Loading...
8.4 Agr Engr Centennial Road CITY OF SALINA REQUEST FOR CITY COMMISSION ACTION DATE TIME 4/5/99 4:00 P.M. AGENDA SECTION: ORIGINATING DEPARTMENT: APPROVED FOR AGENDA: NO. 8 Engineering & General Services BY: Shawn O'Lea~ ITEM NO. BY: ~'~ ITEM Agreement for construction engineering services with Bucher, Willis & Ratliff Corporation and the Kansas Department of Transportation for the Centennial Road Improvement Project. BACKGROUND The 1999 Capital Improvement Program includes a major transportation project to rehabilitate three miles of the existing Centennial Road from Crawford Street to Schilling Road. City staff began work on this project in 1993. The project is to be constructed with the assistance ora grant from the Federal Highway Administration(FHWA) which is administered by the Kansas Department of Transportation(KDOT). Bids were received by KDOT in Topeka on Wednesday, March 17, 1999. The apparent low bidder was Smoky Hill, LLC of Salina in the amount of $4,298,691.10. This bid information will be formally confirmed by KDOT very soon. The project is tentatively scheduled to begin construction in May, 1999 with completion by June, 2000. The attached three-party agreement with Bucher, Willis & Ratliff Corporation and the Kansas Department of Transportation provides for the construction engineering services on the afore- mentioned project. This "cost plus net fee" agreement has an upper compensation limit of $529,258.55. The grant agreement with KDOT, although intended to provide an 80-20 match, is capped at $2,478,888.00 or about 51 percent of the combined total of construction costs plus construction engineering services. The local share of the project costs are shared between the City and Saline County with an approximate 77-23 match, based upon the actual portions of the project within each jurisdiction. For the sake of discussion, the City's share of this construction engineering contract is an upper limit of $81,505.82. If approved, these costs will be financed through general obligation bonds. ACTION It is recommended that the City Commission approve the three-party agreement for construction engineering services with Bucher, Willis & Ratliff Corporation and the Kansas Department of Transportation. Resolution Number 99-5436 .< CONTI~TLCT FOR FEDERT~L-&'rD ROAD CONSTRUCTTON ENGINEER'rNG BY CONSULTANT (COST PLUS NET FEE ./~GREEMENT) / CMS Contract No. PROJECT NO. 85 U-1643-01 CITY OF SALINA' SALINE COUNTY THIS AGREEMENT'entered into this day. of , 19__, by and between City of Salinaf hereinafter referred to as the "LPA" (Local Public Authority), as principal, and the consulting engineering firm of Bucher, Willis & Ratliff Corporation,- hereinafter called the "Consultant", and the Secretary of Transportation of the State of Kansas acting by and through the Kansas Department of Transportation, hereinafter referred to as the "Secretary". The Secretary acts as agent for the LPA pursuant to authority vested in K.S.A. 68-402b and K.S.A. 68-401 et seq. and an agreement between them dated September 1, 1998.' The Consultant's address is 609 West North Street, Salina, Kansas 67401. WITNESSETH: WHEREAS, the FEDERAL GOVERNMENT through its Department of Transportation and the FHWA, pursuant to Title 23, U.S. Code, has established a program of Federal-Aid to the States designated as the Federal-Aid Program, with a general purpose to increase the safety and capacity'of roads 'in the United States, and WHEREAS, The LPA desires to accomplish this FederalhAid "Project", consisting of. 4.267 kilometers of Grading, Bridge, Surfacing, Concrete Pavement,'Seeding, 'Traffic Signal, Pavement Marking & Signing located in the ;City of Salina, .along Centennial Rd.' from Schilling Rd. to Crawford St. excepting that portion from General Jim to Derussy Rd., .with the aid of funds proVided under Federal-Aid highway.programs and the rules and regulations promulgated by said U.S. Department of Transportation in the Federal-Aid Highway Program Manual, and WHEREAS, the LPA has not sufficient qualified engineering employees to accomplish the Construction Engineering Services on this Project within a reasonable time and the LPA deems it advisable and is desirous of'engaging the professional services and assistance of a qualified consulting engineering firm to do the necessary construction engineering, and WHEREAS, the Consultant has represented and by entering into this Agreement now represents, that it is in full compliance with the statutes of the State of Kansas for registration of professional engineers and that all personnel to be assigned to perform the services required under this Agreement are fully qualified to perform the services in a competent and professional manner, and -- 1 Revised 12-5-97 WHEREAS, the Consultant has indicated that it desires to perform the services set forth in the Agreement upon the terms and conditions set forth below, and WHEREAS, the approved plans and specifications for said Project are available in the KDOT HeadqUarters in Topeka, and WHEREAS, the .LPA, Consultant, and the Secretary desire to set forth in this instrument their understanding and agreements relating to the construction engineering and allocation of costs for the said Project. NOW, THEREFORE, in consideration of the' covenants of the parties and to give this agreement full force and effect in providing the benefits hereinbefore mentioned, the parties hereto mutually agree as follows: I. SCOPE OF SERVICES A. DEFINITIONS The term "LPA" shall mean the City/County and its authorized employees. (2) The term "KDOT" shall mean the Kansas Depart- ment of Transportation and its authorized representatives. (3) The term "Consultant" shall mean the Consult- .lng' Engineering. Firm' and its authorized employees that will be performing the work required under this Agreement. (4) The term "FHWA" shall mean the Federal Highway Administration and its authorized represent- atives. (5) The term ',Contractor" shali mean the individ- ual,'partnership, joint'ventures, corporation, or agency undertaking the performance of the work designated under the terms of the con- struction contract. (6) The term "SpecifiCations'' shall mean the current Standard Specifications for Road and Bridge Construction of the Kansas Department of Transportation, as incorporated in the construction contract specifications and 'supplementals thereto. '(7) The term "Construction Contract Proposal" shall mean the offer of the bidder or contrac- tor on the Project, on the prescribed form, to perform the work and to furnish the labor and materials at the prices quoted. - 2 - (8) The term "Special Provisions" shall mean the directions or requirements peculiar to a Project and not otherwise thoroughly or satis- factorily included .in the Specifications, and which are contained 'in the Construction Con- tract Proposal. (9) The term "Plans" shall mean the approved plans, profiles, typical Cross sections, working drawingsand supplemental drawings, or exact reproductions thereof, which show the location, character, dimensions, and details of the work to be done by the contractor. (10) The term "Contract Documents" shall mean the Specifications, Construction Contract Pro- posal, Special Provisions, and Plans, as defined above. (11) The term "Manual" shall mean the Construction Manual, the Forms and Documentation Manual and all other publications of data and information produced by the KDOT for the instruction of its employees and furnished in bound or col- lected form. (12) The term "Field Engineer'' Shall for the admin- istrative control ofthis Agreement be consid- ered to mean Metro Engineer, Field Engineering Administrator and/orA rea.Engineer. GENEP~L RESPONSIBILITIES AND DUTIES (1) The COnsultant ShalI perform engineering services necessary and incidental to the accomplishment of the Project to the satisfac- tion of KDOT, and as more fully detailed in Special Attachment - Specific Construction Provisions. (2) The Consultant shall furnish services, labor, materials, equipment, supplies, and inciden-' tals, other than those hereinafter designated to be furnished by the KDOT, necessary to conduct and complete the services. (3) (4.) The services performed under this Agreement shall at all times be subject to the review and approval of KDOT. The Consultant and/or LPA's principal contact 'with the KDOT shall be with the construction field office. - 3 - Ce (6) The services performed under this Agreement shall comply with all applicable federal and state laws and regulations. The FHWA shall have the right to participate in all conferences 'and reviews. (7) Compliance with all of the foregoing shall be considered.to be within the purview of this 'Agreement and shall not constitute a basis for additional or extra compensation. CONTROL AND AUTHORITY (1) The authorized representative of the KDOT will be designated by the District's Construction Engineer and Will be titled the Field Engi- neer. (3) The Field Engineer will delegate to a con- struction office the overseeing of the Project where a Construction· Engineer/Construction Coordinator will be assigned to monitor and coordinate all Project related activity to assure compliance with applicable Federal and State requirements of services performed under this Agreement and all construction activities performed under the Contract Documents. The Consultant will designate a Project Engi- neer/P~oject Manager .and other inspection personnel that are certified by the KDOT in the-appropriate 'classification to inspect ,all work performed .and materials furnished. The Consultant may designate a Chief Inspector who will perform the duties and have the responsi- bilities of the Project Engineer/Project Manager. The Project Engineer/Project Manager is not authorized to alter or waive the provi- sions of the Specifications or the Construc- tion Contract Proposal. The Project Engi- neer/Project Manager is not authorized to. issue instructions contrary to the Plans and Specifications, or to act as foreman for the Contractor, however, the Project Engi- neer/Project Manager shall have the authority to reject work or materials until any ques- tions at .issue can be referred to and be decided by the'Field Engineer. The use of non_certified inspector(s) for this project will be limited to specific work after demonstrating satisfactory performance and obtaining'written approval by the Field Engi- neer. - 4 - (4) (5) (6) (7) (8) The Project Engineer/Project Manager shall serve as field supervisor of all Consultant personnel and services performed under this Agreement, and to act as liaison between the Consultant and the KDOT. The Project Engineer/Project Manager shall transmit all reports and .paperwork to, and communicate and coordinate .with the Construc- tion Engineer/construction Coordinator. orders or instructions issued by the Field Engineer will be transmitted through the Construction Engineer/Construction Coordinator and will in turn be transmitted through the Project Engineer/Project Manager to the Con- tractor. If in the. Absence of the Project Engineer/Project Manager a matter needs prompt attention, the' Construction Engi- neer/Construction Coordinator will give the necessary orders and then notify the Project Engineer/Project Manager. In the event of a controversy, the Project Engineer/Project Manager shall confer with the Construction Engineer/Construction Coordinator to determine proper course' of action. In the event the ConstrUction Engi- neer/Construction .Coordinator and Project Engineer/Project Manager cannot agree the Construction Engineer/Construction Coordinator will promptly contact, the Field Engineer or the District Construction Engineer of KDOT who will determine the necessary course of action. The Consultant warrants that it is not cur- rently under suspension, .debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by' any federal agency within the' past three years; does not have a proposed debarment pending; and hasnot been indicted, convicted, or had a civil judgement rendered against (it)'by a court of competent jurisdic- tion in any manner'involving fraud or official misconduct within the past three years. - 5 - II. AGENCY COORDINATION AND COOPERATION (1) Contact and coordination with all affected local, state and federal agencies, including the FHWA; private consultants and contractors; the general publiC~ utilities and railroad companies shall be the responsibility of the KDOT. (2) The Consultant shall Cooperate fully with the KDOT~ and with local, state and federal agencies including the FHWA, the general 'public, utilities, railroad companies, and private consultants and contractors when so directed by the KDOT. SuCh cooperation may include attendance at conferences. MEETINGS AND CONFERENCES (1) (2) Conferences, as may be necessary for the discussion and review of the services under this Agreement, shall be scheduled between the Consultant and the KDOT, These conferences may include field review of the Project. Conferences may be held upon the request of the Consultant or the KDOT. PROSECUTION.AND PROGRESS GENERAL (1) (2) Written authority to proceed with the services on any construction Project under this Agree- ment will be given by the KDOT to the