Loading...
HomeMy WebLinkAboutContract 42524-A2 AMENDMENT NO. 2 to AGREEMENT for ARCHITECTURAL DESIGN SERVICES RICHARDSON BASS BUILDING EXHIBIT and CATERING at WILL ROGERS MEMORIAL CENTER STATE OF TEXAS § § CITY SECRETARY CONTRACT NO. Z COUNTY OF TARRANT § WHEREAS, The City of Fort Worth and Hahnfeld Hoffer Stanford (Architect) made and entered into City Secretary Contract No. 42524 (The Contract) which was duly authorized administratively without the requirement of an Mayor& Council approval, the 4th day of November, 2011; and Amendment No. 1 in the amount of $1,330.00 was administratively executed to provide Additional Services for probable construction cost estimating; and WHEREAS, further amendment is necessary to revise Section V, Compensation to Architect, for the design services; 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. SECTION V-COMPENSATION TO ARCHITECT, is amended as follows: "Replace Section V (Compensation to Architect) as described in Attachments 'A' and 'B'. Attachments 'A' and 'B' are made a part of this Agreement. The total compensation for all assignments to complete the Project shall be $111,294.00 plus up to $10,000.00 in reimbursable expenses." 2. All other provisions of this Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED this the 't ay of � , z012, in Fort Worth, Tarrant County, Texas. Hahnfeld Hoffer APPROVED: �. , Eric L. Ha—hrffefd, AIA Fernando Costa yy arm a p t Principal Assistant City Manager Fi o o qq O pV APPROVA COMMENDED: RECORDED:, �d By: U4v By. °°° 000°*°o as�# Dougla . Wiersig, PE Mary J. Kayse AS Director, Transportation& Publ Works Dept. City Secretary aatlaoo��'' APPR;Duglas F D LEGALITY: M&C C-25795 (August 21, 2012) Contract Authorization By: W. Black Date: Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX WRMC - ring Renovation Page 1 of 1 �7 Amendment No.2 - l 'I September 2012 �'7�GNML�bJ� u�W Y' J 1• 2(10 Bailey Avenue,Suite 1 Fort Worth,Texas 76107 Hahrdi ld 617.302,0692 Fax 0 SUrIftwd architects/planners interiors June 23, 2012 Revised July 11, 2012 Mr. Alfonso Meza Registered Architect City of Fort Worth Transportation & Public Works Department Facilities Management Group/Architectural Services 401 West 13th Street Fort Worth, TX 76102-4616 Re: Architectural Design Services Will Rogers Memorial Center Exhibit, Catering Pantry Alteration to the Richardson-Bass Building Dear Mr. Meza: Hahnfeld Hoffer Stanford appreciates the opportunity to provide this design services proposal for proposed modifications to the Richardson-Bass Building to create new exhibit space and catering facilities in the northwest quadrant of the current stalling area. The information contained herein is representative of our understanding of the scope of work and the scope of required services. Design Team Hahnfeld Hoffer Stanford (NON-HUB): David Stanford, AIA Principal-in-Charge/Designer Rick Bargas,AIA Project Manager Yaggi Engineering, Inc. (HUB): Elizabeth Yaggi, P.E. Principal/Mechanical, Electrical, Plumbing Engineer Tim Yaggi, P.E. Principal/Mechanical, Electrical, Plumbing Engineer MYD Structural Engineers (HUB): Mahendra P.Yajnik, P.E. Principal/Structural Engineer Dunaway Associates (NON-HUB): Brooks Baca, P.E. Associate/Senior Project Manager 1 1 : 1 1 *INNOVATION. 1 1 Scope of Services Hahnfeld Hoffer Stanford will provide comprehensive basic design services including architectural, structural engineering, mechanical engineering, electrical engineering, and plumbing engineering, civil engineering, kitchen consultant (if required), cost estimator (if required), and Texas Accessibility Standards (TAS) review will be additional services. ARCHITECTURAL DESIGN SERVICES SCOPE OF WORK A. General Hahnfeld Hoffer Stanford will provide the following general design services: I • Overall administration/project management for the Owner. • Visual/aesthetic architectural design of the facility and related architectural improvements. • Work with Owner to develop project goals, objectives, program of required spaces and total project budget; assist Owner in developing project schedule/construction budget and project milestones. • Review all design work for compliance with local building codes and zoning; and overall coordination of architectural and engineering design services. i • Assist in obtaining all permits, Owner and regulatory agencies approvals, variances or other exceptions to governing codes, laws and regulations. • Sign and seal Construction Documents as required by Texas Board of Architectural Examiners. B. Pre-Design/Schematic Design (COMPLETED) • Reconfirm Owner's goal and objectives for project. • Coordinate and manage design work of structural engineer, MEP engineers, and additional service consultants. • Develop floor plans and interior elevations as required. • Develop material and finish selections. • Mechanical, electrical, plumbing, and structural consultants will provide a narrative or "one line" drawings of proposed systems. • Prepare presentation materials including plans and elevations necessary to generally describe design to Owner. 2 • Meet with City of Fort Worth building official/planning development staff to review proposed building design; adjust design as necessary to comply with their interpretations. • Lead project design reviews with the Owner and A/E team. C. Design Development (INCLUDED IN PROPOSAL) • Coordinate and manage design work of structural engineers, MEP engineers, civil engineers, and kitchen consultant (if required). • Prepare interior elevation drawings and details. • Develop specifications for materials and interior finishes. • Review and coordinate drawings/specifications prepared by all engineering consultants for conformance with project design intent. • Lead project team design reviews with the Owner and A/E team. D. Construction Documents (INCLUDED IN PROPOSAL) • Develop drawings/design information in sufficient manner for general contractor bidding purposes. • Provide drawings/design information for interior finishes, assemblies/components, millwork and special features of interior spaces. • Review and coordinate drawings prepared by all consultants for purpose of checking for conformance with visual, aesthetic and technical design requirements. • Submit 95% Construction Documents for Owner review/approval; incorporate Owner review comments. E. Bidding and Negotiation (INCLUDED IN PROPOSAL) • Lead pre-bid conference to review Construction Documents plans with prospective general contractors. Prepare addend u ms/cl arification responses to bidder's questions. • Submit Construction Documents to state/local agencies having jurisdiction over project for review/approval. • Assist Owner in review of general contractor bids; review references/qualifications of subcontractors; assist in review of general contractor construction contract, bonds and insurance requirements. 