Loading...
HomeMy WebLinkAbout88-88 RESOLUTION . . 1 f RESOLUTION NO. 88-88 AD A RESOLUTION AUTHORIZING AN AGREEMENT WITH THE ARKANSAS STATE HIGHWAY DEPARTMENT FOR REIMBURSEMENT OF PRELIMINARY ENGINEERING FEES ASSOCIATED WITH THE RELOCATION OF WATER AND SEWER FACILITIES AT NEW HIGHWAY 71 AND CATO SPRINGS ROAD. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Board of Directors hereby authorizes an agreement with the Arkansas State Highway Department for reimbursement of preliminary engineering fees associated with the relocation of water and sewer facilities at new Highway 71 and Cato Springs Road. A copy of said agreement is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 6th day of December , 1988 APPROVED By: I2)61_1_19-4.ica '''(,•k 4?.. X•i‘• /er • • • Ai's() .._f le k • 0 l, V z 11( J , . , ARKANSAS STATE HIGHWAYCROf1D • AND TRANSPORTATION DEPARTMENT �.4 AND ,444, j`� J.e Maurice Smith,Director = Q P.O.Box 2261 Telephone(501)569-2000 ' H�O = Little Rock,Arkansas 72203 seJ aD December 14, 1988 Mr. Donald R. Bunn, City Engineer City of Fayetteville Water & Sewer Dept. City Administration Building 113 West Mountain Street Fayetteville, Arkansas 72701 RE: Job R40068 (Utilities) PRELIMINARY ENGINEERING FFIR-075-1 (44) WORK ORDER Dear Mr. Bunn: Enclosed is the Preliminary Engineering Agreement approved on December 13, 1988, with supporting papers covering reimbursement for engineering services to be performed by Crafton, Tull & Associates. We are sending a copy of this letter and agreement to the consultant. You should authorize the consultant to proceed with the engineering work. This job is scheduled for the May letting. We need the estimate and plans by March 22, 1989. Mr. Carl Sanders, District Engineer, will represent the Department on this work. If your consultant should need field assistance, please contact the District Engineer at the following address: Post Office Box 1424, Fort Smith, Arkansas 72902. The telephone number is 646-5501 . Yours truly, Lawrence D. Dupree Chief, Utilities Section Right of Way Division JW/dah Enclosure cc: Grafton, Tull & Associates Programs & Contracts District Engineer W/Enclosures Resident Engineer W/Enclosures FAP File Rev. 6-30-77 . , LS AC X ARKANSAS STATE HIGHWAY COMMISSION HIGHWAY-UTILITY AGREEMENT FOR PRELIMINARY ENGINEERING SERVICES Job No. R40068 (Utilities) FAP No. FFIR-075-1 (44) Job Location _ Hwy. 71 Utility Owner City of Fayetteville Fayetteville Bypass Interchange Route 71 Section - Consultant Crafton, Tull & Associates County Washington THIS AGREEMENT, made and entered into this \3' day of QS;Q,rn\O(Zi ' , 19 ,by and between the Arkansas State Highway Commission, acting by and through the duly authorized representatives of the Arkansas State Highway and Transportation Department, with headquarters at Little Rock, Arkansas, hereinafter referred to as the "Department" and the City of Fayetteville of Fayetteville Arkansas , acting by and through its duly authorized representatives, herein after referred to as the "Owner", WITNESSETH: WHEREAS: The "Department", in the interest of public safety, convenience, and enjoyment, proposes to make certain highway improvements at the location and accord- ing to the plans and specifications of the "Department" for such work under the job designation as shown above; "Owner" must adjust or relocate certain of its existing utility facilities and in connection with such adjustments, "Department" shall par- ticipate in the costs of such work to the extent such costs are eligible for reim- bursement from State Highway funds and eligible when applicable for participation in Federal funds: and WHEREAS: The cost to "Owner" for preliminary engineering services shall be eligible for reimbursement from "Department" at the same ratio as the adjustment of "Owner' s" facilities are eligible based on the proportion of the facilities to be adjusted that are located on property in which "Owner" holds a compensable property interest under the Constitution and Arkansas Law, less betterments (except better- ments required by the highway construction) and in accordance with the applicable provisions and requirements of the Policy of the Arkansas State Highway Commission on the Adjustment of Utilities adopted on August 26, 1970, by Commission Minute Order 70-300, it is also understood that for this cost to be eligible for partici- pation in Federal funds, the work must be performed and reimbursement made as prescribed by Federal rules and regulations applicable to Federal Aid Projects, and as set out in the United States Department of Transportation, Federal Highway Administration, Federal Aid Highway Program Manual, Volume 6 Chapter 1, Section 2, Subsection 2 (Engagement of Consultants for Engineering Services) issued October 30, 1974, or as amended. These documents by this reference are hereby made a part of this Agreement with the same force and effect as if attached hereto or recited herein; and EXHIBIT A T -2- WHEREAS: The proposed highway improvement necessitates the adjustment or relocation of certain of "Owner's" utility facilities as described in the following scope of work: Adjust the water and sewer facilities as necessary to clear highway construction, and such adjustment or relocation requires the Oreparation of plans, sketches, esti- mate of cost, and work specifications (when applicable) to be used as the basis for a subsequent agreement with "Owner" to provide for such adjustment or relocation: and WHEREAS: The "Owner" is not adequately staffed with professional or technical personnel to prepare the necessary technical and detailed information as may be re- quired, and needs the services of a "Consultant" to perform the said preliminary engineering work; and hereby requests "Department's" concurrence in the employment of a "Consultant" of proven ability and experience, and which has one or more of its members licensed by the Arkansas State Broad of Registration for Professional Engineers: and WHEREAS: The "Owner" proposes to employ the engineering firm of Crafton, Tull & Associates, Inc. , he 'einafter referred to as the "Consultant" which meets the above qualifications to perform such necessary preliminary engineering services; and the "Department" has determined t at it is to the advantage and best interest of the "Department's" highway improvement project that said engineering services be performed by "Consultant" for "Owner" under a contract for preliminary engineering services entered into between "Owner" and "Consultant", and subject to the "Department's" approval; and the selection And employment of said engineering firm is acceptable to the "Department", and "Consultant" is ready, willing, and able to perform the required engineering and technical services. NOW, THEREFORE, IT IS HEREBY AGREED: 1. "Owner" has entered into a contract for preliminary engineering services with the "Consultant", subject to the "Department's" approval, and has furnished copies of said contract which are attached and made a part of this agreement, and said contract sets forth in detail the engineering and technical services to be performed by the "Consultant" and the fee to be paid by the "Owner" for such services; and the "Department" by execution of this agreement concurs in the employment of the "Consultant" and approves the said contract for preliminary engineering services as providing for the "Consultant" to furnish the following minimum required services (as applicable) : A. Make all necessary field surveys, investigations, and special studies required to obtain proper and sufficient data for the preparation of complete plans, estimates of cost, and construction specifications. B. Prepare complete and detailed plans of the existing facilities and of the proposed construction, including maps, plans, profiles and detailed drawings of structures and appurtenances when and as necessary. -3- C. Prepare an engineer's detailed estimate of cost of the proposed work and if plant betterments for the "Owner's" convenience are to be in- cluded in the planned adjustments, the "Consultant" shall detail separately the estimated inplace cost of such plant betterments and the estimated cost to relocate and adjust the existing facility in- kind and function as required by the highway project. Such separat- tion of costs may be shown either by separate and comparative • estimates or by detailing of items in the estimate. D. If the construction work is to be performed by other than "Owner's" forces, prepare bid notices, instructions, specifications, contract documents and any other data necessary to secure bids and let a contract for the proposed work. E. Furnish the "Owner" with eight (8) sets of plans, specifications, and contract documents (seven (7) sets for transmittal by "Owner" to "Department") . Said documents shall be considered as approved when and only when accepted by the "Department" and, if necessary, approved by the Federal Highway Administration. 2. The "Consultant" shall begin the work as herein set out within 15 calendar days after receiving written authorization through the "Owner", such authorization to be issued as a Work Order by the "Department", and "Consultant" shall complete his contractual obligations as herein set out in 45 calendar days. 3. After delivery to, and acceptance by the "Department" of the final plans, estimate of cost and all necessary supporting documents in original and six (6) copies, the "Department" will make payment to the "Owner" in accordance with Paragraph 4, the pro rata portion of the total preliminary engineering fee of $ 9,310.00* as determined by one of the following methods: X A. The appropriate pro rata factor for allocating payment of this fee between "Owner" and "Department" cannot be accurately determined until the preliminary engineering work is completed, and the pro rata factor as established by the "Consultant's" investigations will be applied in the allocation of the cost obligations under this agreement and in the subsequent Utility Relocation Agreement. B. The pro rata portion of the total preliminary engineering fee based on the "Owner's" eligibility