Loading...
HomeMy WebLinkAboutContract 63692CSC No. 63692 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES This agreement ("Agreement") is between the City of Fort Worth, a Texas home -rule municipality ("City"), and Parkhill, Smith & Cooper, Inc. dba Parkhill, authorized to do business in Texas ("Consultant"), for a project generally described as: Fire Station 33 Assessment ("Project") — Project No. 100984 . Article I Scope of Services (1) Consultant hereby agrees to perform professional services as set forth in this Agreement and the Scope of Services, attached hereto as Exhibit "A" ("Services"). These Services shall be performed in connection with the Project. (2) Additional services, if any, will be memorialized by an amendment to this Agreement. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of City, and shall be furnished to the City, prior to or at the time such services are completed, or upon termination or expiration of Agreement. Article II Compensation Consultant shall be compensated an amount up to $77,891.00 ("Contract Amount") in accordance with the Fee Schedule shown in Exhibit "B". Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Consultant shall provide monthly invoices to City. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Acceptance by Consultant of said payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. Article III Term Time is of the essence. The term of this Agreement shall commence on the Effective Date and shall continue until the expiration of the funds or completion of the subject matter pursuant to City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: March 8, 2024 Page 1 of 8 Fire Station 33 Assessment 100984 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX the schedule, whichever occurs first, unless terminated in accordance with the terms of this Agreement. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor and not as an officer, agent, servant, or employee of City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership orjoint venture between City and Consultant. Article V Professional Competence Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable, standards, codes, rules and/or regulations promulgated by local, state and national boards, bureaus and agencies. Approval to proceed by City of Consultant's work or work product shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its performance of the Services. Article VI Indemnification CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFYAND HOLD CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. City of Fort Worth, Texas Fire Station 33 Assessment Standard Agreement for Professional Services 100984 Revision Date: March 8, 2024 Page 2 of 8 Article VII Insurance Consultant shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. Article VIII Force Majeure City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. Article IX Transfer or Assignment Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of City. Article X Termination of Contract (1) City may terminate this Agreement for convenience by providing written notice to Consultant at least 30-days prior to the date of termination, unless Consultant agrees in writing to an earlier termination date. (2) Either City or Consultant may terminate this Agreement for cause if either party fails to substantially perform, through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days after receipt of written notice or thereafter fails to diligently pursue the correction to completion. (3) If City chooses to terminate this Agreement, upon receipt of notice of termination by Consultant, Consultant shall discontinue Services on the date such termination is effective. City shall compensate Consultant for such services rendered based upon Article II of this Agreement and in accordance with Exhibit "B". Article XI Right to Audit (1) Consultant agrees that City shall, until the expiration of three (3) years after final payment under Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to Agreement. Consultant agrees that City shall have access during normal City of Fort Worth, Texas Fire Station 33 Assessment Standard Agreement for Professional Services 100984 Revision Date: March 8, 2024 Page 3 of 8 working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor(s), involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any subcontractor reasonable advance notice of intended audit. (3) Consultant and subcontractor(s) agree to photocopy such documents as may be requested by City. City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article XII Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. In accordance with City's Business Equity Ordinance No. 25165-10-2021 (as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), Consultant acknowledges the MBE and WBE goals established for this Agreement