3 F. Construction Administration (INCLUDED IN PROPOSAL) • Provide architectural representation of Owner at project site at intervals appropriate to stage of construction operations, to become generally familiar with the work and keep Owner informed about progress and quality of the work completed, endeavor to guard against defects and deficiencies in the work, and determine in general if work is being performed in a manner that will be in accordance with Construction Documents when fully completed; Architect shall not make exhaustive or continuous site visits to check the quality of the work; Architect shall not control or have charge of, OR be responsible for construction methods, means, techniques, job-site safety or sequences of work in connection with the project; these are the responsibilities of the general contractor; Architect shall not be responsible for general contractor's, sub-contractor's, and their agents acts or omissions, or failure to perform the work in accordance with Construction Documents. • All Owner/general contractor communications about matters arising out of or relating to Construction Documents shall be through Architect's office. • Review/certify monthly applications for payment based upon evaluation of the work in place and general contractor's current schedule of values. • Review/take appropriate action on construction submittals such as shop drawings, product data, and samples. • Review/take appropriate action on reasonable request from the general contractor on additional information, clarifications, interpretations related to the work, requests for information, etc. • Review change proposals and change orders requested for project when related to the work; review general contractor'S as-built documents. • Prepare Substantial Completion punchlist and review general contractor's project close-out documents prior to release of final Application for Payment. BASIS OF COMPENSATION Basic Services Hahnfeld Hoffer Stanford proposes a Lump Sum Basic Services Fee (Architectural, Structural, and MEP) of $95,000.00 ($106,330.00 total fee less previously paid $10,000.00 for Pre-Design/Schematic Design Phases and $1,330.00 in Additional Services - Amendment No. 1). This fee is based upon the Opinion of Probable Cost developed by Riddle & Goodnight, Inc. of $1,302,563.00 for the completion of the remaining phases of design documentation and construction administration services. Additional Services 1. Dunaway Associates, Inc., for any civil engineering design services; $4,000.00 (Non-HUB). 4 2. Ackerman Barnes Consulting, Inc. for kitchen consulting (if required) (Non-HUB). 3. Riddle & Goodnight, Inc.for any cost estimating (if required) (Non-HUB). REIMBURSABLE EXPENSES Reimbursable Expenses are in addition to Basic Services and Additional Services and include actual expenditures made necessary by our Architectural Services and include actual expenditures made by the Architect's employees and consultants in the interest of the Project. These include the following: • Reimbursable expenses for printing, including final Construction Document printing for general contractor bidding is estimated at$5,000.00. • Expense of fees paid for securing approval of authorities having jurisdiction over the Project; TAS Accessibility-third parry plan review and inspection fees would be approximately$964.00; K+K Associates, LLP. (HUB) OWNER'S RESPONSIBILITIES The Owner will make available any existing documentation to the Architect for his use. The Owner will be responsible for non-construction issues associated with the development of the project. Architect will assist Owner with the preparation of drawings and diagrams as necessary to submit to the City of Fort Worth. The Architect will assist Owner in obtaining vendors for the services not included in this proposal, including but not limited to environmental engineering, geotechnical testing, and independent construction material testing. We certainly look forward our continued relationship with the City of Fort Worth, as we provide design services for your project. If you have any additional questions or comments, please advise. Sincerely, HAHNFELD HOFFER STANFORD architect planners Interiors Eric L. Hahnfeld,AIA I Principal Enclosures: Exhibit'A': Yaggi Engineer, Inc. Proposal (HUB) Exhibit'B': MY-D Structural Engineers Proposal (HUB) Exhibit'C': Dunaway Associates Proposal Exhibit 'D': K+K Associates, LLP Proposal (HUB) 5 EXHIBIT A YA 001 ENGINEERING, JNC- ELIZABETH A.YAGGI.P.E. R.TIM YAGGI,P.E. June 27,2012 Mr.David Stanford Hahnfeld Hoffer Stanford 200 Bailey Avenue, Suite 200 Foil Worth, Texas 76107 Re: Will Rogers Memorial Center Richardson Bass Renovation Dear David: We appreciate the opportunity to provide MEP engineering services for the referenced project as described in your e-mail dated September. 15, 2011. The project consists of providing the design for HVAC, plumbing, electrical and fire protection for a new exhibits space and catering kitchen of approximately 7,700 square feet located in the northwest corner of the Richardson Bass building. Baird Hampton Brown will provide mechanical, plumbing and fire protection engineering services as a sub-consultant to Yaggi Engineering. Our fee proposal makes the following assumptions: 0 We understand that the entire project will be designed at one time; no phasing of design has been included, 0 Kitchen equipment design will be performed by others. YEI will provide MEP connections to the kitchen equipment only. a We understand that this project will not be LEED certified. a Our scope will include energy calculations and certification for the mechanical and lighting systems for the renovated area, but will not include the building envelope. a We cannot be responsible for equipment delivery that affects construction schedules. 