HomeMy WebLinkAbout057930-A5 - General - Contract - Thompson, Ventulett, Stainback & Associates, Inc.City of Fort Worth, Texas
Standard Agreement for Professional Services AMENDMENT
Revision Date: 3/20/2020
Page 1 of 2
AMENDMENT NO. 05 TO AGREEMENT
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
Fort Worth Convention Center Expansion - Master Planning and Programming Stage One
STATE OF TEXAS
CITY SECRETARY CONTRACT NO. 57930
COUNTY OF TARRANT
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 Two 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 Two Design Development and Construction
Document phase. The cost of this additional service is $25,212,650.00 plus
reimbursable expenses, $787,350.00. The scope of services is described more
fully in Exhibit 1, dated September 15, 2025, 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 $39,441,818.00 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.
City of Fort Worth, Texas
Standard Agreement for Professional Services AMENDMENT
Revision Date: 3/20/2020
Page 2 of 2
FORT WORTH:
City of Fort Worth
By: ___________________________
Name:
Title: Assistant City Manager
Date: ___________________________
Approval Recommended:
By: ______________________________
Name: Marilyn Marvin
Title: Director, Property Management
Department
Attest:
By: ______________________________
Name: Jannette Goodall
Title: City Secretary
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: ______________________________
Name: Brian Glass
Title: City Architect
Approved as to Form and Legality:
By: ______________________________
Name:
Title: Senior Assistant City Attorney
Contract Authorization:
M&C: 24-0976
VENDOR:
Thompson, Ventulett, Stainback &
Associates, Inc.
By:
Name: Janet Simpson
Title: President
Date: ____________________________
Scope of Services Phase Two Page | 1
Exhibit 1
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
CITY OF FORT WORTH, TEXAS
Amendment 05 - ATTACHMENT A
SCOPE OF SERVICES PHASE TWO
I INITIAL INFORMATION
A. Program
The Fort Worth Convention Center Expansion Project Program is based on Fort Worth Convention Center
Expansion Market and Feasibility Analysis Update, prepared by Hunden Strategic Partners for the City of
Fort Worth.
Citys program and criteria shall be accomplished within the boundary established by the Project Scope
and Limit Diagram and incorporated as Attachment A-1.
B. Physical 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 50,000-75,000 SF new exhibit 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) 9
th 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
Convention Center Expansion: $390,000,000
Renovation $112,500,000
D. Schedule
a) Convention Center Expansion Design Phase Durations:
(i) Design Development Target 33 weeks, which period shall commence upon Architects receipt
Scope of Services Phase Two Page | 2
of Notice to Proceed by City
(ii) Design Development Pricing (performed by CMAR) Target 11 weeks
(iii) Construction Documents - Target 27 weeks, which period shall commence upon Architects
receipt of Notice to Proceed by City
b) Renovation of the Existing Convention Center Spaces Design Phase Durations:
(i) Existing Convention Center Restroom Renovation Scope
a. Design Development - 12 weeks, which period shall commence upon Architects
receipt of Notice to Proceed by City
b. Construction Documents 12 weeks, which period shall commence upon
Architects receipt of Notice to Proceed by City
(ii) Remaining Renovation Scope, excluding the Restrooms:
a. Design Development Phase - Target 33 weeks May 30, 2025 (17 weeks), which period shall
commence upon Architects receipt of Notice to Proceed by City
b. Renovation Design Development Pricing (Performed by CMAR): Target
11 weeks
c. Renovation Construction Documents Target 27 weeks, which period shall commence upon
Architects receipt of Notice to Proceed by City
Time durations beyond the control of the Architect such as the review and approval time of the design
phase documents by authorities and/or the City are not included in durations shown herein. It is
anticipated
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 Objective
No Sustainable Objective provided by the City.
G.Citys Representative
The City identifies the following representative to act on behalf of the City with respect to the Project.
