Loading...
HomeMy WebLinkAbout175-07 RESOLUTIONRESOLUTION NO. 175-07 A RESOLUTION APPROVING AMENDMENT NO. 1 TO THE ENGINEERING CONTRACT WITH GARVER ENGINEERS, LLC IN AN AMOUNT NOT TO EXCEED $278,150.00 FOR FINAL DESIGN AND BIDDING SERVICES ASSOCIATED WITH THE CATO SPRINGS ROAD IMPROVEMENT PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1: That the City Council of the City of Fayetteville, Arkansas, hereby approves Amendment No. 1 to the engineering contract with Garver Engineers, LLC in an amount not to exceed $278,150.00 for final design and bidding services associated with the Cato Springs Road Improvement Project. PASSED and APPROVED this 2nd day of October, 2007. APPROVED: By: DAN COODY, Mayor ATTEST: By ,oc. /TRref„ $4.1\5)„ . 3 fir= :FAYETTEVILLE; /�,nw 'yy.9,QKANSer; 'y''NGTON Gc 1/4 t: SONDRA E. SMITH, City Clerk/Treasurer ''n,,,,,,,u,ii • l and AMENDMENT TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS CONTRACT AMENDMENT NO. 1 Cato Springs Road Improvements This Contract Amendment No. 1, dated (5I.1Xi t 2007 shall amend the original contract between the CITY OF FAYEFIEVLLE, ARKANSAS and GARVER ENGINEERS, LLC, (Garver) dated November 21, 2006 for professional engineering services in connection with the Cato Springs Road Improvements Project, from School Avenue to Razorback Road, (the "Project"). This Contract Amendment No. 1 adds professional engineeringservices for the Design Phase Services, as described herein. • The contract is hereby modified as follows: SECTION 2 - BASIC SERVICES OF GARVER • The following Sections supersede corresponding Sections in the original contract. 2.1 General 2.1.1.2 The Scope of Services to be furnished by GARVER during the remainder of the Design Phase -is included in Section 2.2 hereafter and in Appendix A attached hereto and made part of this Agreement. 2.2 Design Services 2.2.1 GARVER will perform engineering and related services in order to prepare drawings and related services as described in Appendix A. Contract Amendment No. 1 Cato Springs Road 1 of3 0605-1700 2.2.1.3 When requested by the CITY OF FAYETTEVILLE's City Engineer, prepare for and attend up to two Street Committee meetings and one City Council meeting to provide support for the project, for each submittal phase. 2.3 Bidding Phase 2.3.1 The scope of services to be furnished by GARVER during the Bidding Phase is described in detail in Appendix A attached hereto and made part of this Agreement. SECTION 6 — PAYMENTS TO GARVER 6.1 Compensation CITY OF FAYETTEVILLE shall pay GARVER an amount not to exceed $505,600 in accordance with the provisions described in the following paragraphs. CITY OF FAYEI IEVILLE shall pay GARVER for time spent on the project at the rates shown in attached Appendix A-2 for each classification of GARVER's personnel plus reimbursable expenses, including but not limited to printing, courier service, reproduction, and travel. For informational purposes, a breakdown of GARVER's estimated costs is included in Appendix A-2. The rates shown in Appendix A-2 will be increased annually with the first increase effective on or about May 1, 2008. Underruns in any phase may be used to offset overruns in another phase as long as the overall, contract amount is not exceeded. • 6.1.1 Preliminary Design For the Preliminary Design described herein, CITY OF FAYETTEVILLE shall pay GARVER an amount estimated to be $121,950. 