HomeMy WebLinkAboutContract 46223 (2)STATE OF T EXAS §
CITY SECRETAIW
CONTRACT NO. 4LP z,z, ?J
KNOW ALL BY THESE PRESENT S
COUNTY OF TARRANT §
THIS AGREEMENT is made and entered by and between the City of Fort Worth, Texas , a
municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter called the
"City", acting herein by and through Fernando Costa, its duly authorized Assistant City Manager, and
O'Connor Architecture & Interior Design, Ltd ., hereinafter called the "Architect", acting herein by and
through Raymond O 'Conner, AIA, its duly authorized representative, for the purpose of providing
architectural design and construction administration services for Municipal Vehicle Maintenance Facility at
the Holly Water Treatment Plant Compound in Fort Worth, Texas.
WITNESS E TH:
That for and in consideration of the mutual covenants and agreements herein contained, City and Architect
do hereby covenant and agree as follows:
SECTION I SERVICES OF THE ARCHITECT
1.1 The City hereby contracts with Architect as an independent contractor, and the Architect hereby
agrees to perfonn, within the professional standards normally accepted in the State of Texas,
professional services in connection with the following general scope of work:
Provide Architectural Design and Construction Adminislration Services for Municipal
Vehicle Maintenance Facility at the Holly Water Treatment Plant Compound located at
1500 11•h Ave. in Fort Worth, Texas ("Project"). The scope of services is described
more fully in Attachments "A" and "B" of this Agreement.
SECTION II PE RSONNEL
I. The following personnel will be assigned to this Project:
1.1. City of Fort Worth
1.1.1. Project Manager : Ronald Clements, Registered Architect
1.2. Architect
1.2.1. Principal in Charge: Raymond M. O'Connor, AIA
1.2 .2. Project Manager: Raymond M. O 'Connor, AIA
1.2.3 . Project Architect: Raymond M . O'Connor, AIA
2 . Neither party may change key personnel without the prior written agreement of the other party.
SECTION III CHARACTER OF ARCHITECT'S SERVICES
I . Architect shall consult with the City to clarify and define City's requirements relative to the Projects
and review available data.
2 . Architect agrees to commit the personnel to each Project assignment as necessary in order to complete
the assignment in an expeditious manner.
3. The Architect shall advise City as to the necessity of City's providing or obtaining additional services
and data from others required in connection with the Projects at City's cost and expense (which services
and data Architect is not to provide hereunder but on which Architect may rely in perfonning services
hereunder), and act as City's representative in connection with any such services of others.
Page 1 of 10
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
4. The Architect shall pay for the printing of contract documents required for design submittals and
presentations as a part of the reimbursable allowance.
5 . The Architect shall perform services as outlined in the O'Connor Architecture & Interior Design. Ltd .,
which is attached hereto as Attachments "A" & "B" and made a part of this Agreement.
6 . Ifat any time in the course of the design, the City expands the scope of services. or the Architect
believes the City has requested services that are beyond the scope of this Agreement, the Architect shall
submit a proposal for additional fees and a written agreement shall be reached on said proposal prior to
the Architect proceeding with the work considered to be beyond the scope of this Agreement.
Architect shall not perfonn any additional services without a written agreement with City . Any services
provided prior to reaching an agreement on additional fees will be non-compensable.
7 . Architect shall apply for building permits and provide such service as may be necessary for the building
pennits to be issued. The City shall pay any fees for such Building Permits .
SECTION IV SPECIAL SERVICES OF ARCHITECT
1. If authorized in writing by City, Architect shall furnish or obtain from others special services necessary
to complete the Projects. These special se1vices are not included as part of the Basic Services outlined
in SECTION I -SERVICES OF THE ARCHITECT and Attachment "A." These special services will
be paid for by City as indicated in Section V.
SECTION V COMPENSATION TO ARCHITECT
1. The total compensation for all of the assignments to be performed by Architect to complete the Projects
as described in CHARACTER AND EXTENT of ARCHITE CT'S SERVICES and Attachment "A"
hereof shall be $687,500.00, hereinafter referred to as the "total fe e," plus up to $17,300.00 in
reimbursable expenses.
2. Architect shall be paid the foJJowing percentages of the total fee at the following stages of the project:
1.1. Completion of Schematic Design and cost estimates 20%
1.2. Completion of Design Development and cost estimates 40%
1.3. Completion of Construction Documents and cost estimates 75%
1.4. Action by City Council to accept bids 80%
1.5 . Final acceptance of the Project by the City 100%
1.6. Reimbursement of allowable expenses shall have prior approval of the City. Allowable expenses
include:
1.6.1 . Printing Costs
1.6 .2. Enhanced CAD drawings for public and City meetings.
l.6.3 . Long distance phone calls
1.6.4. Postage and courier expenses
1.6.5. Other costs with prior approval of the City.
SECTION VI RESPONSIBILITY FOR CONSTRUCTION COSTS
Page 2 of IO
.,
1. The Construction Budget for the Project is $6,250.000.00. If the Constmction Budget is exceeded by
the lowest bona fide bid, the City may (1) award the contract, (2 abandon the project and terminate this
agreement. or (3) cooperate in the reduction of the Project Scope and features as required to stay within
the Construction Budget in order to rebid the Project. If the City decides to reduce the scope of the
project and rebid, the Architect shall, without additional fee, modify the Drawings and Specifications as
necessary to stay within the Construction Budget. In the event the City abandons the project, the City
may terminate this Agreement, and the Architect shall be entitled to 80% of the total fee plus allowable
reimbursement.
