HomeMy WebLinkAbout90-95 RESOLUTIONRESOLUTION NO. 90-95
A RESOLUTION APPROVING AN AMENDMENT IN I'HE
AMOUNT OF $31,595.00. PLUS A CONTINGENCY AMOUNT
OF 53.159.00, TO THE ENGINEERING SERVICES
AGREEMENT WITH CEI ENGINEERING.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. The Council hereby approves an amendment m the amount of $31,595.00,
plus a contingency amount of $3,159.00, to the engineering services agreement with CEI
Engineering. A copy of the amendment is attached hereto marked Exhibit "A" and made a part
hereof.
PASSED AND APPROVED this aof-A day of June 1995.
APPROVED:
By:
Traci Paul, City Clerk
Fred Hanna, Mayor
FIRST AMENDMENT TO
ENGINEERING SERVICES AGREEMENT FOR
JOYCE ROAD EXTENSION
FAYETTEVILLE, ARKANSAS
THIS FIRST AMENDMENT to the ENGINEERING SERVICES AGREEMENT is made and
entered into by and between the City of Fayetteville, Arkansas, a municipal corporation,
hereinafter referred to as "CITY", and CEI Engineering Associates, Inc., hereinafter referred
to as "ENGINEER".
WITNESSETII:
WHEREAS, the CITY and ENGINEER entered into an Agreement for Engineering
Services for the extension of Joyce Road to Wilkerson Street (Johnson, Arkansas) on February
14, 1995, and
WIIEREAS, it is the desire of the parties to amend said contract by including additional
services to the Scope of Work to he performed by the ENGINEER, and by the modification of
the contract to reflect the additional expense required to perform said additional items.
NOW, THEREFORE, for and in consideration of the terms, conditions, and covenants
hereinafter set forth, the parties hereto do mutually agree as follows:
I. Replace Task 3 of Article 1V - SCOPE OF WORK, with the following:
Task 3 - Final Design
1. Meet with Wilkerson Street designer to verify Joyce Street grades and drainage.
2. Coordinate with private and public utilities to identify possible conflicts with
project and corrective action required. Design sewer line crossing Joyce in
vicinity of Tracts 2 and 3 of Hendricks Heights subdivision, design for future
water line crossing at Joyce/Wilkerson intersection, design for gas, electric,
telephone, and cable crossings.
Perform final design of roadway improvements. Design is generally described
as 4 -lanes without median from Wilkerson to Hendricks Heights Drive, 4 -lane
with median from Hendricks Heights Drive to location, established by others, of
a 3 -lane by 5 -lane intersection serving property owned by Nanchar, Inc., and 5 -
lanes to the eastern terminus of the project. The "Nanchar" intersection to
include left turn lanes from Joyce. Hendricks Heights Drive to be tied in to
Joyce. A 2 -lane access drive to be provided in the vicinity of Tracts 2 and 3 of
Joyce Boulevard/1st Amendment Page 1 05127195
the Hendricks Heights subdivision. This design does not include any traffic
signals, offsite drainage design, or any turning lanes not described This design
to be performed in coordination with Wilkerson Street designer to insure that
Wilkerson drainage system is adequate to receive flows from this project.
4. Perform final design for landscaping of Joyce Street median and screening
between Joyce Street roadway improvements and the north boundary of the
Lenham Heights Subdivision.
5. Prepare construction drawings of improvements.
6. Prepare a project manual to include bidding requirements, contract conditions,
and technical specifications. Base and alternate bids to be prepared.
7. Prepare construction cost estimate. Since ENGINEER has no control over the
cost of labor. materials, equipment, or services furnished by others, or over
contractors', subcontractors', or vendors' methods of determining prices, or over
competitive bidding or market conditions. ENGINEER'S cost estimates shall be
made on the basis of qualification and experience as a Professional Engineer.
Prepare cost-sharing breakout for City's use in collecting costs from others.
9. Meet with CITY to discuss project design and status.
II. Modify Article 1X as shown below:
The following amounts shall be paid to ENGINEER for completing the respective Tasks
outlined above:
Task 3 - Final Design $ 30,610.00
Task 5 - Construction Services based on 180 calendar day
construction period $ 55.545.00
1II. Total modified fee shall not exceed One Hundred Nineteen Thousand Three hundred
Thirty Dollars ($119,330.00) without written authorization from the City.
IV. The effective date of this Amendment is the date it is fully executed by the parties
hereto.