6.1.2 Final Design For the Final Design described herein, CITY OF FAYETTEVILLE shall pay GARVER an amount estimated to be $144,200. Contract Amendment No. 1 Cato Springs Road 2 of 3 0605-1700 6.1.3 Bidding Services For the Bidding Services described herein, CITY OF FAYETTEVILLE shall pay GARVER an amount estimated to be $12,000. IN TESTIMONY OF WHICH, this instrument has been executed on behalf of GARVER ENGINEERS, and has been executed on behalf of the CITY OF FAYETTEVILLE, in three (3) counterparts, each of equal force, on the day and year first above written. CITY OFF •.YETTEVILLE GARVER ENGINEERS, LLC By: Title. ATTEST: A••'G\TY p,e•:" s U• 1�: E ; FAYETTEVILLE • E • '%s y' RkANS. • J� ��''.'C TO N • •C" '`‘‘ "',uumuI Contract Amendment No. 1 Cato Springs Road By: Brock Hoskins Title: Vice President ATTEST: 3 of 3 0605-1700 APPENDIX A —SCOPE OF SERVICES Amendment No. 1 2.5 Preliminary Design The preliminary design phase submittal will include a preliminary typical section of a two lane overlay and widening from Razorback to the Cato Springs bridge, and a preliminary typical section showing a three lane overlay and widening section from the Cato Springs bridge to School Avenue, plan and profile sheets showing horizontal and vertical geometry, reconstruction areas, cross sections, right-of-way requirements, maintenance of traffic plans, driveways, drainage improvements, water . line relocation plans, minor sewer adjustments, sidewalks, signing and striping plans, and an opinion • of probable construction cost. Bridge design is based on design/construction of a structurally independent pedestrian bridge across Cato Springs Branch. The preliminary design phase will represent approximately 60 percent of final construction contract plans. This submittal will not include technical specifications or "front end" contract documents. The Engineer will not begin final design until the preliminary design is approved by the Owner in writing. The Engineer will furnish three sets of Preliminary Plans to the Owner. The Engineer will furnish plans to the railroad and all known utility owners potentially affected by the project. The Engineer will include the surveyed locations of the observable and marked utilities in the construction plans. The Engineer will furnish plans to AHTD for their review and comment. The Engineer will not be required to produce plans and specifications in AHTD standard format. Garver will prepare for and attend a total of two public meetings, whether Street Committee, City Council or other public meetings/hearings. 2.6 Final Design During the final design phase of the project, the Engineerwill conduct final designs to prepare construction plans and specifications, including final construction details and quantities, special provisions, and opinion of probable construction cost. The Engineer will also make final field inspection with Owner, make any needed plan changes as a result of the final field inspection and/or special easement acquisition considerations, and complete the construction documents. Unless the Owner prefers and provides a specific construction contract, the Engineer will furnish an industry standard construction contract form for review by the City Attorney. The Owner will furnish standard technical specifications for incorporation into the construction contract documents. The Engineer will prepare, submit, and coordinate approval of a Storm Water Pollution Prevention Plan (SWPPP) with ADEQ. Garver will