2. The Architect shall inform the City in writing of the probable construction cost at the submission of
each design phase. The City shall either approve the adjustment of the Construction Budget or direct
the Architect to adjust the Project design, at no additional cost to the City, to stay within the previously
approved Construction Budget.
SECTION VII METIIOD OF PAYMENT
1. The Architect shall be paid not more frequently than once per month on the basis of statements
prepared from the books and records of account of the Architect, such statements to be verified as to
accuracy and compliance with the terms of this Agreement by an officer of the Architect. Payment
according to statements will be subject to certification by the Director, Transportation and Public
Works Department or his duly authorized representative that such work has been perfonned.
2. The above charges are on the basis of prompt payment of bills rendered and continuous progress of the
work on the Projects until completion. If City fails to make any payment required herein for services
and reimbursable expenses within sixty days after approval of Architect's statement thereof, Architect
may, after giving seven days written notice to City, suspend services under this Agreement until
Architect has been paid in full all amounts due for services actually performed and reimbursable
expenses incurred .
SECTION VIII PROCEDURES FOR PROVIDING DESIGN SERVICES
1. Schematic Design Phase:
1.1. The Architect shall visit the sites and make himself familiar with the scopes of the Projects.
1.2. Prepare alternative floor plans, architectural concepts, and finish plans and area-based cost
estimates.
2. Design Phase:
2.1. The Architect shall prepare presentation graphics using plans necessary for the design and attend
one City meeting (if required) during the design of the project.
2.2. Architect shall prepare the design in stages as follows :
2.2.1. Design Development Phase: Preparation of architectural and MEP plans, principal
elevations, selection of principal finishes, and discipline-based cost estimates . Upon written
approval of this phase of the work, Architect may proceed to the Construction Document
Phase.
2.2 .2 . Construction Document Phase: Preparation of details, mechanical, electrical, and plumbing
plans, finishes schedules, detailed technical specifications, and detailed cost estimates.
2.3. Format of Drawings
2.3.1. Drawings at all stages of design will have the following characteristics: Scale for floor plans
will be 1/8" or such other scale as may be agreed to in writing for all disciplines, elevations
will be at same scale as floor plans, area plans will have same scale for all disciplines, and
site plansfor all disciplines will be at same scale.
Page 3 of IO
2 .3 .2. Drawings shall plot to 22x34 sheet to facilitate half-size l lxl 7 prints . Fonts shall be legible
at half-size.
2.4. Architect, at its sole cost and expense, shall engage a consultant to prepare "Elimination of
Architectural Barriers Registration" and submit the applications to the Texas Department of
Licensing and Regulation. The City will pay all fees required for TDLR reviews and inspections.
All designs shall be in conformance with the Elimination of Architectural Barriers Act, State of
Texas, City of Fort Worth Building Codes and the Americans with Disabilities Act.
2.4.1. The Architect shall reimburse the City of Fort Worth for all costs and fees incurred in
modifying a facility in the event it is constructed in accordance with the Architect's designs
and is subsequently detennined to be in non-conformance with the above Act, Codes or
Guidelines.
2.4.2. The City will bear the construction costs associated with enhancements. The Architect will
reimburse the City for costs to replace or rework features that were constructed in
accordance with the design but fail to meet accessibility requirements or building codes.
2.5. The Architect shall submit estimates of probable construction cost for each stage of design to the
City.
2 .6. The City shall acknowledge the probable construction costs and scope in writing at each stage of
design.
2 . 7. Upon written approval of the final design, the Architect shall make whatever final changes are
necessary and submit the drawings and technical specifications to the City for use in bidding.
2.8 . The Architect shall provide electronic files in PDF or DWF format for posting to the Internet.
3. Bidding:
3.1. The Architect shall respond to Contractors inquiries, prepare necessary addenda, and attend the
Prebid Conference, and participate in the contractor selection process.
3 .2. The Architect shall coordinate printing of documents for bidding.
3.3 . Following bidding, the Architect shall investigate the qualifications of up to three bidders and
make recommendations concerning the capability of the bidder to satisfactorily perform the
contract.
4. Construction Services:
4.1. The Architect shall assist the City by approving submittals, observing construction procedures and
results, reviewing methods and costs associated with proposed change orders, and resolving
construction problems.
4 .2. Architect shall attend periodic job site meetings, prepare meeting notes and distribute them to all
participants and key project personnel.
4.3. At the completion of construction, the Architect shall conduct and document the final inspection
and assist the City on the resolution of construction or design deficiencies.
4.4. Architect will review contractor's pay requests.
4.5 . Architect will conduct final acceptance and end of warranty inspections.
