HomeMy WebLinkAboutContract 59674CSC No. 59674
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality (the
"CITY"), and Elements of Architecture, Inc., authorized to do business in Texas, an
independent contractor ("Consultant"), for a PROJECT generally described as: 200 Texas
Street for Programming and Schematic Design Phases.
The Agreement documents shall include the following:
1. This Standard Agreement for Professional Services;
2. Attachment "A" — 200 Texas Street for Programming and Schematic Design
Phases dated March 23, 2023
Attachment "A", 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 Attachment "A" 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 Services
(1) Consultant 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 200 Texas Street for
Programming and Schematic Design Phases dated March 23, 2023
(2) Project #104374
(3) Additional services, if any, will be requested in writing by the City. City shall not
pay for any work performed by Consultant or its subconsultants, subcontractors
and/or suppliers that has not been ordered in writing. It is specifically agreed that
Consultant shall not be compensated for any alleged additional work resulting
from oral orders of any person.
Article II
Compensation
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 $378.800.00
unless the City and the Consultant mutually agree upon a fee amount for additional
services and amend this Agreement accordingly.
The Consultant shall provide monthly invoices to the City. Payment for services
City of Fort Worth, Texas
Revision Date: 11/22/2021
Standard Agreement for Professional Services
Project Name
Page 1 of 10
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
rendered shall be due within thirty (30) days of the uncontested performance of the
particular services so ordered and receipt by City of Consultant's invoice for payment of
same.
Acceptance by Consultant 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.
Upon completion, the Architect may, at its option, utilize the Project to qualify for the
Energy Efficient Commercial Building Federal Tax Deduction (179D) as permitted under
IRS guidelines. If requested, the Owner shall acknowledge the Architect as the
"Designer" of the Project by completing an allocation form (that Architect will provide)
and shall allow the Architect's independent third -party evaluation firm (and its licensed
inspector) reasonable access to perform a one-time, on -sire inspection and certification
of the Project's HVAC, interior lighting and/or building envelope systems.
Article III
Term
Unless terminated pursuant to the terms herein, this Agreement shall be for a term of 24
Months, beginning upon the date of its execution, or until the completion of the subject
matter contemplated herein, whichever occurs first.
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor, and not as an officer,
agent, servant, or employee of the City. Consultant 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 respondent superior
shall not apply as between City and Consultant, its officers, agents, employees,
contractors, and subcontractors, and nothing herein shall be construed as creating a
partnership or joint venture between City and Consultant.
Article V
Professional Competence and Indemnification
(1) Work performed by Consultant shall comply in all aspects with all applicable
local, 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 Consultant or its officers, agents, employees,
contractors and subcontractors for the accuracy and competency of its services
City of Fort Worth, Texas
Revision Date: 11/22/2021
Page 2 of 10
Standard Agreement for Professional Services
Project Name
performed hereunder.
(2) In accordance with Texas Local Government Code Section 271.904, the
Consultant 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
subcontractor or supplier committed by the Consultant or Consultant's
agent, consultant under contract, or another entity over which the
Consultant's exercises control.
Article VI
Insurance
(1) Consultant 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 Consultant 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, Consultant 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 aggregate
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
(2) Additional Insurance Requirements
a. Except for employer's liability insurance coverage under Consultant's worker's
compensation insurance policy, the City, its officers, employees and servants
shall be endorsed as an additional insured on Consultant's insurance policies.
b. Certificates of insurance shall be delivered to the Architectural Services,
Attention: Brian R. Glass, 401 West 13t" Street, Fort Worth, TX 76012, 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.
City of Fort Worth, Texas
Revision Date: 11/22/2021
Page 3 of 10
Standard Agreement for Professional Services
Project Name
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 Consultant's insurance.
i. Consultant'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, Consultant 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.
k. Consultant's liability shall not be limited to the specified amounts of insurance
required herein.
I. Upon the request of City, Consultant shall provide complete copies of all
insurance policies required by these Agreement documents.
Article VII
Transfer or Assignment
City and Consultant each bind themselves, and their lawful successors and assigns, to this
Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or
transfer any interest in this Agreement without prior written consent of the City.
City of Fort Worth, Texas
Revision Date: 11/22/2021
Page 4 of 10
Standard Agreement for Professional Services
Project Name
Article VIII
Termination of Contract
(1) City may terminate this Agreement for its convenience on 30 days' written notice.
