Loading...
HomeMy WebLinkAboutContract 60001CITY OF FORT WORTH, TEXAS CSC No. 60001 STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality (the "CITY"), and Komatsu-Rangel, Inc., d/b/a Komatsu Architecture, authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: FIRE STATION 16 DESIGN. The Agreement documents shall include the following: 2023; 1. This Standard Agreement for Professional Services; 2. Attachment "A" — Proposal for Fire Station 16 Design Services dated April 27, 3. Attachment "B" — Verification of Signature Authority Form. Attachments "A" and "B", 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 Attachments "A" or "B" 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 FIRE STATION 16 DESIGN. (2) 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 $489,751.00 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 rendered shall be due within thirty (30) days of the uncontested performance of the City of Fort Worth, Texas Revision Date: 11/22/2021 Standard Agreement for Professional Services Project Name Page 1 of 11 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 36 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 performed hereunder. City of Fort Worth, Texas Revision Date: 11/22/2021 Page 2 of 11 Standard Agreement for Professional Services Project Name (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 13th Street, Fort Worth, TX 76012, prior to commencement of work. City of Fort Worth, Texas Revision Date: 11/22/2021 Page 3 of 11 Standard Agreement for Professional Services Project Name c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. 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 11 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 11 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 11 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 City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: 11/22/2021 Project Name Page 7 of 11 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 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) City of Fort Worth, Texas Revision Date: 11/22/2021 Page 8 of 11 Standard Agreement for Professional Services Project Name 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 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: Komatsu-Rangel, Inc., d/b/a Komatsu Architecture Attn: KARL KOMATSU 3880 HULEN ST. SUITE 300 FORT WORTH, TX. 76107-7274 City of Fort Worth, Texas Revision Date: 11/22/2021 Page 9 of 11 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 Contract Compliance Manager: By signing I acknowledge that I am the person Dana Bun'aHdoff responsible for the monitoring and administration of this contract, including By: Dana Burghd off (Aug 2 , 2023 11:14 CDT) ensuring all performance and reporting Name: Dana Burghdoff requirements. Title: Assistant City Manager Date: Aug 28, 2023 By: Approval Recommended: Name: Nikita Watts Title: Sr. Capital Projects Officer Approved as to Form and Legality: By: l Name: Ricardo Salazar Title: Interim Director, Dept. Property Management By: 94 any Name: John B. Strong Attest: A of FART4;°a p,o'om°o Title: Assistant City Attorney Pao 010 PV8 0=4 p A ' a��n Contract Authorization: nEXA?a U M&C: 23-0642 By: Name: Jannette Goodall Title: City Secretary VENDOR: Komatsu-Rangel, Inc., d/b/a Komatsu Architecture By: Name: KARL KOMATSU Title: PRESIDENT Date: Aug 18, 2023 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 11 ATTACHMENT "A" KR OHM A TT S U April 27, 2023 Don Isaacs Property Management Department 401 West 13' Street Fort Worth, Texas 76102 RE: Basic A/E Fee Proposal for the Replacement Fire Station Number 16 in Fort Worth, Texas Dear Mr. Isaacs: Komatsu Architecture is pleased to provide this fee proposal for the Basic Architectural and Engineering Services for the new Fire Station No. 16. We propose the following: • Review submittals will be provided at Schematic (30%), Design Development (60%) and Construction Drawing (90%) levels. All electronic documents will be posted to Komatsu's transfer site for use by the City. • Cost estimates will be provided at Schematic and Design Development • Three half size (11x17) sets of drawings and one spec will be provided to the City at each of the three submittal stages. Printing