for reimbursement that the facilities to be adjusted are located on property in which the "Owner" holds a compensable property interest, is %. ($ x % = $ (Reimbursement) *Actual cost with fixed upper limit of $10,240.00 • -4- 4. The basis for "Consultant's" total fee to be charged "Owner", including any additional fee for plant betterment work to be done for "Owner's" convenience along with the required adjustments, is detailed and set forth in the attached copy of the contract between the "Owner" and the "Consultant". Said payment is to be on the actual cost payment procedure which will be initiated within 30 days after submission by "Owner" of a certified statement in the above proportionate reimbursable amount together with acknowledgement evidenced in writing by "Consultant" that the total fee has been paid to him by the "Owner". "Owner" agrees to retain cost records and accounts for inspection and audit for a period of not less than three (3) years from the date of final payment. 5. It is understood and agreed that, by separate statement and by copy of this agreement complete with pertinent attachments, the United States Department of Transportation, Federal Highway Administration, may be furnished warranties and certifications that the conditions under which this contract was obtained have been, and performanace by all parties shall be, in accordance with the requirements of a project involving participation in Federal Aid Highway Funds, and same shall be subject to applicable State and Federal Laws, both criminal and civil. 6. The "Owner", in employing the "Consultant" to perform the work and services covered by this agreement, agrees to require the "Consultant" to comply with the provisions of Appendix "A", copies of which are attached to and made a part of this contract, and the provisions of which pertain to nondiscrimination in employment; and it is further understood and agreed that the "Consultant" shall in performing such work under said provisions, be considered as acting in the same relative capa- city as the "Contractor" referred to in said Appendix "A". 7. The "Department" may, at its discretion, cancel or suspend the work under this agreement at any time provided reimbursement is made on an equitable basis and in a proportionate amount for the services performed by "Consultant" up to the time that written notice of such cancellation is received by "Owner" from "Department". Such amount of proportionate reimbursement shall be based on the pro- portion that the work actually performed bears to the total work originally con- templated. Should the "Department" give notice of cancellation in writing prior to the start of any work hereunder, then this Agreement shall thereupon become null and void without liability to the "Department". 8. The "Owner" shall save the "Department" and any other affected Agencies of Government harmless from all claims and liabilities arising out of, or in any manner due to, the activities or any negligent act or omission of "Owner's" employees or the "Consultant" or his employees or agents. 9. The provisions of this agreement apply only to the preliminary engineering services herein set out, and nothing contained herein shall be construed as applying to any future contract which may be entered into between the "Department" and the "Owner", except that the reference in Paragraph No. 3 above, regarding the deter • - mination of the reimbursement eligibility pro rata factor from the subject pre- liminary engineering work shall apply both in fixing the ratio of eligibility for reimbursement of cost under this agreement and a subsequent agreement covering the actual utility relocation work. • -5- IN WITNESS WHEREOF: The parties hereto have caused this instrument to be executed in triplicate by their duly authorized representatives as of the date first above written. CITY OF FAYETTEVILLE ARKANSAS STATE HIGHWAY COMMISSION Acting By and Through The ARKANSAS STATE HIGHWAY and TRANSPORTATION DEPARTMENT -01-Vt==- Title ✓ • 911944A4-4-45"-Q `- irector of Highways and Transportation Titl fr4:Ailf hief, Right o Way Division hief-Utilities Sect' Right of Way Divis on 3-8-83 APPENDIX A During the performance of this contract , the contractor, for itself , its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows : ( 1) Compliance with Regulations : The contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation, Title 49 , Code of Federal Regulations , Part 21 , as they may be amended from time to time , (hereinafter referred to as the Regulations) , which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination : The contractor, with regard to the work performed by it during the contract , shall not discriminate on the grounds of race, color, sex, national origin , or handicap, in the selection and retention of subcontractors , including pro- curements of materials and leases of equipment . The contractor shall not participate either directly or indirectly in the dis- crimination prohibited by section 21 . 