+ All Categories
Home > Documents > 1 ~.i ~ ·o: 5G Engineering EMO RAND UM...Commissioner Ron Peters John Fothergill, Chief Deputy...

1 ~.i ~ ·o: 5G Engineering EMO RAND UM...Commissioner Ron Peters John Fothergill, Chief Deputy...

Date post: 27-May-2020
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
23
TULSA COUNTY Engineering Division DATE: TO: FROM: 'lfl\1 GCi \ 0 · o: 5G EMORAND UM l' October 9, 2017 Board of County Commissioners Tom Rains, County SUBJECT: Engineering Services contract for 121st Street South between US 75 and Elwood Avenue We present for your approval an engineering services contract between Tulsa County and Crafton, Tull & Associates, Inc. This agreement provides for the engineering design of the roadway on 121st Street South between US Hwy 75 and Elwood Avenue. The project is a Vision Tulsa project and will be funded from surplus Vision 2025 funds. Total engineering design fee will be $365,100.00. Tulsa County will provide the geotechnical investigation. We would recommend approval of this agreement. TR:bd Attachments Original: xc: Michael Willis, County Clerk, for the October 16, 2017 Agenda Commissioner John M. Smaligo, Jr. Commissioner Karen Keith Commissioner Ron Peters John Fothergill, Chief Deputy Vicki Adams, Chief Deputy File
Transcript

TULSA COUNTY Engineering Division

DATE:

TO:

FROM:

'lfl\1 GCi \ 0 ~.i ~ ·o: 5G

EMO RAND UM l'

October 9, 2017

Board of County Commissioners

Tom Rains, County Engin~

SUBJECT: Engineering Services contract for 121st Street South between US 75 and Elwood A venue

We present for your approval an engineering services contract between Tulsa County and Crafton, Tull & Associates, Inc.

This agreement provides for the engineering design of the roadway on 121st Street South between US Hwy 75 and Elwood A venue. The project is a Vision Tulsa project and will be funded from surplus Vision 2025 funds.

Total engineering design fee will be $365,100.00. Tulsa County will provide the geotechnical investigation. We would recommend approval of this agreement.

TR:bd Attachments

Original:

xc:

Michael Willis, County Clerk, for the October 16, 2017 Agenda

Commissioner John M. Smaligo, Jr. Commissioner Karen Keith Commissioner Ron Peters John Fothergill, Chief Deputy Vicki Adams, Chief Deputy File

AGREEMENT FOR ENGINEERING SERVICES

STATE OF OKLAHOMA TUL SA COUNT Y

R·CEI ED

ZO 17 OCT I 2 , : 3 I

111!, ' I r 1 i. •11 I' ' • -t.1~ .. ,. t 11 •

This AGREEMENT is made and entered into on this __ day of r1 u '; ?~~~r~Y. ~·-~ 10 and between Tulsa County in the State of Oklahoma, hereinafter referred to as COUNTY, ,_,, f:PX and Crafton, Tull & Associates, Inc., hereinafter referred to as ENGINEER;

WITNESS ETH:

WHEREAS, COUNTY plans to improve 12Pt Street South from US Highway 75 to Elwood Avenue, hereinafter referred to as the PROJECT; and

WHEREAS, the COUNTY requires certain professional services in connection with the PROJECT, hereinafter referred to as the SERVICES; and

WHEREAS, ENGINEER is prepared to provide such SERVICES; and

WHEREAS, funding is available for the payment of the ENGINEER for providing the SERVICES under this AGREEMENT.

NOW TIIEREFORE, in consideration of the promises contained herein, the parties hereto agree as follows:

1.0

2.0 SERVICES TO BE PERFO~MED BY ENGINEER: ENGINEER shall perform the SERVICES described in Attachment B, COPE OF SERVICES, which is attached hereto and incorporated by reference as part of this AGREEMENT.

3.0 COMPENSATION: The COUNTY shall pay ENGINEER in accordance with Attachment D, OMPEN ATIO , which is attached hereto and incorporated by reference as part of this AGREEMENT.

4.0 TIME FOR COMPLETION: The ENGINEER shall provide the necessary SERVICES and complete all work required for each phase of the PROJECT within the times stated in Attachment E, TIME FOR COMPLETION, which is attached hereto and incorporated by reference as part of this AGREEMENT.

5.0 S ND RD OF PERFORMANCE: The ENGINEER shall perform the SERVICES in a manner consistent with the prevailing accepted standard for similar services with respect to projects of comparable function and complexity and with the applicable laws and regulations published and in effect at the time of

performance of the SERVICES. The PROJECT shall be designed and engineered in a good and workmanlike manner and in strict accordance with this AGREEMENT. All engineering work shall be performed by or under the supervision of a Professional Engineer licensed in the State of Oklahoma, and properly qualified to perform such engineering services, which qualification shall be subject to review by COUNTY. The ENGINEER shall have the obligation to the COUNTY to perform in accordance with the foregoing standard, but no warranty, either express or implied, shall apply to the SERVICES to be performed by the ENGINEER pursuant to this AGREEMENT or to the suitability of ENGINEER'S work product for a particular use.

6.0 LIMITATIONS OF RESPONSIBILITY: ENGINEER shall not be responsible for construction means, methods, techniques, sequences, procedures, or safety precautions and programs in connection with the PROJECT.

7.0 OPINIONS OF COST AND SCHEDULE;

7.1 Because the ENGINEER has no control over the cost of labor, materials, equipment or services furnished by others, or over contractors', subcontractors' or vendors' methods of determining prices, or over competitive bidding or market conditions, the ENGINEER'S opinions of the probable cost of the PROJECT as for herein are to be made on the basis of his experience and qualification. Such opinions represent his best judgment as experienced and qualified Professional Engineer familiar with the construction industry. The ENGINEER does not guarantee that the proposals, bids or actual construction costs will not vary from the opinions of probable cost prepared by him.

