HomeMy WebLinkAbout52-14 RESOLUTIONRESOLUTION NO. 52-14
A RESOLUTION TO APPROVE A CONTRACT WITH CRAFTON TULL &
ASSOCIATES IN AN AMOUNT NOT TO EXCEED $83,225.00 FOR
ARCHITECTURAL AND ENGINEERING SERVICES ASSOCIATED WITH
THE RENOVATION OF THE LAKE FAYETTEVILLE SOFTBALL
COMPLEX
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 & Associates in an amount not to exceed $83,225.00 for architectural
and engineering services associated with the renovation of the Lake Fayetteville Softball
Complex. A copy of the contract is attached as Exhibit "A".
PASSED and APPROVED this 41" day of March, 2014.
APPROVED:
ATTEST:
By: A&"e" -q-.
SONDRA E. SMITH, City Clerk/Treasurer
AGREEMENT
For
PROFESSIONAL ARCHITECTURAL SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
CRAFTON TULL
THIS AGREEMENT is made as of , 2014, by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF
FAYETTEVILLE) and CRAFTON TULL (hereinafter called CRAFTON TULL).
CITY OF FAYETTEVILLE from time to time requires professional architectural and engineering
services in connection with the evaluation, design, and/or construction supervision of capital
improvement projects. Therefore, CITY OF FAYETTEVILLE and CRAFTON TULL in
consideration of their mutual covenants agree as follows:
CRAFTON TULL shall serve as CITY OF FAYETTEVILLE's professional architectural and
engineering consultant in those assignments to which this Agreement applies, and shall give
consultation and advice to CITY OF FAYETTEVILLE during the performance of CRAFTON
TULL's services. All services shall be performed under the direction of a professional architect
or engineer registered in the State of Arkansas and qualified in the particular field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY
OF FAYETTEVILLE and agreement of Crafton Tull.
1.2 Assignments may include services described hereafter as Basic Services or as
Additional Services of CRAFTON TULL.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not
be allowed without a formal contract amendment approved by the Mayor and/or the City
Council in advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ARCHITECT AND ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by CRAFTON TULL during the Project is
included in Appendix A attached hereto and made part of this Agreement.
2.2 CRAFTON TULL shall coordinate their activities and services with the CITY OF
FAYETTEVILLE. CRAFTON TULL and CITY OF FAYETTEVILLE agree that CRAFTON
TULL has full responsibility for the architectural and engineering services.
-EXHIBIT
Standard Contract - Professional Architectural Services
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services
of CRAFTON TULL.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the
Project.
3.1.2 Assist CRAFTON TULL by placing at CRAFTON TULL's disposal all available
information pertinent to the assignment including previous reports and any other data
relative thereto.
3.1.3 Assist CRAFTON TULL in obtaining access to property reasonably necessary for
CRAFTON TULL to perform its services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other
documents presented by CRAFTON TULL and render in writing decisions pertaining
thereto.
3.1.5 The Parks and Recreation Project Manager is the CITY OF FAYETTEVILLE's project
representative with respect to the services to be performed under this Agreement.
The Parks and Recreation Project Manager shall have complete authority to transmit
instructions, receive information, interpret and define CITY OF FAYETTEVILLE's
policies and decisions with respect to materials, equipment, elements and systems to
be used in the Project, and other matters pertinent to the services covered by this
Agreement.
3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and
provide written comments to CRAFTON TULL in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly
progress of the Project through completion of the services stated in the Agreement.
CRAFTON TULL will proceed with providing the authorized services immediately upon
receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall
include the scope of the services authorized and the time in which the services are to be
completed. The anticipated schedule for this project is included as Appendix A.
SECTION 5 - PAYMENTS TO ARCHITECT
5.1 The maximum not -to -exceed amount authorized for this Agreement is 83,225. The
CITY OF FAYETTEVILLE shall compensate CRAFTON TULL based on a Lump Sum
basis as described in Appendix A, not to exceed $83,225.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for
Standard Contract - Professional Architectural Services 2
professional services consistent with CRAFTON TULL's normal billing schedule.
Once established, the billing schedule shall be maintained throughout the duration of
the Project. Applications for payment shall be made in accordance with a format to
be developed by CRAFTON TULL and approved by CITY OF FAYETTEVILLE.
Applications for payment shall be accompanied each month by the updated project
schedule as the basis for determining the value earned as the work is accomplished.
Final payment for professional services shall be made upon CITY OF
FAYETTEVILLE's approval and acceptance with the satisfactory completion of the
study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion
of CRAFTON TULL's statement is disputed by CITY OF FAYETTEVILLE, the
undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY
OF FAYETTEVILLE shall advise CRAFTON TULL in writing of the basis for any
disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable
effort to pay invoices within 30 days of date the invoice is approved, however,
payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a
condition before final payment under this Agreement, or as a termination settlement
under this Agreement, CRAFTON TULL shall execute and deliver to CITY OF
FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising
under or by virtue of this Agreement, except claims which are specifically exempted
by CRAFTON TULL to be set forth therein. Unless otherwise provided in this
Agreement or by State law or otherwise expressly agreed to by the parties to this
Agreement, final payment under this Agreement or settlement upon termination of
this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims
against CRAFTON TULL or his sureties under this Agreement or applicable
performance and payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, CRAFTON TULL will maintain
(in United States Dollars) the following minimum insurance coverages:
Tvoe of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability
Standard Contract- Professional Architectural Services 3
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
Bodily Injury and
Property Damage
Professional Liability Insurance
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
CRAFTON TULL will provide to CITY OF FAYETTEVILLE certificates as evidence of
the specified insurance within ten days of the date of this Agreement and upon each
renewal of coverage.
6.1.2 CITY OF FAYETTEVILLE and CRAFTON TULL waive all rights against each other
and their officers, directors, agents, or employees for damage covered by property
insurance during and after the completion of CRAFTON TULL's services.
