Loading...
HomeMy WebLinkAboutContract 46223-A1 X34 6 ; 8 N CITY SECRETARY>) n Z�✓j'(/�I Fc CONTRACT N0. "1 U' 'a o''�'?!/INFO a AMENDMENT NO. ONE TO AGREEMENT c,,Ys�c9 �1� D STANDARD AGREEMENT FOR PROFESSIONAL SERVICES o� aqr� cipal Vehicle Maintenance Facility at the Holly Water Treatment Plant e8 95b6ti STATE OF TEXAS CITY SECRETARY CONTRACT NO. COUNTY OF TARRANT WHEREAS, The City of Fort Worth and O'Conner Architecture & Interior Design, LTD (Consultant) made and entered into City Secretary Contract No. 46223 (The Contract) which was authorized by the City Council by M&C C-27081, the 18th day of November, 2014, for Design of the new Municipal Vehicle Maintenance Facility at the Holly Water Treatment Plant; and WHEREAS, further amendment is necessary to reimburse the Consultant as part of the design services agreement for additional design services for coordination and documentation of various alternate packages. NOW THEREFORE, City and Consultant, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article I — Scope of Services, Paragraph (3) shall be added to read as follows: (3) Provide additional design services for the design and detailing of various alternate packages. The cost of this additional service is $24,795.00 plus $0.00 in reimbursable expenses. The scope of services is described more fully in O'Conner Architecture & Interior Design, LTD Letter dated June 6, 2017, subject: "AE/Fee Adjustment". 2. Article II — Compensation, first paragraph, is amended as follows: "Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "A". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $729,600.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly." City of Fort Worth,Texas Standard Agreement for Professional Services AMENDMENT FOFFICIALREG.�RD Revision Date:811612016Page 1 of 2RETARTH,TX 3. All other provisions of this Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED this the J Jay o - 2017, in Fort Worth, Tarrant County, Texas. Consultants Name APP VEDBy: BRaymond O'Conner,AlA JeChapa Principal Assistant City Manager APP L R COMMEN D: RECORDED: By: [� BY. ve ooke, Director I ary J. K Prope Management Department City Secr ry �oF SORT GL APPROVED AS TO FORM AND LEGALITY: MSC Not Required U A Xon�h� Contract Authorization By: jJ4 B. Stron Assistant City Attorney CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring an performance and reporting requirements. By: t OY-Cnn, lam' Brian R. Glass,AIA Architectural Services Manager City of Fort Worth,Texas U Standard Agreement for Professional Services AMENDMENT TX Revlsbn Date:8116/2016 Page 2 of 2 TX r� A, O'CONNOR ARCHITECTURE & INTERIOR DESIGN LTD June 6, 2017 Mr. Ronald Clements,AIA Transportation and Public Works Department City of Fort Worth 401 West 13th Street Fort Worth,Texas 76102 Re;AE/Fee Adjustment. Ronnie, As discussed, we respectfully request an adjustment to our compensation in the amount of $24,795.00 to take us through the end of the project. This adjustment is due to the amount of effort involved in documentation for the various alternate packages. Back up information is on the second page of this correspondence. Thanks for your consideration. Sincerely, Raymond M O'Connor,AIA 304 main street fort worth,texas 76102 ph (817) 877 0691 fax (817) 877 4093 www.oaid.net Below are outline subjects concerning the various tasks associated with the add services. Thanks again. Ray • Multiple building systems for the exterior walls were designed and detailed(tiltwall,CMU&PEMB panels on CFMF),which required producing twice as many plans,elevations,sections,wall sections and details,specifications,as well as coordinating building system interfaces. • Two different building sizes(adding bays),which required producing two sets of floor plans, elevations,MEP,Equipment and select civil drawings. • In addition to the increased production time,research on materials for the two building systems was required and performed. • Considerable additional was needed to consolidate the various alternates into a conformed construction set,and permit revision set. Principal Architect $175.00 x 20=$3,500.00 Project Manager $130.00 x 40=$5,200.00 Project Architect $115.00 x 35=$4,025.00 Specification Writer $110.00 x 20=$2,200.00 Designer Tech nicianllntern $85.00 x 42= $3,570.00 CAD Technician $75.00 x32= $2,400.00 Structural Engineer $2,800.00 Civil Engineer $1,100.00 304 main street suite 1015 fort worth,texas 76102 n ph (8 17)877 0691 fax(8 17) 877 4093 www.oaid.net