HomeMy WebLinkAbout101-99 RESOLUTION•
•
RESOLUTION NO. 101-99
A RESOLUTION APPROVING A CONTRACT AMENDMENfl 95D
WITH BENHAM GROUP IN THE AMOUNT OF $-39,950, FOR
PROPERTY SURVEYS TO ESTABLISH THE RIGHT OF WAY
ALONG DICKSON STREET; AND APPROVING ABSTRACT
WORK ASSOCIATED WITH THE RESEARCH OF PROPERTIES
IN THE AMOUNT OF $10,000, FOR A TOTAL CONTRACT
AMOUNT OF $41,950.
Scala. CP-ap'
µi,J 811114'1
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby approves a contract amendment with Benham
Group in the amount of $39,950 for property surveys to establish the right of way along Dickson
Street and approves abstract work associated with the research of properties in the amount of
$10,000; and authorizes the Mayor and City Clerk to execute said contract amendment. A copy of
the contract is attached hereto marked Exhibit "A" and made a part hereof.
PASSEIQ AND APPROVED this
• �. !.
\ • ./ • '.,•
ATTEST:
B
Heather Woodruff, City lerk
3 d day of _ August , 1999.
APPROVED:,)
By.
APPROVED/
Fred Hanna, Mayor
•
XX AGENDA REQUEST
FROM: Don Bunn
Name
•
AGENDA REQUEST FORM
Public Wks Admin
Division
COUNCIL
RECEIVE.°
AUG 0 2 1999
C YFAYET
OF OFFICE
MEETING OF August 3, 1999
Public Works
Department
ACTION REQUIRED: Approval of Contract Amendment No 1 with the Benham Group
for property surveys on Dickson Street in the amount of $ 41,950.00
COST TO CITY:
$ 41,950.00
Cost -This Request
4470 9470 5809 00
Account Number
98097-10
Project Number
$ Z.3-4.'4)&3
Category/Project Budget
$ _S L4,gn :.
Funds Used To Date
$ z, X44,778
Funds Remaining
BUDGET/CQ TRACT REVIEW:
Budget' Coordinator
Lnt,ilAji�
Accou M n -ger
Al
ttorne
Purchasing Officer
XX Budgeted Item
Date
'/3D-99
Date
i f�
Date
1-3o 91
Date
Street Improvements
Category/Project Name
Program Name
Sales Tax
Fund Category
Budget Add. Attached
Administrative Services Director
Date
ADA Coo a•r Date
�. /.i il.<ammo ► lid, r750491
Internal Au.i or Date
STAFF RECOMMENDATION: It is the recommendation of the Staff that Contract
Amendment No.
amou a.f $41
1 with the Benham Group
950.00 be approved.
Public orks Director
part irector
` es Director
dmi
Ma /nfieerrvviic
h
7-28-99
Date
c9 --z- t
Date
21h16-%
��aa�/tte
Date
for additional
surveying work in the
Cross Reference
New Item: Yes No
Prev Ord/Res #: 165-98
Orig Contract Date: Dec 15, 1998
•
•
AMENDMENT TO THE AGREEMENT FOR
CONSULTING SERVICES
For the Downtown Dickson Street Enhancement Project:
BETWEEN:
The CONSULTANT
The Benham Group
1801 Forest Hills Boulevard
Bella Vista, AR 72715
THE PARTIES AGREE AS FOLLOWS:
EXHIBIT A
and the CLIENT
City of Fayetteville, Arkansas
113 West Mountain
Fayetteville, AR 72701
WHEREAS, The Benham Group (TBG) and the City of Fayetteville (City) are parties to an Agreement
for Consulting Services dated December 15, 1998, (the Agreement), and,
WHEREAS, the City has now determined that none of the funds appropriated for this project can be
spent on improvements on private property outside the City street right of way, and therefore the location
of the right of way lines and private property lines are critical and must be identified by a professional
land surveyor, and,
WHEREAS, in order to properly conduct the required surveys, the ownership documents and plats of
record must be assembled by a certified abstractor, and,
WHEREAS, TBG has obtained proposals from the Milholland Company and Washington County Abstract
and Title Company, Inc. for the costs of the additional work, and,
WHEREAS, all other terms and conditions of the agreement remain in force,
NOW THEREFORE TBG and the City hereby mutually agree to increase the scope of work in the
Agreement to include the above described surveys and title search for a maximum of 100 parcels. The
City agrees to compensate TBG $ 41,950.00 for the additional work. The Contract in the
Agreement is hereby increased from $346,748.04 to $ 388,698.04 .
