HomeMy WebLinkAboutContract 57930-A4Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
CSC No. 57930-A4
AMENDMENT NO. 04 TO AGREEMENT
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
Fort Worth Convention Center Expansion Master Planning and Programming Stage One
STATE OF TEXAS
COUNTY OF TARRANT
CITY SECRETARY CONTRACT NO. 57930
WHEREAS, The City of Fort Worth and Thompson, Ventulett, Stainback & Associates,
Inc. (Consultant) made and entered into City Secretary Contract No. 57930 (The
Contract) which was authorized by the City Council by M&C C-22-0695, the 13th day of
September 2022, for Fort Worth Convention Center Expansion Master Planning and
Programming Stage One; and
WHEREAS, further amendment is necessary to reimburse the Consultant as part of the
design services agreement for additional design services for the expanded scope for
Fort Worth Convention Center Phase 02 Schematic Design.
NOW THEREFORE, City and Consultant, acting herein by and through their duly
authorized representatives, enter into the following agreement which amends the
Contract:
1.
Article I— Scope of Services, Paragraph (3) shall be added to read as follows:
(3) Provide additional design services for the design and detailing of Fort Worth
Convention Center Expansion Phase 02 Schematic Design. The cost of this
additional service is $6,873,324.00 plus reimbursable expenses, $270,718.00.
The scope of services is described more fully in Exhibit 1, dated December 13,
2024, subject: "Attachment A- Scope of Services — Phase Two"
2.
Article II — Compensation, first paragraph, is amended as follows:
"Consultant shall be compensated in accordance with the Fee Schedule shown
in Attachment "A". Payment shall be considered full compensation for all labor,
materials, supplies, and equipment necessary to complete the services described
in Attachment "A". However, the total fee paid by the City shall not exceed a total
of $13,441,818.00 unless the City and the Consultant mutually agree upon a fee
amount for additional services and amend this Agreement accordingly."
Executed effective as of the date signed by the Assistant City Manager below.
FORT WORTH:
OFFICIAL RECORD
City of Fort Worth, Texas CITY SECRETARY
Standard Agreement for Professional Services AMENDMENT
Revision Date: 3/20/2020 FT. WORTH, TX
Page 1 of 2
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
City of Fort Worth
�a�ra �r� G��lo
Dana Burghdoff (Feb , 2025 13:0 CST)
By:
Name: Dana Burghdoff, AICP
Title: Assistant City Manager
Date:
Approval Recommended:
�
' ' i a,��.�mw'� J�a.�—
��
Contract Compliance Manager:
By signing I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
��•/W�. �•
By:
Name: Brian Glass
Title: City Architect
Approved as to Form and Legality:
By� �y������
Name: Marilyn Marvin
Title: Director, Property Management Dept. �oUg�as B�a�k (�an 30, 2025 16:54 CST)
Attest:
�`����
% .��-�
By.
Name: Jannette Goodall
Title: City Secretary
VENDOR:
pO�o nnq
FORT�aP
�s� °°p°o
°_� °p�d
O�o �=a°
°�p*°oo �°��
pIIn� nE4A44 �
Thompson, Ventulett, Stainback &
Associates, Inc.
Signed by:
By: ,�aan.t�- Siw�psa�n,
Name: Janet Simpson
Title: President
Date:
1/19/2025
City of Fort Worth, Texas
Standard Agreement for Professional Services AMENDMENT
Revision Date: 3/20/2020
Page 2 of 2
By:
Name: Douglas Black
Title: Senior Assistant City Attorney
Contract Authorization:
M&C: 24-0976
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Exhibit 1
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
CITY OF FORT WORTH, TEXAS
Amendment 04 - ATTACHMENT A
SCOPE OF SERVICES — PHASE TWO
I INITIAL INFORMATION
A. Pro�ram
The Fort Worth Convention Center Expansion Project Phase Two Program is based on the Fort Worth
Convention Center Expansion Market and Feasibility Analysis Update, prepared by Hunden Strategic
Partners for the City of Fort Worth. The Phase Two program is also based on the findings of the Phase
Two master plan scope in Phase One of the Project and subsequent discussions. The detailed program will
be further defined at the beginning of the Phase Two project.
City's preliminary program and criteria shall be accomplished within the boundary established by the
Project Scope and Limit Diagram, attached, and incorporated as Attachment "A-1".
B. Phvsical Characteristics
Fort Worth Convention Center is located at 1201 Houston Street, Fort Worth, TX 76102.
Phase Two of the Expansion/Renovation of the Fort Worth Convention Center will consist of two
components — new expansion and renovation of the existing buildings. The scope of work of this
agreement will cover both expansion and renovation.
Phase Two Expansion/Renovation scope of work includes the following components:
(i) Demolition of the existing arena.
(ii) Design of the new convention center expansion, including 50,000-75,OOOsf new exhibit hall/flex
hall, connecting to the existing exhibit hall; 41,000 sf new meeting rooms, 40,000 sf. ballroom.
associated front-of-house and back-of-house spaces, and extension of the Phase One loading
dock.
(iii) Renovation of the existing FWCC spaces, including the existing exhibit hall, meeting rooms, pre-
function spaces, vertical circulation, public restrooms, and administrative offices.
(iv) 9t" Street, Houston Street, and Commerce Street improvements, including but not limited to
sidewalks and additional utility services. Amendments to Storm Water Pollution Prevention Plan,
Drainage Study, Water & Sanitary Sewer Location Study. Platting letter for IRPC, Grading permit
and Franchise Utility Coordination are also included.
C. Budget
Expansion: ----------------$390,000,000
Renovation: --------------$112,500,000
D. Schedule
a) New Expansion Design phase durations:
(i) Programming / schematic design — Target February 1, 2025 — May 30, 2025 (17 Weeks), which
period shall commence upon Architect's receipt of Notice to Proceed by City
Scope of Services — Phase Two Page � 1
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
(ii) Schematic Design Pricing (Performed by CMAR) - Target June 1, 2025 — July 31, 2025 (9 weeks)
Advisory Committee Building Imagery Review Meeting — Target August 1, 2025 — August 8, 2025(1 Week)
b) Renovation of the existing convention center
�
�
Schematic Design Phase: Target February 3, 2025 — May 30, 2025 (17 weeks), which period shall
commence upon Architect's receipt of Notice to Proceed by City
Schematic Design Pricing (Performed by CMAR): Target June 1, 2025 —July 31, 2025 (9 Weeks)
Time durations beyond the control of the Architect, such as the review and approval time of the design
phase documents by government authorities and/or the City, are not included in the durations shown
herein. It is anticipated for the purpose of the Architect maintaining the continuity of the project team
and schedules that, the Owner will strive to review and provide comments and approval so as not to delay
the Architect's delivery. If such delays occur, the Architect's schedule and fee will be re-negotiated
between the City and the Architect and adjusted accordingly.
Construction Commencement: Third Quarter of 2026
E. Delivery Method
Construction Manager at Risk (CMAR)
Multiple Bid Packages to include (i) Initial GMP; (ii) Demo Package; (iii) Foundations; (iii) Core and Shell
Phased Construction.
F. Sustainable Obiective
No Sustainable Objective is provided by the City.
G. City's Representative
The City identifies the following representative to act on behalf of the City with respect to the Project.
Michael Crum, Project Director
David Crabtree, Project Manager
City of Fort Worth
1201 Houston St.
Fort Worth, Texas 76102
Michael.Crum@fortworth.�ov
Broaddus & Associates
905 West Mitchell
Arlington, TX 76013
dcrabtree@broaddusUSA.com
Cell: (972) 215-9198
H. Architect's Representative
The Architect identifies the following representative to act on behalf of the Architect with respect to the
Project.
Rob Svedberg, Principal
Thompson, Ventulett, Stainback & Associates, Inc
1230 Peachtree St. Suite 2700
Atlanta, GA 30309
rsvedberg@tvsdesign.com
Scope of Services — Phase Two Page � 2
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
�
Citv Consultants
The City shall retain the following consultants:
Geotechnical Engineer
J.