6.2 Professional Responsibility
6.2.1 CRAFTON TULL will exercise reasonable skill, care, and diligence in the
performance of CRAFTON TULL's services and will carry out its responsibilities in
accordance with customarily accepted professional architectural and engineering
practices. CITY OF FAYETTEVILLE will promptly report to CRAFTON TULL any
defects or suspected defects in CRAFTON TULL's services of which CITY OF
FAYETTEVILLE becomes aware, so that CRAFTON TULL can take measures to
minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all
remedies to recover for its damages caused by any negligence of CRAFTON TULL.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by CRAFTON TULL relating to construction
costs and schedules, operation and maintenance costs, equipment characteristics
and performance, and operating results are based on CRAFTON TULL's experience,
qualifications, and judgment as a design professional. Since CRAFTON TULL has
no control over weather, cost and availability of labor, material and equipment, labor
productivity, construction Contractors' procedures and methods, unavoidable delays,
construction Contractors' methods of determining prices, economic conditions,
competitive bidding or market conditions, and other factors affecting such cost
opinions or projections, CRAFTON TULL does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and
projections prepared by CRAFTON TULL.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general
scope of CRAFTON TULL's services, with an appropriate change in compensation
and schedule only after the Mayor and/or Fayetteville City Council approval of such
proposed changes and, upon execution of a mutually acceptable amendment or
change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly
authorized officer of CRAFTON TULL.
6.5 Termination
6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the
event of substantial failure by the other party to fulfill its obligations under this
Standard Contract - Professional Architectural Services 4
Agreement through no fault of the terminating party, provided that no termination
may be effected unless the other party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail,
return receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that CRAFTON TULL is given:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail,
return receipt requested) of intent to terminate,
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable
adjustment in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or
other work,
6.5.3.2 Any payment due to CRAFTON TULL at the time of termination may be adjusted
to cover any additional costs to CITY OF FAYETTEVILLE because of CRAFTON
TULL's default.
6.5.4 If termination for default is effected by CRAFTON TULL, or if termination for
convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall
include a reasonable profit for services or other work performed. The equitable
adjustment for any termination shall provide for payment to CRAFTON TULL for
services rendered and expenses incurred prior to the termination, in addition to
termination settlement costs reasonably incurred by CRAFTON TULL relating to
commitments which had become firm prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above,
CRAFTON TULL shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data,
drawings, specifications, reports, estimates, summaries and such other
information and materials as may have been accumulated by CRAFTON TULL in
performing this Agreement, whether completed or in process.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE
may take over the work and may award another party an agreement to complete the
work under this Agreement.
6.5.7 If, after termination for failure of CRAFTON TULL to fulfill contractual obligations, it is
determined that CRAFTON TULL had not failed to fulfill contractual obligations, the
termination shall be deemed to have been for the convenience of CITY OF
Standard Contract - Professional Architectural Services 5
FAYETTEVILLE. In such event, adjustments of the agreement price shall be made
as provided in Paragraph 6.5.4 of this clause.
6.6 Delays
6.6.1 In the event the services of CRAFTON TULL are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond CRAFTON TULL's reasonable control,
CRAFTON TULL shall be entitled to additional compensation and time for
reasonable costs incurred by CRAFTON TULL in temporarily closing down or
delaying the Project.
6.7 Rights and Benefits
6.7.1 CRAFTON TULL's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all
disputes between CITY OF FAYETTEVILLE and CRAFTON TULL which arise from,
or in any way are related to, this Agreement, including, but not limited to the
interpretation of this Agreement, the enforcement of its terms, any acts, errors, or
omissions of CITY OF FAYETTEVILLE or CRAFTON TULL in the performance of
this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first
negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated
prior to exhaustion of these procedures, such action shall be stayed, upon
application by either party to a court of proper jurisdiction, until the procedures in
Paragraphs 6.8.3 and 6.8.4 have been complied with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the
occurrence of any incident, action, or failure to act upon which a claim is based,
the party seeking relief shall serve the other party with a written Notice.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give CRAFTON TULL written Notice at the address listed
in Paragraph 6.14 within thirty (30) days after occurrence of any incident,
accident, or first observance of defect or damage. In both instances, the Notice
shall specify the nature and amount of relief sought, the reason relief should be
granted, and the appropriate portions of this Agreement that authorize the relief
requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for
CITY OF FAYETTEVILLE and CRAFTON TULL shall confer in an effort to resolve
the dispute. If the dispute cannot be resolved at that level, then, upon written
request of either side, the matter shall be referred to the President of CRAFTON
TULL and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers
Standard Contract - Professional Architectural Services 6
shall meet at the Project Site or such other location as is agreed upon within 30 days
of the written request to resolve the dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of
obtaining funds to remit payment to CRAFTON TULL for services rendered by
CRAFTON TULL.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of CRAFTON
TULL's employees and the importance of CRAFTON TULL's public relations,
CRAFTON TULL may prepare publications, such as technical papers, articles for
periodicals, and press releases, pertaining to CRAFTON TULL's services for the
Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form
for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall
review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to
CRAFTON TULL CITY OF FAYETTEVILLE may require deletion of proprietary data
or confidential information from such publications, but otherwise CITY OF
FAYETTEVILLE will not unreasonably withhold approval. The cost of CRAFTON
TULL's activities pertaining to any such publication shall be for CRAFTON TULL's
account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and CRAFTON
TULL from and against any and all loss where loss is caused or incurred or alleged
to be caused or incurred in whole or in part as a result of the negligence or other
actionable fault of the Contractors, or their employees, agents, Subcontractors, and
Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings,
CAD drawings, estimates, field notes, and project data are and remain the property
of CITY OF FAYETTEVILLE. CRAFTON TULL may retain reproduced copies of
drawings and copies of other documents.
