HomeMy WebLinkAbout102-91 RESOLUTIONRESOLUTION NO. 102-91
A RESOLUTION APPROVING AN ENGINEERING CONTRACT
WITH MILHOLLAND ENGINEERING COMPANY FOR THE
1991 CHIP AND SEAL PROGRAM.
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 an engineering services contract
in the amount of $35,000.00 with Milholland Engineering Company for
the 1991 Chip and Seal Program to provide for design and
construction management services. A copy of the contract
authorized for execution hereby is attached hereto marked Exhibit
"A" and made a part hereof.
PASSED AND APPROVED this 4th day of June , 1991.
t\11* .t: s Q?rl'rr,
0.
et:ATTES//TT::: -.0.
By . JAG/w��n yyy"��'��'���' LVie ee,j, /
ti`- City C erk -
1,Ateinto�
APPROVED:
By /24/J
Mayor
'""-G'e�
E-300
•4.
ENGINEERING SERVICE AGREEMENT
FOR
1991 CHIP & SEAL STREET IMPROVEMENTS
FAYETTEVILLE CITY STREETS
PROJECT No. E-300
CITY OF FAYETTEVILLE, ARKANSAS
•
4 .
MAY, 1991
•
CITY OF FAYETTEVILLE:
CITY ENGINEER:
PROJECT ENGINEER:
ADDRESS:
TELEPHONE:
Don Bunn
Jim Beavers
113 W. MOUNTAIN STREET
FAYETTEVILLE, ARKANSAS 72701
(501) 521-7700
MILHOLLAND COMPANY
Engineering & Surveying
205 West Center Street
ENGINEERING SERVICES AGREEMENT
FOR //
STREET AND DRAINAGE IMPRGVEMENTS
•
1991 CHIP AND SEAL PROGRAM
E-300
THIS AGREEMENT, made and entered into this ya day of
, 1991, by and between the City of Fayetteville,
A ansas, hereinafter referred to as the "Owner", and Milholland
Company, Engineering and surveying, Consulting Engineers of
Fayetteville, Arkansas, hereinafter referred to as the
"Engineer",
WITNESSED THAT:
WHEREAS, the Owner desires to improve certain streets and roads
to the "City of Fayetteville" Chip and Seal standards within the
City of Fayetteville. Said list of streets and roads is attached
hereto as EXHIBIT "A", and titled "CITY OF FAYETTEVILLE - STREET
AND DRAINAGE IMPROVEMENTS - 1991 CHIP SEAL PROGRAM".
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.
E-300 1
•
SECTION 1: DESCRIPTION OF PROJECT:
The Project for which engineering services are to be provided is
generally described as follows:
CITY OF FAYETTEVILLE 1991 CHIP SEAL PROGRAM: (EXHIBIT "A"):
Design Plans, Acquisition, Bid Documents, and Construction
Management of improvements to designated existing street and road
beds within existing roadways, grading, SB -2 base and chip seal
surface pavement per City of Fayetteville street specifications;
provide City Street Department Right -of -Way maps and necessary
Right -of -Way Descriptions for• Acquisition of needed street
easements.
Engineering Services for said project shall be separated into
three (3) parts as follows:
PART I:
PART II:
PART III:
"Engineering Design and Acquisition"
"Taking bids through Award of Contract"
"Construction Management"
SECTION 2: SCOPE OF ENGINEERING SERVICES:
The Engineer shall provide a suitable staff to perform Basic
Engineering Services, Bid Documentation and Construction
Management, including necessary resident inspection, and as an
extra item, Right -of -Way Plats and Descriptions. These various
types of work are more specifically defined as follows:
PART I: BASIC ENGINEERING SERVICES:
Work to be done under this item shall consist of the following:
(1) Make field engineering surveys of the various sites to
establish the data necessary for the preparation of plans and
specifications in order to build the contemplated improvements.
The field engineering surveys shall include the location of all
existing utilities within street Right -of -Ways as best can be
located without excavation.
(2) Prepare a preliminary overall design and cost estimate and
review same with the Owner prior to final design.
(3) Prepare plans and specifications for the proposed
improvements. The plans shall show the location of the street
centerlines. Engineer shall provide Owner with two (2) complete
sets of the plans and specifications.
