HomeMy WebLinkAboutContract 46991 CITY SECRSfAW
GONTRACT
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
THIS AGREEMENT is made and entered by and between the City of Fort Worth, Texas, a
municipal corporation, "City", acting herein by and through its duly authorized Assistant City Manager,
and RPGA Design Group,Inc., "Architect", acting herein by and through its duly authorized representative,
Javier Lucio for the purpose of providing architectural design for the Fire Station#42 in Fort Worth,Texas.
WITNESSETH:
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 perform, within the professional standards normally accepted in the State of Texas,
professional services in connection with the following general scope of work:
Provide design services for the new Fire Station #42, associated and utility extensions
at Spinks Airport in Fort Worth, Texas ("Project"). The scope of services is described
more fully in Attachment"A" of this Agreement.
SECTION II PERSONNEL
1. The following personnel will be assigned to this Project:
1.1. City of Fort Worth
1.2. Project Manager: Ronald Clements, Registered Architect and Project Manager.
1.3. Architect
1.3.1. Principal in Charge: Javier Lucio,AIA
1.3.2, Project Manager: Javier Lucio,AIA
1.3.3. Project Architect: Javier Lucio, AIA
2. Neither party may change key personnel without the prior written agreement of the other party.
SECTION III CHARACTER OF ARCHITECT'S SERVICES
1. 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 the City as to the necessity of the City's providing or obtaining additional
services and data from others required in connection with the Projects at the City's cost and expense
(which services and data the Architect is not to provide hereunder but on which Architect may rely in
performing services hereunder), and act as the City's representative in connection with any such
services of others.
4. The Architect shall pay for the printing of contract documents required for design submittals and
presentations as a part of the reimbursable allowance.C117&I CRETARY OFFICIAL RECOR1,)
Fire Station 42 Page 1 of 10
RPGA Design Group,Inc.(August 2015) Fir. O TH O"XI
5. The Architect shall perform services as outlined in the RPGA Design Group,Inc. letter,dated May 29,
2015 subject: Fire Station#42+Utility Extensions Spinks Airport/Fort Worth Texas,which is
attached hereto as Attachment"A"and made a part of this Agreement.
6. If at 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 perform 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 provide such service as may be necessary for the building permits 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 services 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 SECTION III - CHARACTER OF ARCHITECT'S SERVICES and
Attachment"A" hereof shall be $365,155.00, hereinafter referred to as the "total fee," including up to
$3,565.00 in reimbursable expenses.
2. Architect shall be paid the following percentages of the total fee at the following stages of the project:
2.1. Completion of Programming and Schematic Design, cost estimates and Integrated Stormwater
(iSWM)checklist(20%)
2.2. Completion of Design Development,cost estimates,and iSWM checklist(40%)
2.3. Completion of Construction Documents,cost estimates,and iSWM checklist( 75%)
2.4. Action by City Council to accept bids(80%)
2.5. Final acceptance of the Project by the City(100%)
2.6. Reimbursement of allowable expenses shall have prior approval of the City. Allowable expenses
include:
2.6.1.Printing Costs
2.6.2.Enhanced CAD drawings for public and City meetings.
2.6.3.Postage and courier expenses
2.6.4.Other costs with prior approval of the City.
SECTION VI RESPONSIBILITY FOR CONSTRUCTION COSTS
1. The Construction Budget for the Project is$3,700,000.00. If the Construction 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
Fire Station 42 Page 2 of 10
RPGA Design Group,Inc.(August 2015)
City may terminate this Agreement, and the Architect shall be entitled to 82% 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 METHOD 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 performed.
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 the City fails to make any payment required herein for
services and reimbursable expenses within sixty (60) days after approval of Architect's statement
thereof, Architect may, after giving seven (7) days written notice to the 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. Programming and 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 and site plans, architectural concepts and principal equipment and finish
plans and area-based cost estimates.
1.3. Architect shall not proceed to the Design Phase until the City has approved in writing the
Program Design Manual.
2. Design Phase:
2.1. The Architect shall perform all services necessary to survey, plat, prepare and vacate easements
and any other property issues necessary to complete the design and secure a construction permit.
2.2. The design shall include all site work, design and coordination of utilities, landscaping and
facility design required for a complete and functional project.
2.3. The Architect shall prepare presentation graphics using plans necessary for the design and attend
two(2)City presentation meetings(if required)during the design of the project.
2.4. The Architect shall incorporate the Integrated Storm Water Management (iSWM) Criteria
Manual that can be found at http://fortworthtexas.gov/tpw/stormwater/?id=89722.
2.5. The Architect shall evaluate this project for opportunities to apply a Low Impact Development
Design(LID)philosophy.
2.6. Architect shall prepare the design in stages as follows:
2.6.1. Design Development Phase: Preparation of architectural and MEP plans, principal
elevations, civil and utility site plans, cartoon set, selection of principal equipment and
finishes, and discipline-based cost estimates. Upon written approval of this phase of the
work,Architect may proceed to the Construction Document Phase.