Michael Crum, Project Director City of Fort Worth
1201 Houston St.
Fort Worth, Texas 76102
Michael.Crum@fortworth.gov
David Crabtree, Project Manager Broaddus & Associates
Scope of Services Phase Two Page | 3
905 West Mitchell
Arlington, TX 76013
dcrabtree@broaddusUSA.com
Cell: (972) 215-9198
H.Architects 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
1200 Peachtree St. Suite 2000
Atlanta, GA 30309
rsvedberg@tvsdesign.com
I. City Consultants
The City shall retain the following consultants:
Geotechnical Engineer 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
J. Architects Basic Service Consultants
The Architect shall retain the following consultants under Basic Services:
Consultant Architect Bennett Partners
640 Taylor Street, Suite 2323
Fort Worth, Texas 76102
Michael J. Bennett, Principal
MBennett@bennett.partners
817.335.4991
Structural Engineer: Magnusson Klemencic Associates, Inc.
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
Scope of Services Phase Two Page | 4
Mechanical Engineer: ME Engineers
14143 Denver West Parkway, Suite 300
Golden, CO 80401
Brian Unekis, PE
Brian.Unekis@me-engineers.com
303.507.0091
Electrical Engineer: ME Engineers
14143 Denver West Parkway, Suite 300
Golden, CO 80401
Brian Unekis, PE
Brian.Unekis@me-engineers.com
303.507.0091
Solare (MWBE)
1300 Summit Ave, Suite 514
Fort Worth, Texas 76102
Plumbing/Fire Protection Engineers: ME Engineers
14143 Denver West Parkway, Suite 300
Golden, CO 80401
Brian Unekis, PE
Brian.Unekis@me-engineers.com
303.507.0091
K. Architects Supplemental Services Consultants
The Architect shall retain the following consultants under Supplemental Services:
Food Service & Laundry Consultant: Culinary Advisors (MWBE)
2004 Stockton Road, Phoenix,
Maryland, 21131
Bob Jacobs, FCSI
bob@culinaryadvisors.com
443 243 4814
Civil & Traffic Engineer: Dunaway
550 Bailey Avenue Suite 400
Fort Worth, TX 76107
Jeff S. Taylor, PE
jTaylor@dunaway.com
817.335.1121
Landscape: CCA Landscape Architects (MWBE)
12700 Hillcrest Road, Suite 149
Dallas TX 75230
Scope of Services Phase Two Page | 5
Caye Cook, Principal
Caye@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
Code: Howe Engineers
141 Longwater Drive, Suite 110,
Norwell, MA 02061
Andrew Newman, P.E.
Andrew@howeengineers.com
781.878.3500x201
Audio/Low Voltage/Security/Tech: J&A Engineering, LLC (MWBE)
4994 Lower Roswell Rd, Suite 1,
Marietta, GA 30068
Jorge Gomez
jgomez@jaengineering.net
770 817 4220
Interior Design: Thompson, Ventulett, Stainback & Associates, Inc
1230 Peachtree St. Suite 2700
Atlanta, GA 30309
Rachel Mathis
Rmathis@tvsdesign.com
404.946.6657
INK + ORO (MWBE)
1025 N Stemmons FWY, STE 410
Dallas, TX 75207
Tiffany Woodson
tiffany@inkandoro.com
469 416 6271
Lighting The Lighting Practice
5960 Berkshire Lane, 6th Floor.
Dallas, TX 75225
Jered E. Widmer
jwidmer@thelightingpractice.com
469 405 9561
Campos Engineering (MWBE)
Scope of Services Phase Two Page | 6
1331 River Bend Road
Dallas, TX 75247
214 696 6291
Building Enclosure & Maintenance Arup
10370 Richmond Avenue, Suite 476
Houston, TX 77042 USA
Irene Martin
Irene.Martin@Arup.com
310 402 9266
Muller & Muller LTD (MWBE)
Dana Hunter
750 N St. Paul Street, Suite 610
Dallas, TX 75201
Graphics & Wayfinding: FocusEGD (MWBE)
1909 Woodall Rodgers Fwy, Suite 415
Dallas, TX 75201
Chris Bauer, Principal
Cbauer@focusegd.com
ADA/TAS Consultant Access by Design
12720 Hillcrest Road, Suite 1040
Dallas, TX 75230
Kimberly J. Goss
214 348 7758
Acoustics WJHW
3434 Midcourt Road, Suite 124
Carrollton, TX 75006
Greg Hughes
972 934 3700
Vertical Transportation H.H. Angus & Associates Incorporated
Consulting Engineers.