Joyce Bnulevard'lst Amendment
Page 2 05;27195
IN WITNESS WHEREOF, the parties have caused this contract to be executed in multiple
copies by the duly authorized representatives upon the dates set forth immediately below.
(SEAL)
ATTEST -
Traci Paul
City Clerk
Joyce Boulevard/] a Amendment
CITY OF FAYETTEVILLE, ARKANSAS
a municipal corporation
By
Fred Ilanna { t r=
Mayor
.Date '�%�
CE1 Engineering Associates, Inc.
By
I. Doug Fredeen, P E
Vice President
Page 3 05127;95
STAFF REVIEv: FORM
AGENDA REQUEST
xxx CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of
FROM:
Mandy R. Bunch Engineering
Name J:v.:. • S.
N/A Mayor's Signature
Public Works
Department
ACTION
eparttr.en-
ACTION REQUIRED: Approval of the Amendment #2
Agreement for Joyce Boulevard Extension to
Associates, Inc, in the amount of S11,930.
to the Engineering Services
Gregg with CEI Engineering
COST TO CITY:
$ 11,930.00 $ 2,091,590
Cont. of chis Recuest ":r c q--fP: je-; ar.3get
447C -947C-5809-00 $ 1,377,963
Aac nt Number F..n is i ..:^.
94034-3010 "a _?13,E27
Pt of ec't Manner Rental:ling 13a : an
BUDGET REVIEW:
Street Improvements
Category.2r3:ect. Mare
' g: am Mar
Sales Tax Const.
Fun3
xxx Budge*ed Item _ Budget Adjustment Attached
Rua -get. (V:ordi rata
At. ^'rfrat :ve Se: vi res Bit ectur
CONTRACT/GRANT/LEASE REVIEW:
L.
Arra: ager
11
A tt:rney
Put chasing Cffirer
GRANTING AGENCY:
11 -a -q5
Dat
Date
Date
STAF
D
Staff recommends approval
/e/ r
Dat:.
rec.=r
May
tl-3
of Amendment 42.
Cross Reference
New :ten: Yes No
Prev Crd/Res k : 90-95
g Contract Dat e- 2/14/95
ik
FAYETTE`'I I SLE
'NE CITY OF FAYETTFVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fayetteville Mayor and City Council
Thru Kevin Crosson, Public Works Dire for
Don Bunn, City Engineer D
From- Mandy Bunch, Engineering jn*
Date October 31, 1995
RE Contract Review
Amendment 4 2
Joyce Extension to Gregg Street, CEI Engineering Associates, Inc
1. Background . CE1 Engineering was awarded a contract in the amount of $87,735.00 in
February 1995. Since the award of this contract Amendment rll was approved to change the
scope of the project. The original scope called for the production of final detailed design of a
two lane section and the construction engineering services required for two lanes. With
Amendment 4 1 approved, final construction plans for the five -lane roadway will be furnished,
and the construction services will be provided to supervise the additional construction.
2. Contract Scope. This amendment is necessary due to preliminary negotiations with property
owners, cross-section changes to minimize required right-of-way, drainage exhibits for property
owners, and manual input of survey information due to changes adjacent the project boundaries.
The scope of this project has been very dynamic due to the location of the extension. Property
owner negotiations have influenced the design greatly on several occasions. The magnitude of
what will actually be constructed is still contingent upon the rezoning requests of CMN
Properties.
3. Cost Sharing. Cost share agreements were made with the NWA Mall and Clary Development
to fund approximately 39% of a portion of this request According to the cost -share agreements,
the developers are cost-sharing only on the portion of the contract required for a two-lane road
The exact percentage of engineering costs to be born by the developers will be determined by CEI
based on actual time spent on the project.
4. Staff Recommendation. The Staff recommends approval of the Amendment 4 2 to the
Engineering Contract to CEI Engineering in the amount of $11,930 00. This amount is within
the approved contingency of $11,933 00.
AMENDMENT TO THE
CONTRACT WITH
CEI ENGINEERING ASSOCIATES, INC.
AMENDMENT # 2
This is an amendment to the engineering senices contract for the extension of Joyce Boulevard to
Gregg Street in Fayetteville. Arkansas executed on the 14th day of February 1995 between the
City of Fayetteville, Arkansas and CEI Engineering Associates, Inc. Additional services are
required due to preliminary negotiations with property owners, cross-section changes to minimize
required right-of-way, drainage exhibits for property owners, and manual input of survey
information due to changes adjacent the project boundaries.
