HomeMy WebLinkAbout059674-A1 - Construction-Related - Contract - Elements of ArchitectureCSC No. 59674-A1
AMENDMENT No.01
TO CITY SECRETARY CONTRACT No. CSC No. 59674
WHEREAS, the City of Fort Worth (CITY) and Elements of Architecture, (ARCHITECT)
made and entered into City Secretary Contract No. CSC No. 59674, (the CONTRACT) which was
authorized by M&C 23-0469 on the 23rd day of June, 2023 in the amount of $ 378,800.00; and
WHEREAS, the CONTRACT involves architectural services for the following project:
200 Texas Street Building Renovations - Proj. #104374; and
WHEREAS, it has become necessary to execute Amendment No. 01 to the CONTRACT to
include an increased scope of work and revised fee.
NOW THEREFORE, CITY and ARCHITECT, acting herein by and through their duly
authorized representatives, enter into the following agreement, which amends the CONTRACT:
1.
Article I of the CONTRACT is amended to include the additional Architectural Services
specified in proposal attached hereto (ATTACHMENT "A"), and incorporated herein. The cost to
City for the additional design services to be performed by Architect totals $2,701,200.00. (See
Attached Funding Breakdown Sheet, Page -4-)
2.
Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to
Architect for all work and services perFormed under the Contract, as amended, so that the total fee
paid by the City for all work and services shall be an amount of $3,080,000.00.
K�
All other provisions of the CONTRACT, which are not expressly amended herein, shall remain
in full force and effect.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas 700 Texas Renovations
Prof Services Agreement Amendment Template Project l�o. 1C�I37�
Revision Date: 12/08/2023
Page 1 of 3
EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City
Manager.
APPROVED:
City of Fort Worth
✓�� W�-
Valerie Washington (Sep 15, 2025 10:10:01 CDT)
Valerie Washington
Assistant City Manager
I�l_���
Sep 15, 2025
ATTEST:
�,� J� ..,�.� m � ,
v
Jannette Goodall
City Secretary
�Iln�
FORr °na
p�Oa�° ��9.�0
tia
��G � oo !/ V oO � °
��4b nEXA?o4
APPROVAL RECOMMENDED:
_;
� �����;;��
Marilyn Marvin
Director, Property Management
ARCHITECT
Elements of Architecture
_,
,- .
v"' �(,i�,c,c��`�i-�"
Debbie Fulwiler
President
I�7_���i
Aug 29, 2025
APPROVED AS TO FORM AND LEGALITY:
Step en Hines ( ep 12, 2025 14:4621 CDT)
Steve M. Hines
Sr. Assistant City Attorney
M&C: No. 25-0690
M&C Date: 08/12/25
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.
Nikit .
Senior Capital Projects Officer
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas �CO Texas Recovations
Prof Services Agreement Amendment Template ?ro;ec� Vo. 1C937S
Revision Date: 12/08/2023
Page 2 of 3
FUNDING BREAKDOWN SHEET
City Secretary No. 25-0690
Amendment No. 01
Fund
Dept ID
0350420
0350420
Account Project ID
5330500 104374
5330500 104374
CF1-
Activity
000730
000730
CF2 — Bond
Reference
36001
36001
Total:
Amount
$378,800.00
$2,701,200.00
$3,080,000.00
City of Fort Worth, Texas 700 Texa� Renovations
Prof Services Agreement Amendment Template Project l�o. 1C�I37�
Revision Date: 12/08/2023
Page 3 of 3
ELEMENTS
of architecture
January 2, 2025
Revised August 12, 2025
Mr. Don Isaacs
City of Fort Worth
401 West 13th Street
Fort Worth, TX 76102
Re: Proposal for A/E Services — 200 Texas Street
Design Development through Construction
Dear pon;
Elements is pleased to provide to you this proposal for services associated with the remaining phases for the
renovations to 200 Texas Street. We are basing our proposal on a$28M budget with our fee as a percentage
of construction. With Linbeck in place as the Construction Manager at Risk (CMAR), we will work with them and
the city for the project scope as defined within the Programming and SD Phase already completed.
SCOPE OF SERVICES
DD/CD Phase:
1. Develop construction documents to illustrate the proposed work. We will provide drawings and a project
manual for the deliverable of this project.
2. Utility investigations for determination of required scope items.
3. Working sessions with CMAR for review and evaluation of project costs versus budget and development
of final scope items.
4. Develop plans in coordination with the CMAR to advance the proposed work for the Police Department,
including phasing strategies for infrastructure improvements across the entire facility.
5. Submittals at 50% and 75% review documents for approval and review CMAR pricing at these interim
deliverables.
