HomeMy WebLinkAbout170-13 RESOLUTIONRESOLUTION NO. 170-13
A RESOLUTION APPROVING AMENDMENT NO. 1 TO THE CONTRACT
WITH CRAFTON TULL FOR CONSTRUCTION PHASE SERVICES
ASSOCIATED WITH RENOVATION OF POOL BUILDINGS AT WILSON
PARK IN AN ADDITIONAL AMOUNT NOT TO EXCEED $15,000.00, AND
APPROVING A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves
Amendment No. 1 to the contract with Crafton Tull for construction phase services associated
with renovation of pool buildings at Wilson Park in an additional amount not to exceed
$15,000.00.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached as Exhibit "A".
PASSED and APPROVED this 6t' day of August, 2013.
APPROVED: ATTEST:
By:
SONDRA E. SMITH, City Clerk/Treasurer
G1T Y 0,�
. art .r
=
. FAYETTEVILLE:
";" EftNC()��
City of Fayetteville, Arkansas V12.0724
Budget Adjustment Form
Budget Year Division: Parks & Recreation Request Date Adjustment Number
2013 Department: Parks & Recreation 7/18/2013
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION
Wilson Park Pool buildings renovation - Funds in the amount of $15,000 are needed for Professional Services for
construction observation services related to the renovation. Contract Services for the project in the total amount of
$464,585 include renovation of existing pool house/restrooms, concession building and pump house (including new
fixtures, walls, HVAC and electrical).
-- -----�-�'IIj�> Prepared By:
Date
Reference:
Date 0 Budget & Research Use Only
®� Type: A B C D E
Department QActouV Date
ck ?- 27,-2-41 '1 General Ledger Date
--_-.-- ._._..-_-..__--
Finance Director Date
_ — 7-2.2- /,? Posted to General Ledger
Date
Checked / Verified
Date
TOTAL BUDGET ADJUSTMENT - -
Increase / (Decrease)
Account Name
Park improvements
Professional services___
Contract services
Account Number
Expense_
2250.9256.5806.00
2250.9256.5314.00
(479,585).
�_ 15,000
2250.9256.5315.00
464,585
K:\Financial Services\BNs 2013\13A for Agenda Item - Wilson Park Poolhouse 7-18-13
Revenue
0 o ----
Bearden, Jr.
Project.Sub
Number _
13001 . 1101
EXHIBIT
9 __of 1
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
8/6/2013
City Council Meeting Date
Agenda Items Only
Carole Jones Park Planning Parks
Submi ed By Division Department
Action
tall recommends a resolution approving Amendment #1 to the contract with Grafton Tull for construction phase
ervices associated with the renovation of the Wilson Park pool buildings in an additional amount not to exceed
15,000 and approval of a budget adjustment.
$15,000.00 $ 609,776.00
Cost of this request Category / Project Budget
2250.9256.5314.00 $ 82,924.20
Account Number Funds Used to Date
13001.1101 $ 526,851.80
Project Number Remaining Balance
Budgeted Item LJ Budget Adjustment Attached
Community Park Improvements
Program Category / Project Name
Wilson Park Improvements
Program / Project Category Name
PLDO SW Quadrant
Fund Name
lin CovA e S ej",W u
r ldffiwaf Previous Ordinance or Resolution # 57-13
Departure Director Date
Original Contract Date:
Original Contract Number:
ttorney Date
Finance and Internal Services Director Date
Received in City-1 3 a 0 13 R C V D
Clerk's Office n_ _ n
Revised January 15, 2009
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
=ARKANSAS�
CITY COUNCIL AGENDA MEMO
To: Mayor Lioneld Jordan and City Council
Thru: Don Marr, Chief of Staff
Connie Edmonston, Parks and Recreation Director
Alison Jumper, Park Planning Superintendent 0�
From: Carole Jones, Park Planner II O A
Date: July 19, 2013
Subject: Resolution to approve Amendment #1 to the contract for architectural services with Crafton Tull
Agenda Request for August 6, 2013 Meeting
PROPOSAL:
The Wilson Park swimming pool is the only municipal pool within the City of Fayetteville and had over 20,000
visitors in 2012 during the eight week summer season. The original Wilson Park pool buildings were built
between the 1930s and the 1960s. The last significant renovation of the buildings was in 1983.
