Loading...
HomeMy WebLinkAboutContract 33939-A4 AMENDMENT NO. 4 TO AGREEMENT FOR ARCHITECTURAL DESIGN SERVICES GUINN ELEMENTARY SCHOOL RENOVATION STATE OF TEXAS CITY SECRETARY CONTRACT NO. 339 3 1 —A4 COUNTY OF TARRANT WHEREAS, The City of Fort Worth and Komatsu Architecture, Inc. (Architect) made and entered into City Secretary Contract No. 33939 (The Contract)which was authorized by the City Council by M&C C-21619, the 15th day of August, 2006;and WHEREAS, further amendment is necessary to reimburse the Architect For interiors build out part of the project as part of the design services agreement; and NOW THEREFORE, City and Architect, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article 1.1, SECTION i — SERVICES OF THE ARCHITECT, the following paragraph is added to read as follows: "Provide additional design and construction phase services to accommodate programmatic changes and associated design services for different primary occupants of the building. The cost of this additional service is $33,157.38. The scope of services is described more fully in the Komatsu letter dated December 18, 2009, subject: Proposal for Add-services for Phase it — Guinn Elementary School, which is attached hereto as Attachment "A" and made a pari of this Agreement." 2. Paragraph 1 of SECTION V-COMPENSATION TO ARCHITECT, is amended as follows: "The total compensation for all of the assignments to be performed by Architect as described in CHARACTER AND EXTENT of ARCHITECT'S SERVICES hereof shall be a fixed fee of $268,537.00 plus up to$6,418.00 in reimbursable expenses. " 3. All other provisions of this Contract which are not expressly amended herein shall remain in Full force and effect. 4- EXECUTED this the day of� �,2010, in Fort Worth,Tarrant County, Texas. KOMATSU CHITECTUR C. APPROVED: By: By: + �rv►v� ,1, Fernando Costa Vi tc � .President U Assistant City Manager fe APPROVAL RECOMMENDED: RECO D: .c►IA.— ooc°o7��� o0 OoOiA� By: By: o��d William A. Verkest, I irec or Marty Hendrix o o xd Transportation & Pubic Works Department City Secretary o v d 000 00 *d 00000000 gyp, APPROVED O FORM AN LEGALITY: M&C Not Required for this Amendment a4�� ��4od Contract Authorization By: Amya sey Assistant City Attorney E . SAL RECORD CITY SECRETARY FT WORTH,TX ,• KROMATSUH December 18, 2009 Mr. Ronnie Clements Architectural Services Division Transportation and Public Works Department City of Fort Worth 401 W. 13th Street Fort Worth, Texas 76102 RE: Proposal for Add-services for Phase Il— Guinn Elementary School Dear Mr. Clements— This proposal is for additional services to accommodate programmatic changes requested by the City of Fort Worth that will affect the construction documents for Phase 11 of the Guinn Elementary School Renovation and Restoration. Please see the attached copy of the spreadsheet reflecting the cost values for the A/E services involved. SCOPE Architectural —the work shall include but not limited to: 1. Modifications to the floor plans for both floors, 2. Modifications to reflected ceiling plans, 3. Modifications to building sections 4. Modifications to reflected ceiling details 5. Modifications to Room Finish Schedule 6. Modifications to Door Schedule 7. Modifications to Specifications including: a. Door Hardware b. Coordination of revised sections by Architect and MEP 8. Coordination of revised