Loading...
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