5 of the Regulations , in- cluding employment practices when the contract covers a program set forth in Appendix B of the Regulations . (3) Solicitations for Subcontracts , Including Procurements of Materials and Equipment : In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract , including procurements of materials or leases of equipment , each potential subcontractor or supplier shall be notified by the contractor of the contractor' s obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, sex, national origin, or handicap . (4) Information and Reports : The contractor shall provide all information and reports required by the Regulations , or direc- tives issued pursuant thereto, and shall permit access to its books , records , accounts, other sources of information, and its facilities as may be determined by the State highway department or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information , the contractor shall so certify to the State highway department , or the Federal Highway Administra- tion as appropriate, and shall set forth what efforts it has made to obtain the information. (5) Sanctions for Noncompliance : In the event of the con- tractor 's noncompliance with the nondiscrimination provisions of this contract , the State highway department shall impose such con- tract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to : 3-8-:83 • (a) withholding of payments to the contractor under the contract until the contractor complies , and/or (b) cancellation , termination or suspension of the contract , in whole or in part . (6) Incorporation of Provisions : The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract , including procurements of materials and leases of equipment , unless exempt by the Regulations , or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the State highway department or the Federal Highway Administration may direct as a means of enforcing such provisions including sanc- tions for non-compliance: Provided, however, that in the event a contractor becomes involved in , or is threatened with, liti- gation with a subcontractor or supplier as a result of such direction, the contractor may request the State highway depart- ment to enter into such litigation to protect the interests of the State, and, in addition , the contractor may request the United States to enter into such litigation to protect the interests of the United States. TV • nn/(s nSup AGREEMENT FOR ENGINEERING SERVICES • For REC ' D ) UTILITY ADJUSTMENTS CITY OF FAYETTEVILLE, ARKANSAS JUN 20 MB CT $ Y THIS AGREEMENT, made and entered into this /0'day of 1988, by and between the CITY OF FAYETTEVILLE, ARKANSAS, herei after referred to as the "OWNER", and CRAFTON, TULL, SPANN & YOE, INC. , CONSULTING ENGINEERS of Rogers, Arkansas, hereinafter referred to as the "ENGINEER". WITNESSETH THAT: WHEREAS. the OWNER is in need of professional engineering services for the preparation of Plans and Specifications for the Relocation of Water Lines and for Sewer Encasements in the vicinity of new Highway 265 and Cato Springs Road, Fayetteville, Arkansas, and WHEREAS, the ENGINEER has sufficient experienced personnel and equipment to perform the work described in this Agreement; NOW THEREFORE, in consideration of the mutual covenants and agreements herein contained, the OWNER and the ENGINEER, the parties hereto, stipulate and agree that the OWNER does hereby employ the ENGINEER to perform the required Engineering services as hereinafter set out; and the ENGINEER agrees to provide said services. Section 1 . SCOPE OF ENGINEERING SERVICES The ENGINEER shall perform all work and provide all services required to develop Detailed Plans and Specifications for the construction of Water and Sewer Adjustments and Relocations in the area of the new Highway 71 and the Highway 265 interchange. The Scope of Work includes, but will not be limited to: 1 . Coordination of the project with the Arkansas Highway and Transportation Department. 2. Development of the Detailed Plans and Specifications for the relocation of Water Lines required to be relocated due to the Highway construction. The attachment shows the lines involved and the estimated quantities. Also included in the work is the engineering required to construct sewer line crossings for future use. 3. Preparation of all easement documents, including the necessary field surveys. 4. Preparation of any necessary AHTD Permits. - 1 - 4. Preparation of any necessary AHTD Permits. 5. Management of the Bid Phase of the project and the recommendation -'� of Bid Award. 6. Construction Management. 