prepare for and attend a total of two public meetings, whether Street Committee, City Council or other public meetings/hearings. The Engineer will furnish plans to the railroad and all known utility owners potentially affected by the project. The Engineer will conduct coordination meetings with the railroad and among all known affected utility owners to enable them to coordinate efforts for any necessary utility relocation. The Engineer will include the surveyed locations of the observable and marked utilities in the construction plans. The Engineer will also include proposed and/or relocated utility information in the construction plans as provided by the utility companies. Appendix A - Scope of Services 1 of 3 0605-1700 Cato Springs Road - Amendment No. 1 The Engineer will furnish plans to AHTD and the Arkansas Department of Health for their review and comment. The Engineer will NOT be required to produce plans and specifications in AHTD standard format. The Owner will pay the ADH review fee outside of this agreement. 2.10 Bidding Services During the bidding phase of the project, the Engineer will dispense construction contract documents to prospective bidders (at the approximate cost of reproduction and handling), support the contract documents by preparing addenda as appropriate, participate in a pre-bid meeting if necessary, attend the bid opening, prepare bid tabulation, evaluate bids, recommend award, and prepare construction contracts. 2.12 Construction Phase Services The scope of Construction Phase Services will be added with a future amendment to this agreement. 2.13 Project Deliverables The following will be submitted to the City of Fayetteville„or others as indicated, by Garver: I. Three copies of the Preliminary Design with opinion of probable construction cost. 2. One copy of the Preliminary Plans to each potentially affected utility company. 3. Three copies of the Preliminary Design Plans to AHTD. 4. Three copies of the Final Design with opinion of probable construction cost. 5. Three copies of the revised Final Design with opinion of probable construction cost. 6. One copy of the revised Final Plans to each potentially affected utility company. 7. Three copies of the Final Plans and Specifications to AHTD. 8. Three copies of the Final Plans and Specifications to the Contractor. 2.14 Extra Work The following items are not included under this agreement but will be considered as extra work: 1. Right-of-way and property or easement acquisition documents. 2. Sewer line relocation plans. 3. Producing plans or other documents in AHTD standard format. 4. Drainage Studies. 5. Signalization design. 6. Construction Phase Services. 7. Design of any utilities other than City of Fayetteville sewer lines. 8. Redesign for the City's convenience or due to changed conditions after prior approval or conflicting direction from the City. 9. Submittals or deliverables in addition to those listed in paragraph 2.13. 10. Environmental Assessment beyond that required for a Tier III Categorical Exclusion. I I. Pavement Design beyond that furnished in the Geotechnical Report. 12. Street lighting or other electrical design beyond that required for traffic signalization. 13. Construction materials testing. 14. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR. Appendix A - Scope of Services 2 of 3 0605-1700 Cato Springs Road Amendment No. 1 Extra Work will be as directed by the City of Fayetteville in writing for an additional fee as agreed upon by the City of Fayetteville and Garver. 