HomeMy WebLinkAbout16-90 RESOLUTION•
•
RESOLUTION NO. 16-90
,i RESOLJTION AUTHORIZING APPROVING THE
AMENDMENTS NO. 2 AND 3 TO THE CONTRACT WITH
CRAFTON AND TULL FOR ENGINEERING ON THE
HIGHWAY 71-CATO SPRINGS ROAD WATER
RELOCATIONS.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute Amendment No. 2 to the contract
with Crafton and Tull in the amount $6,250.00 for investigating
alternatives tc the originally planned and approved routes of the
proposed water and sewer line relocations. A copy of the
amendment authorized :or execution hereby is attached hereto
marked Exhibit "A" and made a part hereof.
Section 2. That the Mayor and City Clerk are hereby
authorized and directed to execute Amendment No. 3 to the contract
with Crafton and Tull in the $12.277.51, for preparation of the
detailed plans and specifications. taking bids on the protect,
preparation of required easement documents, and construction
management. A copy of the amendment authorized for execution
hereby is attached hereto marked Exhibit "B" and made a part
nerecf.
PASSED AND APPROVED this 6th day of February . :990.
ATTEST:
Bv: .7 %':ypGy
City erk
APPROVED:
BY: C✓u.e.c.-• nJe:". :''%i„.t. .,
Mayor
•
•
AMENDMENT NO. 2
AGREEMENT FOR ENGINEERING SERVICES
FOR
UTILITY ADJUSTMENTS
CITY OF FAYETTEVILLE, ARKANSAS
This Amendment No. 2 to the original contract dated June 13,
1983, between the City of Fayetteville, Arkansas, and Crafton,
Tull, Spann & Yoe, Inc., (now doing business as Crafton, Tull &
Associates, Inc.), Rogers, Arkansas, is for the purpose of
preparing alternatives to the original planned and approved
routes of the proposed relocation of water and sewer utilities in
order to satisfy the requests of representatives of the Federal
Highway Administration and the Arkansas State Highway and
Transportation Department.
This Amendment No. 2 covers additional Engineering services
from the time of receiving the original bids that were rejected
because of FHWA route changes, after FHWA had approved the
original plans, until the planned conference with FHWA in Little
Rock.
This Amendment No. 2 does not provide for any additional
Engineering services to redesign and/or readvertise for bids as a
result of negotiations or subsequent requirements of FHWA. Any
services required as a result of the conference with FHWA will be
covered under a subsequent Amendment.
This Amendment provides for compensation to the Engineer for
the additional services which include additional field surveys,
preparation of alternate plans and cost estimates, additional
meetings and travel to Little Rock, Arkansas, for conferences
with Federal officials.
Exhibit No. 1 to this Amendment No. 2 lists the anticipated
man-hours to accomplish the additional work. Compensation to the
Engineer shall be based upon the standard hourly rates not -to -
exceed $6,250.00 for work covered by this Amendment No. 2.
EXHIBIT A
4
All other stipulations of the original Contract and
Amendment No. 1 remain unchanged. This Amendment No. 2 agreed to
this 6414, day of Dumber, . /tf u
4S
Attest:
ity C1&[k
Attest:
Lem Tull, Sec./Treasurer
CITY OF FAYETTEVILLE, ARKANSAS
effeiG
Bill Marti j( Mayor
CRAFTON TULL & ASSOCIATES, INC.
Bo`S H. Crafton, Preent
Exhibit No. 1 to Amendment No. 2 - Agreement for Engineering Services for
•• Utility Adjustments, City of Fayetteville, Arkansas
•
141 POST BID ACTIVITY HI
ttttitttltitllttttittttttittittitlltitlitttittitttttttltttiitititi
POST BID SERVICES ENGR PROJ SUPR ROD INST PARTY PROJ
TECH ENGR ENGR MAN MAN CHIEF SUR/
1tHI1ti1H131lilttltHlilitt lith hitt H111 21111 11312 MU Hitt
1. MEETINGS, PHONE CALLS, AND
CORRESPONDENCE WITH CITY AND
AHTD IN RESPONSE TO QUESTIONS
RAISED BY FHWA PERSONNEL.
2. INVESTIGATION OF ALTERNATE
WATER AND SEWER LINE ROUTINGS
DIRECTED BY THE FHWA AND
AUTHORIZED BY AHTD AND THE CITY.
26.00 18.00
1,75 7.00 4.00
3. PREPARATION OF SKETCHES, 8,50 6.00 2.00
AND VERY PRELIMINARY COST ESTIMATES
OF VARIOUS PLANS FOR CONSIDERATION
BY FHWA. STATE, AND CITY OFFICIALS.