7. Determination of the reimbursable portion of the work and the documentation necessary to satisfy AHTD requirements. It is the intent of this Scope of Work to obtain a complete turnkey project. It would be the intent of the City to acquire easements necessary for construction. The need for easements should be identified as early as possible in the project and coordinated with the City's Land Agent, Bert Rakes. Section 2. SCHEDULE The ENGINEER agrees to begin the work promptly upon receipt of a notice to proceed from the OWNER, and to have final Plans and Specifications submitted to the OWNER within 45 calendar days from notice to proceed. Time is expressly made of the essence of this Agreement. Section 3. COMPENSATION Compensation for the services to be provided under this Contract shall be made as follows: PART I Lump Sum price for completed detailed plans and specifications, including all surveys $4 990 Hourly rates for preparation of Plans and legal descriptions for right-of-way purposes: A/E VII $60 / hour Prof. VII 40 / hour Prof. V 30 / hour Prof. III 20 / hour PART II Lump Sum price for the Bid Phase thru recommendations of award $1 000 PART III Not to exceed figure for Construction Management . . $3,500 The OWNER shall make partial payments to the ENGINEER on a monthly basis for work performed by the ENGINEER. The OWNER may retain ten percent of the payment until the ENGINEER has completed the work contained in this agreement. - 2 - - Section 4. GENERAL CONSIDERATIONS • A. Termination of Contract for Cause If, through any cause, the ENGINEER shall fail to fulfill in timely and proper manner his obligations under this contract, or if the ENGINEER shall violate any of the covenants, agreements, or stipulations of this contract, the OWNER shall thereupon have the right to terminate this contract by giving written notice to the ENGINEER of such termination and specifying the effective date thereof, at least five days before the effective date of such termination. In such event, all finished or unfinished documents, data, studies, and reports prepared by the ENGINEER under this contract shall , tit the option of the OWNER become its property, and the ENGINEER shall be entitled to receive just and equitable compensation under this contract for any satisfactory work completed on such documents. Notwithstanding the above, the ENGINEER, shall not be relieved of liability to the OWNER for damages sustained by the OWNER by virtue of any breach of the contract by the ENGINEER, and the OWNER may withhold any payments to the ENGINEER for the purpose of setoff until such time as the exact amount of damages due the OWNER from the ENGINEER is determined. B. Termination for Convenience of Owner The OWNER may terminate this contract any time by a notice in writing from the OWNER to the ENGINEER. If the contract is terminated by the OWNER as provided herein, the ENGINEER will receive just and equitable compensation under this contract. C. Changes The OWNER may, from time to time, request changes in the scope of the services of the ENGINEER to be performed hereunder. Such changes, including any increase or decrease in the amount of the ENGINEER's compensation, which are mutually agreed upon by and between the OWNER and the ENGINEER, shall be incorporated in further written amendments to this contract. D. Personnel 1 . The ENGINEER represents that he has, or will secure at his own expense, all personnel required in performing the services under this contract. Such personnel shall not be employees of or have any contractual relationship with the OWNER. - 3 - • 2. ' All the services required hereunder will be performed by the ENGINEER or under his supervision and all personnel engaged ` in the work shall be fully qualified and shall be authorized or permitted under state and local law to perform such services. 3. No person who is serving sentence in a penal or correctional institution shall be employed on work under this contract. E. Compliance with Local Laws The ENGINEER shall comply with all applicable laws, ordinances, and codes of the state and local governments and shall commit no trespass on any public or private property in performing any of the work embraced by this contract. F. Assignability The ENGINEER shall not assign any interest in this contract and shall not transfer any interest in the same (whether by assignment or novation) without the prior written approval of the OWNER; provided, however, that claims for money due or to become due the ENGINEER from the OWNER under this Contract may be assigned to a bank, trust company, or other financial institution, or to a trustee in bankruptcy, without such approval. Notice of any such assignment or transfer shall be furnished promptly to the OWNER. G. Access to Records The OWNER, the U.S. Department of Housing and Urban Development, the Comptroller General of the United States, or any of their duly ' authorized_ representatives, shall have access to any books, documents, papers and records of the ENGINEER doing work under this contract which are directly pertinent to a specific grant program for the purpose of making audit, examination, excerpts, and transcriptions. H. Estimates Since ENGINEER has no control over the cost of labor, materials or equipment, or over the methods of determining prices, or over competitive bidding or market conditions, the estimates of costs provided are to be made on the basis of ENGINEER's experience and qualifications and represent his best judgment, being familiar with the industry, but ENGINEER cannot and does