2.6.2. Construction Document Phase: Preparation of details, mechanical, electrical, and plumbing
plans,finishes schedules, detailed technical specifications, and detailed cost estimates.
Fire Station 42 Page 3 of 10
RPGA Design Group,Inc.(August 2015)
2.7. Format of Drawings
2.7.1. 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 plans for all disciplines will be at same scale.
2.7.2. Drawings shall plot to 2204 sheet to facilitate half-size 11x17 prints. Fonts shall be legible
at half-size.
2.8. 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 Architect (if required) 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, and the City of Fort Worth Building Codes.
2.8.1. 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 determined to be in non-conformance with the above Act, Codes or
Guidelines.
2.8.2. 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.
2.9. The Architect shall submit estimates of probable construction cost for each stage of design to the
City.
2.10. The City shall acknowledge the probable construction costs and scope in writing at each stage of
design.
2.11.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.
2.12.The Architect shall provide electronic files in AutoCAD LT or PDF or DWG format for posting
to the Internet or such other operating system as determined by the City.
3. Bidding:
3.1. The Architect shall respond to Contractors inquiries, prepare necessary addenda, and conduct 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.
3.4. After the construction contract is awarded, the Architect will provide CAD files of all
construction drawings suitable to use on AutoCAD LT and PDF or such other operating system
as determined by the City.
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.
Fire Station 42 Page 4 of 10
RPGA Design Group,Inc.(August 2015)
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 and pddf files of the"Record Drawings" suitable to use on AutoCAD
LT or such other operating system as determined by the City. Architect will also provide three
(3)full-sized set of drawings(24"X 32"or larger).
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
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 Microsoft Project Version
2003/2007. The software can be later versions. If different software is planned,the software has to be
previously approved by the City.
SECTION IX CITY RESPONSIBILITIES
1. Provide criteria and information 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
pertinent 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 defining
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"Instructions to Offers"and"General Conditions"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.
Fire Station 42 Page 5 of 10
RPGA Design Group,Inc.(August 2015)
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.
17. Bear all costs incident to compliance with this Section.
SECTION X TERMINATION
1. 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 performed in accordance herewith prior to such termination, less such payments having
been previously made. Such payment shall be based upon the work completed up to the date of
termination of the Agreement in accordance with the method of compensation prescribed in
SECTIONS V and VI hereof. Architect shall also be compensated for all termination-related expenses
such as meeting attendance, document 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
1. 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
Architectural and 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 Architectural and Engineering
documents by the Architect, its officers, agents, employees and consultants, it being the intent of the
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
Fire Station 42 Page 6 of 10
RPGA Design Group,Inc.(August 2015)
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 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 $1,000,000 Per Occurrence
$2,000,000 Aggregate Limit
Workers Compensation
Coverage A: Statutory limits
Coverage B: Employers Liability Insurance
$100,000 Each Accident/Each Occurrence
$100,000 Disease—per each employee
$500,000 Bodily Injury/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 Per claim
$2,000,000 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 terms
shall be endorsed onto Architect's insurance policies. Notice shall be sent to the Architectural
Services Manager, Properties Management Department, 401 West 13`h Street, Fort Worth, TX
76102,
Fire Station 42 Page 7 of 10
RPGA Design Group,Inc.(August 2015)
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 according to
the best interests of the City.
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 insurance 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 RIGHT TO AUDIT
1. 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
sub-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 sub-consultant reasonable advance notice of intended audits.
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 XIII SUCCESSORS AND ASSIGNS
I. 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.
Fire Station 42 Page 8 of 10
RPGA Design Group,Inc.(August 2015)
SECTION XIV 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 XV 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 hereunder, 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 XVI SMALL BUSINESS ENTERPRISE(SBE)GOAL
1. As of June 1,2012,The City of Fort Worth implemented the new Business Diversity Ordinance
(BDO)to reflect the City's availability and disparity study findings and recommendations. Interested
Offerors must obtain a Small Business Enterprise(SBE)listing from the M/WBE Office at 817-212-
2674. This will ensure that the SBE listings reflect only those currently certified by the North Central
Texas Regional Certification Agency(NCTRCA)located in the six&-county geographic marketplace
that have been accepted by the City. The City's geographic marketplace includes the counties of:
Tarrant, Dallas,Denton,Johnson,Parker and Wise. Offerors are strongly encouraged to confirm that
each SBE that it intends to use is located in the geographic marketplace that will be counted towards
the established goal. Any misrepresentation of facts(other than a negligent misrepresentation)and/or
the commission of fraud by Architect may result in termination of this Agreement and debarment from
participating in City contracts for a period of time not less than three years.
2. The City's SBE goal for this project is 12%.
SECTION XVII OBSERVE AND COMPLY
1. 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 XIII MISCELLANEOUS
1. 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.