6.12.2 Architectural and engineering documents, computer models, drawings, specifications
and other hard copy or electronic media prepared by CRAFTON TULL as part of the
Services shall become the property of CITY OF FAYETTEVILLE when CRAFTON
TULL has been compensated for all Services rendered, provided, however, that
CRAFTON TULL shall have the unrestricted right to their use. CRAFTON TULL
shall, however, retain its rights in its standard drawings details, specifications,
databases, computer software, and other proprietary property. Rights to intellectual
property developed, utilized, or modified in the performance of the Services shall
remain the property of CRAFTON TULL.
6.12.3 Any files delivered in electronic medium may not work on systems and software
different than those with which they were originally produced. CRAFTON TULL
makes no warranty as to the compatibility of these files with any other system or
Standard Contract - Professional Architectural Services 7
software. Because of the potential degradation of electronic medium over time, in
the event of a conflict between the sealed original drawings/hard copies and the
electronic files, the sealed drawings/hard copies will govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the
appropriate party at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
CRAFTON TULL's address:
901 N. 47th St., Suite 200
Rogers, AR 72756
Standard Contract - Professional Architectural Services 8
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and CRAFTON TULL each binds himself and his
successors, executors, administrators, and assigns to the other party of this
Agreement and to the successors, executors, administrators, and assigns of such
other party, in respect to all covenants of this Agreement; except as above, neither
CITY OF FAYETTEVILLE nor CRAFTON TULL shall assign, sublet, or transfer his
interest in the Agreement without the written consent of the other.
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of
the State of Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between CRAFTON TULL and
CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms
contained in purchase orders do not generally apply to professional services, in the
event CITY OF FAYETTEVILLE issues to CRAFTON TULL a purchase order, no
preprinted terms thereon shall become a part of this Agreement. Said purchase
order document, whether or not signed by CRAFTON TULL, shall be considered as
a document for CITY OF FAYETTEVILLE's internal management of its operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of CRAFTON TULL
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way
relieve CRAFTON TULL of responsibility for the technical adequacy of the work.
Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment
for any of the services shall be construed as a waiver of any rights under this
Agreement or of any cause of action arising out of the performance of this
Agreement.
7.1.2 CRAFTON TULL shall be and shall remain liable, in accordance with applicable law,
for all damages to CITY OF FAYETTEVILLE caused by CRAFTON TULL's negligent
performance of any of the services furnished under this Agreement except for errors,
omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE
or CITY OF FAYETTEVILLE-furnished data.
7.1.3 CRAFTON TULL's obligations under this clause are in addition to CRAFTON TULL's
other express or implied assurances under this Agreement or State law and in no
way diminish any other rights that CITY OF FAYETTEVILLE may have against
CRAFTON TULL for faulty materials, equipment, or work.
7.2 Remedies
7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims,
disputes and other matters in question between CITY OF FAYETTEVILLE and
Standard Contract - Professional Architectural Services 9
CRAFTON TULL arising out of or relating to this Agreement or the breach thereof will
be decided in a court of competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 CRAFTON TULL shall maintain books, records, documents and other evidence
directly pertinent to performance on work under this Agreement in accordance with
generally accepted accounting principles and practices consistently applied in effect
on the date of execution of this Agreement. CRAFTON TULL shall also maintain the
financial information and data used by CRAFTON TULL in the preparation of support
of the cost submission required for any negotiated agreement or change order and
send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF
FAYETTEVILLE, the State or any of their authorized representatives shall have
access to all such books, records, documents and other evidence for the purpose of
inspection, audit and copying during normal business hours. CRAFTON TULL will
provide proper facilities for such access and inspection.
7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available
during performance on assisted work under this Agreement and until three years
from the date of final payment for the project. In addition, those records which relate
to any controversy arising out of such performance, or to costs or items to which an
audit exception has been taken, shall be maintained and made available until three
years after the date of resolution of such appeal, litigation, claim or exception.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000
affecting the price of any formally advertised, competitively awarded, fixed price
agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally
advertised, competitively awarded, fixed price agreement. However, this right of
access does not apply to a prime agreement, lower tier subagreement or
purchase order awarded after effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance,
excluding any financial records of CRAFTON TULL;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be
involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 CRAFTON TULL warrants that no person or selling agency has been employed or
retained to solicit or secure this Agreement upon an agreement of understanding for
a commission, percentage, brokerage or continent fee, excepting bona fide
employees or bona fide established commercial or selling agencies maintained by
Standard Contract - Professional Architectural Services 10
CRAFTON TULL for the purpose of securing business. For breach or violation of
this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement
without liability or at its discretion, to deduct from the contract price or consideration,
or otherwise recover, the full amount of such commission, percentage, brokerage, or
contingent fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that CRAFTON TULL or
any of CRAFTON TULL's agents or representatives, offered or gave gratuities (in the
form of entertainment, gifts or otherwise) to any official, employee or agent of CITY
OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in
awarding, amending or making any determinations related to the performance of this
Agreement, CITY OF FAYETTEVILLE may, by written notice to CRAFTON TULL
terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights
and remedies that the law or this Agreement provides. However, the existence of
the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and
may be reviewed in proceedings under the Remedies clause of this Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against CRAFTON TULL as it could
pursue in the event of a breach of the Agreement by CRAFTON TULL As a penalty,
in addition to any other damages to which it may be entitled by law, CITY OF
FAYETTEVILLE may pursue exemplary damages in an amount (as determined by
CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten
times the costs CRAFTON TULL incurs in providing any such gratuities to any such
officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of
subcontractors and sub -consultants, prepared while performing City contractual work
are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of
Information Act request is presented to the CITY OF FAYETTEVILLE, CRAFTON
TULL will do everything possible to provide the documents in a prompt and timely
manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-
101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may
be assessed for this compliance.
Standard Contract - Professional Architectural Services 11
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor,
and CRAFTON TULL, by its authorized officer have made and executed this Agreement as of
the day and year first above written.
