Loading...
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