not guarantee that established costs will not vary from estimates prepared. - 4 - I•. Insurance • ENGINEER shall secure and maintain such insurance as will protect him from claims under the Workmen's Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this contract. Amount of coverage shall not be less than: $100,000 each accident/disease/death; and $500,000 Each occurance - property damage. J. Successors and Assigns Each party of this contract binds himself and his partners, successors, executors, administrators and assigns to the other party of this contract in respect to all covenants of this contract. Neither party shall assign, sublet or transfer his interest in this contract without the written consent of the other. Section 6. Equal Opportunity Provisions During the performance of this contract, the ENGINEER agrees as follows: A. The ENGINEER will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The ENGINEER will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The ENGINEER agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of this nondiscrimination clause. B. The ENGINEER will, in all solicitations or advertisements for employees placed by or on behalf of the ENGINEER, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. Section 7 Conflict of Interest A. Interest of Owner No officer, employee, or agent of the OWNER who exercises any functions or responsibilities in the review or approval or in connection with the carrying out of the project to which this contract pertains shall have any personal interest, direct or indirect, in this contract. / - 5 i I B. Interest of Certain Federal Officials ' No 'member of or delegate to the Congress of the United States, and no Resident Commissioner, shall be admitted to any share or part of this contract or to any benefit to arise herefrom. C. Interest of Engineer The ENGINEER covenants that he presently has no interest and shall not acquire any interest, direct or indirect, in the above described project area or any parcels therein or any other interest which would conflict in any manner or degree with the performance of his services hereunder. The ENGINEER further covenants that in the performance of this contract, no person having any such interest shall be employed. Section 8. Other Provisions In connection with the project, the OWNER shall : A. Give thorough consideration to all documents presented by the ENGINEER and inform the ENGINEER of all decisions within a reasonable time so as not to delay the work of the ENGINEER. B. Make provisions for the employees of the ENGINEER to enter public and private lands as required for the ENGINEER to perform necessary preliminary surveys and investigations. C. Furnish the ENGINEER such plans and records of construction and operation of existing facilities, or copies of same, bearing on the proposed work as may be in the possession of the OWNER. Such documents or data will be returned to the OWNER upon completion of the work or upon the request of the OWNER. D. Pay all costs of advertising in connection with the project. All plans and specification prepared by the ENGINEER under this contract shall become the property of the City and may be used by the City for construction purposes upon payment of the consideration due the ENGINEER hereunder for preparation of said plans and specifications. This agreement shall be binding upon the parties hereto, their partners, heirs, successors, administrators and assigns; and neither party shall assign, sublet or transfer his interest in this agreement without the prior written consent of the other party hereto. - 6 - • IN WITNESS WHEREOF, the OWNER has caused these presents to be executed in its behalf by •its duly authorized -representatives, and the said ENGINEER by its duly authorized representatives, and the parties hereto have set their hands and seals on the date heretofore set out. CITY OF FAYETTEVILLE, ARKANSAS Attest: £1non. M or Cit C erk Attest: A„iL, Bob H. Grafton, Presiders Cl/k . Vicki Isom, Sec./Treasurer 7 - • . • • 7 .: • •. . .'i \ '.1 ..•. ./11‘......•••::: 8'.1 ak T.. : 1 ...., _ _____........._=.._..... . . .. . , g I . ES i• 1` t. 11 Extend Exist. /6,,. `„„ ` , • • - i L.,. Sewer Encasement • 1EXiSfin9 /ro Sewer ain• " . _ -.--- _ t. 4nca5ement ro Rem = , • • 1 .z _ ' ` •24__l it {O 'r•• •24. ..........' r .. ..r\.: . • :JREhi. . . li-:... .... . • .4 1••.11 , •• 44.9 Waterline /n This Areo • •• /i � �,. /--� • To Be. Re/ocoled /2"and 8" PROPOSED /ja-. . •• INTERCHANGE II Yi� _ / _ xist Sewer Encasement 24 !��- . .T Remain i.. - - ,3_(.... \\1114 -. . • . • o • New Se Encoseme • -•"It'\\' .. •. • -- ;l,� ,. _ ', 1 A rO is • T • W'I rz .e ?nOl.