Alliance Geo Technical Group
3228 Halifax Street, Dallas, TX 75247
Phone: 972.444.8889
ECS Southwest, LLP
1201 Houston Street, Fort Worth, Texas
Phone: 682.350.2250
Ishtiaque Hossain, PHD, P.E.
IHossain@ecslimited.com
469.701.3306
Architect's Basic Service Consultants
The Architect shall retain the following consultants under Basic Services:
Consultant Architect
Structural Engineer:
Mechanical Engineer:
Electrical Engineer:
Scope of Services — Phase Two
Bennett Partners
640 Taylor Street, Suite 2323
Fort Worth, Texas 76102
Michael J. Bennett, Principal
MBennett@bennett.partners
817.335.4991
Magnusson Klemencic Associates, In
1301 Fifth Avenue, Suite 3200
Seattle, Washington 98101
Derek M Beaman, Senior Principal
dbeaman@mka.com
206.215.8332
JQ Engineering, LLP (MWBE)
100 Glass Street, Suite 201,
Dallas, Texas, 75207
ME Engineers
14143 Denver West Parkway, Suite 300
Golden, CO 80401
Brian Unekis, PE
Brian.Unekis@me-en�ineers.com
303.507.0091
ME Engineers
14143 Denver West Parkway, Suite 300
Golden, CO 80401
Brian Unekis, PE
Brian.Unekis@me-en�ineers.com
303.507.0091
Page � 3
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Plumbing/Fire Protection Engineers
Solare (MWBE)
1300 Summit Ave, Suite 514
Fort Worth, Texas 76102
ME Engineers
14143 Denver West Parkway, Suite 300
Golden, CO 80401
Brian Unekis, PE
Brian.Unekis@m -en�ineers.com
303.507.0091
K. Architect's Supplemental Services Consultants
The Architect shall retain the following consultants under Supplemental Services:
Food Service Consultant:
Civil & Traffic Engineer:
Landscape:
Code:
Culinary Advisors (MWBE)
2004 Stockton Road, Phoenix,
Maryland, 2ll31
Bob Jacobs, FCSI
bob@culinarvadvisors.com
443 243 4814
Dunaway
550 Bailey Avenue Suite 400
Fort Worth, TX 76107
Jeff S. Taylor, PE
jTaylor@dunaway.com
817.335.1121
CCA Landscape Architects (MWBE)
12700 Hillcrest Road, Suite 149
Dallas TX 75230
Caye Cook, Principal
Cave@ccalandscapearch.com
214.739.9105
Studio outside
Landscape Architecture
824 Exposition Ave Ste 5
Dallas, TX 75226
Ken Mendenhall, Principal
kmendenhall@studiooutside.us
214 954 7160
Howe Engineers
141 Longwater Drive, Suite 110,
Norwell, MA 02061
Scope of Services — Phase Two Page � 4
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Audio/Low Voltage/Security/Tech
Interior Design:
Lighting s
Building Enclosure & Maintenance
Andrew Newman, P.E.
Andrew@hoween�ineers.com
781.878.3500x201
J&A Engineering, LLC (MWBE)
4994 Lower Roswell Rd, Suite 1,
Marietta, GA 30068
Jorge Gomez
jgomez@jaengineerin�.net
770 817 4220
Thompson, Ventulett, Stainback & Associates, Inc
1230 Peachtree St. Suite 2700
Atlanta, GA 30309
Tricia Moore
tmoore@tvsdesign.com
404.946.6871
INK+ORO (MWBE)
1025 N Stemmons FWY, STE 410
Dallas, TX 75207
Tiffany Woodson
tiffany@inkandoro.com
469 416 6271
The Lighting Practice
5960 Berkshire Lane, 6th Floor.
Dallas, TX 75225
Jered E. Widmer
jwidmer@theli�htin�practice.com
469 405 9561
Campos Engineering (MWBE)
1331 River Bend Road
Dallas, TX 75247
214 696 6291
Arup
10370 Richmond Avenue, Suite 476
Houston, TX 77042 USA
Felipe Flores
Felipe.Flores@Arup.com
424 410 4418
Muller & Muller LTD (MWBE)
Dana Hunter
750 N St. Paul Street, Suite 610
Dallas, TX 75201
Scope of Services — Phase Two Page � 5
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Graphics & Wayfinding: FocusEGD (MWBE)
1909 Woodall Rodgers Fwy, Suite 415
Dallas, TX 75201
Chris Bauer, Principal
Cbauer@focuse�d.com
ADA/TAS Consultant Access by Design
12720 Hillcrest Road, Suite 1040
Dallas, TX 75230
Kimbely J. Goss
214 348 7758
L. MWBE Consultants Participation
Discipline Percent of Overall Design fee
Structural - JQ Engineering 3.59%
Mechanical - Solare 4.03%
Interior Design — Ink +Oro 1,71%
Food Service — Culinary Advisors 0.48%
AV/LV/Security — J&A Engineering, LLC 1.50%
Lighting Design — Campos Engineering 0.27%
Building Enclosure -Muller & Muller 0.28%
Graphics - FocusGED 0.69%
Landscape - CCA Landscape Architects 2.59%
ADA/TAS Consultant—Access by Design 0.03%
Total 15.16%
M. Transmission and Use Conditions of Instruments of Service
Protocols governing the transmission and use of Instruments of Service or any other information or
documentation in digital form shall be as follows:
(i) For the purposes of the exchange of documents, Electronic Files shall be considered in two
categories: Category 1, read-only (secure) electronic files such as pdfs, scanned images, etc., or
Category 2, open (editable) electronic files which will be exchanged in their native application such as
Building Information Modeling (BIM), word processing, spreadsheets, etc.
(ii) Only Category 1 Electronic Files may be considered governing versions of the Architect's work
product. To the extent documents are marked and/or signed/sealed by the Architect for a specific,
intended purpose such as for permitting, released for construction or a latest revision shall Category
1 electronic files be considered Contract Documents for construction.
(iii) Category 2 Electronic Files are not governing versions of the Architect's work product and are,
therefore, not Contract Documents for construction;
(iv) Category 2 Electronic Files furnished by Architect represent only the temporary status of the file(s) as
of the date of transmittal, which files are subject to modification and revision at any time. The level of
Scope of Services — Phase Two Page � 6
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
development and level of detail represented by computer-aided electronic documents, such as Building
Information Modeling ("BIM"), will be developed and represented at different rates through the design
process and at each phase consistent with the Standard of Care for the Architect;
(v) Under no circumstances are Electronic Files (both Category 1 and 2) to be construed as representing
any actual as built condition;
(vi) Electronic Files (both Category 1 and 2) may not be used for any other Project;
(vii) Recipient acknowledges that Category 2 Electronic Files are for information purposes only and should
not be relied upon by the recipient without independent review and confirmation of all relevant
information;
(viii) Recipient agrees to release, hold harmless, and waive claims against the Architect which might arise as
a result of the recipient's use of Category 2 Electronic Files, or breach of these use conditions;
(ix) Recipient agrees to use reasonable precaution to secure Electronic Files (both Category 1 and 2) against
transmission, whether inadvertent or intended, to parties that are not authorized by the City of the
Project;
(x) Any subsequent revisions or modifications to these Electronic Files (both Category 1 and 2) are the
responsibility of the party making such changes;
(xi) Due to the diagrammatic nature of Electronic Files (both Category 1 and 2) and due to differences in
computer systems, hardware, software, and translation/conversion processes between systems, the
Architect is not responsible for any dimensional inaccuracies or for the accuracy and completeness of
any translation and/or transmittal process from the original file(s);
(xii) Recipient acknowledges that the automated conversion or transfer of electronic documents (both
Category 1 and 2) may introduce inexactitudes, anomalies, corruptions, deletions, or errors.
