Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
156-99 RESOLUTION
• RESOLUTION NO 156-99 A RESOLUTION APPROVING AN ENGINEERING AGREEMENT WITH CRAFTON, TULL & ASSOCIATES, IN AN AMOUNT NOT TO EXCEED $26,744 FOR PHASE I, $20,610 FOR PHASE II AND $14,900 FOR PHASE III, PLUS $250 FOR EXPENSES FOR ALL PHASES TO FINISH SURVEY, PRELIMINARY AND FINAL DESIGN, TO PROVIDE CONSTRUCTION OBSERVATION FOR A PROPOSED MULTI- USE TRAIL LOCATED ALONG A PORTION OF AN ABANDONED RAILROAD LINE BETWEEN SPRING AND PRAIRIE STREETS, APPROXIMATELY 2,600 FEET. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS - Section 1. That the City Council hereby awards an engineering agreement with Crafton, Tull & Associates, in an amount not to exceed $26,744 for Phase I, $20,610 for Phase II and $14,900 for Phase II1, plus $250 for expenses for all phases to finish survey, preliminary and final design, to provide construction observation for a proposed multi -use trail located along a portion of an abandoned railroad line between spring and prairie streets, approximately 2,600 feet; and authorizes the Mayor and City Clerk to execute said agreement. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. P 5 ED AND APPROVED this Z day of December , 1999. APPROVED. By //ILLC YYi!/ By lHeather Woodruff, City erk Fred Hanna, Mayor • • CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this 7 day of Kt -717/70C 1999, by and between the City of Fayetteville acting by and through its Mayor hereinafter called the "OWNER" and Crafton, Tull & Associates, Inc. with offices located in Fayetteville, Arkansas hereinafter called the "ENGINEER" WITNESSETH: Whereas, the "OWNER" is planning to reclaim a portion of the previously abandoned railroad right-of-way situated just west of West Avenue extending from Spring Street at the north to Prairie Street on the south. The purpose of the reclamation will be for the construction of a paved 10'-12' wide bicycle/walking trail And Whereas the "OWNER'S" forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; and Whereas, the "ENGINEER'S" staff is adequate and well qualified and it has been determined that its current work load will permit completion of the plans for the project on schedule; Now therefore, it is considered to be in the best public interest for the "OWNER" to obtain assistance of the "ENGINEER'S" organization in connection with said engineering services. In consideration of the faithful performance of each party of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows: SECTION I — EMPLOYMENT OF ENGINEER The OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER" agrees to perform, professional engineering services in connection with the project set forth in the Sections to follow; and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, as specified in the Sections to follow as full and final compensation for work accomplished in the specified time. SECTION II — DESCRIPTION OF THE PROJECT The work plan involves conducting field and office surveys for determining the required right-of-way for acquisition by the City, the field location of existing structures, buildings, streets, cross-sections and topographic features along the proposed route, and the preparation of easement/right-of-way descriptions, • • preliminary and final design of the trail, bidding phase, and contract administration and construction management of the project. SECTION III — INFORMATION & SERVICES The "OWNER" will furnish any specifications, standards and other information which may relate to the project including GPS survey data. Aenal mapping data will be provided, free of charge, to the "ENGINEER" on magnetic media. SECTION IV — SERVICES TO BE FURNISHED BY THE "ENGINEER" DURING PHASE 1 (Boundary & Topographic Surveys, and Cross -Sections) AND PHASE 2 (Engineering design, bid documents construction phase) The project will be designed and constructed to meet local trail standards in accordance with the "OWNER'S" trail design criteria, and other related Standards. Construction specifications shall be based on "Standard Specifications for Highway Construction Edition 1993 of the AHTD" and latest special provisions and City of Fayetteville Specifications relating to the