7.2 Because the ENGINEER has no control over the resources provided by others to meet construction contract schedules, the ENGINEER'S opinion of the probable construction schedule for the PROJECT is to be made on the basis of his experience and qualifications. Such opinion represents his best judgment as an experienced and qualified Professional Engineer familiar with the construction industry. The ENGINEER does not guarantee that the construction schedule will not vary from the opinion prepared by him.

8.0 LIABILITY AND INDEMNIFICATION:

8.1 The ENGINEER shall indemnify the COUNTY from and against legal liability for damages arising out of the performance of the SERVICES for the COUNTY including, but not limited to any claims, costs, attorney fees, or other expenses of whatever nature where such liability is caused by the negligent act, error, or omission of ENGINEER or any employee, sub-consultants or agents for whom ENGINEER is legally liable. Nothing in this paragraph shall make the

2

ENGINEER liable for any damages caused by the COUNTY or any other contractor of the COUNTY.

8.2 The ENGINEER shall not be liable to the COUNTY for any special, indirect or consequential damages, such as, but not limited to, loss of revenue, or loss of anticipated profits.

9.0 COMPLrANCE WITH LAWS:

9.1 In performance of the SERVICES, the ENGINEER will comply with applicable regulatory requirements including federal, state, and local laws, rules, regulations, orders, codes, criteria and standards. The ENGINEER shall procure the permits, certificates, and licenses necessary to allow ENGINEER to perform the SERVICES. ENGINEER shall not be responsible for procuring permits, certificates, and licenses required for any construction unless such responsibilities are specifically assigned to ENGINEER in Attachment B, OPE OF SERVICES.

9.2 The ENGINEER shall take steps within its authority to verify the project is in compliance with the United States Department of Justice guidelines for Title II and III of the Americans With Disabilities Act. It is understood that the program of the ENGINEER is not a program or activity of the COUNTY. The ENGINEER agrees that its program or activity will comply with the requirements of the Americans with Disabilities Act. Any cost of such compliance will be the responsibility of the ENGINEER.

10.0 INSURANCE;

10.1 During the performance of the SERVICES under this AGREEMENT, the ENGINEER shall keep and carry in force policies of insurance in the minimum amount as set forth herein or as required by the laws of the State of Oklahom~ whichever is greater.

10.1.1 General Liability Insurance with bodily injury limits of not less than $1,000,000 for each occurrence and not less than $1,000,000 in the aggregate, and with property damage limits of not less than $I 00,000 for each occurrence and not less than $100,000 in the aggregate.

10.1.2 Automobile Liability Insurance with bodily injury limits of not less than $1,000,000 for each person and not less than $1,000,000 for each accident and with property damage limits of not less than $100,000 for each accident.

10.1.3 Worker's Compensation Insurance in accordance with statutory requirements and Employer's Liability Insurance with limits of not less than $100,000 for each occurrence.

3

10.1.4 Professional Liability Insurance with limits of not less than $500,000 with prior acts endorsement for the insurance to remain in effect for a minimum of two years after acceptance of the PROJECT by the COUNTY.

I 0.2 The ENGINEER shall furnish to the COUNTY certificates of insurance showing he is carrying insurance in at least the specified minimum amounts. Said certificates shall further provide that said insurance will not be cancelled by the Insurer without the Insurer first giving the COUNTY thirty (30) days written notice of cancellation.

11.0 COUNTY'S RESPONSIBILITIES: The COUNTY shall be responsible for all matters described in Attachment C, RESPONSIBILITIES OF THE COUNTY, which is attached hereto and incorporated by reference as part of this agreement.

12.0 OWNERSHIP AND REUSE OF DOCUMENTS:

12.1 All documents, including original drawings, estimates, specifications, field notes and data shall become and remain the property of the COUNTY.

12.2 The COUNTY'S use of such documents other than the specific purpose for which they were intended without written verification or adaptation by ENGINEER shall be at COUNTY'S risk and responsibility.

13.0 TERMINATIO OF CONTRACT:

13.l At any time prior to completion of all SERVICES under this AGREEMENT and in the event of substantial failure by one party to perform in accordance with the terms of this AGREEMENT through no fault of the terminating party, the terminating party may terminate this AGREEMENT by giving written notice by registered mail at least fifteen days prior to the effective date of termination.

13.2 The COUNTY shall have the right to terminate this AGREEMENT, or suspend performance thereof, for COUNTY'S convenience by giving written notice to ENGINEER. In the event of termination or suspension of the AGREEMENT for COUNTY'S convenience, COUNTY shall make prompt payment to the ENGINEER for all SERVICES performed in accordance with provisions of Attachment D, COMPE l N. Upon receipt of written notice by the ENGINEER to resume the SERVICES under this AGREEMENT, compensation shall continue in accordance with Attachment D, COMP EN TIO .

14.0 NOTICE:

14.1 Any notice demand, or request required by or made pursuant to this AGREEMENT shall be considered properly made if personally delivered in writing or if delivered by the United States Postal Service, postage prepaid, to the address specified below.

4

14.1.1 To ENGINEER:

14.1.2 To COUNTY:

Crafton, Tull & Associates, Inc. 220 East gth Street Tulsa, Oklahoma 74119

Tulsa County Engineer's Office 500 South Denver, Room 312 Tulsa, Oklahoma 74103

14.2 Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of ENGINEER and COUNTY.