IN WITNESS TO THEIR ACCEPTANCE to the terms and conditions of this Amendment, TBG and the
City hereby execute this Amendment to the Agreement for Consulting Services on this yrs -L day of
flush 1999.
ACCEPTED BY: ACCEPTED BY:
CITY OF FAYETTEVILLE, ARKANSAS THE BENHAM GROUP
By:
Title: 444ya.2.
genservfayl .wpd
By:
Gary . Camahan
Title: Vice President
D D
D oA�
ODOD
O V) omo
cn
m
N ZOT-z}
m O
m0<o
cn
_ m1 O D p
CO 73 Z =
00 f;
mo it
(n ?) i Z
D Dzoc)
m • <DZ0
0
O mcn tn
-4 D 'C)
O •
NI 5333 31-1101 NOW
EooT6
'03111
cD0-
zj O m O
D>m0�m
j m C `c.
m
to<ZC)'
>70M -IN?
mO-m
co
o0
mbr�
O 'nZ CA
Dmc
C < Z
Z < C m -<
Z -4o
C CO O z
co>mD
r n
zmmo
*00C
z D z
Z C
av{N
D
OO
c>�
D
cawm
O A co D
mm>2
mi0
cnmm0
OLa�T
m • 0cn
-
mv-+c
mm O m
O7Tm
m 0
0 in T
m -1 0
T m r A
mmOZ
SOm
-,
mmD�
nc m
z -I _
v 0`�
Oram
T>m0
D m
C�'z
�mmm
M
�m
C) m D IZ
=F^
* %;,. N IZ
m
0 m� S
a < n o
X n = 2 2
3 o cb m 3
0) -' o >m
< a N
Nn o 0 o
cp o p: 0)
_0 030
N
C
m )n. C co 7
030
aE0
a m En o o
cu
CO 5
CIL ff
cn
No n
N 0 :
a !
-o a0 w
^ o
X a) -
d
CO 0-c °:
0 N
w 3 0
3 Ono
< -I00
:n.
d
m 0
0 g
N 0
0. 0 a
co
m a
co Q coo
0) o.
n
cr
az 0
0 0.
m
F1)- 0
.0 a)
N N
p)
0
°
0
i0
be 03
-p
0 r Z
D-15
c0
71 71
CO
me W A
COla
Jt J
0 W
O
nn n.iV Tnnun T4
AU anodD KVON38
"ESTIMATED HOURS PER DISCIPLINE"
m
n
-I no X
COes
nZZ
7'O
D3
y
cnco
rnni
D -1
0
S
71
0
m
N
C
D
CO
r
r
m
wo
s
O
A
d(lO21e WVHN38
O
0
m
z
0
c
Z
9
-n
3 3
m m r
/711) N 7 S
c� 0O rr
mc _'
W 5. • Z
rn
Ss 5 CD 93
07
Na 72 c 0
VVAD
VO_,
� -<
c
rrl00
0
—I
LOLL Ebb TOS Xtld ££:LT 66/LO/L0
290SSSRTOS 917:0T 66/90/L0 4
co col
A) Research Record Ownerships'
8) Field Survey Right -of -Way
C) Compute Right -of -Way
D) Draw Surveyed Right -Of -Way Map
E) Locate Apparent Encroachments
'7' cnRRESPONDENCE / RECORDS:
n�PT
ba
O A O
0 0 0
NGR/MGR URV/MGH. SUHV/NLS SUNvtroi
V I IV I III I II
to
VI to
co 0
NJ m
O C n O
O o 0
CONN 01 AO)
O O O 0 0 0
0 o co O O O
4,010
CO
0 O CO
O O O
0 0 0
0) A A O N
O O O O O O
0 0 0 0 0 0
24.00
200.00
24.00
10.00
16.00
6.00
-IV EA NJ
000
0
0o
0
el0
tO to N
0910
No
-Ap TDO m
0 0 0
0 0 0 0 0
Ea
N
CD CO 0
000
24.00
32.00
8.00
4.00
Oft
; -a
cn m
O al O
000
N
0
0
4.