This amendment allows for the increase in amount of Task 3: Final Design only. The charge for
the additional services shall not exceed S! 1,930. This amount will bring the total of Task 3 to
$42,540.
CITY OF FAYETTEVILLE.
.1
MAYOR
CEl ENGINEERING ASSOCIATES, INC.
G �
DATE: JJ 4
m� �\6L“. TAN—. - --- - ---- - DATE.
L. Douglas Fi deen. P E
cxt ariZrsceptLPi\,-
T1TLE
RESOLUTION NO. 20-95
MICROFJL! o
A RESOLUTION AWARDING AN ENGINEERING
CONTRACT IN THE AMOUNT OF $87,735.00 TO (:E1
ENGINEERING ASSOCIATES, INC.. FOR ENGINEERING
SERVICES FOR THE JOYCE BOULEVARD EXTENSION TO
GREGG STREET AND APPROVAL OF A CONTINGENCY
AMOUNT OF $8,774.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the ('ity Council hereby awards an engmeenng contact in the amount
of $87,735.00 to CEI Engineering Associates, Inc., to prepare construction plans and
specifications and construction engineering service, for the Joyce Boulevard extension to Gregg
Street, and approves a contingency amount of $8,774.00. A copy of the contract is attached
hereto marked Exhibit "A' and made a part hereof.
PASSED AND APPROVED this 7th day of February , 1995.
Traci Paul. City Clerk
APPROVED:
By:
ed Hanna, Mayor
RESOLUTION NO. 90-95
MICROFILMED
A RESOLUTION APPROVING AN AMENDMENT IN THE
AMOUNT OF $31,595.00, PLUS A CONTINGENCY AMOUNT
OF 53.159.00, TO THE ENGINEERING SERVICES
AGREEMENT WITH CEI ENGINEERING.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. The Council hereby approves an amendment in the amount of $31.595.00,
plus a contingency amount of 53.159.00, to the engineering services agreement with CEI
Engineering. A copy of the amendment is attached hereto marked Exhibit "A° and made a part
hereof.
PASSED AND APPROVED this ao44 day of June , 1995.
ATTEST:
By:
. IdLikJ
Traci Paul. City Clerk
APPROVED:
By:
Fred Hanna, Mayor G.(I°72-
FIRST AMENDMENT TO
ENGINEERING SERVICES AGREEMENT FOR
JOYCE ROAD EXTENSION
FAYETTEVILLE, ARKANSAS
THIS FIRST AMENDMENT to the ENGINEERING SERVICES AGREEMENT is made and
entered into by and between the City of Fayetteville, Arkansas, a municipal corporation,
hereinafter referred to as "CITY", and CEI Engineering Associates, Inc., hereinafter referred
to as "ENGINEER".
WITNESSETH:
WHEREAS, the CITY and ENGINEER entered into an Agreement for Engineering
Services for the extension of Joyce Road to Wilkerson Street (Johnson, Arkansas) on February
14, 1995, and
WHEREAS. it is the desire of the parties to amend said contract by including additional
services to the Scope of Work to be performed by the ENGINEER, and by the modification of
the contract to reflect the additional expense required to perform said additional items.
NOW, THEREFORE, for and in consideration of the terms, conditions, and covenants
hereinafter set forth, the parties hereto do mutually agree as follows:
I. Replace Task 3 of Article IV - SCOPE OF WORK, with the following:
Task 3 - Final Design
1. Meet with Wilkerson Street designer to verify Joyce Street grades and drainage.
2. Coordinate with private and public utilities to identify possible conflicts with
project and corrective action required. Design sewer line crossing Joyce in
vicinity of Tracts 2 and 3 of Hendricks Heights subdivision, design for future
water line crossing at Joyce/Wilkerson intersection, design for gas, electric,
telephone, and cable crossings.