Either the City or the Consultant 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 8, upon receipt of notice
of termination, Consultant shall discontinue services rendered up to the date of
such termination and City shall compensate Consultant 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, consultants, or contractors, or prepared by
Consultant, 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 IX
Right to Audit
(1) Consultant 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 Consultant involving
transactions relating to this Agreement. Consultant 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 Consultant reasonable advance notice
of intended audits.
(2) Consultant 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 Consultant and any sub -consultant reasonable advance
notice of intended audit.
City of Fort Worth, Texas
Revision Date: 11/22/2021
Page 5 of 10
Standard Agreement for Professional Services
Project Name
(3)
Consultant and sub -consultants agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse Consultant for the cost of
copies at the rate published in the Texas Administrative Code in effect as of the
time copying is performed.
Article X
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. Consultant 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 Consultant 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 XI
Observe and Comply
Consultant 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
ignorance thereof shall be considered. Consultant 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 XII
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.
City of Fort Worth, Texas Standard Agreement for Professional Services
Revision Date: 11/22/2021 Project Name
Page 6 of 10
Article XIII
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 XIV
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.
Article XV
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.
Article XVI
Immigration Nationality Act
City actively supports the Immigration & Nationality Act (INA) which includes provisions
addressing employment eligibility, employment verification, and nondiscrimination. Vendor
shall verify the identity and employment eligibility of all employees who perform work under
this Agreement. Vendor shall complete the Employment Eligibility Verification Form (1-9),
maintain photocopies of all supporting employment eligibility and identity documentation
for all employees, and upon request, provide City with copies of all 1-9 forms and
supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor shall establish appropriate procedures and controls so that no
services will be performed by any employee who is not legally eligible to perform such
services. Vendor shall provide City with a certification letter that it has complied with the
verification requirements required by this Agreement. Vendor shall indemnify City from any
penalties or liabilities due to violations of this provision. City shall have the right to
City of Fort Worth, Texas
Revision Date: 11/22/2021
Page 7 of 10
Standard Agreement for Professional Services
Project Name
immediately terminate this Agreement for violations of this provision by Vendor.
Article XVII
No Bovcott of Israel
If Architect has fewer than 10 employees or the Agreement is for less than $100,000,
this section does not apply. Architect acknowledges that in accordance with Chapter
2270 of the Texas Government Code, City is prohibited from entering into a contract
with a company for goods or services unless the contract contains a written verification
from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract. The terms "boycott Israel" and "company" shall have the
meanings ascribed to those terms in Section 808.001 of the Texas Government Code.
By signing this Agreement, Architect certifies that Architect's signature provides written
verification to City that Architect: (1) does not boycott Israel; and (2) will not boycott
Israel during the term of the Agreement.
Article XVIII
Prohibition on Bovcottinq Energy Companies
Vendor acknowledges that in accordance with Chapter 2274 of the Texas Government
Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from
entering into a contract for goods or services that has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company (with 10 or more
full-time employees) unless the contract contains a written verification from the company
that it: (1) does not boycott energy companies; and (2) will not boycott energy companies
during the term of the contract. The terms "boycott energy company" and "company" have
the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as
added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of
the Government Code is applicable to this Agreement, by signing this Agreement,
Vendor certifies that Vendor's signature provides written verification to the City that
Vendor: (1) does not boycott energy companies; and (2) will not boycott energy
companies during the term of this Agreement.
Article XIX
Prohibition on Discrimination Aqainst Firearm and Ammunition Industries
Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is
prohibited from entering into a contract for goods or services that has a value of
$100,000 or more which will be paid wholly or partly from public funds of the City, with a
company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and (2)
will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade
City of Fort Worth, Texas
Revision Date: 11/22/2021
Page 8 of 10
Standard Agreement for Professional Services
Project Name
association" have the meaning ascribed to those terms by Chapter 2274 of the Texas
Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the
extent that Chapter 2274 of the Government Code is applicable to this Agreement,
by signing this Agreement, Vendor certifies that Vendor's signature provides
written verification to the City that Vendor: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
Article XX
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:
Attn: Brian R. Glass, AIA
Asst. Property Management Director
401 West 13t" Street
Fort Worth, Texas 76102
Consultant:
Elements of Architecture, Inc.
Attn: Debbie Fulwiler, AIA
1201 6T" Avenue, Suite 100
Fort Worth, Texas 76104
City of Fort Worth, Texas
Revision Date: 11/22/2021
Page 9 of 10
Standard Agreement for Professional Services
Project Name
Executed effective as of the date signed by the Assistant City Manager below.