�5 • • AMENDMENT NO. 1 AGREEMENT FOR ENGINEERING SERVICES FOR UTILITY ADJUSTMENTS CITY OF FAYETTEVILLE, ARKANSAS This Amendment No. 1 to the original contract dated June 13 , 1988 , between the City of Fayetteville, Arkansas and Crafton, Tull , Spann & Yoe, Inc . , Rogers, Arkansas, is for the purpose of expanding the scope of work of the original contract and compensating the Engineer for the additional services . SECTION 1 SCOPE OF ENGINEERING SERVICES The Engineer is still required to complete the work items described in 1 through 7; however, the amount of such work has been increased due to certain requirements of the Arkansas Highway Department in relocating utilities within the control of access limits . SECTION 3 COMPENSATION PART I Lump sum price for completed detailed plans and specifications, including all surveys $ 6,565 .00 Easements and Descriptions $ 1 , 745.00 PART II Lump sum price for the Bid Phase thru recommendations of award (no change) $ 1 ,000.00 PART III Not-to-exceed for Construction Management unless further concurrence from Owner $ 7 ,752 .00 REVISED FEE $17 ,062 .00 . : A 1 .other stipulations of the original contract repnain uncha This Amendment Number 1 agreed to this a0 day of , 1988. Attest : CITY OF FAYETTEVILLE, ARKANSAS t,c Mar lyn J&hnso , Mayor Ott_ _--( -7))'(Aliti C Clerk Attest : . C af ton, Pres ent 7------- 4-4----/H D-c-AJLC . Lem Tull , Sec. /Treasurer 41 City of Fayetteville Highway 71 Bypass & 265 Interchange CTSY No. 88098.00 September 1, 1988 The following is a general description of the utility work required by the construction of U.S. Highway 71 Bypass and the State Highway 265 Interchange: 1. Sewer At Mainline Station 203 + 55 there is an existing 16" steel casing extending from the C of A on the east side to the right-of-way on the west side. This casing will be extended approximately 170 ft. to the west side of relocated Shiloah Drive. An 8" ductile iron pipe will be placed inside this casing for future sewer connections and a manhole will be constructed on either end of the casing. At Mainline Station 174 + 00 there is an existing 24" casing that extends approximately 13 ft. east of the east edge of the ramp pavement on the north end and extends to the centerline of the frontage road on the south end. This casing will be extended approximately 60 ft. north to the C of A on the north end and approximately 40 ft. south on the south end to a point outside of the proposed frontage road. A 12" ductile iron pipe will be placed inside this casing for future sewer service and a manhole will constructed on each end. At U.S. 71 relocated Mainline Station 2184 + 00, a casing will be installed from C of A to C of A approximately 350 ft. The casing will be 24" in diameter and a 10" ductile iron pipe will be placed inside the casing for future sewer service. 2. Water A 12" line inside a 24" casing is existing across U.S. 71 at approximately Station 191 + 20. The 12" line then continues in a southerly direction just outside the present right-of- way line until it joins the 265 right-of-way, then continues to approximately Station 522 + 00 on Highway 265 where a 12" line crosses Highway 265 in a 24" encasement. The line then reduces to an 8" and continues west along the north side of Highway 265 on private property. It will be necessary to abandon this entire line. A new crossing is proposed at U.S. 71 Mainline Station 204 + 00 approximately 470 ft. of 24" casing will be installed. A 12" ductile iron pipe will be installed inside this casing and extend to the west side of the right-of-way and then will continue in a southerly direction parallel to the right-of- way until it connects to the existing 8" line on the north side of Highway 265 at approximately Station 511 + 50. This requires approximately 3,500 lineal ft. of 12" ductile iron pipe. A 12" line will be constructed from approximately Station 534 + 00 on State 265 in a southeasterly direction parallel to the right-of-way until it is adjacent to Station 173 + 00 or the mainline of U.S. 71. A 24" casing will be installed from C of A on the north side to south of the frontage road on the south side. An 8" line will be installed in the casing. This line is necessary to provide water service to an area that is currently served by the 12" line parallel to State 265 that will be removed by highway construction. This requires approximately 1350 lineal ft. of 12" ductile iron pipe and approximately 360 lineal ft. of 8" ductile iron pipe. o . `1Is 1:Zf..li smD CITY Of'fAYEITEUiLLE UTILITY ADJUSTMENTS 05-T1 RELOCATION CTSY I 18018.00 II**PLANS AND SPECIFICATIONS fl*IF tDINH0UR ESTIMATE IHHHHIIIIHHHHHHHHHI HIIFHHHHHHHHHHHHHHH******HHHHH HHHHHl*** 1H141HHHHHHHHHHHHHHHHHHHHEIHNSIIIIIIIHHHHHHI ROO INST PARTY PROD SUPR PROPOSED RECON. SERUICES MAN MAN CHIEF SURD EN66 ****4HFHII Hi*HOW **HHHF **HHF* WINK *fl*HF* HHiHF I. OBTAIN NECESSARY PLAN SHEETS, 2.00 CROSS SECTIONS, ALI61I1ENT POINTS AND BENCH MARKS FROM AHTD. Z. RESEARCH EXISTING CITY UTILITY 10.00 10.00 10.00 0.50 3.00 RECORDS AND FIELD VERIFY LOCATION Of EXISTING UTILITIES. 3. DETERMINE EXTENT Of UTILITY 6.00 6.00 6.00 0.25 2.00 CONFLICTS UIIH PROPOSED CONSTRUCTION. 4. fORt1ULATE CONCEPT PLAN fOR 2.00 UTILITY RELOCATIONS AND SUBMIT TO CITY AND AHTD fog commis. 