N
--.1
CD
0 O
o 0
pp tv
0)0)N A A 0)
O C 0 0 0 0
000 000
nn n.iV Tnnun T4
AU anodD KVON38
"ESTIMATED HOURS PER DISCIPLINE"
m
n
-I no X
COes
nZZ
7'O
D3
y
cnco
rnni
D -1
0
S
71
0
m
N
C
D
CO
r
r
m
wo
s
O
A
d(lO21e WVHN38
O
0
m
z
0
c
Z
9
-n
3 3
m m r
/711) N 7 S
c� 0O rr
mc _'
W 5. • Z
rn
Ss 5 CD 93
07
Na 72 c 0
VVAD
VO_,
� -<
c
rrl00
0
—I
LOLL Ebb TOS Xtld ££:LT 66/LO/L0
290SSSRTOS 917:0T 66/90/L0 4
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fayetteville City Council
From: Don Bunn, Assistant Public Works Director
Thru: Charles Venable, Public Works Director
Fred Hanna, Mayor
Subject: Engineering Contract Amendment No. 1
Benham Group
Dickson Street Project
July 28, 1999
The staff is proposing an amendment to our contract with the Benham Group which would
allow for property surveys along either side of Dickson Street from College Avenue to
Arkansas Avenue. The purpose of the surveys will be to establish the right of way of
Dickson Street to insure that all of the proposed work is contained within the right of way
and no work is performed on private property.
Attached is a copy of the proposed contract amendment with the Benham Group for the
additional surveying work. The total of $41,950.00 includes not only the direct surveying
cost, but also an allowance for abstract work in connection with the investigation of
individual properties. Also attached is a copy of the proposal to the Benham Group from the
Milholland Company.
It is the recommendation of the Staff that the contract amendment be approved.
•
COMMENT SHEET
•
Project: Dickson Street Improvements
Engineer/Contractor: The Benham Group
Notes to Reviewers: The engineer is forwarding an executed Contract Amendment No. 1
for inclusion in the Council's agenda material. No budget adjustment is necessary for the
additional funds required for this amendment Please note that the total of $41,950.00
includes both the surveys and title searches.
•
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Don Bunn, Assistant Public Works Director
From: Theresa Johnson, Deputy City Clerk
Date: August 5, 1999
Re: Benham Group contract: Dickson Street
Attached please find a copy of Resolution 101-99 and its back-up material. I have also attached
one original agreement amendment for distribution to the Benham Group. The other original
will be microfilmed and filed with the City Clerk's office.
Please have the Benham Group forward an original Survey Contract: Addendum No. 1 to our
office for our files. Thank you.
cc: Yolanda Fields, Internal Auditor
•
1S. 101— 1�
AMENDMENT TO SUBCONTRACT AGREEMENT
DOWNTOWN DICKSON STREET ENHANCEMENT
From Arkansas Avenue to College Avenue
This amendment is made to the Subcontract Agreement dated on the 30th day of November,
1998, between The Benham Group, Inc. (TBG) and Milholland Company Engineering and
Surveying (Subcontractor).
The following revisions are included in this amendment, except for those revisions, all other
portions of the Subcontract Agreement remain in full force and effect.
1. SCOPE
The scope of work in the Subcontract Agreement is hereby expanded to include a survey of the
Dickson street right-of-way from Arkansas to College Avenue and property line surveys of
approximately one hundred parcels along the street enhancement area. Ownership Documents
and corresponding official subdivision Plats -of -Record to be provided by Washington County
Abstract Company. City of Fayetteville to provide all documents in City Records, which are NOT
FILED for public record, as an attachment to deeds, in Washington County Circuit Clerks' Office.
Surveys shall be formatted in AUTOCAD, Release 13, for Dickson Street Project.
2. FEES AND PAYMENTS
For and in consideration of the services to be rendered by the subcontractor, and in addition to
the fee set our in the subcontract agreement, The Benham Group shall pay and Subcontractor
shall receive reimbursement of all salary costs, overhead, and reimbursable expenses at rates
paid by The Benham Group during the contract period including the fixed fee not to exceed an
upper limit contract amount of $31.950 00 for the work included in this amendment. This upper
limit contract amount includes a fixed fee of $4.173.00.
