Loading...
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