design of this project. The Phase 1 concept with regard to location of topographic features, trail right-of-way, cross-sections, property information, and other related items shall be submitted by the "ENGINEER" (in the form of a Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning the design work in Phase 2. The 'ENGINEER" shall provide all field survey data from fieldwork for designing the project and this shall be tied to the "OWNER'S" GPS control network. The "ENGINEER" shall be responsible for coordination of the locations of any geotechnical subsurface explorations if requested by the Owner. If geotechnical services are requested these outside services will be approved and paid for by the Owner. The ENGINEER" shall conduct the following Phases of work: PHASE 1: Boundary & Topographic Surveys, and Cross -Sections The "ENGINEER" shall meet with City officials for review of existing deeds and maps for the project as provided by the OWNER, and review of proposed work plan and schedule of the work phases. The ENGINEER" will perform field surveys to locate existing boundary lines and features, apparent street rights-of-way, and evidence of old railroad. The "ENGINEER" will review all data for determination and establishment of the railroad right-of-way and this data will be platted for use on the project and for trail right-of-way/easement descriptions. • • The "ENGINEER" will establish bench marks and control points which will be tied to the "OWNER'S" GPS control network, and will perform a topographic survey along the trail route for locations of existing buildings, streets, walls, drainage features, and other necessary items as required for the design of the proposed trail. The centerline of the right-of-way will then be staked on the ground and cross-sections will be taken along the route at 50' stations for an approximate distance of 25' on each side of the centerline with the exception of those stations such as drainage features requiring a greater distance from the centerline. The ' ENGINEER" will prepare a Preliminary Plan showing adjacent properties, right-of-way, survey and deed data, existing buildings, features and contours as generated from the cross-sections and topographic survey. The cross sections will be plotted out at 50' stations. The ENGINEER" shall provide surveying, mapping, and related services as required to prepare right-of-way/easement documents for the "OWNER'S" use in acquisition activities. The 'ENGINEER" will meet with the "OWNER" for review and approval of the Preliminary plans and data prior to proceeding with PHASE 2 of the project. PHASE 2: Engineering Design, Bid Documents, Construction Phase Uponapproval of Phase 1, the "ENGINEER" shall conduct final designs to prepare construction plans and specifications including final construction details and quantities, special provisions, cost estimates, make final field inspection with "OWNER", make any needed plan changes as a result of the final field inspection and all other work required to advertise and receive bids. The "ENGINEER" shall furnish plans to all utility companies affected by the project and if necessary, shall conduct a coordination meeting among all affected utility companies to enable them to coordinate efforts for the necessary utility relocations. This coordination meeting will take place at the City Engineer's office. Prior to the start of construction, the "ENGINEER" shall establish benchmarks for elevation control and tie layout work to Fayetteville's GPS, and provide center line construction reference points/alignment for the trail at 100' stations and at all PCs, PTs, and at all street intersections where necessary for the proposed trail. • • SECTION V — COORDINATION WITH "OWNER" The "ENGINEER" shall hold conferences throughout the design of the project with representatives of the "OWNER" to the end that the design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be consistent with the current policies and construction practices of the "OWNER" The OWNER" reserves the right to accept or reject any or all plans, but this stipulation will not relieve the "ENGINEER" of responsibility for the design of the project. SECTION VI — OFFICE LOCATION FOR REVIEW