CITY OF FAYET/TEVILLE, ARKANSAS CRAFTON TULL
ATTEST:
��ti► 'r 4§7x Title V" Pre4 i.dZvvF
�� • �'�T i 0b-lbf,-AGREEMENT FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING
SERVICES
f�i �� �1Flll3k1j1 �►'``�
Standard Contract - Professional Architectural Services 12
Exhibit "An THE CITY OF FAYETTEVILLE, ARKANSAS
ZayL4V.
� PARNS ANO RECREATION DEPARTMENT
11C 1 , 117 Wat Mounuln
Fayetteville, AR 72701
P1479I4t4.7471 F(479)l21-7714
KA115AS
February 11, 2014
Crafton Tull has been selected to assist Fayetteville Parks and Recreation with the renovation of Lake Fayetteville Softball
Complex. Included in the scope of work are renovations to the three softball fields including bleacher and dugout areas,
fences and lighting and concession and restroom buildings. The city requests a proposal from qualified architects for the
following scope of work:
Services:
1. Design renovation and provide cost estimates for the project which may include but is not limited to the
following:
• Surveying existing conditions;
• Evaluating existing drainage structures;
• Evaluating and renovating asphalt vehicular access to accommodate vehicles, pedestrians, and drainage;
• Grading all fields to provide positive drainage from home plate to the outfield fence and around outside of
fields (this may include retaining walls);
• Adjusting, renovating, or adding ballfield lighting, fences, dugouts, score huts, turf, and bleacher areas to
accommodate new field elevations;
• Assess existing irrigation supply line, design new irrigation system for all three fields.
• Renovating dugouts and bleacher areas for all fields;
• Designing ADA access to all fields and spectator areas from parking area and between fields;
• Renovating of the concession and restroom buildings. This may include new fixtures, cabinets, windows,
wall covering, etc.;
• Designing and replacing ballfield irrigation system including pump and supply line; and
• Designing landscaping for entry, concession and restroom area.
2. Ensure all new construction meets current ADA requirements, where applicable.
3. Assure all improvements meet current building and Arkansas Department of Health codes and regulations.
Obtaining all necessary permits which may include but is not limited to City of Fayetteville building permits
and Arkansas Department of Health permits. Fees for City of Fayetteville permits will be waived.
4. Provide bidding phase services including reviewing submittals, issuing addendums (as required), attending
pre -bid meeting, pre -construction meeting, etc.
5. Provide construction phase services such as review of submittals, review of pay requests, part time
construction observation and attendance at progress meetings and inspections.
Schedule:
1. Agreement and Proposal for services due to Parks staff by noon Friday, February 14, 2014 to meet the
deadline for March 4, 2014 City Council meeting. Agreement must be in the required format approved by the
City of Fayetteville City Attorney.
2. Conceptual design (30%) due to Parks staff by Friday, April 18, 2014.
3. Preliminary design (60%) due to Parks staff by Tuesday, May 2, 2014.
4. Final design (100%) including construction bid documents and cost estimate due to Parks staff by Friday, May
23, 2013
5. Advertise for bids no later than Wednesday, June 4, 2014.
6. Bid opening due no later than Wednesday, June 25, 2013 to meet deadline for July 15, 2013 City Council
meeting.
Please let me know if you have any questions or need additional information. You may reach me at 479-444-3469 or
aiumper(cDci.favetteville.ar.us.
Regards,
Alison Jumper, PLA
Park Planning Superintendent
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
Exhibit "A" Cont.
Surveying Scope of Basic Services for Survey:
Project:
Lake Fayetteville Softball Complex Renovations
Client:
City of Fayetteville
Location of Project:
Fayetteville, AR
Discipline:
Surveying
Discipline Manager:
Al Harris
Project Manager:
Wes Burgess
Proposal Date:
02/13/14
Billing Type:
Lump Sum
Fee:
Survey Fee: $ 12,800 - plus reimbursable expenses of $1,700
Description of the
Project site:
Improvements to the Lake Fayetteville Softball Field Complex located on the west
side of Lake Fayetteville as shown on the attached aerial site map (Exhibit "C")
containing approximately 14.0 acres.
• We will mark the survey site and request a Utility 1-Call System underground utility line locate within the
designated project improvement area.
• Our survey crew will set a minimum of two semi -permanent survey control monuments on the site that will
be tied to the city coordinate and elevation datum to which all survey data for this project will be referenced.
• We will provide a topographic survey of the softball field complex area as shown on the attached Exhibit "C"
aerial map. We will locate the buildings and restrooms within the softball complex, the perimeter fences, light
poles, back stops, dugouts, bleachers, and other visible structures within the project area. Ground elevations
will be taken across the existing softball field areas for the creation of 1'contours across the project site. All
retaining walls, curbs, sidewalks and other structures will be located and their elevations determined.
• We will locate all visible utility lines on the project improvement area site and those as marked by the utility
1-Call System, and will include the sizes & flow lines of drainage inlets and pipes, and sewer manhole tops &
inverts.
• The edge of the private driveways and parking areas, where shown on the attached Exhibit "C" proposed
improvement site, will be located and shown on the survey. We will survey the location and elevations of the
adjacent curb, edge of asphalt, sidewalk, and driveways within the project site area to enable the
determination of the site drainage across the softball fields. A portion of the existing asphalt trail located on
top of the lake dam will also be located and shown on the survey within the site area as shown on the
attached Exhibit "C" aerial map.
■ We will locate the edge of the tree line on the south side of the project site as shown on Exhibit "C". The
individual trees within the heavily wooded area along the south side will not be located or shown on the
survey drawing. The individual trees located throughout the site will be located and shown on the survey
including the measured diameters.
• We will locate the portions of the city boundary lines within the limits of this project site, which will be shown
on the survey.
• We will prepare a base survey drawing of the topographic survey for the softball field complex improvement
area site, which will be used for engineering and architectural design purposes.
• We will prepare a Project Control Sheet for the survey site for inclusion in the civil construction drawing plan
set.
www.craftontull.com
Scope of Basic Services does NOT include the followinq:
• Boundary survey for the entire city park or a separate boundary survey plat.