cost is included. • Review and discuss project with CMAR at all three submittal stages. • Three full size (22x34) final sets of drawings and bound specs will be provided to the City. Printing cost is included. • One full size set of drawings and specs will be provided for Accessibility review. Printing cost and postage is included. TDLR Accessibility registration, RAS review and inspection fees are also included. • Full size bidding documents for construction are not included in this fee proposal. See reimbursable amount below. • Provide documents/prints to Planning and Development for plan review. • Apply for building permit and provide prints that are required with application. • Respond to ICC Peer Review comments. • 24 on -site construction review meetings attended by the project architect are included in this fee proposal. This Proposal excludes the following: • Hazardous Material Investigation service • Third Party Peer review for the Tornado Shelter • Bid Document Printing for Contractor Solicitation • Material Testing during construction • LEED Certification • The services of a Test and Balance firm. 3880 HULEN STREET SUITE 300 • FORT WORTH, TX 76107-7274 • 817 332 1914 VOICE • 817 877 4754 FAX The following consultants are on the A/E Team: • Civil Engineer: Carrillo Engineering, LLC • Structural Engineer: R.L. Woods & Associates, LLC • MEP Engineer: TLC Engineering for Architecture • Landscape: Leeming Design Group • Cost Estimation: Riddle & Goodnight, Inc. • Surveyor and Replat: Brittain & Crawford, LLC • Geotech: CMJ Fire Station No. 16 Basic Service Fee: Architect Fee, including expenses $194,380 Consultant Fees $251,086 Total Additional Services $445,466 $ 39,785 Reimbursables (if required): (not included in above fees) 20 full size (22x34) plans and specs $ 4,500 Grand Total $489,751 If you have any questions regarding this proposal, please let me know. If this proposa meets with your approval, Komatsu is prepared to start to work to meet your schedule and expectations. We appreciate this opportunity to be working with the City of Fort Worth on this Fire Department project. We look forward to hearing from you. Sincerely, Ryan Brantley, AIA Komatsu Architecture Attachments: Hourly breakdown; Site Feasibility Report Komatsu Architecture Fee Proposal Fort Worth Fire Station 16: Basic A/E Service April 27, 2023 Job No. 2023.120 Labor -ind Hour,+ Rates L d 07 O 0. Q. i 7 N •� i O Q M M _ u c_ d .. c 'E o a m i= y .E o — 0 — 0 — d t L '� V � '£ •N •y •N a` a 0) 5 0. U a a° a° a° $175.00 $145.00 $115.00 $130.00 $ 75.00 $120.00 $ $ $ Activity /hr /hr /hr /hr /hr /hr /hr /hr /hr TOTAL Architectural 30% Schematic Desiqn 84 52 32 $ 25.920 60% Design Development 124 244 88 32 $ 71,360 100% Constrction Documents 56 72 56 16 $ 28.760 Biddinq 28 28 8 $ 9,880 Construction Admin., submittals, RFI's, etc. 80 180 32 16 $ 45.860 Project Closeout 16 48 16 $ 11,600 Hours 388 624 232 64 Expenses Desiqn Submittal Reproduction / Delivery $ 1,000 Total Architect Fee $ 194,380 Consultants Civil $ 88.550 MEP $ 67,100 Structure $ 73.656 Landscape $ 9,900 Estimatinq $ 6,380 Specs $ 5,500 Basic Fee Total $ 445,466 Additional Scope Topoqraphic Survey $ 9,900 Geotech Report $ 6,867 TAS Reqistration, Review, and Inspection $ 1,568 iSWM $ 16,500 Replat $ 4,950 Additional Service Total $ 39,785 Grand Total Basis of Proposal 1. Refer to cover letter 2. 10 % Prime overhead cost added to Consultant fees 3. 4. 5. 6. 1 $ 485,251 1 Komatsu Architecture Fee Proposal Project Name: Fort Worth FS #16 1 of 1 Print Date: 4/27/2023 ATTACHMENT "B" VERIFICATION OF SIGNATURE AUTHORITY Consultant hereby agrees to provide City with independent audit basic financial statements, but also the fair presentation of the financial statements of individual funds. Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Consultant and to execute any agreement, amendment or change order on behalf of Consultant. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Consultant. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Consultant. Consultant will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Consultant. 