The basis of this upper limit and justification for the fee is contained in the cost summary sheet
attached hereto. Adjustment of the fee may be made should the Subcontractor establish and
The Benham Group agree that there has been or is to be a significant change in (1) scope,
complexity, or character of the services to be performed; (2) conditions under which the work is
required to be performed; (3) duration of work, if changed from the time period specified in the
agreement for completion of work warrants such adjustment.
The attached cost summary sheet covers the classification of personnel and the salary range for
all personnel anticipated to be assigned to this project by the Subcontractor.
The City has not authorized overtime pay on this project. Should overtime be authorized by the
City, it shall be at a rate of time and one-half for all non-exempt employees.
Final payment for services shall be made upon The Benham Group's approval and acceptance
upon the satisfactory completion of the Subcontractor's services.
IN WITNESSJVHEREOF, the parties hereto have agreed to and executed this
Agreement on the 9 day of August, 1999.
THE BENHAM GROUP, INC.
amendmentmil.wpd
MILHOLLAN ' COMPANY ENGINEERING AND
SURVEYIN
-0
O
* =Do13 mzm2Z p P r
o 00-00 D>mm ' d
T 0m0 mmC. zm @�ogA
m Cn> m{zfl m ?dam
m OST D73m= m 9 < g�
CD z Q z 73 0 0< -0 o=� v
O xi o O m x -n 0 0'< c
-1 mail >600m 3 =='-gym
AzvDi 02N m 2v Qm
v _Nx O{mtn mO<q�
,-p =1Z Z. Dc m o nd a
O 1m—Oi Dcn<x <m 2.n
oboocm< nd no
T -1z OA m .gu Oo iig
Dn --Immo <N coif o
c
D °i
O.jZ~(m^- >Zm CD --I •" c>n
2O at= vamoz D D
f) a 5 w 0 CD
o z--1 zmco> o 2.ti
=i -IMI OT 4OO v CD C
CDCs
Z On *MOM c 0nn
rc0i m>Z0 v ao R.
O r0 DvC v yo—
m
m D z z O o -i v s o N
m v -1 -n 0 m m 3 b
mcn OT D v m
zO --I-IM� zDa)
E 273 =0° ; 000
D 0= 0>za '� Toa
33 A 1 A D 0 m o
•
0 op v
o v= -I Mm
Ci
DO 000. 2
T 0
<mm - 73 M0 m- a
mco0 mO—i0
xi 2
I woo 0Am<
'n Dv� mzH0 nii -'
D OCn -T s �o
. 1 1 n Z 0 p m o
Z 0 Tmr T. ,�» • 0
mm O '. 0 o 003
00 mtO2 m -I-0
Tx -1 73 0 DD
�� m�D-I m rz
o m 0 mm "<
so
T -I O co m 3 X
n O
To Oho - c0
� T m 0 Z m
o 3 -1 -1
0 c D m 2
_1O
-m
0
om
'a3uiwanS Al3AI±03dS38
win la
to
� A
O W
0 o
nn nov'Plnn'l iN
=-oo
° O n
x
o
r0 Z
ID y
ca fns
m m
V -I
D�
0
Z
71
0
m
D
N
CXI
v
r
r
m
0
0
m
df1OdO WVHN3S
v
v
m
Z
0
c
Z
9
c
O
/nlb Ebb TOS YV4 CE:LT 66/L0/L0
(SEC I ION
IBASIC SURVEYING SERVICES
STREET RIGHT-OF-WAY SURVEY
A) Research Record Ownerships'
B) Field Survey Right -of -Way
C) Compute Right -of -Way
D) Draw Surveyed Right -Of -Way Map
E) Locate Apparent Encroachments
O A O
to 0 0
'
r
1,
0NN
o A o1
000
O
000
0 O O 0 0
16.00
CO
es
III
A A r•-, O
o0 0o0
00 000
24.00
200.00
24.00
10.00
16.00
6.00
SEIRVI7
280.00 236.00 68.00 18.00 758.00
540.00 $25.00 $35.00 $17.50
01,200.00 $5,900.00 $2,380.00 $315.00 $27,777.00
_ N
0 a W 0 ld
O 0 0 0 0
O 0 0 O 0
W N
A CO N A
WOO o
000 0
CLERICAL
N 0)
o 0
76.00
444.00
94.00
52.00
46.00
46.00
L
c
DTALS
-<
CD
(p
nn nov'Plnn'l iN
=-oo
° O n
x
o
r0 Z
ID y
ca fns
m m
V -I
D�
0
Z
71
0
m
D
N
CXI
v
r
r
m
0
0
m
df1OdO WVHN3S
v
v
m
Z
0
c
Z
9
c
O
/nlb Ebb TOS YV4 CE:LT 66/L0/L0
'es IOI-9
SUBCONTRACT AGREEMENT
Downtown Dickson Street Enhancement
From Arkansas Avenue to College Avenue
This Agreement is made this 0 day of August, 1999, between The Benham Group,
Inc., hereinafter referred to as (TBG) and Washington County Abstract and Title Company,
hereinafter referred to as (SUBCONTRACTOR) for convenience.