In 2012, the pool and deck surfaces were repaired and resurfaced as the first phase of the Wilson Park Pool
renovation. The renovation of the buildings was approved as part of the 2013 CIP as the next phase of the pool
renovation project. Improvements to the pool house and concession building will increase effeciency in use of
space, increase ventilation, provide better ADA access and update the restroom and shower facilities.
On March 19, 2013, the City Council passed Resolution Number 57-13 approving a contract with Crafton Tull
for architectural design and bidding services related to renovation of the pool buildings at Wilson Park (see
attached resolution). Staff is requesting approval of Amendment No. 1 pursuant to Resolution Number 57-13
with Crafton Tull. This amendment includes construction phase services related to the project. Construction of
the project is expected to begin in early September after the pool closes for the season.
RECOMMENDATION:
Staff recommends a resolution approving Amendment #1 to the contract with Crafton Tull for construction
phase services associated with the renovation of the Wilson Park pool buildings in an additional amount not to
exceed $15,000 and approval of a budget adjustment.
BUDGET IMPACT:
This project is funded with Park Land Dedication (SW Quadrant) funds. The cost of $15,000 is accounted for in
project number 13001.1101 -Wilson Park Improvements.
Attachments:
Staff Review Form
Resolution No. 57-13
Amendment #1 Signed by Architect
Budget Adjustment
RESOLUTION NO.
A RESOLUTION APPROVING AMENDMENT NO. 1 TO THE CONTRACT
WITH CRAFTON TULL FOR CONSTRUCTION PHASE SERVICES
ASSOCIATED WITH RENOVATION OF POOL BUILDINGS AT WILSON
PARK IN AN ADDITIONAL AMOUNT NOT TO EXCEED $15,000.00, AND
APPROVING A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves
Amendment No. 1 to the contract with Crafton Tull for construction phase services associated
with renovation of pool buildings at Wilson Park in an additional amount not to exceed
$15,000.00.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached as Exhibit "A".
PASSED and APPROVED this 6ch day of August, 2013.
APPROVED:
LIONELD JORDAN, Mayor
ATTEST:
am
SONDRA E. SMITH, City Clerk/Treasurer
RESOLUTION NO.57-13
A RESOLUTION APPROVING A CONTRACT WITH CRAFTON TULL IN
AN AMOUNT NOT TO EXCEED $42,430.00 FOR ARCHITECTURAL AND
BIDDING SERVICES RELATED TO RENOVATION OF POOL BUILDINGS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a
contract with Crafton Tull in an amount not to exceed $42,430.00, a copy of which is attached as
Exhibit "A", for architectural and bidding services related to renovation of pool buildings at
Wilson Park.
PASSED and APPROVED this 19`h day of March, 2013.
APPROVED:
ATTEST:
By: By:
O LD j6i4gg, Mayor SONDRA E. SMITH, City Clerk/Treasurer
°� t RK/!T�" "z
sV� X,
o7T -VILLE
FAYE
NSP�.'��.��
AMENDMENT TO AGREEMENT FOR
PROFESSIONAL ARCHITECT SERVICES
CITY OF FAYETTEVILLE
FAYETTEVILLE, AR
CONTRACT AMENDMENT NO. 1
Wilson Park Pool Buildings Renovation
This Contract Amendment No. 1 dated 2013 shall amend
The original contract between the CITY OF FAYETTEVILLE, ARKANSAS and CRAFTON TULL dated
March 19, 2013 for professional architectural services in connection with the Wilson Park Pool
Buildings Renovation (the "Project"). This Contract Amendment No. 1 adds professional
architectural services for Construction Administration Services, as described herein.