2.15 Schedule Garver will begin work under this Agreement within ten (10) days of a Notice to Proceed and will complete the work in accordance with the schedule below: Phase Description Preliminary Design Final Design Appendix A - Scope of Services Cato Springs Road Calendar Days 90 days from approval of Conceptual Design 60 days from approval of Preliminary Design 3 of 3 0605-1700 Amendment No. 1 APPENDIX A-2 CITY OF FAYETTEVILLE CATO SPRINGS ROAD IMPROVEMENTS AMENDMENT No. 1 FEE SUMMARY Basic Services Traffic Studies Schematic Study Signalization Design Surveys Drainage Study Conceptual Design Preliminary Design Final Design Property Acquisition Documents Bidding Services Construction Support Services Basic Services NTE Fee Special Services Geotechnical Services Record Research ARKUPS - Utility Locates Existing Bridge Evaluation Environmental Documentation Original Contract $11,200 $0 $0 $80,400 $0 $76,250 $0 $0 $0 $0 $0 Amendment No. 1 $0 $0 $0 $0 $0 $0 $121,950 $144,200 $0 $12,000 $0 Total $167,850 $15,000 $0 $14,800 $10,000 $19,800 S278,150 $0 $0 $0 $0 $0 $11,200 $0 $0 $80,400 $0 $76,250 $121,950 $144,200 $0 $12,000 $0 $446,000 $15,000 $0 $14,800 $10,000 $19,800 Special Services NTE Fee S59,600 SO $59,600 Total NTE Fee $227,450 $278,150 $505,600 Appendix A-2 Garver Engineers Hourly Rate Schedule Classification Rates Senior Project Manager Project Manager Aviation Planner Automation/Controls Specialist Senior Project Engineer Operations Specialist Project Engineer Senior Design Engineer Sr. Construction Engineer Construction Engineer Design Engineer/Designer Sr. Environmental Scientist Environmental Scientist CADD Administrator Senior GADD Technician CADD Technician ' Senior Construction Observer Construction Observer Senior Project Surveyor Protect Surveyor Party Chief Instrument Man Rodman Administration Clerical I Clerical 11 2 -Man Crew (Survey) 3 -Man Crew (Survey) 2 -Man Crew (GPS Survey) 3 -Man Crew (GPS Survey) $ 194.00 $ 162.00 $ 103.00 $ 125.00 $ 127.00 $ 114.00 $ 110.00 $ 94.00 $ 92.00 $ 78.00 $ 78.00 $ 102.00 $ 55.00 $ 98.00 $ 97.00 $ 68.00 $ 92.00 $ 73.00 $ 108.00 $ 79.00 $ 75.00 $ 50.00 $ 42:00 $ 85.00 $ 64.00 $ 48.00 $ 148.00 $ 193.00 $ 198.00 $ 243.00 I I l 1 Subtotal - Structural Enaineerina ; c i co I N f N I N ; I II u,.Pra, mica and Chnnnal PrntpMinn Su erc• tnlcture Desi n Substructure Design •C 1 I u51. I u e gen int umat Fnninnarinn 1 Subtotal - Civil Engineering 70 < F 0 •Z B to C O 1 i > c N I g ; a ;m O I O I 9 Mariannerrinrelinntinn with 11 nf A Meetin e/Coordinntinn with Public Mnntin9 c/rnnrdinatinn with Railroad i - : D Cl 0 i J I Y I - . J D 0 1 9 y Meetinne/Cnnrdinatinn with City Street Committee or Council Maetin s/rnnrdination with Cit Staff Coordination with Geotechnical CuMnne. Itant Opinion nf Probable Construction Costs Quantities rY P Stormwater and Erosion Control Plans •.wvr uvy�v.m�mr nv Conita Sewer Im rovements G 50 0 J 3 ; g i j i O I 1 OE i 01 N Cldan,al4 anti Trnile MOT/Se ,,core of Constnrctinn Pavement Design v i v u . i I y aanaIovSs nrarnaa Innnruonrente _ndime nnr)freiteDrinm rements treet Drivewa e Typical Sections Cross Sections (Roadway, Sideroads, Cross Drainage) Intersecting Street Plans Reconstruction Cortins Plan 8 Profile Sheets mr r cull% Atldress Conceptual Plan Review Comments 0 i D U 0 C t CE i t. r:..:l WORK TASK DESCRIPTION GE + ++ b