Loading...
HomeMy WebLinkAbout181-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 181-20 File Number: 2020-0511 RFQ 20-01 CRAFTON, TULL & ASSOCIATES, INC. - 2019 TRANSPORTATION BOND AND TRAILS BOND PROJECT: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH CRAFTON, TULL & ASSOCIATES, INC., PURSUANT TO RFQ 20-01, IN THE TOTAL AMOUNT OF $211,785.00 FOR THE DESIGN OF THE MISSION BOULEVARD TRAIL AND STREET IMPROVEMENTS PROJECT, TO AUTHORIZE THE MAYOR TO ACQUIRE THE EASEMENTS AND RIGHT-OF-WAY FOR THE PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 TRANSPORTATION BOND AND TRAILS BOND 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 authorizes Mayor Jordan to sign a professional engineering services agreement with Crafton, Tull & Associates, Inc., pursuant to RFQ 20-01 Selection #9, in the total amount of $211,785.00 for the design of the Mission Boulevard Trail and Street Improvements Project, and further authorizes the Mayor to acquire the easements and right-of-way needed for the project. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 7/7/2020 Page 1 Printed on 718120 Resolution 181-20 File Number. 2020-0511 Attest: ERK .- • G YE EV/LL •,,,— Kara Paxton, City Clerk Treasurers : f •�: ti • Page 2 Printed on 718120 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 9 Text File File Number: 2020-0511 Agenda Date: 7/7/2020 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A. 9 RFQ 20-01 CRAFTON, TULL & ASSOCIATES, INC. - 2019 TRANSPORTATION BOND AND TRAILS BOND PROJECT: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH CRAFTON, TULL & ASSOCIATES, INC., PURSUANT TO RFQ 20-01, IN THE TOTAL AMOUNT OF $211,785.00 FOR THE DESIGN OF THE MISSION BOULEVARD TRAIL AND STREET IMPROVEMENTS PROJECT, TO AUTHORIZE THE MAYOR TO ACQUIRE THE EASEMENTS AND RIGHT-OF-WAY FOR THE PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 TRANSPORTATION BOND AND TRAILS BOND 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 authorizes Mayor Jordan to sign a professional engineering services agreement with Crafton, Tull & Associates, Inc., pursuant to RFQ 20-01 Selection #9, in the total amount of $211,785.00 for the design of the Mission Boulevard Trail and Street Improvements Project, and further authorizes the Mayor to acquire the easements and right-of-way needed for the project. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 7/8/2020 Matt Mihalevich Submitted By City of Fayetteville Staff Review Form 2020-0511 Legistar File ID 7/7/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 6/18/2020 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Staff recommends approval of a contract in the amount of $211,785.00 with Crafton, Tull & Associates, Inc. per RFQ 20-01, selection #9 to provide professional services for the design of the Mission Blvd. Trail and Street Improvements Project and authorizing the Mayor to acquire the easements and Right of way for the project. Staff also requests approval of a budget adjustment. 4602.860.7223-5860.02 4603.860.7302-5860.02 Account Number 46020.7223 46030.7302 Project Number Budget Impact: 4602 - Streets Project 2019 Bonds 4603 - Trails Project 2019 Bonds Fund North Street - Garland Ave to Mission Boulevard Mission Boulevard Trail Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget Project Title $ 38,038,337.00 $ 6,763,766.00 $ 211,78S.00 $ 241,78S.00 $ 31,304,571.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF JULY 7T", 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Matt Mihalevich, Trails Coordinator DATE: June 18th, 2020 CITY COUNCIL MEMO SUBJECT: Approval of a contract with Crafton, Tull & Associates, Inc. for design of the Mission Blvd. Trail and Street Improvements Project. RECOMMENDATION: Staff recommends approval of a contract in the amount of $211,785.00 with Crafton, Tull & Associates, Inc. per RFQ 20-01, selection #9 to provide professional services for the design of the Mission Blvd. Trail and Street Improvements Project and authorizing the Mayor to acquire the easements and Right of way for the project and approval of a budget adjustment. BACKGROUND: Mission Boulevard (Highway 45) is an important active transportation connection for the east side of Fayetteville. In 2015, the City in-house construction crew built a'/z mile section of 12- foot-wide shared use paved trail from the Mission Heights neighborhood to Viewpoint Dr. In 2019, a shared use paved trail and cycle track was completed along Old Wire Road from Mission Blvd. to Gulley Park where the Niokaska Creek Trail will soon be completed. The goal of the Mission Blvd. Trail and Street Improvements Project is to connect these two projects and extend a safe and comfortable route for bicycles and pedestrians along Mission Blvd from Viewpoint Dr. to Maple Street where on -street routes connect to downtown and the Razorback Greenway. This 1.5-mile corridor is proposed to include a roundabout at North Street, and a 12-foot-wide shared use paved trail with green space separation with trees, lighting, curb and storm drainage with a focus on bike and pedestrian safety. This project is identified as a priority in the Active Transportation