5956 Sherry Lane, 20th Floor, Dallas, TX 75225
Stuart R. Wright
214 526 0481
Scope of Services Phase Two Page | 7
L.MWBE Consultants Participation
Discipline Convention Center
Expansion and
Renovation
Structural - JQ Engineering 4.13%
Mechanical - Solare 4.29%
Interior Design - Ink + Oro 1.97%
Food Service - Culinary Advisors 0.55%
AV/LV/Security - J&A Engineering, LLC 1.72%
Lighting Design - Campos Engineering 0.27%
Building Enclosure - Muller & Muller 0.40%
Graphics - FocusEGD 0.61%
Landscape - CCA Landscape Architects 2.76%
ADA/TAS Consultant - Access by Design 0.03%
Total 16.73%
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, (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 Architects 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
(iii) Category 2 Electronic Files are not governing versions of the Architects 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
development and level of detail represented by 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 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;
Scope of Services Phase Two Page | 8
(viii) Recipient agrees to release, hold harmless, and waive claims against the Architect which might arise as
a result of the recipients 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 users 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 partys 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 ARCHITECTS BASIC SERVICES
A.General
The Architects 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.
The Architect shall manage the Architects 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 Citys
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 Citys consultants.
B. Design Development Phase Services
Based on the Citys approval of the Schematic Design Documents, and on the Citys authorization of any
adjustments in the Project requirements and the budget for the Cost of the Work, the Architect shall
Scope of Services Phase Two Page | 9
prepare Design Development Documents for the Citys approval. The Design Development Documents
shall illustrate and describe the development of the approved Schematic Design Documents and shall
consist of drawings and other documents including plans, sections, elevations, typical construction
details, and diagrammatic layouts of building systems to fix and describe the size and character of the
Project as to architectural, structural, mechanical, and electrical systems, and other appropriate
elements. The Design Development Documents shall also include specifications that identify major
materials and systems and establish, in general, their quality levels.
The Architect shall submit the Design Development Documents to the City, advise the City of any
adjustments to the estimate of the Cost of the Work, and request the Citys approval on the form
attached and incorporated as Attachment A-3 Phase Approval Form.
C. Construction Documents Phase Services
Based on the Citys approval of the Design Development Documents, and on the Citys authorization of
any adjustments in the Project requirements and the budget for the Cost of the Work, the Architect shall
prepare Construction Documents for the Citys approval. The Construction Documents shall illustrate and
describe the further development of the approved Design Development Documents and shall consist of
Drawings and Specifications setting forth in detail the quality levels and performance criteria of materials
and systems, and other requirements for the construction of the Work. In order to perform the Work, the
Contractor will provide additional information, including Shop Drawings, Product Data, Samples and
other similar submittals, which the Architect shall review.
The Architect shall incorporate the design requirements of governmental authorities having jurisdiction
over the Project into the Construction Documents.
During the development of the Construction Documents, the Architect shall assist the City in the
development and preparation of (1) procurement information that describes the time, place, and
conditions of bidding, including bidding or proposal forms; (2) the form of agreement between the City
and Contractor; and (3) the Conditions of the Contract for Construction (General, Supplementary, and
other Conditions). The Architect shall also compile a project manual that includes the Conditions of the
Contract for Construction and Specifications and may include bidding requirements and sample forms.
The Architect shall submit the Construction Documents to the City, advise the City of any adjustments to
the estimate of the Cost of the Work, and request the Citys 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 Architects 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 | 10
Supplemental Services Responsibility
(Architect, City, or not provided)
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 -
construction use
Not Provided
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
Architects coordination of the Citys 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
Consultants: Audio Visual, Low Voltage, Security, Code, Low
Voltage, Food Services, Graphics/Wayfinding
Architect
B.Additional Services
The Architect may provide Additional Services after the 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 (60) months of the date
of this Agreement, through no fault of the Architect, extension of the Architects services beyond that
time shall be compensated as Additional Services.