15.0 UNCONTROLLED FORCES: Neither the COUNTY nor ENGINEER shall be considered to be in default of this AGREEMENT if failures or delay of performance shall be due to forces which are beyond the control of the parties; including, but not limited to: fire, flood, earthquakes, storms, lightning, epidemic, war, rio~ civil disturbance or sabotage; inability to procure permits, licenses, or authorizations from any state, local, or federal agency or person for any of the supplies, materials, accesses, or services required to be provided by either COUNTY or ENGINEER under this AGREEMENT; strikes, work slowdowns or other labor disturbances, and judicial restraint.

16.0 SEVERABIUTY: If any portion of the AGREEMENT shall be construed by a court of competent jurisdiction as unenforceable, such portion shall be severed here from, and the balance of this AGREEMENT shall remain in full force and effect.

17.0 lNTEGRATION AND MODlFI ATION: This AGREEMENT includes Attachments A, B, C, D and E and represents the entire and integrated AGREEMENT between the Parties; and supersedes all prior negotiations, representations, or agreements pertaining to the SCOPE OF SERVICES contained herein, either written or oral. This AGREEMENT may be amended only by a written instrument signed by each of the Parties.

18.0 ASSIGNMENT:

18.1 The ENGINEER shall not assign its obligations undertaken pursuant to this AGREEMENT, to another party, provided that nothing contained in this paragraph shall prevent ENGINEER from employing such independent consultants, associates, and subcontractors as ENGINEER may deem appropriate to assist ENGINEER in the performance of the SERVICES hereunder.

18.2 It is understood and agreed that all work performed under this AGREEMENT shall be subject to inspection and approval by the County Engineer and any plans or specifications not meeting the terms set forth in this AGREEMENT will be replaced or corrected at the sole expense of the ENGINEER. The ENGINEER

5

will meet with the COUNTY staff initially and monthly thereafter and will be available for public hearings and or County Commission presentations.

18.3 DISPUTE RESOLUTION PROCEDURE: In the event of a dispute between the ENGINEER and the COUNTY over the interpretation or application of the terms of this AGREEMENT, the matter shall be referred to the County Engineer for resolution. If the County Engineer is unable to resolve the dispute, the matter may be referred to the County Commission for resolution. Regardless of these procedures, neither party shall be precluded from exercising any rights, privileges or opportunities permitted by law to resolve any dispute.

IN WITNESS WHEREOF, the parties have executed this AGREEMENT in multiple copies on the respective dates noted herein, said AGREEMENT to be effective on the date executed by the Chairman of the Board of County Commissioners.

ATTEST: (SEAL)

County Clerk

APPROVED AS TO FORM:

fkL41lY\,~ Assistant District Attorney

TULSA COUNTY, OKLAHOMA Board of County Commissioners

Chairman

6

ATTEST: f~~..M,) ,,,,tm ,,,,, ~'''' X.. E. Yo i11.,,, ~~~ ............. VA.~

~ 'S -~\OT .4~···· ·y,..-:. § .. ···· ,~ . VT F ·· .. \,)' ~ -...; ~ \ ~

§ f # 11004011 \ ~ E \ EXP. 05/02119 ! --::<A\ .: .::-~A·-. •• ~- ./ ~~ ~ °Y>, ··• . .;. VHL\C / O~ .S-~ ~ ................... ·~ ~

~".11. OF 0¥.\..~ ,,,,, State of ~uluimui"')

CJe\ldU.rd SS County of·'Ftttsa- )

Paul D 'Andrea Vice President

Subscribed and sworn to before me on the ofh day of ~,,, ,2017.

My Commission Expires:

~flt l you" if= NotaPUblic

7

ATTACHMENT A

SCOPE OF PROJECT

1.1 SCOPE OF PROJECT: The PROJECT shall consist of the following:

Develop construction plans for widening 12I8t Street South from U.S. Highway 75 to Elwood Avenue from two (2) lanes to four (4) lanes. This includes survey and utility coordination, as well as providing curb and gutter and sidewalks for ADA compliant pedestrian access. The PROJECT includes analyzing the Coal Creek drainage basin in order to adequately design storm drainage structures for storm sewer construction and bridge and culvert replacement to convey storm water flows under and along the future widened roadway.

Develop construction plans for geometric and traffic signal improvements to the intersection of 121 st Street South and Elwood A venue. These improvements include widening the west and south legs of said intersection to five (5) lanes and widening the north and east legs of said intersection to three (3) lanes, as well as signalization of said intersection with curb and gutter and sidewalks for ADA­compliant pedestrian access. This includes survey and utility coordination.

ATTACHMENT B

SCOPE OF SERVICES

SECTION 1: PURPOSE

1.1 The SERVICES to be performed by the ENGINEER under this AGREEMENT will consist of developing the PROJECT. Further, it is understood and agreed that the date of beginning, rate of progress, and the time of completion of the work to be done hereunder are essential provisions of this AGREEMENT; and it is further understood and agreed that the work embraced in this AGREEMENT shall commence upon execution of this AGREEMENT and after receipt of a Notice to Proceed.

Because the County intends to use state allocated funding, the plans and design will be developed according to current design standards and procedures for Oklahoma Department of Transportation (ODOT) projects for review by the ODOT Local Government Office. ODOT will subsequently administer the bidding and construction phases of the project. The ENGINEER will supply basic support to ODOT and the COUNTY during the bidding and construction phases as detailed herein. The Basic Services of the ENGINEER shall include, but are not necessarily limited to, those described in the following section.

SECTION 2: SCOPE OF SERVICES

2.1 PRELIMINARY DESIGN PHASE (60% PLAN-JN-HAND) - Upon rece ipt of a Notice to Proceed, the Engineer will work with the COUN1Y-appointed personnel to evaluate and prepare 60% preliminary plans to construct the PROJECT. The final deliverables for this phase will be PLAN-IN-HAND plans as required to secure State-administered funds and attendance at the ODOT PLAN-IN-HAND design review meeting. More detailed description of Preliminary Design Phase tasks are discussed in the following paragraphs.