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
Fire Station 42 Page 9 of 10
RPGA Design Group,Inc.(August 2015)
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 form 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 day of3p, e f D.,2015.
QUORUM ARCHITECTS,INC /7 APPROVED:
By:
By:
" ..
Jav cio,AIA �
fe u J. Chapa
P ri al Assistant
City Manager
APPROVAL COMMENDED: RECORDED:
By: - ..m .._ . By: � a•
ayne Ci um,Interim irector PCityy J. Kayser
t�
Property Management Department ecr etary
C—,Qqi4oF 1
APPROVED AS TO FORM AND LEGALITY: M&C r� I
Contract Authorization
By: ✓` ? ✓ d
Grant Jordan "
Assistant City Attorney
(OFICIAL RE-V)Ftlf)
CITY SECREl"r/fIRY
F
The Texas Board of Architectural 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 Statutes,Article 249a.
Fire Station 42 Page 10 of 10
RPGA Design Group,Inc.(August 2015)
«
R P G ��
D E S / G w m �0 o P, °/ NIc
E FA
May 2S. 2O15
Ronald Clements, AIA
Property Management Department
City 0f Fort Worth
401 West 13'" Street
Fort Worth, Texas 7O102
RE: Fire Station #42 + Utility Extensions
8pinhe Airport/ Fort Worth, Texas
Mr. Clements,
|tjawith great enthusiasm that RPGA Design Group. Inc. presents the following Services and Fee
Proposal for Fire Station #42io the City uf Fort Worth ([)wneh. This proposal reflects our anticipated
Professional Services for the design of the new Fire Station #42 to be located in the northwest area of
Spinko Airport in Fort Worth, Texas. VV8 submit the following:
i Project Description
M. General Description: Fire Station #42 will baa new Fire Station with approximately 1U.5OU
total square feet, located in the northwest area of5pinho Airport on approximately 2.5 aonaa.
Fire Station #42 will be a one (1) story, two (2) company fire station with 3 apparatus bays.
The new fire station design will utilize the design and programming requirements utilized for
the recently completed Fire Station 5. Additionally, information recently provided by the
current Fire Station 5 fire fighters will be incorporated into the new design as well as further
collaborative input by the Owner and RPGA Design Group.
w
Two (2) Company Fire Station
o Entry Vestibule
o Public Reatnnorn
o Watch Room with murphybed
o Safe room
o Kitohen/Din/ngrnono
o Day room
o Physical Training room
o Two (2) Officer's Suites with reetnoomo
o Five (5) private bedrooms
o 3-4 Private 0eatnooma
n Laundry room
o Telecom room
o EMT Storage room
* Three full-size drive-thruApponytuo Bayo—one bay with 16'-0" high doors for future ARFF
'
apparatus
o Bunker Gear room
o Mai nbanence/Sto rage room
o Lawn Equipment Storage room
1O1S.Jennings Avenue,Suite#10O Fort Worth,Texas 7S1Cw (817)33o-9477 FAX (817)3329487 (888)TRY'RPGx
wwmw.rpQaurchimctn.com
City of Fort Worth 2 Fire Station#42
® Extend Water, Sewer, Electric, Gas and Telephone Utilities to Fire Station #42—Services for
the engineering required to bring the utilities to the site will be identified as Additional
Services to this contract.
B. Site Requirements — Basic Services: The Fire Station #42 site is approximately a 2.5-
acre site located in the northwest area of Spinks Airport south of F.M. Highway 1187/E.
Rendon Crowley Road.
The site design will provide for a "drive-through"fire station with separate employee parking
and visitor parking. The visitor parking will accommodate accessible parking and accessible
pedestrian access to the facility. The fire station will be sited to efficiently accommodate all
necessary entities. The design of the apparatus aprons, entry and egress, shall endeavor to
allow a minimum of 45 feet of depth to allow the apparatus to have adequate area for off
street maneuverability.
Structural foundation systems and soil stabilization procedures will be utilized to provide a
structurally sound building. The Owner is aware of the extremely expansive clays prominent
in the area and RPGA will strive to provide solutions that meet both the Owner's
maintainability requirements and budget. It is anticipated that a structured slab with carton
forms will be utilized for this facility.
Landscape and Irrigation Design services will be limited to compliance with the City of Fort
Worth's minimum landscape, forestry and irrigation standards and any additional
requirements or restrictions imposed by Spinks Airport regulations. Trees will be proposed
as appropriate for this location and as required to assist in the passive solar design of this
facility. Security and or privacy fencing will also be provided as necessary.
C. Additional Site Requirements — Utility Extensions to Site; Additional Services: The
proposed Fire Station#42 site does not have utilities near the site. Engineering services are
required to bring water lines to the fire station site from Highway 1187. This extension of the
water lines will be used to provide domestic water, fire protection (a new fire hydrant as well
as a fire protection system for the fire station) and landscape irrigation. Engineering
services will also be required to extend the existing sewer lines from the proposed fire
station site to the central airport area located south of the proposed fire station site.