A N N N A N -' N 4 03 O N A N A A A N N A N + M + + a A 20 CO O A CO N N 40 I hr En - N V O Senior Project Engineer o P .... co a a Q CO A Co A A A A N A CO A COM N a�� m A a hr t 6, O 00 Project Engineer A C co co A CO N G CO p> CO N p + Q co1 S 6, A O Senior Design Engineer p 1 392 CD A O A A 03 A CO A C0 0 03 C0 CO W A CO j A m CO 24 CO oo +II N hr J Design Engineer I En 0 bO Senior Project Surveyor O 0 ? N V CO O Project Surveyor ro 03 m O A CO O hr Senior Tech./ Draftsman co co J p 0 1 0 I 0 1 0 1 0 1 u I u 1 v 1 co O A 56 0 0 m CO O 0 Co A m Co 40 1 03 1 06 hr hr 0, 0 y0� m 0 O Tech. / Clerical Draftsman N G N N A A O c 2 al o 0 0 0 F o 592.00 oenIuI Constr Engineer o lu v a c VuI lot Engineer o 1 o n c Constr Observer tnetn nn i 3 0 0 En ?CJ 0 Q O o Z N 0 N vi ✓ > ca m 0 • m 33 Z) N O N co xi 3 " 0 0 v 33 0 cnm z 311IA3113AVd AO Al13 Z -V XION3ddV :J303 111101 N 0 0 SINV11nSNOOBnS 1 1 0C)> N O O m O F13 v o-0 w c O r, O O m" c m al 3 mcoo 3 D o m€ cn = c j O c p a T y» 3 3 2 9 d V N CO J m • N J S. S a J • N o e c_, N c c 3] v o_ 3 co m o ED i Oo. m Cl CA co EA EA di 69 EA di 69 CA AI M O 0 0 0 0 0 O O O O N 0 0 0 0 0 0O 0 0 0 0 0 0 0 0 0 0 0 0 M N O 1 S3IHV1VS -1VIO1f3nS i E O N m 0 0 m 00144L'6S 00'30'6S 00'89 2 0 0 N co A N 00'9L9'0£$ 00'0891O3$ 69 N 0 W N X 0•-• O 00'0817'PZ$ 00'9LL'Z$ O N co bi 0 0 O O O O 0 O • a z 3 0 0 0 N d g mCD oo N O N !O 0 0 0 m m z N 311IA3U3AVd AO A113 Z -V XIGN3ddV • • 1 Subtotal - Electrical Enoineerino 4. Electrical Engineering 1Subtotal - Mechanical Engineering I i U I.1 Ia Morhnnirnl Fnninearine WORK TASK DESCRIPTION O O O O O 0 hr fil N V O Senior Project Engineer O 0 hr on O O Project Engineer o O hr 0-t�oo A 8 Senior Design Engineer O O ' H -4 CO 8 Design Engineer O .. 0 $108.00 Senior Project Surveyor O 0 hr 69 V 0 0 0 Project Surveyor O 0 £0 CO V 0 0 Senior Tech./ Draftsman O 0 hr b9 O 0 O Tech. / Draftsman O 0 hr T c0 0 Clencal O 0 hr O COA 8 N A c 0 � o 0 co C C aenIor Constr Engineer o 0 nr JI IDL Engineer 1 e v ' CCi c c- O 0 b u c Constr Observer min n o O 0 0 Observer Sl nn J • a z 3 0 0 0 N d g mCD oo N O N !O 0 0 0 m m z N 311IA3U3AVd AO A113 Z -V XIGN3ddV • • -11 D 0 0 'm_ m< • zO • E1:1 m CO m XI '; D 7 y 1 O• xi rn —< D F yr m v 0 m m z N Z -V XION3ddV • II Subtotal - Structural Engineering Miscellaneous Details Bridge L ayout/Elevations 1 Superstructure Design 1 Substructure Design Structural Engineering ISubtotal - Civil Engineering IHealth Department Coordination Final Review/Walkthrouoh with City 1 Meetinas/Caordination with U of A Utility Companies Coordination Meetings/Coordination with Public Meelinos/Coordination with Railroad - Meetings/Coordination with City Street Committee or Council Meetinas/Coordination with AHTD Meetings/Coordination with City Stall Coordination with Geotechnical Subconsultant Estimate of Construction Time Opinion of Probable Construction Costs Revisions/Additions due to Propene Acquisitions Technical Specifications 1 Front End Specifications Stormwater and Erosion Control Plans 1 Sanitary Sewer Improvements Water Improvements Striping and Signage Plans Sidewalks and Trails 1 MOT/Sequence of Construction Pavement Design Drainage Imorovements - Outlets and Offsite 1 Drainage Improvements - Streets Reconstruction sections Intersecting Street Plans Cross Sections (Roadway. Sideroads. Cross Drainage) Typical Sections 1 Plan & Profile Sheets Address Preliminary Plan Review Comments 11. Civil Engineering 