(9) Meet with representatives of all involved utility companies
and governmental agencies to coordinate the overall project.
(51 Advise the Owner as to soils investigations that might be
required and assist in the coordinating of the same. The cost of
the soils investigations shall be borne by the Owner.
(61 Prepare construction cost estimates.
E-300 2
iro
PART I -A: RIGHT-OF-WAY ACQUISITION:
Only work as directed by the Owner shall be done under this
section of the contract.
All of the above described work shall be completed in such time
that the Owner may receive construction Bids and have the
construction completed within the 1991 calendar year. Time is
e xpressly made of the essence of this Agreement.
Payment for the above described work shall be made on an hourly
basis as further defined in Section 3 of this contract.
PART II: TAKING BIDS THROUGH AWARD OF CONTRACT:
Work to be performed under this item shall consist of the
following.
[1] Assist the Owner in the advertising for and receiving of
construction bids, including recommendation of construction
contract award.
PART III: CONSTRUCTION MANAGEMENT:
Under this Phase, the Engineer will perform the following items
o f work:
[1] Provide for periodic visits to the job sites by a
professional engineer to observe the overall progress and quality
of executed work.
[21 Provide for necessary resident inspection of the project
construction.
[3] Provide a survey crew to lay out the project for
construction, excluding any necessary land and Right -of- Way
surveys.
[4] Provide a project engineer to manage and coordinate the
construction activities.
[51 Provide other personnel such as secretaries, draftsmen,
engineering technicians, etc., as may be needed to assist the
project engineer in the various activities that may be required.
[6] Prepare monthly partial payment estimates and a final
payment estimate to the contractor, including the assembly of
written guarantees which are required by the contract documents.
[7] Provide for final inspection of the project in the company
o f representatives of the Owner, the project engineer, a
representative of the contractor, and any other party designated
by the Owner.
Payment for the above described work shall be made on an hourly
basis as further defined in Section 3 of this contract.
•
i
E-300 3
•
d
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 3: COMPENSATION:
Compensation to the engineer shall be as follows, so long as the
service are per formed within 12 months from the date of the
contract. If the total construction time exceeds one calendar
year, then the Engineer's compensation shall be adjusted for the
additional time the various classifications of employees are
required to work on the project or the Owner may terminate this
agreement by giving the Engineer written Notice of Termination.
The rates to be charged for the various classifications of
personnel shall be identical to those set out under section 3-E
o f this Agreement.
Compensation for the various types of services to be provided_
under this contract shall be made as follows:
A. PART I: BASIC ENGINEERING SERVICES:
Compensation for PART I, Basic Engineering Services shall be a
LUMP SUM FEE in the amount of $24,500.
B . PART I -A: RIGHT-OF-WAY ACQUISITION:
Compensation' for PLATS AND DESCRIPTIONS for Additional street
Right -of -Ways shall be based on the hours of work actually
required. The rates to be charged for the various
classifications of personnel shall be identical to those set out
under Section 3-E below.
Only work as directed by the Owner shall be done under this
section of the contract.
C. PART II: BIDS THROUGH AWARD OF CONTRACT:
Compensation for BIDS THROUGH AWARD OF CONTRACT shall a LUMP SUM
FEE in the amount of $1,000.00 for each bidding process.
D . PART III: CONSTRUCTION MANAGEMENT:
Compensation for Construction Management Services described in
SECTION 2, PART III, shall be based on the actual hours of the
various classifications of employees that may be necessary to
perform the work, with a MAXIMUM -NOT -TO -EXCEED Compensation of
$9,500.00. The rates for various classifications of personnel
shall be identical to those set out in Section 3-E of this
Agreement. The MAXIMUM -NOT -TO -EXCEED Figure above 1s based on
the assumption that the 1991 Chip Seal program, in its entirety,
shall be bid as one (1) Project. Should the project
construction be divided into more than one (1) Construction
Contract, said MAX -NOT -TO -EXCEED Figure shall be re -negotiated.