Consul- tant. The KDOT Will not be responsible for any services performed by the' Consultant prior to such authorization or 'liable for Payment therefore. ServiCes performed under this Agreement will commence with attendance at a formal Construc-' tion Conference' by the Consultant and the KDOT, unless otherwise stated elsewhere in the Agreement or at the direction of the Construc- tion Engineer/Construction Coordinator during an informal Construction Conference. Atten- dees at a formal Construction Conference shall include representative of KDOT's Area Engineer and the Construction Office (Construction Engineer/Construction Coordinator) and Consul- tant's Project Engineer/Project Manager and such other, representatives as may be desig- nated by' each party to the Agreement. The KDOT will notify the Consultant of the loca- tion, date and time and will make necessary arrangements for the - 6 - (3) (4) (5) (6) (7) Conference. Topics for discussion shall include scope of the 'Contractor's construction operations and anticipated schedule, review of necessary staffing by the consultant, lines of communication and authority, equipment needs, standard practices of, the KDOT, and related subjects. The Consultant shall attend 'the formal Con- struction Conference held between the KDOT, the Contractor and involved utilities and agencies, unless otherwise stated elsewhere in the Agreement. The Consultant shall have KDOT Certified Inspector(s) of the appropriate classification on the project or plant site at all times when Work which requires inspection is being per- formed. The inability ~f.a Consultant to provide appropriately certl'fled inspectors for a project, may at the .Secretary's discretion, give cause for termination of this Agreement. The Agreement shall be 'considered completed upon payment, and notice of written release from KDOT therefor unless previously termi- nated as provided in Section II C. Should the KDOT deem it necessary for the Consultant to render additional services for review of contract items, conditions, claims or litigation matters after completion of the Agreement, the Consultant agrees to cooperate and render such requested services. Such services shall be paid for in the amount and manner mutually agreed upon by the KDOT and the Consultant. A Close-Out Conference may be held upon com- pletion, of this. Agreement to evaluate the performance of the Consultant. Attendees shall include, the Field Engineer, represent-' atives of the construction office (including Construction Engineer/Construction Coordina- tor) and Consultant's Project Engineer/Project Manager and 'such other representatives as may be designated by each party to the Agreement. The KDOT Will- notify the Consultant of the lo'cation, date and time and will make neces- sary arrangements for the conference. The evaluation shall consider the quality of the "Consultant's work, adequacy of staffing, extent of corrections, cooperation and related subjects. - 7 - B. DELAYS AND EXTENSIONS Delays caused through no fault of the Consul- tant may be cause for extension of time in completion of the 'work. Time extensions may be granted by KDOT upon reasonable claim and justification by the Consultant and when necessary, approval has been given by the FHWA. Approved time extensions may also be cause for consideration of adjustments in payment, where warranted and approved by the KDOT. TERMINATION OF AGREEMENTS (1) The right is reserved by the KDOT to terminate all or part of this Agreement at any time upon written notice to the Consultant. Such notice shall be sent not less than ten (10) days in advance of the termination date stated in the notice. (2) (3) The Consultant may terminate this Agreement, in the event of substantial failure of other parties to perform in accordance with the terms hereof, upon ten (10) days written notice in advance of the effective date of such termination received by all parties to this Agreement. In the event .the Agreement is terminated by the KDOT without fault on the part of-the Consultant, the Consultant shall be paid for the work performed or services rendered under the Basis of Payment determined for the Agree- ment. (4) In the event the services Of the Consultant are terminated by the KDOT for fault including but not limited, to: unreasonable delays in performance; failure to respond to KDOT' requests; and/orunsatisfactory performance on the part of the Consultant, the Consultant shall be paid the reasonable value of the services performed or rendered and delivered to the KDOT up to the time of termination. The value of the services performed, rendered and delivered will be determined by the KDOT. In the case of any dispute as to payment arising under this Agreement pertinent infor- mation will be submitted toa Review Committee for resolUtion. The Review Committee will be comprised of a maximum of two (2) represent- atives from each of the Agreement parties. - 8 - (5) In the event of the death of any member or partner of the Consultant's firm, the surviv- ing members shall complete 'the services, unless otherwise mutually agreed upon by the LPA and the KDOT and the survivors, in which case the Consultant shall be paid as set forth in Section II C(2)' above.. 8UBLETTIN~ OR ABBZGNMENT OF CONTI~CT (1) The Consultant shall not Sublet or assign all or any part of the services under this Agree- ment without the prior written approval of the KDOT. Consent by the KDOT to assign, sublet or otherwise dispose of any portion of the Agreement shall not be construed to relieve the Consultant of any responsibility for the fulfillment of the Agreement. (2) All the applicable terms of this Agreement remain in force and a condition to any services approvedto . sublet or assigned. Specific' reference is made to Nondiscrimina- tion and Equal Employment Opportunity, as applicable to the subcontract. III. BASIS OF PAYMENT (1) The Consultant will be paid the supported' actual, salaries and direct costs, fixed over- head rate and net fee by the KDOT for the completed and approved (by KDOT District) services rendered under this Agreement on the basis of and at the Agreement price set forth in the Special Construction Provisions (Spe- cial Attachment), and for Extra Work if any, at the compensation therefore set forth in an approved supplement to this'Agreement covering such work. The extra work will be paid for separately and in addition to the foregoing amount listed in the Special Construction Provisions' (Special. Attachment). Payment shall be. full compensation for services per- formed or rendered and for all labor, mate- rial, supplies, equipment