0 Our fee proposal is based upon producing the Contract Documents using AutoCad. This proposal does not include producing cadd drawings in Microstation format. ® It is our understanding that our MEP engineering design will include providing new services within the renovated area only. Any re-design or upgrade of existing building MEP systems is not included. If required, any upgrade of existing MEP systems located outside renovation or expansion area will be considered to be Additional Services as outlined below. ® Telephone/data rough-in will be provided and does not include wiring, equipment,jacks, etc. 0 This proposal assumes that services during construction will be limited to review of shop drawing submittals, responses to requests for information and two site visits during construction. 6840 W.1-20.Suite 270 Phone 817-483-2373 Arlington,TX 76017 mm.yagglenglneering.corn Fax 817-483-4233 Mr. David Stanford June 27,2012 Page 2 We propose to provide the MEP engineering design for the referenced project in sufficient detail to receive construction bids from subcontractors and in sufficient detail to install the systems in accordance with applicable codes. Deliverables will include original drawings (CARD Plots) and specifications prepared for binding separately. Drawings will be seated by a Registered/Licensed Engineer. Furthermore, the design will be in accordance with criteria and guidance received from the Owner via communication from HHS. Criteria will also include the following: 1. One copy of Owner-approved floor plans in AutoCAD or REVIT format. 2. Utility rOLIgh-in and connection requirements and locations of all equipment furnished under other divisions of the specifications or equipment furnished by another contract. In consideration for the scope described above we propose the following stipulated sum fees: ,-700 Design Development Phase (30%) $ <�) I Construction Documents Phase(45%) $ 8,550 Bidding&Negotiations(5%) $ 950 Construction Administration $ 3,800 Total AM P Fee $ 19,000 Invoices will be forwarded to your office based upon the percentage of design completed during each billing period and will be due upon receipt of each invoice. Stipulated sum includes cost of long distance telephone calls, telephone faxes and mailing costs. Stipulated sum includes travel expenses for travel to the project site, but does not include reproduction expenses, other than single copy originals for Your final report. Travel expenses, plotting and reproduction expenses, other than those identified above will not be incurred without your prior approval, at which point these expenses will be reimbursed at cost payable under the same conditions as the stipulated SUM. Hourly rates for Additional Services, such as revisions to previously approved work, work outside of the scope itemized herein or special studies, if requested, will be performed at the following rates, plus direct expenses, payable under the same conditions as the stipulated sum: Principal $175 per hour Project Manager $150 per hour Sr. Engineer $125 per hour Engineer- PE $100 per hour Engineer- EIT $85 per hour Sr. Designer $90 per hour Designer $80 per hour • Mr, David Stanford 'June 27,2012 Page 3 CADD/Drafting $70 per hour Clerical $70 per hour Yaggi Engineering shall not have control or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, for the acts or 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, The total aggregate liability arising from professional acts, error or omission shall be limited to the fee for the services rendered on this project. Please call if you have any questions or if you need additional information. Sincerely, YAGGI ENGINEERING,INC. ACCEPTED: Signature 4 .1 Elizabet A. Yaggi,P.E. Title EAY/sr Date AHEN®RA YAJNIK IT m E/kNIO STRUCTURAL ENGINEERS February 10,2012 Mahendra P.Yajnik,P.E. President David Stanford,AIA Hahnfeld Hoffer Stanford Architects 200 Bailey Avenue,Suite 200 Fort Worth,TX 76107 RE: Richardson Bass Exhibits Area Will Rogers Equestrian Center Fort Worth,TX Dear David: At your request, we have assembled a proposed scope of services and fees for structural engineering services on the renovation of the Richardson Bass Exhibits area for the Will Rogers Equestrian Center in Ft. Worth, TX. Our proposal is based our initial meeting with you. It is our understanding that the project consists of a partial infill of a stab within an existing building. A new glass and masonry wall will separate this area and movable partition wall will also be added within the exhibits area. Our services will be to provide the slab-on-grade structure and support the masonry walls and the movable partition from the existing structure. An alternate fee is to be provided for cutting openings though the exterior walls and the addition of an exterior canopy. The following scope of services is proposed: A. DESIGN DEVELOPMENT: • NIA B. CONSTRUCTION DOCUMENTS: • Structural design and detailing of structures • Structural design drawings for construction • Coordination of structural drawings with furnished architectural, mechanical, electrical, and plumbing drawings • Review specifications pertaining to structure C. BIDDING: • Answer bidders'questions pertaining to structural drawings and specifications • Provide addenda as necessary D. CONSTRUCTION ADMINISTRATION: • Review structural shop drawings, red-mark and return 1 reproducible and 2 prints on all submittals • Provide one site visit during construction. MY D Structural Engineers,LLC 305 NE Loop 820,Suite 507•Hurst,TX 76053•817-284-8056 a Fax 817-284-5075 Richardson Bass Exhibits Area Page 2 Feb. 10, 2012 This proposal is contingent upon the following: 1. Backgrounds for floor plans, building sections, and elevations will be provided by others. Floor plan backgrounds will be provided as electronic files in Autocad or Revit. 2. The project will be designed and constructed in one phase. 3. A subsurface geotechnical analysis and report will be provided by others with foundation recommendations. 