2.1 .1 Preliminary Design Meetings - The ENGINEER will meet with COUNTY staff to establish the precise limits of the project and discuss specific design requirements to establish guidelines for the design of the roadway prior to commencing with design. In addition, the ENGINEER will schedule coordination meetings as necessary with adjacent municipalities and ODOT, as well as applicable permitting agencies, to determine any additional design requirements beyond those required by the COUNTY. Furthermore, throughout the design phase the ENGINEER will attend monthly meetings with the COUNTY to discuss progress and address questions and design issues.

2.1.2 Surveying - Surveying services provided will include the following:

I. Location/verification of section comers and section line alignments 2. Topographic survey of entire project area

3. Establishing project control points and lines to be used for both design and construction staking

4. Determination and mapping of existing right-of-way adjacent to project alignment

5. Assisting the engineers in production of proposed right-of-way plans 6. Production of legal descriptions and exhibits for all new right-of-way

parcels and easements.

2.1.3 Environmental Review - The NEPA environmental review for the project will be performed by ODOT. The ENGINEER will provide the NEPA checklist, maps and project information necessary to begin the NEPA process prior to submitting Plan-In-Hand documents.

2.1.4 Geotechnical Engineering - The ENGINEER will provide scope criteria to aide the COUNTY in soliciting proposals from geotechnical engineering firms for geotechnical design and testing. All geotechnical design requirements (e.g. pavement desi~ slope stability, etc.) will be based on recommendations of the chosen geotechnical engineer.

2.1.5 Hydrology and Hydraulic Design - Hydrologic and hydraulic calculations will be performed for sizing of drainage structures according to current ODOT design manuals for storm drainage design. In addition, a hydraulic model of the adjacent Coal Creek and its roadway crossings will be performed for sizing associated drainage structures and bridge.

2.1.6 Traffic Study and Signal Design - The ENGINEER's traffic engineering sub­consultant will perform a traffic study to verify traffic counts and project design traffic, and to determine necessary queuing lengths and other geometry as well as to provide information required for signal design. The sub-consultant will also provide signal design for the intersection of W 12l51 St.Sand S. Elwood Avenue in accordance with ODOT standards.

2.1. 7 Preliminary Plans - The preliminary roadway plans shall be developed to approximately a 60% level of desi~ for the Plan-In-Hand submittal. The plans will be prepared according to ODOT design requirements using the new PROJECTWISE format. Plan sets will be printed in quantities required by ODOT for Plan-In-Hand review. The COUNTY will be provided three (3) half size sets of plans for preliminary review. These plans shall include, but not be limited to, preliminary versions of the following:

1. ODOT Cover Sheet 2. Index of Sheets and Standards 3. Typical Sections 4. Pay Items, Quantities and Notes 5. Preliminary Bridge Plans (See Section 2.1.8) 6. Pay Item Summary Sheets 7. Storm Water Management Plan 8. Drainage Map

9. Drainage Structure Summary Sheet 10. Roadway P&Ps 11. Storm Drainage P&Ps 12. Signing and Striping Plans 13. Signal Plans (Design Provided by Subconsultant) 14. Erosions Control Plans and Details 15. Misc. Details 16. Cross Sections

2.1.8 Preliminary Bridge Design - The Preliminary Bridge Design will include the following services and criteria:

I . Meet with the Owner at the site to gather information. 2. Prepare and submit design criteria document. 3. Request and coordinate with survey. 4. Request geotechnical report and coordinate with Geotechnical

Engineer. 5. Coordinate with Roadway Engineer. 6. Determine span bridge type, size and location based on the following:

a. Roadway horizontal and vertical alignment, with the following limits: 1) Tan.gent alignment, no horizontal curves on bridge. 2) 8% max. grade. 3) Match existing alignment, preferred. 4) Raise east approach to match existing bridge PGL.

b. Roadway typical section, consisting of: 1) 50' -0" clear roadway width. 2) 6'-0" sidewalks north and south. 3) ODOT standard traffic rail.

c. Anticipate Type II prestressed concrete beam spans. d. Hydraulic opening to satisfy FEMA requirements. e. HL-93 live loading. f. No construction staging required. Bridge closed during

construction. g. No utilities. h. No lighting.

7. Prepare preliminary bridge plans including: a. General Plan & Elevation sheets (3). b. Stage Construction Details (3) c. Bridge Typical Section (1).

8. Prepare preliminary bridge construction cost estimate. 9. Perform in-house quality control. 10. Submit preliminary bridge plans to the Owner for review. 11. Meet with the Owner at the project site to discuss review comments

(preliminary field review). 12. Revise preliminary plans based on reviewer comments.

2.1.9 Utility Coordination - The ENGINEER will coordinate with the COUNTY and ODOT to schedule a Utility Coordination Conference with all utilities located within the project footprint, to discuss conflicts with proposed roadway and bridge construction and coordinate relocation efforts if necessary. Prior to the meeting date, the ENGINEER will provide copies of the preliminary plans to each utility for reference.

2.1.10 Preliminary Cost Estimate - The ENGINEER will provide a preliminary cost estimate using ODOT's "Trans*port PES" program and pay items as shown on plans. This preliminary cost estimate will include a 10% contingency.