OF WORK Review of the work as it progresses under this Agreement shall be made at the "OWNER'S" City Engineers office. SECTION VII — PHASE 1 AND 2 PRELIMINARY SUBMISSION The preliminary submission for Phase 1 and will be made at the completion of that phase, which will consist of the right-of-way data, topographic survey and cross-sections. The preliminary submission for Phase 2 will be made at the 35% completion stage of the design and preparation of the Plans and Specifications. The ENGINEER" shall submit three (3) sets of preliminary plans for review. SECTION VIII — FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations. B. Three sets of final plans, contract documents and specifications. C. The originals of all drawings, specifications and contract documents. All design drawings on magnetic media shall be submitted on disks compatible with AutoCAD Release 12 software. D. The estimated cost of construction and a detailed estimate of time in calendar days required for completion of the contract. SECTION VIX — ENGINEER RESPONSIBILITY DURING "BIDDING" AND "CONSTRUCTION" PHASES During the "Bidding" phase of the project, the "ENGINEER" shall provide engineering and administrative services needed to obtain bids for the • • construction project, evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of the best bidder. During the "Construction" phase of work, the "ENGINEER" shall provide administrative and engineering services including periodic construction observation services to determine whether the Contractor has met the requirements of the design plans and specifications. The ENGINEER" shall review the Contractors progress payment requests based on the actual quantities of contract items completed and accepted, and shall make a recommendation to the "OWNER" regarding payment. SECTION X — SUBCONTRACTING Subcontracting by the "ENGINEER" of any of the services provided herein shall require prior approval by the "OWNER" SECTION XI — TIME OF BEGINNING AND COMPLETION The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to proceed and shall complete the preliminary plans for Phase 1 within 75 calendar days, and the final plans in Phase 2 for the construction contract within an additional 90 calendar days. The above completion time is predicated upon the fact that the "OWNER" will cause to be processed approvals of interim work in an expeditious manner (5 working days per submittal). SECTION XII — FEES AND PAYMENTS A. "Preliminary Phase 1" Services: For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 147.84% of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1.) "Preliminary Phase 1" services, which includes topographic and cross-section surveying services and preparation of the Ownership Map/Utility Easements Plan costs not to exceed:........$23,361.40 2) Fixed fee for "Preliminary Phase 1" services. $ 3,382.60 3.) Engineering contract amount for "Preliminary Phase 1" services not to exceed. . $26,744.00 • • The basis of this upper limit and justification for the fee is contained in Appendix "A" attached hereto. Subject to the City council approval, adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. Appendix "B" covers the classification of personnel and the salary rate for all personnel to be assigned to this project by the "ENGINEER". Final payment for "Preliminary Phase 1" services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of Phase 1 for the project. B. "Design" Phase Services (Portion of Phase 2): For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 147.84% of direct labor costs, (plus direct reimbursable expenses associated with the project), plus a fixed fee which are payable as follows: 1.) "Design phase services (Phase 2) plan costs not to exceed: 2.) Fixed fee for "Design" services: 3.) Engineering contract amount for "Design" phase services (Portion of Phase 2) not to exceed:............ $16,223.60 . $ 2,416.40 ..