4. A site plan and grading plan will be provided with finished elevation and exterior grades around the building perimeter. We propose a fixed fee of$4,000 for the slab-on-grade renovation with an additional fee of$1,000 as shown for the exterior canopy and opening construction. Our fees associated with the phases above are as follows: Phase % Fee Add'l Fee A. Design Development B. Construction Documents Canopy& C. Construction Documents-100%, Bidding 85 $3,400.00 Openings Subtotal Construction Documents 85 $3,400.00 $1,000.00 D. Construction Administration 15 $600.00 Total $4,000.00 $1,000.00 The fee listed for Construction Administration shall be paid in equal payments based upon the estimated number of months to complete the construction of the structural work. This proposal specifically excludes the following items as well as any work not considered to be within the scope of normal engineering services: Number Exclusion 1. Design of retention systems 2. Design of bracing or shoring for construction 3. Review and determination of structural fire-resistance requirements 4. Material testing 5. Providing inspections and statements that the structure is in compliance with our plans and specifications. 6. 1 Special investigations for environmental site assessments Revisions approved by the Architect and Owner to the scope of services, changes to design, and items not listed above under scope of services will be considered an additional service and will be billed at our standard hourly rates. Our current hourly rates are: Title Rate Principal $150.00 Project Manager $135.00 Engineer $100.00 Senior CADD Technician $75.00 CADD Technician $65.00 Clerical $60.00 Richardson Bass Exhibits Area Page 3 Feb. 10, 2012 The following items are considered reimbursable expenses and will be billed at cost plus ten percent (10%): Expense Exceptions Reproduction Other than normal coordination prints Plotting In addition to normal plotting Courier Service Postage All invoices shall be paid within 30 days from date of invoice. In the event this project is delayed or terminated prior to completion, compensation shall be based on the current hourly rates for services performed to date. MY D shall be paid after Architect receives payment from Owner. MY D shall carry professional liability insurance on errors and omissions throughout the duration of this contract. We appreciate the opportunity to provide this proposal and look forward to working with your firm on this project. If you have any Questions or need additional information, please do not hesitate to contact us. Should this proposal meet with your approval, please sign below and return one copy to our office for our files.Acceptance indicates our authorization to proceed. Sincerely, MY D STRUCTURAL ENGINEERS, LM 1414 Paul T.Lundstrom, Jr., PE Accepted: Title Date: ;c:Re N9'AAJotd}-?icy;1;-lrtlf>tl`iAil�i:C�i�iftia:ii?1:•C3d:i F:XfiE�>iI'r'li`it`: EXHIBIT C D.U N AWAY Dunaway No. P000669.000 June 22, 2012 Mr. David Stanford Hahnfeld Hoffer Stanford 200 Bailey Avenue, Suite 200 Fort Worth,Texas 76107 Reference: Proposal for Professional Civil Engineering Services WRIVIC—Richardson Bass Renovations/P000669.000 Dear Mr. Stanford: Dunaway Associates, L.P. (Dunaway) is pleased to submit this proposal for professional civil engineering services for the Civil Construction Documents to serve the Richardson Bass Renovations. Based on conversations with you,we believe the following scope of services will meet your needs for this project, BASE SCOPE OF WORK 1, Site/Civil Construction Documents — Dunaway will prepare construction plans and specifications for the private infrastructure improvements to the Richardson Bass Building after an Owner-approved Site and Building Plan is received. These improvements consist of a one-time design for Site/Civil grading, paving, utilities, and demolition. These plans and specifications will be signed and seated by a Registered Professional Engineer licensed in the State of Texas and will be processed with the City of Fort Worth for approval and construction. A tentative list of drawings anticipated to be prepared for this project follows: ® Demolition Plan 0 Site Dimension and Coordinate Control Plan ® Site Details ® Grading Plan ® Utility Layout 41 Water&Sanitary Sewer Details 2. City of Fort Worth Utility Tapsand Impact Fees — Dunaway will coordinate the service taps into the public main lines along Rip Johnson Road with the City of Fort Worth Water Department. It is anticipated that city forces will construct the taps and set the new services for domestic water and sewer. No Transportation I Public Works facilities or CFA will be required for this work. 3. Franchise Utility Coordination — Dunaway will coordinate the proposed and existing services in Rip-Johnson with the.Franchise Utility companies and MEP. It is anticipated that no offsite civil design is required for this work. 550 Bailey Avenue,Sulle 400 9 Foitftrth,Texos 76107 A-z Tel;817,335.1121 6 Fax:$17.335.7437 4F dunmayassoclatescorn Proposal for Professional Civil Engineering Services WRMC—Richardson Bass Renovations June 22, 2012/Page 2 f Any additional meetings, submittals, reviews, and revisions, other than those stated above, directed by City of Fort Worth Staff or caused by changes outside of Dunaway's control, are not included In the Base Fee, BASE FEE i Dunaway Associates, L.P. proposes to provide the above-described scope of work for a LUMP I SUM fee of $4,000, exclusive of reimbursable expenses. Please find attached to this proposal our Standard Terms& Conditions for professional services,which is also part of this proposal. ADDITIONAL SERVICES (not included In proposal� 1 The following is a list of some, but not necessarily all, of the services that can be useful or required for a project of this type. The listed services have not been included in this proposal. Dunaway can provide or sub-consult many of these services if desired by City of Fort Worth. if Owner determines any of these services is desired, Dunaway can either amend this proposal to incorporate the desired service or services or recommend other actions to cover the needs as expressed. 1. Community Facilities Agreement 2. Construction Administrative Services. i 3. Phase I and Phase 2 Environmental Site Assessments. 4. City of Fort Worth Urban Forestry Plans and Applications or revisions for Phase i or III. 5. Design of franchise utilities (gas, electric, telephone and cable TV)will be conducted by the franchise utility companies. Usually, each franchise utility company will provide its own design. If desired, Dunaway will show the conduit for each of these on our drawings provided that the size, number and material for each conduit is provided to Dunaway by the utility company. ! 