3. Perform final design of roadway improvements. Design is generally described
as 4 -lanes without median from Wilkerson to Hendricks Heights Drive, 4 -lane
with median from Hendricks Heights Drive to location, established by others, of
a 3 -lane by 5 -lane mtersection serving property owned by Nancbar, Inc., and 5 -
lanes to the eastern terminus of the project. The "Nanchar" intersection to
include Left turn lanes from Joyce. Hendricks Heights Drive to be tied in to
Joyce. A 2 -lane access drive to be provided in the vicinity of Tracts 2 and 3 of
Joyce Boulevardilsl Amendment
Page 1 05/27/95
4. Perform final design for landscaping of Joyce Street median and screening
between Joyce Street roadway improvements and the north boundary of the
Lenham Heights Subdivision.
the Hendricks Heights subdivision. This design does not include any traffic
signals, offsite drainage design, or any turning lanes not described. This design
to be performed in coordination with Wilkerson Street designer to insure that
Wilkerson drainage system is adequate to receive flows from this project.
5. Prepare construction drawings of improvements.
Prepare a project manual to include bidding requirements, contract conditions,
and technical specifications. Base and alternate bids to be prepared.
Prepare construction cost estimate. Since ENGINEER has no control over the
cost of labor, materials, equipment, or services furnished by others, or over
contractors', subcontractors', or vendors' methods of determining prices, or over
competitive bidding or market conditions, ENGINEER'S cost estimates shall be
made on the basis of qualification and expenence as a Professional Engineer.
8. Prepare cost-sharing breakout for City's use in collecting costs from others.
9. Meet with CITY to discuss project design and status.
II. Modify Article IX as shown below:
The following amounts shall be paid to ENGI.NEER for completing the respective Tasks
outlined above:
Task 3 - Final Design
$ 30,610.00
Task 5 - Construction Services based on 180 calendar day
construction period
$ 55,545.00
II1. Total modified fee shall not exceed One Hundred Nineteen Thousand Three Hundred
Thirty Dollars ($119,330.00) without written authorization from the City.
IV. The effective date of this Amendment is the date it is fully executed by the parties
hereto.
Joyce Bou levard/l st Amendment
Page 2 05/27/95
IN WITNESS WHEREOF, the parties have caused tins contract to be executed in multiple
copies by the duly authorized representatives upon the dates set forth immediately below.
(SEAL)
CITY OF FAYETTEVILLE, ARKANSAS
a municipal corporation
By
194,044,10.
Fred Hanna .�.“4. r(2 -
Mayor
ATTEST: Date �I#25/95
gar, `ant
Traci Paul
City Clerk
CEI Engineenng Associates, Inc.
By
L. Dougta&Fredeen, P.E.
Vice President
Joyce Boutevard/Ist Amendment Page 3 05/27/95
- eiRS
ENGINEERING SERVICES AGREEMENT FOR
JOYCE ROAD EXTENSION
FAYETTEVILLE, ARKANSAS
THIS ENGINEERING SERVICES AGREEMENT is:.made and entered into by and between the
City of Fayetteville. Arkansas, a municipal corporation, hereinafter referred to as "CITY", and
CEI Engineering Associates, Inc , hereinafter referred to as "ENGINEER".
WITNESSETH:
WHEREAS. CITY desires ENGINEER to design roadway improvements for the
extension of Joyce Street to Wilkerson Street !Johnson, Arkansas).
NOW. THEREFORE, for and in consideration of the terms, conditions. and covenants
hereinafter set forth. the part:es hereto do mutually agree as follows:
ARTICLE
CITY hereby agrees to retain ENGINEER to perform the services hereinafter described
and agrees to compensate ENGINEER therefore in the manner provided. ENGINEER agrees
to perform the services hereinafter set forth.
ARTICLE II
ENGINEER shall perform or supply all necessary engineering services provided in this
Agreement in connection with and respecting the project.
ARTICLE 1II
EXISTING CONDITIONS
The project is to extend Joyce Road from approximately 800 feet west of U.S. Highway
71B westerly to the Wilkerson Street improvements being designed by others. The project will
be ...onstructed in one phase as designed.
ARTICLE IV
SCOPE OF WORK
ENGINEER wit: co np:ete all Tasks as described below
Faye:le% il.e AR 'Joyce Roulev,id 1:ven>i.:n e71 Page 1 :il
Task 1 - Pre-des:en Investigation and Report
Set horizontal and vertical control.
2. Convert electronic topographic data, supplied by the CITY. to ENGINEER's
format.
Retain services of geotechnical consultant and direct subsurface investigations
required. Nine bores will be performed, three on the easternmost. flat area and
three each on two alternate alignments north of the Lenham Heights Subdivision.
4. Survey location of bore holes.
Investigate two alternate alignments for the western portion of the project Located
north of the Lenham Heights Subdivision. Provide rough construction cost
estimates to support Owner's selection of the final route. Since level of design
is conceptual. this estimate will he for comparative purposes only and may not
accurately reflect actual construction cost.