WITNESSETH:
Section 1. SCOPE OF WORK. TBG hereby employs SUBCONTRACTOR to perform
certain technical services in accordance with individual scopes of work which will be
attached as separate Exhibits to this Agreement and are herein incorporated by reference
and made a part of this Agreement. SUBCONTRACTOR agrees to conduct the work in
a professional and timely manner in accordance with the terms of this Agreement.
Section 2 INDEPENDENT CONTRACTOR RELATIONSHIP. In the performance of the
work herein SUBCONTRACTOR is an independent contractor with the authority to control
and direct the performance, means and methods of the details in the Scope of Work, under
this Agreement. TBG is interested only in the results obtained. SUBCONTRACTOR'S
relationship to TBG is that of an independent contractor and not that of an agent or
employee of TBG.
Section 3. INDEMNIFICATION. To the fullest extent permitted by law,
SUBCONTRACTOR shall indemnify and hold harmless TBG, its agents and employees
from and against claims, damages, losses, and expenses, including but not limited to
attorneys' fees and expenses in the investigation and defense of a claim arising out of
negligent acts or omissions of SUBCONTRACTOR, its officers, directors, employees,
agents, contractors, successors, assigns, or any for whose negligent acts it may be liable
regardless of whether such negligent acts or omissions are active or passive; provided,
however, SUBCONTRACTOR shall not be obligated under this Agreement to indemnify
TBG for damages which are due to the sole negligence or willful acts of TBG.
Section 4. ALTERNATIVE DISPUTE RESOLUTION -MEDIATION. If a dispute arises out
of or relates to this contract or its breach, and if the dispute cannot be settled through direct
discussions, the parties agree to first endeavor to settle the dispute in an amicable manner
by mediation by a certified mediator or a certified mediation service. This action is not
binding on either party hereto and in no way will remove any legal action desired by either
party.
Section 5. COMPENSATION AND METHOD OF PAYMENT SUBCONTRACTOR shall
be compensated and reimbursed on the basis identified in each Scope of Work.
A. SUBCONTRACTOR shall provide sufficient detailed support data with each
Invoice to allow TBG to venfy the costs incurred/charged on that invoice.
1
•
After receipt of an acceptable invoice, TBG will pay the invoice amount plus or
minus any adjustments mutually agreed upon, said payment to be made within 15 days
after TBG receives payment from its Client.
B. SUBCONTRACTOR is not authorized to perform services that are not included in
Exhibits until such time TBG shall have authorized a revision of the not -to -exceed amount.
TBG shall not be liable for payments of costs to SUBCONTRACTOR in excess of the not -
to -exceed amount unless and until such time as TBG shall have authorized a revision to
that amount in writing.
Section 6. DEFAULT AND EXCUSABLE DELAYS. TBG reserves the right to cancel this
Subcontract Agreement in the event of default by SUBCONTRACTOR.
SUBCONTRACTOR shall not, however, be liable for damages occasioned by delays due
to causes beyond SUBCONTRACTOR's control or without its fault or negligence on behalf
of subcontractor, providing SUBCONTRACTOR has a duty to promptly notify TBG in
writing as soon as such delay becomes apparent. Then the burden switches to TBG to
determine if said delay is an excusable one.