4.6. The Architect shall provide electronic files to the Contractor for the Contractor's preparation of
"Record Drawings" for the City's archives .
4.7. Architect will provide CAD files of all drawings suitable to use on AutoCAD LT or such other
operating system as detennined by the City.
5. All designs, drawings, specifications, documents, and other work products of the Architect, whether in
hard copy or in electronic form, are instruments of service for this Project, whether the Project is
Page 4 of 10
completed or not. Reuse, change, or alteration by the City or by others acting through or on behalf of
the City of any such instruments of service without the written permission of the Architect will be at the
City's sole risk. The City shall own the final printed designs, drawings, specifications and documents.
Transfer of ownership of the contract documents does not constitute sale of the documents .
6. Prepare schedules using the following scheduling software systems: Primavera Version 6 .1 or
Primavera Contractor Version 6.1 or Primavera SureTrak Version 3 or Mircosoft Project Version
2003/2007 . The softwares can be later versions. If a different software is planned, the software has to
be previously approved by the City.
SECTION IX CITY RESPONSIBILITIES
1. Provide criteria and infonnation as to City's requirements and designate a person with authority to act
on City's behalf on all matters concerning the Projects.
2. Assist Architect in obtaining existing studies, reports and other available data and services of others
pe11inent to the Projects and in obtaining additional reports and data as required.
3. Upon reasonable notice arrange for access to and make all provisions for Architect to enter upon public
and private property as may be required for Architect to perform services hereunder.
4 . Designate in writing qualified persons who will act as City's representatives with respect to the Projects
for the purposes of transmitting instructions, receiving information, interpreting and defming City's
policies and decisions with respect to Architect's services.
5. Review all reports, recommendations and other documents and provide written decisions pertaining
thereto within a reasonable time.
6 . Upon reasonable notice provide labor and safety equipment to expose structural elements, to make
temporary repairs, and to operate mechanical and electrical systems as required by the Architect in the
development of the design.
7 . Examine all studies, reports, sketches, drawings, specifications, proposals and other documents
presented by Architect, obtain advice of an attorney, insurance counselor and other architects as it
deems appropriate for such examination and render in writing decisions pertaining thereto within a
reasonable time so as not to delay the services of Architect.
8. Provide "Front End", including Division 1 requirements, for use in assembling the Project Manual.
9. Prepare easements and right-of-way acquisition conveyance documents, from description provided by
Architect, contact owners, negotiate for or condemn all easements and right-of-way, pay all filing and
legal fees associated therewith.
10 . Provide such legal, accounting, insurance and other counseling services to City as may be required for
the Projects.
11. Manage the advertisement and bidding of the project, issue addenda, distribute bid documents, award
contract, and execute the contracts.
12. Administer the construction of the Project.
13 . Provide inspection and management services.
14. Provide contractors prepared field drawings to the Architect for review.
15. Pay all impact and utility fees and other fees not expressly assigned to the Architect. This includes fees
charged by Oncor for new or revised service.
16. Print documents for bidding and record.
Page 5 oflO
17. Bear all costs incident to compliance with this Section.
SECTION X TERMINATION
I. The City may terminate this Agreement at any time for convenience or for any cause by notice in
writing to the Architect. Upon receipt of such notice, the Architect shall immediately discontinue all
services and work and the placing of all orders or the entering into contracts for supplies, assistance,
facilities and materials in connection with the performance of this Agreement and shall proceed to
cancel promptly all existing contracts insofar as they are chargeable to this Agreement
2. If the City terminates this Agreement under the foregoing paragraph, the City shall pay the Architect
for services perfonned in accordance herewith prior to such tennination, less such payments having
been previously made. Such payment shall be based upon the work completed up to the date of
tennination of the Agreement in accordance with the method of compensation prescribed in Sections V
and VI hereof. Architect shall also be compensated for all tennination-related expenses such as
meeting attendance, docwnent reproduction, transfer of records, etc. Provided, however, Architect
shall not be entitled to any compensation that exceeds the total fee to be paid hereunder at the
applicable phase as stated in Section V.
3 . Upon early termination or conclusion of this Agreement, the Architect shall provide the City
reproducible copies of all completed or partially completed engineering documents prepared under this
Agreement that shall become the property of the City and may be used by the City in any manner it
desires. The Architect shall not be liable for the use of such materials for any project other than the
project described in this Agreement.
SECTION XI INDEMNITY AND INSURANCE
I. Approval by the City of contract documents shall not constitute or be deemed to be a release of the
responsibility and liability of the Architect, its officers, agents, employees and consultants, for the
accuracy and competency of the services performed under this Agreement, including but not limited to
surveys, location of subsurface investigations, designs, working drawings and specifications and other
Engineering documents.
2. Such approval shall not be deemed to be an assumption of such responsibility and liability by the City
for any negligent act, error or omission in the conduct or preparation of the subsurface investigations,
surveys, designs, working drawings and specifications and other Engineering documents by the
Architect, its officers, agents, employees and consultants, it being the intent oftht: parties that approval
by the City signifies the City's approval of only the general design concept of the improvements to be
constructed.