6. Redesign efforts related to site plan or building footprint changes after approved site plan is received or significant design efforts have begun are not included. 7. Boundary surveys and as-built surveys and/or easements by separate instrument. 8. Soil Investigation/Laboratory Testing: Dunaway recommends that City of Fort Worth retain an independent laboratory for use in any testing required during the design phase, i.e., for density approval in the street rights-of-way, and for any site excavation and i embankment that might be required for this project, 9. Construction inspection services are not included. Dunaway does not provide construction inspection services. Normally,.we recommend that.City of Fort Worth retain a geotechnical engineering consultant'to provide construction inspection services for private improvements. 10. Landscape and Irrigation planning, coordination, and design. G:.XProposa1sW000001P000$69•WRMCRidtardsonBessRenovations%PtoposaWOOD669 R•B Building Proposet HHS..A012.0622-9.d"x it 5500n1!eyAverwe,Suite WO 0 Foil Wo0h,texos 76107 A? tel:8E7.335,1121 4,Fox:817.335.7437 41 dunovroyossoeioles.com l Proposal for Professional Civil Engineering Se►vices WRMC —Richardson Bass Renovations .tune 22, 2012/Page 3 Only those services specifically mentioned in the Scope of Work section are offered as part of this proposal. If this proposal meets with your approval, please sign below and return one copy to our office as our notice to proceed. We appreciate the opportunity to assist you with this project and look forward to its success. Respectfully subMi.ied, DUNAWA AS C1, TES, . .a S4 p LP Agreed & Accepted a Tex s Ed it �p � rtershEp HAHNFELD HOFFER ST'ANFORD ro. , . aca By: Assocc!e/Sergi r Project Manager Name: Title: Date: Attachments JSTISIBImIlb G:tProposais100M1P000669-VVRtACRictiardsonBassRenovations\ProposaltP000669_R-B Bui:d n®Proposet HtiS_2012.0622-t.docx ts'..,U Ou11:+y Av,-nut.5Utr..100 Fol Wofth,I.:xts 16 1(,17 0 ka 017.3:31,I h;I �? For:.6 17.335.7437 � d:+r ri•::nynsso i,t>s.c c311 b i ��DNUINAWAY STANDARD TERMS CONDITIONS Page 9 ®f 2 BASE CONTRACT: Client: Hahnfeld Hoffer Stanford Service Professional: Dunaway Associates,L,P. Project Name: WRMC®Richardson Bass Renovations These Standard Terms"« Conditions are at`cached to and fully incorporated Into the Base Contract. The Base Contract,together with thee® Standard Terms and Conditions,Is sometimes called this"Agreement"herein. L Basis of Compensation. Professional Services shall be billed was committed by the Client or Dunaway Associates,L.P„their monthly and based upon either a percent complete for lump sum employees,agents,or subconsultants. Consequential damages tasks or Dunaway Associates, L.P.'s Standard Hourly Bill Rate Include,but are not limited to,loss of use and toss of profit. Schedule. This Schedule Is updated annually In January. IV. No Duties to Third Parties. The services to be performed by } 2012 STANDARD HOURLY BILL RATE SCHEDULE Dunaway Associates, L.P. under this Agreement are Intended STAFF TYPE HOURLY BILL RATE solely for the benefit of the Client. Nothing contained herein shall Administrative........................................$67.00-$87.00 confer any rights upon or create any duties on the part of Dunaway Cadd Technician....................................$76.00-$90.00 Associates,L.P.toward any parson or persons not a party to this Department Directors................•............$155.00-$225.00 Agreement including, but not limited to any contractor, Graduate Engineer.............•..................$94.00-$105,00 subcontractor, supplier, or the agents, officers, employees, Design Technician.................................$92.00-$150.00 Insurers,orsureties of anyof them, Environmentai Scientist.........................$78.00-$130.00 V. Claims Limited to insurance Coverage. The Client and Expert Witness 1 Special Consultant......$225.00-$275.00 Field Supervisor.....................••••••••......$90.00-$160.00 Dunaway Associates, L.P. waive all rights for damages, each Financial................................................$70.00-$165.00 against the other and against the contractors, subconsultants, Information Systems............................. $75.00-$165.00 agents,and employees of the other,but only to the extent covered insfrument Operator................... $45.00 by property Insurance during or after construction, except such .•••••• rights as they may have to the proceeds of such insurance. The !minim...,..ner..............................•..........$65,00 Client and Dunaway Associates, L.P. each shall require similar t Land Planner Architect ..............................$95.000-1 5.000 waivers from their contractors,subconsultants,and agents. Landscape Architect..................•...........$95.00-$145.00 Landscape Planner................................$85.00-$95.00 Vt. General Contractor Duties and Responsibilities. Neither the MarketinglBusiness Development,.........$65,00-$120.00 professional activities of Dunaway Associates, L.R, nor the Principal.................................................$175.00-$225.00 presence of Dunaway Associates, L.P.or his or her employees Production Manager ........$100.00-$120.00 j 9--••••••••••••••••••••••• and subconsuitanls al a construction site,shall relieve the General Project Engineer....................................$110.00-$160.00 Contractor and any other entity of their obligations, duties and Project Surveyor....................................$95.00-$140•a0 responsiblydles Including, but not limited to, construction means, Project Manager....................................$110.00-$150.00 methods, sequence, techniques or procedures necessary for Rodman..........................•......................$40.00 performing,superintending or coordinating all portions of the Wor'r. Survey Manager....................................$1 f 5,00-$150.00 of constructlon In accordance with the contract documents and any Survey Party Chief.................................$108.00-$117.00 health or safety precautions required by any regulatory agencies. Survey Technician.................................$77.00-$95.00 Dunaway Associates, L.P. and his or her personnel have no i TrafficlTransportallon Engineer..............