4. FIELD SURVEYS FOR PREPARATION
OF PRELIMINARY PLANS TO EVALUATE
AN ALTERNATE WATER LINE ALIGNMENT.
3.00 12.00 12.00 12.00 2.00
5. PREPARATION OF PRELIMINARY PLANS 7.50 4.00 2.00
AND COST ESTIMATES FOR CONSIDERATION
BY CITY OFFICIALS, (FOR ALTERNATE
ROUTEI
6. TRIP TO LITTLE ROCK TO MEET 8.00 8,00
KITH FHWA TO DISCUSS THE ISSUES
INVOLVED IN REACHING AN AGREEMENT.
Mt: i11tt 11111 11311 Mit Mit alit
POST BID SERVICES TOTALS 17.75 51.00 37.00 12.00 12.00 12.00 2.00
•
CITY OF FAYETTEVILLE
US -71 RELOCATION
UTILITY RELOCATIONS
SUMMARY OF FEES
tittttittittitittttttifttitttittitttttitttttttittititititftt
ENGINEERING TECHNICIAN
PROJECT ENGINEER
SUPERVISORY ENGINEER
ROD MAN
INSTRUMENT MAN
PARTY CHIEF
PROJECT SURVEYOR
17.75 HRS. @ $35 = $621.25
51.00 HRS. @ $45 = $2295.00
37.00 HRS. @ $65 = $2405.00
12.00 HRS. @ $15 = $180.00
12.00 HRS. @ $20 = $240.00
12.00 HRS. @ $30 = $360.00
2.00 HRS. @ $45 = $90.00
UMW
$6191.25
REIMBURSABLE EXPENSES $58.75
t*I1**1t
$6250.00
•
AMENDMENT NO. 3
AGREEMENT FOR ENGINEERING SERVICES
FOR
UTILITY ADJUSTMENTS
CITY OF FAYETTEVILLE, ARKANSAS
This Amendment No. 3 to the original contract dated June 13,
1988, between the City of Fayetteville, Arkansas, and Crafton,
Tull, Spann & Yoe, Inc., (now doing business as Crafton, Tull &
Associates, Inc.), Rogers, Arkansas, is for the purpose of
preparing alternatives to the original planned and approved
routes of the proposed relocation of water and sewer utilities in
order to satisfy the requests of representatives of the Federal
Highway Administration and the Arkansas State Highway and
Transportation Department.
This Amendment No. 3 provides for additional Engineering
services to redesign and/or readvertise for bids as a result of
negotiations with AHTD and FHWA.
This Amendment provides for compensation to the Engineer for
the additional services which include preparation of alternate
plans and cost estimates, preparing alternate relocation design
and conducting second bid lettings on original design (held June
28, 1989), and third bid letting with optional designs to be held
in the near future. This Amendment also provides for writing
easements and descriptions for second option and additional
construction staking and construction observation services.
Exhibit No. 1 to this Amendment No. 3 lists the anticipated
man-hours to accomplish the additional work. Compensation to the
Engineer shall be based upon the standard hourly rates not -to -
exceed $12,277.54 for work covered by this Amendment No. 3.
•
•
,
•
All other stipulations of the original Contract, Amendment
No. 1, and Amendmen/t No. 2 remain unchanged. This Amendment No.
4
2 agreed to this day of oftg uus.l , 1990.
Attest: CITY OF FAYETTEVILLE, ARKANSAS
ALicifGAULds.—
City Clerk
Attest:
{/aal/ Lite.
Bill Mar n, Mayor
CRAFTON, TULL & ASSOCIATES, INC.
Lemuel H. Tull, Sec./Treasurer
on, , -resident
CITY OF FAYETTEVILLE
. UTILITY RELOCATIONS
US -71 RELOCATION
SUPPLQICNIAL AGREEMENT 13
SUIIARY OF FEES
HHHII HIIHHHtHtHHHHHHHll**4*HHHIH
PHASE ECE
/HHHMHtHH*HHltHtHW HHHIIH0
PLANS AND SPECIFICATIONS 11126,21
EASEMENTS AND DESCRIPTIONS $759.77
BIOS $2012.10
CONST. MANAGEMENT 15019.15
*H4ll0HH
TOTAL $12,277.51
•
CITY OF FAYETTEVILLE
, UTILITY RELOCATIONS
US -71 RELOCATION
Iwo PLANS ANO SPECIFICATIONS fii
SUPPLEMENTAL AGREEMENT 13
AMOUR ESTIMATE
+4fm*n...444.
*1*4*1**4*****HHN1041*041*044*0**Y44k1114*****4*0****1*4*4***0
PROPOSED DESIGN SERVICES
44*1***4kk***1*4kk**4*4**1***1*
EN6R PROJ SUPR ACM
TECH EMER ENGR ASST
*WO *444 *k4k4
1. CHECK EXTENSION OF EXISTING 1.00 6.00 1,50
UAIER LINE ENCASEMENT FOR
CONFLICTS UIIN PROPOSED BRI06E
ON BYPASS SOUTHBOUND.
2. DESIGN HORIZONTAL ANO UERTICAL 4.00 6.00 0,50
ALIGNMENT Of NEU DATER LINE
ENCASEMENT UNDER EXIST. BYPASS,
MO RELOC. U5-71.
3. PREPARE UAIER RELOCATION DESIGNS 12.00 8.00 0.25
FOR SECOND OPTION UNDER ALTERNATE
8I0 AGREEMENT.
1. SUBMIT NUANCE PLANS TO CITY
AND AHIO FOR APPROVAL OF DESIGN.
5. PREPARE PROJECT DETAILS AND
ADO 10 PLANS.
6.COMPUIE PROJECT PRY QUANTITIES
AND A00 10 PLANS. INCLUDING
REIMBURSABLE RNO NON -REIMBURSABLE
QUANTITIES.
7. PREPARE ADDITIONAL PROJECT
SPECIFICATIONS ANO CONTRACT
FOP SECOND OPTION.
0.50 0.20
12.00 0.00 0.25
12.00 6.00 2.00
1.00 1.00 3.00
8. ASSEMBLE AND CHECK CONSTRUCTION
PLANS ANO MAKE FINAL CORRECTIONS. 6.00 2.00 1.00 0.30
DESIGN TOTALS
*4*4* *X4* flit** 44*0*
50.00 40.50 6.50 3.50
•
SUMMARY AND PROPOSED FEE FOR PIANS AND SPECIFICATIONS
♦1*****M4M41F1MYR4**41Moi 4104A1YX.0.4**MY441H**4MY1144
TOTAL HOURLY
COST SL$?IARY HOURS RATE MOUNT
44441444!4444444 4444M4
A&IINISTkRTIUC ASSISJANi 3,56 5 $6.20 $26.70
ENGINEERING TECHNICIAN 50.00 N $11.20 $560.00
PROJECI ENGINEER 10.50 N *16.10 $652,05
SUPERUISING ENGINEER 6.50 N $24.25 $157.63
44MMH1444
TOTAL DIRECT LABOR $1390,36
OVERHEAD 042.111) $19%7.65
444444444
SUBTOTAL $3366.03
CAO c30 Hk.P$20? 600.00
PROFIT $116,10
IOIAL
4wx4444
$1126.21
•
•
CITY OF EAYCTTEUILLE
UTILITY RELOCATIONS
US -71 RELOCATION
**4 EASEMENTS AND DESCRIPTIONS fM
SUPPLEMENTAL AGREEMENT 13
M11Xff*MX****X1111**•** 111XMMuI*ff***11***FXX1111**
EASEMENTS AND DESCRIPTIONS
*41111********111***11*41MMM.
1. ESTABLISH EASEMENT REQUIREMENTS
FOR UATER RELOCATIONS.
ENGR PRO] SUPR &l1
ICER (NKR ENGR ASS•
*MM **M* 11M4* IMM,
2,00
3. PREFORM EASEMENT ANO PROPERTY 4.00 1.00 0.50
LINE CDMPUTATIONS 10 ESTABLISH
BEARINGS ANO DISTANCES EOR REQUIRED
EASEMENTS.
1. URITE EASEMENT DESCRIPTIONS ANO 6.00 1.00 0.25 1,00
PREPARE EASEMENT FORMS FOR
ACQUISITION BY IH[ CITY
EASEMENT TOTALS
14111M MMM **111 1M**
10.00 4.00 0.75 1.00
SU11ARY OF FEE FOR ERSGIENIS AND DESCRIPTIONS
MM*1111**4141*141**Mf1141MfMX*411*X11111**fi110*
COST SUUTARY
111141X**#**!*
ACMINISTRAIIUE ASSISTANT
ENGINEERING TECHNICIAN
PROJECT ENGINEER
SUPERUISING ENGINEER
TOTAL
HOURS
X4*0
1.00
10.00
4.00
0.75
HOURLY
RATE
*11*.
$8.20
111.20
116.10
$24.25
TOTAL DIRECT LABOR
OUERRERO (142.141)
SUBTOTAL
CAD (10HR.1$20)
PROFIT
101111
AMOUNT
M44*.M
= $8.20
▪ $112.00
▪ 164.10
= $18.19
111111141*
1202.79
$288.24
11411141*.
$191,03
$200.00
168.74
1X1111!*
$759.77
CITY OF FBYEI1EVILLE
. UTILITY RELOCATIONS
US -71 RELOCATION
SUPPLEMENTAL AGREEMENT 13
*** 110 PHASE SERVICES TOR SECOND BID LETTING OF ORIGINAL DESIGN ••
N•NJIFH*MM•*•*•F•*H*•• MW141*•f••Hi*MN••*N•H**MM*MN*
PROPOSED BID PHASE SERUICES
***1***HHH*H**** HH
1. PROVIDE LEGAL ADUERIISEMENI
FOR PUBLICATION AND NOTIFY AREA
PLAN SERVICES Df BID LETTING.
2. ASSISI IN CONDUCT OF BID LETTING
AND REVIEU AIDS FOR COMPLIANCE UIIN
SPECIrICATIOMS AND ACCURACY, MAKE
RECOMMENDATION fOR WARD Of CONTRACT
3, PREPARE PROJECT DOCUMENTS FOR
EXECUTION BY THE CONTRACTOR AND
THE CITY.
MANNDURS
PROJ SUPR ADI
ENGR ENGR ASST
*HH *1f*. *110
2.00 3.00 1.00
9,00 2.00
1.00 2.50 1.00
H*** HH* HH*
SECOND BID PHASE IDEALS 10.00 7.50 2.00
*** B10 PHASE SERVICES FOR THIRD BID LE111NG Of ORIGINAL DESIGN •+*
••* AND ALTERNATE DESIGN •••
HH**HHHH*H*HHH*H*H*HHH**HH*H*****H+H*****H***
AMOURS
PROPOSED BID PRASE SERVICES PROD SUPR ADI
ENGR ENGR 11S51
*COMM H***H*H*NHH*HH H*H HH* *H**
1. PROUIDE LEGAL ADVERTISEMENT
FOR PUBLICATION AND NOTIFY AREA
PLAN SERVICES OF BID LETTING.
2. ASSIST IN CONDUCT OF BID LETTING
AND REVIEU AIDS FOR COMPLIANCE UIIN
SPECIFICATIONS ANO ACCURACY. HAKE
RECOMMENDATION fOR AUARD Of CONTRACT
3. PREPARE PROJECT DOCUMENTS FOR
EXECUTION BY THE CONTRACTOR ANO
INC CITY.
THIRD BID PHASE TOTALS
2.00 3.00 1,00
1.00 2.00
1.00 2.50 1.00
HH* *H** HH*
10.00 7.50 2.00
•
SUtlARY ANO PROPOSED FEE FOR BID PHASE SERVICES
HR1H1Rt1H4tRH44H11t11Ht1t11101tR0H1M
IOTAL HOURLY
COST snaky HOURS RATE
1110411tH MRH 1t4H1
ADMINISTRATIVE ASSISTANT 4.06 N $8.20
PROJECT ENGINEER 20.00 N $18.10
SUPERVISING ENGINEER 15.00 k $24.25
DIRECT LABOR
OVERHEAR
SUBTOTAL
PROM
TOTAL
MOUNT
***me
132.80
$362.00
$363.75
111
$758.55
11078.20
mow***
$1836.75
$205.35
R100**
$2042.10
•
al
1
CITY OF FAYETTEVILLE
UTILITY ADJUSTMENTS
US -71 RELOCATION
SUPPLEMENTAL AGREEMENT 13
R00 INST PARTY PROJ SUPR
PROPOSED CONST. SLAKING SERVICES MAN MAN CHIEF SURD ENGR
11I**NI*HI114**4HNNN4H*H♦NMN*** I11tl 411** 11H** ■H4N N***
1, PROVIDE ADDITIONAL LINE
AND GRADE CONTROL STAKES
FOR CONSTRUCTION OF VOTER LINES
QUER THAT IN ORIGINAL CONTRACT
CONSTRUCTION STAKING TOTAL
1.00 1.00 4.00 1.00 1.00
4*44* 4411* i111414 44*11 **I**
4.00 1.00 4.00 1.00 1.00
#4Mi4***4*44**4*4*NNN444M4*4*MN4N44M41N4H4*0**
PROD SUPR
PROP. CONST OBSERUATION SERUICES REPR EMU
4*H{HH11iII11**4N11114H11110 ***N* MIR
1. PROUIDE A PROJECT REPRESENT-
ATIVE ON A HALF TINE BASIS 10
MONITOR THE PROGRESS ANO
MEASURE COMPLETED QUANTITIES OF
UORK FOR PAYMENT PURPOSES.
(BASED OMA CONST. PERIOD or
12 MEEKS)
CONS! OBSERVATION TOTALS
120.00 12.00
*1111 44NH
120.00 12.00
SUIURY MD PROPOSED ADDL. FEE FOR CONSTRUCTION MANAGEMENT
Hi4H40NH144HHF4i4NI1NHH44H*HHNNHH*H4*H4*
TOTAL HOURLY
COST SUYURY HOURS RATE MOUNT
*1111111111* NEM Hite N****N
ROO NAH 1.00 X $5.00 = $20.00
INSTRUMENT NAM 4.00 X $6.75 • $27,00
PARTY CHIEF 4.00 X $10.50 = $12.00
PROJECT SURVEYOR 1.00 X 115.00 • 115.00
PROJECT REPRESENIAIIUE 120.00 X $11.75 = $1110.00
SUPERVISING ENGINEER 13.00 X $21.25 • $315.25
MHH444
TOTAL DIRECT LABOR $1829.25
OVERHEAD (112.115) $2600.10
***H*H
SUBTOTAL $1129.35
PROFIT $620.11
4***I*H1
TOTAL $5019.45
4
•
•
•
•
CITY OF FAYETTEVILLE
US -71 RELOCATION
UTILITY RELOCATIONS
SUMMARY OF FEES
ttttttttttttttitt$44$11$1ttttttttttt1ttttttttttttttttttttttt
ENGINEERING TECHNICIAN
PROJECT ENGINEER
SUPERVISORY ENGINEER
ROD MAN
INSTRUMENT MAN
PARTY CHIEF
PROJECT SURVEYOR
17.75 HRS. @ $35 = $621.25
51.00 HRS. @ $45 = $2295.00
37.00 HRS. @ $65 = $2405.00
12.00 HRS. @ $15 = 3180.00
12.00 HRS. @ $20 = $240.00
12.00 HRS. @ $30 = $360.u0
2.00 HRS. @ $45 = $90.00
MUM
$6191.25
REIMBURSABLE EXPENSES $58.75
ttttttn
$6250.00
1
•
1�
ISi i.;
is i
! : 1.
1•i
S /1 - -.
1;IC
PAPE
• 1.45 -
ri 1 I -4I.,..I 1. it -to.'1
al 'I \ rt %
� lj > 1
_.i . _I
:�-
51 lid �i .r /• .1 •\ -1:
- tal
- •
�= /006
c•c
1 Aso., a 11 1 1 1 -ry I=
re: •1 r— IS
..•rl`•�."w..dr t : 1 1 .� / 'r• R..• is
.i 1 ./ 1 / L0-.
I 1•. 1.15, 1 is
1 ; IV 0
es_a• e CI `� C.—.1
awl= _1•••__ 1 LJXENA
• ---•1.. j I
1 i �
I
'1' = I
�; 1 •
1
.1
•
•
•
LA/100'-L
^.0
i
P/eoA aD NES
Hwi 7/ f
ri✓reiccmit Nce-
n
t .
A
n _
•
•
r
�JI,�•-`moi-�— t'"r
l..M• 1
.r'ic• ..v.NA AL`.
\t ` t .
/7/1v Y 7/- C/tr0 5,9Ai s Aoaoc ioi
,r.
1.-;.: FP 577,06 Luaraeu,I.e loc4770.
I
' +.
_L
•
i
rj
/006
/1N
.4
•
•
/, _
1
1 -- A
II 1 1......._Thj 14 r`��
so
r
_11 =: al.1 �
1 u1 "•' C��// a1
4414-'.. _ �F 1. r. I r,
V -41
ir;
��•L. • , I 1414 -
T
1
1
1.46
4 44
C$15T/NG ,Z�}"
1
L 'l, 1 1 1 11 fry .1 .-.N
w•1` -tea !li { A .J / i.:.R :',-E
a /
law"a \%1 1 % �A
, ^ 1. / a
! 0
' 1' • as o as a. as4
a
LANDS ILL "13
:/
1i •
•
/
•
•
I
PRo,4n5o /S/E
Hwy 7/
T,4 .ccMAace-
\ J '1
1 .'
1
.l=
,e°r 1!— 0; TO SP/li, a 5 /PEzee.9776.g5-
OX/o/,SAL ,ee4a r/o» AAA(