FORT WORTH:
City of Fort Worth
b"tal 8a 4P-'aA%
By:
Dana Burghdoff Chin 29, 20I11:36 CDT)
Name: Dana Burghdoff
Title: Assistant City Manager
Date:
Jun 29, 2023
Approval Recommended:
Steve Cooke (Jun 20, 2023 08:06 CDT)
By:
Name: Steve Cooke
Title: Director, Property Management Dept
49 nau
Attest:foRro9pd
�o
ago o=d
apP * .84
� � °any nezA544p
By:
Name: Jannette Goodall
Title: City Secretary
VENDOR:
Elements of Architecture, Inc
By:
Name: Debbie Fulwiler
Title: President
Date: Jun 19, 2023
Contract Compliance Manager:
By signing I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
By:
Name: Niki Watts
Title: Senior Capital Projects Officer
Approved as to Form and Legality:
By:
Name: John B. Strong
Title: Assistant City Attorney
Contract Authorization: June 13, 2023
M&C: 23-0469
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Standard Agreement for Professional Services
Revision Date: 11/22/2021 Project Name
Page 10 of 10
ELEMENTS
of architecture
March 23, 2023
Mr. Don Isaacs
City of Fort Worth
401 West 13th Street
Fort Worth, TX 76102
Re: Proposal for A/E Services — 200 Texas Street
Programming and Schematic Design Phases
"ATTACHMENT All
Dear Don;
Elements is pleased to provide to you this proposal for services associated with the programming and schematic
design for the renovations to 200 Texas Street and the new Parking Garage based on a project budget of $1 1 M
for the garage $15M for the renovation of the existing facility. The garage is anticipated for approximately 300
cars while the facility is planned to basically house FWPD.
We understand that the purpose of this phase of the project is to investigate the existing conditions and to
program the Police Departments planned for this space as well as other groups that are targeted for this building
and to develop layouts and costs to define the project for both the building and the garage that will follow with
the next phases of the project. We anticipate that this initial phase of the project will last a maximum of 8 months
to reach final scope and plan approval. At that time, we will develop our A/E fee for the remainder of the
project. We also understand that the city will execute this project as a CMAR delivery but that the CMAR may not
be in place for this phase of the project.
Based on our understanding, the services to be performed for this initial phase of the project are as follows:
SCOPE OF SERVICES
All team kick-off meeting to review project goals and expectations.
2. Review existing conditions, existing drawings and all data available and document existing layout. This
also includes site conditions for the area outside of the building and the south lot.
3. Preform a roof and facade condition analysis for understanding of the existing conditions and what will
need to be addressed during the later phases of the project.
4. Site survey of the south section of the existing building to include the existing drop off and utility area as
well as the south lot designated for the garage. We have included this cost within the proposal fee listed
below.
5. Procure a Geotechnical study for the south lot. We have included this cost within the proposal fee listed
below.
Page 1 of 3
Elements of Architecture, Inc. 1 1201 6'h Avenue, Suite 100, Fort Worth, Texas 76104 1 817.333.2880
6. A series of meetings with users and stakeholders to develop wants and needs for their spaces. Tour
Calvert for updates to this building since the initial renovation design by the Elements team and other
spaces currently occupied by the users. Develop programming document to capture criteria and submit
for approval.
7. Develop a maximum of 3 layouts for Police and 2 layouts for others planned for the facility.
8. Review and evaluate existing building systems for intended uses. Provide recommendations to align with
layouts.
9. Orchestrate a PDC meeting with the city as well as DDRB and TPW for understanding of this project and
the impacts per downtown guidelines. Code review to include requirements for the project including the
need for a storm shelter.
10. Develop conceptual layouts and vehicular circulation for the proposed garage. We have assumed no
occupied space on the ground floor.
11. Develop building elevations to reflect proposed design for the garage.
12. Review meeting with the City and users/stakeholders to discuss layouts for the existing building as well
as the garage.
13. Modify as needed and resubmit for review. We have assumed a second meeting to review
modifications.
14. Once a layout has been approved, develop opinion of probable construction costs.
Qualifications To This Proposal:
1. Services in addition to those specifically outlined in this proposal will be additional services.
2. No destructive, or additional testing beyond what is visually evident by our team is included in this
proposal.
3. We anticipate receiving existing building drawings on the facility at the onset of the project.
4. See attached proposals from BHB, Restore and RLWA for any additional information not noted within this
proposal but included as if listed within.