13 I Senior Project Senior Project Engineer Senior Design Senior Project Senior Tech. / Project Manager Project Design Engineer Project Surveyor Tech/ Draftsman Manager Engineer Engineer Surveyor Draftsman $194.00 $162.00 $127.00 $110.00 $94.00 $78.00 $108.00 $79.00 $97.00 $68.00 hr hr hr hr hr hr hr hr a hr hr 209 256 340 80 IPP 1 t 12 32 380 • I 40 I 120 I e i•I1_rif hr hr 69 co hr Senior Constr Engineer ru e �to ,1403tOr nr �'�i Poo Constr Observer -11 D 0 0 'm_ m< • zO • E1:1 m CO m XI '; D 7 y 1 O• xi rn —< D F yr m v 0 m m z N Z -V XION3ddV • :190311/10J_ 0, IV 8 8 SiNV11fSNOO9l$ CO c 0- 0 IJ 8 8 -, -I 0 •u O w 0 O 0 O < i 3 w -, 2 3 n" 0 Et 5 c m •< 3 f0 ro 3 C) (J ... c r (n c L° m O • 0 y O C p V T J a 3° 3 cm v = m. g.8 -CD m 0 CO m m m 3. a W q c 3. =`e XI 3 3 m a M 0. co O 0 0 C O o0 N uto3 Q to 0 CO69 0 (A 01 (A (A (A CA (A CP O 0 0 0 0 0 0 0 0 01 8 bbbisbb 0 0 0 0 0 0 0 0 0 N P 8 S3IHV1VS - 1VLO19fS N W 0 a 0 mx 0 o7 ao 0 0 m $3,298.00 $13,608.00 512,192.00 J b P b W O O O 00'919$ 00'06919Z$ 00'3LE'L$ 8 0 O 0 0 J 0 0 O O O 0 8 8 0 O CO O O O Subtotal - Electrical Engineering i t L. Electrical Engineering Subtotal - Mechanical Engineering L. Mechanical Engineering o o Senior Project Senior . Project Engineer • Senior Design Senior Project 1; Senior Project Manager Project Design Engineer Project Surveyor Tech./ Manager Engineer Engineer • Surveyor Draftsman $194.00 $162.00 $127.00 $110.00 $94.00 $78.00 $108.00 • $79.00 [ $97.00 hr hr hr hr hr hr hr hr I hr o o o o O O o o o o O 0 O O O O o o hr M 0 0 O O Tech. / Draftsman O O r 0 O O Clerical O o 0 co b 0 c m F 0 O hr EA CO O 0 O Senior Constr Engineer O o hr M J 0 O O Const Engineer O O S 0 o 0 O 0 Senior Constr Observer o O nr H c` o 0 Constr Observer m > O s ma -c ZO O T N E - mmea Z y m • x m O< Om m v O m m z cn N !V L -V XION3ddV :1303 11/101 SLNV11fSN008fS - Fa 0 0 N c p o- a < 3 CO g. 2 3 n m - 0 19,oD 3 o m 3 261 -' c o c J. -o maga $ a o m'_ v m m J_ m N J mm n a c 3 m CD 1 a S3IHV1YS - 1V1O18fS 91903 ,Gales 2 o 3 o 8 6 m H M N N 8 0 $1 O 0 0 0 o d A 0 S -s 0 0 aN m $S$BS000B$ 0 N a O CO 0 O 8 O O O g 8 O O O 0 sa3uuag 6u!pp!g > D • 0 Z O 0 O O 3 M 7o D 0< D Orn 3 m v 21 0 m m z 1 cn Z -V XIQN3ddV • • Subtotal - Electrical Engineering �q. Electrical Engineering Subtotal - Mechanical Engineering 10. Mechanical Engineering 1 Subtotal- Structural Engineering n a c 3 12. Structural Engineering Subtotal- Civil Engineering 2 o 2 o v a 0 a 10 8 ce 2 x 8 .. Y Evaluate bids and recommend award 9 a E f° a EC o y 8 Bid Opening Pre -Bid Meeting IAddendumsrinquiries Dispense plans and specs to prospective bidders y1. Civil Engineering• WORK TASK DESCRIPTION e o o O 0 o a a a -' a a— a s -• o e 0 0 o o m m m a a a a m a e o o 0 hr H CO a 0 0 Senior Design Engineer 0 o m CO V a N a r 12 aJ m m O O Design Engineer O o O O J m 0 O O Senior Project Surveyor O 0 O O a EC J co 0 O Project Surveyor O O 0 0 J CD V O O Senior Tech./ Draftsman 0 t a .