E-300 4
E. HOURLY RATE PER CLASSIFICATION:
The hourly rates to be charged for the various classifications of
personnel are set out below:
HOURLY RATE PER CLASSIFICATION:
Professional Engineer
Registered Land Surveyor
Engineering Aide
Secretary
Survey Crew
Resident Inspector
Draftsman
Computer w/Operator?
Travel
$65.00 per
$45.00 per
$55.00 per
$18.00 per
$65.00 per
$30.00 per
$25.00 per
$35.00 per
$00.25 per
hour
hour
hour
hour
hour
hour
hour
hour
mile
When applicable, the hourly rates shown above shall include total
compensation to the Engineer for all expenses for said services
described in SECTION 2, PARTS I, I -A, II AND III. The hourly
rates include direct labor costs plus allowances for indirect
labor costs, overhead, and profit. Hourly rates do not apply to
"LUMP SUM" FEES.
F. METHOD OF PAYMENT:
Payments to the Engineer shall be as follows;
11) PART I: Basic Engineering Services:
Payment to be made on a monthly basis during the Preliminary and
Design phases, as long as, the accumulation of payments do not
exceed the LUMP SUM of $24,500.00.
(2) PART I -A; RIGHT-OF-WAY PLATS AND DESCRIPTIONS:
Payment to be made upon*completion of the various items of work
as directed by the Owner.
(31 PART II: BIDS THROUGH AWARD OF CONTRACT:
Payment to be made upon completion of the various items of work
as directed by the Owner, after opening of BIDS and after
engineers recommendation relative to BIDS.
4) PART III: CONSTRUCTION MANAGEMENT:
Partial payments to the Engineer shall be.made during the
construction -phase as long as the accumulative of payments do not
exceed the MAXIMUM -NOT -TO -EXCEED amount of $9,500.00.
•
E-300 5
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 the 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 (5) 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, at 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
✓ irtue of any breach of the contract by the Engineer, and the
Owner may withhold any payments to the Engineer for the purpose
of set off 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.
(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-300 6
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 .8 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 audits, examinations, excerpts,
and transcriptions.
H . Estimates:
S ince the 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 the
Engineer's experience and qualifications and represent his best
Judgment, being familiar with the industry, but the Engineer
cannot and does not guarantee that established costs will not
vary from estimates prepared.
I. Insurance:
The 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.
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 inthis contract without the written consent of the
other.
E-300 7
SECTION 5: EQUAL OPPORTUNITY PROVISIONS:
During the performance of this contract, the Engineer agrees as
follows:
[Al 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 the 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 training, including apprenticeship. The Engineer
agrees to post id conspicuous place, available to employees and
applicants for. employment, notices to be provided by the
Contracting Officer setting forth the provisions of this
nondiscrimination clause.
[Bl The Engineer will, in all solicitationsor 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 6: CONFLICT OF INTEREST:
[Al 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 prosect to which this
contract pertains shall have any personal interest, direct or
indirect, in this contract.
[Bl 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.
[Cl 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.
E-300 8
SECTION 7: 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 provision for the 'employees of the Engineer to enter
public and private lands as required for the Engineer to perform
necessary prelimi-naiy surveys and investigations.
(C) Obtain the necessary lands, easements and Right -of- Ways
for the construction of the work.
(D) Furnish the Engineer such plans and records of construction
and operationfof 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.
[E) Pay the cost of making necessary soundings, borings,
analyses of) materials and laboratory workperformed by an
Independent Certified Materials Lab exclusive of the Engineer's
supervision thereof.
(Fl Pay all plan review costs and all cost of advertising in
connection with the project.
4
Original documents, plans, design, and survey notes represent the
product and training, experience, and professional skill, and
accordingly belong to and remain the property of the Engineer who
produced them regardless of whether the instruments were
copyrighted or whether the project for which they were prepared
is executed.
The Engineer shall furnish the Owner two copies of "as -built"
drawings of each phase of the project at his expense; and the
Owner may, at his expense, retain reproducible copies of drawings
and copies of other documents.
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.
