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
•
•