and incidentals necessary to complete the work. ---9 (2) The Consultant will submit to the KDOT overhead rates for audit within seventy-five (75) days after completion of the Consultant's fiscal year. Overhead rates will be audited and the Consultant will assemble work papers at their normal place of business. (3) (4) The Consultant agrees to use a fixed overhead rate that shalI be 164.61% ffor both the Agreement and any supplements to the Agreement for the purposes of billing the Secretary. Should the Agreement contain more than one (1) construction project, any and all invoices and the final statement shall itemize charges by individual project. (5) Final payment of any balance due the Consultant of the ultimate gross amount earned will be made promptly upon its verification by the KDOT, upon completion of the work under this Agreement and its acceptance by the KDOT, and upon receipt of the survey notes, records, reports, final estimates, record drawings, Manuals, Contract Documents, guides, and other documents required to be returned or to be furnished under this Agreement. IV. WORK ORDERS, EXTRA WORK, OR DECREASEDWORK Written orders regarding the services to be performed will be given by the KDOT. Orders · that do not change the scope of services in the Agreement, but increase or decrease the quantity of labor or materials or the expense 'of the services, shall not annul or void this Agreement. · (2) The Consultant must proceed with the services as directed by furnishing the necessary labor, equipment, materials and profesional services to Complete the' services within the time limits specified in schedules or as adjusted by agreement of the parties.. (3) (4) If in the Consultant's opinion such orders involve services not included in the terms or scope of this Agreement, the Consultant must notify the KDOT in writing of this opinion if extra compensation is desired, along with a .copy to the LPA. If in the Consultant's opinion such orders would require the discarding or redoing of services which was based upon earlier direction or approvals, the Consultant must notify the KDOT in writing of this opinion, and that extra compensation is desired, along with a copy to the LPA. - 10 - Vo (5) Such notification shall include the justifica- tion for the claim for extra compensation and the estimated amount of additional fee requested. (6) The KDOT will review' ~he Consultant's submit- tal and, if acceptable, approve a supplement to this Agreement. / Services for extra work may only prOceed upon authorization by the KDOT, which will be followed up with the execution of the supplemental agreement. MISCELLANEOUS PROVISIONS A. CONSTRUCTION ENGINEERING STANDARDS Ail services performed under this Agreement shall be done in accordance with the current standard practices of the KDOT as contained in the Contract Documents, Manuals, guides and written instructions of the KDOT. (2) No variations will be .permitted except by written order from the KDOT. B. REVISION OF SPECIFI~TIONS AND PLANS The' KDOT may,.by written notice and without invalidating this Agreement, make changes in the specifications., Cgnstruction Contract, Plans or Special Provisions resulting in the revision or abandonment of services already performed by the Consultant or resulting in work by the Consultant. not contemplated in the Agreement. (2) Claims by the Consultant for compensation for services resulting from such revisions shall be submitted and processed in accordance with Section IV of this.Agreement. OWNERSHIP OF DOCUMENTS Upon completion or termination of this Agree- ment all Manuals, Contract Documents, guides, written instructions, unused forms and record- keeping books, and other written data and information furnished to the Consultant by the KDOT f6r the performance of the Agreement, and all survey notes, diaries, reports, records and other' information and data collected or prepared by the Consultant in the performance of this Agreement shall be properly arranged and delivered' to the KDOT, and shall become the property of the KDOT. - 11 - (2) Ail documents prepared by,Consultant pursuant to this Agreement are instruments of service in respect of the project. They are not intended or represented to be suitable for reuse by the Secretary or others on extensions of the Project or 'on any other Project. Any reuse without written verification or adapta- tion by Consultant for the specific purpose intended will be at the Secretary's sole risk and without liability or legal exposure to the Consultant; and Secretary shall indemnify and hold harmless Consultant from all claims, 'damages, losses and expenses including attor- ney's fees arising out of or resulting there- from. Any such verification or adaptation will entitle Consultant to further compensa- tion at rates to be agreed upon by Consultant and Secretary. CONTINGENT FEES The Consultant warrants that they have not employed or retained any company or person, other than a bonafide employee working solely for the Consultant to secure this Agreement, and that they have not.paid or agreed to pay any company or person, any. fee, commission, percentage, brokerage fees, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For breach' or violation of this waraanty the KDOT in consultation with the LPA shall have the right to annul this Agreement without liability. AGREEMENT ITEMS ('1) It is also understood .and' agreed that the Project plans, Specifications, Special Provi- sions, and Construction Contract Proposal, as available, and the Agreement Estimate and- other Special. Attachments (Index provides List of Special Attachments and specifically includes Nondiscriminationin Employment) are all essential documents of this Agreement and are hereby incorporated by reference into this Agreement and are a part thereof. - 12 - ~CCESS TO RECORDS The Consultant and subcontractors to the Consultant if any', agree to maintain for inspection and audit'by the LPA, 'KDOT and the FHWA all books, documents, papers, accounting records and other evidence pertaining to all costs incurred under this Agreement and to make such materials available at their .respec- tive offices at all reasonable times during the life of the Agreement and for three (3) years, from the date of the final federal payment to KDOT under the Agreement, and to furnish copies thereof if requested. (2) If more than a nominal number of copies are requested, the additional copies shall be furnished at the expense of the requesting agency. (3) The Consultant Will-'maintain these materials at the Consultant's offices noted in the Specific Construction