E-300
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:
MAYOR
.cify Clerk
Attest:
MILHOLLAND COMPANY:
i
(Zn L. M 1 of and, Owner
Attest:
Sc�e'retarry �(
•
E-300 10
Date: G- y 1 1991
Date:
fr
1991
• mm•1llmml al
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.GRANTEE
•
II111H111'i1.'111III1
M IHIIIIMIrN111111.1I011IM
COST OR PRICE SUMMARY FORMAT FOR CONTRACTS UNDER U.S. DHUD GRANTS
(See accompanying instructions before completing this form)
PART'I -'GENERAL
CITY OF FAYETTEVILLE, ARKANSAS
3.NAME OF CONTRACTOR OR SUBCONTRACTOR
MILHOLLAND COMPANY, ENGINEERING & SURVEYING
5.ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include 21P Code)
205 NEST CENTER ST.
FAYETTEVILLE, AR 72701
7.DIRECT LABOR (Specify labor categories)
Professional Engineer
Engineering Aide
Registered Land Surveyor
Draftsman
Field Crew
Computer w/Operator.
Inspector
Secretary
2.GRANT NUMBER
'91 CHIP & SEAL PROGRAM
4.DATE OF PROPOSAL
APRIL, 1991
6.TYPE OF SERVICE TO BE FURNISHED
PART I: "ENGINEERING DESIGN & ACQUISTION°
for 22 SEGMENTS (3.50 miles] of City Streets
to be upgraded to Chip & Seal Status.
PART 1I - COST SUMMARY
ESTI-
MATED
HOURS
78
56
21
182
112
22
-0-
47
DIRECT LABOR TOTAL:
8.INDIRECT COSTS (Specify indirect cost pools)
Employee Benefits - Group 1
General and Administration - Group II
INDIRECT COSTS TOTAL:
9.0THER.DIRECT COSTS
a. TRAVEL (Vehicles)
(1) TRANSPORTATION 28X of Base
(2) PER DIEM
TRAVEL SUBTOTAL:
b. EQUIPMENT, MATERIALS, SUPPLIES (Specify categories)
Field & Office Equipment & Supplies @ 40% Base
•
EQUIPMENT SUBTOTAL:
c. SUBCONTRACTS
N/A
SUBCONTRACTS SUBTOTAL:
d. OTHER (Specify categories)
Office, Utilities, Etc. @ 16% of Base
10.TOTAL ESTIMATED COST
tt.PROFIT
12.TOTAL PRICE
HUD-FORMIPRICE.SUM
OTHER SUBTOTAL:
e. OTHER DIRECT COSTS TOTAL:
11.58%
°LUMP SUM°
HOURLY
RATE
25.00
20.00
16.00
8.65
25,00
12.00
10.00
6.50
ESTIMATED
COST
$ 1,950.00
$ 1,120.00
$ 336.00
$ 1,574.30
$ 2,800.00
$ 264.00
$ 0.00
$ 273.00
RATE X BASE = ESTIMATED COST
30% $ $ 2,495.00
502 4,159.00
QTY
402
COST
$
ESTIMATED COST
$ 2,329.00
$ 0.00
$ 2,329.00
ESTIMATED COST
$ 3,327.00
$ 3,327.00
ESTIMATED COST
0.00
$ 0.00
ESTIMATED COST
$ 1,331.00
TOTALS
$ 8,317.30
$ 6,654.00
$ 1,331.00 $
$ 6,987.00
$ 21,958.30
$ 2,541.70
$ 24,500.00
MENTI__.
�.t/ris.,rnmr: 'mi
1111A All " 11'@A1II I'PIWI' all IIAmAII�IIkRi1N4gIRl�
COST OR PRICE SUMMARY FORMAT FOR CONTRACTS UNDER U.S. DHUD GRANTS
(See accompanying instructions before completing this form)
PART I - GENERAL
I.6RANTEE 2.GRANT NUMBER
CITY OF FAVETTEVILLE, ARKANSAS '91 CHIP & SEAL PROGRAM
3.NANE OF CONTRACTOR OR SUBCONTRACTOR 4.DATE OF PROPOSAL
MILHOLLAND COMPANY, ENGINEERING & SURVEYING - APRIL, 1991
5.ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include IIP Code) 6.TYPE OF SERVICE TO BE FURNISHED
PART II: ,'BIDS THROUGH AWARD OF CONTRACT'
205 WEST CENTER ST. for 22 SEGMENTS 13.50 milel to City Streets
FAYETTEVILLE, AR 72701 to be upqraded to Chip & Seal Status.