The services and the estimated construction cost for the extension of the water and sewer
utility extensions was previously provided to the Owner. Estimated Costs and Engineering
Fees for these services are identified below separately from the basic design fees for
development of the 2.5 acre fire station site.
Electrical, telephone and gas utilities will be provided by the individual utility companies.
Any engineering and associated construction costs for these utilities are not included in this
proposal.
D. Exterior Design Features: The design of the new fire station will feature a design and
materials which complement existing facilities at Spinks Airport. In addition to the site
requirements listed above, the building components will be oriented to take advantage of
passive solar opportunities. Placement of trees, the placement of window and door
openings and the color of exterior materials will also be designed and selected with passive
solar considerations.
E. Interior Design Features: Interior spaces will maximize the use of natural lighting and
create a fire station that facilitates the interactions of the fire fighters. Use of natural and
artificial lighting will be utilized to enhance the quality and usability of the spaces. Selection
of materials will also consider the durability and maintainability of the material with life-cycle
cost considerations.
101 S.Jennings Avenue,Suite#100 Fort Worth, Texas 76104 (817)332-9477 FAX-(817)332-9487 (888)TRY-RPGA
wwvvwww.rpgaarch i tects.corn
City of Fort Worth 3 Fire Station#42
The new fire station will also be designed to meet the American's with Disabilities Act (ADA)
and the Texas Accessibility Standards (TAS). If required, a variance application will be
submitted to TDLR for the design of an adaptable fire station. Any cost for filing TAS
Review, Inspection and Variance reports will be submitted as reimbursable expenses.
F. Project and Construction Budget:
1. Fire Station Site and Building Budget: Based on 10,500 square feet at a $261.90 per
square foot cost we anticipate a construction budget of approximately $2,750,000.00.
We understand the Owner has established a construction budget of$2,750,000.00 and
we will work closely with Owner to achieve that budget. The consultant fees,
construction testing, geotechnical services*, survey* and reimbursable expenses are not
included in the anticipated construction budget.
*It is anticipated that we will reutilize the geotechnical report and survey that were
previously provided for this site.
2. Utilities to Site: Based on a previous estimate submitted to the Owner the following
costs have been estimated for the required utility improvements:
• Water and Sewer Utilities
Estimated Total Construction Cost with Contingencies $ 464,739.00
Estimated Professional Services Fees $ 66,000.00
Estimated Cost Associated with Easements TxDOT etc. $ 15,000.00
Total Water and Sewer Costs $ 545,739.00
• Electric, Gas, Telco Utilities
Estimated Total Construction Cost with Contingencies $ 270,600.00
Estimated Professional Services Fees $ 20,295.00
Estimated Cost Associated with Easements $ 10 000 00**
Total Water and Sewer Costs $ 300,895.00
Electrical, gas and telephone utilities will be provided by the individual utility
companies. Any engineering and associated construction costs for these utilities are
not included in this proposal.
**The estimated cost associated with establishing and recording the easements for
the electrical, gas and telephone utilities has been included in the proposed fees
below.
It is understood that the Owner will work with RPGA to modify the project requirements "if' it
becomes necessary to meet the established construction budget.
II. Scope of Services
A. General Services: RPGA will meet with the Owner to clarify and define the Owner's
requirements and budget prior to commencement of work.
RPGA will supervise and coordinate consultants' activities, review all consultants'
documents and review all pertinent consultant documents with the Owner. Consultants
hired independently by the Owner are excluded from RPGA's supervision and coordination.
RPGA will document all design meetings with the Owner.
E. Schematic Desian: RPGA will design the Project in conformance with the Owner's outlined
program. The design team will prepare approaches to the design. Sketch plans will be
developed, providing "broad brush" concepts to illustrate the potential of the given design.
RPGA will prepare a package consisting of the following: floor plans at 1/8" scale and
101 S,Jenr ings MerlUe,Smite#100 For Worth,' exas 78104 (817)332-9477 FAX-(317)332-0487 (888)TRY-RPGA
wwvwxc,rpagaarchptects.com
City of Fort Worth 4 Fire Station#42
rendered sketch elevations and or perspectives sufficient to indicate the character of the
proposed Project.
If requested, RPGA will work with our cost estimating consultant to provide a preliminary
estimate of Construction Cost at the conclusion of this phase.
C. Design Development: Based on the approved Schematic Design Package as well as any
further adjustments authorized by the Owner, RPGA will develop Design Development
Documents consisting of drawings and other documents to fix and describe the size and
character of the Project as to architectural, civil, structural, mechanical and electrical
systems, materials and such other elements as may be appropriate. These drawings will
incorporate all floor plans, elevations, site plan, and all necessary drawings and details
necessary to update the estimate of Construction Cost.