6. Submit substantially complete documents for your review prior to finalizing the documents.
7. From review, update and final construction documents.
8. Submit documents in the form of a link to download documents.
9. Submit documents to TDLR and RAS for accessibility review and inspection (at completion of
construction). Coordinate any modifications that may be required from this review.
10. Submit documents to the city for a building permit. Coordinate this effort with modifications as needed to
the documents based on comments received.
Construction Phase — For purposes of this proposal we have assumed 15 months of construction:
1. Pre-Construction meetings for specific trades to assist with trade scoping and costs. Review of trade
partner costs.
Page 1 of 2
Elements of Architecture, Inc. � 1201 6'h Avenue, Suite 100, Fort Worth, Texas 76104 � 817.333.2880
2.
3.
4.
5.
b.
7.
Review of Submittals as required of the construction documents. A maximum of 2 reviews of an
individual shop drawing is included. Beyond these 2, we will provide our services hourly. We have
assumed 10 working days for review of submittals during construction. If the contractor requests
expedited reviews, these can be provided as an additional service
Respond to clarifications to the documents in the form of RFIs.
Bi-Weekly Site/OAC meetings for the duration of construction. These site visits will coincide with
monthly pay applications with review of work progression for review of applications. Site visits will be
followed with field reports.
Attend Bi-Weekly Virtual/OAC meetings for the duration of construction. We have assumed that these
alternate with onsite site visits noted above.
Final punchlist of the site as the contractor is substantially complete. Then a followup to the punchlist as
the contractor is completed for review of conditions. If the contractor is found not to be substantially
complete, an additional site visit would be considered additional services.
Update of the CAD files to provide record drawings. These will be based on contractor as-builts. If a
change order was provided to the contractor for any work reflected in these as-builts, we too would be
due an add services.
Qualifications To This Proposal:
1. Services in addition to those specifically outlined in this proposal will be additional services.
2. We have assumed construction duration of 15 months.
3. No destructive, or additional testing beyond what is visually evident by our team is included in this
proposal. We have assumed the CMAR will assist with these items as required.
4. We have not included preparing an opinion of probable construction cost as the CMAR will prepare
costs going forward on the project.
5. This is not a LEED project.
6. We have not included any services associated with redesign if the project costs exceed the owner's
budget.
7. This fee is in addition to the previously approved Programming and SD Phase fee and the Investigation
Fee.
PROPOSED FEE
Fee
We propose to provide our overall fee for labor and expenses for 1 1% of the $28M construction budget. As the
Programming and SD Phase have already been approved, we propose a fee of $2,701,200 for the remainder
of the project.
$28,000,000 X 1 1% overall A/E total fee $3,080,000
SD Phase Previously Approved $ 378.800
Remainder of fee to complete the project $2,701,200
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,
'1
�� / " �
� i ��
� Vj
L
Debbie Fulwiler, AIA
President
Page 2 of 2
Elements of Architecture, Inc. � 1201 6'h Avenue, Suite 100, Fort Worth, Texas 76104 � 817.333.2880
City of Fort Worth,
Mayor and
Texas
Council Communication
DATE: 08/12/25 M&C FILE NUMBER: M&C 25-0690
LOG NAME: 21200 TEXAS STREET PD DESIGN AND PRECONSTRUCTION
SUBJECT
(CD 9) Authorize Execution of Amendment No.1 to the Architectural Design Contract with Elements of Architecture Inc., in the Amount of
$2,322,400.00, for a Total Contract Amount of $2,701,200.00, and Authorize Execution of a Construction Services Contract with Linbeck Group,
L.L.C., in the Amount of $652,500.00, for a Total Contract Amount of $750,000.00, for the Police Department Renovations at 200 Texas Street
RECOMMENDATION:
It is recommended that City Council:
1. Authorize execution of Amendment No. 1 to the architectural design contract with Elements of Architecture Inc., CSC 59674, in the amount of
$2,322,400.00 for design development and construction documents for renovations at 200 Texas Street; and
2. Authorize execution of a construction services contract with Linbeck Group, L.L.C., CSC 62669, in the amount of $652,500.00, for additional
pre-construction services and inclusive of a$600,000.00 construction allowance for roof drain relocation and early equipment procurement,
for renovations at 200 Texas Street (City Project No. 104374).
DISCUSSION:
In January 2022, City Council approved the allocation of $30,000,000.00 from the Crime Control and Prevention District (CCPD) Capital Projects
Funds to reuse portions of the former City Hall (200 Texas Street) as a consolidated Police facility (M&C 22-0080). The project will renovate
approximately 85,000 square feet of the building, primarily on the lower level and the third floor, for Police use. This project will consolidate Police
facilities currently located at 1000 Calvert Street and the record storage currently at the Bob Bolen Public Safety Complex. The remaining facility
will be utilized by other departments in an "as-is" condition.