PART II - COST SUMMARY
7. DIRECT LABOR (Specify labor categories) ESTI HOURLY ESTIMATED
MATED RATE COST TOTALS
HOURS -
Professional Engineer 9 $ 25.00 $ 225.00
Engineering Aide 4$ 20.00 $ 80.00
Registered Land Surveyor - -0- $ 16.00 $ 0.00
Draftsman 3 $ 8.65 $ 25.95
Field Crew 0 f 25.00 $ 0.00
Computer v/Operator -0- $ 12,00 $ 0.00
Inspector -0- $ 10.00 $ 0.00
Secretary 2 $ 6.50 t. 13.00
DIRECT LABOR TOTAL: $ 343.95
B.INDIRECT COSTS (Specify indirect cost pools) RATE % BASE = ESTIMATED COST
Employee Benefits - Group 1 0 30% $ $ 103.18
General and Administration - Group II 50% ' 171.98
INDIRECT COSTS TOTAL: $ 275.16
HUD-FORMIPRICE.SUM
9.OTHER DIRECT COSTS
a, TRAVEL (Vehicles) ESTIMATED COST
(1) TRANSPORTATION 28% of Base $ 96.31
(2) PER DIEM $ 0.00
TRAVEL SUBTOTAL: $ 96.31
b. EQUIPMENT, MATERIALS, SUPPLIES (Specify categories) OTY COST ESTIMATED COST
Field & Office Equipment & Supplies @ 40% Base 40% $ $ 137.58
EQUIPMENT SUBTOTAL:
c, SUBCONTRACTS
N/A
SUBCONTRACTS SUBTOTAL:
d. OTHER (Specify categories)
Office, Utilities, Etc. @ 16% of Base
10.TOTAL ESTIMATED COST
11.PROFIT
12.TOTAL PRICE
OTHER SUBTOTAL:
e. OTHER DIRECT COSTS TOTAL:
10.13%
°LUMP SUN'
$ 137.58
ESTIMATED COST
$ 0.00
$ 0.00
ESTIMATED COST
$ 55.00
$ 55.00 $
$ 288.89
$ 908.00
$ 92.00
$ 1,000.00
NOTE: Above figures based on Annual Normal Operations. Average of 10 sets of Plans and
Specifications per BID PROCESS. The actual cost of,Reproduction (Labor and Materials) per set
of Documents is $75.00 $100.00. BIDDERS pay $125.00 per set with $25.00 REFUNDED TO
UNSUCCESSFUL BIDDERS. '
1
•
COST OR PRICE SUMMARY FORMAT FOR CONTRACTS UNDER U.S. DHUD GRANTS
(See accompanying instructions before completing this fore)
PART I - GENERAL
].GRANTEE
CITY OF FAYETTEVILLE, ARKANSAS
3.NANE OF CONTRACTOR OR SUBCONTRACTOR.
MILHOLLAND COMPANY, ENGINEERING & SURVEYING
5.ADORESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP Code)
•
205 WEST CENTER ST.
FAYETTEVILLE, AR 72701
].DIRECT LABOR (Specify labor categories)
Professional Engineer
Engineering Aide
Registered Land Surveyor
Draftsman
Field Crew
Computer w/Operator
Inspector
Secretary
2.6RANT NUMBER
'91 CHIP & SEAL PROGRAM
4.DATE OF PROPOSAL
APRIL, 1991
6.TYPE OF SERVICE TO BE FURNISHED
PART III: 'CONSTRUCTION MANAGEMENT°
For 22 SEGMENTS (3.50 mile] of City Streets
to be upgraded to Chip & Seal Status.