3. In this connection the Architect shall indemnify and hold the City and all its officers, agents, servants
and employees harmless from any loss, damage, liability or expenses, on account of damage to property
and injuries, including death, to all persons, including but not limited to officers, agents, or employees
of the Architect or consultant, and all other persons performing any part of the work and improvements,
which may arise out of any negligent act, error or omission in the performance of the Architect's
professional services or in the preparation of designs, working drawings, specifications and other
documents.
4 . The Architect shall defend at its own expense any suits or other proceedings brought against the City,
its officers, agents, servants and employees, or any of them on account thereof, and shall pay all
expenses and satisfy all judgments which may be incurred by or rendered against them arising out or
the indemnification; provided and except, however, that this indemnification provision shall not be
construed as requiring the Architect to indemnify or hold the City or any of its officers, agents, servants
or employees harmless from any loss, damages, liability or expense, on account of damage to property
or injuries to person caused by defects or deficiencies in design criteria and information provided to
Page 6 of 10
Architect by City, or any deviation in construction from Architect's designs, working drawings,
specifications or other documents.
5. Without limiting the above indemnity, Architect shall maintain a policy of comprehensive general
liability insurance coverage with carriers acceptable to City in at least the following amounts :
Commercial General Liability
Workers Compensation
Coverage A : Statutory limits
$1,000,000
$2,000,000
Coverage B : Employers Liability Insurance
Per Occurrence
Aggregate Limit
$100,000 Each Accident/Each Occurrence
$100,000 Disease -per each employee
$500,000 Bodily lnjmy/Disease -Policy Limit
Automobile Liability
$1,000,000 each accident on a combined single basis
OR
$250,000 Property Damage
$500,000 Bodily Injury per person per occurrence
Professional Liability Insurance
(Errors and Omissions) $1,000,000
$2,000,000
Per claim
Annual aggregate
6. Architect shall furnish City a Certificate of Insurance in at least the above amounts. Certificate shall
contain a provision that such insurance cannot be canceled without 30 days prior written notice to City.
The City reserves the right to revise insurance requirements specified in this Agreement to the best
interests of the City.
7. General Insurance Requirements
7 .1. Commercial General Liability coverage shall be endorsed to name the City an Additional Insured
thereon. The term "City" shall include its employees, officers, officials, agents, and volunteers as
respects the contracted services.
7.2. Certificate(s) of insurance shall document that insurance coverage specified are provided under
applicable policies documented thereon.
7.3 . Any failure on part of the City to request required insurance documentation shall not constitute a
waiver of the insurance requirements.
7.4. A minimum of thirty days notice of cancellation or non-renewal in coverage shall be provided to the
City. A ten days notice shall be acceptable in the event of non-payment of premium. Such tenns
shall be endorsed onto Architect's insurance policies. Notice shall be sent to the Facilities Manager,
Transportation and Public Works Depru1ment, 1000 Throckmotton, Fort Worth, TX 76102.
7.5 . The City shall not be responsible for the direct payment of any insurance premiums required by this
Agreement. It is understood that insurance cost is an allowable component of the Architect's general
overhead .
7.6. The City reserves the right to revise insurance requirements specified in this agreement accprding to
the best interests of the City.
Page 7 of 10
7.7. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise
approved by the City; and, such insurers shall be acceptable to the City in terms of their financial
strength and solvency.
7.8. Deductible limits, or self-insured retentions, affecting insw1U1ce required herein may be acceptable to
the City at its sole discretion; and, in lieu of traditional insurance, any alternative coverage
maintained through insurance pools or risk retention groups must be also approved. Dedicated
financial resources or letters of credit may also be acceptable to the City.
7.9. The City shall be entitled, upon its request and without incurring expense, to review the Architect's
insurance policies including endorsements thereto and, at the City's discretion, the Architect may be
required to provide proof of insurance premium payments.
7 .10 . All insurance, except for the Professional Liability insurance policy, shall be written on an
occurrence basis.
7 .11. The Professional Liability Policy shall be written on a "claims made" and shall be in effect for the
duration of this Agreement and for 12 months following Architect's issuance of the Certificate of
Substantial Completion. The Architect's current insurer shall list the City as a certificate holder
for a period of six years following the issuance of the Certificate of Substantial Completion by the
Architect. The City shall be notified at least 30 days prior to cancellation or non-renewal in
coverage.
8. The City shall require its General Contractor to include the Architect as an additional insured on its
general liability insurance .
SECTION XII HAZARDOUS MATERIALS
1. City acknowledges Architect will perfonn part of the work at City's facilities that may contain
hazardous materials, including asbestos containing materials, or conditions, and that Architect had no
prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the
associated risks that may give rise to claims by third parties or employees of City, City hereby releases
Architect from any damage or liability related to the presence of such materials.
2. The release required above shall not apply in the event the discharge, release, or escape of hazardous
substances, contaminants, or asbestos is a result of Architect's negligence or if Architect brings such
hazardous substance, contaminant, or asbestos onto the Projects .
