Loading...
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