Section 7. TERM OF SUBCONTRACT. This Agreement shall remain in force from the
date of execution until December 31, 1999, unless sooner terminated in accordance with
Section 7, or unless extended by mutual written agreement of the parties.
Section 8. TERMINATION. Notwithstanding the foregoing, TBG may terminate this
subcontract prior to the completion of the work upon five (5) days written notice to
SUBCONTRACTOR. In full discharge of any obligations to SUBCONTRACTOR in respect
to this Agreement and of such termination, TBG shall pay all costs and noncancellable
commitments incurred prior to the date of termination, and the fee earned to date of
termination. SUBCONTRACTOR shall take all reasonable steps to minimize termination
costs. In no event, however, shall TBG be obligated to pay SUBCONTRACTOR any
amount in excess of the total amount authorized in Section 4. up to the time of termination
to support the work.
Section 9. INSURANCE
A. Before commencing the performance of services, SUBCONTRACTOR shall
provide the following minimum types and amounts of insurance and maintain such
insurance in full force and effect until the expiration of any applicable statutes of
limitations or of repose for claims under this Agreement:
Errors and Omissions Liability Insurance - $1,000,000.00 per claim/aggregate.
2
•
B. Certificates of Insurance - Prior to the commencement of the performance of
services under this Agreement, Certificates of Insurance evidencing that the
coverage required above has been provided shall be furnished to TBG and Owner
if required. The certificates shall stipulate that insurance will not be canceled or
terminated for any reason without a minimum of ten (10) days prior written notice
by certified mail to TBG. Failure of Consultant to provide renewal certificates
within seven (7) days after expiration of certificates or notice of cancellation
termination shall entitle TBG to withhold payment to SUBCONTRACTOR until
renewal certificates are received by TBG.
C. Liability of Deductible Amounts - SUBCONTRACTOR shall be solely liable for the
amount of any deductibles should claims or expenses (including attorneys' fees)
under the above insurance require payment.
D. Subcontractors and Subconsultants - SUBCONTRACTOR shall require its
Subcontractors and Subconsultants to furnish the above insurance and comply
with all requirements of this paragraph, including but not limited to the furnishing
of certificates to TBG and Owner if required.
E Conditions to be in Violation - SUBCONTRACTOR and its subcontractors or
subconsultants shall not violate, or permit to be violated any conditions or
warranties of the above insurance policies and shall at all times satisfy the
requirements of the insurance carriers, underwriters, brokers, or agents writing
said policies.
Section 10. OWNERSHIP OF WORK. All reports and materials created by this work are
the property of TBG and shall be delivered to TBG upon request. Subcontractor has the
right to maintain copies for its records. Any report, information, exhibits, data, materials,
or other work given to, prepared or assembled by SUBCONTRACTOR under this contract
shall not be made available to any third party or organization by the SUBCONTRACTOR
during the term of the contract or for a period of five (5) years without written approval of
TBG.
Section 11. COMPLIANCE WITH STATUTES AND REGULATIONS. Subcontractor shall
comply with all applicable federal, state, and local laws, executive orders, rules and
regulations.
Section 12. SEVERABILITY AND REFORMATION. Any provision or part thereof of this
Agreement held to void or unenforceable under any law shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon the parties. The parties
agree that this agreement shall be reformed to replace such stricken part thereof with a
valid and enforceable provision which comes as close as possible to expressing the
intentions of the stricken provision.
3
•
•
Section 13. SECTION HEADINGS. Headings, titles and paragraph captions are inserted
in the Subcontract for convenience, are descriptive only and shall not be deemed to add
to or distract from or otherwise modify the meaning of the paragraphs.
Section 14. JURISDICTION. This Subcontract shall be governed by and construed in
accordance with the laws of the State of Oklahoma.
IN WITNESS WHEREOF, the parties hereto have agreed to and executed this
Agreement as of the day and year first above written.
ENHAM GROUP, INC.