Coordinate with private and public utilities to identify possible conflicts with
project. Phis does not include any design of utility relocations.
Meet with CITY or Wilkerson Street Consultant to discuss latest revisions and
coordinate tie-in to Wilkerson Street project.
Task 2 - Preliminary Design
Coordinate with Wilkerson Street designer concerning intersection of Joyce Street
and to coordinate drainage design.
2. Coordinate v,ith private and public utilities to identify possible conflicts with
project and corrective action required. This does not include any design of utility
relocations.
Review projected traffic volumes provided by CITY and coordinate with CITY.
Perform preliminary design of roadway improvements using 5 lanes with no
median for the eastern portion and 4 lanes with a 12 -foot median for the western
portion and the intersection approach This design does not include any offsite
drainage design. 'this design to be performed in coordination with Wilkerson
Street designer to insure that Wilkerson drainage system is adequate to receive
flows from this project. The western end of the project to match existing
Wilkerson Street grate and alignment.
Favetteviae. AR ;rnce Bnulevare Emersion ;?; Page 2 :II '31.95
5. Perform preliminary design of landscaping for Joyce Street median and screening
be:ween Joyce Stree' roadway improvements and the northern boundary of the
Lenham Heights Subdivision.
6 Prepare preliminary drawings of improvements and submit to CI1Y for review
and comment.
7. Meet with CITY to discuss project design and status.
Task 3 - Final Design
Meet with Wilkerson Street designer to verify Joyce Stree: grades and drainage.
Coordinate with private and public utilities to identify possible conflicts with
project and correctiv e action required. This does not include any design of utility
relocations.
Perform final design of roadway improvements using roadway sections and
vertical and horizontal alignments set in Task 2 - Preliminary Design. The two
lanes to he designed for the eastern section to he determined during final design.
That portion of the stonrwater collection system which doesn't conform to the
preliminary design. because of final design of only 2 lanes, shall be as determined
by CITY this stormwater collection system could be comprised of headwalls,
temporary stuhou:s protected with riprap. er o:her methods determined by CITY
This design is to include only the temporary stormwater collection system
described above, the permanent drainage structures which match those described
in the preliminary design, the curb and gutter and sidewalks along the outside of
the permanent lanes. and the traffic lanes as described. This design does not
include any cffsite drainage design. This design to be performed in coordination
with Wilkerson Street designer to insure that Wilkerson drainage system is
adequate to receive flows from this project.
Perform final design for landscaping of Joyce Street median and screening
between Joyce Street roadway improvements and the north boundary of the
Lenham Heights Subdivision.
5. Prepare construction drawings of improvements.
6. Prepare a project manual to include bidding requirements, contract conditions,
and technical specifications.
Fa' etterdle, AR;J1p ce Boulrvarc Extensa-In (7) Page 3 01:30/45
7. Prepare construction cost estimate. Since ENGINEER has no control over the
cost of labor. materials, equipment. or services furnished by others, or over
contractors'. subcontractors', or endors' methods of determining prices, cr over
competitive bidding or market conditions, ENGINEER'S cost estimates shall he
made on the basis of qualification and experience as a Professional Engineer.
8. Meet with CITY to discuss project design and status.
Task 4 - B:d Phase
Prepare advertisement soliciting bids: CITY to he responsible for advertising
project.
Solicit bidders, distribute plans and specifications. and respond to contractor and
vendor inquiries
Conduct one bid opening. tabulate and analyze bids, and make recommendation
to CITY.
Prepare contract documents •and assist CITY in awarding contract
Task 5 - Construction Services
ENGINEER sl:a11 not he responsible for construction means, methods, techniques,
sequences, procedures, or safety precautions and programs in connection with :he PROJECT.
ENGINEER's responsibility is to insure the general conformance of the constructed product with
the design Since ENGINEER has no control over the resources provided by others to meet
construction contract schedules, ENGINEER'S forecast schedules shat) he made on the basis of
qualification and experience as a Professional Engineer. the construction phase services to be
provided shat: he as follows.
1. Attend a pre -construction conference with CITY and Contractor.
Re-establish or verify horizontal and vertical control.
3. Provide one-time construction snaking to include construction reference line
staking at 50 -foot intervals.
