences or procedures, or for safety precautions or
programs in connection with the work, for the acts of omissions of the contractor,
subcontractors, or any other persons performing any of the work, or for the failure of any
of them to carry out the work in accordance with the contract documents.
3) RPGA shall, at all times, have access to the work wherever it is in preparation or progress.
Fell
101 S.Jennings Avenue,Suite#100 Fort Worth,Texas 76104 (817)332-9477 (972)445-6425 FAX
(888)TRY-RPGA www.rpgaarchitects.com fi
':acU.! N, "W s
�a ✓t'_�U Yp U e
City of Fort Worth 4 Fire Station#39
4) If requested by the owner, RPGA shall determine the amounts owing to the contractor,
based on observations at the site and on evaluations of the contractor's application for
payment in such amounts, as provided in the construction cost estimates.
5) RPGA shall advise the Owner to reject work that does not conform to the contract
documents.
6) RPGA shall review and take appropriate action on submittals such as shop drawings,
product data and samples, but only for conformance with the design concept of the work
and with the information given in the contract documents. All structural, civil, and m.e.p.
Shop drawings will be reviewed by the respective consultant and documented by RPGA.
7) RPGA shall conduct inspections to determine the dates of substantial completion, and shall
review the project for final certificate of payment.
8) RPGA shall prepare "Record Drawings" for the project based on the Contractor's marked-
up field drawings, inspection notes and RPGA's observations.
9) The extent of the duties, responsibilities and limitations of authority of RPGA, as the
Owner's representative during the construction shall not be modified or extended without
written consent of both the Owner and RPGA.
III. Compensation:
A. Based on our understanding of the scope of services to be performed the fees are as stated below.
If during the development of the project changes are made to the scope of the project, the fees
will be subject to revision. Fees as quoted are good for a period of(90)ninety days from the
date of this proposal.
The following proposed fees include the services of Civil, Landscape, Irrigation, Structural and
M.E.P. Consultants. RPGA has calculated our proposed fees based on a time card basis with a
not to exceed maximum as delineated below.
Architectural $ 82,000.00
Civil Engineer 16,500.00
Landscape/Irrigation 5,955.00
Structural 10,000.00
M.E.P. 13,950.00
TOTAL $ 128,405.00
Anticipated Reimbursable Expense $4,000.00
B. Payments to RPGA shall be made upon presentation of RPGA's statement of services and
expenses. Payments due RPGA and unpaid under this agreement shall bear interest from the
date payment is due at a rate of 1-1/2%per month, unless greater than the applicable legal rate in
which case the applicable legal rate shall be charged and shall require RPGA to stop progress on
the Project until payments become timely.
C. Hourly Rates for Unscheduled or Requested Services (these additional services will only be
provided with an authorized amendment in writing from the City of Fort Worth):
No Charge will be incurred for minor revisions to the plans during the design process prior to
construction document phase. Compensation for major variances to the agreed-upon plans and
specifications, time involved in additional services, but not initial site visits, will be billed on an
hourly basis as follows:
u , �^
101 S.Jennings Avenue,Suite#100 Fort Worth,Texas 76104 (817)332-9477 (972)445- 4 �' ( 8
(888)TRY-RPGA www.rpgaarchitects.com
tl Oo v�tlJJ�p �e
City of Fort Worth 5 Fire Station#39
Principals: $90.00
Projects Architects: $60.00
Associate Architects: $50.00
Clerical $25.00
The above listed hourly rates are subject to change with notice. The City can negotiate a set fee
at the time, if and when needed.
A Reimbursable fees will be billed at cost expended by RPGA not to exceed $4,000.00 and will
include,but not be limited to, the following:
a) The expense of all reproductions including, but not limited to, plots, prints, photo copies,
mylars, photo negatives, etc., as may be required in the normal preparation of"Final"
Design Development Documents and"Final" Construction Documents as prepared for
preliminary estimating and bidding purposes. The reimbursable expenses submitted to
RPGA by the sub-consultants shall be billed to the City of Fort Worth at 1.10 times the
amount expended by the sub-consultants. All necessary cost of printing or courier services
will be the responsibility of the City of Fort Worth.
IV. Schedule:
A. Based on our understanding of the scope of services we estimate the schedule to be as follows:
Schematic 20-25 Working Days
Design Development Documents 25-30 Working Days
Construction Documents 45-55 Working Days
B. This schedule anticipates a period of one week for review by the City for changes and
clarifications at the completion of the Schematic and Design Development phase and a one-week
review period at 95% of Construction Documents.
V. Owner's Responsibilities:
The City of Fort Worth shall provide full information regarding requirements for the Project, and
RPGA shall be entitled to rely upon the accuracy and completeness thereof; including, but not limited
to, all site information, zoning, boundary surveys, easements, topography, soil information, platting
and any special restrictions or variances pertaining to the site, including complete utility data and
restrictions, as well as, all essential information to be supplied by subcontractors or consultants
retained by the Owner.