Scope of Services Phase Two Page | 11
IV FEE SCHEDULE
A.Basic Services
For the Architects Basic Services described under Article II, the City shall compensate the Architect as
follows:
Convention Center Expansion and
Renovation (DD+CD)
Architecture $12,445,821.00
Structural Engineering $2,999,184.00
Mechanical, Electrical, Plumbing
& Fire Protection
$3,113,774.00
Basic Services Total $18,558,779.00
B.Supplemental Services
For the Architects Supplemental Services described under Article III A, the City shall compensate the
Architect as follows:
Convention Center Expansion and
Renovation (DD+CD)
Civil Engineering $144,782.00
Landscape Design $600,536.00
Architectural Interior Design $819,600.00
FF&E $262,272.00
AV/LV/Security/Technology $375,480.00
Acoustics $54,043.00
Lighting $145,800.00
Code/Life Safety $100,849.00
Food Service $120,096.00
Laundry $10,366.00
Graphics / Wayfinding $132,530.00
Building Enclosure and Maintenance $420,858.00
Vertical Transportation $31,484.00
ADA/TAS Consultant $6,545.00
Supplemental Services Total $3,225,241.00
Total Contract value including Supplemental Services:
Convention Center Expansion &
Renovation Phase 2
$21,784,020.00
C.Reimbursables:
Scope of Services Phase Two Page | 12
Convention Center Expansion and Renovation
(DD+CD)
$787,350.00
D.Design Allowance:
Owners Design Allowance $ 3,428,630.00
Approval from the Owner is required for allowance usage. The balance of the unused allowance will be
returned to the Owner.
V. SCOPE OF ATTACHMENT
A. Attachment A
Attachment A is comprised of the following documents identified below and incorporated herein:
(i) Attachment A
(ii) Attachment A-1: Project Scope and Limit Diagram
(iii) Attachment A-2: Description of Architects Supplemental Services
(iv) Attachment A-3: Phase Approval Form
(v) Attachment A-4: Additional Service Authorization Form
(vi) Attachment A-5: Hourly Rate Schedule
(vii) Attachment A-6: 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 $7,144,042.00
Amendment 5 $26,000,000.00
Total $39,441,818.00
End of Attachment A Scope of Services Phase Two
Attachment A-1:
Project Scope and Limit Diagram
13221434PHASE 2 EXPANSIONPHASE 2 RENOVATIONPHASE 2 SITE IMPROVEMENT AREAPHASE 1 EXPANSIONA-1 PROJECT SCOPE AND LIMIT DIAGRAMFORT WORTH CONVENTION CENTER EXPANSION PHASE 21"=120'l01HOUSTON STREETCOMMERCE STREETMAIN STREETE 9TH ST.W 9TH ST.E 9TH ST.CALHOUN ST.W 8TH ST.W 8TH ST.HYDE PARKW 11TH ST. 12TH ST.W 14TH ST.FORT WORTHWATER GARDENTHROCKMORTON ST.
OPEN TOBELOWOPEN TOBELOW2113A-1 PROJECT SCOPE AND LIMIT DIAGRAMFORT WORTH CONVENTION CENTER EXPANSION PHASE 2 123PHASE 2 EXPANSIONPHASE 2 RENOVATIONPHASE 1 EXPANSION1"=80'l02
221453A-1 PROJECT SCOPE AND LIMIT DIAGRAMFORT WORTH CONVENTION CENTER EXPANSION PHASE 2121"=80'l03345PHASE 2 EXPANSIONPHASE 2 EXHIBIT HALL ROOFREPLACEMENTPHASE 2 RENOVATIONEXISTING BALLROOM ANDBOH NOT IN SCOPEPHASE 1 EXPANSION44EXISTING BALLROOM
Attachment A-2:
Description of Architects Supplemental Services
Attachment A-2
Description of Architects Supplemental Services for Design Development and
Construction Documents Phase
Civil and Tra ic Engineering
Landscape
Architectural Interior Design & FF&E
Food Service/Laundry
Audio-Visual
Security
Telecom
Acoustics
Code/Life Safety
Graphics/Waynding
Vertical Transportation
Building Envelope and Maintenance
I.Civil and Tra ic Engineering
A. Public Improvements: Parkway improvements along West 9
th 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 Study Amendment Prepare a revised drainage study for the site as
required by the City of Fort Worth.