Address for giving Notice:
2488 E 81st Street, Suite 6000
Tulsa, Oklahoma 74137
CT/wcasubcontract.wpd
WASHINGTON COUNTY ABSTRACT AND
TITLE COMPANY
Address for giving Notice:
70 N. College
Fayetteville, AR 72702
4
•
•
EXHIBIT A
TO THE SUBCONTRACT AGREEMENT
DOWNTOWN DICKSON STREET ENHANCEMENT
1. SCOPE
Research of record data for each tract of land adjacent to Dickson Street, and
adjacent to all its adjoining streets and alleys for a distance of 100 linear feet from the
Dickson Street right-of-way.
2. FEES AND PAYMENTS
For and in consideration of the services to be rendered by the subcontractor, The
Benham Group shall pay and Washington County Abstract and Title Company
(WCA) shall receive reimbursement of all salary costs, overhead and reimbursable
expenses at rates paid by The Benham Group during the contract penod including
the fixed fee not to exceed an upper limit contract amount of $10,000.00 .
This upper limit and justification for the fee is based on an estimate of 100 parcels
and a cost of $100 00 per parcel. Adjustment of the fee may be made should the
Subcontractor establish and The Benham Group agree that there has been or is to
be a significant change in (1) scope, complexity, or character of the services to be
performed, (2) conditions under which the work is required to be performed; (3)
duration of work, if changed from the time period specified in the agreement for
completion of work warrants such adjustment.
The City has not authorized overtime pay on this project Should overtime be
authorized by the City, it shall be at a rate of time and one-half for all non-exempt
employees.
Final payment for services shall be made upon The Benham Group's approval and
acceptance upon the satisfactory completion of the Subcontractor's services.
CT/wcae tha.wpd
07/07/99 ' 17`:4.s PAA JUL 410 41U4
70 N. College
Box 1564
Fayetteville. AR 72702
442-8554
212 West Emma
Box348
Springdale. AR 72765
751-2183
Loan Closing Office
4034 N. College. Suite F
Fayetteville. AR 72703
444-0111
June 30, 1999
(Washington County c. 7t stw L
& gide Company, inc.
Milholland Engineering S Surveying
Attn: Mr Melvin Milhol1and
205 W. Center
Fayetteville, Arkansas 72701
V
IN RE• Dicks'n Street Project
Dear Mr. Milholland:
Washington County Abstract fi Title Company, Inc will provide the research that you have requeste
copies of the vesting deeds, a scaled plat and copies of the Subdivisions affected by the project
at the rate of $100.00 per parcel.
From the date that our bid is approved and approval to proceed given, the project should be
completed in no more than three weeks.
Thank you for the opportunity to bid on this project and for considering Washington.Couaty
Abstract and Title Company a worthy provider of these services. Please let us know if we are
to go forward with the research.
JD/klb
.i1/,.i.aet. • g11Lelftsum.aue • dYotaus
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
/26-5 /o/-99
Dickson Street Improvement Project
Water and Sewer Modifications
Project Manual
(Bid Documents and
Technical Specifications)
REVISED 7/28/99
TBG #119804300
Fayetteville, Arkansas
Prepared for
City of Fayetteville, Arkansas
#99-64
Prepared by
The Benham Group
1801 Forest Hills Blvd,
Bella Vista, Arkansas 72715
(501) 855-5055
til
SSSosStillitgareekr
r
AR
SIONAL
a ENGINEER `
M * * * Ll
fO,� No. 8525 s+
rJJlFLOII SSSS
ittw 1
Dickson Street Improvement Project
Water and Sewer Modficadons
DOCUMENT
00020
00112
00200
00310
00510
00610
00620
00640
00702
00812
00822
SECTION
01001
SECTION
DOCUMENT 00002
INDEX
DIVISION 0 - CONTRACT DOCUMENTS
TITLE
Invitation to Bid
Instructions To Bidders
Information Available to Bidders
Bid Form
Agreement
Performance Bond
Statutory Bond
Defect Bond
General Conditions
Supplementary Conditions
Certification of Wage Rates
DIVISION 1 - GENERAL REQUIREMENTS
TITLE
Basic Requirements
DIVISION 2 - SITEWORK SPECIFICATIONS
TITLE
02051 Site Demolition
02052 Utility Demolition
02210 Site Grading
02221 Trench Excavation and Backfill
02250 Compaction Control and Testing
02501 Portland Cement Concrete Sidewalk
02513 Asphaltic Concrete Paving
02516 Pavement Markings
02528 Concrete Curbs
02601 Manholes and Cleanouts
02644 Fire Hydrants
02670 Gate Valves
00002-1
7/2899
•
Dickson Street Improvement Project 7/28199
Water and Sewer Modfications
02671
02678
02701
02713
02715
02722