Provisions. LEGAL RELATIONS (1) The Consultant shall becomefamiliar with, and shall at all times observe and comply with, all applicable federal, state, and local laws, ordinances and regulatigns. (2) The Consultant shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the Consultant's performance of services under this Agreement. WORKERmB COMPENSATION AND OTHER EMPLOYEES PROVIBIONB (1) The ConsUltant will accept full responsibility. for payment of Unemployment Insurance, Worker's Compensation and Social Security as well as income tax deductions and any other taxes or payroll deductions required by State and Federal Law for the Consultant's employees engaged inwork authorized by this Agreement. z. Enaons oMzssxous (1) The Consultant shall be responsible for the 'accuracy of the work performed by the Consul- · tant under the Agreement, and shall promptly make necessary revisions or corrections resulting from their negligent acts, errors, or omissions without additional compensation. - 13 - (2) The Consultant shall give immediate attention to these revisions or corrections to prevent or minimize delay to Contractor. Je (3) The Consultant shall be responsible for any damages incurred as a result of their errors, omissions or negligent acts and for any losses or costs to repair or remedy construction. CONFLICT OF INTEREST The Consultant warrants they haVe no public or private interest, and shall not acquire directly or indirectly any such interest, which would conflict in any manner with the performance of the work under the Agreement. Specifically, the consultant is prohibited from performing contractor construction stak- ing or any other work that is the construction contractor's responsibility on this project. Ko The Consultant Will not, without written permission from the KDOT, engage the services of any person(s) in the employment of the KDOT for any work required by the terms of this Agreement. CONTRACTUAL PROVISIONS ATTACHMENT The provisions found in contractual Provisions Attachment (form DA-146a), which is attached hereto, are hereby' incorporated in this con- tract, and made a part hereof. Lo HOLD H~ESS CLAUSE (1) The Consultant hereby .expressly agrees to save the SeCretary and the LPA and the Secretary's and the LPA's authorized representatives harmless from any and all costs, liabilities, expenses,, suits, 'judgements and damages to persons or property caused by the Consultant, it's agentS, employees or subcontractors which may result from negligent acts, errors, mis- takes or omissions from the Consultant's operation' in connection with the services to be performed hereunder. (2) The LPA hereby expressly agrees to save the Secretary and the Secretary's authorized representatives harmless from any and all costs, liabilities, expenses, suits, judgments and damages to persons or property caused by the LPA, it's' agents, employees or subcontrac- tors which-may result from negligent acts, errors, mistakes or omissions from the LPA's operation in connection with the services to be performed hereunder. - 14 - M. CERTIFICATE OF COMPLIANCE WITH. K.B.A. 46-239(c) (1) The Consultant agrees to certify that it is in compliance with K.S.A. 46-239(c) by signing the Certificate of Compliance Special Attach- ment No. 7, which is'hereby made a part of this agreement.. IN WITNESS WHEREOF= The .parties hereto, have caused this Agreement to be signed by their duly authorized officers. It is further understood that this Agreement and all other Agreements entered into under the .provisions of this Agreement shall be binding upon the parties to this Agreement and their successors in office. RECOMMEND FOR APPROVAL: APPROPRIATE LOCAL OFFICIAL: City/County Engineer Mayor/Chairperson of Board of County Commissioners ATTEST: Member City/County Clerk Member ATTEST; BY: Name Rhonda L. palmquist TITLE: Administrative Assistant Bucher, Willis & Ratliff Corporation Consultant Name William D. Strait, AICP Principal, Executive Vice President SECRETARY OF TRANSPORTATION BY: W. M. Lackey,P.E. Assistant Secretary and State Transportation Engineer 15 - e 5. 6. 7. INDEX OF ATTACHMENTS Special Attachment No. 1 Special Attachment No. 2 Special Attachment No. 3 · Specific COnstruction Provisions Certification Civil Rights Act of 1964- Rehabihtation Act of 1973 Americans With Disabilities Act of 1990 Age Discr/mination Act of 1975 Executive Order 12898 of 1994 Special Attachment No. 4 Special Attachment No. 5 Spedal Attachment No. 6 Special Attachment No. 7 Contractual Provisions Attachment I J.qting of KDOT Certified Inspectors Estimate of Engineering' Fee Certificate of Corn >lianee with ICS.A. 46-239(c) Sheet 1 of 6 SPECIAL ATTACHMENT NO. SPECIFIC. CONSTRUCTION'PROVISIONS I. SCOPE OF SERVICES A. SERVICES TO BE PERFORMED BY THE CONSULTANT The Consultant agrees to: (1) Attend all conferences'designated by the KDOT, or required under the terms of the Agreement. (2) Designate a Project Engineer/Project Manager who shall meet KDOT's certification policy and report and transmit Project activity and documents to KDOT's Construction Office. (3) Assign KDOT Certified Inspector(s) of the appropri- - ate classifications to the'Project to perform the services required under the Agreement, in a timely manner to avoid delay to the Contractor. (4) Become familiar with the standard practices of the KDOT, the Contract Documents .(Specifications, COnstruction Contract Proposal, Special Provisions and Plans), and the Contractor's proposed schedule' of operations prior to beginning field services to be performed'under the Agree~.ent. (5) Perform the consultant's field'operations in accor- dance with accepted safety practices. (6) Furnish all equipment 'required to accomplish the Consultant's services, and to check or 'test it prior to use on the Project. (7) 'Provide for ConsUltant .personnel such transporta- tion, supplies, materials and incidentals as are needed to accomplish the services required under the Agreement. (S) Undertake the following: Transmit orders from the KDOT to the Contractor and provide guidance in the proper interpretation of the SPecifications and Plans. Perform or provide construction surveys, staking, and measurements needed by the Contractor (unless provided for .in the contract where Contractor Construction Staking is to be performed as a bid item by the Contractor) and perform measurements and surveys that are involved in the determination of final pay quantities. Sheet 2 of 6 Inspect all phases of Construction operations to determine the Contractor's compliance with Contract Documents and to reject such work and materials which do not comply with Contract Documents until any questions at issue 'can be referred to and be decided by the KDOT Field Engineer. Take field samples and/or test materials to be incorporated in the work,, and reject those not meeting the provisions of the Contract Documents until any questions at issue can be referred to and be decided by the Field Engineer.