(xiii) Category 2 Electronic Files in electronic media format or text, data, graphic, or other types that are
furnished by the Architect to a recipient are only for the convenience of the recipient user. Any
conclusion or information obtained or derived from such electronic files will be at the user's sole risk;
(xiv) The Architect makes no representations as to long-term compatibility, usability, or readability of
Electronic Files (Category 1 and 2) resulting from the use of software application packages, operating
systems, or computer hardware different from those in use by the Architect and its consultants at the
time of transmission.
Any use of, or reliance on, all or a portion of a building information model without an agreement to protocols
governing the use of, and reliance on, the information contained in the model and without having those
protocols set forth shall be at the using or relying party's sole risk and without liability to the other party and
its contractors or consultants, the authors of, or contributors to, the building information model, and each of
their agents and employees.
II SCOPE OF ARCHITECT'S BASIC SERVICES
A. General
The Architect's Basic Services consist of those described in this Article II and include structural,
mechanical, electrical, plumbing and fire protection engineering services. Services not set forth in this
Article II are Supplemental or Additional Services.
Scope of Services — Phase Two Page � 7
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
The Architect shall manage the Architect's services, research applicable design criteria, attend Project
meetings, communicate with members of the Project team, and report progress to the City.
The Architect shall coordinate its services with those services provided by the City and the City's
consultants. The Architect shall be entitled to rely on, and shall not be responsible for, the accuracy,
completeness, and timeliness of, services and information furnished by the City and the City's
consultants.
B. Schematic Desi�n Phase Services
The Architect shall review the program and other information furnished by the City, and shall review
laws, codes, and regulations applicable to the Architect's services.
The Architect shall prepare a preliminary evaluation of the City's program, schedule, budget for the Cost
of the Work, Project site, the proposed procurement and delivery method, and other Initial Information,
each in terms of the other, to ascertain the requirements of the Project. The Architect shall notify the City
of (1) any inconsistencies discovered in the information and (2) other information or consulting services
that may be reasonably needed for the Project.
The Architect shall present its preliminary evaluation to the City and shall discuss with the City alternative
approaches to the design and construction of the Project. The Architect shall reach an understanding
with the City regarding the requirements of the Project.
Based on the Project requirements agreed upon with the City, the Architect shall prepare and present,
for the City's approval, a preliminary design illustrating the scale and relationship of the Project
components.
Based on the City's approval of the preliminary design, the Architect shall prepare Schematic Design
Documents for the City's approval. The Schematic Design Documents shall consist of drawings and other
documents including a site plan, and preliminary building plans, sections and elevations; and may include
some combination of study models, perspective sketches, or digital representations. Preliminary
selections of major building systems and construction materials shall be noted on the drawings or
described in writing.
The Architect shall assist the Construction Manager at Rist (CMAR), who will submit to the City an
estimate of the Cost of the Work at the conclusion of the Schematic Design phase.
The Architect shall submit the Schematic Design Documents to the City and request the City's approval
on the form attached and incorporated as Attachment "A-3" — Phase Approval Form.
III SUPPLEMENTAL AND ADDITIONAL SERVICES
A. Supplemental Services
The Architect shall provide the listed Supplemental Services only if specifically designated in the table
below as the Architect's responsibility, and the City shall compensate the Architect as provided in Section
IV. Unless otherwise specifically addressed in this Attachment or this Agreement, if neither the City nor
the Architect is designated, the parties agree that the listed Supplemental Service is not being provided
for the Project.
A description of each Supplemental Service is identified in Attachment "A-2" — Supplemental Service
Descriptions, as attached and incorporated herein.
Scope of Services — Phase Two Page � 8
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Supplemental Services Responsibility
(Architect, City, or not providedJ
Multiple preliminary designs Provided
Measured drawings Not Provided
Existing facilities surveys Not Provided
Site Selection and planning Not Applicable
Building Information Model management responsibilities Not Provided
Development of Building Information Models for post Not Provided
construction use
Civil and Traffic engineering Architect
Landscape design Architect
Architectural interior design Architect
Value analysis Not Provided
Detailed cost estimating beyond that required in Section II Not provided.
On-site project representation Not Provided
Conformed documents for construction Not Provided
As-designed record drawings Architect
As-constructed record drawings Not Provided
Post-occupancy evaluation Not Provided
Facility support services Not Provided
Tenant-related services Not Provided
Architect's coordination of the City's consultants Architect
Telecommunications/data Infrastructure Design Architect
Security evaluation and planning Architect
Commissioning City
Sustainable Project Services Not Provided
Fast-track design services Not Provided
Multiple bid packages Architect
Historic preservation Not Provided
Furniture, furnishings, and equipment design Architect
Other Supplemental Services provided by specialty Architect
Consultants: Audio Visual, Low Voltage, Security, Code, Low
Voltage, Food Services, Graphics/Wayfinding
B. Additional Services
The Architect may provide Additional Services after execution of this Agreement without invalidating the
Agreement.
Upon recognizing the need to perform the following Additional Services, the Architect shall notify the City
with reasonable promptness and explain the facts and circumstances giving rise to the need on the form
attached and incorporated as Attachment "A-4" — Additional Services Authorization Form.
If the services covered by this Agreement have not been completed within Sixty (24) months of the date
of this Agreement, through no fault of the Architect, extension of the Architect's services beyond that
time shall be compensated as Additional Services.
Scope of Services — Phase Two Page � 9
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
C. Subsurface Utilitv Engineering (SUE) and Land Survev
The Architect shall engage a consultant on behalf of the City to perform Subsurface Utility Engineering and
Land Survey. The Architect shall not be liable for the errors on the part of the consultant performing the
Subsurface Utility Engineering and Land Survey. The City shall pay for all services related to SUE and land
survey as a reimbursable expense when approved by the City in advance.
IV FEE SCHEDULE
A. Basic Services
For the Architect's Basic Services described under Article II, the City shall compensate the Architect as
follows:
A Stipulated Sum of Five Million Nine Hundred Seventy-Nine Thousand and Forty-Six Dollars
($5,979,046), shall be earned on the percentage complete for the progress made on the Project.
Architecture $4,235,101
Structural Engineering $821,719
Mechanical, Electrical, Plumbing & Fire $922,226
Protection
Basic Services Total $5,979,046
B. Supplemental Services
For the Architect's Supplemental Services described under Article III A, the City shall compensate the
Architect as follows:
Civil Engineering $39,668
Landscape Design $177,864
Architectural Interior Design $224,555
FF&E $71,857
AV/LV/Security/Technology $102,874
Acoustics $14,807
Lighting $46,175
Code/Life Safety $28,151
Food Service $32,904
Graphics / Wayfinding $47,510
Building Enclosure and Maintenance $94,142
Vertical Transportation $11,516
ADA/TAS Consultant $2,255
Supplemental Services Total $894,278
Total Contract value including Supplemental Services: $6,873,324.
C. Reimbursables: $ 270,718
Including $ 95,500 for Land Survey and SUE
D. Design Allowance: TBD
Approval from the Owner is required for allowance usage. The balance of the unused allowance will be
returned to the Owner.
Scope of Services — Phase Two Page � 10
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
V. SCOPE OF ATTACHMENT
A. Attachment A
Attachment A is comprised of the following documents identified below and incorporated herein:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
Attachment A
Attachment "A-1"
Attachment "A-2"
Attachment "A-3"
Attachment "A-4"
Attachment "A-5"
Attachment "A-6"
Project Scope and Limit Diagram
Description of Architect's Supplemental Services
Phase Approval Form
Additional Service Authorization Form
Hourly Rate Schedule
Invoice Template
TVS Contract & Amendment Summary
Base Contract $99,999.00
Amendment 1 $5,197,778.00
Amendment 2 $99,999.00
Amendment 3 $900,000.00
Amendment 4
Total
$7,144,042.00
$13,441,818.00
End of Attachment "A" — Scope of Services — Phase Two
Scope of Services — Phase Two Page � 11
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Attachment "A-1":
Project Scope and Limit Diagram
z
z Q O z
O � Q O
� Q >
Q � O Q
X Hw W x
-- -- w � � � W
N N W N �
W W p W W
�
�' Q
� �
2 = a 2
d � � d �
O � � O
�
�
�
z
�
O
2
J
Q
U
o�
^Y
��
LL�
LL
LLZ
¢J
U]
�z
��
�L
vl
m�
o,
on
U-
O �
¢7
'Y
wl
��
0
�
�����..,.��
� i
i
� �i
Z
W
�-' Q
O C�
��
�w
�Q
O�
:
:
.