D. Water and Sanitary Sewer Loading Study Amendment
E. Platting Letter for IPRC
F. Grading Permit
G. Franchise Utility Coordination
H. Owner Meetings and conference calls
I. Civil Construction Administration
II.Landscape Design
A. Landscape 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 re, 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 dened 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 e ort (to
be directed by the Architect) to coordinate this part of the work with the other
portions of the project. The Landscape Architects 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 justication 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.
III.Architectural Interior Design & FF&E
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 o ices, public restrooms, and exterior
terraces.
B. The Interior Designer will provide design intent related to room shape and
conguration relevant to areas of Project Scope and program areas of responsibility.
C. The Interior Designer will design, and document applied nishes, 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 nishes, 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 e ort (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.
H. Interior Drawings and Specications will be provided in the appropriate format, size,
scale, and numerical sequence as directed by the Architect. A general furniture
layout will be provided.
I. FF&E, Furniture, Fixtures, and Equipment, services, and documentation.
IV.Food Service/Laundry
A.Food Service and Laundry Facility 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 re, life safety, and property
protection code program, and in accordance with the Owner's Program and other
standards established by the Owner.
B.The Food Service & Laundry Consultant shall meet with the Local Code O icials
and Health Department with the Architect as required to facilitate understanding
and acceptance of the Design.
C.The Food Service & Laundry 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 & Laundry 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 & Laundry Consultant will participate
in an e ort (to be directed by the Architect) to coordinate this part of the Work with
the other portions of the project. The Food Service Consultants 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 & Laundry 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.
G.Food Service & Laundry 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 clarications of specic
spaces within this project.
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 by the authority having jurisdiction,
consistent with the re, life safety and property protection code program, ADA and
related regulations, and in accordance with the Owners 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 e ort
(to be directed by the Architect) to coordinate this part of the work with the other
portions of the project. The Audiovisual Consultants 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 specications in
accordance with the Owner's purchasing requirements including three equal
sources for each element to be purchased in publicly bid projects.
VI.Security
A.The Security Consultant will provide design services for the buildings security and
surveillance systems. The Security Consultant will work closely with the Architect,
Electrical Engineer, Building Owner/Operator and Local o icials 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 e ort (to be directed by
the Architect) to coordinate this part of the Work with the other portions of the
Project. Engineers services will be performed in a manner, sequence, and timing to
allow coordination with those of the Architect and other consultants for the Project.
VII.Telecommunications
A.The Telecommunications Consultant will provide design services for the buildings
telephone and data transmission systems. This work will 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 Telecommunications 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.
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
nishes 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 conicts might
occur and make architectural recommendations to help control the transfer of
objectionable sound between these areas.
4.Provide recommendations for the design, specication and construction of
partitions, doors, windows, and other sound isolating elements to meet the
expectations of noise control within the spaces identied 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 e orts.
2.Review the HVAC design prepared by the Mechanical Engineer to determine if
the calculated noise levels meet appropriate HVAC noise criteria.
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
consultants 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.
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
having jurisdiction relative to life safety and property protection, as well as
preparation of a comprehensive re, 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 having jurisdiction 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 ramications a ecting
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.
X.Graphics / Waynding
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 identication signs, directional signs, informational signs and space
identication 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
having jurisdiction, consistent with the re, 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. Development of a Logo for Southeast Lobby Co ee Bar.
E. 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 (except the Southeast Co ee Bar logo)
2. Advertising signage,
3. Naming sponsorship signage,
4. Electrical marquee and exterior temporary banners
5. Project building logo
6. Food venue menu
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 by the elevator/escalator
equipment.
F.Determine specic needs for new elevators, including CCTV cameras, card readers,
emergency power, etc.
G.Provide detailed performance-based specications for pricing for the new
elevator/Escalator. Provide a complete list of related work to be included in bid
specications by other design team members.
H.Provide consultation on the design and detailing of the elevator cabs, including
lighting, ADA, reman access, and other local code requirements.
XII. Building Enclosure and Maintenance
A.Building envelope and maintenance consulting services for envelope components
above grade only include façade design, façade access, and waterproong 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 façade systems
6.Issues related to panels and glass sizing
7.Technical challenges and cost constraints
8.Façade maintenance and access points
C.Design Development:
Attend project meetings and/or video conferences with the design team.
Finalize design performance parameters for the proposed cladding and
glazing systems.