The contract is hereby modified as follows:
SECTION 2 — BASIC SERVICES OF CRAFTON TULL
The following Sections add to corresponding Sections in the original contract.
2.1 Professional Services performed.
2.1.2 The additional Scope of Services to be furnished by CRAFTON TULL
during the Construction Phase is included in Section 2.2 hereafter and in
Appendix A attached hereto and made part of this Agreement.
Contract Amendment No. 1 1 of 2 13102500
Wilson Park Pool Buildings Renovation
2.2 Architect Services
2.2.2 CRAFTON TULL will perform construction phase services as described in
Appendix A as attached hereto and made a part of this Agreement.
SECTION 5 - PAYMENTS TO CRAFTON TULL
5.1 Compensation
CITY OF FAYETTEVILLE shall pay CRAFTON TULL an additional amount not to exceed
$15,000.00 for Construction phase services in accordance with the provisions
described in the following paragraphs. CITY OF FAYETTEVILLE shall pay CRAFTON TULL for
Construction Administration services rendered on the project at the rates shown in the attached
Appendix B. Reimbursable expenses, including but not limited to printing, courier service,
reproduction, and travel shall be charged under the previously established Reimbursable expense
fee. Under -runs in any phase may be used to offset overruns in another phase as long as the
overall contract amount is not exceeded.
IN TESTIMONY OF WHICH, this instrument has been executed on behalf of CRAFTON TULL, and
has been executed on behalf of the CITY OF FAYETTEVILLE, in three (3) counterparts, each of
equal force, on the day and year first above written.
CITY OFF EVILLE
By
Mayor L ro/ld Jordan
ATTEST: �e
`�♦♦♦��RK•� T R��4rrr
•
Contract Amendn-Ent ,cAY1ET-TEVILLE;
Wilson Park Pool �� enov
%-v . �KANS .•J.�'�
NG TON W� `�♦♦
CRAFT TULL
By:
Title:yjC4OJf �-CX/
1 of 2 13102500
APPENDIX A — SCOPE OF SERVICES
Construction Phase Services
During the construction phase of work, Crafton Tull will accomplish the following:
1. Issue a Notice to Proceed letter to the Contractor and attend preconstruction meeting.
2. Attend progress/coordination meetings with the City of Fayetteville/Contractor.
3. Evaluate and respond to construction material submittals and shop drawings.
Corrections or comments made by Crafton Tull on the shop drawings during this review
will not relieve Contractor from compliance with requirements of the drawings and
specifications. The check will only be for review of general conformance with the design
concept of the project and general compliance with the information given in the
contract documents. The Contractor will be responsible for confirming and correlating all
quantities and dimensions, selecting fabrication processes and techniques of
construction, coordinating his work with that of all other trades, and performing his work
in a safe and satisfactory manner. Crafton Tull's review shall not constitute approval of
safety precautions or constitute approval of construction means, methods, techniques,
sequences, procedures, or assembly of various components. When certification of
performance characteristics of materials, systems or equipment is required by the
Contract Documents, either directly or implied for a complete and workable system,
Crafton Tull shall be entitled to rely upon such submittal or implied certification to
establish that the materials, systems or equipment will meet the performance criteria
required by the Contract Documents.
4. Issue instructions to the Contractor on behalf of the City of Fayetteville and issue
necessary clarifications (respond to RFIs) regarding the construction contract
documents.
5. Review the Contractor's progress payment requests based on the actual quantities of
contract items completed and accepted, and will make a recommendation to the City
of Fayetteville regarding payment. Crafton Tull's recommendation for payment shall
not be a representation that Crafton Tull has made exhaustive or continuous
inspections to (1) check the quality or exact quantities of the Work; (2) to review billings
from Subcontractors and material suppliers to substantiate the Contractor's
right to payment; or (3) to ascertain how the Contractor has used money previously
paid to the Contractor.