$94,00-$150.00 authority to exercise any control over any construction contractor If. Limitation of Liability. To the fullest extent permitted bylaw,and or other entity or their employees In connection with their work or any health or safety precautions. The Client agrees that the notwithstanding any other provision of this Agreement,the total General Contractor is solely responsible for jotlske safety, and liability In the aggregate of Dunaway Associates, L,P. and warrants that this Intent shall be made evident in the Clients Dunaway Associates, L.P.'s officers, directors, partners, agreement with the General Contractor. The Client also agrees employees, agents and Dunaway Associates, L.P.'s that the Client, Dunaway Associates, L.P. and Dunaway Subconsultants,and any of them,to Client and anyone claiming Associates,L.P.'s Subconsultants shall be Indemnified and shall ? by,through or under Client,for any and all daims,tosses,costs,or be made additional insureds under the General Contractor's ' damages whatsoever arising out of,resulting from,or In any way general liability insurance policy. related to the Project or this Agreement from any cause or causes, including but not limited to the negligence,professional errors VIL Cancellation. it is understood that this Agreement may be or omissions, strict liability or breach of contract, or warranty canceled at any if= by the Client and payment shall be due express or Implied of Dunaway,Associates, L.P. or Dunaway based on the method of computatlon In Section I only on.No k � Associates,L.P.'s officers,directors,partners,employees,agents performed or expenses incurred to date of cancellation. or Dunaway Associates, L.P.s Subconsultants or any of them, VIII. Payments and Interest; Client recognizes that prompt payment shall not exceed the amount of professional liability p p p ym nt i Insurance available at the time of settlement or judgment for of Dunaway Associates,L.P.'s Invoices is an essential aspect of any claims arising that pertain to the services provided under the overall consideration.Dunaway Associates, L.P. requires for this Agreement. Client agrees to limit any claims against DA providing service to ClienL Client agrees to pay all charges not in t for services strictly In the control of DA°s professional dispute within 30 days of date of invoice. statement of charges services as outlined in this Agreement for services will be submitted by the 15° of each month. All accounts past due 60 days from date of invoice shall pay Interest III. No Consequential Damages. Notwithstanding any other at the rate of 18%(1.5016 per month),or maximum allowable by j provision of this Agreement, neither party shall be liable to the law, whichever Is lower, of the past due amount per month. other for any consequential damages incurred due to the fault of the other party,regardless of the nature of this fault or whether it G:Wroposars10006001P000669•WRMCRichardsoneassRenovalionslProposshP000o09_R-B auildine Proposal HNS 2012-0s22.9,docx 550 VD[levAvenue.Suite 400 4e For]worth,texas 76107:lel;617.335.112E 0 fox:817.335.2437 4a dunowovossociores.com I STANDARD !T Page 2 of 2 IX, Cessation of Services. if Client,for any reason,falls to pay the C. For services not offered as a part of Dunaway undisputed portion of Dunaway Associates,LP.'s Invoices within Associates, L.P.'s normal services, the Client may, at 30 days of Invoice date,Dunaway Associates,L.P,has the right to his option,contract directly with the third party for such j cease work on the project and Client shall waive any claim against services or through Dunaway Associates, L.P. If such Dunaway Associates, L.P. for cessation of services, and shall contracts are made through Dunaway Associates,L.P., defend and Indemnify Dunaway Associates, L.P. from and a service charge of 10% will be added to the net against any claims for injury or loss stemming from Dunaway amount of such contracts. Associates, L.P.'s cessation of service. ,Client shall also pay Dunaway Associates, L.P. the cost associated with premature XV, Certifications, Guarantees and Warranties. Dunaway project demobilization. In the event the project is remobilized, Associates, L.P.shall not be required to execute any document Client shall also pay the cost of remobilizal<on, and shall that would result in Its certifying,guaranteeing or warranting the renegotiate appropriate contract terms and conditions, such as existence of conditions whose existence Dunaway Associates, those associated with budget,schedule or scope of service. L.P.cannot ascertain. i X. Legal Action. Subject In all respects to the other provisions of this XVI. Assignment. Neither party to this Agreement shall transfer,sublet Agreement,In the event legal action Is necessary to enforce the or assign any rights or duties under or Interest in this Agreement, payment terms of this Agreement,the prevailing party In any such Including but not limited to monies that are due or monies that may action shall be entitled to collect any Judgment or settlement sums be due, without the prior written consent of the other party. due, plus reasonable attorney's fees, court costs and other Subcontracting to subconsultants,normally contemplated by the reasonable expenses Incurred by the prevailing party in Consultant as a generally accepted business practice,shall not be connection with such collection action. considered an assignment for purposes of this Agreement Xt. Dispute Resolution and Termination. In the event any bill,or XVII. Miscellaneous. portion thereof,Is disputed by Client,Client shall notify Dunaway Associates, L.P.within 10 days of receipt of the bill in question, A. intellectual Property. The drawings, specifications and and Client and Dunaway Associates, L.P.shall work together to any other work products (including but not limited to resolve the matter within 60 days of its being called to Dunaway software programs and electronic media of any i Associates, L.P.'s attention. If resolution of the matter Is not description) prepared by Dunaway Associates, L.P. for attained within 60 days,either party may terminate this Agreement this project shall remain the property of Dunaway j In accordance wth conditions Indicated in the termination of Associates, L.P. and Dunaway Associates, L.P. shall agreement clause speclfledIn Section Vll. retain ail common law, statutory and other reserved rights,Including the copyright,where