Loading...
HomeMy WebLinkAbout42-98 RESOLUTION9- i • • RESOLUTION NO 4 2 - 9 8 • 4 A RESOLUTION AWARDING A BID AND CONTRACT IN THE AMOUNT OF $58,431.83, PLUS A CONTINGENCY AMOUNT OF $15,000 TO CRAFTON, TULL AND ASSOCIATES, FOR ENGINEERING SERVICES TO DESIGN IMPROVEMENTS TO CLEVELAND STREET FROM GARLAND AVENUE TO GREGG STREET. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1. That the City Council hereby awards a bid and contract in the amount of $58,431.83, plus a contingency amount of $15,000 to Crafton, Tull and Associates, for engineering services to design improvements to Cleveland Street from Garland Avenue to Gregg Street. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 7th day of Apnl , 1998. ATTEST: By: Heather Woodruff, City Ierk c 4 rir, re Fred Hanna, Mayor 0 • Cratton, Tull & Associates,.Inc, Architects & Engineers • 'EXHIBIT A CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT, made and entered into this 71-4 day of ppt, / , 1998, by and between the CITY OF FAYETTEVILLE, ARKANSAS acting by and through its Mayor, heremafter referred to as the "OWNER", and NORTHWEST ENGINEERS, a division of Crafton, Tull & Associates, Inc, Consulting Engineers, with offices in Fayetteville, Arkansas, hereinafter referred to as the "Engineer". WITNESSETH THAT: WHEREAS, the "OWNER" is planning to reconstruct Cleveland Street from Garland Avenue to Gregg Street, a distance of approxunately 2600 feet, and WHEREAS, the "OWNER'S" forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; and WHEREAS, the ENGINEER'S staff is adequate and well qualified and it has been determmed that its current workload will permit completion of the plans for the project on schedule; NOW THEREFORE, it is considered to be in the best public interest for the "OWNER" to obtain assistance of the 'ENGINEER'S" organization in connection with said engineering services. In consideration of the faithful performance of each party of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows: SECTION 1— EMPLOYMENT OF ENGINEER The "OWNER" agrees to employ the 'ENGINEER" to perform, and the "ENGINEER" agrees to perform, professional engineering services in connection with the project set forth in Sections to follow; and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, as specified in the Sections to follow as full and final compensation for work accomplished in the specified time. SECTION II DESCRIPTION OF THE PROJECT The reconstruction of Cleveland Street from Garland Avenue to Gregg Street will consist of replacing and widening the existing street with basecourse and ACHM surfacing and installing concrete curb and gutter along with storm drainage to provide for a street section no less than 28 feet nor more than 36 feet measured back-to-back of curb. All design criteria mcluding drainage improvements shall meet the "Owner's" present pavement and drainage design criteria. • , SECTION III INFORMATION AND SERVI ES The "OWNER" will furnish any specificat ons, standards and other information which may relate to the project mcluding GPS s ey data. Aerial mappmg data will be provided, free of charge, to the ENGINEER on • netic media. SECTION IV •-• SERVICES TO BE FU • ISHED BY THE "ENGINEER" DURING "DESIGN" PHASE • The project will be designed and constru • ted to meet local street standards m accordance with the "OWNER'S" pavement desi and dramage criteria. Construction specifications shall be based on "Standard Spe ifications for Highway Construction Edition 1996 of the AHTD" and latest special provisions of City of Fayetteville Specifications. The design concept with regard to street alignment, pavement section, geometrics, detours, right-of-way, and utility relocation shall be submitted by the "ENGINEER" (in the form of a Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning design work. The "ENGINEER" shall provide all field survey data from field work for designing the project and this shall be tied to