Before or during the Design Development Phase we will meet with the Development and
Planning Department to review and discuss any Pre-Development issues that need to be
addressed for the new Fire Station #42.
D. Construction Documents: Based on the approved Design Development Documents and
any further adjustments in the scope or quality of the Project or in the construction budget
authorized by the Owner, RPGA shall prepare Construction Documents consisting of
Drawings and Specifications setting forth in detail the requirements for the construction of
the Project. RPGA will sign, stamp or impress the construction documents for use in the
State of Texas.
In addition, RPGA will provide the documents necessary for the cost estimator to develop a
95% Construction Documents estimate.
E. Contract Administration:
1) RPGA shall visit the site to become generally familiar with the progress and quality of
the work and to determine, in general, if the work is progressing in accordance with the
contract documents. RPGA's site visits will be limited to one (1) site visit per week, as
requested by the Owner, throughout the construction period. A twelve (12) month
construction period is anticipated for Fire Station #42. The site visits will include
general observations of the construction and a meeting with the Owner and the
Contractor to review and discuss conformance with the contract documents. A regular
day and time for these meetings will be mutually established at the beginning of the
construction period. Each site visit/meeting will include a written report identifying
items of concern with anticipated resolutions. The Structural Engineer will be limited to
six (6) site visits; the MEP Engineer will be limited to six (6) site visits The Civil
Engineer will be limited to four (4) site visits; and the Landscape Architect/Irrigation
Designer will be limited to four(4) site visits when requested by RPGA and/or the
Owner. RPGA and our consultants shall endeavor to guard the Owner against defects
and deficiencies in the construction.
2) RPGA shall not have control of, or charge of, and shall not be responsible for
construction means, methods, techniques, sequences or procedures, or for safety
precautions or programs in connection with the work, for the acts of omissions of the
contractor, subcontractors, or any other persons performing any of the work, or for the
failure of any of them to carry out the work in accordance with the contract documents.
3) RPGA shall, at all times, have access to the work wherever it is in preparation or
progress.
1011 S,Jennings Avef7ue,Suite#100 Fort Worth,Texas 76104 (817)332-9477 FAX-(817)332-9437 (888)TRY-RPGA
www.rpgaaroh tects.00rn
City of Fort Worth 5 Fire Station#42
4) As requested by the Owner, RPGA shall determine the amounts owed to the
contractor, based on observations at the site and on evaluations of the contractor's
monthly application for payment, as provided in the approved schedule of values.
5) RPGA shall advise the Owner to reject work that does not conform to the contract
documents.
6) RPGA shall review and take appropriate action on submittals such as shop drawings,
product data and samples, but only for conformance with the design concept of the
work and with the information given in the contract documents. All structural, civil,
M.E.P. and landscape/irrigation shop drawings will be reviewed by the respective
consultant and documented by RPGA.
7) RPGA shall conduct inspections to determine the dates of substantial completion, and
shall review the project for final certificate of payment.
8) The extent of the duties, responsibilities and limitations of authority of RPGA, as the
Owner's representative during the construction shall not be modified or extended
without written consent of both the Owner and RPGA.
III. Compensation:
A. Based on our understanding of the scope of services to be performed the fees are as stated
below. If during the development of the project changes are made to the scope and/or
construction budget of the project, the fees will be subject to revision. Fees as quoted are
good for a period of(90) ninety days from the date of this proposal.
Architectural/Engineering Fees for Fire Station #42 Site and Building Only
Owner agrees to pay the Architect for all professional services rendered under this
agreement. The Architect's fee for Basic Services shall be a flat fee based on the following
understanding; plus allowable reimbursable expenses.
Basic Services
Architectural.............. ..................................................................................$ 155,000.00
Program Verification
Interior Design (excluding FF&E)
ADA Compliance
TAS (TDLR) Compliance
COMcheck Compliance
Construction Administration with Basic Services (40 meetings)
Structural Engineering.---.....-------------- ---------------------------------------------------------$ 25,000.00
R. L. Woods and Associates
Construction Administration with Basic Services (6 meetings)
M.E.P. Engineering.....................................................................................$ 19,500.00
Wells Doak Engineers, Inc.