6. When authorized by the City of Fayetteville, prepare change orders for changes in the
work from that originally provided for in the construction contract documents. If
redesign or substantial engineering or surveying is required in the preparation of these
change order documents, the City of Fayetteville will pay Crafton Tull an additional fee
to be agreed upon by the City of Fayetteville and Crafton Tull.
7. Participate in final project inspection, prepare punch list, review final project closing
documents, and submit final pay request.
Appendix A - Scope of Services 1 of 2 13102500
Wilson Park Pool Buildings Renovation
8. Construction observation services will be provided by CraftonTull's Resident Project
Representative, who will provide or accomplish the following:
Consult with and advise the Owner during the construction period.
Maintain a file of test reports, certifications, shop drawings and submittals, and
other appropriate information.
Produce Construction Observation reports which will contain information pertinent
to each site visit.
In performing construction observation services, Crafton Tull will endeavor to protect the Owner
against defects and deficiencies in the work of the Contractor(s); but Crafton Tull cannot
guarantee the performance of the Contractor(s), nor be responsible for the actual supervision of
construction operations or for the safety measures that the Contractor(s) takes or should take.
However, if at any time during construction Crafton Tull observes that the Contractor's work does
not comply with the construction contract documents, Crafton Tull will notify the Contractor of
such non-compliance and instruct him to correct the deficiency and/or stop work, as appropriate
for the situation. Crafton Tull will also record the observance, the discussion, and the actions
taken. If the Contractor continues without satisfactory corrective action, Crafton Tull will notify the
Owner immediately, so that appropriate action under the Owner's contract with the Contractor
can be taken.
Appendix A - Scope of Services 2 of 2 13102500
Wilson Park Pool Buildings Renovation
WILSON PARK POOL BUILDING RENOVATIONS EXHIBIT A Cont.
Phase Name Employee/Class Name Billable Rate Hours Cost
Construction Administration
Director of Architecture
$ 145.00
40
$ 5,800.00
Intern Architect III
$ 95.00
40
$ 3,800.00
Vice President of Engineering
$ 150.00
0
$ -
Sr. Engineering Manager
$ 140.00
8
$ 1,120.00
Project Engineer
$ 100.00
8
$ 800.00
Engineering Designer III
$ 95.00
24
$ 2,280.00
Engineer Intern II
$ 85.00
0
$ -
Engineer Intern 1
$ 75.00
8
$ 600.00
BIM Coordinator III
$ 70.00
8
1 $ 560.00
Sub -Total
136
$ 14,960.00
Reimbursable Expesnses
Provided under previous agreement
Sub -Total
$ -
Total
136
$ 14,960.00
51 Crafton Tull
architature I engineering I surveying
Exhibit "B"
Standard Hourly Rate Schedule
Effective February 5, 2013
Rate
VICE PRESIDENT OF ARCHITECTURE .....
$
150
DIRECTOR OF ARCHITECTURE ..............
$
145
DIRECTOR OF QUALITY ASSURANCE .....
$
145
SR. PROJECT MANAGER .......................
$
140
PROJECT MANAGER .............................
$
125
SR. PROJECT ARCHITECT .....................
$
105
PROJECT ARCHITECT ...........................
$
95
INTERN ARCHITECT III ...........................
$
95
INTERN ARCHITECT II ...........................
$
85
INTERN ARCHITECT I ............................
$
75
SR. DESIGNER ......................................
$
110
DESIGNER III ........................................
$
95
DESIGNER II .........................................
$
85
DESIGNER I ..........................................
$
75
BIM COORDINATOR III ...........................
$
70
BIM COORDINATOR II ............................
$
55
BIM COORDINATOR I .............................
$
40
DIRECTOR OF INTERIOR DESIGN ...........
$
95
INTERIOR DESIGN PROJECT MANAGER..
$
90
SR. PROJECT INTERIOR DESIGNER ........