.
�
�
.
�
'• .
�..���,..• � •.....,...� .
'� .- . .
. ■ .
S ■
� .... �
.
■
. �
. •
. .�
■ +
■ r
■ n
■ . ■.
..
� u
■ u
■ ..
------�-------�
■ ..
■ ■■
� n
■ u
� r■
■ ��
■ ,�
. �
■ y
� S
■ 'S
� � It
■ !�
■ �
■ ..
■ ��
� �.
■ ..
• ..
.�
• ,.
• ..
• ..
• ..
. ,
• v
.�� ■ ,
. ■ i
�
a a a
— — — — — — — — — — — — -
a O a s
�
�\ /4� � i�
�.O @'����-`
__,
.
��
�� -,
�1S Hl6 3 --
�
W
Q W
�
�
�
Z
Q
�
�1S Hl8 M
�
�► _
1� o
1 ii
� �
H�
� �'1S H1ZL
■ —
�W
.W
. 2'
■H
. (n
•z
:o
�
.�
0
._
�1S Hl6 6 M
:
:
:
.
�
.
l _
�f
:
:
.
�
.
� �_
—" �1S Hl6 M ;
:
■
■
•
.
.
'1S Hl8 M
Y
�
Q
�
W
�
i
2
-----J
-----,
i
i
i
�_'\
.,\ \
/
%
!
H
�
Z
O
F
�
O
�
Y
U
O
�
x
�
N
W
Q
2
a
�1S Hlb6 M
oZ
�Q
;Y
��
m_
LL]
LLZ
¢J
U]
�Z
w�
�L
vl
��
o,
on
U-
O �
mL
n�
a�i�
�Y
wl
��
0
�
N M
� �.
1�
�
� �,... .��
.---: , •••' '• .�-- -
� '.
.••.
. •
:�
.................................. :
• .....
� -.
. ■
.
. .+
. •
. �
. �
. �
. •
. �
� ■
� �
■ .
� .
I N� � �
� .
� �
�
1��
�.., .
1�1 :
R�
V�
1
�
1
�11 �
� �
■ �
� �
■ �
� �
�
■ �
� �
■ �
� �
■
� '�
i �
■
■
■ ��
■ •
■ •
■
� � �
� � � ��
Z Q ■ ■
W J � ■
d W ■ �7
O CO '� �
. ■
. .
. .
.
. .
. ■
. ,
. ■
. .
. ■
. .
. ■
. ■
. .
. ■
.
. �
. �
, — .
. �
. .
. ■
. .
. �
. ■
. .
. ■
. .
v �
F � �
z
w�
aW �
Om
a s
�
\ J
��
`� �
���
H�
oZ
�Q
;Y
��
m_
LL]
v
LLZ
¢J
U]
�Z
w�
�L
vl
��
o,
on
U-
O �
mL
n�
a�i�
�Y
wl
��
0
�
�
z
a
�
0
0
�
a
m
�
Z
F
�
X
W
V �
m z
= W
W w
N U
W
�a
a�
��
O � 4
il
�
lf )
�,...
,.. ._,.•y• '•�•.... . �
■ �R• � • �� �
� ���•
� �
■ �
i
•+ �
. ,
; • ------•.......•.•-......; ......,
.- .
. . . •
. . . .
. . . •
. . . .
. . ■ — :
: . .
. . � •
'� . . .
. � , .
. � � .
■ � � .
. : � .
' ■
■
. �
� ...........................ti�. .
�
■ :
�
' �������������r�r��rrr�r�..r��
� .
� 1 •
I � ■
� 1 •
I � ■
■
� � •
I � �
� 1 •
I � ■
� 1 •
I � ■
�
� j •
I � ■
� 1 •
I � � •
� � ' •
1
I � ■
I � ■
1 •
I � ■
� j ■
I � ;
I � .
I � '
I ' �
I � •
I ' �
I � �
�
I ' �
� •
I � •
I � :
I � •
I ' '
.
I wuu.ru.n.uuuu�M
I , �
L
---�
�-------�
�"""' �
� 1
i
""""""' ;
i
1�11�1
1�11�1
� � �:
1
1
� '
� .
M
v v
r a
��
H�
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Attachment "A-2":
Description of Architect's Supplemental Services
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Attachment "A-2"
Description of Architect's Supplemental Services for Schematic Design Phase
• Civil and Traffic Engineering
• Landscape
• Architectural Interior Design & FFE
• Food Service
• Audio Visual
• Security
• Telecom
• Acoustic
• Code/Life Safety
• Graphics/Wayfinding
• Vertical Transportation
• Building Envelope and Maintenance
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
I. Civil and Traffic Engineering
A. Public Improvements: Parkway improvements along West 9th Street, Houston Street,
and Commerce Street, including but not limited to sidewalk improvements and
additional utility services.
B. Storm Water Pollution Prevention Plan (SWPPP)
C. Drainage StudyAmendment— Prepare a revised drainage studyforthe site as
required by the City of Fort Worth.
D. Water and Sanitary Sewer Loading Study Amendment
E. Platting Letterfor IPRC
F. Grading Permit
G. Franchise Utility Coordination
H. Owner Meetings and conference calls
I. Civil—ConstructionAdministration
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
II. Landscape Design
A. Landscape design and criteria shall be in accordance with the requirements of the
codes and regulations that have been adopted bythe authority havingjurisdiction,
consistent with the fire, life safety, and property protection code program, ADA, and
related regulations, and in accordance with the Owner's Program and other
standards established by the Owner.
B. The landscape architect is responsible for the design and documentation of the
exterior landscape and hardscape design for the project. The scope of the design
will be within the defined project limits. These services will include:
1. Selection of plant material
2. Design of irrigation systems
3. Design of hardscape including material selection.
C. The landscape architect collaborates with the Architect and through the Architect
with all other consultants, including but not limited to Structural, Mechanical,
Electrical, Plumbing, and Fire Protection Engineers, Interior designers, Food Service,
Site Civil engineers, Acoustical, Audiovisual, etc. as pertinent to provide
coordinated design and documentation.
D. For each phase of the Work, the Landscape Architect will participate in an effort (to
be directed by the Architect) to coordinate this part of the work with the other
portions of the project. The Landscape Architect's services will be performed in a
manner, sequence, and timing to allow coordination with those of the Architect and
other consultants for the Project.
E. Budgetary limitations shall not be a justification for breach of sound principles of
design. In the event the Landscape Architect cannot design its portion of the Project
using such sound principles of design within the project budget, or if any proposed
value engineering or scope reduction would create such a breach, immediate
written notice shall be given to the Architect.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
III. Architectural Interior Design & FFE
A. The Professional Services to be performed by the Interior Designer will include the
Owner's Program elements related to public spaces, banquet and meeting areas,
food and beverage venues, administrative offices, public restrooms, and exterior
terraces.
B. The Interior Designer will provide design intent related to room shape and
configuration relevant to areas of Project Scope and program areas of responsibility.
C. The Interior Designer will design, and document applied finishes, millwork,
cabinetry, decorative trim, decorative elements, special features, decorative
partitions, and decorative hardware in accordance with the established building
program. The Architect will design and document the building shell and core
elements, including substrates for interior applied finishes, millwork, and specialty
features.
D. The Interior Designer will assist the Architect in the preparation of a detailed project
design and documentation schedule related to the Interior Design Scope of Work in
collaboration with the requirements of the Architect, other consultants, Owner, and
Contractor.
E. For each phase of the Work, the Interior Designer will work with Architect to
ascertain the requirements for that phase of the Work, will attend necessary
conferences, will be available for general consultation, will prepare the necessary
documentation, and will make appropriate recommendations.