SECTION XIII RIGHT TO AUDIT
l. Architect agrees that the City shall, until the expiration of three (3) years after final payment under this
Agreement, have access to and the right to examine any directly pertinent books, documents, papers
and records of the Architect involving transactions relating to this Agreement. Architect agrees that the
City shall have access during normal working hours to all necessary Architect facilities and shall be
provided adequate and appropriate workspace in order to conduct audits in compliance with the
provisions of this section. The City shall give Architect reasonable advance notice of intended audits.
2 . Architect further agrees to include in all its subcontracts hereunder a provision to the effect that the
subconsultant agrees that the City shall, until the expiration of three (3) years after final payment under
the subcontract, have access to and the right to examine any directly pertinent books, documents,
papers and records of such subconsultant, involving transactions to the subcontract, and further, that
City shall have access during normal working hours to all subconsultant facilities, and shall be provided
adequate and appropriate work space, in order to conduct audits in compliance with the provisions of
this article. City shall give subconsultant reasonable advance notice of intended audits .
Page 8 of 10
3. Architect and consultants agree to photocopy such project-related documents as may be requested by
the City. The City agrees to reimburse Architect and consultants for the costs of copies at the rate
published in the Texas Administrative Code.
SECTION XIV SUCCESSORS AND ASSIGNS
1. The City and the Architect each bind themselves, their successors and assigns, to the other party to this
Agreement and to the successors and assigns of each other party in respect to all covenants of this
Agreement.
SECTION XV ASSIGNMENT
1. Neither party hereto shall assign, sublet or transfer its interest herein without prior written consent of
the other party, and any attempted assignment, sublease or transfer of all or any part hereof without
such prior written consent shall be void .
SECTION XVI INDEPENDENT ARCHITECT
1. Architect shall perform all work and services hereunder as an independent Architect, and not as an
officer, agent, servant or employee of the City. Architect shall have exclusive control of, and the
exclusive right to control the details of the work performed herewider, and all persons performing
same, and shall be solely responsible for the acts and omissions of its officers, agents, employees and
consultants. Nothing herein shall be construed as creating a partnership or joint venture between the
City and the Architect, its officers, agents, employees and consultants, and doctrine of respondent
superior has no application as between the City and the Architect.
SECTION XVII M/WBE GOALS
1. In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of
minority and woman business enterprises in City contracts. Architect acknowledges the M/WBE goal
of 25% is established for this Agreement and its commitment to meet that goal. Any misrepresentation
of facts (other than a negligent misrepresentation) and/or the conunission of fraud by Architect may
result in tennination of this Agreement and debatment from participating in City contracts for a period
of time not less than three years.
SECTION XVIII OBSERVE AND COMPLY
I. Architect shall at all times observe and comply with all Federal and State laws and regulations and with
all City ordinances and regulations which in any way affect this Agreement and the work hereunder,
and shall observe and comply with all orders, laws, ordinances and regulations which may exist or may
be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of
misunderstanding or ignorance thereof shall be considered. Architect agrees to defend, indemnify and
hold harmless City and all its officers, agents and employees from and against all claims or liability
arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its
employees.
SECTION XIX MISCELLANEOUS
I. 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
Page 9 of 10
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 .
2. 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.
3. This Agreement shall inure only to the benefit of the parties hereto and third persons not privy hereto
shall not, in any f01m or manner, be considered a third party beneficiary of this Agreement. Each party
hereto shall be solely responsible for the fulfillment of its own contracts or commitments.
IN TESTIMONY THEREOF, the City of Fort Worth has caused this instrument to be signed in triplicate in
its name and on its behalf, by its City Manager and attested by its City Secretary, with the Corporate Seal
affixed; and the Architect has also properly executed this instrument in triplicate copies, each of which is
deemed an original.
EXECUTED IN THE CITY OF FORT WORTH, TEXAS, THIS ID"-day of "btt. . , A.O ., 2014 .
O'Connor Architecture & Interior Design, LTD.
By:
ond M. O'Connor, AIA
Principal
APPROVAL RECOMMENDED:
By:
~ . Wiersig, PE, Direct
ation and Public Works Department
APPROVED AS TO FORM AND LEGALITY:
, By: ~~ .. ~~
Assistant City Attorney
APPROVED:
By: ~.:..1.u
Femando Costa
Assistant City Manager
RECORDED:
By:
. l ~ Mary J . Kaiser
-':::f -City Secretary
M&C C-27081 (November 18, 2014)
Contract Authorization
The Texas Board of Architectmal Examiners, 8213 Shoal Creek Boulevard, Suite 107, Austin, Texas, 78758, telephone (512) 305-
9000. has jurisdiction over individuals licensed under the Architects' Registration Law, Texas Civil Statute.~, Article 249a.
Page 10 of 10
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
August 20, 2014
-~~ ~!Ii
O'CONNOR ARCHITECTURE
& INTERIOR DESIGN LTD
Re; Design Services for Municipal Vehicle Maintenance Facility at the
Holly Water Treatment Plant Compound Fort Worth, TX.