- Make certain that test report records or certifi- cates of compliance for materials tested off the Project site and required, prior to the incorpora- tion in the work, have been received. Keep such daily diaries, logs and records as are needed for a ~omplete record of the Contractor's progress, including Project Engineer/Manager and Inspector's diaries. Measure and compute all materials incorporated in the work and items of work completed, and maintain an item account record. Provide measurement and computation of pay items. Prepare and submit, or' assist in preparing, such periodic, intermediate and final reports .and records as may be required by the KDOT and as are applic'able to the Project, which may include: Progress Reports Weekly statement of working days Notice of change in construction status Report of field.inspectiOn of material Test report record Contractor pay estimates Pile driving data Piling record Final certification of materials Explanation of quantity variation Statement of time Other records and reports as required by the Project Review, or assist in reviewing, all Contractor submittals of records and reports required by the KDOT, as applicable to the Project, which may include: ae Requests for partial and final payment .Other reports and records as required by the individual Project .(9) sheet 3 of 6 Prepare and submit, if desired by the Consultant, partial payment invoices for services rendered by the Consultant, but not to exceed one submittal per month. (10) Collect, properly.label or identify, and deliver to the KDOT all original diaries, logs, notebooks, accounts, records, reports'and other documents prepared by the Consultant in the performance of the Agreement, upon completion Or termination of the Agreement. (11) Return, upon completion or termination of the Agreement, all Manuals, Contract Documents, guides, written instructions, unused forms and record- keeping books, and other documents and materials furnished by the KDOT. The Consultant shall be responsible for replacing lost documents or materials at the price determined by the KDOT. (12) Prepare and submit a certification of Project completion, (13) Prepare and sUbmit a final payment voucher .for services, rendered by the Consultant. (14) Prepare and deliver (when Project is completed) one copy of. major changes to the plans (by letter) to the KDOT,. The letter shoul~ contain such items as the following: ae Earthwork and Culverts '1, A revised list of.bench marks Location of government.'bench marks 3, Major changes in alignment ~ 4, Major changes in grade line 5, Established references on cornerstones 6, Major changes in location of drainage structures 7, Major Changes in flow line of drainage structures 8, Drainage structure added or deleted 9, Any change' of access control be Bridges 1.. Changes in stationing 2. Changes in type, size or elevation of footings 3. Changes in grade line Sheet 4 of 6 E. SERVICES TO BE PROVIDED BY THE SECRETARY (1) The Secretary agrees, to: Se Make available to the Consultant sufficient copies of .the Contract Documents, shop drawings, plan revisions, written instructions and other-information and data considered by the KDOT to be necessary to enable the Consultant to perform the services under this 'Agreement, for the Project to the same standards required of the KDOT's personnel. provide for the Use of the Consultant a suffi- cient supply of the blank diaries, logs, recordkeeping books and reporting forms con- sidered by the KDOT to be necessary for the Consultant to perform the services under this Agreement to the same standards required of the KDOT's personnel. -- Provide space in the field office and field laboratory fUrnished by the Contractor under the terms of the Construction Contract Proposal, for the occupancy and use of the Consultant until completion of the construc- tion work. Perform or provide fo~ laboratory testing of materials 'requiring off-site testing facili- ties, and obtain test reports or certifcates of compliance thereof. Perform all necessary weld inspection when there is welding for'bridge beam connections and splices, and for sign supports. This includes all cross frames, diaphragm connec- tions, and Stud welding. f. Designate a Construction Engineer/Construction. Coordinator in the Construction office with the duties and responsibilities set forth in Section IC of the General Construction Provi- sions of the Agreement. Provide, through the Field Engineer and the District staff, such assistance~ and guidance to the Consultant as may be reasonably neces- sary to perform and complete the Agreement in conformance with standard construction engi- neering practices of the KDOT. (2) The Secretary' reserves the right to assign and charge to the Project such KDOT personnel as may be needed. II. PROSECUTION ~D PROGRESS Sheet 5 of 6 It is anticipated that the services to be performed under the construction Contract will start in 1999~ and be completed by 2000.~ Be The Consultant shall complete all services to be rendered under this Agreement no later than two months after completion of Project construction. Failure to comply may result in disqualification of the Consul- tant's Project Engineer/Project Manager or Chief Inspector until proper documentation is submitted and accepted. III. B~IS OF PAYMENT Ae Be CompenSation of services provided by the Consultant under the terms of the Agreement shall be made on the basis of the reimbursable Consultant's actual cost plus a net fee amount of $59,008.56.' The acutal cost shall be incurred in conformity with the cost principles established in Volume 1, Chapter 7, Section 2 of the Federal-aid Highway Policy. Guide and 48 Code of Federal Regulations (CFR) Chapter 1, Part' 31 et seq. The upper limit of compensation for services detailed in the Agreement shall be $529,258..55. -' Compensation for services during the PrOgress of work normally will be made to the Consultant within 30 days after receipt by the Secretary of proper billing and when supported by appropriate documentation. Partial payments .may not be requested by the Consultant at intervals of more than one per calendar month.. Prog tess billings shall be acceptable to the Secretary before payments can be made to the COnsultant. .Unless extra work has been authorized