Skip to main content
header-left
File #: 2806-2025    Version: 1
Type: Ordinance Status: Passed
File created: 10/14/2025 In control: Public Service & Transportation Committee
On agenda: 11/17/2025 Final action: 11/19/2025
Title: To amend the 2025 Capital Improvement Budget; to authorize the transfer of funds within the Streets and Highways Bond Fund; to authorize the Director of Public Service to enter into a contract modification with Crawford, Murphy & Tilly, Inc. in connection with the Intersection - Greenlawn Avenue - Thurman Avenue at High Street project; and to authorize the expenditure of up to $50,000.00 from the Streets and Highways Bond Fund to pay for the project. ($50,000.00)
Attachments: 1. CMT DAYTON Business_Details, 2. CMT COLS Business_Details, 3. Ord. 2806-2025 Accounting Template
Explanation
1. BACKGROUND
This ordinance authorizes the Director of Public Service to modify a professional services contract with Crawford, Murphy & Tilly, Inc. to add additional funds for design of the Intersection - Greenlawn Avenue - Thurman Avenue at High Street project.
Ordinance 2645-2022 authorized the Director of Public Service to enter into a professional services contract with Crawford, Murphy & Tilly, Inc. for the Intersection - Greenlawn Avenue - Thurman Avenue at High Street project.

1.1 Amount of additional funds to be expended: $50,000.00
The original contract amount: $500,000.00 (PO355987, Ord.2645-2022)
The total of Modification No. 1: $50,000.00 (This Ordinance)
The contract amount including all modifications: $550,000.00

1.2 Reasons additional goods/services could not be foreseen:
This modification will support additional design services to complete construction plans. Funding from this modification will be used to perform additional drainage design services that were not anticipated in the original contract as well as construction support services.

1.3 Reason other procurement processes are not used:
The consultant is under contract and currently working on designing the project, therefore it was decided that it is in the best interest of the Ciy to modify the existing contract instead of bidding this part of the work and keep the project on schedule and on budget.

1.4 How cost of modification was determined:
The cost of this modification was negotiated and reasonable based on other projects of similar size and scope based on anticipated necessary effort to complete the project.

Searches in the System for Award Management (Federal) and the Findings for Recovery list (State) produced no findings against Crawford, Murphy & Tilly, Inc.

2. CONTRACT COMPLIANCE
The contract compliance number for Crawford, Murphy & Tilly, Inc. is CC07419 and expires 8/1/2026.

3....

Click here for full text