the "OWNER'S" GPS control network. The "ENGINEER" shall be responsible for obtaining, interpreting and evaluating geotechnical data for pavement design and embankment stability. The" ENGINEER" shall conduct preliminary design and prepare prehminary construction limits, perform all needed stability analyses, design of detours where needed, and preparation of maintenance of traffic plans detaflmg needed signing and striping during construction, as well as for permanent application after the completion of street construction. The "ENGINEER" shall furnish plans to all utihty companies affected by the project and shall conduct a coordination meeting among all affected utility companies to enable them to develop utility agreements regarding any necessary utility relocations. During the "Design" phase of the project, the "ENGINEER" shall conduct final designs to prepare construction plans and specifications, including final construction details and quantities, special provisions, cost estimates, make final field inspection with "OWNER", make any needed plan changes as a rsult of the final field inspection and all other work required to advertise and receive bids. SECTION V COORDINATION WITH "OWNER" The "ENGINEER" shall hold conferences throughout the design of the project with representatives of the "OWNER" to the end that the design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be consistent with the current policies and 2 construction practices of the "OWNER". The "OWNER" reserves the right to accept or reject any or all plans, but this stipulation will not relieve the "ENGINEER" of responsibility to the design of the project. SECTION VI OFFICE LOCATION FOR REVIEW OF WORK Review of the work as it progresses under this Agreement shall be made at the "OWNER'S" City Engineer's Office. SECTION VII -- PRELIMINARY SUBMISSION The preliminary submission shall be at the 35% completion stage of the design and preparation of the Plans and Specifications. The "ENGINEEER" shall submit three (3) sets of preliminary plans for review. SECTION VIII FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations. B. The originals of all drawings, specifications and contract documents. All design drawings on magnetic media shall be submitted on disk compatible with AutoCAD Release 13 Software. C. The estimated cost of construction and detailed estimate of time in calendar days required for completion of the contract. SECTION IX ENGINEER RESPONSIBILITY DURING "BIDDING" AND "CONSTRUCTION" PHASES During the "Bidding" phase of the project, the "ENGINEER" shall provide engineering and administrative services needed to obtain bids for the construction project, evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of the best bidder. During the "Construction" Phase of work, the "ENGINEER" shall provide administrative and engineering services, including resident construction observation services to determine whether the Contractor has met the requirements of the design plans and specifications. The "ENGINEER" shall review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted, and shall make recommendation to the "OWNER" regarding payment. Prior to the start of construction, the "ENG ER" shall establish benchmarks for elevation control and tie layout work to Fayetteville's GPS and provide centerline 3 • construction reference pomts/alignment to all PCs, PTs, and at POTs where necessary for the proposed roadway. SECTION X SUBCONTRACTING Subcontracting by the "ENGINEER" of any of the services provided herein, other than the subcontract with Geo -Tech, as attached to this Agreement, shall require prior approval by the "OWNER". SECTION XI TIME OF BEGINNING AND COMPLETION The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to proceed and shall complete the plans for the construction contract within one - hundred, eighty (180) calendar clays. The above completion time is predicated upon the fact that the "OWNER" will cause to be processed approvals of interim work m an expeditious manner (5 working days per submittal). SECTION XII — FEES AND PAYMENTS A. A. "Design" Phase Services - For and in consideration of the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work -time directly connected with work chargeable to the project, plus payroll additives and general overhead cost of 147 84 of direct labor costs, (plus direct reimbursable expenses associated with the project), plus a fixed fee, which are payable as follows: "Design" Phase Services - Costs not to exceed Fixed fee for "Design" Services Engineermg contract amount for "Design" Phase Services not to exceed • $35,438.64 $ 5,315.80 $40,754.44 The basis of this upper limit and justification for the fee is contained in Appendix "A" attached hereto. Adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" decides to shorten the duration of work from the time period specified in the agreement for completion of work and such modification warrants such adjustment. Appendix "B" covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the "ENGINEER". Final payment for Design Services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Design" Phase for the project. 4 • • B. "Bidding" Phase Services - For "bidding" phase services rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 147.84 of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed fee which are payable as follows: "Bidding" Phase Services cost not to exceed Fixed fee for "Bidding" Services Engineering contract amount for "Bidding" Phase Services not to exceed $ 2,954.25 $ 443.14 $ 3,397.39 Final payment for "Bidding" phase services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Bidding" phase of the project. C. "Preparation of plats and legal descriptions" services - For services to prepare plats and legal descriptions for additional rights-of-way required for the project, the "Owner" shall pay the "Engineer" on the basis of $300 per parcel. Estimated 10 parcels at $300 = $3,000.00 D. "Construction" Phase Services - For construction phase services rendered by the "Engineer", the "Owner" shall pay the "Engineer" on the basis of salary costs for work - time directly connected with the project, plus payroll additives and general overhead costs of $147.84 of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed fee. These fees and payments will be negotiated to the mutual satisfaction of the "Owner" and the "Engineer" prior to the issuance of a notice -to -proceed to the construction contractor, and payment for these services shall be provided for by amendment to this contract. E "Geotechnical" Investigation Services - For geotechnical investigative services associated with the design, the "OWNER' shall pay the "ENGINEER" a fee not to exceed $4050. The basis of this upper limit and justification for the fee is contained in Appendix `C", attached hereto, which is a geotechnical proposal from McClelland Engineers of Fayetteville, Arkansas. SECTION XIII - CHANGES The "OWNER" may at any time, by written order, make changes within the general scope of the contract in the work and services to be performed. If any such changes causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly. 5 • Any claim by the "ENGINEER" for adjustment under this clause must be asserted within thirty (30) days from the date of receipt by the "ENGINEER" of the notification of change; provided, however, that the "OWNER", if it decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to the date of final payment under this contract. Failure to agree to any adjustment shall be cause for a dispute concerning a question of fact within the meaning of the clause of this contract entitled SECTION XVII MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse the "ENGINEER" from proceeding with the contract as changed. SECTION XIV OWNERSHIP OF DOCUMENTS All documents, includmg original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of