2.2 FINAL DESIGN PHASE (90% AND FINAL BID SETI - Upon receipt of a Notice to Proceed and review comments from ODOT and the COUNTY, the Engineer will begin final design of the project. The final design phase of the project will consist of development of final plans and estimates to be submitted as 90% documents for final review by ODOT and the COUNTY, as well as incorporati~n of the 90% review comments and production/delivery of Final Bid Set plans as required for ODOT to bid the project. More detailed descriptions of Final Design Phase tasks are discussed in the following paragraphs. As in preliminary design, throughout the final design phase the ENGINEER will attend monthly meetings with the COUNTY to discuss progress and address questions and design issues.

2.2.l Utility Coordination - The ENGINEER will Review plans and agreements submitted by the utility companies and the COUNTY and, when complete to the satisfaction of the ENGINEER, submit the relocation plans and agreements to the COUNTY for execution. Proposed locations of relocated utilities will be included in the final project plans for reference during construction.

2.2.2 USACE Permitting - The ENGINEER will make initial inquiries with the United State Corps of Engineers to determine Jurisdiction and what type, if any, permits will be required for work in and around Jurisdictional Navigable Waters of the U.S. located within the project. If the project falls within the criteria for Nationwide Permits, then the ENGINEER will provide pre-construction notification and other documentation as necessary to obtain verification from the USACE. Any work required to obtain an individual Section 404 permit is excluded from this contract, but may be negotiated later and provided for additional fee if needed.

2.2.3 Right-Of-Way Plans - Upon confirmation of the design grades and alignments after preliminary review of the plans by ODOT and the COUNTY, the ENGINEER will finalize right-of-way plans and all legal descriptions and exhibits necessary for right-of-way and easement acquisitions.

2.2.4 Final Plans-All plans, calculations, and supplemental data shall be completed for submittal of the final plans. The initial submittal for final review (90% ODOT review) is intended to be a complete set of final plans. Upon completion of the 90% review by ODOT and the COUNTY, the ENGINEER will address any final

comments and submit Bid Set Plans and estimates to ODOT for bidding. At each submittal the ENGINEER will provide three (3) sets of all submittal plans and documents to the COUNTY for review along with those required for ODOT review. The Final Plans submittal shall include the following:

1. ODOT Cover Sheet 2. Index of Sheets and Standards 3. Typical Sections 4. Pay Items, Quantities and Notes 5. Final Bridge Plans (See Section 2.2.3) 6. Pay Item Summary Sheets 7. Storm Water Management Plan 8. Drainage Map 9. Drainage Structure Summary Sheet 10. Roadway P&Ps 11. Storm Drainage P&Ps 12. Signing and Striping Plans 13 . Signal Plans (Design Provided by Subconsultant) 14. Erosion Control Plans and Details 15. Misc. Details 16. Cross Sections 17. Construction Traffic Control Plans and Quantities 18. Project Survey Data/Control Sheets 19. Final Right-Of-Way Plans

2.2.5 Final Bridge Design- Final Bridge Design will include the following services and criteria:

I . Prepare bridge design calculations. 2. Prepare bridge detailed plans. 3. Prepare bridge construction specifications. References shall be

made to ODOT Standard Specifications for Highway Construction (2009 edition).

4. Prepare bridge bid quantities. 5. Prepare bridge construction cost estimate. 6. Perform in-house quality control. 7. Submit final bridge plans to the Owner for review. 8. Meet with the Owner at the project site to discuss review

comments (final field review). 9. Revise plans based on reviewer comments. 10 . Prepare final plans, specifications, and construction cost estimate

for letting purposes. 11. Perform in-house quality control. 12. Submit final bridge plans to the Owner for letting. 13. All bridge plans shall be prepared in Microstation format 14. All bridge submittals shall be hard copy only.

2.3 GENERAL SERVICES DURING BIDDING - During the bidding phase of the project, the ENGINEER will submit required plans, estimate, and supporting documents to ODOT POJECTWISE system for bidding, aide ODOT in answering questions regarding design, and prepare addenda/revisions if necessary. ODOT provides all other bidding services for projects using state allocated funds.

2.4 GENERAL SERVICES DURING CO STRUCTION - ODOT's on site engineer will provide most services during the construction phase; however, the ENGINEER will provide the following services throughout construction:

1. Answer questions from ODOT on-site engineer/inspector regarding intent and interpretation of the plans.

2. Periodic site visits to maintain general knowledge of project completeness and to verify that construction is generally adhering to plans. (Limited to maximum of one (1) visit every two weeks on average)

3. Engineering fees for construction phase services are based on a construction duration of eight (8) months. If construction duration extends beyond this limit, services may be provided for additional fee.

4. One time staking of project control points for use by contractor. 5. Upon completion of construction and receipt of field markups from

ODOT engineer/inspector, the ENGINEER will produce final RECORD DRAWINGS showing all field changes made during construction. RECORD DRAWINGS will be provided to the COUNTY in pdf and AutoCad formats.

2.5 ADDITIONAL SERVICES

2.5.1 The following services are included in the project fee on an as needed basis. If requested, and with prior COUNTY approval, the ENGINEER will provide the services and the associated fees will be made available.

1. One-Time Staking of Right of Way (existing and proposed) for Appraisal Purposes.

2.5.2 The following services are not inCluded in this contract, but are available from the ENGINEER, for additional fee:

1. Water and Sewer Relocation Design. 2 . ODEQ Permitting and SWPPP 3 . Bidding phase services not specifically included above (i.e.

Specifications, Bidding Documents, Bid tabs, recommendation of award, Pre-bid meetings, etc.)

4 . Construction Staking not specifically provided for above. 5. Construction Phase Services not included above (i.e. full

construction observation services, construction coordination

meetings, answering and tracking RFI's, submittal review, change orders, etc.)