Master Plan and as a catalyst project in the Northwest Arkansas Bicycle & Pedestrian Plan. In addition, this project ranks number 6 by the Mobility Plan project prioritization scoring matrix. DISCUSSION: On April 8th, Crafton, Tull & Associates, Inc. was selected by committee based on RFQ 20-01, selection #9. Staff has worked with Crafton, Tull & Associates, Inc. to prepare a detailed scope of work and contract for this project. They have provided a proposed scope and fee in the amount of $211,785 for the design of this project. Services to be provided include: Design services will include surveys, right of way plans, utility relocation coordination, design of a roundabout at North Street including the traffic study, design of enhanced mid -block crossings, Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 design of a shared use paved trail with green space separation trees and lighting, design of curb and gutter with storm drainage for the side of the street with trail, crosswalk design, and coordination and permit preparation for ARDOT. The contract will be paid based on hourly rates for work completed, up to the total contract amount. Design should be complete and ready for construction in late 2021. BUDGET/STAFF IMPACT: The design for this project will be paid for with the funds from the 2019 Transportation and Trails Bond Funds. Streets Project 2019 Bonds $104,845.00 Trails Project 2019 Bonds $106,940.00 $211,785.00 Attachments: Vicinity Map Crafton, Tull & Associates, Inc. - Engineering Agreement Budget Adjustment t. Syc' rc}r P J w E t'i1gEc C t+v:awnd 0 U .rep, v-,'. Veteniris r Evelyn Health C3iY System of Hills Q the Ozarks zs ,,:' •... `•e 0 -q: U North St v > a > vY Proposed Wilson Park I'. On -Street Bikeway Prospect Street Prosp tSt y i :aAlJlson mark > , Rebecca Street Re u.....n.u.r....■,.... �ca■ St � .......... ��"!1 L v > > — Q Q Maple St = O rbashrny�t�,» ► �, 3 Maple Street ■� > Q I afayrttc 5t Dickson St = Dickson St U At,h st a 61 G a Niokaska Creek Trail To Razorback Greenway i a,rview Memorial Gardens /00 ti M,Ss�on ghfd. 1 ft Jl1t ........ Proposed Shared Use Paved Trail South Side Proposed Roundabout Rockwood TO Proposed Shared Use Paved Trail West Side Existing Shared -Use Paved Trail s a Sol Proposed Mission Blvd. Trail Existing Shared -Use Paved "■'1 Trails Proposed Wilson Park On - Street Bikeway CITY of Mission Blvd. Trail - 1.5 Miles May 2020 FAYETTEVILLE ARKANSAS0 0.125 0.25 0.5 Wilson Park Bikeway - 1 Mile Miles AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And CRAFTON, TULL & ASSOCIATES, INC. THIS AGREEMENT is made as of , 2020, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinalin called CITY OF FAYETTEVILLE) and Crafton, Tull & Associates, Inc. with offices locate Arkansas (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, design, and/or construction supervision of the Mission Boulevard Corridor (The "Project"). Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows: ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional design services in connection with the Project as hereinafter stated, which shall include normal civil engineering and survey services. 2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendices A 1 & A2 attached hereto and made part of this Agreement. 2.1.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. Mission Blvd. Corridor A — 1 022403 SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE 3.1 CITY OF FAYETTEVILE shall, within a reasonable time, so as not to delay the services of the ENGINEER: 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Guarantee access to and make all provisions for ENGINEER to enter upon public and private property as required for ENGINEER to perform his services under this Agreement. 3.1.4 Examine all studies, reports, sketches, cost opinions, Bid Documents, Drawings, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The City Engineer shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to ENGINEER in a timely manner. SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. ENGINEER will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. The anticipated schedule for this project is included as Exhibit B. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The CITY OF FAYETTEVILLE shall compensate the ENGINEER based on an hourly NTE basis described in Appendix C. 5.1.1 The maximum not -to -exceed amount authorized for all survey, Right -of -Way documents, and street/drainage design for as described in Exhibits A1. A2 & A3 of this Agreement is 211 785 not including reimbursable expenses. Compensation for reimbursable expenses is estimated to be $4,050. Payment for a specific phase shall not exceed the scheduled amount prior to completion of that phase. Underruns in one phase may be used to offset overruns in another phase as long as the contract amount is not exceeded. Mission Blvd. Corridor A — 2 022403 5.2 Statements 5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for professional services consistent with ENGINEER's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule as the basis for determining the value earned as the work is accomplished. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Design phase for the Project. 5.3 Payments 5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.4 Final Payment 5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States Dollars) the following minimum insurance coverages: Mission Blvd. Corridor A — 3 022403 Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of ENGINEER's services. 6.2 Professional Responsibility ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. ENGINEER agrees not to seek or accept any compensation or reimbursements from the City of Fayetteville for engineering work it performs to correct any errors, omissions or other deficiencies caused by ENGINEER `s failure to meet customarily accepted professional engineering practices. CITY OF FAYETTEVILLE retains all other remedies to recover for its damages caused by any negligence of ENGINEER. 6.3 Cost Opinions and Projections Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic Mission Blvd. Corridor A — 4 022403 conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. Mission Blvd. Corridor A — 5 022403 6.5.5 Upon receipt of a termination action under Paragraphs 7.5.1 or 7.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by ENGINEER in performing this Agreement, whether completed or in process. 6.5.6 Upon termination under Paragraphs 7.5.1 or 7.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 7.5.4 of this clause. 6.6 Delays In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to additional compensation and time for reasonable costs incurred by ENGINEER in temporarily closing down or delaying the Project. 6.7 Rights and Benefits ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 7.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 7.8.3 and 7.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice; Mission Blvd. Corridor A — 6 022403 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 7.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or electronic media prepared by ENGINEER as part of the Services shall become the property of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services rendered, provided, however, that ENGINEER shall have the unrestricted right to their use. ENGINEER shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property Mission Blvd. Corridor A — 7 022403 developed, utilized, or modified in the performance of the Services shall remain the property of ENGINEER 6.12.3 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. ENGINEER makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 6.13 Notices Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Street Fayetteville, Arkansas 72701 ENGINEER's address: 300 North College, Suite 317 Fayetteville, Arkansas 72701 6.14 Successor and Assigns CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. Mission Blvd. Corridor A — 8 022403 SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER: 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials, equipment, or work. 7.2 Remedies Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 7.3 Audit: Access to Records 7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. The United States Environmental Protection Agency, the Comptroller General of the United States, the United States Department of Labor, CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 8.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. Mission Blvd. Corridor A — 9 022403 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant Against Contingent Fees ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, the State or EPA in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 8.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. Mission Blvd. Corridor A — 10 022403 7.6 Arkansas Freedom of Information Act City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAWTTEVILLE, ARKANSAS Lioneld J,P(rdan/lCiayor ENGINEER By: Thomas Hennelly, PE, Vice President ATTEST: 01RK / TRF�i��� G• '�Ty' •.qs ., .�,t� •' G OF By: = FAYETTEVILLE City Clerk ��y' q'Qk PS • �`�� y ANS ��SG i0N11�pJ0� END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Mission Blvd. Corridor A — 11 022403 do Crafton Tull Exhibit "Al Scope of Basic Services for: Project: Mission Boulevard and North Street Roundabout Project Client: City of Fayetteville. Arkansas Location of Project: Fayetteville, Arkansas Discipline: Surve in Discipline Manager: Kevin Montgomery, PS Project Manager: Luke Jost, PE Proposal Date: 05/21/2020 Billing Type: Hourly with a Maximum/Reimbursable expenses Reimb. estimated $1050 Fee: Topographic Design Survey: Right of way Documents: Total: $15,120 $7.800 $22,920 Description of the Construction Project: All sides of the intersection of Mission Boulevard and North Street for 250 feet in each direction, as shown on the attached Exhibit D. The Service to be provided by the Surveyor are as Outlined Below: Topographic Design Survey: • A title company will be employed as a reimbursable expense to gather property information for each of the 7 parcels adjacent to the proposed roundabout. • A representative from our survey department will mark the project