Loading...
HomeMy WebLinkAboutContract 33939 CITY SECRETARY CONTRACT NO. 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 situated in Tarrant,Denton,and Wise Counties,Texas,hereinafter called the"City", acting herein by and through Marc Ott, its duly authorized Assistant City Manager, and Komatsu Architecture,Inc.,hereinafter called the "Architect",acting herein by and through Karl A.Komatsu,AIA, its duly authorized representative, for the purpose of providing architectural design and construction administration services for design of the Guinn Elementary School renovation and restoration. 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: Programming, design, and construction administration services for the renovation and restoration of the Guinn Elementary School, 1120 South Freeway 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: LL City of Fort Worth 1.1.1.Project Manager: Nancy Richardson,Registered Architect 1.2. Architect 1.2.1.Principal in Charge:Karl A.Komatsu,AIA 1.2.2.Project Architect: Gordon Marchant 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 Project 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 Project at City's cost and expense(which services and data Architect is not to provide hereunder but on which Architect may rely in performing services hereunder),and act as 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 submitta s presentations as a part of the reimbursable allowance. v'�p��' +[ �nh� 5. The Architect shall perform services as outlined in an Email, Scope of Work,and Fee Proposal datatl CW6EC 6 IUiU December 23,2005 which are attached to as Attachment"A"and made a part of this Agreement. gQ� ' 'R,r'� Page 1 of 10 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. Apply for building permits and 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 Project. 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 Project as described in CHARACTER AND EXTENT of ARCHITECT'S SERVICES and Attachment"A" hereof shall be $173,546.62, hereinafter referred to as the "total fee", plus up to $2,436.00 in reimbursable expenses. 2. Architect shall be paid the following percentages of the total fee at the following stages of the project: 1.1. Participate in the selection of the Construction Manager at Risk 1.2. Completion of Programming and Schematic Design and cost estimates 30% 1.3. Completion of Design Development and cost estimates 50% 1.4. Completion of Construction documents 75% 1.5. Action by City Council to accept bids 80% 1.6. Final acceptance of the Project by the City 100% 1.7. Reimbursement of allowable expenses shall not exceed$2,436.00 and shall be payable monthly as allowable expenses are incurred. Allowable expenses include: 1.7.1.Printing Costs 1.7.2.Enhanced CAD drawings for public and City meetings. 1.7.3.Long distance phone calls 1.7.4.Postage and courier expenses 1.7.5.Other costs with prior approval of the City. SECTION VI RESPONSIBILITY FOR CONSTRUCTION COSTS 1. The Construction Budget for this Project is $1,500,000. 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 Page 2 of 102HUY�-Nfll � 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 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 Project until completion. If City fails to make any payment required herein for services and reimbursables 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 reimbursibles incurred. SECTION VIII PROCEDURES FOR PROVIDING DESIGN SERVICES 1. Programmingand Schematics Design Phase: 1.1. The Architect shall visit the site and make himself familiar with the scope of the Project. 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 public meetings during the design of the project. 2.4. Architect shall prepare the design in stages as follows: 2.4.1.Design Development Phase: Preparation of architectural and MEP floor 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. 2.4.2.Construction Document Phase: Preparation of details, mechanical, electrical, and plumbing plans,finishes schedules,detailed technical specifications,and detailed cost estimates. 2.5. Format of Drawings 2.5.1.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. Page 3 of 10 2.5.2.Drawings shall plot to 2204 sheet to facilitate half-size 11x17 prints. Fonts shall be legible at half-size. 2.6. 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 Barriers Act, State of Texas,City of Fort Worth Building Codes and the Americans with Disabilities Accessibility Guidelines for Buildings and Facilities. 2.6.1.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. 2.6.2.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. 2.7. The Architect shall include procedures for mitigating environmental impact, use of recycled building materials,sustainable construction,and a building-commissioning program in the design of the project. 2.8. The Architect shall submit estimates of probable construction cost for each stage of design to the City. 2.9. The City shall acknowledge the probable construction costs and scope in writing at each stage of design. 2.10.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. 2.11.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 conduct the Prebid Conference. 