applicable. XII. Medlatlon, in an effort to resolve any conflicts that arise during the design and construction of the Project or following the B, Entire Agreement, This Agreement Is the entire completion of the Project, the Client and Dunaway Associates, agreement between the parties with respect to the L.P.agree that all disputes between them arising out of or relating subject matter of this Agreement and shall be binding to this Agreement or the Project shall be submitted to nonbinding upon and Inure to the benefit of the parties hereto and mediation unless the parties mutually agree otherwise. The Client their respective legal representatives, heirs, successors i and Dunaway Associates,L.P.further agree to include a similar and assigns, I mediation provision in all agreements with Independent contractors and subconsultants retained for the Project and to require all C. Counieroarts. This Agreement shall be executed with independent contractors and subconsullants also to Include a one or more separate counterparts,each of which,when similar mediation provision In all agreements with their so executed,shall,together,constitute and be one in the i subcontractors,subconsultants,suppliers and fabricators,thereby same Instrument. j providing for mediation as the primary method for dispute resolution between the parties to all those agreements. D. Governing Law and Venue. This Agreement shall be XIII. Surveying Regulatlons. Land Surveying In the State of Texas is governed by, and construed in accordance with the substantive laws of the State of Texas and the parties regulated by the Texas Board of Professional Land Surveying, hereto agree and consent that venue for all purposes Building A,Suite 156,12100 Park 35 Circle,Austin,Texas 78753, shall be in Tarrant County,Texas. telephone number(512)239.5263. E XIV. Reimbursable Expenses. Other charges which may apply to the E. Proposal Expiration. The terms stated In the proposal j Client's project Include: are valid only if executed by both parties within 90 days from the date of the proposal, A. Printing and reproduction shall be billed at standard commercial rates. F. Free Publicity. Dunaway Associates, L.P.has the right to photograph the above named project and to use the B. All direct non labor expense, including bid advertising, photos in the promotion of the professional practice of etc,, and travel and subsistence for the principals and Dunaway Associates, L.P. through advertising, public staff as required for the proper execution of the work, relations, brochures or other marketing materials, are charged at actual invoice cost. Filing fees paid by Should additional photos be needed In the future, the Dunaway Associates, L.P.will be charged at cost plus client agrees to provide reasonable access to the project, j 10%. Travel by passenger vehicles shall be at a rate commensurate with IRS regu€allons, 650 Bosley Avenue,Suite 400 Fort worth,Texas 76107 4 ref:817,335,1121 4 Fax 817.335.7437 4 dunowoyossocloles.com EXHIBIT D t1SS(�{:fA�LS June 27,2012 Halinfeld Hoffer Stanford Mr.Eric Hahnfeld,AIA 200 Bailey Avenue Suite 200 Fort Worth,Texas 76107 Re: TAS Plan Review and Inspection Services Proposal Will Rogers Memorial Center Exhibit and Catering Pantry Alterations Richardson-Bass Building Fort North,Texas Dear Mr.Hahnfeld: We appreciate the opportunity of being invited to team with your firm on the referenced project. Below is a brief outline of our proposal for accessibility consulting requirements. We will provide a Texas Accessibilities Standards(TAS)Plan Review report at the 100% Construction document phase.During design and construction we will be available for questions or clarifications. When construction is complete,we will perform the State required TAS Site Inspection and deliver a TAS Inspection Report. Hahnfeld Hoffer Stanford typically registers coanplett d projects online with the Texas Department of Licensing and Regulation,at the time of issuing construction documents. Should HHS not perform the registration, an additional$175 will be part of the fee for the project. Our fees are based on the construction value of each project,and proposed as follows: Project Plan Review Fee Inspection Fee Discount if Paid Together Total Will Rogers Memorial Center $510.00 $561.00 -a107.00 $964.00 Exhibit and Catering Pantry Alterations Richardson-Bass Building Hopefully,this provides you with the information you need as you go forward with your project. Please feel free to call with any questions. We are looking forward to working with you. Sincerely, Sharon Krueger,AIA, Registered Accessibility Specialist Partner K+K Associates,LLP K+K Associates,LLP 6405 Tranquility Ct., Arlington, Texas 76016.2070 (817)781-3044 fax(817)457.3038 TAS Compliance Services ,.►-%i-%v.kpluskassociates.com emailo skrueger@kpliaskassociates.com ATTACHMENT"B"to AMENDMENT NO.2 to AGREEMENT for ARCHITECTURAL DESIGN SERVICES RICHARDSON-BASS BUILDING EXHIBIT&CATERING at WILL ROGERS MEMORIAL CENTER Add the following to the Agreement: 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 development, construction documents, and construction administration services for the renovation of the northwest quadrant stall area of the existing Richardson-Bass Building to provide new exhibit space and catering areas. The Richardson-Bass Building is located in the Will Rogers Memorial Center in Fort Worth, Texas("Project"). The scope of services(excluding programming and schematic phase which is completed)is described more fully in Attachment"A"of this Agreement. SECTION III CHARACTER OF ARCHITECT'S SERVICES 5. The Architect shall perform services as outlined in the following: Hahnfeld Hoffer Stanford's letter, dated June 23, 2012 (Revised July 11,2012), subject: Architectural Design Services, Will Rogers Memorial Center, Exhibit & Catering Pantry, Alteration to the Richardson-Bass Building, which is attached hereto as Attachment"A" , and Attachment"B"which modifies the Agreement. Attachments "A"&"B"are made a part of this Agreement. SECTION IV SPECIAL SERVICES OF ARCHITECT I. 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 Attachments "A" & `B." 