SECTION
03301
29CFR1926P
Butterfly Valves
Thrust Restraints
Leakage Tests
Domestic Water System
Water Services
Sanitary Sewerage Systems
MISCELLANEOUS SPECIFICATIONS AND ATTACHMENTS
TITLE
Cast -in -Place Concrete
Reference to OSHA Trench Safety Standards
00002-2
1
1 Dickson Street Improvement Project 7/28/99
Water and Sewer Modifications
1 DOCUMENT 00020
1 INVITATION TO BID
#99-64
Owner: City of Fayetteville, Arkansas; 113 W. Mountain; Fayetteville, Arkansas 72701
Engineer: The Benham Group;1801 Forest Hills Blvd.; Bella Vista, Arkansas 72715 (501) R55-5055
August 1 and August 8, 1999
General Contractors are invited to submit an offer under seal to the Owner, located at the above address before
11.30 AM CDT on August 16, 1999, for the Dickson Street Improvement Project — Water and Sewer Modifications.
The project consists of placement of approximately 1,530LF of 12' ductile iron or PVC water main, connection of
existing branch lines to the new 12' main using 6' DI or PVC water main, installation of new services to serve existing
buildings from new and existing 12' main, replacement of fire hydrant piping and valves, butterfly valves, gate valves,
fittings, and other appurtenances; with affiliated pavement, sidewalk, and curb repair Also included will be
replacement of approximately 602 LF of 8' sanitary sewer main, replacement of approximately eight sanitary sewer
services, and construction of one manhole on an existing sewer line; with affiliated pavement, sidewalk, and curb
repair. Portions of the project are to be completed by November 19, 1999; with the remainder completed by February
15, 2000.
1
1
1
I General Contractors may obtain bid documents for a unit price contract from the office of the Engineer. Others may
view the Bid Documents at the office of the Owner. A Bid Bond in the amount of 5 percent of the Bid Price will be
required. Refer to other Bidding requirements described in the Project Manual. Submit your offer on the Bid Form
I provided. Your offer must be submitted under a condition of irrevocability for a period of 60 days after submission.
The Owner reserves the right to accept or reject any or all offers.
IThis project is subject to a minimum wage determination.
"END OF DOCUMENT 00020"
1
1
1
1
1
1 00020-1
1
1
1 Dickson Street Improvement Protect 7/2899
Water and Sewer Modifications
1 DOCUMENT 00112
1 INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS
1
1
Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the
Construction Contract (EJCDC Document No. 1910-8,1983 ed.) have the meanings assigned to them in the General
Conditions. The term 'Bidder means one who submits a Bid directly to Owner, as distinct from a sub -bidder, who
submits a bid to a Bidder. The term "Successful Bidder' means the lowest, qualified, responsible and responsive
Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. The term
'Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the
proposed Contract Documents (including all Addenda issued prior to receipt of Bids).
1 2. BIDDER'S REPRESENTATIONS
2.1 By submitting a Bid, the Bidder represents that:
1 1. Bidder has read and understands the Bidding Documents, and the Bid is made in
accordance therewith;
2. Bidder has read and understands the Bidding Documents and contract documents, to
the extent that such documentation relates to the Work for which the Bid is submitted, for other portions of the Project,
1 If any, being bid concurrently or presently under construction;
3. Bidder has visited the site, become familiar with local conditions under which the Work is
1 to be performed, and has correlated the Bidder's personal observations with the requirements of the proposed
Contract Documents; and
' 4. Bid is based upon the materials, equipment, and systems required by the Bidding
Documents without exception.
' 3. COPIES OF BIDDING DOCUMENTS
3.1
Complete sets of the Bidding Documents may be obtained from Engineer.
3.2 Bidding Documents will not be issued directly to Sub -bidders or others.
3.3 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor
' Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of
Bidding Documents.
' 3.4 In making copies of Bidding Documents available on the above terms, the Owner and Engineer
do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant permission for any other
1 00112-1
1