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
•