and its execution of this Agreement is Consultant's written commitment to meet the prescribed MBE and WBE participation goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XIII Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees or its subcontractor(s). City of Fort Worth, Texas Fire Station 33 Assessment Standard Agreement for Professional Services 100984 Revision Date: March 8, 2024 Page 4 of 8 Article XIV Immigration Nationality Act Consultant shall verify the identity and employment eligibility of its employees and employees of all subcontractor(s) who perform work under Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under Agreement. Consultant shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate Agreement for violations of this provision by Consultant. Article XV Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. Agreement shall be construed in accordance with the laws of the State of Texas. Article XVI Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. The failure of City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. Article XVII Severability The provisions of Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or City of Fort Worth, Texas Fire Station 33 Assessment Standard Agreement for Professional Services 100984 Revision Date: March 8, 2024 Page 5 of 8 unconstitutional for any reason, the remainder of Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other persons or circumstances shall not be affected thereby and Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XVIII Notices Notices regarding Articles IX or X are to be provided to the other Party by hand -delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Nicholas George, AIA Property Management 100 Fort Worth Trail Fort Worth, Texas 76102 Consultant: Parkhill, Smith & Cooper, Inc. dba Parkhill Attn: Kyle LaFerney 640 Taylor Steet, Suite 1900 Fort Worth, Texas 76102 All other notices may be provided as described above or via electronic means. Article XIX Prohibition On Contracts With Companies Boycotting Israel Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Consultant has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Consultant certifies that Consultant's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. City of Fort Worth, Texas Fire Station 33 Assessment Standard Agreement for Professional Services 100984 Revision Date: March 8, 2024 Page 6 of 8 Article XX Prohibition on Boycotting Energy Companies Consultant acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. Article XXI Prohibition on Discrimination Against Firearm and Ammunition Industries Consultant acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. Article XXII Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of Agreement. Article XXIII City of Fort Worth, Texas Fire Station 33 Assessment Standard Agreement for Professional Services 100984 Revision Date: March 8, 2024 Page 7 of 8 Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of Agreement: Exhibit A — Scope of Services Exhibit B — Compensation Exhibit C — Schedule Exhibit D — Parkhill Hourly Rates Exhibit E — Certificates of Insurance Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH Valerieton (Jul 17, 202514:49 CDT) Valerie Washington Assistant City Manager Date: 07/17/2025 ATTEST: Jannette Goodall City Secretary APPROVED AS TO FORM AND LEGALITY By:Stei)henen Hines (Jul 1�14:35 CDT) Stephen Hines Sr. Assistant City Attorney BY: CONSULTANT Parkhill, Smith & Cooper, Inc. dba Parkhill Kyle LaFerney Principal Date: 07/11 /2025 APPROVAL RECOMMENDED: Marilyn Marvin Director Property Management M&C No.: M&C Date: 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. By: --flgiqtfiW„ mmsIaAeron Name: Nikita N. Watts Title: Sr. Capital Project Officer City of Fort Worth, Texas Fire Station 33 Assessment Standard Agreement for Professional Services 100984 Revision Date: March 8, 2024 Page 8 of 8 Parkhill June 20, 2025 Ms. Nikita Watts, MHA, PMP Senior Capital Projects Officer City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 RE: Agreement for Professional Architectural and Engineering Services City of Fort Worth I Fire Station No. 33 Renovation Project Address: 14650 Statler Blvd, Fort Worth, TX 76155 Dear Ms. Watts: Parkhill (A/E) is pleased to have the opportunity to provide professional Architectural and Engineering services to the City of Fort Worth (Client) for the renovation of Fire Station No. 33 (Project). The following outlines our understanding of the Project Scope and how we propose to provide services for this Project. PROJECT DESCRIPTION The Project consists of professional Architectural and Engineering services to prepare a Foundation Assessment and Report for the existing Fire Station No. 33. As part of the proposed renovation of the existing fire station, the Foundation Assessment and Report will provide a detailed