� — 0 _. o _ - - . - a 0 0 O - m 0 o 0 e 20 a m m hr m a 0 O 0 o O 0 O 0 hr m m b Survey Crew O O O 0 hr 69 CO N 0 O Senior Constr Engineer O o O O hr 44 -4 m O O Const Engineer 0 O O O hr 592.00 Senior Consir Observer o 0 0 O hr I -4 o o a g 2 P. sa3uuag 6u!pp!g > D • 0 Z O 0 O O 3 M 7o D 0< D Orn 3 m v 21 0 m m z 1 cn Z -V XIQN3ddV • • Ron Petrie Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 10/2/2007 City Council Meeting Date Engineering Division Action Required: S5 04 1/67 f7 Operations Department A resolution authorizing execution of Amendment No. 1 to the Engineering Contract with Garver Engineers, LLC in an amount not to exceed $278,150 for final design and bidding services associated with the Cato Springs Road Improvement Project. $ 278,150.00 Cost of this request 4520.9520.5809.00 Account Number 06035.1210 Project Number Budgeted Item X • 24,737,669.83 Category / Project Budget 1,992, 550.49 Funds Used to Date 22, 745,119.34 Remaining Balance Budget Adjustment Attached Transportation Bond Improvements Program Category / Project Name Street Improvements Program / Project Category Name 2006A Sales Tax Construction Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: City Attorney Finance and Internal Service Director Mayor Date d ate Received in Mayor's Office Comments: City Council Meeting of October 2, 2007 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Gary Dumas, Director of Operations From: Ron Petrie, City Engineer Date: September 10, 2007 Subject: A resolution authorizing execution of Amendment No. 1 to the Engineering Contract with Garver Engineers, LLC in an amount not to exceed $278,150 for fmal design and bidding services associated with the Cato Springs Road Improvement Project. RECOMMENDATION: • Staff recommends approval of Amendment No. 1 to the Contract with Garver Engineers, LLC for professional services for Cato Springs Road Improvements. BACKGROUND: Cato Springs Road is included in the proposed Transportation Improvement Bond Program. Under the original contract, Garver provided traffic studies, surveys and conceptual design services. The conceptual design completed by Garver has been reviewed by adjacent property owners and the general public, and approved by the Street Committee . DISCUSSION: Under this Contract Amendment, Garver will provide preliminary and final design services necessary to produce construction plans and specifications for use by the City. Garver will also provide bidding services required during the bid phase of the project. The amount of this Contract Amendment will not exceed $278,150. The original contract amount was $227,450; therefore, the total amended contract amount is $505,600. BUDGET IMPACT: This contract will be paid from funds available in the Transportation Improvement Bond Program and in the Capital Improvement Fund. 1 RESOLUTION NO. A RESOLUTION APPROVING AMENDMENT No. 1 TO THE ENGINEERING CONTRACT WITH GARVER ENGINEERS, LLC IN AN AMOUNT NOT TO EXCEED $278,150.00 FOR FINAL DESIGN AND BIDDING SERVICES ASSOCIATED WITH THE CATO SPRINGS ROAD IMPROVEMENT PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby approves Amendment No. 1 to the engineering contract with Garver Engineers, LLC in an amount not to exceed $278,150.00 for final design and bidding services associated with the Cato Springs Road Improvement Project. PASSED and APPROVED this rd day of October, 2007. APPROVED: ATTEST: By: By: DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer • (10_5.07) Clarice Pearman - Res. 175-07 Page 1 From: To: Date: Subject: Attachments: Clarice Pearman Petrie, Ron 10.5.07 12:16 PM Res. 175-07 175-07 Garver Engineers Amdmt 1.pdf CC: Audit Ron: Attached is a copy of the above resolution passed by City Council, October 2, 2007. I am forwarding to you two of the three original amendments for Garver Engineers. Please let me know if there is anything else needed for this item. Have a good day. Thanks. Clarice • •