Loading...
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. City’s 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 Architect’s 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 Architect’s 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 Architect’s receipt of Notice to Proceed by City b. Construction Documents – 12 weeks, which period shall commence upon Architect’s 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 Architect’s 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 Architect’s 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.City’s Representative The City identifies the following representative to act on behalf of the City with respect to the Project. Michael Crum, Project Director 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.Architect’s Representative The Architect identifies the following representative to act on behalf of the Architect with respect to the Project. Rob Svedberg, Principal Thompson, Ventulett, Stainback & Associates, Inc 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. Architect’s 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. Architect’s 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 Architect’s work product. To the extent documents are marked and/or signed/sealed by the Architect for a specific, intended purpose such as for permitting, released for construction or a latest revision shall Category 1 electronic files be considered Contract Documents for (iii) Category 2 Electronic Files are not governing versions of the Architect’s work product and are, therefore, not Contract Documents for construction; (iv) Category 2 Electronic Files furnished by Architect represent only the temporary status of the file(s) as of the date of transmittal, which files are subject to modification and revision at any time. The level of 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 recipient’s use of Category 2 Electronic Files, or breach of these use conditions; (ix) Recipient agrees to use reasonable precaution to secure Electronic Files (both Category 1 and 2) against transmission, whether inadvertent or intended, to parties that are not authorized by the City of the Project; (x) Any subsequent revisions or modifications to these Electronic Files (both Category 1 and 2) are the responsibility of the party making such changes; (xi) Due to the diagrammatic nature of Electronic Files (both Category 1 and 2) and due to differences in computer systems, hardware, software, and translation/conversion processes between systems, the Architect is not responsible for any dimensional inaccuracies or for the accuracy and completeness of any translation and/or transmittal process from the original file(s); (xii) Recipient acknowledges that the automated conversion or transfer of electronic documents (both Category 1 and 2) may introduce inexactitudes, anomalies, corruptions, deletions, or errors. (xiii) Category 2 Electronic Files in electronic media format or text, data, graphic, or other types that are furnished by the Architect to a recipient are only for the convenience of the recipient user. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk; (xiv) The Architect makes no representations as to long-term compatibility, usability, or readability of Electronic Files (Category 1 and 2) resulting from the use of software application packages, operating systems, or computer hardware different from those in use by the Architect and its consultants at the time of transmission. Any use of, or reliance on, all or a portion of a building information model without an agreement to protocols governing the use of, and reliance on, the information contained in the model and without having those protocols set forth shall be at the using or relying party’s sole risk and without liability to the other party and its contractors or consultants, the authors of, or contributors to, the building information model, and each of their agents and employees. II SCOPE OF ARCHITECT’S BASIC SERVICES A.General The Architect’s Basic Services consist of those described in this Article II and include structural, mechanical, electrical, plumbing, and fire protection engineering services. Services not set forth in this Article II are Supplemental or Additional Services. The Architect shall manage the Architect’s services, research applicable design criteria, attend Project meetings, communicate with members of the Project team, and report progress to the City. The Architect shall coordinate its services with those services provided by the City and the City’s consultants. The Architect shall be entitled to rely on, and shall not be responsible for, the accuracy, completeness, and timeliness of services and information furnished by the City and the City’s consultants. B. Design Development Phase Services Based on the City’s approval of the Schematic Design Documents, and on the City’s 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 City’s 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 City’s approval on the form attached and incorporated as Attachment “A-3” – Phase Approval Form. C. Construction Documents Phase Services Based on the City’s approval of the Design Development Documents, and on the City’s 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 City’s 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 City’s approval on the form attached and incorporated as Attachment “A-3” – Phase Approval Form. III SUPPLEMENTAL AND ADDITIONAL SERVICES A.Supplemental Services The Architect shall provide the listed Supplemental Services only if specifically designated in the table below as the Architect’s responsibility, and the City shall compensate the Architect as provided in Section IV. Unless otherwise specifically addressed in this Attachment or this Agreement, if neither the City nor the Architect is designated, the parties agree that the listed Supplemental Service is not being provided for the Project. A description of each Supplemental Service is identified in Attachment “A-2” – Supplemental Service Descriptions, as attached and incorporated herein. Scope of Services – Phase Two Page | 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 Architect’s coordination of the City’s consultants Architect Telecommunications/data Infrastructure Design Architect Security evaluation and planning Architect Commissioning City Sustainable Project Services Not Provided Fast-track design services Not Provided Multiple bid packages Architect Historic preservation Not Provided Furniture, furnishings, and equipment design Architect Other Supplemental Services provided by specialty 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 Architect’s 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 Architect’s 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 Architect’s 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: Owner’s 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 Architect’s 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 Architect’s Supplemental Services Attachment “A-2” Description of Architect’s 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/Waynding 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 dened 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 Architect’s services will be performed in a manner, sequence, and timing to allow coordination with those of the Architect and other consultants for the Project. E. Budgetary limitations shall not be a justication 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 conguration 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 Designer’s services will be performed in a manner, sequence, and timing to allow coordination with those of the Architect and other consultants for the Project. 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 Specications 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 Consultant’s services will be performed in a manner, sequence, and timing to allow coordination with those of the Architect and other consultants for the Project. F.For each phase of the Work, the Food Service & 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 clarications of specic 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 Owner’s Program and other standards established by the Owner. B.The Audio-visual consultant shall collaborate with the Architect and through the Architect with all other consultants that may include but not be limited to the Structural Engineer, Mechanical Engineer, Electrical Engineer, Fire Protection Engineer, Plumbing Engineer, Telecommunications Designer, Security Designer, Food Service Designer, Interior Designer, the Specialty Lighting Designer, Graphics Designer, Vertical Circulation Consultant, Hardware, Landscape, Civil, Code Consultant, etc. as pertinent to provide coordinated design and documentation. C.For each phase of the Work, the Audiovisual Consultant will work with Architect to ascertain the requirements for that phase of the Work, will attend necessary conferences, will be available for general consultation, will prepare necessary documentation, and make appropriate recommendations. D.For each phase of the Work, the Audiovisual Consultant will participate in an e ort (to be directed by the Architect) to coordinate this part of the work with the other portions of the project. The Audiovisual Consultant’s services will be performed in a manner, sequence, and timing to allow coordination with those of the Architect and other consultants for the Project. E.The Audiovisual Consultant will prepare documents and specications 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 building’s 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. Engineer’s services will be performed in a manner, sequence, and timing to allow coordination with those of the Architect and other consultants for the Project. VII.Telecommunications A.The Telecommunications Consultant will provide design services for the building’s 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 conicts might occur and make architectural recommendations to help control the transfer of objectionable sound between these areas. 4.Provide recommendations for the design, specication and construction of partitions, doors, windows, and other sound isolating elements to meet the expectations of noise control within the spaces identied 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 consultant’s scope. 2.Provide acoustic testing of sound isolation constructions for comparison to the design noise isolation expectations; data will be presented as Noise Isolation Class (NIC) ratings. 3.Provide background noise level testing for comparison with design recommendations. Ambient levels may be presented as Noise Criteria (NC) or overall dBA levels, unless other metrics are required. 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 ramications 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 / Waynding 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 identication signs, directional signs, informational signs and space identication 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 specic needs for new elevators, including CCTV cameras, card readers, emergency power, etc. G.Provide detailed performance-based specications for pricing for the new elevator/Escalator. Provide a complete list of related work to be included in bid specications 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 waterproong 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 project’s 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 specication 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 specication 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