$18,640.00 The basis of this upper limit and justification for the fee is contained in Appendix "A" attached hereto. Subject to the City council approval, adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment Appendix "B" covers the classification of personnel and the salary rate for all personnel to be assigned to this project by the "ENGINEER". • • Final payment for Design services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Design" phase (portion of Phase 2) for the project. C. "Bidding" Phase Services (Portion of Phase 2): For "Bidding" phase services rendered by the "ENGINEER", the owner shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 147.84% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed fee which are as follows: 1.) "Bidding" phase services costs not to exceed :.............$ 1,712.57 2.) Fixed fee for "Bidding" services. .$ 257.43 3.) Engineering contract amount for "Bidding" phase services not to exceed:. ..$ 1,970.00 Final payment for "Bidding" phase (portion of Phase 2) shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Bidding" phase of the project. Final payment for "Bidding" phase services shall be made upon the "OWNER'S" approval and acceptance with satisfactory completion of the "Bidding" phase of the project. D. "Construction" Phase Services (Portion of Phase 2): For "Construction" phase services rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 147.84% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed fee which are as follows: 1.) "Construction" phase services costs not to exceed. $ 8,793.36 2) Fixed fee for "construction" phase services: $ 1,310.64 3.) Engineering contract amount for "Construction" Phase services not to exceed. $10,104.00 (Based upon an assumed construction period not to exceed 90 working days with periodic inspection.) • • The basis for this estimate is Appendix "A". The "ENGINEER" shall invoice the "OWNER" monthly for construction phase services, and the final payment for "Construction" phase services shall be made upon the "OWNER'S" approval and acceptance wit the satisfactory completion of the "Construction" phase of the project. E "Geotechnical Investigation" Services: (Not Included) F. "Special" Services (Part of Phase 2): For "Special" services, such as construction staking, the "OWNER" shall pay the "ENGINEER" as follows: 1.) For "Construction Staking" Services, the "ENGINEER" shall establish trail centerline grade staking with offset staking on one side and 100 -ft. stations, and at street intersections, and perform drainage structures staking if required. This construction staking is to be performed by the "ENGINEER" one time only, with additional staking to be the responsibility of the Contractor. For this work, the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work -time directly connected with construction staking, plus payroll additives and general overhead costs of 147.84 of direct labor costs, plus direct reimbursable expenses, plus a fixed fee payable as follows: a. "Construction Staking" costs not to exceed:......$ 4,173.62 b. Fixed fee for "Construction Staking". $ 622.38 c. Engineering contract amount for "Construction Staking" services not to exceed: .$ 4,796.00 SECTION XIII — CHANGES The OWNER" may at any time, by written order, make changes within the general scope of the contract in the work and services to be performed. If any such changes causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly. Any claim by the "ENGINEER" for adjustment under this clause must be asserted within thirty (30) days from the date of receipt by the "ENGINEER" of the notification of change, provided, however, that the "OWNER", if it decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to the date of dispute concerning a question of fact within the • • meaning of the clause of this contract entitled SECTION XVII — MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse the "ENGINEER" from proceeding with the contract as changed. SECTION XIV — OWNERSHIP OF DOCUMENTS All documents, including original drawings, disks of CADD drawings and cross- sections, estimates, specification field notes, and data are and remain the property of the "OWNER" The "ENGINEER" may retain reproduced copies of drawings and copies of other documents. SECTION XV — POSTPONEMENT OR CALCELLATION OF THE CONTRACT It is understood that the "OWNER" will have the right to suspend or cancel the work at any time A. Postponement — Should the OWNER", for any reason whatsoever, decide to postpone the