6. CLOMR/LOMR documentation and applications. 7. Conversion of Final Plans to Microstation format for delivery to

ODOT. 8. Section 404 Individual Pennit services as needed. 9. Bridge design for additional span bridges (project includes only

one proposed span bridge). 10. Bridge Load Rating 11 . Design of aesthetic features for bridge. 12. Survey for locating potholed utilities.

ATTACHMENT C

RESPONSIBILITIES OF THE COUNTY

1.0 RESPONSIBILITIES OF THE COUN1Y: THE COUNTY shall provide the information and services as provided herein in a manner that causes no undue delays in the performance of the SERVICES by the ENGINEER.

1.1 INFORMATION~ The COUNTY shall furnish, as requested and required by the ENGINEER and at no expense to the ENGINEER, information relative to the design and construction of the PROJECT.

1.1.1 Records, reports, studies, plans, drawings, and any other data available in the files of the COUNTY which may be useful in the work involved under this AGREEMENT.

1.1 .2 Standard drawings, contract documents and specifications. 1.1.3 Geotechnical Investigation with pavement design recommendations.

1.2 ACCESS: The COUNTY shall furnish and make all provisions for the ENGINEER to enter upon public or private property as required for the ENGINEER to perform his services under this AGREEMENT.

1.3 STAFF ASSISTANCE: The COUNTY shall designate in writing one person to act as its representative with respect to the SERVICES to be provided under this AGREEMENT and such person shall have complete authority to transmit instructions, receive information and interpret and define COUNTY policies and decisions with respect to materials, equipment and systems pertinent to the SERVICES covered by this AGREEMENT. Additional staff assistance may be provided as necessary to assist and expedite the PROJECT in those areas outside of the ENGINEER's areas of responsibility, to specifically include:

1.3 .1 Furnish legal assistance as required in the preparation, review and approval of construction documents.

1.3 .2 Furnish staff assistance to coordinate with the utility companies in locating, exposing and relocating existing utilities and/or their proposed future extensions.

1.3 .3 Right-of-way acquisition. 1.3.4 Coordination and applications for ODOT funding.

1.4. DOCUMENT REVIEW: The COUNTY shall examine all studies, reports, sketches, estimates, specifications, drawings, proposals and other documents presented by the ENGINEER and the COUNTY shall render in writing all decisions pertaining thereto within a reasonable time so as not to delay the services of the ENGINEER.

ATIACHMENT D

COMPENS TION OF THE ENGINEER

1. OMPEN TION: The COUNTY agrees to pay, as compensation for services set forth in Attachment B, the following fees on a lump sum basis. The fee shall be payable monthly as the work progresses and within 30 calendar days of the receipt of the ENGINEER'S invoice. ENGINEER shall submit monthly invoices based on services actually completed at the time of billing. Invoices shall be accompanied by such documentation as the COUNTY may require in substantiation of the amount billed.

1.1 FEES FOR BASIC SERVICES:

Preliminary Design Phase: The preliminary plan phase (including survey and title work) shall be paid at a lump sum cost of $154.31 O (one hundred fifty-four thousand three hundred ten dollars).

Final Design Phase: The final plan phase shall be paid at a lump sum cost of $173,735 (one hundred seventy-three thousand seven hundred thirty-five dollars).

Bidding Phase: The bidding phase shall be paid at a lump sum cost of $6.345 (six thousand three hundred forty-five dollars).

Construction Phase: The construction phase shall be paid at a lump sum cost of $8.530 (eight thousand five hundred thirty dollars) and shall cover all items outlined in Attachment B paragraph 2.4.

Subconsultant Services: Subconsultant Services for Traffic Engineering Services shall be paid at a lump sum cost of $19.000 (nineteen thousand dollars) and shall cover all items associated with traffic engineering and signal design.

Additional Services: Additional services for One-time Staking of Right of Way for Appraisal Purposes shall be paid, as needed, upon COUNTY approval, at a lump sum amount of $3, 180 (three thousand one hundred eighty dollars).

Fees for other services, outside the scope of basic services defined herein, shall be considered Additional Services. Additional Services will be billed at our standard hourly rates or at an agreed-upon fixed fee. Additional services include any items defined as such or any other services required as a result of major changes in project scope. The attached hourly rates will be used for any authorized additional services.

Total Engineering Fee: The total engineering fee shall be a lump sum fee of $365. IO (three hundred sixty-five thousand one hundred dollars).

1.2 DIRECT RE.IMBURS BLE EXPENSES: Direct reimbursable expenses shall be included in the lump sum fees for associated basic engineering services described above. Reimbursable expenses incurred for items outside the scope of work for basic services shall be negotiated at the time of request for services.

1.3 CHEDULE OF RA TES: At the request of the COUNTY, the ENGINEER will negotiate fees for any additional work not covered by this AGREEMENT, which may be required by the COUNTY. Alternatively, additional work will be performed at the written request of the COUNTY based on the hourly rates contained herein. Rates are subject to change on the first day of January of each calendar year. Rates to be charged shall be the rates in effect at the time such services are requested and approved.