area, and we will submit a request to the Arkansas 1-Call System to mark all underground utilities within the proposed project area. • Our GPS survey crew will set a minimum of two semi -permanent survey control monuments along the project area that will be tied to the city state plane coordinates and elevation datum to which all survey data for this project will be referenced. • We will provide a topographic design survey of the intersection of Mission Boulevard and North Street for 250 feet in each direction. This topographic design survey will include the location of driveways 50 feet back from the right of way on the aforementioned sides of Mission Boulevard. • We will locate the property lines for each of the 7 parcels adjacent to the proposed roundabout, roadway to centerline, sidewalks and visible utility lines and those as marked by the utility 1-Call System. All flow lines of drainage inlets and pipes will be measured, and the invert elevation of sanitary sewer manholes will be recorded. All pipe sizes will be measured and shown on the topographic survey base drawing. • We will prepare a Civil 3D version 2020 topographic survey base drawing of the project area, which will be used for engineering design purposes. The base drawing will also include property lines, right of way, parcel numbers and owner information. Right of way or easement documents: • We will prepare Right of way or easement documents with exhibits in the format as provided by the client for acquiring easement or right of way from approximately 7 parcels, as needed. www.craftontull.com d4'.w) Grafton Tull Scope of Basic Services does NOT Include the Following: • Preparation of a boundary survey plat, tract or lot split plats, tract or lot combination plats, or similar type plats as may be required by the governing agency for approval of this project. • Surveys and plats of the property for financing, sales, or other purposes, such as an ALTA or as -built survey. • Surveys of offsite utility, street or drainage improvements not within the survey site. • Surveys for environmental studies, including wetland delineation. • Surveys for flood data or studies for Corps of Engineer, FEMA or other special government agency permitting. • Surveys for location of geotechnical soil borings or pits. • Surveying related to construction services or construction staking. • Post -construction as -built or record survey. Note: Services listed can be provided for additional fee. Client Shall Provide: • Access for our survey crew personnel to enter the property to conduct the surveys. This is the scope of services for the Project. Should there be additions to this scope of services, those services shall be compensated for additional fee. www.craftontull.com Crafton Tull Exhibit "AT' Scope of Basic Services for: Project: Mission Boulevard Shared Use Trail Project Client: City of Fayetteville. Arkansas Location of Project: Fayetteville, Arkansas Discipline: Surve in Discipline Manager: Kevin Montgomery, PS Project Manager: Luke Jost, PE Proposal Date: 06/17/2020 Billing Type: Hourly with a Maximum/Reimbursable expenses estimated $1000 Fee: Topographic Design Survey: $28,090 Description of the Construction Project: Southeast side of Mission Boulevard from E. Viewpoint Drive to E. North Street and the west side of Mission Boulevard from E. North Street to E. Maple Street, as shown on the attached Exhibit D. The Service to be provided by the Surveyor are as Outlined Below: Topographic Design Survey: • A title company will be employed as a reimbursable expense to gather street right of way information along the proposed trial. • A representative from our survey department will mark the project area, and we will submit a request to the Arkansas 1-Call System to mark all underground utilities within the proposed project area. • Our GPS survey crew will set a minimum of eight semi -permanent survey control monuments along the project area that will be tied to the city state plane coordinates and elevation datum to which all survey data for this project will be referenced. • We will provide a topographic design survey from the centerline of Mission Boulevard to 25 feet beyond the southeast right of way of Mission Boulevard from East Viewpoint Drive to East North Street and from the centerline of Mission Boulevard to 25 feet beyond the west right of way of Mission Boulevard from East North Street to East Maple Street. This topographic design survey will include the location of driveways 50 feet back from the right of way on the aforementioned sides of Mission Boulevard. • Adjacent to the proposed trial, we will locate the roadway to centerline, sidewalks and visible utility lines and those as marked by the utility 1-Call System. All flow lines of drainage inlets and pipes will be measured, and the invert elevation of sanitary sewer manholes will be recorded. All pipe sizes will be measured and shown on the topographic survey base drawing. • We will prepare a Civil 3D version 2020 topographic survey base drawing of the project area, which will be used for engineering design purposes. The base drawing will also include