the "OWNER" The "ENGINEER" may retam reproduced copies of drawings and copies of other documents. SECTION XV — POSTPONEMENT OR CANCELLATION OF THE CONTRACT It is understood that the "OWNER" will have the right to suspend or cancel the work at any time. A. Postponement - Should the "OWNER", for any reason whatsoever, decide to postpone the work at any time, the "OWNER" will notify the "ENGINEER", who will immediately suspend work. Should the "OWNER" decide during such suspension not to resume the work, or should such suspension not be terminated within a year, the work shall be canceled as hereinafter provided. B. Cancellation - Should the "OWNER", for any reason whatsoever, decide to cancel or to terminate the use of the "ENGINEER'S" service, the "OWNER" will give written notice thereof to the "ENGINEER", who will immediately terminate the work. If the "OWNER" so elects, the "ENGINEER" may be instructed to bring a reasonable stage of completion to those items whose value would otherwise be lost. The "ENGINEER" shall turn over all data, charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of the "ENGINEERS" services, the "ENGINEER" shall be paid on a proportional amount of the total fee, less prior partial payments, based on the ratio of work done to the total amount of work performed. SECTION XVI MISCELLANEOUS PROVISIONS 1. Dispute resolution - Any dispute concerning a question of fact in connection with the work and having a financial value of $10,000, or less, shall be referred for determination to the Mayor of the City of Fayetteville whose decision in the matter shall be final and 6 conclusive. Disputes resulting from claims greater than $10,000 shall be subject to mediation. 2. Responsibihty for Claims and Liability - The "ENGINEER" shall save harmless the "OWNER" from all claims and liabihty due to its (the "ENGINEER'S") activities, or those subcontractors, its agents, or its employees durmg the time this contract is in force. 3. General Compliance with Laws - The "ENGINEER" shall comply with all federal, state and local laws and ordinances applicable to the work. It shall be a professional engmeer, licensed in the State of Arkansas. 4. ENGINEER'S Endorsement - The "ENGINEER" shall endorse and recommend all plans, specifications, estimates and engineering data finished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. SECTION XVII SUCCESSORS AND ASSIGNS The "OWNER" and the "ENGINEER" each binds itself and its partners, successors, executors, administrators, and assigns to the other part of this Agreement, except as above, neither the "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its interest in this Agreement without written consent of the other. Nothing herein shall be construed as creating any possible personal hability on the part of any officer or agent of any pubhc body which may be party hereto. SECTION XVIII — COVENANT AGAINST CONTINGENT FEES The "ENGINEER" warrants that it has not employed or retained by company or person, other than a bona fide employee working solely for the "ENGINEER", to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the "ENGINEER", any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract or breach or violation of this warranty, the "OWNER" shall have the right to annul this contract without liability. 7 • • IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of the date and year first herein written. ATTEST: eZrt. Ach4f ATTEST: CITY OF FAYETTEVILLE NORTHWEST ENGINEERS A Division of Crafton, Tull & Associates, Inc. "thed44", Dan Bro re71112.6144E. Ro rt E (Gene) Reece, Secretary 8 SCOPE OF SERVICES / MAN-HOUR ESTIMATE IMPROVEMENTS TO CLEVELAND STREET FAYETTEVILLE, ARKANSAS MARCH, 1998 DESIGN PHASE SERVICES ITEM NO. ITEM DESCRIPTION Man-hour Estimate SURV. LAND CLRC. CREW SURV. ASNT. ENGR. TECH. • DSGN. ENGR. APPENDIX A Page 1 of 2 PROJ. SUPR. ENG. ENGR. 1 Topographic Survey - X -section exist. roadway, locate all exist. utilities, and right-of-way. Reduce data and prepare base topo plan, 2 Set preliminary geometry and prepare preliminary plan and profile layouts. 