Standard Hourly Rate Schedule Effective March 1, 2017

ENGINEERING PRINCIPAL .•. . .• • . .•. .. . . . . . . . . . . . . . . $ 175 SR. ENGINEERING MANAGER ... ... ... ... ... .. .... .. $ 155 ENGINEERING MANAGER ...... .. .... .... ... .......... $ 135

SR. PROJECT ENGINEER ..... ........................ $ 115

PROJECT ENGINEER ••.. ••••• .•..... .....•...•. ........ $ 105 PROFESSIONAL SURVEYOR PRINCIPAL .•.• ••.• 170

ENGINEER INTERN II . ... . . .. . . .• . •. . .. .•.. .. .. •• ... .•. . $ 90 SR. PROFESSIONAL SURVEYOR ..... .............. $ 125

ENGINEER INTERN I • .. .... .•. .. ... .•. ... .. .... ... . .. ... $ 80 PROFESSIONAL SURVEYOR .••.• .. .. .. •.... ... .•. ... $ 95

SR. ENGINEERING DESIGNER ............ ........ .. $ 120 SURVEY COORDINATOR ... ....... ......... ... .. ...... $ 85

ENGINEERING DESIGNER Ill ......... ................ $ 95 SURVEYOR INTERN ...... .... ..... .. .......... .... ..... . $ 75

ENGINEERING DESIGNER II . .. .. . .. ... ..... . .. . .. ... $ 85 SURVEY PARTY CHIEF ......... .. .. ... .... .. ... ........ $ 70 ENGINEERING DESIGNER I .... ... .... .......... .. . .. $ 75 SURVEY TECHNICIAN Ill ........... .. ..... ............. $ 55

ENGINEERING CAD TECHNICIAN 111 . . . . .. .. .. ... . . $ 70 SURVEY TECHNICIAN II .. ................ .. ............. $ 40 ENGINEERING CAD TECHNICIAN II ....... .. .... .. . $ 55 SURVCY TECHNICIAN I .. .. . .... ... . •. ..• . . . .. .. . . .. . .. $ 30

ENGINEERING CAD TECHNICIAN I . •. .•. .• ... ..... . $ 45

GIS MANAGER ............................ ........ ....... .

ADMINISTRATIVE PRINCIPAL ........ ................ $ 7 GIS ANALYST . .. . . • . .. . . .. . . . . . . ...... ... . •. . . .. .. •. ... ... . $ 85

ADMINISTRATIVE MANAGER . .. ..... ................ $ 120 GIS TECHNICIAN II ......... .. . ........................... $ 55

ADMINISTRATIVE IV ..... . .... ...•......... . ............. $ 80 GIS TECHNICIAN I .. ........ .. .. ..... ................ .... $ 40

ADMINISTRATIVE Ill ..... ...... .. . ....................... $ 65 REIMBURSABLE EXPENSES ADMINISTRATIVE 11 ...... ..... .... ....................... $ 45 ADMINISTRATIVE 1 ...... . .... ...... ............ .......... $ 35

GPS Equipment.. .... . .......... ... . ... . ........... .. .... $35/Hour Robotic Survey Equipment. ...... . .................. . $20/Hour

LANDSCAPE ARCHITECTURE LIOAR Scanning Equipment ........ . ... . ....... .... $35/Hour

SR. LANDSCAPE ARCHITECT • .• .. . .. . .• . • . .. •. . . . . .. $ 120 Job Related Mileage ..... .... ........... ... ....... .... .. $0.53/Mile PROJECT LANDSCAPE ARCHITECT ... •... .. ...... $ 90 Per Diem for Out of Town Crews ..... Per GSA Allowable LANDSCAPE ARCHITECTURE DESIGNER ....... $ 80 Airfare and other travel related expenses .......... At Cost LANDSCAPE ARCHITECT INTERN ..... ..... ...•..• $ 55 Black and white 8.5''x11" Copies .............. $0.15/sheet PLANNING - . ·- - . - - - . -· .. --·- Color 8.5"x11" Coples ....... . ....... ............. $1 .50/sheet

PLANNING MANAGER .................................. $ 140 SR. PLANNER ...... .. ... .............................. . ... $ 125 PLANNER II . . . .. . .... •. . . . . . . . . ... . ... .•. . . . .. . •. .. . .. . . . .. . $ 90

Photo Paper Color Plan Sheet Copies ...... $0. 75/sq. ft. Reproducible Plan Coples (Vellum) ........... $1.50/sq. ft Reproducible Plan Copies (Bond) ............. $0 . 35/sq. fl

PLANNER I . . .. . .. . . . • . . . . . . .. . . . .. .. . . .. .•.. ... .. .. . . . .. . . .. $ 75 All rates .,. subject to change without no tice.

ATTACHMENTE

TIME FOR COMPLETION

1. TIME FOR COMPLETION: It is understood and agreed that the date of beginning, rate of progress and the time of completion of the SERVICES under this AGREEMENT are essential provisions of this AGREEMENT. It is further understood and agreed that the SERVICES under this AGREEMENT shall commence upon execution of this AGREEMENT by the COUNTY and after receipt of a written Notice to Proceed. The ENGINEER agrees to provide the services for each phase of the PROJECT as stated in ATTACHMENT B of this AGREEMENT within the times stated herein.

I.I PRELIMINARY DESIGN PHASE: The ENGINEER shall complete the SERVICES provided under Section 2.1 of ATTACHMENT B within 120 calendar days after the date typed on the Notice to Proceed.

1.2 FINAL DESIGN PHASE: The ENGINEER shall complete the SERVICES provided under Section 2.2 of ATTACHMENT B within 84 calendar days after the date typed on the Notice to Proceed. Time will stop during interim plan reviews by ODOT and the COUNTY. Time will commence once the ENGINEER receives review comments from all reviewing parties. This design phase will be considered complete once Bid Set Drawings are provided to ODOT and the COUNTY for bidding.