VI. Changes:
If a major change is made in the scope, approach or details of the Project at the Owner's request after
or construction documents are underway or finished, the cost of making changes will be billed at the
above hourly rates. This also applies to any changes required by new zoning or building code
requirements instigated after the Projects' inception.
VII. Ownership of Documents:
All plans and drawings will be prepared and submitted by RPGA to the City of Fort Worth for
approval on 24 x 36 bond sheets, with all plotted lettering clearly legible when the sheets are
reproduced and reduced to half size.
Drawings and specifications as instruments of service are and shall remain the property of RPGA
whether the project for which they are made is executed or not. A duplicate set of all drawings and
101 S.Jennings Avenue, Suite#100 Fort Worth,Texas 76104 (817)332-9477 (972)445-6425 ('fFA�jd17)33i-ft,D
(888)TRY-RPGA www.rpgaarchitects.com
, ,)
City of Fort Worth 6 Fire Station#39
specifications shall become the legal property of the City. The City agrees not to execute, sell or gift
these plans and specifications for any other project or extensions of this project except by agreement in
writing and with appropriate compensation to RPGA.
VIII.Limits of Liability:
The Agreement is created to allow production of design and construction documents only. RPGA, its
officers, employees, agents, or consultants shall not be held liable or responsible for acts, errors or
omissions of the Owner, contractor, or any of the contractors' subcontractors, agents, employees, or
any other persons performing or providing information for any of the work. The Owner shall
indemnify RPGA should legal action result from any acts, errors, or omissions of the Owner,
contractor, any of the contractor's subcontractors, agents, employees, or any other persons performing
any of the work.
IX. Termination: In the event either party chooses to terminate this agreement before any phase of
RPGA's work(Design, Construction Documents, or Construction) is complete, the above stated hourly
rate will be used to compute partial compensation then due RPGA. In any case, the amount of
compensation would not exceed the stated fee for the phase of work underway at the time of
termination. If the Project is suspended at any time, for more than three (3)months, the terms of this
agreement shall be subject to revision. If terminated, the City of Fort Worth will own any products
developed, to date, for which RPGA has been compensated.
X. Publishing Credit: In the event that the design, built product, or bi-product, of the design is
published, the owner agrees to give RPGA Design Group Inc. credit for the Architectural Design in the
published article (publishing credit excludes newspapers).
It is to be implicitly understood that we, RPGA,will act in your best interests and, at all times, carry out
duties with reasonable diligence and expedience.
We look forward to discussing this proposal with you at your earliest convenience. Thank you again for this
opportunity.
Yours sing ely,
ter A.?esign
o, Principal
PGA Group, Inc.
of
Date
GDlcoPM
i U u it °11w U
101 S.Jennings Avenue,Suite#100 Fort Worth,Texas 76104 (817)332-9477 (972)445-6425 FAX(817)332-9487
(888)TRY-RPGA www.rpgaarchitects.com
City of Fort Worth, Texas
"agar and 1:0uneff Communication
DATE REFERENCE NUMBER LOG NAME PAGE
2/13/01 **C-18452 1 20FS39 1 of 1
SUBJECT AWARD OF ARCHITECTURAL DESIGN CONTRACT TO RPGA DESIGN GROUP,
INC. FOR THE DESIGN OF FIRE STATION NO. 39
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute an agreement with
RPGA Design Group, Inc. for a fee of$132,405 for the design of Fire Station No. 39.
DISCUSSION:
Fire Station No. 39, to be constructed at Bryant Irvin Road and Oakmont Boulevard, will serve the
growing development occurring in the area generally bounded by Hulen Street, Southwest Boulevard,
Oakmont Boulevard, and Dirks Road. This area has experienced rapid growth with the addition of two
new apartment complexes, two hospitals, two long-term health care facilities, motels (two of which are
high occupancy, multi-story buildings), two major shopping centers, and numerous commercial and
residential developments.
On November 24, 1998 (M&C L-12385), the City Council approved the purchase of the land for the
proposed station for$275,000.
Construction of Fire Station No. 39 was approved in the 1998 Capital Improvement Program.
RPGA Design Group, Inc. is in compliance with the City's M/WBE Ordinance by committing to 38%
M/WBE participation. The City's goal on this project is 35%.
Fire Station No. 39 will be located in COUNCIL DISTRICT 3.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of
the Fire Services Fund.
MG:k
Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
Mike Groomer 6140 D
Originating Department Head: Cffy O q
Hugo Malanga 7801 (from) FEB 18 21XIt
C132 531200 020132011039 $132,405.00
Additional Information Contact: fes"` -",j
cityseamw,of the
Hugo Malanga 7801 City 61 Pott Wot114l0281