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 review Contractor's marked up field drawings and prepare "Record Drawings"on bond and DWF/PDF files for the City's archives. Page 4 of 10ri��i•;1M� � :u � , YOB, 4.7. Architect will provide CAD files of all drawings suitable to use on AutoCAD LT or such other operating system as determined 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 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 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 Project. 2. Assist Architect in obtaining existing studies, reports and other available data and services of others pertinent to the Project 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 Project 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"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 Project. 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 marked up 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 of 10 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 Article V,Paragraph 2. 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 subconsultants,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 subconsultants, it being the intent of the parties that approval bye 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 subconsultant,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 Page 6 of 10 j,2V 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 occurrence $2,000,000 Project 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 forty-five days notice of cancellation, non-renewal or material change 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 Facilities Manager, Transportation and Public Works Department, 1000 Throckmorton, 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 according to the best interests of the City. Page 7 of 10 7 Ue �'u'UP) hU,J TEX, 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 ten 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 substantial change 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 perform 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 project. SECTION XIII 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 subconsultar►t 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 subconsultants agree to photocopy such project-related documents as may be requested by the City. The City agrees to reimburse Architect and subconsultants 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 hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents,employees and Subconsultants. Nothing herein shall be construed as creating a partnership or joint venture between the City and the Architect, its officers, agents, employees and Subconsultants, 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 24% established for this Agreement and its commitment to meet that 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. SECTION XVIII: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 XIX 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 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 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 22nd day of August,A.D.,2006. KOMATSU ARC ECU IN APP O ED: By: By: rl A.Komatsu,AIA Marc Ott resident Assistant City Manager APPROVAL RECOMMENDED: RECOWD: By: `�1 By: Robert Goode,Director Marty Hendrix tlC Transportation and Public Works Department. City Secretary APPROVED AS. TO ANZLELITY: By: - Date: Amy J.Ramsey Assistant City A rney 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. Contract Authorization -LULU- Date Page 10 of 10 L� ��+�ln? JS C 02,D Murayama, Dalton From: Karl Komatsu [kkomatsu@komatsu-inc.com] Sent: Friday, December 23, 2005 12:19 PM To: Murayama, Dalton Subject: Revised Proposal -Guinn Elementary School Dalton: Please find attached our revised SOW and corresponding revised fee proposal. Thank you for your efforts. Merry Christmas! Karl Komatsu 8/24/2006 GUINN ELEMENTARY SCHOOL - PROJECT UNDERSTANDING Komatsu Architecture is to provide architectural and engineering services for the Restoration and Adaptive Use and Renovation program of the Guinn School Complex - Elementary School, the third phase that completes what remains of the original complex. This program will be developed in a manner that will address both future uses and embrace the Southeast community's past. With grant and local match funds, this program must yield significant cost value while achieving the City of Fort Worth's economic revitalization and development goals. This program will allow the Guinn Elementary School to become a compatible addition to the larger Guinn School landmark complex and surroundings. The entire complex is designated on the National Register of Historic Places (NR) and the master plan was approved by the Texas Historical Commission (THC). The plans and specifications and the final construction will require THC review and approval, as well as review by the City's Historic and Cultural Landmarks Commission. We will coordinate with the City's Historic Preservation Officer. We understand that the City=s desire is to provide administrative facilities for an as yet designated tenant. The assumed program requirements will be for standard office use and building system needs. This program is not designated for LEED certification and is not assumed to require additional certification documentation or commissioning services. Grant funds typically may be used