property lines, right of way, parcel numbers and owner information. Scope of Basic Services does NOT Include the Following: • Preparation of right of way or easement documents. • Preparation of a boundary survey plat, tract or lot split plats, tract or lot combination plats, or similar type plats as may be required by the governing agency for approval of this project. • Surveys and plats of the property for financing, sales, or other purposes, such as an ALTA or as -built survey. • Surveys of offsite utility, street or drainage improvements not within the survey site. • Surveys for environmental studies, including wetland delineation. • Surveys for flood data or studies for Corps of Engineer, FEMA or other special government agency permitting. • Surveys for location of geotechnical soil borings or pits. www.craftontull.com Craffon Tull • Surveying related to construction services or construction staking. • Post -construction as -built or record survey. Note: Services listed can be provided for additional fee. Client Shall Provide: • Access for our survey crew personnel to enter the property to conduct the surveys. This is the scope of services for the Project. Should there be additions to this scope of services, those services shall be compensated for additional fee. www.craftontull.com d4 :w) Crafton Tull Appendix "AT' Scope of Basic Services for: Corridor & Drainage Design Project: Mission Boulevard Corridor Client: City of Fayetteville, Arkansas Location of Project: Mission Boulevard from Viewpoint Dr. to Maple St. Discipline: Civil Engineering Discipline Manager: Luke Jost, P.E. Project Manager: Luke Jost, P.E. Proposal Date: May 22, 2020 Billing Type: Hourly with a Maximum/Reimbursable Reimb. estimated $2000 Fee/Estimate: North St/Mission Blvd Roundabout & Approaches $81,925 Mission Blvd. Trail & Drainage Design: $59,050 Geotech & Retaining Wall Design Investigation (GTS) $11,400 QA/QC (Toole Design) $8,400 TOTAL: $160,775 Description of the Construction Design of corridor improvements along Mission Blvd. between Viewpoint Project: Dr. to Maple St. (7,605 Linear Feet). This corridor will include a roundabout at North Street, and a shared use paved trail with green space separation, lighting, curb and storm drainage along the length of the 1.5 mile corridor, with a focus on bike and pedestrian safety. Design services will include surveys, right of way plans, utility relocation coordination, design of a roundabout at North Street including the traffic study, design of enhanced mid -block crossings, design of a shared use paved trail with green space separation trees and lighting, design of curb and gutter with storm drainage for the side of the street with trail, crosswalk design, and coordination and permit preparation for ARDOT. See anticipated project limits as described in Exhibit D. Improvements to be in accordance with the City of Fayetteville Minimum Street Standards and Drainage Criteria Manual and the AASHTO Guide for the Development of Bicycle Facilities. Additional Project Details: • Roadside Trail section to include curb, drainage facilities, 6-foot green space, and trail section along Mission Boulevard as shown in Appendix D. Improvements should be limited to '/2 the roadway except the area between • Street lighting is to be provided in accordance with City of Fayetteville requirements. City of Fayetteville to provide photometric analysis to determine street light spacing. • The City intends to construct the Mission Blvd. Trail with City crews. The plans need to be roughly a 60% design. No bidding or construction services will be included. Only the following plan sheets are anticipated: o Cover Sheet o Typical Sections o Plan & Profile sheets o Retaining wall design o Signing & Striping Plans o Standard details as required • Retaining wall design included in this scope includes 3 wall locations totaling 500 LF and up to 5-6 feet in height. Retaining walls to be designed using the Redi-rock system. (GTS to provide Retaining wall design) • Roundabout traffic study to be conducted using Rodel software using published ARDOT traffic counts. Traffic counts or additional study not included in this scope of services. • Toole Design is to provide a quality control review of the bicycle & pedestrian facilities within this project. It is anticipated that Toole Design will conduct 2 review cycles (15% & 50%) of the Mission Boulevard Improvements and 3 review cycles (15%, 50%, 90%) of the roundabout and approaches. The services to be provided by the Engineer: Preliminary Design Phase (15%): • Preliminary design of road alignment and profile • Attend review meeting with the City to finalize alignment • Represent project before the City's Transportation Committee • Represent project at a public meeting with affected property owners • Develop preliminary ownership map (from GIS) to indicate adjacent ownerships and estimated right-of-way needs • Identify franchise utility conflicts & required relocations • Prepare preliminary cost estimate 50% Design Phase (Trail & Round about/Approaches): • Finalize roadway geometrics based on comments from 15% design review • Preliminary design of roadway drainage structures • Coordinate utility relocations with franchise utilities • Prepare the following construction drawings o Title sheet o Typical Section o Roadway/Trail Plan & profile sheets o Trail Signing & Striping plans o Retaining wall design • Submit plans to the City for review • RODEL analysis of roundabout • Prepare preliminary cost estimate • Coordination with ARDOT Utility Relocation & ROW Acquisition: • Coordinate with City and Franchise utilities to coordinate necessary relocation • Provide sketch & description documents for Right -of -Way acquisition Final Mission Boulevard Trail Plans: • Revise plans based on City comments to the 50% Design submittal listed above 90% Design Phase (Roundabout & Approaches): • Revise plans based on City comments to the 50% Design submittal listed above • Pre -Final design of Rupple Road extension • Pre -Final design of drainage improvements for improvements listed above • Prepare the following construction drawings o Cover sheet o Typical sections sheets o Plan & profile sheets o Cross sections o Erosion control www.craftontull.com o Signage & striping o Detour Signage Plan o Landscape & irrigation o Traffic control o Roundabout Plan Sheets o Required notes & details • Submit plans to City for review • Prepare project special provision specifications for review • Prepare cost estimate • Coordination with ARDOT Final Design Phase (Roundabout & Approaches): • Revise plans based on City comments to the 90% Design submittal listed above • Final Quantity take -offs & engineers estimate broken down into developer and City shares • Obtain construction approval • Final project special provision specifications Bidding & Negotiating Phase (Roundabout & Approaches): • Bid documents prepared and issued to bidders • Answer bidder's questions and issue addenda • Assist City with bidding process END SCOPE OF SERVICES THIS CONTRACT This is the scope of services for the Project. Should there be additions to this scope of services, those services shall be compensated for additional fee. Items Provided by City: • Photometric analysis and street light spacing • Construction materials testing • Acquisition of Right of Way and Easements Additional Items that can be provided by CTA under amendment or separate contract: • Construction Administration • Construction Observation • FEMA Studies & Map Revision Applications (CLOMR/LOMR) • Wetland Determinations • Corps of Engineers Permitting • Water Quality Feature design • Traffic Study outside of that described • Traffic Signal Design • Landscaping Design • ROW Acquisition Services • Retaining wall design beyond that described in this scope www.craflontull.com Appendix "6" Anticipated Design Schedule • Notice to Proceed: July 2020 • Field Survey: July — October 2020 • 15% Plan Submittal: November 2020 o Transportation Committee Review: TBD o City Review: 2 weeks • Utility Coordination: December 2020 — January 2021 • 50% Plan submittal: February 1, 2021 o City/ARDOT Review: 2 weeks • 50% Plan revisions & ROW Acquisition Documents: February -March 2020 • Finalize Utility Relocation Agreements: March 2021 • Trail Construction Plans: April 2021 • 90% Plans & Specifications Submittal: April 2021 o City/ARDOT Review: 2 weeks • 100% Plans for Review: July 2021 o Final City/ARDOT Review: 3 weeks • Roundabout Plans and Specifications for Bid: August 2021 www.craftontull.com a C ,U) Crafton Tull APPENDIX "C" Standard Hourly Rate Schedule Effective January 1, 2020 Hourly Category Rate CIVIL ENGINEERING ENGINEERING PRINCIPAL .......................... $ 190 SR. ENGINEERING MANAGER ....................... $ 175 ENGINEERING MANAGER ............................. $ 155 SR. PROJECT ENGINEER ............................. $ 125 PROJECT ENGINEER.. ................. ............... $ 115 ENGINEER INTERN III .................................. $ 115 ENGINEER INTERN 11.................................... $ 95 ENGINEER INTERN I .................................... $ 85 SR. ENVIRONMENTAL SCIENTIST .................. $ 145 ENVIRONMENTAL SCIENTIST ....................... $ 85 SR. ENGINEERING DESIGNER ...................... $ 135 ENGINEERING DESIGNER III ......................... $ 105 ENGINEERING DESIGNER II .......................... $ 85 ENGINEERING DESIGNER I ........................... $ 75 ENGINEERING CAD TECHNICIAN Ill ............... $ 70 ENGINEERING CAD TECHNICIAN II ................ $ 60 ENGINEERING CAD TECHNICIAN I ................. $ 45 ADMINISTRATIVE PRINCIPAL ............. ......... $ 185 ADMINISTRATIVE MANAGER ............. ._..._ $ 125 ADMINISTRATIVE IV ..................................... $ 85 ADMINISTRATIVE III ................................... $ 70 ADMINISTRATIVE II ... _. .... _..................... $ 50 ADMINISTRATIVE I ...................................... $ 35 LANDSCAPE ARCHITECTURE SR. LANDSCAPE ARCHITECT ..................... $ 135 PROJECT LANDSCAPE ARCHITECT... — . ........ $ 95 LANDSCAPE ARCHITECTURE DESIGNER ....... $ 80 LANDSCAPE ARCHITECT INTERN .................. $ 80 PLANNING MANAGER ................................. $ 150 SR. PLANNER .............................................. $ 140 PLANNER II ................................................ $ 90 PLANNER I .................................................. $ 75 Hourly Category Rate .. •, SR. INSPECTOR ..................................... $ 100 INSPECTOR II ................ ...................... $ 85 INSPECTOR I ................ ............. $ 60 PROFESSIONAL SURVEYOR PRINCIPAL _,... $ 190 SR. PROFESSIONAL SURVEYOR .................. $ 140 PROFESSIONAL SURVEYOR ......................... $ 105 SURVEY PROJECT MANAGER ....................... $ 110 SURVEY COORDINATOR ............................. $ 85 SURVEYOR INTERN ..................................... $ 75 SURVEY PARTY CHIEF ............................... $ 75 SURVEY TECHNICIAN III ............................... $ 55 SURVEY TECHNICIAN II ................................ $ 45 SURVEY TECHNICIAN I ................................. $ 35 GEOGRAPHIC•- • GIS MANAGER... ........... ............... ........... $ 110 GIS ANALYST ............................................. $ 85 GIS TECHNICIAN II ....................................... $ 55 GIS TECHNICIAN I ........................................ $ 40 REIMBURSABLE EXPENSES GPS Equipment ......................... ................. $35/Hour Robotic Survey Equipment...........................$20/Hour LiDAR Scanning Equipment .... .......... .......... $35/Hour UAV.............................. ...................... $1000/Unit Job Related Mileage....................................$0.56/Mile Per Diem for Out of Town Crews..... Per GSA Allowable Airfare and other travel related expenses .......... At Cost Black and white 8.5"xl1" Copies .............. $0.15/sheet Color 8.5"x11" Copies ............................ $1.50/sheet Photo Paper Color Plan Sheet Copies ...... $0.75/sq. ft. Reproducible Plan Copies (Vellum) ........... $1.50/sq. ft Reproducible Plan Copies (Bond) ............. $0.35/sq. ft. All rates are subject to change without notice. Exhibit "E" MANHOUR ESTIMATE MISSION BLVD CORRIDOR Crofton Tull CITY OF FAYETTEVILLE, ARKANSAS June 17 2020 Proposal ADMN ASST SR PRO SUR PARTY CHIEF SUR TEC 3 ENGR DSNR ENGR INTRN PROJ ENGR PROJ MGR PRINC ENGR Estimated Cost Item No. Description $70 $140 $75 $55 $85 $95 $115 $155 $190 1.0 Topographic Design Survey 109 215 215 $43,210 2.0 Preliminary Design Phase 15% Plans 2.1 Preliminary Trail Alignment & Profile 80 1 1 40 1 16 2 $14.260 2.2 Roadway/Roundabout Design 40 1 1 16 1 16 2 1 $8.100. 2.3 lReview, Stakeholder & Transportation Committee Meetings 10 $1.550 2.4 ARDOT Coordination 16 52,480 2.5 Cost Estimate 8 1 1 8 1 $1,600 Subtotal $27 990 3.0 ROW & Utility Relocation Plan Phase 50 % Plans 3.1 Plan Revisions based on City & ARDOT Comments 40 32 $8.360 3.2 Finalize Trail Geometrics/Plans 80 8 2 $8,420 3.3 Trail Drainage Design 40 30 20 $9,350 3.4 Roundabout Design 40 16 2 $6,260 3,5 jPreliminary Roundabout Drainage Design 24 16 $4.520 3.6 ARDOT Coordination 32 20 $5.820 3.7 1 Cost Estimate -Trail 8 8 $1.600 3.8 ICost Estimate - Roundabout 8 1 1 4 51.140 Subtotal $37.110 4.0 Utility Relcoation & ROW Acquisition 4.1 Coordinate with City & Franchise Utilities 24 32 $7,000 4.2 Right of Way & Easement Documents (Survey) 8 hour per parcel 56 $7,840 Subtotal $14.845 5.0 Finalize Trail Plans 5.1 Plan Revisions based on City & ARDOT Comments 80 40 $13,000 6.0 Pre -Final Design Phase 90 % Plans Roundabout 6,1 Plan Revisions based on City & ARDOT Comments 40 32 $8.360 6.2 Finalize Drain a e Design 32 1 16 $5.200 6.3 Erosion Control Plans 24 8 $2,960 6.4 Traffic Control Plan 32 8 8 $4.880 6.5 Construction Sequencing 32 16 4 $5.180 6.6 Landscape and Irrigation 16 8 $2,280 6.7 Roundabout Details 16 8 $2,280 6.8 Specifications - Roadway 4 16 8 $3.080 6.9 Cost Estimate - Roadway 1 8 8 $1.600 Subtotal $35.820 7.0 Final Bid Documents (100% Plans 7.1 Plan and S ec revisions based an City & ARDOT Comments 40 32 40 $13,280 7.2 Final QuantityTake-offs and Estimate 8 1 4 10 2 $3 165 Subtotal $16.445 8.0 Bidding and Negotiation 8.1 Pre -bid Meeting 4 $620 8.2 Response to Questions & Addenda - Roadway 16 5 5 $2.710 Subtotal $3 330 9.D Subconsultants 9.1 Geotech GTS) $11.400 9.2 QAQC (Toole Design Group) $8.400 S u btota I �Q;j Total 4 165 215 215 768 31 189 369 Notes. Survey effort includes lines 1.0 & 4.2 Trail Boulevard Improvements include lines 2.1, 3.2. 3.3, 3.7, 5.1 Roundabout & Approaches effort include lines 2.2. 3.4 3.5, 3.8, Sections 6. 