F. For each phase of the Work, the Interior Designer will participate in an effort (to be
directed by the Architect) to coordinate this part of the work with the other portions
of the project. The Interior Designers' services will be performed in a manner,
sequence, and timing to allow coordination with those of the Architect and other
consultants for the Project.
G. For each phase of the Work, the Interior Designer will, if requested, consult with the
Architect to develop a preliminary estimate of Cost for this part of the Project.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
H. Interior Drawings and Specifications will be provided in the appropriate format, size,
scale, and numerical sequence as directed by the Architect. A general furniture
layout will be provided.
FF&E, Furniture, Fixtures, and Equipment, services, and documentation.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
IV. Food Service
A. Food Service Design and criteria shall be in accordance with the requirements of
the codes and regulations that have been adopted by the authority having
jurisdiction, consistent with the fire, life safety, and property protection code
program, and in accordance with the Owner's Program and other standards
established bythe Owner.
B. The food service consultant shall meet with the Local Code Officials and Health
Department with the Architect as required to facilitate understanding and
acceptance of the Design.
C. The food service consultant shall collaborate with the Architect and through the
Architect with all other consultants that may include but not be limited to the
Structural Engineer, Mechanical Engineer, Electrical Engineer, Plumbing Engineer,
Fire Protection Engineer, Acoustical Consultant, Interior Designer, the Specialty
Lighting Designer, Graphics Designer, Vertical Circulation Consultant, Hardware,
Landscape, Civil, Code Consultant, etc. as pertinent to provide coordinated design
and documentation.
D. For each phase of the Work, Food Service Consultant will work with Architect to
ascertain the requirements for that phase of the Work, will attend necessary
conferences, will be available for general consultation, will prepare the necessary
documentation, and will make appropriate recommendations.
E. For each phase of the Work, the Food Service Consultant will participate in an effort
(to be directed by the Architect) to coordinate this part of the Work with the other
portions of the project. The Food Service Consultant's services will be performed in
a manner, sequence, and timing to allow coordination with those of the Architect
and other consultants for the Project.
F. For each phase of the Work, the Food Service Consultant will, if requested, consult
with the Architect and others as determined by the Architect in the development of
a preliminary estimate of Construction Cost for this part of the Project.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
G. Food Service Consultant will prepare designs for all necessary Food Service spaces,
including but not limited to food service venues such as retail food outlets,
employee dining, kitchens, pantries, beverage stations, back-of-house corridor
staging areas, receiving, storage, preparation, serving, cleaning, and waste
management spaces. Refer to the project program for clarifications of specific
spaces within this project.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
V. Audio-Visual
A. Audio-visual Design and criteria shall be in accordance with the requirements of the
codes and regulations that have been adopted bythe authority havingjurisdiction,
consistent with the fire, life safety and property protection code program, ADA and
related regulations, and in accordance with the Owner's Program and other
standards established by the Owner.
B. The Audio-visual consultant shall collaborate with the Architect and through the
Architect with all other consultants that may include but not be limited to the
Structural Engineer, Mechanical Engineer, Electrical Engineer, Fire Protection
Engineer, Plumbing Engineer, Telecommunications Designer, Security Designer,
Food Service Designer, Interior Designer, the Specialty Lighting Designer, Graphics
Designer, Vertical Circulation Consultant, Hardware, Landscape, Civil, Code
Consultant, etc. as pertinent to provide coordinated design and documentation.
C. For each phase of the Work, the Audiovisual Consultant will work with Architect to
ascertain the requirements for that phase of the Work, will attend necessary
conferences, will be available for general consultation, will prepare necessary
documentation, and make appropriate recommendations.
D. For each phase of the Work, the Audiovisual Consultant will participate in an effort
(to be directed bythe Architect) to coordinate this part of the workwith the other
portions of the project. The Audiovisual Consultant's services will be performed in a
manner, sequence, and timing to allow coordination with those of the Architect and
other consultants for the Project.
E. The Audiovisual Consultant will prepare documents and specifications in
accordance with the Owners purchasing requirements including three equal
sources for each element to be purchased in publicly bid projects.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
VI. Security
A. The Security Consultant will provide design services for the building's security and
surveillance systems. The Security Consultant will work closely with the Architect,
Electrical Engineer, Building Owner/Operator and Local officials with jurisdiction for
the project to determine layouts to be used and types of equipment that are
compatible with and enhance the building's functionality and architectural
character. The consultant will provide information to the electrical engineer for
incorporation into the electrical drawings of the building.
B. The Security Consultant shall collaborate with the Architect and through the
Architect with all other consultants including, but not limited to Structural,
Mechanical, Electrical, Plumbing, and Fire Protection Engineers, Interior Designer,
Food Service, Landscape Architect, Site Civil Engineer, Acoustical, Audiovisual, etc.
as pertinent to provide coordinated design and documentation.
C. For each phase of the Work, the Security Consultant will work with Architect to
ascertain the requirements for that phase of the Work, will attend necessary
conferences, will be available for general consultation, will prepare necessary
documentation, and make appropriate recommendations.
D. For each phase of the Work, Engineer will participate in an effort (to be directed by
the Architect) to coordinate this part of the Work with the other portions of the
Project. Engineer's services will be performed in a manner, sequence, and timing to
allow coordination with those of the Architect and other consultants for the Project.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
VII. Telecommunication
A. The Telecommunications Consultant will provide design services for the building's
telephone and data transmission systems. This workwill be documented in two
packages: a base building package that includes the conduit and other basic
infrastructure for the system within the building; and a procurement package for the
bidding of the system. The consultant will consult with the Owner to assist in
determining the most advantageous means of providing the telephone and data
communications system within the building.
B. The Telecommunication Consultant shall collaborate with the Architect and through
the Architect with all other consultants including, but not limited to Structural,
Mechanical, Electrical, Plumbing, and Fire Protection Engineers, Interior Designer,
Food Service, Landscape Architect, Site Civil Engineer, Acoustical, Audiovisual, etc.
as pertinent to provide coordinated design and documentation.
C. For each phase of the Work, the Telecommunications Consultant will work with
Architect to ascertain the requirements for that phase of the Work, will attend
necessary conferences, will be available for general consultation, will prepare
necessary documentation, and make appropriate recommendations.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
VIII. ACOUStICS
A. Room acoustics
1. Set acoustical criteria based on user needs and expectations for room
acoustics, speech intelligibility, and other architectural acoustic requirements.
2. Assist in the determination of the quantity, type, and location of acoustical
finishes within acoustically sensitive spaces in the project.
3. Assist in the coordination of acoustical materials so that they best integrate with
the architectural design in a way that is aesthetically appropriate for the
architectural design of the building.
4. Identify material selections and their acoustical properties for inclusion in the
architectural construction documents.
B. Architectural Noise Control
1. Identify with the design team the sensitive areas where good sound isolation is
required.
2. Set Sound Transmission Class (STC) criteria for sound transmission in and out of
the spaces.
3. Review the adjacent spaces for which potential sound isolation conflicts might
occur and make architectural recommendations to help control the transfer of
objectionable sound between these areas.
4. Provide recommendations for the design, specification and construction of
partitions, doors, windows, and other sound isolating elements to meet the
expectations of noise control within the spaces identified as acoustically
sensitive.
C. Mechanical Noise and Vibration Control
1. Assign HVAC noise criteria (NC) values to the air conditioned/ventilated, noise
sensitive spaces to meet Owner expectations and industry standards for
acceptable background noise levels from mechanical equipment, for use by the
Mechanical Engineer in their design efforts.
2. Reviewthe HVAC design prepared bythe Mechanical Engineerto determine if
the calculated noise levels meet appropriate HVAC noise criteria.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
3. Review potential plumbing and electrical noise and vibration created by building
services which may negatively impact acoustically sensitive spaces and provide
recommendations to the design team to mitigate unwanted noise intrusions.
4. Should any noise mitigation revisions to the design be warranted, we will work
with the appropriate Engineer(s) and provide recommendations to reduce
mechanical system noise to the desired level.