• Topographic survey data, trees, and existing improvements that are not located within the project area as
shown on attached Exhibit "C".
• Easement dedication plat, easement documents, tract split plats, or similar type plats as may be required by
the governing agency for approval of this project.
• Surveys and plats of the property for sales, or for purposes other than as previously described.
• Surveys of offsite areas not located within the above referenced property.
• Surveys for environmental studies, including wetland delineation.
• Surveys for flood data or studies for Corps of Engineer, FEMA or other special government agency
permitting.
• Surveys for location of geotechnical soil borings or pits.
• Surveying related to construction services or construction staking.
Note: These Additional Services can be provided for additional fee.
Client shall provide:
• Disclosure of known buried utilities that are not marked by the Arkansas 1-Call System.
• Any existing boundary and topographic survey plats of the property that are in their possession.
• Disclosure of known boundary disputes, possible encroachments, and gaps or overlaps with adjoining
properties.
• Disclosure of known buried tanks or environmental concerns within the proposed improvement site area that
will be required to be shown on the survey.
• Access for our survey crew personnel to enter the property to conduct the surveys.
This is the Surveying scope of services for the Project. Should there be additions to this scope of
services, those services shall be compensated for additional fee.
Civil Engineering Scope of Basic Services For:
Project:
Lake Fayetteville Softball Complex Renovations
Client:
City of Fayetteville
Location of Project:
Fayetteville, AR
Discipline:
Civil Engineering
Discipline Manager:
Daniel Ellis
Project Manager:
Wes Burgess
Proposal Date:
02/13/14
Billing Type:
Lump Sum
Fee/Estimate:
$34,625
Description of the Construction
Project:
Renovation of an existing Softball Complex near Lake Fayetteville. The
project will include evaluating existing drainage patterns onsite and
developing improvements ensure runoff does not flow toward home
plate. Vehicular access will be evaluated and improved if necessary.
www.craftontull.com
The services to be provided by Civil Engineering:
Conceptual Design Phase — Anticipated Schedule March 5-April 18, 2014:
• Site Investigations & Feasibility Studies
• Guidance on City Planning Codes
• Project Scheduling
• Conceptual Site Plan
Preliminary Des!n Phase "On -site" Qnl — Anticipated Schedule April 19-May 2 2014:
• Development Plans for City Permitting
• Attend City Meetings
• Preliminary Drainage Report
• Preliminary Drawings to include:
• Site Plan
• Utility Plan (including coordination with local utility companies for their layouts)
• Grading Plan
• Erosion Control Plan
• Storm Sewer Profiles
• Detail Sheets
Final Des!n Phase "On -site" Only) — Antici ated Schedule May 3-May 23 2014:
Construction Drawings to include:
• Site Plan
• Utility Plan (including coordination with local utility companies for their layouts)
• Grading Plan
• Erosion Control Plan
• Storm Sewer Profiles
• Detail Sheets
• Final Drainage Report
• Storm Water Permitting with City and applicable State Agency
• Utility Construction Permitting with City and applicable State Agency
Biddinq & Negotiatinq Phase — Anticioated Schedule Mav 24-July 15. 2014;
• Assist the owner in obtaining bids or negotiated proposals and award of contracts.
• Respond to contractor's request for information regarding clarification of the contract documents
• Review substitution requests for products specified on project.
• Prepare addendum and supplemental drawings as needed.
Construction Administration Phase - Anticioated Schedule Startina July 16. 2014:
• Construction Observation
• Process Change Orders
• Progress Meetings
• Construction Staking
• Process and Verify Pay Requests
www.craftontull.com
• Record Drawings
• Final Inspection & Project Close-out
Services Provided by Architect:
• Architectural Design
• Site Lighting Plan and Photometric Layout
• Building Elevations, if required
Items Provided by Client if re aired for Project it is not anticipated that these items will be needed):
• Geotechnical Report
• Title Commitment
• Phase I Environmental Assessment
• Easement Procurement
Additional Items that can be Provided by CTA under amendment or separate contract
• FEMA Studies & Map Revision Applications (CLOMR/LOMR)
• Wetland Determinations
• Corps of Engineer Permitting
• Traffic Study
• Landscaping Design
• Offsite Utility or Street Extensions
This is the Civil Engineering scope of services for the Project. Should there be additions to this scope of
services, those services shall be compensated for additional fee.
Landscape Architecture Scope of Basic Services For:
Project:
Lake Fayetteville Softball Complex Renovations
Client:
City of Fayetteville
Location of Project:
Fayetteville, AR
Discipline:
Landscape Architecture
Discipline Manager:
Frank Riggins
Project Manager:
Wes Burgess
Proposal Date:
02/13/14
Billing Type:
Lump Sum
Fee/Estimate:
$10,500.00
www.craftontull.com 5
The Services to be Provided by the Landscape Architect are as Outlined Below:
• Assess existing irrigation system supply line.
• Design of new irrigation systems for existing fields to include pump and supply line showing the location of the
irrigation heads, valve locations, piping diagram and pipe sizes, pump and supply line location and size, and
pump specifications.
• Landscape design for entry, restrooms and concession areas
• Provide a cost estimate of the landscape improvements shown on the drawings.
• Provide written technical specifications for the work shown on the landscape and irrigation drawings.
• Provide landscape and irrigation details.
• Drawings will be in Auto Cad format and will be presented in hardcopy format.
• Part time inspection and attendance at progress meetings.
Scope of Basic Services does Not Include the Following:
• Geotechnical Investigation.
• Re -zoning or re-classification of the site.
• As -built documents.
• Fees or permits.
• Hardscape design or detailing.
• Grading and/or drainage design.
• Retaining wall design.
• Tree survey and species identification and inventory.
Note: Services listed can be provided for additional fee.
This is the Landscape Architecture scope of services for the Project. Should there be additions to
this scope of services, those services shall be compensated for additional fee.