~ 9Q* Mr. Dalton Murayama, AIA
Architectural Service anager
The City of Fort h
401 West 13th Street
Fort Worth, Texas 76102
Re: Niunlclpal Vehicle Maintenance Facility at the
Holly Water Treatment Plant Compound Fort Worth, TX .
Dear Mr. Murayama,
Pursuant to our conversations and your requests, attached Is our proposed outline of
services· and consultants as well as compensation level for A/E Services.
OA&ID's team approach with onslte workshops/charrettes wlll help maximize the City's
Input while helping to develop a state-of-the-art Munlclpal Vehicle Maintenance Facllity.
For this project we have Parsons Brinckerhoff for VMF programing and planning, BHB for
MEP engineering, Frank Neal for structural engineering, VAi for production asslstanc~,
Halff for clvll engineering and Craig Design for landscape services. We wlll meet or exceed
the MWBE goal of 25% for this project.
As we have discussed, the current project budget of $6,250,000.00 is a tight budget for this
type of facility. it is our intention to work diligently with all parties involved to strive to
arrive at a project a& close as possible to the current budget. Thia budget Is for the
building only~ without equipment.
The type, quantity, location, and utlllty requirements of all maintenance equipment will be
programed, specified and planned for by the consultant team in a very detalied rrlailner;
this Includes recommendations as to the most current Industry standards and It Includes
vehicle lifts, compressed air /lubricant systems, and all systenus norm.idly found In this
type of faclllty. The design team will also conduct a complete lnve11tory of the eq ulpment
located In the existing facility on the Holly plant and assist with reconimendatloris as to
the reuse of the facfllty. The team will also conduct ail Investigation of the James Avenue
faclllty to evaluate -at the site-the various successes and any Items or systems that need
Improvement. ·
.Our A/E services Include: Program Development(sometlmes called Programing),
Schematic Design/Site Planning, Design Development, Construction Documents, Bidding
Phase Services, Co.nstructlon Phase Services, and Constructlc;>n Co!Jt Estimating.
304 main streat fort worth, texos 7 6102
ph (817) 877 0691 fax (817) 877 4093 www.odid.net
It Is our understanding that the project currently Is limited to a single building with some
pavement modifications, and other site upgrades required by code and to allow the proper
placement of the building. Our work effort currently does not include off-site utility
improvements or replacement of significant utllltles on site; our proposal does Include site
surveying. Testing services Including geotechntcal testing are also not Included In our
effort .
W(!; also understand U.at the design portion of the project-to the bidding phase -Is to be
completed by our team, In approximately 6 months plUi any review time required by the
City, The fees attached are for services through occupation ofthe facility and we have
Included all the customary construction phase services that the City of Fort Worth expects
Including assistance with bidding, contractor selection and representation during the
buiic:Ung phase. We will conduct Interviews of potential General Contractors-to help
evaluate there sultabillty, and confirm their references. The team will also create an
electronic record set of drawings at the close-out of construction.
Based upon the above understanding of the scope of work for .the restaurant our fee for
services for these design services Is $687,500.00. Estimated reimbursable expenses for
design presentation printing and documents and construction documeot printing 1ue
$6,500.00 and for our planning consultant (Parsons-Brinkerhoff) travel Is $10,800.00,
through the end of construction.
I hope we have understood au the needs of the City concerning this Important project, and
If you need any other Information, please call.
Sincerely,
Raymond M. O'Connor, AIA
O'Connor Architecture & Interior Design, Ltd
Principal
304 mc;:iin street $ulte 1015 fort worth, texas 7 6102
ph (817) 877 069 1 fax (817)877 4093 www.oold .ne1
Total deelgn fee for the entire team: $687,500.00
oA&ID, Ltd.
304 Main Street
Fort Worth, Texas 76102 817.877.0691
Amount estimate: $300,500.00
Parsons Brinckerhoff
Fleet & Facilillea Division
Equipment programlngfplannlng
16285 Park Ten Place Suite 400
Houston, Texas 77084 ·
Amount-estimate: $122,500.00
Baird, Hampton, Brown, Inc. (SSE Certified)
Mechanlcal/Electrlcal/Plumblng engineering.
6300 Rldglea Place, Suite 700
Fort Worth, Texa 76116 817.338.1277
Amount: $66,000.00
Frank W. Neal Associates (SBE Certified)
Structural Engineering
1015 W. Broadway
Fort Worth, Texas 76104 817.332.1944
Amount: $25,000.00
HALFFASSOCIATES, INC.
Civil Eni,tneerlng, utflltleli and /surveying
4000 Fosilll Creek Blvd
Fort Worth, Texas 76137-2720 817.847.1422
Amount estlmate:80,000
VAl,INC.~
Production
16000 North Dallas Parkway S1,1lte 200
Dallas, Texas 75248 972.934.8888
Amount: $85,000.00
Craig Design Group Inc.
Landscape Architects
1914 Stalllon Clrcle
Rowlett, Texas 75088 972-463-4251
Amount: $7,&oo.oo
Conetruction cost Estimator (selection pending)
Arrtount~stlmate: $10,000.00
Reimbursable expem;es are ea.tlmated to be as follows:
ConaµItant trips (Paraom, Brlnck$rhoff thf'Qugh and of constructlon):$10,800.00.