4. Provide phase inspections of •the completed work at critical times during the
construction. Phase inspections shall he performed by the ENGINEER m the
presence of the Contractor at the following periods during the construction
Favette'd;e, AR J25ce Boule'ard Exier.vnn (7) Page 4 01 300.95
a. Following roadway c'earing and grubbing.
h. During drainage structure and curb construction.
Supervise density resting during subgrade construction.
d. Following subgrade construciion.
e. During laying of the roadway stone and/or asphalt base.
f. Prior to the laying of the roadway asphalt or concrete surface.
g. During laying of the roadway surface course.
h. Following completion of surfacing, finish grading, and seeding.
A progress report with any recommendations will he issued directly to CITY and
Contractor immediately following each phase inspection. CITY may attend any
one or all of the phase inspections
Review requests for pa)men. submitted by the Contractor to the CITY. This
review to be to determine whether pay request quantities are within reason and
that all calculations are correct. Earthwork, paving, curb and gutter. sidewalk.
seeding. or o:her items which would otherwise require field measurements are to
be paid for at plan quantities unless changes are requested by CITY which result
in change order. All items. such as seeding and clearing, which can he will he
hid as lump sum.
7. Review required Contractor submittals for conformance to the requirements of the
construction documents
Prepare record drawings for CITY based upon record prints supplied by the
Contractor.
Task 6 - Legal Surveying Services
1. Monument Right -of -Way of Joyce Street improvements covered by this project.
2. Provide easement descriptions.
3. Provide exhibit for replat of:acquired property.
Fasenevtlle. Altkvice Bou evard Extension 171 Page 5 1?0'55
ARTICLE V
ITEMS TO BE PROVI.DED BY CITY
The following items, :f necessan, are to be provided by CITY as pre -requisites to CEI
performing services described above.
1. CITY to furnish two -foot Interval topographic mapping suitable for design
purposes in AutoCad format
2. CITY to provide projected trait volumes for the Joyce Street extension which
lists design traffic load.
CITY to furnish property boundary maps suitable for design purposes.
4. CITY to provide any environmental submittals or reports that may be required
before construction of project or which may impact design of project. Any
redesign required as the resu;t of environmental issues will he considered to he
extra work.
CITY to provide any Wetlands Delineation Report or possible mitigation plan that
may he required as a pre -requisite of construction or which may impact the
design of project. Any redesign required as a result of this will be considered to
be extra N ork.
Fa)et:ev lle, AR:10 to Boulevard l:x:emi :r. (7) Page 6 01 30 95
ARTICLE VI
EXTRA WORK
The following items, in addition to 'those listed in the scope of services, are not to be
perfunned by the ENGINEER without the express, written authorization of CITY.
The prices listed in Article IX and the above Scope of Services are based on
designing the project from start :o finish without any work stoppages. no
inordinate delays in design, no redesign required by actions by CITY or others,
and one round of advertising. If the design work is delayed for a period
sufficient to lose continuity,;redes.ign is required :o conform to changes by others,
construction is divided into multiple contracts, or more than one hid opening is
required for any reason this will be considered as extra work.
The cos:s for Task 5. Construction Services. are based on the calendar days listed
in Article IX. 1f, for any reason, more:time than listed is required to complete
the construction of the project, the work required of CLI to insure satisfactory
comple:ion of the project will he considered as extra work.
Parcel descriptions or area calculations, topographic survey, or similar tasks are
not included :n the Scope of Services and if requested will he considered as extra
work.
4 Tasks related to preparing legal document for filing or acquiring right-of-way or
easements are not included in the Scope of Services and if requested will he
considered as extra work.
5. This project is planned to he designed without use of retaining walls. If retaining
walls are required they will be considered as extra work.
The Contractor shall apply to the State of Arkansas for a stormwater discharge
permit during construction at this site. This application Includes filing a Notice
of Intent (NOI), preparing a Storm Water Pollution Prevention Plan, and all other
work items necessary to comply with State and Federal regulations
The services requested by CITY during Construction Phase do not include the
following:
a Regularly scheduled progress meetings.
Documentation of and preparation of change orders and work change
directives.
Full-time on -sight observation.
Fayette% ile, AR. Inyc e B.rties and Extension ;7; Page :7 0 10 95
d. Field measurement of earthwork, paving, curb and gutter, sidewalk.
seeding or other ::ems which would normally require field measurement.
These items to be paid at .plan quantity unless changes are requested by
CITY which result in change order. All items which can be will he hid
in !ump sum quantities.