5. INCORPORATE REVISIONS AND PREPARE 2.00 fOR fINAL DESIGN. HFHFHI **HHHF ****** ****** HF**HF RECON. TOTALS 16.00 16.00 16.00 0.75 11.00 ROD INST PARTY PROJ SUPR PROPOSED SURVEY SERVICES MAN MAN CHIEF SURU EN66 *******HHF**1HHH HH HHHHHHHIHHHFHF** ****** ****** ****HF ****** ***** 1. TAKE fOUR CROSS-SECTIONS AT 8.00 8.00 8.00 1.00 Z.00 PROPOSED SUER AND UATER CASIH6S. 2. TOPOGRAPHIC SURVEY SKETCHES ON 3.00 3.00 3.00 0.50 1.25 TUO PRIVATE UATER SERVICE LINES. 3. PROVIDE PROFILE FOR UATER LINE Z.00 2.00 2.00 0.25 1.25 CROSSING AT CATO SPRINGS BRANCH. HF**IF* HFHHHI Hf#HH IHF**** HHF*** SURVEY TOTALS 13.00 13.00 13.00 1.75 1.50 • • • EM66 PROJ SUPR PROPOSED DESI6N SERVICES TECH EMMR ENGR M******IF**** **** ****** ****** ******* 1. PLOT SURUEY NOTES AND SET UP 6.00 1.00 1.00 PLAN AID PROFILE SHEETS, TITLE SHEET, AND DETAIL SHEETS. 2.PLOT EXISTING FEATURES AND PROPOSED 12.00 1.50 HI6HUAY CONSTRUCTION. 3. PREPARE URTER RND SEDER RELOCATION Z1.00 10.00 1.00 DESIGNS AND ROD TO PLANS. 1. SUBMIT ADVANCE PLANS TO CITY AND 1.50 2.00 ANTO FOR APPROVAL Of DESIGN. 5. PREPARE PROJECT DETAILS AND ADO TO 8.00 1.00 PLANS. 6. C011PUTE PROJECT PAY QUANTITIES AND 8.00 4.00 1.00 ADO TO PLANS, INCLUDING REITMBURSABLE AND NON-REIMBURSABLE QUANTITIES. 7.PREPARE PROJECT SPECIFICATIONS AND 8.00 1.00 CONTRACT DOCUMENTS. 8. ASSEMBLE RHO CHECK CONSTRUCTION PLANS 4.90 2.00 Z.00 AND MAKE FINAL CORRECTIONS. ***********a ****** DESIGN TOTALS 60.50 Z9.00 12.50 SUMMARY RHO PROPOSED FEE FOR PLANS 8 SPECIFICATIONS TOTAL HOURLY COST SNRMARY HOURS RATE AT1OUNT ROD M ON Z9.00 X $4.35 $1Z6.15 INSTRUMENT hAN 29.00 X $5.80 $168.Z0 PARTY CHIEF Z9.00 K $8.70 . $Z52.30 PROJECT SURVEYOR 2.50 X $19.50 = $36.Z5 ENGINEERING TECHNICIAN 60.50 X $11.00 : $665.50 PROJECT ENGINEER 19.00 X $18.10 $521.90 SUPERUISING ENGINEER 18.00 X $Z3.50 L $658.00 ******** TOTAL DIRECT LABOR $2131.30 OVERHEAD (14Z.11I) $3955.85 ********* { SUBTOTAL $5887.15 PROFIT $677.85 ******** $6565.00 • • *** EASEMENTS AND ASCRIPTIONS *** wur*****INI******** **** ******** *r ******** EN66 PROJ SUPR EASEMENTS AND DESCRIPTIONS TECH ENGR EN6R **kl * * ** *IH ******* ****** ****** ******* 1. COORDINATE AND REUIEU ABSTRACTOR Z.00 SERUICES IN OBTAINING COPIES Of CURRENT DEEDS FOR EASEMENTS. 2. ESTABLISH EASEMENT REQUIREMENTS 5.00 FOR UATER AND SEUER RELOCATIONS. 3. PERFORM EASEMENT AND PROPERTY LINE 12.00 2.50 1.00 COMPUTATIONS TO ESTABLISH BEARINGS AND DISTANCES FOR REQUIRED EASEMENTS. 1. URITE ESMT, DESCRIPTIONS AND PREPARE 8.00 2.00 EASEMENT FORMS FOR ACQUISITION BY THE CITY, MOH** *****N ***H** RIGHT-Of-UAY TOTALS 20.00 9.50 3.00 SUMMARY AND PROPOSED FEE FOR EASEMENTS AND DESCRIPTIONS TOTAL HOURLY COST SUMMARY 'TOURS ROTE AMOUNT **NIIHHH**** **NH** ****** *HONOR ENGINEERING TECHNICIAN 20.00 R $11.00 = $Z20.00 PROJECT ENGINEER 9.50 N $18.10 $171.95 SUPERVISING ENGINEER 3.00 N $23.59 = $70,50 TOTAL DIRECT LABOR i16�Z. OVERHEAD (112.111) $657.33 y 1 SUBTOTAL ill9 76 ABSTRACTOR SERVICES $500.00 ***N**H**** SUBTOTAL $1619.78 PROFIT $125.22 **H***HN TOTAL $1715.00 **** PART I TOTAL =$8310.00**** - *** BIO WHOSE SERVICES *** PROD SUPR PROPOSED BID PHASE SERVICES ENGR EN6R IHHHH*********I*HHH******************* ****** **CHHH* 1. PROVIDE LEGAL ADVERTISEMENT FOR 2.00 1.00 PUBLICATION ONO NOTIFY AREA PLAN SERVICES Of BID LETTING, 2. ASSIST IN CONDUCT Of BID LETTING AND 4.00 2.00 REVIEU BIDS FOR COMPLIANCE UITH SPEC- IFICATIONS AND ACCURACY, MAKE RECOMTENDATION fOR AUARO Of CONTRACT. 3. PREPARE PROJECT DOCUMENTS FOR EXECUTION 4,00 Z.00 BY THE CONTRACTOR AND THE CITY. 10.00 8.00 SUMMARY AND PROPOSED FEE fOR BID PHASE SERVICES IIIHHHHHHHi***************IHHHHHHH141HHHHHHIHHHHf********HHHF TOTAL HOURLY COST SUMMARY HOURS RATE HHHH**HH HI* HHHHH* HF**** PROJECT ENGINEER 10.00 X $18.10 = $181.00 SUPERVISING ENGINEER 8.00 X $23.50 = $188.00 H**HH*H* TOTAL DIRECT LABOR $369.00 OVERHEAD (142.141) $521.50 HHH*HH*** SUBTOTAL S893.50 PROFIT $106.50 *HHHHH** TOTAL $1000.00 **** PART II TOTAL =$1000.00 **** THE TOTAL ENGINEERING FEE FOR PARTS I 4 II SHALL NOT EXCEED$10,240.00 • d • $.1 a) v H • o aei v a�i , 4-) to to +.) cb • cd 3 a • a • Cy ' a) >`i .-I ' a) N a.+ a) y 0 —y in JN 'O 0 a) i-1 �t a) (Ti CO 00 CO 0 • Cd N A N r ._.� �V ` +..I • 41 r..i H CV •r•1 r '54 - -. } '„`•• x) 4)) CD W 0o 4)) • aa)) a, 0o a rs 4..) I__ •r•I• 'V (Ti (Ti a) ,i 'b H tti 0 I d +, 0 3 3 to 1� q • 3 -0 Il ,I„1 1 1 _ = •r•1 - 0 W• W N ,•-a N W W .N-I N 4 r . . c) ®OD 00 0c) se1/42) . • Z. ii.c 3p { I�tl ir1 J/:V+N)►!3Ay•1 I1-1 I 1���` r II � x .. 31.7 ':V:JNt.i. tt 1 rrfi l i 3A11,10 )17A!ll3 l '1 it .. a ttt �\', J"1V aNl'IJ W (� ��-lf 1 w 3N3a1 0 A ,. 1 r 1- 1 a - t .� .y �I'r � Ii /�rf �If 1 ✓ _ of Ir 1 3• C,,,t g•;, , - .11! • • C il I " .�s.ur a•wrs J i f �httKpn i:a. ' •,. • _.. . �:,f . �, "" I © , or Ir.. .. .._._ __, • I Ii ...•'"r'N// . . )1 'h 11� 1, - ;le _•------_-.1 ; •` 1. _ •j�.....`J 1..1�� '��' :74 ar it • 1... i' -'l. :i•:C••;`�i:'. 'r+ 1 �O Q / 1.• - ' ifs C .'iw 1 • �� / • `fi • t _ !1 i' $ 1 '� (x �. . . i 'i 1 .-... _ �i_ i i_ _y'!`'"�,. I `� all '/- 1 ,,,� 9zd e -- -� r ''his. • �. .4 f I • • i r , }�.l,S^1 7 � y1 :`'• )' i e l +) 1 . .J�}`.I • .. 4 • • 4 . 01, .4 } /-/ I 1 •S n QZ.A " • © CD II • *E;SN ads_ • • t . 1 I •1C, . . I --6- . ....s...; • 1 . n , eft) JI I 0