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 Attachments"A"& "B" including Amendment No.1, which was executed on March 29, 2012 for the amount of$1,330.00, hereof shall be $111,294.00, hereinafter referred to as the "total fee," including up to $10,000.00 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 and cost estimates 20%(Completed) 2.2. Completion of Design Development and cost estimates 40% 2.3. Completion of Construction Documents and cost estimates 75% 2.4. Action by City Council to accept bids 80% 2.5. Final acceptance of the Project by the City 100% WRMC Richardson-Bass Exhibit&Catering Renovation Page 1 of 5 Attachment"B"to Amendment No.2 September 2012 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.Long distance phone calls 2.6.4.Postage and courier expenses 2.6.5.Other costs with prior approval of the City. SECTION VI RESPONSIBILITY FOR CONSTRUCTION COSTS 1. The Construction Budget for the Project is$1,303,000.00. 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 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 VIII PROCEDURES FOR PROVIDING DESIGN SERVICES 1. Programming and Schematic Design Phase: (COMPLETED) 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 City meeting(if required)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 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. WRMC Richardson-Bass Exhibit&Catering Renovation Page 2 of 5 Attachment"B"to Amendment No.2 September 2012 2.5.2.Drawings shall plot to 2204 sheet to facilitate half-size I lxl7 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 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. 2.6.1. 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,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. 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 provide electronic files to the Contractor for the Contractor's preparation of "Record Drawings"for the City's archives. WRMC Richardson-Bass Exhibit&Catering Renovation Page 3 of 5 Attachment"B"to Amendment No.2 September 2012 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. 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 Mircosoft Project Version 2003/2007. The softwares can be later versions. If a 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. 13. Provide inspection and management services. 14. Provide contractors prepared field drawings to the Architect for review. WRMC Richardson-Bass Exhibit&Catering Renovation Page 4 of 5 Attachment"B"to Amendment No.2 September 2012 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 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 25%is 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. xxxxxxxxxxxxxxxxxxxx The Remainder of this Page Is Intentionally Left Blank xxxxxxxxxxxxxxxxxxxx WRMC Richardson-Bass Exhibit&Catering Renovation Page 5 of 5 Attachment"B"to Amendment No.2 September 2012 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FURTWORT111 Ir- COUNCIL ACTION: Approved on 8/21/2012-Ordinance No. 20335-08-2012 DATE: 8/21/2012 REFERENCE NO.: ""C-25795 LOG NAME: 25WRMC RB EXHIBIT CATERING CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No. 2 to City Secretary Contract No. 42524 with Hahnfeld Hoffer& Stanford, LLC, in the Amount of$99,964.00 Plus Up to $5,000.00 in Reimbursable Expenses to Design and Provide Construction Administration for Alterations to the Exhibit and Catering Spaces in the Richardson-Bass Building at the Will Rogers Memorial Center and Adopt Supplemental Appropriation Ordinance Increasing Appropriations in the Culture and Tourism Fund in the Amount of$104,964.00 and Decreasing the Assigned Fund Balance by the Same Amount (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached supplemental appropriation ordinance increasing appropriations in the Culture and Tourism Fund in the amount of$104,964.00 and decreasing the assigned fund balance by the same amount; and 2. Authorize the execution of Amendment No. 2 to City Secretary Contract Number 42524 with Hahnfeld Hoffer& Stanford, LLC, in the amount of$99,964.00 plus up to the amount of$5,000.00 in reimbursable expenses for the design and construction administration services for alterations to the exhibit and catering spaces in the Richardson-Bass Building at the Will Rogers Memorial Center increasing the contract amount to $111,294.00 plus up to the amount of$10,000.00 in reimbursable expenses. DISCUSSION: On November 4, 2011, a Schematics Phase I Design Agreement was administratively executed with Hahnfeld Hoffer& Stanford, LLC, in the amount of$15,000.00 including up to $5,000.00 in reimbursable expenses to alter the Richardson-Bass Building to provide exhibit and catering spaces at the Will Rogers Memorial Center. On March 29, 2012, Amendment No. 1 in the amount of $1,330.00 was administratively executed to provide an opinion of probable construction cost for the Schematic Phase I. This amendment will provide the remaining design and construction administration services to implement this project. Hahnfeld Hoffer& Stanford, LLC, is one of the five architectural firms previously selected to provide design and construction administration services for medium sized projects. This firm also has extensive knowledge of the Will Rogers Memorial Center facilities. The overall project cost is expected to be: Design $ 121,294.00 Construction $ 1,303,000.00 FF&E $ 100,000.00 ITS, Contingency, Staff $ 198,706.00 Total $1,723,000.00 1,**.,•//nr nf— rn�»n�i, � —1)Ir l-1'71<IV, IA 4/71/7/117 n/11)/1) 111 Hahnfeld Hoffer& Stanford, LLC, is in compliance with the City's M/WBE ordinance by committing to an additional 25 percent participation on this Amendment No. 2. The City's goal on this amendmerit is 25 percent. The project is physically located in COUNCIL DISTRICT 7 but will serve Fort Worth residents in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendation and adoption of the attached supplemental appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Culture and Tourism Fund. Upon approval, the assigned fund balance of the Culture and Tourism Fund will exceed the minimum reserve as outlined in the Financial Management Policy Statements. TO Fund/Account/Centers FROM Fund/Account/Centers GG04 539120 0246000 $104,964.00 GG04 539120 0246000 $104,964.00 Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Kirk Slaughter (2501) Additional Information Contact: James Horner (2505) ATTACHMENTS 25WRMC RB EXHIBIT CATERING SA012.doc L.��...//.,....� ..Faa,.ao+ ...-•./..,,,I,,,.:1 .aonLat/mn YPV1PaL .I�.a9TTl-1'77�.ZJPnnnnnil�o4a—R/71/'�(11'� 0/17/7(11'