PART II - COST SUMMARY
ESTI- HOURLY
MATED RATE
HOURS
21 25.00
15 20.00
-0- 16.00
21 8.65
4 25.00
2 12.00
205 10.00
10 6.50
DIRECT LABOR TOTAL:
8.INDIRECT COSTS (Specify indirect cost pools)
Employee Benefits - Group I
General and Administration - Group II
INDIRECT COSTS TOTAL:
f
4
t
b
$
S
4
3
RATE
30% $
50%
9.OTHER DIRECT COSTS
a. TRAVEL (Vehicles)
(1) TRANSPORTATION 28X of Base
(2) PER DIEM
TRAVEL SUBTOTAL:
b. EQUIPMENT, MATERIALS, SUPPLIES (Specify categories) OTY
Field & Office Equipment & Supplies R 40% Base
EQUIPMENT SUBTOTAL:
c. SUBCONTRACTS
N/A
SUBCONTRACTS SUBTOTAL:
d. OTHER (Specify categories)
Office, Utilities, Etc. Q 16% of Base
I0.TOTAL ESTIMATED COST
11.PRDFIT
12.TOTAL PRICE
HUD-FORMIPRICE.SUM
OTHER SUBTOTAL:
e. OTHER DIRECT COSTS TOTAL:
11.13%
'MAXIMUM -NOT -TO -EXCEED"
40X $
ESTIMATED
COST
$ ' 525.00
$ 300.00
$ 0.00
$ 181.65
$ 100.00
$ 24.00
$ 2,050.00
$ 65.00
X BASE = ESTIMATED COST
$ 974.00
$ 1,623.00
ESTIMATED COST
S 908.00
f 0.00
$ 908.00
COST ESTIMATED COST
$ 1.298.00
$ 1,298.00
ESTIMATED COST
$ 0.00
$ 0.00
ESTIMATED COST
$ 519.00
TOTALS
$ 3,245.65
t 2,597.00
f 519.00 S
•
$ 2,725.00
$ 8,567.65
$ 932.35
$ 9,500.00
EXHIBIT "A"
CITY OF FAYETTEVILLE
STREET AND DRAINAGE IMPROVEMENTS
1991 CHIP AND SEAL PROGRAM
(Amended 6/4/91)
SEGMENT No. STREET No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
PERSIMMON ST.
FIFTY-FIRST ST. SUNRISE MTN. RD. COACH DR.
LIGHTON TRL.
PALMER AVE.
PALMER PL.
LESTER ST.
LAWSON ST.
ROSE AVE.
WOOD AVE:
VALE AVE.
YVONNE DR.
MICHAEL COLE DR DOCKERY AVE.
BOX AVE.
CHERRY LN.
CROSS AVE.
ANNE ST.
GILES
4FLORENCE
BEGINNING- AT
COUNTY RD. 649 --
WEDINGTON DR. ---
SCHOOL AVE.
SUNRISE MTN. RD.-
RODGERS DR.
PALMER PL.
HARTMAN AVE.
SCHOOL AVE.
PORTER RD.
ROCHIER ST.
DEAD END
CATO SPRINGS RD.-
COLLETTE AVE. WEDINGTON DR. HUNTSVILLE RD. MISSION BLVD..HUNTSVILLE RD. MAINE ST.
DEAD END
ANNE ST.
ANNE ST.
ENDING AT
COUNTY RD.648
CITY LIMITS
DEAD END
DEAD END
DEAD END
CENTER ST.
PALMER AVE.
HADDON AVE.