1. Name: Position: Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of President / CEO Other Title: Date: City of Fort Worth, Texas Revision Date: 11/22/2021 Page 11 of 11 Standard Agreement for Professional Services Project Name City of Fort Worth, Texas Mayor and Council Communication DATE: 08/08/23 M&C FILE NUMBER: M&C 23-0642 LOG NAME: 21 FIRE STATION 16 DESIGN SUBJECT (CD 3) Authorize Execution of an Architectural Design Contract in the Amount of $489,751.00 which Includes $4,500.00 of Reimbursable Expenses, with Komatsu/Rangel, Inc. DBA Komatsu Architecture, for Design and Construction Administration Services for Fire Station No. 16 Located at the Southwest Corner of the Intersection of Horne Street and Lovell Avenue, Fort Worth, TX, Tarrant County, Texas 76107 for an Estimated Total Cost of the Project, Including Design, Construction, and Other Costs in the Amount of $9,520,000.00 (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of an architectural design contract in the amount of $489,751.00 which includes $4,500.00 of reimbursable expenses, with Komatsu/Rangel, Inc. DBA Komatsu Architecture, for design and construction administration services for Fire Station No. 16 located at the Southwest corner of the intersection of Horne Street and Lovell Avenue, Fort Worth, TX, Tarrant County, Texas 76107 for an estimated total cost of the project, including design, construction, and other costs in the amount of $9,520,000.00. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of an architectural design contract in the amount of $489,751.00 which includes $4,500.00 of reimbursable expenses, with Komatsu Architecture, for design and construction administration services for Fire Station No. 16 located at the Southwest corner of the intersection of Horne Street and Lovell Avenue. The site is located at the Southwest corner of the intersection of Horne Street and Lovell Avenue, Fort Worth, TX, Tarrant County, Texas 76107. This site will accommodate the Fire Department's preferred two-story prototype design. Komatsu is the City's designer for this prototype. Based on their unique expertise with this prototype design, City staff recommends that City Council authorize execution of an Architectural Services Agreement with Komatsu for design and construction administration for the new Fire Station 16. Estimated Costs - The overall project costs are expected to be as described in the table below: FIRE STATION 16 - PROJECT COSTS Estimated Cost Land Cost $2,250,000.00 Komatsu Fees (Includes Reimbursable Expenses) $ 489,751.00 Construction Fees (Including Owner's Contingency Allowance) $6,481,589.00 Project Management, Bid Advertisement, Materials Inspection, Site Utilities, etc. $ 298,660.00 PROJECT TOTAL $9,520,000.00 This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25675-08-2022) provides liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). Funding is budgeted in the Fire Department's 2022 Bond Program Fund for the purpose of funding the Fire Station 16 project, as appropriated. Schedule - Construction is planned to begin during the second quarter of the calendar year of 2024 with an anticipated completion date during the fourth quarter of the calendar year of 2025. Waiver of Building Permits - In accordance with the City Code of Ordinances, Part II, Chapter 7-1 Fort Worth Building Administrative Code, Section 109.2.1, Exception 2; "Work by non -City personnel on property under the control of the City of Fort Worth shall be exempt from the permit fees only if the work is for action under a contract that will be or has been approved by City Council with notes in the contract packages stating the fee is waived." Office of Business Equity - Komatsu/Rangel, Inc. is in compliance with the City's Business Equity Ordinance by committing to 100% MWBE participation on this project. The City's MWBE goal on this project is 12%. Additionally, Komatsu/Rangel, Inc. is a certified Business Equity firm. Fire Station 16 is located in COUNCIL DISTRICT 3. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2022 Bond Program Fund for the Fire Station 16 project to support the approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Fire Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Dana Burghdoff 8018 Oriainatina Business Unit Head: Steve Cooke 5134 Additional Information Contact: Nikita Watts 2028