$
85
PROJECT INTERIOR DESIGNER .............
$
80
INTERIOR DESIGNER III .........................
$
75
INTERIOR DESIGNER II ..........................
$
70
INTERIOR DESIGNER I ...........................
$
65
ENGINEERING PRINCIPAL ......................
$
150
SR. ENGINEERING MANAGER ................
$
140
ENGINEERING MANAGER ......................
$
125
SR. PROJECT ENGINEER .......................
$
110
PROJECT ENGINEER .............................
$
100
ENGINEER INTERN II .............................
$
85
ENGINEER INTERN I ..............................
$
75
SR. ENGINEERING DESIGNER ................
$
110
ENGINEERING DESIGNER III ..................
$
95
ENGINEERING DESIGNER II ...................
$
85
ENGINEERING DESIGNER I ....................
$
75
ENGINEERING CAD TECHNICIAN III .........
$
70
ENGINEERING CAD TECHNICIAN II .........
$
55
ENGINEERING CAD TECHNICIAN I ..........
$
40
_..._ _..........__..................
IJECT LANDSCAPE ARCHITECT ........
_ ..-
$ 90
DSCAPE ARCHITECTURE DESIGNER
$ 80
DSCAPE ARCHITECT INTERN ...........
$ 55
NNING MANAGER ............................
$ 125
PLANNER .......................................
$ 110
NNER.............................................
$ 90
INSPECTOR .................................... $ 90
PECTOR II ....................................... $ 80
PECTOR I ........................................ $ 65
Rate
_.._...__..... _.............
DIRECTOR OF ENGINEERING ......................
-
$
•--
145
SR. PROJECT MANAGER .............................
$
140
PROJECT MANAGER ...................................
$
125
SR. PROJECT ENGINEER ............................
$
110
PROJECT ENGINEER ..................................
$
100
ENGINEER INTERN III ..................................
$
95
ENGINEER INTERN II ...................................
$
85
ENGINEER INTERN I ....................................
$
75
SR. ENGINEERING DESIGNER
$
110
ENGINEERING DESIGNER III ........................
$
95
ENGINEERING DESIGNER II .........................
$
85
ENGINEERING DESIGNER I ..........................
$
75
BIM COORDINATOR III .................................
$
70
BIM COORDINATOR II ..................................
$
55
BIM COORDINATOR I ...................................
$
40
SR. PROFESSIONAL SURVEYOR ..................
$
120
PROFESSIONAL SURVEYOR ........................
$
90
SURVEY COORDINATOR .............................
$
70
SURVEYOR INTERN ....................................
$
75
SURVEY PARTY CHIEF ................................
$
60
SURVEY TECHNICIAN III ..............................
$
55
SURVEY TECHNICIAN II ...............................
$
40
SURVEY TECHNICIAN I ................................
$
30
............................................. - --
31S ANALYST .............................................. $ 85
31S TECHNICIAN II ...................................... $ 55
31S TECHNICIAN I ....................................... $ 40
TIVE PRINCIPAL .......................
$
150
TIVE MANAGER ........................
$
120
TIVE IV ....................................
$
80
TIVE III ....................................
$
60
TIVEII .....................................
$
45
TIVE I ......................................
$
35
Vr5 tgwpment...........................................
Ps5inour
Robotic Survey Equipment...........................$20/Hour
Job Related Mileage....................................$0.56/Mile
Per Diem for Out of Town Crews..... Per GSA Allowable
Airfare and other travel related expenses ..........
At Cost
Black and white 8.5"x11" Copies ..............
$0.15/sheet
Color 8.5"x11" Copies ............................
$1.50/sheet
Photo Paper Color Plan Sheet Copies ......
$0.75/sq. ft.
Reproducible Plan Copies (Vellum) ...........
$1.50/sq. ft
Reproducible Plan Copies (Bond) .............
$0.35/sq. ft.
All rates are subject to change without notice.