Design presentation printing 11nd documents and constrqctlor\ document prlnting-$6,600.00.
(Printing of construction documents by MWBE business -estimate $6 1000) .
304 main street fort worth, texas 76102
ph (817) 877 0691 fax (817) 877 4093 www.oaid.net
Total design fee for the entire team: $687,500.0 /
OA&ID, Ltd.
304 IUlatn Street
Fort Worth, Texas 76102 817.877.0691
Amount estimate: $300,600.00
Parsons Brinckerhoff
Fleet & Facilities Division
Equipment programing/planning
16285 Park Ten Place Suite 400
Houston, Texas 77084
Amount.estimate: $125,000.00
Baird, Hampton, Brown, Irie. SB C · d
Mechanlcal/Electrical/Plumblng nglneerlng.
6300 Ridglea Place, Suite 700
Fort Worth, Texas 76116 817 38.1277
Amount: $55,000.00
Frank W. Neal Associates BE Certlf ed
Structural Engineering
1015 W. Broc1dway
Fort Worth, Texas 76104 817.332.1944
Amount: $26,DDO.OD
Civil Engineering, uf ties and /surveying
4000 Fossil Creek B d
Fort Worth, Texas 6137-2720 817 ;847.1422
Amount estimate: 0,000
VAJ, INC. MWB
Production
1600. O.Nort~h D llas Parkway Suite 200
Dallas, Texa 75248 972.934.8888
Amount: $8 ,000.00
Craig D.esl n Group Inc. {MWBEl
LandscaA Architects
1914 Srlflon Circle
Rowlett Texas 76()88 972-463-4251
Amou : $5,000.00
,:uctlon cost Estimator (selection pending)
unt-estimate: $10,000.00
R lmbursable eicp(!nses are estimated to be as follows:
onsultant trips (Parsons Brinckertwff through end of construction):$1 o,alio.oo .
. eslgn presentation printing and docoments and construction document prlntlng-$6,500.00.
304 main street fort worth. texas 76102
ph (817) 877 0691 fax (817) 877 4093 www.otdd.net
Muray41ma, Dalton
From:
Sent:
To:
Subject:
Attachments:
Dalton,
raymond oconnor <roc@oaid.net>
T1,Jesday, August 26, 2014 9:50 PM
Murayama, Dalton
Revision to 2nd page
Revised letter back page.pdf
Attached is a slight revision to the second page of the letter sent last week-to include printing and a slight change to
Landscape arch cost. Please use this verslon.
I will be sending to Patty the SBE form for the printing company sometime tomorrow-which should complete all
necessary tasks.
Thanks
Ray
Raymond O'Connor /AIA
email: roc@oaid .net
OA&ID
O'CONNOR ARCHITECTURE
lo INTERIOR DESIGN LTD
SIMm•lnlllnJel
rort wartl\ laxu 76102
Ph (817) 677 0691 lax (817) 877 4093
www .oaid.net
NOTICE: This e-mail lransmi.ssfo(r and any alrac/1111fi11(s /1<1re/Q are co,1fide111/al, i#le11d8d so/e/y fo r Ille 11se of 1111• 111Jm&d roo/pi,m/, If I/us e-mail l11c/11(}es .if/ac/11111111/s of I/his
of /11/loCAD llrawillf}s, suc/J files or draWl11gs are I/le sole properly of OA&/D . U11/e&s ol/Je1111ise agree</ lo i11 wriling, /,e/Lvtlf,n OA(!.ID and 1/Je In/ended redpie,11 of /Ills ecma/J,
s11cll l/fes or drawt11gs shall 11(1{ be useci for construction or any other purpose atrd are 1xovided solely (Of lhe/lllfpDSB of sr,c/J reclp/oo/'s revl9iv, /111y (/$1! or rej)(odtlClion of
lhe 1h11s or details i'efldere<l /11 f/Jese drawings for p11rposl*S o/he1 · Ulan recijJ(enf's review is 1iol authot/zell by OA&ID. /Vo person sl1al/ makB any m<XIHical/ol1 lo any lilf>s or
drawing s bl/ached hereto wllho rll express previotJs Wtillllll /Hlllnlssion of OA&/D. If you /Jave received /1,/s lra11smillal amllor 11itoo~1111etl/s hi error, /J/ease nol,ty th e sender
in111184/a/ely by roJJly email .or /elep/10,11, a/ 017-877-0!J!J 1 a11d //1e11 delete /t,/s message, /11c/t1di11{1 a ,iy ntlachme/'/ls. T//1111/c ya11.
1
Total design fee for the entire team: $687,500.00
OA&ID, Ltd.
304 Main Street
Fort Worth, Texas 76102 817.877.0691
Amount estimate: $300,500,00
Paraons Brinckerhoff
Fleet & FaclHtl~ Division
Equipment programing/planning
16285 Park Ten Place Suite 400
Houston, Texas 77084
Amount-estimate: $122,600.00
Baird, Hampton, Brown, Joe. (SBE Certlflecll
Mechanlcal/Electrlcal/Plumblng engineering.