evaluation of the building's current foundation system, focusing on the determination of the structural integrity, condition, and capacity of the foundation to support planned upgrades and modifications. This will include a visual inspection and review of original construction documents. The report will document existing deficiencies, evaluate potential impacts of the renovation on foundation performance, and outlines necessary corrective measures to ensure long-term structural stability. Recommendations may include localized repairs, reinforcement strategies, or foundation enhancements to accommodate updated building loads or code requirements. This report serves as a critical component of the proposed renovation, ensuring that design decisions are grounded in a clear understanding of the structure's foundational capacity and condition. SCOPE OF SERVICES Parkhill (A/E) will provide professional Architectural and Engineering services for the Project, as outlined in the Scope of Services, attached herein as Exhibit A. COMPENSATION Parkhill's (A/E) fees for the Scope of Services will be based on a lump sum amount, as outlined in Exhibit B. SCHEDULE Refer to Exhibit C for Parkhill's estimated schedule breakdown per task. Many issues such as the Americans with Disabilities Act (ADA), Texas Accessibility Standards (TAS), and hazardous materials are of great concern to both building owners and to architects, interior designers, landscape architects, and engineers. We will be glad to discuss these issues with you at your convenience. You may indicate your acceptance of this agreement by returning one signed copy of this letter to our office. Unless another date is specified, we will consider receipt of the letter as authorization to proceed. 640 Taylor Street, Suite 1900 Fort Worth, Texas 76102 682.399.6440 Parkhill.com Ms. Watts Page 2 June 20, 2025 City of Fort Worth We appreciate the opportunity to provide professional services to you and look forward to the successful completion of your project. If you have any questions, please do not hesitate to call us. Sincerely, PARKHIL A/E CITY OF FORT WORTH (CLIENT) By: rL�—aX�Frne4 � Signature: KI Principal C'ce Leader Name: Title: Date: Enclosures: Exhibit A: Scope of Services Exhibit B: Compensation Exhibit C: Schedule Exhibit D: Parkhill Hourly Rates Exhibit E: Certificates of Insurance "The Texas Board of Architectural Examiners, P.O. Box 12337, Austin, Texas 78711-2337, (512) 305-9000, www.tbae.state.tx.us has jurisdiction over complaints regarding the professional practices of persons registered as architects, interior designers, and landscape architects in Texas." 640 Taylor Street, Suite 1900 1 Fort Worth, Texas 76102 1 682.399.6440 1 Parkhill.com Parkhill EXHIBIT A — SCOPE OF SERVICES Date: June 20, 2025 Project: City of Fort Worth I Fire Station No. 33 Renovation DESIGN SERVICES Parkhill (A/E) will provide the following Professional Architectural and Engineering Services for the Project. TASK 1 1 FOUNDATION ASSESSMENT AND REPORT SERVICES 1.1 Existing Document Review ■ A/E will conduct a thorough review of the original construction documents provided by the Client to gain a comprehensive understanding of the building's structural systems, with particular focus on the foundation and exterior walls. In addition, the A/E will coordinate with the City of Fort Worth Building Inspection Department to obtain any available records associated with the building's permit application and construction. Supplemental materials, including repair logs, maintenance records, third -party reports, and photographic documentation will also be reviewed to inform the foundation assessment and support the overall evaluation process. 1.2 Site Observation ■ A/E will observe and document the condition of interior walls, ceilings, flooring, finishes, fixtures, and equipment. Observations will be conducted primarily from ground level using binoculars, cameras, and basic measurement tools such as measuring tapes, laser devices, and bubble levels. Any signs of distress, damage, or atypical conditions in both interior and exterior finishes will be recorded. ■ Access to the plenum space above suspended ceiling tiles will be gained via ladder to assess structural elements for indications of foundation -related movement. A ladder may also be used to inspect roof edges for signs of differential settlement. ■ Exterior observations will include sidewalks, flatwork, landscaping, and site drainage features within approximately 20 feet of the building to evaluate their potential impact on foundation performance. 1.3 Floor Elevation Survey ■ A relative floor elevation survey will be performed using an altimeter measurement device. This proposal includes allowance for up to 100 spot elevations located throughout the building. Measurements from the floor elevation survey will be topographically depicted in the report. 