3 Design pavement section and prepare preliminary typical sections. 4 Prepare preliminary drainage plan and report. 5 Prepare a preliminary engineering Assessment and submit it along with preliminary plans to City for review. 6 Meet with utility companies and review/ coordinate utility relocation requirements. 7 Set final roadway geometry and prepare plan and profile sheets. 8 Finalize drainage design and include on plan sheets. 9 Prepare final typical sections and details for the project. 10 Prepare x -sections. 11 Prepare specifications and contract documents for the project. 12 Submit final construction documents to City for review. 13 Revise plans and specifications per City review. 14 Submit revised/completed construction documents to City. 15 Attend required City meetings - Design Coordination, Council meetings, public meetings, etc. 90.0 30.0 40.0 16.0 4.0 2.0 40.0 24.0 8.0 2.0 16.0 8.0 4.0 1.0 8.0 16.0 8.0 1.0 4.0 2.0 8.0 8.0 1.0 8.0 8.0 40.0 24.0 8.0 4.0 24.0 16.0 8.0 2.0 40.0 16.0 8.0 2.0 24.0 8.0 4.0 1.0 8.0 8.0 16.0 8.0 2.0 4.0 4.0 4.0 4.0 40.0 24.0 4.0 2.0 4.0 4.0 4.0 8.0 16.0 16.0 90.0 30.0 24.0 290.0 176.0 104.0 52.0 SCOPE OF SERVICES / MAN-HOUR ESTIMATE IMPROVEMENTS TO CLEVELAND STREET FAYETTEVILLE ARKANSAS MARCH, 1998 BIDDING PHASE SERVICES Man-hour Estimate ITEM SURV. LAND CLRC. ENGR. DSGN. NO. ITEM DESCRIPTION CREW SURV. ASNT. TECH. ENGR. APPENDIX A Page 2 of 2 PROJ. ENG. SUPR. ENGR. 1 Prepare final bid packages, advertise 16.0 for bids, and assist with the bidding process as necessary. 16.0 16.0 16.0 16.0 16.0 MAN-HOUR SUMMARY / FEE ESTIMATE. " IMPROVEMENTS TO CLEVELAND STREET FAYETTEVILLE ARKANSAS MARCH, 1998 MAN-HOUR SUMMARY DESIGN PHASE SERVICES Survey Instrument Man Survey Party Chief Land Surveyor Clerical Assistant Engineering Technician Design Engineer Project Engineer Supervising Engineer Total Direct Labor Overhead (147.84%) Fixed Fee Sub -Total (Design Phase) RIGHT-OF-WAY AND EASEMENT PREPARATION Prepare RAN and easments (legal descriptions and plats) BIDDING PHASE SERVICES APPENDIX B Page 1 of 2 UNITS 90.0 Hours 90.0 Hours 30.0 Hours 24.0 Hours 290.0 Hours 176.0 Hours 104.0 Hours 52.0 Hours UNITS 10.0 Plats UNITS RATE TOTAL $10.00 $12.00 $17.50 $10.80 $12.00 $19.50 $25.20 $38.50 RATE $300.00 RATE $900.00 $1,080.00 $525.00 $259.20 $3,480.00 $3,432.00 $2,620.80 $2,002.00 $14,299.00 $21,139.64 $5,315.80 $40,754.44 TOTAL $3,000.00 TOTAL Clerical Assistant Project Engineer Supervising Engineer Total Direct Labor Overhead (147.84%) Fixed Fee Sub -Total (Bidding Phase) CONSTRUCTION PHASE SERVICES 16.0 Hours 16.0 Hours 16.0 Hours $10.80 $25.20 $38.50 $172.80 $403.20 $616.00 $1,192.00 $1,762.25 $443.14 $3,397.39 Cost to be negotiated REIMBURSABLE EXPENSES UNITS RATE TOTAL CADD Charges GADD Plotter Charges Printing and Reproduction Geotechnical (Subconsultant) Sub -Total (Bidding Phase) TOTAL FEE 290.0 Hours 35.0 Sheets 800.0 Sheets $20.00 $18.00 $1.00 $5,800.00 $630.00 $800.00 $4,050.00 $11,280.00 $58,431.83 • IMPROVEMENTS TO CLEVELAND STREET FAYETTEVILLE, ARKANSAS MARCH, 1998 CONSULTANT PERSONNEL LIST NAME TITLE APENDIX B Page 2 of 2 Dan Brown, P E Kurtis Jones, P.E Robert Reece, P.E. Geoff Bates, E I Mike English Brett Watts Al Harris, R.L.S. Scott Schneider Richard Fletcher Kathi Davidson Dean Young Supervising Engineer Project Engineer Design Engineer Design Engineer Engineering Technician Engineering Technician Land Surveyor Survey Party Chief Survey Instrument Man Clerical Assistant Inspector • • APPENDIX C McCLELLAND CONSULTING 1 DESIGNED TO SERVE 1 ENGINEERS, INC. • • PO. Box 1229 Fayeneville, Arkansas 72702-1229 501-587-1303 MATERIALS LABORATORY FAX 501-443-9241 GEOTECHNICAL INVESTIGATION SCOPE AND FEE SCHEDULE CLEVELAND STREET IMPROVEMENTS FAYETTEVILLE, ARKANSAS for NORTHWEST