The addition of any services not specifically Isted in Article IV herein will be covered by
the requirements of Article IX herein.
ARTICLE VII
It is understood and agreed that
CITY
may suspend, cancel, or
abandon the project in
whole or in part without any liability
ether
than payment for the work already performed by
ENGINEER upon the date of notification of
suspension, abandonment,
or cancellation. In the
event of suspension, abandonment,
or cancellation of the project,
CITY agrees to pay
ENGINEER for all that portion of the
work
performed.
ARTICLE VII!
It is understood and agreed that all w ork performed under this Contract shall be subject to
inspection and approval by CITY.
ARTICLE IX
The following amoums shall he paid to ENGINEER for completing the respective Tasks
outlined above:
Task 1 - Pre -design Investigation and Report . . ... . .. .........$ 6,335.00
Task 2 - Preliminary Design ........................... ... $ 18,120.00
Task 3 - Final Design . ............... .... .... .......... $ 17,020.00
Task 4 - Bid Phase ................................ ................... .. $ 2.540.00
Task 5 - Construction Services based on 120 calendar day
construction period .... ...... ................ .. $ 37,540.00
Task 6 - Legal Surveying Services ................... ........ $ 3,430.00
Geotechnica: Investigation . . ......................... . . $ 2,750.00
TOTAL FEE . . . . . . . . . . . . . .........:.:::.:::.....:. a $ 87,73500
Page 8 C1/30'95 Fs cue'il:e. AR'Jc}ce Boule%aid Extension ')
The fees shall be charged on a not-te-exceed •basis according to the attached schedule. It
is hereby agreed that neither CITY Project Director nor any other agent of CITY has authority
to vary, modify. or add to the terms and conditions of the Contract. ENGINEER shall he paid
within 30 days of Cities receipt of a statement of services rendered.
ARTICLE X
It is understood and agreed that this Contract shall be construed in all matters arising
hereunder, under and according to the laws of the State of Arkansas in force and effect at the
time of the execution thereof.
ARTICLE XI
ENGINEER shall net
assign
any interest
in this Contract and shall not transfer any interest
in the same. without prior
written
consent of
CITY.
ARTICLE XII
Any service deleted from this proposal by CITY will become the responsibility of CITY.
Any changes by CITY after the pans have been completed shall be billed to CITY en an
hourly basis per the attached Schedule of Charges.
ARTICLE XIII
The effective date of this Contract is the date it is fully executed by the parties hereto.
This offer of services. in its present form, shall be withdrawn if not executed within 60 days
from date of delivery.
Favettesi'le, ARCnv ce noulec arc Eatens on 17) Page 9 01.33 95
ARTICLE XIV
Warranty and liability subject to Schedule of Conditions attached.
IN WITNESS
WHEREOF. the parties have
caused this contract to
be executed
in multiple
copies by
the duly authorized representa;ices
upon the dates set forth
immediately
below
CITY OF FAYETTEVILLE, ARKANSAS
a municipal corporation
(SEAL)
red Ilanna
Mayor
ATTEST: Date F�/r , v /S, /99s
Traci Paul
City Clerk
CEI Engineering Associates. AsciInc.
i3y_
��
L. LOfl
Dougla Fredeen. P.E.
Vice President
Fayettev'•Ile, AR I)ovice Boalevarc Extens.on i7) Page Ill ?l: +% 95
SCHEDULE OF CONDITIONS
CEI Engineering Associates, Inc. (CEI) services shall be performed in a manner consistent
with that level of cave and skill ordinarily exercised by other professional consultants
performing comparable services under comparable circumstances at the time services are
performed under this agreement. No other representations to Owner, express or implied.
and no warranty or guarantee not expressly stated herein is included or intended in this
agreement.
Owner shall have the right to use any and all materials arising from CEI's effort on the
project (the "Materials") only for purposes expressly contemplated in this agreement. The
Materials shall not he used by Owner for other projects or for additions to the subject
project, except by agreement in writing. Owner agrees to indemnify, defend, and hold
harmless CEI against all loss, damage, liability, suit, or claim (including attorney's fees)
resulting from any use of the Materials not expressly authorized by this agreement.
Binding arbitration shall be a means of settling disputes if both Owner and Engineer are in
agreement as to the circumstances covered by and procedures for the arbitration.
All provisions under the heading "Conditions" shall survive termination or completion of this
agreement.