by ~the Secretary, the total of the final payment and.previous payments can not exceed the upper limit, of compensatiOn approved for the work. If extra work'has been authorized it will be '.reimbursed as per the terms of the supplemental agreement(s). The Secretary will pay 100' percent of all partial billings up to 95 percent of the upper limit of compensation. Any' fUrther amount dUe will be held until all deliverables (field books, CMS disks, as built plans, etc.) are obtained by the KDOT field office from the consultant. When all deliverables are received by KDOT the remainder due may be paid if requested by the-consultant minus a $500.00 retainage or the amount earned in excess of 95 percent of the upper limit, whichever is less. If partial payments .never reach 95 percent of the upper limit, the consultant may request payment of 100 percent of the amount earned minus a $500.00 retainage. The retainage amount will be released to the consultant when the agreement has been audited by KDOT. IV. De Sheet 6 of 6 The Secretary will reimburse the Consultant for the approved vouchered amount up to the upper limit of compensation (or upper limit plus any amount approved by a revised supplemental) for work detailed in the Agreement. The payments will be made provided the LPA has submitted to KDOT the estimated LPA's share of the Project cost and the LPA's estimated share of the Construction Engineering cost. If the Agreement's upper limit of compensation exceeds the amount approved by the FHWA,. the KDOT will reimburse the Consultant' for the approved voucher fee (not to exceed the Agreement's upper limit of compensation unless authorization has been granted and included in a revised supplemental). The LPA will reimburse the KDOT for fees vouchered by the Consultant and approved by KDOT up to the upper limit of compensation in the Agreement that may exceed the FHWA's approved amount unless provisions are progided for payment under State law. _ MISCELLANEOUS PROVISIONS A. AUTHORIZED REPRESENTATIVES' (1) The Field Engineer for the KDOT will be Mr.. Randy West .whose work address is P.O. Box 147, EllsWorth, Kansas 67439 and work telephone is 785-472-4447. (2) (3) The Project Engineer/Project Manager for the Consultant will be Mr. Kenzil Ly~n, Bucher, Willis & Ratliff Corporation, Certification Number 834 (expiration date is April 17, 2000), whose work address-is. 609 W. North St., Salina, Kansas, 67401 and work telephone'is 785-827-3603. The Chief Inspector for the consultant will be Mr. Clinton' Suhr, Bucher, Willis & Ratliff Corporation, Certification Number 1013 (expiration date is 'March 31, 1999), whose work address is 609 W. North St., 'Salina, Kansas, 67401 and work 'telephone is 785-827-3603. (4) The contact person for the LPA will be Mr. Shawn O'Leary, Salina City. Engineer whose work address is 300 West Ash Street, Salina, Kansas 67402 and work telephone is 785-826-7290. Bo ACCESS TO RECORDS (1) Ail documents and evidence pertaining to costs incurred under this Agreement will be available for inspection during normal business hours in the Consultant's office, located at 609 W. North St., Salina, Kansas 67401, for a period of three (3) years following final Agreement payment. Project No. 85 U-1643-01 Special Attachment No. 2 CERTIFICATION Sheet 1 of 2 CERTIFICATION OF CONSULTANT I hereby certify that I am the?r±nc±pal/Exec. V±ce Pres±dentand duly authorized Bucher, Willis & Ratliff representative of thc firm of Corporation , whose address is 609 W. North Street, Salina, KS 67401 and that neither I nor the abOve firm I here represent has: (a) Co) (c) employed or retained for the commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure ~ contract, agreed, as an express or implied condition for obtaining this contract, to employ or re~i~ the set-vices of any firm or person in connection with carrying out the contract, or d, or agreed to p.ay., to any firm, organization of persons(other than a bona e employee working solely for me or the above consultant) any fee, contrib, ution, dona..tion, or consideration of any kind for, or in connection with., procunng or-carrying out the contract; except as here expressly stated (if any): I acknowledge that th.is certificate is to be furnished to ~he SeCretary of the Kansas Department of Transportation in connection with this contract and is subject to applicable State and Federal laws, both crimh~.' and civil. (Date) 3-25-99 (Sigl~tUr~illiam D. S rait, AICP CERTIFICATION OF THE STATE TRANSPORTATION ENGINEER I hereby certify that I am the state Transportation Engineer of the State of Kamas and that the above ConSultant or his representative...has not been required, directly or indirectly as an express or implied condition in connection with obtaining or camfing out this Agreement to (b) pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as here eK~pressly stated (ff any): I acknowledge that this certificate is to be furnished to the above referenced firm in connection with this Agreement, and is subject to applicable State and Federal laws, both criminal and civil. (Date) 11-20-89 W. M. Lackey, P.E. State Transportation Engineer City/County Special Attachment No. ~2 Sheet 2 of 2 CERTIFICATION OF LPA (CITY OR COUNTY) We hereby certify that we are the above-noted LPA's Appropriate Local OffiCials authorized to slgn for the City/County and that the COnsultant noted in Sheet 1 of this Special Attachment or his representative has not been required, directly or indireCtly, as an expressed or implied condition in connection with obtaining or carrying out this agreement to: (a) employ or retain, or agree to employ or retain, any firm or person, or, (b) pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind: except as herein expressly stated (if any): We acknowledge that this certificate is to be furnished to the above referenced firm in connection with this Agreement, and is subject to applicable State and Federal laws, both criminal and civil. (Date) Mayor/Chairperson of Board of County Commi.