ENGINEERS, INC. FAYETTEVILLE, ARKANSAS January 19, 1998 • I item No. Iltem Description / ASTM Designation 1 Quantity 1 Units 1 Unit Price I Extended I 1 Equipment Mobilization and Demobilization Backhoe Rental (For CBR Samples) Soils Technician (For CBR Samples) Excavation Repair (For CBR Samples) Two Flagmen (For CBR Samples) 2 Boring Setup Charges Boring Layout 3 Soil Drilling and Sampling, ASTM 0-1586 & ASTM 0-1587 Soil Drilling in Roadway Area ( 5 Borings - 5 feet max.) 4 and Rock Laboratory Testing ASTM 0-2216, Moisture Content Determination ASTM 0-4318, Liquid and Plastic Limit of Soils ASTM 0-422, Gradation Analysis of Soils (6 Sieves) ASTM D-2166, Unconfined Compressive Strength of Soils ASTM 0-21661 Dry Unit Weight of Soil Specimens ASTM D-18831 Califomia Bearing Ratio 5 Geotechnical Engineering Report and Recommendations Engineering Supervision (Project Manager) Engineering Analysis & Recommendations (Project Engr.) Senior Engineering Technican Boring Plot Plan & Log Preparation (Draftsman) Report Preparation (Clerical) ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING SUBMITTED BY: AYNE roject Ma 1 LS 5 HR 6 HR 1 LS 5 HR 5 EA 0.5 HR 25 LF 10 EA 5 EA 5 EA 5 EA 8 EA 5 EA 1 HR 3 HR 3 HR 2 HR 2 HR $75.00 $50.00 $30.00 $300.00 $50.00 Subtotal $75.00 $250.00 $180.00 $300.0D $250.00 $1,055.00 $20.00 $100.00 $60.00 $30.00 Subtotal $130.00 $8.00 $200.00 Subtotal $8.00 $45.00 $50.00 $40.00 $8.00 $250.00 Subtotal $200.00 $80.00 $225.00 $250.00 $200.00 $64.00 $1,250.00 $2,069.00 $95.00 $95.00 $65.00 $195.00 $55.00 $165.00 $40.00 $80.00 $30.00 $60.00 Subtotal $595.00 $4,049.00 QUOTE Not to exceed $4,050.00 AASHTO Accredited - Inspected by AMRL & CCRL • • • RESOLUTION NO. 57-00 MICROFILMED A RESOLUTION APPROVING AN AMENDMENT TO THE ENGINEERING CONTRACT WITH CRAFTON-TULL & ASSOCIATES IN THE AMOUNT OF $22,446 FOR THE CHANGES TO THE CLEVELAND STREET PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves an amendment to the engineering contract with Crafton-Tull & Associates in the amount of $22,446 for the changes to the Cleveland Street Project; and authorizing the Mayor and City Clerk to execute said amendment. A copy of the contract amendment is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 2nd day of May , 2000. APPROVE By: ATTEST: By: Heather Woodruff, City Cl STAFF REVIEW FORM AGENDA REQUEST X CONTRACT REVIEW (Amendment) GRANT REVIEW 2t5 P-94? Ffisfro• tri s) #.02 MICROFILMED For the Fayetteville City Council meeting of N. A. Mayor's approval FROM: Jim Beavers Engineering Public Works Name Division Department ACTION REQUIRED: Approval of contract amendment number 2 with Crafton-Tull and Associates for the Cleveland Street Improvement Project in the not -to - exceed amount of $4,818.20. COST TO CITY: S4,818.20 cost of this Request 4470-9470-5809.00 Account Number 98028-10 $43,432'7 Cleveland Street Category/Project Budget (2000) Category/Project Name S42,029 Street Improvements Funds Used To Date (2000) Program Name $1,403 Sales Tax Project Number Remaining Balance (2000) Fund * Prior to this request BUDGET REVIEW: Alefe;56-4:; X Budgeted Item X Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: L'APi Icattata 064 Lr c-CflitA" t f ,> 13 0 Accounting ana Date Internal A31itor Date 0\ lecily-190 ty Attorney e\11.44 ^23-013 Date ADA Coordinator Purchasing Officer Date Grants Coordinator STAFF RECOMMENDATION: Approval Date Cross Reference New Item: No Date Date Prey Ord/Res # Orig Contract Date Orig Contract number • • STAFF REVIEW FORM Page 2 Description Cleveland reconstruction Meeting Date N.A. Mayor's approval Comments: Reference Comments: Budget Manager Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Grants Coordinator FAYETTEV1tLE THE CITY OF FAYETTEVILLE, ARK.ANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director Contract Review AFrom: Jim Beavers, City Engineer Date: August 21, 2000 Re: Cleveland Street Project, proposed amendment number 2 with