Finalize design studies to establish appropriate glazing types and façade
elements to match architectural aspirations ensuring that the design is
constructible, practical, and economical.
Update the Basis of Façade Design report including a summary of Building
Code requirements and the agreed design criteria for the project.
Develop selected façade details of each system (typical plans, elevations,
and a few details).
Develop a suitable approach for typical interfaces between cladding and
structural components. This includes the coordination of façade details with
the projects structural and mechanical engineers.
Review of material and nishes options for all façade components including
maintenance and serviceability aspects.
Develop a suitable façade access and maintenance report for the building
envelope.
Prepare a draft performance-based specication document including testing
and mock-up criteria.
D.Construction Documents
Attend project meetings and/or videoconferences with the design team.
Identify and nalize remaining facade systems to be documented. This
includes ongoing preparation of typical and non-typical details.
Review of facade details produced by the architect.
Prepare the nal façade access and maintenance report for the building
envelope.
Prepare the nal performance-based specication document for the facade
Attachment A-3:
Phase Approval Form
ATTACHMENT A-3
TO STANDARD FORM OF AGREEMENT
OWNER AND ARCHITECT
PHASE APPROVAL FORM
DATE:
TO:
___________________________________
Thompson, Ventulett, Stainback & Associates, Inc
12 Peachtree Street, NE
Atlanta, Georgia 30309
RE: Phase Approval
TVS&A PROJECT NUMBER: 11410D
APPROVED: Design Phase approval for (Programming) (Schematic Design Phase Services) (Design Development Phase
Services) (Construction Documents Phase Services) as defined in the Owner Builder/Architect Agreement
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 (Programming )(Schematic Design Phase Services) (Design
Development Phase Services) (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
Attachment A-4:
Additional Service Authorization Form
Exhibit 2: Attachment A-4
TO STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND ARCHITECT
ADDITIONAL SERVICES AUTHORIZATION (ASA)
TO: 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: _____________________________________________________________
_______________________________________________________________
Hourly Hourly with
COSTS: Estimated Estimated Max. Lump Sum Invoiced Amt.
Architecture - TVS + BP $___________ $___________ $ __ $___________
Structure MKA $___________ $_____ ______ $ ___ _ $___________
MEPF - ME $___________ $___________ $ ____ $___________
Total $ ____
Submitted by: Authorized by:
_________________________________________ ________________________________________
Architect Owner
________________________________________ _________________________________________
Date Date
Attachment A-5:
Hourly Rate Schedule
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
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
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
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
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
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 -
2025
Hourly Billing Rate -
2026
Hourly Billing Rate -2027
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
Lighting Designer I $120
Designer $100
Curtain Wall / Building Envelope - Arup
Classification Hourly Billing Rate
Principal $395
Associate Principal $280
Associate $240
Senior Façade Engineer / Designer $220
Façade Engineer/ Designer $150
Graduate Façade 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: CB4D8BDC-5FA1-49B1-BB12-6A32B8377035
Attachment "A-6":
Invoice Template
Docusign Envelope ID: CB4D8BDC-5FA1-49B1-BB12-6A32B8377035
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: CB4D8BDC-5FA1-49B1-BB12-6A32B8377035
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
Total
$0.00
wiring instructions
�Thompson, Ventulett, Stainback & Associates, Inc. IRouting No. 061000104
ISunTrust Bank, Atlanta �Account No. 1000002932134
1155 Peachtree St. NE �Swift No : SNTRUS3A
Atlanta, GA 30309 � ttention: Jessica Pressley-Willis
City of Fort Worth,
Mayor and
Texas
Council Communication
DATE: 09/16/25 M&C FILE NUMBER: M&C 25-0883
LOG NAME: 25FWCC PHASE2 AMENDMENTS
SUBJECT
(ALL) Authorize Execution of Amendment No. 4 to the Professional Services Agreement with Broadus & Associates, Inc. in an Amount Up to
$2,416,489.23 for a Total Contract Value of $6,585,964.23; Amendment No. 5 to the Professional Services Agreement with Thompson, Ventulett,
Stainback & Associates, Inc., in an Amount Up to $26,000,000.00 for a Total Contract Value of $39,441,818.00, for Design and Construction
Administration Services; and Authorize Execution of Amendment No. 4 to the Construction Manager at Risk Contract with Hunt/Byrne/Smith, a
Joint Venture, in an Amount Up to $15,423,251.00, for a Total Contract Value of $102,175,386.00
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 4 to the Professional Services Agreement with Broadus & Associates, Inc., in an amount not to
exceed $2,416,489.23 for a total contract value of $6,585,964.23, for project management services;
2. Authorize execution of Amendment No. 5 to the Professional Services Agreement with Thompson, Ventulett, Stainback & Associates, Inc., in
an amount not to exceed $26,000,000.00 for a total contract value of $39,441,818.00, for design and construction administration services;
and
3. Authorize execution of Amendment No. 4 to the construction manager at risk contract with Hunt/Byrne/Smith, a Joint Venture, in an amount
not to exceed $15,423,251.00, for a total contract value of $102,175,386.00.