5. Vibration control recommendations will be for mechanical and electrical
equipment only.
D. Post Construction Testing
1. Work with the Architect and Owner to determine where acoustic testing is most
relevant and develop a plan to complete sound isolation, reverberation time,
and background noise measurements in representative spaces under acoustic
consultant's scope.
2. Provide acoustic testing of sound isolation constructions for comparison to the
design noise isolation expectations; data will be presented as Noise Isolation
Class (NIC) ratings.
3. Provide background noise level testing for comparison with design
recommendations. Ambient levels may be presented as Noise Criteria (NC) or
overall dBA levels, unless other metrics are required.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
IX. Code
A. Basic service code consulting service shall include preparation of a summary of the
requirements of the codes and regulations that have been adopted by the authority
havingjurisdiction relative to life safety and property protection, as well as
preparation of a comprehensive fire, life safety and property protection code
program, to address issues unique to the building type not addressed in the adopted
codes and regulations related to life safety and property protection. This program
will be negotiated with local authorities havingjurisdiction and will result in their
ultimate approval of the program. It may include code interpretations, equivalency
protection measures, and variances (any or all of which may deviate from the letter
of the code) that have been accepted by the Authority Having Jurisdiction as equal
to the intent of the code language. This program may contain ramifications affecting
any or all of the design disciplines participating in the project.
B. The Code Consultant shall collaborate with the Architect and through the Architect
with other consultants regarding the Fire, Life Safety and Property Protection
Program on their part of the work. These may include but not be limited to the
Structural Engineer, Mechanical Engineer, Electrical Engineer, Fire Protection
Engineer, Plumbing Engineer, Audiovisual Designer, Telecommunications Designer,
Security Designer, Audiovisual, etc.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
X. Graphics / Wayfinding
A. The Graphic Consultant will provide design services for the graphic sign system for
the project including both building and site signage. This system may include
building identification signs, directional signs, informational signs and space
identification signs.
B. Graphics/Signage design and criteria shall be in accordance with the minimum
requirements of the codes and regulations that have been adopted by the authority
havingjurisdiction, consistent with the fire, life safety and property protection code
program, ADA and related regulations, and in accordance with the Owner's Program
and other standards established by the Owner.
C. The Graphic Consultant shall collaborate with the Architect and through the
Architect with all other consultants including, but not limited to Structural,
Mechanical, Electrical, Plumbing, and Fire Protection Engineers, Interior Designer,
Food Service, Landscape Architect, Site Civil Engineer, Acoustical, Audiovisual, etc.
as pertinent to provide coordinated design and documentation.
D. The following services are not included. If desired or required by the Owner, they
may be provided as additional services.
1. Development of a "logo",
2. Advertising signage,
3. Naming sponsorship signage,
4. Electrical marquis and exterior temporary banners
5. Project building logo
6. Food venue menu
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
XI. Vertical transportation
A. Evaluate and determine the numbers and types of elevators best suited for the
project, hydraulic or traction, capacity, speed, type of loading, type and size of door
opening, and cab dimensions.
B. Determine the numbers, step width, and speed of the escalators.
C. Determine elevator hoist way dimensions, pit depth, overhead, and machine room
dimensions.
D. Provide related information to elevator/escalator, including horsepower, running
currents, starting currents, smoke detectors, machine room and pit access,
disconnects, heating and cooling of the machine room, and emergency
communication.
E. Provide an estimate of structural loads created bythe elevator/escalator
equipment.
F. Determine specific needs for new elevators, including CCTV cameras, card readers,
emergency power, etc.
G. Provide detailed performance-based specifications for pricing for the new
elevator/Escalator. Provide a complete list of related work to be included in bid
specifications by other design team members.
H. Provide consultation on the design and detailing of the elevator cabs, including
lighting, ADA, fireman access, and other local code requirements.
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
XII.Building Envelope and Maintenance
A. Building envelope and maintenance consulting services for envelope components
above grade only include fa�ade design, faced access, and waterproofing as a
single integrated service.
B. The key project aspects include:
1. Code requirements and standards
2. Performance criteria
3. Cost Considerations
4. Aesthetic objectives and design criteria
5. Finishes, materials, and fa�ade systems
6. Issues related to panels and glass sizing
7. Technical challenges and cost constraints
8. Fa�ade maintenance and access points
C. Schematic Design Phase:
1. Establish design performance parameters for the proposed cladding and glazing
systems. Establish appropriate glazing types and fa�ade elements to match
architectural aspirations.
2. Schematic Basis of Fa�ade Design Report includes a description of cladding
schemes with supporting sketches of each system (typical plans, elevations,
and a few details), a brief description of how each system works, and proposed
materials. Summary of recommended performance targets for each cladding
system based upon client requirements, aesthetics, and cost. These would
cover structural, thermal, visual, daylighting, durability and fa�ade access
criteria, waterproofing approach, and thermal performance (U and SHGC
values) of cladding and glazing components.
3. Initial Building Maintenance and access strategy
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Attachment "A-3":
Phase Approval Form
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
ATTACHMENT A-3
TO STANDARD FORM OF AGREEMENT
OWNER AND ARCHITECT
PHASE APPROVAL FORM
DATE:
T0: Thompson, Ventulett, Stainback & Associates, Inc
2700 Promenade
1230 Peachtree Street, NE
Atlanta, Georgia 30309
RE: Phase Approval
TVS&A PROJECT NUMBER: 11410D
APPROVED: Design Phase approval for (Programmin�) (Schematic Design Phase Services) (Design Development Phase
Services) (Construction Documents Phase Services) as defined in the Owner Builder/Architect Aereement
By execution of this document, you hereby authorize the architect to proceed with the next Phase for the
project. This authorization is made after our (Month/Day/Year)
review of the (Prosramming )(Schematic Desi�n Phase Services) (Desi�n
Development Phase Servicesl (Construction Documents) as prepared by the Architect and its consultants.
No exceptions
Exceptions as per attached list:
The estimated Construction Cost Budget is authorized at _
Dollars ($ )
OWNER:
Authorized By:
Title/Date
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Attachment "A-4":
Additional Service Authorization Form
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Exhibit 2: Attachment A-4
TO STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND ARCHITECT
ADDITIONAL SERVICES AUTHORIZATION
T0: Brian Glass, David Crabtree
TVS Base Project Number: 11410D*000
DATE:
FROM:
ASA No:
In accordance with Article III, Paragraph B of the Owner / Architect Agreement Attachment A, Scope of Service — Phase One, written
authorization by the Owner is hereby requested for the performance of the below-listed Additional Service.
Additional Services Title:
Services to be performed by:
Description of Services:
COSTS:
Architecture - TVS + BP
Structure — MKA
MEPF - ME
Hourly Hourly with
Estimated Estimated Max. Lump Sum
$ $ �
$ $ $
$ $ $
Total $
Authorized by:
Invoiced Amt.
$
$
$
Submitted by:
Architect
Owner
Date Date
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Attachment "A-5":
Hourly Rate Schedule
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Attachment A-5: Hourly Rates
Thompson, Ventulett, Stainback & Associates, Inc (2025)
Classification Hourly Billing Rate
Sector Principal $475
Principal (Level 1) $325
Associate Principal (Level 2) $250
Senior Associate (Level 3) $190
Associate (Level 4) $155
Design Professional (Level 5) $125
Specification Writer $170
Intern (Level 6) $100
Quality/Operations 1 $230
Quality/Operations 2 $160
Quality/Operations 3 $130
Quality/Operations 4 $105
Quality/Operations 5 $90
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Bennett Partners (2025)
Classification Hourly Billing Rate
Principal $400
Associate Principal $285
Senior Design Lead $270
Senior Project Manager $260
Project Manager $230
Senior Project Architect $200
Project Architect $175
Senior Project Coordinator $160
Project Coordinator $145
Senior Interior Designer $200
Interior Designer $175
Interior Designer Project Coordinator $145
Construction Administrator $155
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
ME Engineers
Classification Hourly Billing Rate
Senior Principal $350
Principal $315
Associate Principal $300
Sr. Associate $275
Associate $260
Senior Project Manager $250
Project Manager $215
Project Engineer $185
Engineer $170
Designer $160
Sr. BIM Coordinator $150
BIM Coordinator $145
CAD Technician $130
Administrative Staff $125
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Magnusson Klemencic Associates (MKA) 2022
Classification Hourly Billing Rate
Senior Principal (Senior Vice President) $400
Principal (Vice President) $350
Senior Associate $300
Associate $250
Senior Engineer $210
Engineer $175
Senior BIM Specialist $190
BIM Specialist $155
Administrative Support $110
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Civil - Dunaway (2025 Standard Hourly Bill Rate Schedule)
Classification Hourly Billing Rate
Administrative $90-$160
Information Systems $110-$121
Marketing/Business Development $95-$275
Financial $128-$286
Civil Technician $118-$139
Civil Designer $65-$145
Graduate Engineer $140-$161
Project Engineer $157-$217
Managing Engineer $175-$193
Technical Engineer $227-$303
Project Surveyor $169-$198
Survey Party Chief $140-$187
Survey Technician $95-$146
Survey Field Assistant $75-$91
GIS $108-$171
Planner $115-$243
Planning Analyst $116-$142
Landscape Designer $119-$145
Landscape Architect $121-$250
Environmental Scientist $116-$176
Intern $75-$83
Construction Inspectors $132-$150
Discipline Lead $159-$270
Engagement Manager $240-$341
Line of Business Manager/Executive $240-$341
Regional Manager/Executive $265-$292
Managing Partner $400-$440
Chairman/President $475-$550
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Food Service - Culinary Advisors (2025)
Classification Hourly Billing Rate
Principal, Designer and Project Manager $250
Project Manager and Designer $175
Associate Project Manager and Designer $140
Project Specialist/BIM Technician $110
Adjunct Consulting Staff $100-$225
Code - Howe Engineers (2025)
Classification Hourly Billing Rate
Principal/Partner $295
Associate Principal $270
Project Director $255
Project Manager $240
Senior Engineer $225
Associate Engineer/Consultant $205
Fire Protection Engineer/Consultant $185
Fire Protection Designer $150
Fire Protection Technician $125
Signage - FocusEDG (2025-2027)
Classification Hourly Billing Rate - Hourly Billing Rate - Hourly Billing Rate -2027
2025 2026
Principal $205 $210 $220
Vice President $195 $200 $215
Associate $135 $140 $150
Professional Staff $115 $120 $125
Specialty Lighting - The Lighting Practice
Classification Hourly Billing Rate
Principal $285
Associate Principal $240
Director $210
Associate $185
Senior Lighting Designer $165
Lighting Designer II $140
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Lighting Designer I $120
Designer $100
Curtain Wall / Building Envelope - Arup
Classification Hourly Billing Rate
Principal $395
Associate Principal $280
Associate $240
Senior Fa�ade Engineer / Designer $220
Fa�ade Engineer/ Designer $150
Graduate Fa�ade Engineer /Designer $125
Project Administrator $115
AV/LV/Technology/Security — J&A Engineer
Classification Hourly Billing Rate
Principal $165
Staff Senior Engineer $145
Revit Engineer $115
Administrative Support $65
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Attachment "A-61,:
Invoice Template
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
invoice
Attention:
For Professional Services rendered by
LUMP SUM PHASES
Stage Name Fee
Schematic Design -
Architecture
Schematic Design -
Interiors
Schematic Design -
Consultants
Design Development -
Architecture
Design Development -
Interiors
Design Development -
Consultants
Total
Invoice:
Date:
Reference:
Project No.: 11410
Due Date:
Percentage
Complete
0.00
0.00
0.00
0.00
0.00
0.00
Total Fee Invoiced To Date Current Amount
Earned
$0.00 $0.00 $0.00
$0.00 $0.00 $0.00
$0.00 $0.00 $0.00
$0.00 $0.00 $0.00
$0.00 $0.00 $0.00
$0.00 $0.00 $0.00
$0.00 $0.00 $0.00
Subtotal $0.00
Docusign Envelope ID: CD5206C4-7289-4C49-A1 F6-F4FAB9E6575D
Please make checks payable to Thompson, Ventulett, Stainback & Associates, Inc.
For questions about this invoice please contact Lei Gao
outstanding invoices
Invoice Number
Date
Amount
Tota I
$0.00
wiring instructions
—
hompson, Ventulett, Stainback & Associates, Inc. Routing No. 061000104
SunTrust Bank, Atlanta Account No. 1000002932134
1155 Peachtree St. NE �Swift No : SNTRUS3A
Atlanta, GA 30309 �Attention: Jessica Pressley-Willis
M&C Review
A CITY COUNCIL AGEND
Create New From This M&C
DATE: 11/12/2024 REFERENCE
N O..
**M&C 24- LOG NAME:
0976
CODE: C TYPE: CONSENT PUBLIC
HEARING:
Page 1 of 4
Official site of the City of Fort Worth, Texas
FORT��'ORTH
_�_
25FORT WORTH
CONVENTION CENTER
EXPANSION PHASE 2
NO
SUBJECT: (ALL) Authorize Execution of Amendment No. 3 to the Professional Services Agreement
with Broadus & Associates, Inc. in the Amount Up to $1,200,000.00 for a Total Contract
Value of $4,169,475.00, and Amendment No.4 to the Professional Services Agreement
with Thompson, Ventulett, Stainback & Associates, Inc., in the Amount Up to
$7,144,042.00 for a Total Contract Value of $13,441,818.00, for Design and Construction
Administration Services, and Authorize Execution of Amendment No.3 Construction
Manager at Risk Contract with HunUByrne/Smith, a Joint Venture, in the Amount Up to
$5,000,000.00, for a Total Contract Value of $86,752,135.00, and Adopt Appropriation
Ordinances and Amend the Fiscal Years 2025 - 2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of amendment No.3 to the professional services agreement with Broadus
& Associates, Inc., in the amount not to exceed $1,200,000.00 for a total contract value
of $4,169,475.00, for project management services;
2. Authorize execution of amendment No.4 to the professional services agreement with
Thompson, Ventulett, Stainback & Associates, Inc., in the amount not to exceed
$7,144,042.00 for a total contract value of $13,441,818.00, for design and construction
administration services;
3. Authorize execution of amendment No.3 construction manager at risk contract with
Hunt/Byrne/Smith, a Joint Venture, in the amount not to exceed $5,000,000.00, for a total
contract value of $86,752,135.00;
4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations
in the Culture and Tourism Fund, in the amount of $7,990,040.00, by decreasing
appropriations in the contribution to fund balance in the amount of $7,009,960.00, by
increasing use of fund balance in the amount $7,990,040.00, and increasing capital interfund
transfers out in the amount of $15,000,000.00, for the purpose of transferring to the Culture
and Tourism Capital Projects Fund;
5. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations
in the Culture and Tourism Capital Projects Fund, in the amount of $15,000,000.00,
transferred from the Culture and Tourism Fund, for the purpose of funding the FWCC
Expansion & Project Management project (City Project No. 102582); and
6. Amend the Fiscal Year 2025 Adopted Budget and Fiscal Years 2025-2029 Capital Improvement
Program.
DISCUSSION:
The purpose of this Mayor and City Council Communication (M&C) is to recommend that the City
Council authorize amendments to three contracts associated with Phase 2 of the expansion of the Fort
Worth Convention Center and adopt appropriation ordinances.
The expansion project is being accomplished in two phases. The Phase 1 includes the construction of
new state-of-the-art food & beverage facilities, demolition of the east annex, straightening of Commerce
http://apps.cfwnet.org/council�acket/mc review.asp?ID=32682&councildate=ll/12/2024 1/21/2025
M&C Review
Page 2 of 4
Street (to create a site for a future convention hotel) and building new covered loading docks.