work at any time, the "OWNER" will notify the "ENGINEER", who will immediately suspend work. Should the "OWNER" decide during such suspension not to resume the work, or should such suspension not be terminated within a year, the work shall be canceled as hereinafter provided. B. Cancellation — Should the "OWNER", for any reason whatsoever, decide to cancel or to terminate the use of the ENGINEER'S" service, the "OWNER" will give written notice thereof to the "ENGINEER", who will immediately terminate the work. If the "OWNER" so elects, the "ENGINEER" may be instructed to bring a reasonable stage of completion to those items whose value would otherwise be lost. The ENGINEER" shall turn over all data, charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of the "ENGINEER'S" services, the "ENGINEER" shall be paid on a proportional amount of the total fee, less prior partial payments, based on the ratio of work done to the total amount of work performed. SECTION XVII — MISCELLANEOUS PROVISIONS 1. Dispute resolution — Any dispute concerning a question of fact in connection with the work and having a financial value of $10,000, or less, shall be referred for determination to the Mayor of the City of Fayetteville whose decision in the matter shall be final and conclusive. Disputes resulting from claims greater than $10,000 shall be subject to mediation. • • 2 Responsibility for Claims and Liability — the "ENGINEER" shall save harmless the "OWNER" from all claims and liability due to its (the "ENGINEER'S") activities, or those subcontractors, its agents, or its employees during the time this contract is in force. 3. General Compliance with Laws — The ENGINEER" shall comply with all federal, state and local laws and ordinances applicable to the work. The "ENGINEER" shall be a professional engineer, licensed in the State of Arkansas 4. ENGINEER'S Endorsement — The "ENGINEER" shall endorse and recommend all plans, specifications, estimates and engineering data finished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. SECTION XVIII — SUCCESSORS AND ASSIGNS The ' OWNER" and the "ENGINEER" each binds itself and its partners, successors, executors, administrators, and assigns to the other part of this Agreement, except as above, neither the "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its interest in this Agreement without written consent of the other. Nothing herein shall be construed as creating any possible personal liability on the part of any officer or agent of any public body which may be party hereto. SECTION XIX — COVENANT AGAINST CONTINGENT FEES The ENGINEER" warrants that it has not employed or retained by company or person, other than a bona fide employee working solely for the "ENGINEER", to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the "ENGINEER", any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the "OWNER" shall have the right to annul this contract without liability. • • IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of the date and year first herein written. (OWNER) CITY O//i/d.fryi, YEETTEVILLE By: Franna, Mayor ATTEST: fraZ%-loti 4.2-Aor,_.-1 (ENGINEER) CRAFTOONN,, TULL & ASSOC., INC. By: fduwx a*-`� Alvin G. Harris, Vice -President ATTEST: MaCrafton, 'ce-President SCOPE OF SERVICES/MA-OUR ESTIMATE PROPOSED BIKE TRAIL PROJECT - for the City of Fayetteville FAYETTEVILLE, ARKANSAS 11/9/99 ENGINEERING SERVICES PHASE_1 Boundary & Topographic Surveys, and Cross -Sections ITEM NO. ITEM DESCRIPTION 1 Meet w/city to coordinate work 2 Courthouse research for plats & street r/w, and plot data 3 Field surveys to tie apparent street r/w, fences, lips railroad evidence 4 Field surveys to locate topographic features, buildings, etc, & establish benchmarks and tie to city datum, & stake centerline for x -sections. 