Crafton-Tull and Associates Crafton-Tull and Associates is under contract to the City to design improvements of Cleveland Street from Leverett Avenue west to Hall Avenue. The original contract required design for reconstruction from east of Leverett to Garland. Contract amendment number one added work including to design a curb and gutter and overlay for the section from Garland to Hall. Contract amendment number 2 with Crafton-Tull and Associates is requested to add time into the design contract to amend the scope of the project between Garland and Hall from an overlay to lowering the profile and reconstruction of Cleveland. The proposed amendment totals $4,818.20 and approval is recommended by Engineering. Enclosures: 1. One original contract amendment number 2 from Crafton-Tull and Associates. 2. Vicinity Map • Pruncipals Danny L. Brown, RE. Robert M. (Matt) Crafton RE. Thomas E. Hopper, P.E. Kurtis J. Jones, RE. Cline L. Mansur, P.E., R.L.S. R.E. (Gene) Reece, P.E. David Swearingen, A.I.A. James L. Tull, C.D.A. Principal Emeritus Lemuel H. Tull, P.E. Bob H. Crafton, P.E. • Crafton, Tull & Associates, Inc. Architects, Engineers & Surveyors CONTRACT AMENDMENT #2 August 15, 2000 Mr. Jim Beavers, P.E. City Engineer, City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 RE: Cleveland Street Improvement Project CTA Job No. 98073.01 Dear Mr. Beavers: Associates Everett L. Balk, RE. James B. Geurin, P.E. Al Harris, R.L.S. James W. Kooistra, A.I.A. Jerry J. Kelso, P.E. Kenneth R. Kuras, P.L.S. Torn Mansur, P.E. Robert C. Reece, P.E. Rick G. Rose, P.L.S. George G. Strella, P.E., D.E.E. James R Swearingen, A.I.A. Richard Wright, R.L.S. Harry G. Gray, RE. (1941-1997) Per our discussion on August 9, 2000 regarding the above referenced project and in accordance with Section XIII of our Agreement of Engineering Services dated Apnl 7, 1998, we request your consideration of an increase in the upper limit of compensation for our services due to a change in the previously approved scope of work. This change is summarized below: • Garland to Hall Full Depth Reconstruction: The City of Fayetteville requires Crafton, Tull & Associates to design Cleveland Street for full depth reconstruction from Garland Avenue to Hall Avenue. This reflects a change to the contract amendment dated April 12, 2000 in which the City of Fayetteville directed the consultant to design this section of the street with only an asphalt overlay. The additional compensation for the work described above is detailed in the attached man-hour estimate and fee proposal. This Contract Amendment shall not change the fees for Phases B, C, D and E descnbed in the Agreement for Engineering Services, Section XII. The requested compensation is summarized below: Additional Design Phase Services — costs not to exceed $4,189.74 Additional Fixed Fee for Design Services $$416821884260 Total Additional Amount Requested SUMMARY Previous Total Contract Amount Additional Requested Amount New Total Contract Amount $80,877.83 $ 4,818.20 $85,696.03 2345 N. Green Acres Rd. / Fayetteville, Arkansas 72703 / (501) 443-4535 / FAX (501) 442-6966 E-mail: cta@craftull.com Website: http://www.craftull.com itc • • Based on the information contained herein, we respectfully request your consideration to increase the upper limit of our Agreement for Engineering Services. We trust that we have adequately documented this request, and should you have any questions or require any additional informabon, please contact us at your convenience Very Truly Yours, GRAFTON, TULL & ASSOCIATES Robert M. Crafton, P.E. Senior Vice President Enclosure IN WITNESS WHEREOF, the parties hereto have caused the original Agreement to be amended and duly executed as of the date and year first herein wntten. ATTEST: 7-,44S, A %al ATTEST: z )44h4t,‘ Alvin G. Hams, P.L.S. Vice -President CITY OF FAYETTEVILLE GRAFTON, TULL & ASSOCIATES, Inc. Robert M. Grafton, P.E. Senior Vice President •