for the capital improvements including fixed millwork but may not be applied to non-fixed fixtures, furnishings, and equipment (FF&E), including any promotional display or exhibit construction, however, these services can be provided separately at the City's request. SUPPLEMENTAL SCOPE The Preservation and Adaptive Use master plan developed by Komatsu addressed the site of the original and oldest Guinn School component (demolished in 1968) as a potential landmark commemorative, memorial, or public art site. We have not included effort for site preparation, and can if requested provide supplemental concepts and documents for further development as part of this third phase execution. As anticipated at this time, an additional fee of $4,500 to $7,500 for this task might be anticipated, depending on the scope. SCOPE OF WORK (SOWS Pre-Design and Existing Conditions Documentation Services Project Kick-off Meeting (Participants designated by City) Review proposed building and space program and/or new uses with City staff/User Group(s) Review Environmental/Hazardous Materials and Geotechnical Reports provided 2 City of Fort Worth Guinn Elementary School Restoration and Adaptive Use by City Review site boundary and topographic surveys, if platted separately, as provided by the City Program summary confirmation Supplemental historical research and resources coordination Update and complete existing conditions Measured Drawings (existing site plan, floor plans, elevations, roof plan) Existing Material and Assembly assessment update Conceptual Cost Estimate (gross SF basis) Schematic Design Site plan layout Exterior definition of repair, replacement, and new/re-construction Interior space plan layouts Building Systems layouts (single line diagrams) Building floor plans, elevations, (interior and exterior), roof plan Preliminary discussion and review with city staff and community leaders/groups as directed i.e. Historic & Cultural Landmarks Commission; Southeast Fort Worth, etc; THC notification *If directed by City, separate programming development for interior design services Design Development Documents Final site plan and building plan layouts Exterior materials and components selection with elevations Interior elevations with finishes selections Outline specifications Preliminary Cost Estimate Design Submittal to City of Fort Worth and coordination with THC *If directed by City separate design scope development for comprehensive interiors including fixtures, furnishings and equipment (FF&E); telecommunications engineering Construction Documents Site Layout - exterior lighting limited to building mounted lighting Detailed construction and systems/assembly drawings *City will provide Communications, computer network, telephone, MATY, and Security Final Specifications Final Cost Estimate Final submittal to City of Fort Worth Development Department *If directed by City separate interiors documentation; FF&E specifications; telecommunications engineering Construction Administration Request for Information (RFIs) response Shop Drawing and Submittal Review and Log maintenance It CC TV E T/X'Y 0 • 3 City of Fort Worth Guinn Elementary School Restoration and Adaptive Use Periodic on-site observation of construction in progress (key construction activity/placement) *If directed by City separate FF&E installation administration TDLR final inspection (may occur at a latter date as scheduled by TDLR) Final disbursements and certificates of completion A&E FEE PROPOSAL NAME OF FIRM KOMATSU ARCHITECTURE,INC. PROJECT TITLE GUINN ELEMENTARY SCHOOL DESCRIPTION Restoration&Adaptive Use December 23,2005 LOCATION FT WORTH, TX KOMATSU PROJECT NUMBER I TIME(DAYS) EST.COST OF CONSTRUCTION NO,OF EST.NO. HOURLY TOTAL ESTIMATED COST DRAWINGS OF HOURS RATE BY A&E BY CONSULTANT A B DRAWINGS A. Project Manager 200.0 $48.00 $9,600.00 B. Architect 240.0 $31.00 $7,440.00 C. Structural Engineer 80.0 $110.00 $8,800.00 D. Mechanical Engineer 64.0 $108.00 $6,912.00 E. Electrical Engineer 72.0 $110.00 $7,920.00 F. Civil Engineer 24.0 $115.00 $2,760,00 G. Landscape Architect 16.0 $95.00 $1,520,00 H. Kitchen Consultant $0.00 J. Acoustical Engineer $0.00 2 K. Other(Specify) $0,00 o` L. Draftsman: 1 Architectural 320.0 $29.00 $9,280.00 (2) Structural 120.0 $68.00 $8,160.00 3 Mechanical 88.0 $74.00 $6,512.00 (4) Electrical 88.0 $77.00 $6,776.00 0 5 Civil 48.0 $75.00 $3,600.00 U co (5) Landscape 40.0 $60.00 $2,400.00 (5) Kitchen 1 $0.00 (5) Acoustical $0.00 (6) Other(Specify) $0.00 TOTAL DRAWINGS 0 $26,320.00 $55,360.00 SPECIFICATIONS c 0 A. S ec/Re ori Writers 80.0 $45.00 $3,600.00 U a B. Typist 40.0 $16.00 $640.00 U) TOTAL-SPECIFICATIONS 0 $4,240.00 DOCUMENT REVIEW 40.0 $41.00 $1,640.00 A. Coordination Review 40.0 $37.00 $1,480.00 TOTAL DESIGN COST(ITEMS 1,2,3&4) $33,680.00 $55,360.00 OVERHEAD&PROFIT: 139.0 % X $ $33,680.00 $46,815.20 TOTAL COLUMN A(Incl.Overhead)+B $135,855.20 PROFIT ON CONSULTANT: 5 % X $ $55,360.00 $2,768.00 TOTAL COLUMNS A(Incl.Overhead)+g+Profit $138,623.20 TOTAL SECTION A.1 $28 �' K �( 23-D-05 �(�7 YYY 666,;C^1..SG,�J Ilnn'^::❑LLlL:1n�:�YY E Construction Administration 320.0 HRS @ $ $31.00 $9,920.00 m 0 0 OVERHEAD 129.0 °% X $9,920.00 $12,796.80 W E PROFIT 10.0 % X $22,716.80 $2,271.68 N C O TOTAL SECTION B $24,988.48 m As-Built Sheets 104.0 