PROPOSED FEE
Labor
We propose to provide our services as identified in this proposal for this phase of services for the lump sum
amounts as listed below:
Geotechnical Report
$
14,000
Survey
$
14,500
Architectural
$
185,000
Cost Estimating
$
15,000
Structural Engineering
$
24,000
MEP Engineering
$
41,000
Garage Design/Roof & Facade
$
42,500
Civil Engineering
$
36.000
Total Labor Fee
$372,000
Fees listed above are for labor only.
Expenses
Reimbursable expenses are in addition to the labor fees listed above. These will be invoiced based on costs
incurred with a 10% markup for processing. We have estimated our expenses for both tasks of assessment and
programming to be around $6,800.
If you have any questions or need to discuss, please call me. Thank you for this opportunity to provide our services
to you and we look forward to working with you on this project.
Sincerely,
Debbie Fulwiler, AIA
President
Attachments: RLWA Proposal for Structural Engineering
BHB Proposals for MEP and Civil Engineering
Restore Proposal for Garage and Roof/Facade
M&C Review
Page 1 of 3
A CITY COUNCIL AGEND
Create New From This M&C
Official site of the City of Fort Worth, Texas
FORT WORT11
I`' -
REFERENCE **M&C 23- 21200 TEXAS STREET POLICE
DATE: 6/13/2023 NO.: 0469 LOG NAME: RENOVATION AND PARKING
GARAGE
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 9) Authorize Execution of an Architectural Design Contract in the Amount of
$378,800.00 which Includes $6,800.00 of Reimbursable Expenses, with Elements of
Architecture, Inc. for the Programming and Schematic Design of 200 Texas Street and
New Parking Garage
RECOMMENDATION:
It is recommended that City Council authorize execution of an architectural design contract in the amount of
$378,800.00 which includes $6,800.00 of reimbursable expenses, with Elements of Architecture, Inc. for the
programming and schematic design of 200 Texas Street and new parking garage.
DISCUSSION:
On June 13, the City Council will consider an M&C authorizing an architectural services contract for the remodel of
current City Hall at 200 Texas Street and design of a new parking structure. The relocation of City departments from
current City Hall to the future City Hall at 100 Energy Way provides an opportunity to consolidate Police and other
City functions at 200 Texas Street. The current City Hall site was obtained from the U.S. Postal Service and must
continue to be used for government purposes or be returned to the Federal Government.
In January 2022, the City Council approved the allocation of $30 million from Crime Control and Prevention District
(CCPD) Capital Projects Funds to reuse portions of current City Hall as a consolidated Police facility and to build an
adjacent parking structure (M&C 22-0080). The project will renovate approximately 200,000 square feet of the
building, primarily the second and third floors, for Police use and will construct a new parking structure on the City's
parking lot south of current City Hall. This project will consolidate the following Police facilities and functions to
improve the operational efficiency and effectiveness of the department:
Central Patrol (250 personnel) Terminates two leases for Police patrol and detective offices, resulting in annual
savings of more than $700,000 (501 Jones and 1289 Hemphill streets),
1000 Calvert (175 personnel) Terminates lease for the Calvert Facility (former Police and Fire Training Center)
with Tarrant Regional Water District, allowing demolition of facility as part of the Central City Flood Control
project,
During the programming for 200 Texas Street, staff will also evaluate the opportunity to relocate the Police
Communications Division there, while also considering other relocation options:
Communications (150 personnel, 3 shifts) Replaces aging 3000 Bolt Street, 911 call center facility. Due to
continued growth in population a long-term solution for a larger, modern space is necessary. The Bolt Street
facility can serve as a back-up communications location.
The lower levels of 200 Texas Street will be programmed for other City functions that would benefit from a
downtown location. As these requirements and funding sources are identified, additional recommendations will be
forthcoming.