COMcheck Compliance
Construction Administration with Basic Services (6 meetings)
Total Basic Services Fees $ 199,500.00
Basic Additional Services
CivilEngineer........................................................................................... $ 41,090.00
KSA Engineers
Construction Administration with Basic Services (4 meetings)
101 S.Jennangs Avenue,Suite#100 Fort VWooth,Texas 76104 (817)332-5477 FAX-(817)332-94 87 (888)TRY-RPGA
www,rpgaarchitects.corm
. '
City m Fort Worth s Fire Station#42
Design Survey(as reimbursable, if necessary) $ 10,00000
Civil Engineering/7wiDbursabAen S 2,50000
Landscape and Irrigation......................................................... ................ $ 10`000.00
Victory Parks Landscape Architect
Construction Administration with Basic Services (4meetings)
Construction Cost Estimator..................................................................... $ 7.500.00
Riddle and Goodnight
Total Basic Additional Services Fmmm $ 71'090.00
Reimbursabig Expenses
T)\G Registration and Inspection Fees $ 1.005.00
Anticipated Reimbursable ExoHD88O
less Civil Enc Lineering Reimbursables listed above $ 2,500.00
Total Reimbursable Expenses $ 3'666.00
Total Consultant Fees for Fire Station #42 Site and Building Only $ 274,155.00
Additional Services for Utility Extensions - KSA Engineers
Water and Sewer Design Servi es
• Preliminary Design $ 15.750.00
• Final Design $ 18.000.00
• Bidding and Negotiations $ 6,750.00
• Construction Administration $ 4,500.00
Total Basic Engineering Services................................... ..........................$ 45.000.00
• Design Survey $ 13.500.00
• Prinbng/Poatoge/K8i|eageReimburoob|ea $ 7.500.00
Special Engineering Services ....................................................................$ 21,000.00
Estimated costs for Water and Sewer easements,
Tx[)[>TiDetoUoUon pemniCu. etc. ............................................................... $ 15.000.00
Estimated costs for electric, cias and telephone easements.................... $ 10,000.00
Total Additional Services for Utility Extensions $ 91'000.00
B. Hourly Rates for Unscheduled or Requested Services (these additional services will only be
provided with en authorized amendment |n writing from the OVvneh:
No Charge will be incurred for OOiDOF revisions to the p|8Dn during the design process prior to
construction document phase. Compensation for major xe/ienoeotuthoograad-upunp|ane
and specifications, time involved in additional services, but not initial site visits, will be billed
nnnn hourly basis aafollows:
Principals: $105.00
Project Manager: $110.00
Production Personnel: $85.00
C/orioo| $45.00
The above listed hourly rates are subject h) change with notice. The Owner can negotiate o
set fee a[the time, if and when needed.
1o1m.xennmgn*venue,Suite#1cm Fort Worth,Texas ro1o* (8,17)332-9477 FAX (817)332-.9487 (888)rnY'mPoA
City of Fort Worth 7 Fire Station#42
C. Reimbursable fees will be billed to the Owner at one and one tenth (1.10) the expense
incurred by RPGA. Reimbursable expenses will include, but not be limited to, the following:
a) cost of reasonable incidental charges exclusive of markup for delivery charges; cost of
reproduction, postage and handling of drawings, specifications and other documents;
and renderings, models and mock-ups requested by the Owner and as required in the
normal preparation of Schematic Design, Design Development and Construction
Documents as required for reviewing and developing the Documents for the project.
b) cost of TDLR accessibility variance application fees, project filing fees, plan review and
inspection fees.
c) all necessary costs of printing and/or courier services for the purpose of bidding the
Construction Documents and Specifications will be the responsibility of the Owner.
IV. Schedule:
Based on our understanding of the scope of services we estimate the schedule to be as follows:
Schematic Design 3-4 Weeks
Design Development Documents 3-4 Weeks
Construction Documents (95%) 6-8 Weeks
Bid Documents (100%) 1-2 Weeks
Anticipated Design/Documentation Duration 14-18 Weeks
This schedule anticipates a period of one week for review by the Owner for changes and
clarifications at the completion of the Schematic Design, Design Development and the 95%
Construction Documents phases.
V. Changes:
If a major change is made in the scope, approach or details of the Project at the Owner's request
after construction documents are underway or finished, the cost of making changes will be billed
at the above hourly rates. This also applies to any changes required by new zoning or building
code requirements instigated after the Projects' inception.
VI. Documents:
All plans and drawings will be prepared and submitted by RPGA to the Owner for approval on 24"
x 36" or 30"x 42" bond sheets, with all plotted lettering clearly legible when the sheets are
reproduced and reduced to half size.
It is to be implicitly understood that we, RPGA, will act in your best interests and, at all times, carry out
duties with reasonable diligence and expedience.
We look forward to discussing this proposal with you at your earliest convenience. Thank you again for
this opportunity.
Yours sincerely,
' w w
J�ier Q. LuaO, Principal
P' G A Design Group, Inc.
101 S.Jennings Avenue,Suite#100 Fort Worth,Texas 713'104 (817)332-9477 FAX-(817)332-0437 (888) TIRY-RPGA
www.rl)gaarc[)itects.com
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: VApproved on 8/4/2015
DATE: Tuesday, August 04, 2015 REFERENCE NO.: C-27408
LOG NAME: 36FIRESTATION#42
SUBJECT:
Authorize Execution of an Architectural Design Contract in the Amount of$361,590.00 Plus $3,565.00 for
Reimbursable Expenses with RPGA Design Group, Inc., for Design and Construction Administration
Services for Fire Station No. 42 to be Located at Spinks Airport (2014 BOND PROGRAM) (COUNCIL
DISTRICT 6)
RECOMMENDATION:
It is recommended that the City Council authorize the execution of a contract in the amount of
$361,590.00 plus $3,565.00 for reimbursable expenses with RPGA Design Group, Inc., for design and
construction administration services and associated utilities for Fire Station No. 42 to be located at Spinks
Airport.