6300 Rldglea Place, Suite 7011
Fort Worth, Texas 76116 817.338.1277
Amount: $55,000.00
Frank W. Neal Associates <SBE Certified)
Structural Engineering
1016 W. Broadway
Fort Worth, Texas 76104 817.332.1944
Amount: $25,000.00
1-!ALF.F ASSOCIATES, INC.
Civil Engineering, utilities and {surveying
4000 Fossil Creek Blvd
Fort Worth, Texas76137-2720 817.847.1422
Amount eatlmate:80,000
VAi, INC. (MWBE)
Production
16000 North Dallas Parkway Suite 200
Dallas, Texas 75248 972.934.8888
Amount: $85,000.00
Craig Design Group Inc.
Landscape A,chltecls
1914 Stallion Circle
Rowlett, Texas 75088 972-463-4251
Amount: $7,500.00
Construction cost Estimator (selection pending)
Amount-estimate: $10,000.00
Reimbursable expenses are estimated to be as foliows:
Consultant trips (Pal'Bons Brinckerhoff thro1,1gh end of comitructlon):$10,800.00. .
Dealgn presentation printing and documents and construction document prlntlng-$6,500.00.
(Printing of construction documents by MWBE business-estimate $6,000)
304 main street fort worlh, texas 76102
ph (817) 8770691 fax (817)877 4093 www.oalp.net
M&CReview Page 1 of 2
r '
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FORT WORTH
~
COUNCIL ACTION: Approved on 11/18/2014
DATE : 11/18/2014 REFERENCE **C-27081 LOG
NO.: NAME: 21WATERMUNICIPALVEHICLEMAINTENANCEFACILITY
CODE: C TYPE: PUBLIC
CONSENT HEARING: NO
SUBJECT: Authorize Execution of a Professional Services Agreement with O'Connor Architecture & Interior Design ,
Ltd ., in the Amount of $704,800 .00, Including $17,300 .00 in Reimbursable Expenses , for Design and
Construction Administration of the Municipal Vehicle Maintenance Facility at the Holly Water Treatment
Plant and Provide for Project Costs and Contingencies for a Total Project Amount of $780 ,000.00 , 2014
Bond Program (COUNCIL DISTRICT 9)
RECOMMENDATION:
It is recommended that the City Council authorize the execution of a Professional Services
Agreement with O'Connor Architecture & Interior Design, Ltd., in the amount of $704,800.00 ,
including $17 ,300.00 in reimbursable expenses, for design and construction administration of the
Municipal Veh icle Maintenance Fac ility at the Holly Water Treatment Plant and provide for project
costs and contingencies for a total project amount of $780 ,000 .00.
DISCUSSION:
The design phase of this project was approved in the 2014 Bond Program. Funding authorization for
the construction phase of this project will follow in a future Mayor and Council Communication and
derive from another source . The project will design a new Equipment Service Center within the Holly
Water Treatment Plant compound that will service the Water Department and other City vehicles .
The project was advertised in the Fort Worth Star-Telegram on May 29, 2014 , June 5, 2014 and June
26, 2014, seventeen firms submitted Statements of Qualification. On August 1, 2014, the selection
committee interviewed the three shortlisted firms and recommended O'Connor Architectu re & Interior
Design , Ltd., for this project.
The design phase cost for this project is expected to be:
Design (O 'Connor Architecture & Interior Design , Ltd.) $ 704,800.00
Geotech Contract , Contingency , Staff
Total
$ 75,200.00
$ 780 ,000.00
M/WBE OFFICE -O'Connor Architecture & Interior Design , Ltd., is in compliance with the City's BOE
Ordinance by committing to 25 percent SBE participation on this project. The City's SBE goal on this
project is 25 percent.
This project is included in the 2014 Bond Program. Available resources within the General Fund will
be used to provide interim financing until debt is issued . Once debt associated with this project is
sold , bond proceeds will reimburse the General Fund in accordance with the statement expressing
official Intent to Reimburse that was adopted as part of th e ordinance canvassing the bond elect ion
(Ordinance No. 21241 -05 -2014).
The project is physically located in COUNCIL DISTRICT 9 , but will serve Fort Worth residents in ALL
COUNCIL DISTRICTS.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are include d in the Fiscal Year 2015
Adopted Budget of the 2014 Bond Program , pursuant to Ordinance No . 21457-09-2014 , and funds
are available in the Genera l Fund to pay expenses which will be incurred by this Agreement until
http ://app s .cfwnet.or g/council_packe t/mc _re view.asp?ID =20308&councildate= 11 /1 8/2 014 11 /20 /2014
'M&CRevi ew
. ' .
reimbursement can occur from the issuance of public securities .
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
FROM Fund/Account/Centers
C210 531200 209070242230 $704.800.00
Charles Daniels (6199)
Wayne Corum (5118)
Wayne Corum (5118)
Page 2 of 2
http:// apps. cfwnet. org/ council _packet/me _review. asp ?ID =2 0 3 0 8&councildate= 11/18/2014 11 /20/2014