HRS @ $ $26.00 $2,704.00 U 3 P `o OVERHEAD 129.0 % X $2,704.00 $3,488.16 p N m' PROFIT 10.0 °% X $6,192.16 $619.22 N a TOTAL SECTION C $6,811.38 Interior Designer 40.0 HRS @ $ $31.00 $1,240.00 m - � N 0 o OVERHEAD 129.0 % X $1,240.00 $1,599.60 N d PROFIT 10.0 % X $2,839.60 $283.96 c TOTAL SECTION D $3,123.56 1. SITE INVESTIGATION A. Sub-Soil Investigation @ $0.00 B. Surveys: Party Days Days @ $0.00 C. Field Investigation Man Days Days @ $0.00 U w d 2. CONSULTANTS,SUB-CONTRACTORS OR OTHER SPECIAL COSTS(Specify) C N Renderings @ $0.00 W d m Reports @ $0.00 LU Other(Explain) @ $0.00 SUBTOTAL SECTION E(ITEMS 1&2) $0.00 PLUS PROFIT 5 % X $0.00 $0.00 TOTAL SECTION E $0.00 REPRODUCTION Blueline Printing 1500 Sheets @ $0.48 $720.00 w 0 Specifications Printing 10000 Sheets @ $0.10 $1,000.00 C U 2 Rendering Reprints 4 @ $150.00 $600.00 W 0 [If SUBTOTAL SECTION F $2,320.00 PLUS PROFIT 5 % X $2,320.00 $116.00 TOTAL SECTION F $2,436.00 TRANSPORTATION Mileage Miles @ $0.30 $0.00 0 Airfair Trips @ $0.00 C d 0 Per Diem Days @ $0.00 SUBTOTAL SECTION G $0.00 PLUS PROFIT 5 °% X $0.00 $0.00 TOTAL SECTION G $0.00 TOTAL DESIGN(SECTION A FROM FRONT) $138,623.20 TOTAL SECTIONS B,C,D,E,F 8 G ABOVE $37,359.42 GRAND TOTAL-FEE PROPOSAL $175,982.62 ....................... SIGNATURE DATE OF PROPOSAL 11/10/05 23-Dec-05 Pagel of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved As Amended on 8/22/2006 CONTINUED FROM A PREVIOUS WEEK DATE: Tuesday, August 15, 2006 LOG NAME: 20GUINNKOMATSU REFERENCE NO.: C-21619 SUBJECT: Authorize the Execution of an Architectural Agreement with Komatsu/Rangel, Inc., d/b/a Komatsu Architecture, for the Design of the Guinn Elementary School Renovation RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a design and construction administration services contract with Komatsu/Rangel, Inc., d/b/a Komatsu Architecture, for the renovation of the Guinn Elementary School, located at 1-35 South and Rosedale Street, in the amount of$175,982.62. DISCUSSION: Built in 1927, the Guinn Elementary School is the only remaining building (of three) on the historic Guinn School campus that has not been renovated. The elementary school is the oldest and smallest of the existing buildings and is the most representative in architectural character of the original 1917 structure. The Guinn Middle School was renovated as the permanent home of the Fort Worth Business Assistance Center (BAC) in 2001. The Guinn Gymnasium Facility was renovated as TECH Fort Worth, a technology business incubator, in 2004. The return to public use of the two buildings has been an unqualified success. The training workshops are booked over capacity in the conference rooms of both buildings. In order to continue to expand the training offered to potential entrepreneurs, the BAC and TECH Fort Worth need more meeting space. The renovation of the elementary school will provide room for more and larger classrooms for business education seminars, skills development workshops, and computer training classes. On August 23, 2005, (M&C C-20919) the City Council adopted an ordinance and authorized the City Manager to execute an agreement with the University of North Texas Health Science Center (UNT HSC) to accept a grant from the State of Texas for Guinn Elementary School Renovation and Tech Fort Worth Programming Fund. The City received $800,000 for construction from the State (through UNT HSC) on September 1, 2005, and expects to receive the next $800,000 for construction from the State (through UNT HSC) on September 1, 2006. The first $800,000 must be obligated via a contract award by August 31, 2006, or it will be forfeited. If the next $800,000 disbursement is not received, this project will be cancelled. On May 3, 2005, (M&C G-14775) the City Coucil approved application, acceptance and the required match of $75,000 for a grant from the U. S. Economic Development Administration (EDA). The City received notice on May 25, 2006, of the grant award of $375,000 for design and construction of the Guinn Elementary School. The firm of Komatsu/Rangel, Inc., d/b/a Komatsu Architecture, was selected to be the designer for this project based on its vast experience with the adaptive re-use of historic structures and its outstanding http://www.cfwnet.org/council_packet/Reports/mc_print.asp 11/8/2006 Page 2 of 2 performance as the design architect for the adaptive re-use of the other two buildings at the Guinn School campus. The three buildings on the campus comprise the City's Business Assistance Center. The estimated overall cost of the project is: Item Cost Design $176,000.00 Construction $1,500,000.00 Contingency, FF&E, Staff Administration $374,000.00 Total $2,050,000.00 Komatsu Architecture is in compliance with the City's M/WBE Ordinance by committing to 24% M/WBE participation. The City's goal for this project is 24%. The project is physically located in COUNCIL DISTRICT 8, but will serve Fort Worth residents in all Council Districts. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Grants Fund. TO Fund/Account/Centers FROM Fund/Account/C enters GR76 531200 017212964010 $175,982.62 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: Robert Goode (7804) Additional Information Contact: Dalton Murayama (8088) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 11/8/2006