power/tel/data connectivity and plan layouts 9. Coordination with MEP for revised layouts of: a. Ceiling mounted registers and grilles for HVAC, b. Layout of power/tel/data connectivity. MEP 1. New HVAC load calculations driven by floor plan revisions; OFFICIAL RECORD CITY SECRETARY FT WORTH, TX 3880 HUEEN STREET SUITE 300 • FORT WORTH,TX 76107.7274 • 817 332 1914 VOICE 81 7 877 4754 FAX i i KOMATS U A R C H I T E C T U R E 2. Note that the configuration and sizes of the presently installed RTUs is differing significantly from the proposed and anticipated loads. A major concern is to properly manage the controls for the smaller offices areas due to a decrease in load factor. 3. Revised electrical: a. Lighting layouts and load calculations, b. Power plan layouts and associated load calculations, c. IT connectivity layouts. 4. Plumbing layouts associated with modified condensate drainage for HVAC revisions. DELIVERABLES 1. 95% Resubmittal of plans and specifications for review. 2. Submittal of 100%sealed and signed drawings and specifications for Bidding or Sealed Competitive Proposals purposes. SCHEDULE:TBD. Thank you for this opportunity to further serve the City of Fort Worth planning needs. KOMATSU ARCHITECTURE Gordon Marchant,AIA Project Manager r OFFICIAL RIPCORD XC: KA file 2004.149B.3.A CITY SECRETARY FT. WOR.TH, TX 3880 HULEN STREET SUITE 300 • FORT WORTH,TX 76107-7274 817 332 1914 VOICE 0 817 877 4754 FAX A&E PROPOSAL NAME OF FIRM Komatsu Architecture,Inc. PROJECT TME DESCRIPTION Guinn Elementary School Phase Rework of Construction Docs to mod for Phase Two as Two directed by City of FW LOCATION KOMATSU PROJECT NO. TIME(DAYS) EST.COST OF CONSTRUCnON Fort Worth,Texas 2004.1498 NO.OF EST.NO.OF HOURLY DRAWINGS HOURS RATE TOTAL ESTI MATED COST BY A&E BY CONSULTANT A B DRAWINGS A. Project Manager 4.0 $57.02 $228.08 B. Architect 0 84.0 $41.50 $3,486.00 i C. Structural Engineer 0 $0.00 D. MEP Engineer 0 $0.00 E. Interior Design 0 0.0 $0.00 F. Civil Engineer 0 $0.00 G. Cost Estimator $0.00 H. Landscape Architect $0.00 J. Fire Protection Engineer $0.00 K Other(TAS Evaluation/report) 0.0 $45.00 $0.00 o L Draftsman: (1) Architectural 0 0.0 $40.00 $0.00 (2) Structural $0.00 (3) Mechanical/Elec/Plumb. $17,500.00 Q (4) Electrical $0.00 L (5) Civil $0.00 (5) Landscape $0.00 (5) Kitchen $0.00 (5) A/V $0.00 (6) Other(Specifications) $1,750.00 TOTAL DRAWINGS 0 $3,714.08 $19,250.00 s` SPECIFICATIONS a A. Spec/Report Writers 0.0 $57.02 $0.00 i B. Typist 0.0 $20.00 $0.00 i TOTAL-SPECIFICATIONS 0 $0.00 DOCUMENT REVIEW 1 $0.00 i A. Coordination Review 16.ol $57.02 $912.32 t TOTAL DESIGN COST $4,626.40 $19,250.00 OVERHEAD 159.0% X $ $4,626.40 $7,355.98 PROFIT 0.0% X $11,982.38 $0.00 TOTAL COLUMN A(Incl.Overhead)+B ,$31,232.38 PROFIT ON CONSULTANT: 10% X $ $19,250.00 $1,925.00 TOTAL COLUMNS A(Incl.Overhead)+B+Profit $33,157.38 TOTAL SECTION A $33,157.38 e® s 3 s a a%C.iAR i( J:12004.149BICONTRACTS1OwnerlAdd Services Fee Proposal Plan Mods DRAFT 12-9-09.xlsx TX 12/18/2009 1 of 3 A&E PROPOSAL. NAME OF FIRM Komatsu Architecture,Inc. PROJECTTRLE DESCRIPTION Guinn Elementary School Phase Rework of Construction Docs to mod for Phase Two as Two directed by City of FW LOCATION KOMATSU PROJECT NO. TIME(DAYS) EST.COSTOFCONSTRUCnON Fort Worth,Texas 2004.149B Construction Administration- Architectural 0.0 HRS @ $ $45.00 $0.00 