1.4 Data Analysis and Report Development ■ The analysis will synthesize findings from the document review, on -site observations, and elevation survey. Scaled drawings indicating observed areas of distress, along with a floor elevation contour plot, will be developed to support the assessment. Each instance of distress will be evaluated to determine its likely cause and structural significance. ■ A comprehensive written report will be prepared, summarizing the scope of work, methodologies, observations, and professional conclusions. Where appropriate, the report will include recommendations for additional diagnostic investigations. If no further analysis is deemed necessary, the report will provide conceptual recommendations for remedial measures. 1.5 Opinion of Probable Cost ■ A conceptual Opinion of Probable Cost (OPC) will be developed to provide a preliminary estimate of anticipated construction costs associated with recommended remedial measures. This estimate will be based on the findings of the foundation assessment and informed by current industry pricing, historical data, and professional judgment. Exhibit A I Scope of Services Page 1 of 3 Parkhill ■ At this early stage, the OPC is intended to serve as a planning -level tool to assist the Client in budgeting and evaluating the feasibility of potential solutions. The estimate will include allowances for labor, materials, equipment, and general conditions, and will reflect the conceptual nature of the proposed scope. Contingencies will be included to account for the level of design development and unknowns typical of early -phase assessments. DELIVERABLES The following deliverables are included in Task 1: ■ Foundation Condition Assessment Report ■ Conceptual Opinion of Probable Cost MEETINGS The following meetings are included in Task 1: ■ One (1) In -Person Kick -Off Meeting ■ One (1) Virtual Meeting after Report Issuance SUBCONSULTANTS Parkhill proposes the following subconsultants for Task 1: ■ Wiss, Janney, Elstner Associates, Inc. (WJE) — Foundation Assessment Services ■ O'Connor Construction Management, Inc. (OCMI) — Cost Estimating Services Based on the findings from Task 1, A/E will recommend an appropriate remediation approach. Below is an outline of an optional remediation approach, as requested by Client, that would be conducted by Parkhill in collaboration with the Foundation Assessment Consultant from Task 1 and a Geotechnical Consultant, following written approval of Task 1. TASK 2 1 DIAGNOSTIC SERVICES *Authorized in Writing by Owner 2.1 Additional Diagnostic Services ■ Following written approval of Task No. 1, and in the event that the additional diagnostic tasks mentioned in Task No. 1 are recommended and pursued, Parkhill will review and analyze the additional findings to determine their significance as related to the conditions observed in Task No. 1. 2.2 Site Visit and Boring Locating ■ Site visit to observe the conditions of the distressed areas, locate possible boring locations, and review existing information and reports provided by the Client. 2.3 Geotechnical Investigation ■ Perform private utility clearance at up to three (3) boring locations (to be determined during Task 2.2) and conduct field explorations and laboratory testing. Based on our findings, we will provide a Geotechnical Report with our observations and include any expected potential future movements of subgrades along the western portion of the building. DELIVERABLES The following deliverables are included in Task 2: ■ Geotechnical Investigation and Soil Report MEETINGS The following meetings are included in Task 2: ■ One (1) In -Person Site Visit to Identify Boring Locations SUBCONSULTANTS Parkhill proposes the following subconsultants for Task 2: ■ Wiss, Janney, Elstner Associates, Inc. (WJE) — Foundation Assessment Services ■ Terracon — Geotechnical Investigation Services Exhibit A I Scope of Services Page 2 of 3 Parkhill Based on the findings from Task 2, A/E will recommend an appropriate remediation approach. Upon receiving direction from the Client, A/E will develop Scope of Services for Task 3 and 4 efforts. TASK 3 1 PRE -DESIGN SERVICES TBD TASK 41 DESIGN PHASE SERVICES TBD EXCLUDED SERVICES Services specifically excluded from our scope of services include, but are not limited to, the following: ■ Surveys and Soil Reports beyond those described in Task 2 ■ Geotechnical Investigations beyond those described in Task 2 ■ Public, Private, and Franchise Utility Investigations ■ Asbestos and Hazardous Materials Studies ■ Third -party Independent Construction Inspection Services ■ Construction Material Testing ■ Texas Department of Health Demolition Notification ■ Construction Observation Services ■ Preparation of Construction Documents for more than one bid package ■ Entitlement Services ■ Platting ■ Traffic Impact Studies ■ Fast -Track Design ■ Multiple Design Packages END OF SCOPE OF SERVICES Exhibit A I Scope of Services Page 3 of 3 Parkhill EXHIBIT B — COMPENSATION Date: June 20, 2025 Project: City of Fort Worth I Fire Station No. 33 Renovation Parkhill's (A/E) fees for the Scope of Services described in Exhibit A will be based on a lump sum amount of Seventy -Seven Thousand Eight Hundred Ninety -One Dollars and 00/100 ($77,891.00), including reimbursable expenses. The total fee will be invoiced monthly based on a percentage complete method. TASK FEE Task 1 Foundation Assessment and Report $39,041.00 Task 2 Diagnostic Services $38,850.00 Task 3 Pre -Design Services TBD Task 4 Design Phase Services TBD Total Project Fee $77,891.00 Should the Scope of Services described above change during the Project, the lump sum amount will be adjusted, either up or down, by a mutually agreed upon amount or based on an hourly rate method using A/E's standard Hourly Rate Schedule, attached herein as Exhibit D. Invoices will be sent to 100 Fort Worth Trail, Fort Worth, Texas, 76102. A/E will also send invoices via the email address: Nikita.Watts a)fortworthtexas.aov. Exhibit B I Compensation Page 1 of 1 Parkhill EXHIBIT C — SCHEDULE Date: June 20, 2025 Project: City of Fort Worth I Fire Station No. 33 Renovation Based on the proposed Scope of Services, we anticipate a 4-5-week Project Duration for Task 1 services, from the date of your authorization to proceed. During the Project, unanticipated events may impact the Project schedule, therefore changes to the schedule may become necessary due to changes in scope or other circumstances beyond the A/E's control. Parkhill will render its services as expeditiously as is consistent with professional skill and care. A tentative schedule for submitting our work for review is as follows: TASK Task 1.1-1.3: Document Review, Site Observation, & Elevation Survey Task 1.4-1.5: Data Analysis, Report, & Opinion of Probable Cost Task 2 Task 3 Task 4 Total Project Duration TIME 2 weeks 2-3 weeks TBD TBD TBD 4-5 weeks Exhibit C I Schedule Page 1 of 1 Parkhill EXHIBIT D - PARKHILL HOURLY RATES Date: June 20, 2025 Project: City of Fort Worth I Fire Station No. 33 Renovation Parkhill Hourly Rate Schedule January 1, 2025 through December 31, 2025 Client: City of Fort Worth Project: 45772.25 - Fort Worth Fire Station No. 33 Renovation Agreement Date: Location: Fort Worth, Texas HOURLY HOURLY HOURLY CLASSIFICATION RATE CLASSIFICATION RATE CLASSIFICATION RATE SUPPORT STAFF 1 $79.00 PROFESSIONAL LEVEL III PROFESSIONAL LEVEL VI Architect $196.00 Architect $306.00 SUPPORT STAFF II $92.00 Civil Engineer $239.00 Civil Engineer $332.00 Electrical Engineer $233.00 Electrical Engineer $331.00 SUPPORT STAFF III $127.00 Interior Designer $174.00 Interior Designer $248.00 Landscape Architect $188.00 Landscape Architect $266.00 SUPPORT STAFF IV $136.00 Mechanical Engineer $223.00 Mechanical Engineer $315.00 Structural Engineer $231.00 Structural Engineer $297.00 SUPPORT STAFF V $150.00 Survey Tech $179.00 Professional Land Surveyor $277.00 Other Professional $172.00 Other Professional $258.00 SUPPORT STAFF VI $163.00 PROFESSIONAL LEVEL IV PROFESSIONAL LEVEL VII PROFESSIONAL LEVEL I Architect $239.00 Architect $390.00 Architect $160.00 Civil Engineer $279.00 Civil Engineer $400.00 Civil Engineer $173.00 Electrical Engineer $273.00 Electrical Engineer $393.00 Electrical Engineer $177.00 Interior Designer $191.00 Interior Designer $284.00 Interior Designer $151.00 Landscape Architect $204.00 Landscape Architect $341.00 Landscape Architect $151.00 Mechanical Engineer $261.00 Mechanical Engineer $373.00 Mechanical Engineer $166.00 Structural Engineer $266.00 Structural Engineer $393.00 Structural Engineer $166.00 Survey Tech $218.00 Professional Land Surveyor $335.00 Survey Tech $141.00 Other Professional $203.00 Other Professional $326.00 Other Professional $149.00 PROFESSIONAL LEVEL V PROFESSIONAL LEVEL II Architect $291.00 Architect $173.00 Civil Engineer $331.00 Civil Engineer $194.00 Electrical Engineer $328.00 Electrical Engineer $200.00 Interior Designer $230.00 Interior Designer $159.00 Landscape Architect $248.00 Landscape Architect $159.00 Mechanical Engineer $313.00 Mechanical Engineer $191.00 Structural Engineer $294.00 Structural Engineer $188.00 Professional Land Surveyor $247.00 Survey Tech $153.00 Other Professional $226.00 Other Professional $157.00 Exhibit D I Parkhill Hourly Rates Page 1 of 1 Parkhill EXHIBIT E — CERTIFICATES OF INSURANCE Date: June 20, 2025 Project: City of Fort Worth I Fire Station No. 33 Renovation See Following Pages Exhibit E I Certificates of Insurance Page 1 of 1 F0o ORTb Il�d p �f0000000eo �Y Od Signature: �o P 0�10 Email: jannette.goodall@fortworthtexas.gov*oeo a Qp4 TEX4°p5gq OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX