Loading...
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(