On June 13, 2023, City Council approved an architectural design contract with Elements of Architecture Inc. for 200 Texas Street programming and
schematic design in the amount of $378,800.00 (MC 23-0469). This Mayor and Council Communication will amend the contract to provide
additional architectural services (design development and construction documents) increasing the contract by $2,322,400.00, for a total contract
value of $2,701,200.00.
Procurement of Construction Manaaer at Risk
A Request for Qualifications was advertised in the Fort Wo►th Star-Telegram on September 26, 2024 and October 3, 2024. The City received
seven proposals from design-build teams on October 31, 2024. These teams were:
• Linbeck Group
• Byrne Construction
• RJM Contractors Inc.
• SpawGlass Contractors
• HM & MF, Ltd., d/b/a Muckleroy & Falls
• H.J. Russell & Company
• Batson Cook Construction
• CHC Construction
A selection panel including members of Property Management Department and Police Department carefully reviewed these proposals and scored
them as follows:
Total Proposed Fees
and Expenses
Supplier 100 pts
Linbeck Group 94'2
50 pts
46.2
Compliance with
the Business
Equity Ordinance,
M/WBE
commitment
Pass/Fail
Pass
References and
Experience in
Executing CMAR
Projects and
Similar Type
Projects
40 pts
38
Past Work in the
City
10 pts
10
Byrne Construction
Services
RJM Contractors Inc.
92.2
90.2
46
49
Pass
Pass
36.2
312
10
10
SpawGlass 89.8 46.2 Pass 34 9.6
Contractors
HM & MF, Ltd., d/b/a 87.8 47.8 Pass 30 10
Muckleroy & Falls
H.J. Russell & 85.4 42.2 Pass 33.4 9.8
Company
Batson Cook 83.4 43.4 Pass 30.6 9.4
Construction
CHC Construction 69.8 43.6 Pass 21 5.2
After discussion, the panel selected a short list of three highly qualified teams, and conducted interviews on November 26, 2024. The Linbeck
Group, LLC was selected to provide construction services for this project. A pre-construction services contract, in the amount of $97,500.00, was
administratively executed (City Secretary Contract No. 62669) to start the assessment of waterproofing, mechanical, electrical, plumbing systems,
and onsite utilities.
It is recommended that Council approve the execution of an amendment to CSC 62669 to provide an additional $52,500.00 of preconstruction
services (complete the building assessment, provide design reviews, budget estimates, final GMP, etc.) and a$600,000.00 allowance for roof
drain relocation and early equipment procurement. This Amendment No.1, in the amount of $652,500.00, will bring the total contract value to
$750,000.00.
The current anticipated budget for the project is as follows:
200 TEXAS STREET RENOVATIONS Total
Architectural Design Contract - Programming and $378,800.00
Schematics
Architectural Design Contract - Amendment
No.1 - Estimate for Construction Documents $2,322,400.00
and Construction Administration Services
Pre-Construction Service Contract $97,500.00
Construction Service Contract — Additional
Services, Early Procurement and Roof Drain $652,500.00
Relocation
Estimated Construction Cost (excluding
Infrastructure Upgrades) $24,870,000.00
Project Administration Costs $1,903,800.00
PROJECT TOTAL $30,225,000.00
Funding is budgeted from the CCPD Capital Projects Fund for the purpose of designing and remodeling 200 Texas Street for transferring Police
functions from 1000 Calvert Street and records from the Bob Bolen facility. The $600,000.00 in pre-construction costs related to the roof drain and
early procurement will be reimbursed through cost-sharing arrangements with all confirmed future occupants of the facility and/or offset against the
departmenYs allocated contribution toward the overall building systems upgrade shortfall.
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." IRPC Plan Review Fees and other associated Development Fees will also be waived for this project.
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.
Linbeck Group - This solicitation was reviewed by The Business Equity Division for available business equity prospects according to the City's
Business Equity Ordinance. After DVIN consideration this project was approved, therefore, the business equity goal requirement is not applicable.
200 Texas Street is located in 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 200 Texas Street Police project to support the approval of the above recommendations and execution of the contracts. Prior to any
expenditure being incurred, the Police Department has the responsibility of verifying the availability of funds.
Submitted for Citv Manaaer's Office bv: Valerie Washington 6199
Oriainatina Business Unit Head: Marilyn Marvin 7708
Additional Information Contact: Brian Glass 8088