CRAFT-1 OP ID: TR ACORD~

CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY)

~ 10/04/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

PRODUCER ~2=~~cT John Cobb First Western lnsuranceD D

r~gN:o Ext\:479-675-2400 I rffc Nol: 479-675-2987 2601 Champions DriveDD Rogers, AR 727561JD i~D~~ss: [email protected] John Cobb

INSURER(S) AFFORDING COVERAGE NAIC#

INSURER A : EMCASCO Insurance Company 21407 INSURED Crafton Tull & Associates lnc.D D INSURERS :

Jim TullD D 901 N 47th St. Ste 200D D INSURERC :

Rogers, AR 72756 INSURERD :

INSURERE :

INSURERF :

COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

INSR TYPE OF INSURANCE :'~.."..'" ~: POUCYEFF POLICY EXP

LIMITS LTR POLICY NUMBER llMM/DDIYYYYI IMM/DDIYYYYI

A x COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE s 1,000,00(] - D CLAIMS-MADE ~ OCCUR

UAMA"'t TO t<tr< 1 tu x x 4D83257 11/01/2016 11/01/2017 PREMISES !Ea occurrencel s 1,000,00(]

A x Additional insure MED EXP (Any one person) $ 10,00(]

A x primary/noncontri PERSONAL & ADV INJURY $ 1,000,00(] -GEN'L AGGREGATE LI MIT APPLIES PER: GENERAL AGGREGATE $ 2,000,00(] R ~ PRO- D LOC PRODUCTS - COMP/OP AGG $ 2,000,00(] POLICY JECT

OTHER: Emp Ben. $ 1,000,00(] AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT

(Ea accidenO s 1,000,00(]

A x ANY AUTO x x 4E83257 11/01/2016 11/01/2017 BODILY INJURY (Per person) $ t--

ALL OWNED - SCHEDULED BODILY INJURY (Per accident) $ - AUTOS AUTOS

x x NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS IPer accidentl

t-- t--x Med Pay $

x UMBRELLA LIAS H OCCUR EACH OCCURRENCE $ 10,000,00(] - 11/01/2016 11/01/2017 10,000,00(] A EXCESS LIAB CLAIMS-MADE x x 4J83257 AGGREGATE $

OED I x I RETENTION $ 10000 $

WORKERS COMPENSATION XI ~ifruTE I I OTH-ER

AND EMPLOYERS' LIABILITY Y/N 11/01/2017 1,000,00(] A ANY PROPRIETOR/PARTNER/EXECUTIVE

~ x 4M83257 11/01/2016 E.L. EACH ACCIDENT $

OFFICER/MEMBER EXCLUDED? N/A 1,000,00(] (Mandatory in NH) AR OK TX KS LA E.L. DISEASE - EA EMPLOYEE $

~~;(:~f~~~ ~~'gPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,00(]

A ~aluable Papers 4C83257 11/01/2016 11/01/2017 V Papers 150,00(]

A Inland Marine 4A83257 11/01/2016 11/01/2017

DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101 , Additional Remarits Schedule, may be attached If more space ls required)

30 days written notice of cancellation applies DD DD DD DD

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE

Tulsa County[ 'J THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.

Engineer's OfficeD D 500 S Denver Rm 312DD AUTHORIZED REPRESENTATIVE Tulsa, OK 74103

~ ~~ I © 1988-2014 ACORD CORPORATION. All nghts reserved.

ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD

Client#: 25225 CRAFTULL

ACORD™ CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY)

10/05/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR AL TEA THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

PRODUCER ~~~~er Nicole Larsen Greyling Ins. Brokerage/EPIC

riti8Nrfo Ext): 770-552-4225 I (£C, Nol: 866-550-4082 3780 Mansell Road, Suite 370 i~D~~ss: [email protected] Alpharetta, GA 30022

INSURER(S) AFFORDING COVERAGE NAIC#

INSURER A : Continental Casualty Company 20443 INSURED INSURERB:

Crafton, Tull & Associates, Inc. INSURERC:

901 N 47th Street Suite 200

INSURERD:

Rogers, AR 72756 INSURER E :

INSURERF:

COVERAGES CERTIFICATE NUMBER: 16-17 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

INSR TYPE OF INSURANCE

ADDL SUBR POLICYEFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER CMMIDD/YYYYl CMMIDD/YYYYl

COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $

I CLAIMS-MADE D OCCUR ~~~~~!J9E~~~?encel $

MED EXP (Any one person) $ -----,

PERSONAL & ADV INJURY $ -GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $

- D PRO-_ POLICY JECT D LOC PRODUCTS - COMP/OP AGG $

I OTHER: $

AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT

$ {Ea accident\ -ANY AUTO BODILY INJURY (Per person) $

I ALL OWNED ~ SCHEDULED BODILY INJURY (Per accident} $ _ AUTOS - AUTOS

PROPERTY DAMAGE NON-OWNED $ HIRED AUTOS AUTOS IPer accident)

----, - $

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $

---, EXCESS LIAB CLAIMS-MADE AGGREGATE $

OED I I RETENTION $ $

I WORKERS COMPENSATION I ~!f~rnn= I j OTH-IHI

AND EMPLOYERS' LIABILITY y / N E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVED

OFFICER/MEMBER EXCLUDED? N I A (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $

A Professional AEH288254422 10/30/2016 10/30/2017 Per Claim $5,000,000

Liability Incl. Aggregate $5,000,000

Pollution DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarka Schedule, may be attached If more space Is required)

Re: 121st Street South, US Hwy 75 to Elwood Avenue. Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof, we will endeavor to provide 30 days' written notice (except 10 days for nonpayment of premium) to

the Certificate Holder.

CERTIFICATE HOLDER CANCELLATION

Tulsa County, OK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN

500 S. Denver ACCORDANCE WITH THE POLICY PROVISIONS.

Room 312 Tulsa, OK 74103 AUTHORIZED REPRESENTATIVE

~µ _. .n I - © 1988-2014 ACORD CORPORATION. All rights reserved.

ACORD 25 (2014/01) 1 of 1 #S872448/M568408

The ACORD name and logo are registered marks of ACORD NLAR1


Recommended