Procurement of Architectural Services
A Request for Qualifications was advertised in the Fort Worth Star -Telegram on November 17, 2022 and
November 24, 2022. The City received seven proposals from design -build teams on December 15, 2022. These
teams were:
Boka Powell Architects
Brown Reynolds Watford Architects
Elements of Architects
GFF Architects
Huitt-Zollars
Komatsu Architecture
RPGA Design Group
http://apps.cfwnet.org/council_packet/mc review.asp?ID=31097&councildate=6/13/2023 6/14/2023
M&C Review
Page 2 of 3
Tryba Architects
A selection panel composed of members of the Property Management Department, Police Department, and the
Diversity and Inclusion Business Equity Office, carefully reviewed these proposals and scored them as follows:
Brown
Elements GFF Tryba Komatsu Huitt- Reynolds Boka
of Architects Architects Architects Zollars Waterford Design Powell
Architecture Group Architects
Architects
Project Team 19 16 17 13 12 12 12 10
Programming
and Budget
Strategies 28 24 22 20 24 21 15 16
Experience II 35 II 32 II 25 II 25 20 I 20 II 24 II 22
City of Fort
Worth 10 9 9 9 8 7 8 9
Experience
MWBE Comply Comply Comply 11 Comply II Complyll Comply 11 Complyll Comply
TOTAL 92 81 73 11 67 11 64 11 60 11 59 11 57
After discussion, the panel selected a short list of three highly qualified teams, conducted interviews on February 9,
2023, and scored the teams as follows:
Elements of GFF Tryba
Architecture Architects Architects
Project Team 18 14 12
Programming and
Budget Strategies 28 26 29
Experience 38 29 34
City of Ft. Worth 10 7 7
Experience
MWBE Comply Comply Comply
TOTAL 94 77 82
After ranking the proposals and conducting interviews, the selection team recommends that the City Council
authorize the execution of an architectural design contract with Elements of Architecture for 200 Texas Street and
the new parking garage. An M&C to authorize a contract with Elements of Architecture, Inc. for programming and
schematic design in the amount of $378,800 will be on the June 13 City Council agenda for consideration.
The current anticipated budget for the project is as follows:
200 TEXAS STREET Totals
Architectural & Engineering Design Services Base $ 378,800.00
Contract - Programming and Schematics
Amendment 1 - Estimate for Construction Documents $ 1,421,200.00
and Construction Administration Services
Design Phase Total 11 $ 1,800,000.001
Construction Estimate II l
Project Administration Costs: Project Management, $ 2,400,000.00
Materials Testing, Contingency, Security, IT, etc.)
Estimated Construction Cost II $26,020,000.001
Construction Phase Totalll $28,420,000.001
I II I
http://apps.cfwnet.org/council_packet/mc review.asp?ID=31097&councildate=6/13/2023 6/14/2023
M&C Review
Page 3 of 3
PROJECT TOTALII $30,220,000.001
Funding is budgeted from the FY2022 Crime Control and Prevention District (CCPD) Fund for the purpose of
programming the functions to be located in 200 Texas Street, design and remodel for Police functions, and design
and construction of a new parking structure for employee and Police vehicles. Funding for other non -Police functions
will be identified once the program has been defined.
Waiver of Building Permits - In accordance with the City Code of Ordinances, Part Il, 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."
Diversity and Inclusion Business Equity Office -Elements of Architecture, Inc. is in compliance with the City's
Business Equity Ordinance by committing to 61\% participation on this project. The City's business equity goal on
this project is 10\%. Additionally, Elements of Architecture, Inc. is a certified WBE firm. 200 Texas street is located in
COUNCIL DISTRICT 9 / FUTURE COUNCIL DISTRICT 9.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in
the CCPD Capital Projects Fund for the Existing City Hall Renovation project to support the approval of the above
recommendation and execution of the architectural design contract. Prior to any expenditure being incurred, the
Police Department has the responsibility of verifying the availability of funds.
TO
Fund I Department Account Project Program Activity Budget Reference #
ID ID Year I (Chartfield 2)
FROM
Fund Department Account Project
ID ID
Submitted for Citv Manaaer's Office bv:
Oriainatina Department Head:
Additional Information Contact:
ATTACHMENTS
Program Activity Budget
Year
Dana Burghdoff (8018)
Steve Cooke (5134)
Brian Glass (8088)
Reference #
(Chartfield 2)
104114 Comp Memo Elements of Architecture 4.20.23 AI.Ddf (CFW Internal)
Amount
Amount
200 Texas Street Police Renovation and Parking Garacie.Ddf (Public)
21200 TEXAS STREET POLICE RENOVATION AND PARKING GARAGE funds availabilitv.Ddf
(CFW Internal)
21200 TEXAS STREET POLICE RENOVATION AND PARKING GARAGE Updated FID.xlsx
(CFW Internal)
Coov of Copv of 200 TEXAS ST FID TABLE --Final.xlsx (CFW Internal)
Form 1295 Certificate 101033623 200 Texas St (04-14-23).pdf (CFW Internal)
SAM Elements of Architecture Inc.Ddf (CFW Internal)
http://apps.cfwnet.org/council_packet/mc review.asp?ID=31097&councildate=6/13/2023 6/14/2023