Construction for Phase 1 started in summer 2023 and it is approximately fifty percent complete by
schedule. In the spring of 2024 voters and Council approved an increase in the hotel occupancy tax
rate (M&C 24-0312) to fund Phase 2 of the expansion. This second phase will replace the arena
with additional exhibit halls, ballroom, meeting rooms, and refurbish the existing facility. To accomplish
this project the City has engaged the services of a Project Manager (Broaddus & Associates, Inc.), a
Design Team (Thompson, Ventulett, Stainback & Associates, Inc.), and a Construction Contractor
(Hunt/Byrne/Smith, a Joint Venture).
Project Management: Broaddus & Associates, Inc. was selected to provide project management
services for the expansion of the Fort Worth Convention Center through a competitive process and on
November 30, 2021, City Council authorized the execution of a professional services agreement, in the
amount of $2,313,927.00 (M&C 21-0934). Staff administratively executed amendment No.1 to the
professional services agreement, in the amount of $99,390.00, to provide additional professional
services. Council authorized Amendment No.2, in the amount of $556,158.00, provided project
management services for the related study the Fort Worth Water Gardens (M&C 23-0930). With the
execution of amendment No.3, the total value of the professional services agreement will be
$4,169,475.00.
Design Team: Thompson, Ventulett, Stainback & Associates, Inc., partnered with Bennet Partners, Inc.,
was selected through a competitive process to provide design and construction administration services
associated with the expansion of the Fort Worth Convention Center. Council approved an initial
professional services contract to provide programing for the project in September of 2022 (M&C 22-
0695). This contract has been amended three times to provide required services. With the execution of
amendment No.4, design and construction administration services for Phase 2 will be provided, and the
total value of the professional services agreement will be $13,441,818.00.
Construction Contractor: A Construction Manager at Risk (CMAR) contractor was selected through a
competitive process. On November 29, 2022, City Council authorized (M&C 22-0971) the execution of
a Construction Manager at Risk (CMAR) contract with HunUByrne/Smith, a Joint Venture, in an amount
not to exceed of $30,000,000.00. On September 12, 2023, City Council authorized (M&C 23-0768) the
execution of Amendment No.1 in an amount of $43,000,000.00. On September 12, 2023, City Council
authorized (M&C 23-0768) Amendment No.2 in an amount of $8,725,135.00. With the execution of
amendment No.3, construction of specific portions of the project will be provided, and the total value of
the CMAR Contract will be $86,725,135.00.
Budget - The current project costs are described in table below:
FWCC Expansion Phase 1& Phase 2(Partial) Cost
Project Management Fees $4,169,475.00
Design Fees $13,441,818.00
Construction Cost $86,725,135.00
Administrative Costs (Staff Time, ITS, AV, Security,
Public Art, Utilities, FF&E, Moving Costs, $6,636,253.12
Contingencies)
TOTAL $110,972,681.12
The current budget represents Phase 1 and portions of Phase 2. Project Management and Design
Fees are for the anticipated efforts through the completion of the project.
Funding - The project was initially funded through a$52,000,000.00 ARPA Grant funds (M&C 21-
0934) and $43,000,000.00 in 2023 Combination Tax and Revenue Certificates of Obligation bonds
(M&C 23-0250). In order to award this agreement, the Public Events Department recommends using
existing Culture & Tourism (C&T) fund balance as the interim capital advance appropriation and as the
source to make progress payments until the sale of the 2025 Certificates of Obligation, at which time
such funding will replace the advanced capital funding and the C&T fund balance will be restored in its
full amount. As designs and plans are completed, the construction contractor will provide estimates
and the construction cost will increase, there will be future M&Cs before Council. It is anticipated that a
http://apps.cfwnet.org/council�acket/mc review.asp?ID=32682&councildate=ll/12/2024 1/21/2025
M&C Review
Page 3 of 4
final project budget will be in the range of $600,000,000.00 and $700,000,000.00. Additional funding
will be appropriated in the project on a future M&C to cover all estimated project costs.
Waiver of Building Permit Fees - In accordance with the City Code of Ordinances, Part II, Chapter 7-
1 Fort Worth Building Administrative Code, Section 109.2.1, Exception 2; "Work by non-City personnel
on property under the control of the City of Fort Worth shall be exempt from the permit fees only if the
work is for action under a contract that will be or has been approved by City Council with notes in the
contract packages stating the fee is waived."
Business Equity Office - Broaddus 8� Associates agrees to maintain its initial M/WBE commitment
of 27\% that it made on the original agreement and extend and maintain that same M/WBE
commitment of 27\% to all prior amendments up to and inclusive of this Amendment No. 3. Therefore
Broaddus & Associates remains in compliance with the City's M/WBE Ordinance and attests to its
commitment by its signature on the acceptance of Previous M/WBE Commitment form executed by an
authorized representative of its company.
Business Equity Office- Thomson, Ventulett, Stainback & Associates, Inc. agrees to maintain its
initial M/WBE commitment of 15\% that it made on the original agreement and extend and maintain
that same M/WBE commitment of 15\% to all prior amendments up to and inclusive of this Amendment
No.4. Therefore Thomson, Ventulett, Stainback & Associates, Inc. remains in compliance with the
City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous
M/WBE Commitment form executed by an authorized representative of its company.
The Fort Worth Convention Center is located in COUNCIL DISTRICT 9 but will benefit all council
districts.
The actions in this M&C will amend the Fiscal Year 2025 Adopted Budget as approved in connection
with the Ordinance 27107-09-2024 effecting the budget of the municipal government of the City of Fort
Worth for the ensuing Fiscal Year beginning October 1, 2024, and ending September 30, 2025, Section
2. Special Revenue Funds and Section 7. Capital Improvements.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Culture & Tourism Fund and
upon approval of the above recommendations and adoption of the attached appropriation ordinances,
funds will be available in the Culture & Tourism Cap Projects Fund of the ARPA FWCC Expansion &
Prj Mgmt project to support the execution of the contract and agreements. Prior to an expenditure
being incurred, the Property Management and Public Events Department have the responsibility of
verifying the availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Departmen� Account Project Program Activity Budget Reference # Amount
ID ID _ _ Year �(Chartfield 2) �
Submitted for City Manager's Office b�
Originating Department Head:
Additional Information Contact:
William Johnson (5806)
Michael Crum (2501)
Keith Chisolm (2525)
Brian Glass (8088)
http://apps.cfwnet.org/council�acket/mc review.asp?ID=32682&councildate=ll/12/2024 1/21/2025
M&C Review
Page 4 of 4
ATTACHMENTS
1295.CoFW.pdf (CFW Internal)
20230922 MWBE Committment Form (APCF) Broaddus Amendemnt 3.pdf (CFW Internal)
20240821 MWBE Committment Form (APCF) 2021_rls signed.pdf (CFw Internal)
25FORT WORTH CONVENTION CENTER EXPANSION PHASE 2 funds availability.pdf (CFw
Internal)
59217 Convention Center CMAR Joint Venture APCF.pdf (CFw Internal)
FID_FWCC_Adv_Ca� Fundinq.xlsx (CFW Internal)
Form 1295 Certificate 101253592- Executed.pdf (cFw �nterna�)
Form 1295 Certificate 101253592- Executed.pdf (CFW Internal)
ORD.APP 25FORT WORTH CONVENTION CENTER EXPANSION PHASE 2 20101 AO
r4.docx (Pub�ic)
ORD.APP 25FORT WORTH CONVENTION CENTER EXPANSION PHASE 2 30101 AO
r5.docx (Pub�ic)
SAM Broaddus & Associates Inc.pdf (CFW Internal)
SAM E J Smith Construction & Enqineerinq Inc.pdf (CFW Internal)
SAM Hunt Construction Group Inc.pdf (CFw Internal)
SAM Thompson Ventulett Stainback & Associates Inc.pdf (CFW Internal)
SAM Thos S Byrne Ltd.pdf (CFW Internal)
http://apps.cfwnet.org/council�acket/mc review.asp?ID=32682&councildate=ll/12/2024 1/21/2025