Architectural Scope of Basic Services For:
Project:
Lake Fayetteville Softball Complex Renovations
Client:
City of Fayetteville
Location of Project:
Fayetteville, AR
Discipline:
Architecture
Discipline Manager:
Wes Burgess
Project Manager:
Wes Burgess
Proposal Date:
02/13/14
Billing Type:
Lump Sum
Fee/Estimate:
$17,500
Description of the Construction
Project:
Renovations to softball fields, site amenities and associated
buildings per City of Fayetteville project scope sheet
www.craftontull.com
The services to be provided by the Architect, as outlined below, shall include submittal for the Owner's approval a
schedule for the performance of the Architect's services to include allowances for periods of time required for the
Owner's review and for approval of submissions by authorities having jurisdiction over the project. Time limits
established by this schedule approved by the Owner shall not, except for reasonable cause, be exceeded by the
Architect or Owner.
Conceptual Design Phase— Anticipated Schedule March 5-April 18 2014:
• Review Owner's project program and concept to establish project requirements.
• Provide preliminary evaluation of Owner's program, schedule and construction budget.
• Review with the owner alternative approaches to design and construction of the project.
• Based on the mutually agreed -upon program, schedule and construction budget requirements, the architect
shall prepare, for the Owner's approval, Conceptual Design Documents as indicated below:
• Floor plans and other drawings necessary to convey intent for conceptual schemes.
• Relative preliminary opinions of probable cost for each scheme.
Preliminary Design Phase— Anticipated Schedule ARM 19-May 2 2014:
• Based on the selected final Conceptual Design and any adjustments authorized by the Owner in the program,
schedule or construction budget, the Architect shall prepare, for approval by the Owner, Preliminary
Design documents consisting of drawings and other documents as indicated below:
• Floor Plans, Elevations, Ceiling Plan, Finish Schedule
Final Design Construction Documents Phase— Anticipated Schedule May 3-May 23 2014:
• Based on the approved Preliminary Design Documents and any further adjustments in scope, quality,
schedule or construction budget authorized by the Owner, the Architect shall prepare, for approval by the
Owner, Construction Documents consisting of Drawings and Specifications setting forth in detail the
requirements for the construction of the project.
• Assist the Owner in preparation of necessary bidding information, bidding forms, the Conditions of the
contract, and the form of Agreement between the Owner and the Contractor.
• Assist the Owner with the filing of required documents for approval of the authorities having jurisdiction over
the project.
• Provide an updated opinion of probable cost for all work contained in Construction Documents.
Bidding & Negotiating Phase— Anticipated Schedule May 24-July 15 2014:
• Assist the owner in obtaining bids or negotiated proposals and award of contracts.
• Respond to contractor's request for information regarding clarification of the contract documents.
• Review substitution requests for products specified on project.
• Prepare addendum and supplemental drawings as needed.
Construction Administration Phase - Anticipated Schedule Starting July 162014:
• Provide administration of the Contract for Construction as set forth in the Owner Architect Agreement, and the
General Conditions of the Contract for Construction.
• Provide a project representative to advise and consult with the Owner during the administration of the
Contract for Construction.
• Provide for approval of shop drawings and submittals from the contractor.
www.craftontull.com
• Attend regular site visits and construction meetings on a maximum b-weekly basis for the purpose of
monitoring construction progress and general conformance with the Contract documents, report to the Owner
any deviations from the Contract Documents.
• Conduct final inspection and review contractors punch list for completion of project.
Additional Services:
It may become necessary from time to time to incorporate changes to the contract documents to accommodate
changes in the project program and /or other requirements. These changes will be made on time and material
basis and billed to the Owner per the attached billing rate schedule for additional services.
• Provide revisions to approved documents when requested and approved in writing by the Owner.
• These services shall not be provided without prior written approval by the owner.
Owner's Responsibilities:
The Owner shall be responsible for providing the following information:
• Any special requirements not typically provided by the Architect's scope which are necessary to complete the
design of the project.
This is the Architectural scope of services for the Project. Should there be additions to this scope of
services, those services shall be compensated for additional fee.
End of Exhibit
www.craftontull.com
LAKE FAYETTEVILLE SOFTBALL COMPLEX RENOVATIONS EXHIBIT A Cont.
Phase Name Employee/Class Name Billable Rate Hours Cost
Conceptual Design
Director of Architecture
$ 145.00
6
$ 870.00
Intern Architect III
$ 95.00
24
$ 2,280.00
Sr. Engineering Manager
$ 145.00
4
$ 580.00
Sr. Project Engineer
$ 115.00
6
$ 690.00
Engineer Intern II
$ 85.00
10
$ 850.00
Engineering Designer 1
$ 75.00
2
$ 150.00
Engineering CAD Tech III
$ 70.00
20
$ 1,400.00
Sr. Professional Surveyor
$ 120.00
10
$ 1,200.00
Professional Surveyor
$ 90.00
43
$ 3,870.00
Survey Party Chief
$ 80.00
65
$ 5,200.00
Survey Technician III