LAWSON ST
INDIAN TRL,
McCLINTON ST
DEAD END
DEAD END
DEAD END
DEAD END
DEAD END
DEAD END
NETTLESHIP ST
GILES
SYCAMORE
DEAD END
•
C. 12/7 -ti �� 99/ C/�p
jta �
/a -d 7/
M!CROFILME"D
CONTRACT AMENDMENT NO. 1
FOR
ENGINEERING SERVICES
PROJECT:
1991 CHIP & SEAL STREET IMPROVEMENTS
E-300
THE ORIGINAL CONTRACT was made and entered into on June 4, 1991,
AND is hereby AMENDED this (o day of DPtrma6eic , 1991,
by and between the City of Fayetteville, Arkansas, hereinafter
referred to as the "OWNER", and Milholland Company, Engineering
and Surveying, Consulting Engineers of Fayetteville, Arkansas,
hereinafter referred to as the "ENGINEER",
WITNESSED THAT:
WHEREAS, the OWNER Originally desired to Construct Certain City
Street Segments with a Chip Seal Section, of which included the
South 781 feet of COACH ROAD, and WHEREAS, the OWNER has AMENDED
its desires to Construct said COACH ROAD in its entirety from
SUNRISE MOUNTAIN North 1155 feet to the End of said Road, within
the City of Fayetteville; and WHEREAS, the OWNER desires to
SURVEY and ESTABLISH the End of said COACH ROAD Right -of -Way; and
WHEREAS, the OWNER deemed it essential to delay and modify its
original plans, AND
WHEREAS, the ENGINEER has sufficient experienced personnel and
equipment to perform the work described in this Agreement, as
Amended,
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 and
surveying services as hereinabove set out; AND the ENGINEER
agrees to provide said Additional services as AMENDED Herein, as
follows:
1
SECTION 1: DESCRIPTION OF PROJECT: (AS AMENDED)
The Project for which engineering services are to be provided are
as follows:
CITY OF FAYETTEVILLE 1991 CHIP & SEAL STREET IMPROVEMENTS:
(EXHIBIT "A", as Revised)
which are generally described as follows:
The balance of SECTION 1 AND ALL OF SECTION 2 OF THE "ORIGINAL
CONTRACT" shall remain unchanged.
SECTION 3. COMPENSATION: (AS AMENDED)
Compensation for the various types of services to be provided
under this contract shall be made as follows:
A. PART I: BASIC ENGINEERING SERVICES:
Compensation for Basic Engineering Services shall be a LUMP
SUM FEE Amount of $25,400.00 INSTEAD OF THE ORIGINAL
CONTRACT AMOUNT OF $24,500.00. This fee includes full
compensation for every item of work as described in SECTION
2,PART I. The fee is based on an estimate of the various
classifications of work at an hourly rate. The hourly rates
include direct labor costs plus allowances for indirect
labor costs, overhead, and profit.
B. PART I -A: •RIGHT-OF-WAY ACQUISITION:
Compensation for PLAT AND DESCRIPTION for Right -of -Way
Easement, shall be based on the hours of work actually
required. The hourly rates shall be based on charges for
the various classifications of personnel identical to those
set out under SECTION 3-E. - "HOURLY RATE PER
CLASSIFICATION".
Only work as directed by the OWNER shall be done under this
section of the contract. TheOWNER HEREBY DIRECTS THE
ENGINEER TO SURVEY, PLAT and DESCRIBE the North 150.00 feet
of COACH ROAD and a TURN -A -ROUND adjacent to the EXISTING
Private Driveway. The TOTAL FEE shall be a LUMP SUM FEE of
$800.00 for the Survey and Plat of the North 150.00 feet of
said COACH ROAD.
2
•
•
•
D. PART III: CONSTRUCTION MANAGEMENT:
Compensation for Construction Management Services shall be a
MAXIMUM -NOT -TO -EXCEED FEE of $9,700.00 instead of the
Original Contract Amount of $9,500.00.
E. HOURLY RATE PER CLASSIFICATION:
The hourly rates to be charged for the various classifications of
personnel are set out below:
HOURLY RATE PER
CLASSIFICATION:
Professional Engineer
Registered Land Surveyor
Engineering Aide
Secretary
Survey Crew
Resident Inspector
Draftsman
Computer w/Operator
Travel
F. METHOD OF PAYMENT:
$65.00
$45.00
$55.00
$18.00
$65.00
$30.00
$25.00
$35.00
$00.25
per
per
per
per
per
per
per
per
per
hour
hour
hour
hour
hour
hour
hour
hour
mile
[11 PART I: BASIC ENGINEERING SERVICES:
The Accumulation of Payments shall not exceed the Lump
Sum of $25,400.00
[4] PART III: CONSTRUCTION MANAGEMENT:
The Accumulation of Payments shall not exceed the
Maximum -Not -To Exceed Amount of $9,700 00
THE BALANCE OF SECTION No. 3 AND ALL OF SECTION Nos. 4 THROUGH 7
SHALL REMAIN AS SHOWN ON THE ORIGINAL CONTRACT.
•
•
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
MILHOLLAND COMPANY
r—
G
Melvin L. Milholland, Owner