5 Field x -sections along proposed trail route © 50' sta (25' each side cl 6 Prepare Property/Right-of-way Plan of survey & deed data, w/contours 7 Plot existing x -secs at 50' stations 8 Meet w/city to review plan 9 Prepare easement descriptions for proposed trail route TOTAL MAN-HOURS: MAN-HOUR ESTIMATE SUMMARY Survey Crew Land Surveyor Engineering Technician Project Engineer Supervising Engineer Clerical TOTAL DIRECT LABOR (PHASE 1) OVERHEAD (147.84%) FIXED FEE TOTAL (PHASE 1): Man-hour Estimate SRVY. CREW LAND SRW. ENGR TECH. PROJ ENGR. SUPR. ENGR. CLER. 4.0 1.0 3.0 24.0 40.0 16.0 36.0 4.0 64.0 20.0 40.0 4.0 1.0 32.0 4.0 24.0 2.0 16.0 40.0 4.0 1.0 16.0 4.0 3.0 4.0 2.0 24.0 32.0 24.0 136.0 86.0 212.0 26.0 5.0 UNITS 136 0 Hrs 86.0 Hrs 212 0 Hrs 26.0 Hrs 5.0 Hrs 24.0 Hrs 24.0 lige lof3 HRLY RATE $24.00 $22.00 $15.50 $21.00 $30.00 $12.00 APPENDIX A TOTAL $ 3 264.00 $ 1,892.00 $ 3,286.00 $ 546.00 $ 150.00 $ 288.00 $ 9,426.00 $ 13,935.40 $ 3,382.60 $ 26,744.00 • SCOPE OF SERVICES/MAN-HOUR ESTIMATE PROPOSED BIKE TRAIL PROJECT - for the City of Fayetteville FAYETTEVILLE, ARKANSAS 11/9/99 ENGINEERING SERVICES PHASE 2: Engineering =Design, .Bid Documents, Construction. Phase. ITEM NO. ITEM DESCRIPTION 1 Meet w/city to coordinate work 2 Preliminary Engineering Design 3 Meet w/city for design review 4 Final Construction Plans 5 Final Review by City 6 Bidding Phase 7 Construction Phase (assume 90 days -periodic inspection) TOTAL MAN-HOURS: MAN-HOUR ESTIMATE SUMMARY Survey Crew Land Surveyor Engineering Technician Project Engineer Supervising Engineer Design Engineer Clerical Construction Observation TOTAL DIRECT LABOR (PHASE 2) OVERHEAD (147.84%) FIXED FEE TOTAL (PHASE 2): DIRECT EXPENSES Mileage Printing & Reproduction Abstractor Services (by City) Geotechnical (by City) TOTAL DIRECT EXPENSES Man-hour Estimate • Page 2 of 3 APPENDIX A SRVY. CREW LAND SRW. ENGR TECH. ENGR. PROJ SUPR. ENGR. DESIGN ENGR CLER CONST OBSERVER 4.0 1.0 4.0 88.0 40.0 2.0 64.0 4.0 4.0 4.0 68.0 32.0 2.0 40.0 4.0 4.0 1.0 4.0 2.0 12.0 2.0 6.0 20.0 40.0 16.0 40.0 40.0 2.0 12.0 8.0 144.0 40.0 16.0 198.0 136.0 10.0 UNITS 40 0 160 198 0 136 0 10.0 134 0 36.0 144 0 Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs 134.0 36.0 UNITS 150 0 Mi 200 0 Sheets HRLY RATE $24.00 $22.00 $15.50 $21.00 $30.00 $18.00 $12.00 $14.50 144.0 TOTAL 960.00 352.00 3,069.00 2,856.00 300.00 2,412.00 432.00 2,088.00 12,469.00 18,434.17 4,606.83 35,510.00 RATE TOTAL $0.31 $ 46.50 1.0 $ 200.00 $ 246.50 • PROPOSED BIKE TRAIL PROJECT - for the City of Fayetteville FAYETTEVILLE, ARKANSAS 11/9/99 Page3of3 MANHOUR SUMMARY/FEE ESTIMATE - 'PHASES 1 AND'''2 TOTAL (PHASE 1) TOTAL (PHASE 2) TOTAL DIRECT EXPENSES APPENDIX A TOTAL FEE: $. 26,744.00 35,510.00 246.50 62,500.50,_ • EXHIBIT "B" - PAGE ONE CRAFTON, TULL & ASSOCIATES, INC. FEE SCHEDULE EFFECTIVE JANUARY 30, 1999 Ap"B" . Page of 2 BILLABLE RATE PRINCIPAL IV $100/HR. PRINCIPAL III $95/HR. PRINCIPAL II $90/HR. PRINCIPAL I $85/HR. ENGINEER XI $90/HR. ENGINEER X $85/HR. ENGINEER IX $80/HR. ENGINEER VIII $75/HR. ENGINEER VII $70/HR. ENGINEER VI $65/HR. ENGINEER V $60/14R. ENGINEER IV $55/HR. ENGINEER III $50!HR. ENGINEER II $45/HR. ENGINEER I $40/HR. ARCHITECT X $80/HR. ARCHITECT IX $75/HR. ARCHITECT VIII $70/HR. ARCHITECT VII $65/HR. ARCHITECT VI $60/HR. ARCHITECT V 555/HR. ARCHITECT IV $50/HR. ARCHITECT III $45/HR. ARCHITECT II $40/HR. ENGINEERING TECH IX $65/HR. ENGINEERING TECH VIII $60/HR. ENGINEERING TECH VII $55/HR. ENGINEERING TECH VI $50/HR. ENGINEERING TECH V $45/HR. ENGINEERING TECH IV $40/HR. ENGINEERING TECH III $35/HR. ENGINEERING TECH II $30/HR. ENGINEERING TECH 1 $25/HR. ARCHITECTURE TECH VIII $60/HR. ARCHITECTURE TECH VII $55/HR. ARCHITECTURE TECH VI $50/HR. ARCHITECTURE TECH V $45/HR. ARCHITECTURE TECH IV $40!HR. ARCHITECTURE TECH III $35/HR. ARCHITECTURE TECH it $30/HR. ARCHITECTURE TECH I $25/HR. ACCOUNTANT V $50/HR. ACCOUNTANT IV $45/HR. ACCOUNTANT 111 $40/HR. ACCOUNTANT 11 $35/HR. • • EXHIBIT "B" -PAGE TWO CRAFTON, TULL & ASSOCIATES, INC. FEE SCHEDULE EFFECTIVE JANUARY 30, 1999 Appel. "Bn Page 2 of 2 BILLABLE RATE CLERICAL VII $45/HR. CLERICAL VI $40/HR. CLERICAL V $35/HR. CLERICAL IV $30/HR. CLERICAL III $25/HR. CLERICAL II $20/HR. INSPECTOR V $50/HR. INSPECTOR IV $45/HR. INSPECTOR III $40/HR. INSPECTOR II $35/HR. INSPECTOR I $30/HR. LAND SURVEYOR IX $70/HR LAND SURVEYOR VIII $65/HR LAND SURVEYOR VII $60/HR. LAND SURVEYOR VI $55/HR. LAND SURVEYOR V $50/HR. LAND SURVEYOR IV $45/HR. LAND SURVEYOR III $40/HR. SURVEY PARTY CHIEF (TULSA) $45/HR. SURVEY PARTY CHIEF $40/HR. SURVEY INSTRUMENT MAN (TULSA) $35/HR. SURVEY INSTRUMENT MAN $30/HR. SURVEY RODMAN (TULSA) $25/HR. SURVEY