DISCUSSION:
The purpose of this Mayor and City Council Communication (M&C) is to authorize amendments to three contracts associated with Phase 2 of the
expansion of the Fort Worth Convention Center (FWCC). The expansion project is being accomplished in finro major phases. Phase 1 includes the
construction of new state-of-the-art food & beverage facilities, demolition of the east annex, straightening of Commerce 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 80%
complete. 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. Phase 2 will replace the arena with additional exhibit halls, ballroom, meeting rooms, and refurbish the existing facility.
Broaddus & Associates, Inc. is providing project management services for Phases 1 and 2. Broaddus & Associates, Inc's original cost for the
Phase 2 effort was $2,816,388.00. M&C 23-0930 authorized execution of Amendment No. 2 to the agreement with Broaddus & Associates, Inc.,
in the amount of $556,158.00, for services associated with the renovation of the Fort Worth Water Gardens. Having only completed a portion of the
work ($156,264.23), Park & Recreation Department (PARD) elected to administratively terminate the services with Broaddus & Associates, Inc. to
manage the project internally. Terminating the contract with PARD reduces the funds required for Phase 2 by $399,893.77; making the revised
amount for Amendment No. 4. $2,416,489.23 for a total contract value of $6,585,964.23.
Thompson, Ventulett, Stainback & Associates, Inc. is providing design services. Amendment No. 5 to the Professional Services Agreement with
Thompson, Ventulett, Stainback & Associates, Inc., in the Amount Up to $26,000,000.00 will provide these additional Phase 2 design services for
a Total Contract Value of $39,441,818.00.
HunUByrne/Smith, a Joint Venture, is the construction team. Amendment No. 4 to the Construction Manager at Risk Contract with
HunUByrne/Smith, a Joint Venture, in the Amount Up to $15,423,251.00, will provide some construction and ordering of long lead items, for a Total
Contract Value of $102,175,386.00. As designs progress, there will be future M&C's to address the balance of the cost of construction.
Budget - The current project costs are described in table below:
FWCC Expansion Phase 1& Phase 2(Partial) Cost
Project Management Fees $6,595,696.23
Design Fees $39,441,818.00
Construction Cost $102,175,386.00
Administrative Costs (Staff Time, ITS, AV, Security,
PublicArt, Utilities, FF&E, Moving Costs, $7,026,146.89
Contingencies)
TOTAL $155,239,047.12
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&C"s before Council. It is anticipated that a 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. Funding is budgeted in the Spcial Tax Rev Bnd Serie 20256 Fund for the Public Events Department for the purpose of funding the ARPA
FWCC Expansion & Prj Mgmt project, as appropriated.This M&C authorizes $43,839,740.23 of the current total project budget of
$155,239,047.12.
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."
The Fort Worth Convention Center is located in COUNCIL DISTRICT 9 but will benefit all council districts.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Spcial Tax Rev Bnd Serie
2025B Fund for the ARPA FWCC Expansion & Prj Mgmt project to support the approval of the above recommendations and execution of the
amendments. Prior to any expenditure being incurred, the Property Management and Public Events Departments have the responsibility to
validate the availability of funds.
Submitted for City Manager's Office b� Jesica McEachern 5804
Originating Business Unit Head: Michael Crum 2501
Additional Information Contact: Keith A. Chisolm 2525
Brian Glass 8088
Expedited