DISCUSSION:
On July 15, 2003, (M&C C-19661) the City Council authorized the City Manager to execute an Agreement
with RPGA Design Group, Inc. (RPGA) for the design of Fire Station No. 38 and the development of a
prototype design for a two-company, three-bay fire station. Fire Station No. 42 will be a prototype facility
design adapted to the specific site at Spinks Airport.
Fire Safety Improvements Proposition Four of the 2014 Capital Improvement Program authorizes the
financing of public safety improvements. These improvements include the construction and equipping of
two new fire stations in the amount of$9,102,900.00. Fire Station 42 was identified as the first of two
stations to be constructed and will be located in south Fort Worth at Spinks Airport.
Appropriated funding is sufficient for the anticipated expenses.
The estimated overall costs to construct Fire Station No. 42 are as follows:
ITEM 11COSTS
Design $ 365,155.00
Construction $3,780,634.00
Utilities, ITS, FF&E, Contingency, Geotech, $ 528,347.01
Staff
Anticipated Maximum Project Cost $4,674,136.01
Additional costs to make Fire Station No. 42 fully operational during Fiscal Year (FY) 2017 include:
• Fire Apparatus - During FY 2017, the one-time purchase of two fire apparatus is required for a total
cost of$1,062,302.00. This amount has been included in the Fire Department's five year captial
project request.
• Staffing and Annual Operating Costs - 14 additional staff members are required to operate the three
21-hour shifts, as well as typical operating costs for a single-company fire station. These costs are
Logname: 36FIRESTATION#42 Page I of 3
projected to total $1,777,225.00 and will be included in the Fire Department's FY 2017 General fund
requests.
Construction is planned to begin during the fourth quarter of the calendar year of 2015 with an anticipated
completion date during the third quarter of the calendar year of 2017.
M/WBE OFFICE - RPGA Design Group, Inc., is in compliance with the City's BDE Ordinance by
committing to 15 percent SBE participation on this project. The City's SBE goal on this project is 12
percent. Additionally, RPGA Design Group, Inc., is a certified M/WBE firm.
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 the ordinance canvassing the bond election (Ordinance No.
21241-05-2014).
The project is located in COUNCIL DISTRICT 6.
FISCAL INFORMATION / CERTIFICATION:
The Financial Management Services Director certifies that appropriations are included 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 General Fund to pay expenses which will be incurred on the Fire Station 42 Project
until reimbursement can occur from the issuance of public securities and subject to receipt of the funds.
The Financial Management Services Director also certifies funds are also available as appropriated, of the
General Capital Projects Fund and Aviation Gas Lease Capital Projects Fund. Available funding is shown
below:
Existing Projected
Fund FY2015 Additional Total to Date Encumb./ Remaining
Appropriations Appropriations Appropriations Expenditure Balance
2014
Bond $1,969,121.00 $0.00 $4,402,900.00 $320,929.04 $4,081,970.96
Program
Fund
General
Capital $50,242.92 $0.00 $50,242.92 $50,242.92 $0.00
Projects
Fund
Aviation
Gas
Lease $220,993.09 $0.00 $220,993.09 $220,993.09 $0.00
Capital
projects
Fund
Project $2,240,357.01 $0.00 $4,674,136.01 $592,165.05 $4,081,970.96
Total
Logname: 36FIRESTATION#42 Page 2 of 3
FUND CENTERS:
TO Fund/Account/Centers FROM Fund/Account/Centers
C301 541200 36111156330 $50,242.92
C210 541200 36611156380 $314,912.08
CERTIFICATIONS:
Submitted for City Manager's Office by: Rudolph Jackson (6199)
Originating Department Head: David Coble (6801)
Additional Information Contact: Scott Hanlan (6803)
ATTACHMENTS
1. Report 09 on Fund C210 as of 29June15.pdf (CFW Internal)
2. Report 09 on Fund C301 as of 29June 15.pdf (CFW Internal)
3. RPGA Compliance Memo.pdf (CFW Internal)
4. SAM RPGA Design Group Inc.pdf (CFW Internal)
Logname: 36FIRESTATION#42 Page 3 of 3
M&C Review Page 1 of 3
Official site of the City of Fort Worth,Texas
CITY COUINICILAGENDA
FoRT"WORTH
COUNCIL ACTION: Approved on 8/4/2015
DATE: 8/4/2015 REFERENCE NO.:C-27408 LOG NAME: 36FIRESTATION#42
CODE: C TYPE: CONSENT HEARING: NO
SUBJECT: Authorize Execution of an Architectural Design Contract in the Amount of$361,590.00 Plus
$3,565.00 for Reimbursable Expenses with RPGA Design Group, Inc., for Design and
Construction Administration Services for Fire Station No. 42 to be Located at Spinks Airport
(2014 BOND PROGRAM) (COUNCIL DISTRICT 6)
RECOMMENDATION:
It is recommended that the City Council authorize the execution of a contract in the amount of
$361,590.00 plus $3,565.00 for reimbursable expenses with RPGA Design Group, Inc., for design
and construction administration services and associated utilities for Fire Station No. 42 to be located
at Spinks Airport.
DISCUSSION:
On July 15, 2003, (M&C C-19661) the City Council authorized the City Manager to execute an
Agreement with RPGA Design Group, Inc. (RPGA) for the design of Fire Station No. 38 and the
development of a prototype design for a two-company, three-bay fire station. Fire Station No. 42 will
be a prototype facility design adapted to the specific site at Spinks Airport.
Fire Safety Improvements Proposition Four of the 2014 Capital Improvement Program authorizes the
financing of public safety improvements. These improvements include the construction and
equipping of two new fire stations in the amount of$9,102,900.00. Fire Station 42 was identified as
the first of two stations to be constructed and will be located in south Fort Worth at Spinks Airport.
Appropriated funding is sufficient for the anticipated expenses.
The estimated overall costs to construct Fire Station No. 42 are as follows:
ITEM 11COSTS
Design 1 $ 365,155.00
Construction $3,780,634.00
Utilities, ITS, FF&E, Contingency, Geotech, $ 528,347.01
Staff 11 1
Anticipated Maximum Project Cost 1 $4,674,136.01
Additional costs to make Fire Station No. 42 fully operational during Fiscal Year(FY) 2017 include:
Fire Apparatus - During FY 2017, the one-time purchase of two fire apparatus is required for a total
cost of $1,062,302.00. This amount has been included in the Fire Department's five year captial
project request.
Staffing and Annual Operating Costs - 14 additional staff members are required to operate the
three 21-hour shifts, as well as typical operating costs for a single-company fire station. These
costs are projected to total $1,777,225.00 and will be included in the Fire Department's FY 2017
General fund requests.
Construction is planned to begin during the fourth quarter of the calendar year of 2015 with an
anticipated completion date during the third quarter of the calendar year of 2017.
litf"-//arn"c rfxxmat nrrr/r•rnmr-il nni-Vr t/mr 9/14/?nl 5
M&C Review Page 2 of 3
M/WBE OFFICE - RPGA Design Group, Inc., is in compliance with the City's BDE Ordinance by
committing to 15 percent SBE participation on this project. The City's SBE goal on this project is 12
percent. Additionally, RPGA Design Group, Inc., is a certified M/WBE firm.
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 the ordinance canvassing the bond election
(Ordinance No. 21241-05-2014).
The project is located in COUNCIL DISTRICT 6.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that appropriations are included 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 General Fund to pay expenses which will be incurred on the Fire
Station 42 Project until reimbursement can occur from the issuance of public securities and subject to
receipt of the funds. The Financial Management Services Director also certifies funds are also
available as appropriated, of the General Capital Projects Fund and Aviation Gas Lease Capital
Projects Fund. Available funding is shown below:
Existing Projected
Additional Total to Date Remaining
Fund FY2015 Appropriations Appropriations Encumb./ Balance
Appropriations Expenditure
2014
Bond $1,969,121.00 $0.00 $4,402,900.00 $320,929.04 $4,081,970.96
Program
Fund
General
Capital $50,242.92 $0.00 $50,242.92 $50,242.92 $0.00
Projects
Fund
Aviation
Gas
Lease $220,993.09 $0.00 $220,993.09 $220,993.09 $0.00
Capital
projects
Fund
Project $2,240,357.01 $0.00 $4,674,136.01 $592,165.05 $4,081,970.96
Total
TO Fund/Account/Centers FROM Fund/Account/Centers
C301 541200 36111156330 $50,242.92
C210 541200 36611156380 $314,912.08
Submitted for City Manager's Office by: Rudolph Jackson (6199)
httri•//arrc rFcxmPt nrrr/nrnin i1 rya 1rPt/mom YPVIPI1 aor�)TT1=717d(1Rrrrninril�atP—Q/d/7(11 S Q/dh(11 S
M&C Review Page 3 of 3
Originating Department Head: David Coble (6801)
Additional Information Contact: Scott Hanlan (6803)
ATTACHMENTS
lhttn•//nnnc rFzz nat nrrr/nnimr-;I narlrat/mr raviazzr acn7TT1-717d(1Rrrrnmril data—R/d/7(11 S Q/d/7(11 S