RODMAN $20/HR. PLAN SHEET PLOTTING (PAPER OR VELLUM) $18/SHEET __X_ Agenda Request Contract Review Grant Review • STAFF REVIEW FORM FOR THE FAYETTEVILLE CITY COUNCIL MEETING OF December 7, 1999 • RECEIVED DEC 01 1999 CITY OF FAYETTEVILLE FROM: C TY CLEHKVS urriuE Chuck Rutherford Public Lands Maintenance Public Works Name Division Department ACTION REQUESTED:Approval of an engineering agreement with Crafton-Tull & Associates of Fayetteville to furnish survey, preliminary and final design, and provide construction observations for a proposed multi -use trail located along a portion of an abandoned railroad line between Spring and Prairie Streets, a distance of approximately 2600 feet. COST TO THE CITY: $62,504 Cost of this request 4470-9470-5814-00 Account Number 96041 Project Number $467,450 Sidewalk and Trails Category/Project Budget 21,533 Funds used to date 4341,q 11 Remaining Balance Category/Project Name Program Name Sales Tax Capital Improvement Fund BUDGET REVIEW: —X__ Budgeted Item Buc get Coordinator Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: Accountin ney 4R /ia17-99 Date Date It -a9-99 Purchasing Officer Date In nal Auditor Date ADA Coordinator Date STAFF RECOMMENDATION: Approval of the Engineering Agreement _eAratil iti• • I Head ie ment Di ector ', �J....:.. M or s Director //- 3o -c Date 1/ D Ddte Cross Reference New Item: Yes No Prev Ord/Res #. Orig. Contract Date • Description 21u /fir: 04.eLa.. t rents: Budget Coordinator STAFF RUIN FORM Accounting Manager /L ildee/ 4/241-4. JAM: flnig.e.t SNOW (Melleali x iata City Attorney Purchasing Officer ADA Coordinator Internal Auditor Reference Comments: • Page 2 Meeting Date /IGram�e, / 1��i�dan 17> 1240t a. 8" h„i,4ZtC4rn4.43 St. r mo (--At e Cy • FAYETTEVtLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE Date: November 24, 1999 To: Mayor Hanna and City Council Members From: Chuck Rutherford, Sidewalks and Trails Coordinator Thru: Charles Venable, Public Works Director Don Bunn, Assistant Public Works Director Subject: Multi -Use Trail, Spring Street to Prairie Street The Trails Committee has expressed an interest in constructing a multi -use trail within the abandoned portion of the old Frisco Railroad located between Spring Street and Prairie Street, a distance of approximately one-half mile. The railroad has sold at least three parcels of land to private individuals and it is not certain at another location exactly how much of a right-of-way currently exits. It is not possible to determine the exact right-of-way or where a trail can be located at a few locations within the old right-of-way boundaries without conducting a survey of the area Therefore, a Selection Committee met on October 21 and chose the Crafton-Tull & Associates, Incorporated, of Rogers and Fayetteville, to conduct surveys to determine the property boundaries, and to obtain information for the location and design of the trail. Attached hereto is an engineering agreement with the Crafton firm covering several phases of work. Phase One will cover boundary and topographic surveys. Elevation controls, center -line locations, cross sections, property maps, etc. This will allow appraisals of all properties involved to determine the right-of-way costs involved in the proposed projects. The cost not to exceed for Phase I is $26,744 plus expenses for printing, etc. This does not include appraisals which will be a separate contract and includes a fixed fee of $3,383. The second phase of work will cover the engineering design of the proposed trail, preparation of specifications, and quantities necessary to place the project under contract. This phase of work will cost not to exceed $20,610 including a fixed fee of $2,674. Phase Three of the work is for inspection services during construction with a not to exceed cost of $14,900, including a fixed fee of $1,933. Expenses are estimated to cost about $250 for all phases of work. Therefore, the total cost not to exceed, covering all phases of work and expenses, is in the amount of $62,504 including a fixed fee of $7,990. No work will be permitted to proceed beyond Phase I until all appraisals have been made by a realty appraiser and the right-of-way has been secured. CR:msm