OVERHEAD 159.0% X $0.00 $0.00 i PROFIT 10.0% X $0.00 $0.00 a TOTAL ARCHITECTURAL $0.00 Structural $0.00 MEP $0.00 2 Civil $0.00 0 Fire Protection $0.00 Landscape $0.00 PROFIT ON CONSULTANT: 0% X $ $0.00 $0.00 TOTAL SECTION B $0.00 o As-Built Sheets °' 0"0 HRS @ $ $40.00 $0.00 o` g' OVERHEAD 159.0% X $0.00 $0.00 j oPROFIT 0.0% X $0"00 $0.00 TOTAL SECTION C $0.00 Consultant Printing 0.0 HRS @ $ $0.00 $0.00 I OVERHEAD 159.0% X $0.00 $0.00 I z PROFIT 0,13% X $0.00 $0.00 . I TOTAL SECTION D $0.00 1. SITE INVESTIGATION A. Sub-Soil Investigation @ $0.00 8. Surveys: Party Days Days @ $0.00 e d C. Field Investigation(TAS) Man Days 0 Days @ $328.00 UJ D. Environmental Analysis $0.00 2. CONSULTANTS,SUB-CONTRACTORS OR OTHER SPECIAL COSTS(Specify) j Renderings @ $0.00 gy Reports(TAS) 0 @ $O.00 1 u, Other(Explain) @ $0.00 ; SUBTOTAL SECTION E(ITEMS 1&2) $0.00 I PLUS PROFIT 10% X $0.00 $0.00 TOTAL SECTION E $0.00 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX J:12004.149B1CONTRACTS1Owner\Add Services Fee Proposal Plan Mods DRAFT 12-9-09.xisx 12/18/2009 2 of 3 A&E PROPOSAL NAMEOFRRM Komatsu Architecture,Inc. PROJECTTIn.E DESCRIPTION Guinn Elementary School Phase Rework of Construction Docs to mod for Phase Two as Two directed by City of FW LOCATION KOMATSU PROJECT NQ TIME(DAYS) EST.COST OF CONSTRUCTION Fort Worth,Texas 2004.14913 ESTIMATE:REPRODUCTION-(See Attached Printing Breakdown) Bond Printing Full Size j Bond Printing Half Size i Mylar Full Size Ploting(Final and As Builts)LL j Cost Estimate Printing j `o Specifications Printing Review Comments Printing j X Design Analysis Printing I CD's(As Builts) I SUSTOTALSECTION F $0.00 f PLUS PROFIT 0% X $0.00 $0.00 j TOTALSECTION F $0.00 TRANSPORTATION ! Milage 0 Miles @ $0.51 $0.00 Airfair Trips @ $0.00 1 C Per Diem(rAS onsite) 0 Days @ $50.00 $0.00 m Rental Car Days @ $0.00 Parking Days @ $0.00 Hotel(design revlewAustin-based only) 0 $150.00 $0.00 SUBTOTAL SECTION G $0.00 PLUS PROFIT 0% X $0.00 $0.00 j TOTAL SECTION G $0.00 TOTAL DESIGN(SECTION A FROM FRONT) $33,157.38 TOTAL SECTIONS B,C,D,E,F&O ABOVE $0.00 l I GRAND TOTAL.FEE PROPOSAL $33,157.38 December 18,2009 SIGNATURE Percentage ADNlOI DATEOFPRCPOSAL 30-Jun-08 0 F,1 1(%L �y V J:12004.149BICONTRACTSIOwnerlAdd Services Fee Proposal Plan Mods DRAFT 12-9-09.xlsx 12118/2009 3 of 3 Gordon Marchant From: Clements, Ronald [Ronald.Clements@fortworthgov.org] Sent: Wednesday, February 17, 2010 9:49 AM To: Gordon Marchant Cc: Murayama, Dalton Subject: Guinn Amendment#4 Attachments: img-307103515-0001.pdf Gordon, Please have Karl sign 6 original copies and let me know when they are ready to be picked up. Thanks, Ronnie Ronald Clements AIA City of Fort Worth Transportation and Public Works Facilities Management Division/Architectural Services 401 West 13th Street Fort Worth,Texas 76102 817.392.8014 p 817.392.8488 f -----Original Message----- From: WorkCentre 5225 [mailto:printeradmins@fortworthgov.org] Sent: Sunday, March 07, 2010 9:35 AM To: Clements, Ronald Subject: Scan from a Xerox WorkCentre Please open the attached document. It was scanned and sent to you using a Xerox WorkCentre. Number of Images: 6 Attachment File Type: PDF Device Name: WorkCentre 5225 Device Location: For more information on Xerox products and solutions, please visit http://www.xerox.com/ OF F rpt P P Y' (t �" �4 f. MSA � 'h 4b 2]p�� T(d PFA. 1