$ 55.00
46
$ 2,530.00
Sub -Total
236
$ 19,620.00
(Preliminary Design
Director of Architecture
$ 145.00
4
$ 580.00
Intern Architect III
$ 95.00
24
$ 2,280.00
Sr. Landscape Architect
$ 115.00
8
$ 920.00
Project Lanscape Architect
$ 90.00
8
$ 720.00
Landscape Arch Desgner
$ 80.00
8
$ 640.00
Sr. Engineering Manager
$ 145.00
6
$ 870.00
Sr. Project Engineer
$ 115.00
4
$ 460.00
Engineer Intern II
$ 85.00
10
$ 850.00
Engineering Designer 1
$ 75.00
4
$ 300.00
Engineering CAD Tech III
$ 70.00
32
1$ 2,240.00
Sub -Total
108
$ 9,860.00
Final Design / Const. Docs
Director of Architecture
$ 145.00
6
$ 870.00
Intern Architect III
$ 95.00
49
$ 4,655.00
Sr. Landscape Architect
$ 115.00
14
$ 1,610.00
Project Lanscape Architect
$ 90.00
22
$ 1,980.00
Landscape Arch Desgner
$ 80.00
20
$ 1,600.00
Landscape Arch Intern
$ 55.00
12
$ 660.00
Sr. Engineering Manager
$ 145.00
6
$ 870.00
Sr. Project Engineer
$ 115.00
4
$ 460.00
Engineer Intern II
$ 85.00
40
$ 3,400.00
Engineering Designer 1
$ 75.00
10
$ 750.00
Adminstrative Assistant III
$ 60.00
2
$ 135.00
Engineering CAD Tech III
$ 70.00
80
$ 5,600.00
Sub -Total
265
$ 22,590.00
Bidding & Negotiating
Director of Architecture
$ 145.00
4
$ 580.00
Intern Architect III
$ 9S.00
4
$ 380.00
Project Lanscape Architect
$ 90.00
4
$ 360.00
Landscape Arch Desgner
$ 80.00
4
$ 320.00
Engineer Intern II
$ 85.00
4
$ 340.00
Engineering Designer I
$ 75.00
2
$ 150.00
Sub -Total
22
$ 2,130.00
Construction Phase Services
Director of Architecture
$ 145.00
8
$ 1,160.00
Intern Architect III
$ 95.00
40
$ 3,800.00
Sr. Landscape Architect
$ 115.00
8
$ 920.00
iProject Lanscape Architect
$ 90.00
8
$ 720.00
Sr. Engineering Manager
$ 145.00
11
$ 1,595.00
Sr. Project Engineer
$ 115.00
22
$ 2,530.00
Engineer Intern II
$ 85.00
24
$ 2,040.00
Sr. Inspector $ 90.00
94
$ 8,460.00
Sub -Total
215
$ 21,225.00
Reimbursable Expesnses
Survey Expenses
$ 1,700.00
Mileage
$ 3,500.00
Postage
$ 100.00
Printing
$ 2,000.00
Health Dept. Review Fee
$ 500.00
Sub -Total
$ 7,800.00
Total
846
$ 83,225.00
Crafton Tull
inch lecture eng nearing I surveying
Exhibit T"
Standard Hourly Rate Schedule
Effective January 1, 2014
Hourly
CateRory
Rate
ARCHITECTURE
VICE PRESIDENT OF ARCHITECTURE ......
150
DIRECTOR OF ARCHITECTURE ...............
$
145
DIRECTOR OF QUALITY ASSURANCE .......
$
145
SR. PROJECT MANAGER ........................
$
140
PROJECT MANAGER ..............................
$
125
:SR. PROJECT ARCHITECT ......................
$
110
PROJECT ARCHITECT ............................
$
100
INTERN ARCHITECT III ............................
$
95
INTERN ARCHITECT II ............................
$
85
INTERN ARCHITECT I ..............................
$
75
SR. DESIGNER .............................. .....
$
110
DESIGNER Ill ........ ... ....
- $
95
DESIGNER II ..........................................
$
85
DESIGNER l...........................................
$
75
131M COORDINATOR III .............................
$
70
E31M COORDINATOR II .............................
$
55
131M COORDINATOR I ..............................
$
40
'VICE PRESIDENT OF INTERIOR DESIGN ...
105
(DIRECTOR OF INTERIOR DESIGN ...........
$
95
INTERIOR DESIGN PROJECT MANAGER...
$
90
:SR. PROJECT INTERIOR DESIGNER .........
$
85
13ROJECT INTERIOR DESIGNER .............
$
80
ANTERIOR DESIGNER III ...........................
$
75
ANTERIOR DESIGNER II ...........................
$
70
ANTERIOR DESIGNER I ............................
$
65
CIVIL ENGINEERING
ENGINEERING PRINCIPAL .......................
155
SR. ENGINEERING MANAGER ..................
$
145
ENGINEERING MANAGER .......................
$
125
SR. PROJECT ENGINEER ........................
$
115
PROJECT ENGINEER ............. ..........
$
100
ENGINEER INTERN II ..............................
$
85
ENGINEER INTERN I ...............................
$
75
SR. ENGINEERING DESIGNER .................
$
115
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 ...........,
$
45
LANDSCAPE
SR. LANDSCAPE ARCHITECT ................
$
115 11
PROJECT LANDSCAPE ARCHITECT .........
$
90
LANDSCAPE ARCHITECTURE DESIGNER.
$
80
LANDSCAPE ARCHITECT INTERN ...........
$
55
PLANNING
F�LANNING MANAGER .............................
125
SIR. PLANNER ----------------------------------------
$
110
PLANNER.. ...............
$
90
PLANNER INTERN ..................................
$
50
INSPECTION
SR. INSPECTOR .....................................
90
INSPECTOR Il ................ •-.-................
$
80
INSPECTOR I .........................................
$
65
Hourly
Cate o
Rate
STRUCTURAL & MEP ENGINEERING
VICE PRESIDENT OF ENGINEERING ...............
150
DIRECTOR OF ENGINEERING .......................
$
145
SR. PROJECT MANAGER ........................
$
140
PROJECT MANAGER ....................................
$
125
:SR. PROJECT ENGINEER ..............................
$
115
PROJECT ENGINEER ....................................
$
100
ENGINEER INTERN III ...................................
$
95
ENGINEER INTERN II ....................................
$
85
ENGINEER INTERN I .....................................
$
75
:SR. ENGINEERING DESIGNER
$
115
ENGINEERING DESIGNER III .... .................
$
95
ENGINEERING DESIGNER II ......... .............
$
85
ENGINEERING DESIGNER I... .......................
$
75
131M COORDINATOR III .................................
$
70
SIM COORDINATOR 11..................................
$
55
131M COORDINATOR I ....................................
$
40
PROFESSIONAL SURVEYOR PRINCIPAL .........
150
SR. PROFESSIONAL SURVEYOR ...................
$
120
PROFESSIONAL SURVEYOR ....................
$
90
'SURVEY COORDINATOR .............................