7, 8 All other sections are shared & assumed 50/50 Trail/Roundabout Page 1 of 1 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2020 Requestor: Matt Mihalevich BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends approval of a contract in the amount of $211,785.00 with Crafton, Tull & Associates, Inc. per RFQ 20 01, selection #9 to provide professional services for the design of the Mission Blvd. Trail and Street Improvements Project and authorizing the Mayor to acquire the easements and Right of way for the project. Staff also requests approval of a budget adjustment. RESOLUTION/ORDINANCE COUNCIL DATE: LEGISTAR FILE ID#: 7/7/2020 2020-0511 Matthov Ma.ddaw 6/1812020 11:04 AM Budget Director TYPE: JOURNAL #: Date D - (City Council) GLDATE: 7/7/2020 CHKD/POSTED: / TOTAL - - v.20200528 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4602.860.7223-5860.02 104,845 - 46020 7223 EX Capital Prof Svcs Engineering/Architects 4602.860.7223-5860.04 10,000 - 46020 7223 EX Capital Prof Svcs - Contra (Engineering) 4602.860.7999-5899.00 (114,845) - 46020 7999 EX Unallocated - Budget 4603.860.7302-5860.02 106,940 46030 7302 EX Capital Prof Svcs - Engineering/Architects 4603.860.7302-5860.04 20,000 46030 7302 EX Capital Prof Svcs - Contra (Engineering) 4603.860.7999-5899.00 (126,940) 46030 7999 EX Unallocated - Budget H:\Budget Adjustments\2020_Budget\City Council\07-07-2020\2020-051 1 BA Mission Blvd Trail 1 of 1 City of Fayetteville Staff Review Form 2022-0136 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Mihalevich Approval of Amendment 1 Crafton, Tull & Associates, Inc ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: 2/10/2022 Staff recommends approval of Amendment 1 with Crafton, Tull & Associates, Inc. for the design scope modification from a roundabout to the design of a traffic signal instead at the intersection of North Street and Mission Blvd. Budget Impact: N/A N/A Account Number Fund N/A N/A Project Number Budgeted Item? Yes Does item have a cost? No Budget Adjustment Attached? No Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title 5 - 0 5 - S - 0 V20210527 Purchase Order Number: Previous Ordinance or Resolution # 181-20 Change Order Number: Approval Date: 2/14/22 Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS TO: Mayor THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director FROM: Matt Mihalevich, Trails Coordinator DATE: February 10th, 2022 STAFF MEMO SUBJECT: 2022-0136 — Amendment 1 with Crafton, Tull & Associates, Inc. RECOMMENDATION: Staff recommends approval of Amendment 1 with Crafton, Tull & Associates, Inc. for the design scope modification from a roundabout to the design of a traffic signal instead at the intersection of North Street and Mission Blvd. BACKGROUND: Resolution 181-20 was approved on July 7th, 2020 authorizing Crafton, Tull & Associates, Inc. to design the Mission Blvd. trail and street improvements. DISCUSSION: The original design concept that the contract with Crafton, Tull & Associates, Inc. was based on included the design of a roundabout at the intersection of North Street and Mission Blvd. Based on public input and recommendations by the Active Transportation Advisory Committee and Transportation Committee, the roundabout was removed from the design and instead the traffic signal will be upgraded to better accommodate bicycles and pedestrians. Amendment 1 makes the design scope change with Crafton, Tull & Associates, Inc. to remove the roundabout design and incorporate the traffic signal design at no change in contract cost. BUDGET/STAFF IMPACT: None Attachments: Crafton, Tull & Associates Amendment 1 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 AMENDMENT NO. 1 TO OWNER -ENGINEER AGREEMENT Subject of Amendment: Modification of Services 1. Background Data: a. Effective Date of OWNER -ENGINEER Agreement: 7/7/2020 b. OWNER: City of Fayetteville, Arkansas C. ENGINEER: Crafton, Tull & Associates. Inc. d. Project: Mission Boulevard Trail and Street Improvements 2. Nature of Amendment The design of the intersection of Mission Boulevard (HWY-45) and North Street is to change from a roundabout to a signalized intersection. Signal improvements are to be constructed by the Owner and therefore final bid plans and bidding services are no longer to be required. 3. Description of Modifications See Attachment 1, "Modifications" OWNER and ENGINEER hereby agree to modify the above -referenced Agreement asset forth in this Amendment. All provisions of the Aggrreement not modified by this or previous Amendments remain in effect. The Effective Date of this Amendment is February14, 2022 OWNER: i uie: mayor Date Signed: 2/ 14/22 EJCDC No. E-501 1999 Edition 1:04ra l►l*". CRAFTON, TULL & ASSOCIATES, INC. Bill bur�ettJ.El Title: Vice President Date Signed: 8131121 Page 1 of 2 ATTACHMENT t MODIFICATIONS Services no longer to be performed by ENGINEER: o Services described in `Appendix "A2" Scope of Basic Services for: Corridor & Drainage Design' under headings of 90% Design Phase (Roundabout & Approaches), Final Design Phase (Roundabout & Approaches), Final Design Phase (Roundabout & Approaches), Bidding & Negotiating Phase (Roundabout & Approaches). Additional Services to be performed by ENGINEER: o Design of Intersection geometry modifications in accordance with City of Fayetteville direction. Intersection to be designed to facilitate a WB-50 design vehicle along North Street and WB-67 along Mission Blvd. o Design of Traffic Signal improvements to the intersection of Mission Boulevard (HWY45) and North Street in accordance with ARDOT requirements. o Improvements to North Street intersection approach to facilitate ADA compliant crosswalk at North Street. Modifications to Payment to ENGINEER: There are no Modifications to Payment associated with this Amendment. EJCDC No. E-501 1999 Edition Page 2 of 2