$
70
SURVEYOR INTERN .....................................
$
75
SURVEY PARTY CHIEF ............... .............
$
65
SURVEY TECHNICIAN III ...... ......... ............
$
55
SURVEY TECHNICIAN 11................................
$
40
SURVEY TECHNICIAN I ................................
$
30
;SCANNING FIELD TECHNICIAN ...................
$
60
13CANNING OFFICE TECHNICIAN ...............
$
150
GEOGRAPHIC INFORMATION
GIS MANAGER ...........................................
$
95
GIS ANALYST ...............................................
$
85
GIS TECHNICIAN 11............. ...................
$
55
GIS TECHNICIAN I ........................................
ADMINISTRATIVE
$
40
ADMINISTRATIVE PRINCIPAL .........................
$
150
ADMINISTRATIVE MANAGER.-.... ........
$
120
ADMINISTRATIVE IV .....................................
$
80
ADMINISTRATIVE III ......................................
$
60
ADMINISTRATIVE 11.................................
$
45
ADMINISTRATIVE I ........................................ $
35
REIMBURSABLE EXPENSES
GP qulpment..........................................
1Hour
Robotic Survey Equipment...........................$20/Hour
Scanning Equipment................................$240IHour
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 ..............
$0.151sheet
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.
r411 rates are subject to change without notice.
Tj
- r i :•4
Lake Fayetteville
Softhall Field Co rnplex
14.0 acres, +/-
Alison Jumper
Submitted By
City of Fayetteville Item Review Form
2014-0090
Legistar File Number
March 4, 2014
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Action Required:
Parks and Recreation
Department
A resolution approving an agreement for architectural, engineering and bidding services between
the City of Fayetteville and Crafton Tull in the amount of $83,225 for services associated with the
renovation of the Lake Fayetteville Softball Complex.
Does this item have a cost? deg
$83,225.00
Cost of this request
2250.9255.5315.00
Account Number
13001.1306
$1,366,035.00
Community Park Improvements
Category or Project Budget
Program or Project Name
$461,559.79
Lake Fayetteville Improvements
Funds Used to Date
Program or Project Category
$821,250.21
Parks Development
Project Number Remaining Balance Fund Name
Budgeted Item? Budget Adjustment Attached?
V20130812
Previous Ordinance or Resolution #
Original Contract Number:
Co ents:
1/1
(@n
E TE A
i
ereVie
'ARK ANSAS�
CITY COUNCIL AGENDA MEMO
To: Mayor Lioneld Jordan and City Council
Thru: Don Marr, Chief of Staff
Connie Edmonston, Parks and Recreation Director
From: Alison Jumper, Park Planning Superintendent
Date: February 14, 2014
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
Subject: Resolution to approve a contract for architectural services with Crafton Tull
Agenda Request for March 4, 2014 Meeting
PROPOSAL:
The softball fields at Lake Fayetteville were originally buillt in circa 1975. Increased development
surrounding the fields and inadequate drainage has led to continued maintenance burden and
expense. Each year maintenance crews work to remove infield material that washes across the
bleacher area and onto the field below. Drainage improvements to all three fields as well as potential
upgrades to the concession and restrooms were identified in the 2014 Capital Improvement Plan.
A selection committee was formed per RFQ 13-01 and met on February 10, 2014. Crafton Tull was
selected and has provided the attached scope of services and contract price for the requested
architectural and bidding services. If approved, architectural services will be provided from April
through June. Once a final design is approved, a contract amendment for construction phase services
will be submitted to the City Council for approval at a later date. Construction of the project is
expected to begin in early September after the summer softball league is complete.
RECOMMENDATION:
Staff recommends a resolution approving the agreement between the City of Fayetteville and Crafton
Tull in an amount not to exceed $83,225 for architectural and engineering services associated with
the renovation of the Lake Fayetteville Softball Complex.
BUDGET IMPACT:
This project is funded with Parks Development Funds.
number 13001.1306 — Lake Fayetteville Improvements.
Attachments:
Staff Review Form
Agreement Signed by Architect
PO Request
The cost of $83,225 is accounted for in project
RESOLUTION NO.
A RESOLUTION TO APPROVE A CONTRACT WITH CRAFTON TULL &
ASSOCIATES IN AN AMOUNT NOT TO EXCEED $83,225.00 FOR
ARCHITECTURAL AND ENGINEERING SERVICES ASSOCIATED WITH
THE RENOVATION OF THE LAKE FAYETTEVILLE SOFTBALL
COMPLEX
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 & Associates in an amount not to exceed $83,225.00 for architectural
and engineering services associated with the renovation of the Lake Fayetteville Softball
Complex. A copy of the contract is attached as Exhibit "A".
PASSED and APPROVED this 41h day of March, 2014.
Evoi 01"I
LIN
LIONELD JORDAN, Mayor
ATTEST:
SONDRA E. SMITH, City Clerk/Treasurer
a
)
�
4
&
�
§
$
=
�
\Ci
_CD
ID
11
' R
¥
' ƒ
/
■ a
z
)_
§
fIn0.
CL
2
2
to
\
-
CD
93
)§
m
®
CM
:
\ to k
.l§
9f¥�3
f ) &
E 3
f -
2
{
;
:\CL/_k
_
L.z
%
:Q]
flm,{
)
j
,
. cr
.m
7\
4
�
_
C
i
(
CD
CD
0
CD
0 . �
7 ttto
;
740,�
-
_
_0
_
_
_
_
_
_
_
40
q t
3
§
&21
§ / /
to
§ I
.:B k $
.�Go
)
-
a #
IL
%
§
7
:
■
`
to
d
§
9
e
0
\
�{E
�04
§
)AIt
/�
}
}m
-
�
�
k2ƒ
\)k�k0to
/
c-
-
,
§
_ &
- M
. \
m
/ �
■
§cu
f
°
J f
{ `
;
|to
C.
n
,
|
f k
.. _ID
�o�at
G
�
< 2 ` a
a
«-