~sioners Member Member Sheet I of 2 Special Attachment No. 3 KANSAS DEPARTMENT OF TRANSPORTATION Special Attachment To Contracts or Agreements Entered Into By the Secretary of Transportation of the State of Kansas NOTE: Whenever this Special Attachment conflicts with provisions of the Document to which it is attached, this Special Attachment shah govern. THE CIVIL RIGHTS ACT OF 1964 and any amendments thereto REHABILITATION ACT OF 1973 and any amendments thereto AMERICANS WITH DISABILITIES ACT OF 1990 and any amendments thereto AGE DISCRIMINATION ACT OF 1975 and any amendments thereto EX~ECUTIVE ORDER 12898, Federal Actions To Address Environmental Justice in Minority and Low Income Populations (1994) and any amendments thereto NOTIFICATION The Secretary of Transportation for the State of Kansas, in accordance with theprovisions of Title VI and Title VII of the Civil Rights Act of 1964 (78 Stat. 252), § 504 of the Rehabilitation Act of 1973 (87 Stat. 355) and the Americans with Disabilities Act of 1990 (42 USC 12101), the Age Discrlmlnat!o.n A. ct of 1975 (42 USC 6101), the regulations of the U.S. Department of Transportation ~ss.ued pursuant to such Act, and Executive Order 12898, Federal Actions to Address Environmental Justice.in Minority Populations and Low Income Populations (1994), hereby notifies all contracting parties that, the contracting parties will affirmatively insure that this contract will be implemented without discrimination on the grounds of race, religion, color, gender, age, disability, national ori 'gin, or minority populations and low income populations as more specifically set out in the following nine 'Nondiscrimination Clauses~. ' CLARIFICATION Where the term 'consultant" appeam in the fOllowi~..g nine "Nondiscrimination Clauses", the term 'consultant" is understoodto include all parties to contracts or agreements with the Secretary of Transportation of the State of Kansas. Nondiscrimination Clauses During the performance of this contract, the consultant, or the consultant's assignees and successors in interest (hereinafter referred to as the 'consultant's"), agrees as follows: (1) Compliance with Regulations: The consultant will comply with the Regulations of the. U.S. Department of Transportation relative to nondiscrimination in federally-assisted programs of'the'U.S. Department of Transportation (Title 49, Code of Feder~ Regulations, Parts 21, 23 and 27, hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. .. (2) Nondiscrimination: The Consultant, with regard to the work performed by the consultant after award and. prior to the ce.re, pletion of the contract work, will not discriminate on the grounds of race, religion, color, gender, age, disabil!ty, or national origin in the selection and retention of sub~.ontractors, including procurements of materials and leases of equipment. The consultant will not participate either directly or indirectly in the discrimination prohibited .by Section 21.5 of the Regulations, including employment practmes when the contract covers a program set forth in Appendix. B of the Regulations. (Revised 9-19-95) Sheet 2 of 2 (3) (4) (5) (6) (7) Special AttaChment No. 3 Solicitations for Subcontractors, Includin~g Procurements of Materials and Equipment: In all solicitations either competitive bidding or negotiation made by the consultant for work to be performed under a subcontract including procurements of materials or equipment, each potential subcontractor or suPplier shall be notified by the consultant of the consultant's obligation under this contract and the Regulations relative to nondiscrimination on the grounds of race, religion, color, gender, age, dis- ability, or national origin. Information and Reports: The consultant~'will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and the Secretary of Transportation of the State of Kansas will be permitted access to the consultant's books, records, accounts, other sources of information, and facilities as may be determined by the Secretary of Transportation of the State of Kansas to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a consultant is in the exclusive pos- session of another who fails or refuses to furnish this information, the consultant shall so certify to the Secretary of Transportation of the State of Kansas and shall set forth what efforts it has made to obtain the information. Employment: The consultant will not discriminate against any employ, ee or applicant for employment because of race, religion, color, gender, age, dj/ability, or national origin. Sanctions for Noncompliance: In the event of the consultant's noncompliance with the nondiscr~m!nafion provisions of this contract, the Secretary of Transportation of the State of Kansas shall impose such contract sanctions as.the Secretary of Transp, or- tafion of the State of Kansas may determine to be appropriate, including, but n0t lim- ited to, · (a) withholding of payments to the consultant under the contract until the contractor complies, and/or . (b) cancellation, termination or suspension of the contract, in whole or in part. Disadvantaged Business Obligation .' (a) Disadvantaged 'Businesses as defined in the Regulations, shall have the maximum opportunity to participate rathe performance of contracts financed · in whole or ia part with Federal funds under this c.o. ntraet. · (b) All necessary and reasonable steps shall be taken m accordance with the Regu- lations to ensure that Disadvantaged Businesses have the maximum '.. opportunity to compete for and perform contracts. No person(s) shall be . discriminated a~ainst on the basis of race, religion, color, gender, age, disability or national origin in the award and performance of Federally-assisted contracts. (8) (9) Executive Order 12898 (a) To the extent permitted by existing law, and wheneVer practical and appropri- ate, all necessary and reasonable steps shall be taken· in accordance with Executive Order 12898 to collect, maintain, and analyze information on the race, color, national origin and income level of persons ,.affected by the plarming and environmental Process. Incorporation of Provisions: The consultant will include the provisions of paragraph (1) through (8) in every subcontract, including procurements of materials .and leases of equipment, unless exempt by the Regulations, order, or instructions ~ssued pursuant thereto. The consultant will take such action with respect to any sub- contract or procurement as the Secretary of Transportation of the State of Kansas may direCt as a means of enforcing such provisions including sanctions for noncom- plianee: Provided, however, that, in the event a consultant becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direc- tion, the consultant may request the State to enter such litigation to protect the inter- ests of the State. (Revised 9-19-95) Kansas De~ o~ Adnnini~ratio~ Oi~ e4 Ac,counts and Reports DA.146a (Rev. 9-9:~) SPECIAL AT'FACHMENT NO. 4 Agency No.~ Contract No. CONTRACTUAL PROVISIONS ATTACHMENT Important: This form contains mandatory contract provisions and must be attached to or incorporated in all copies of any contractual agreement. If it is attached to the vendor/contractor's standard contract form, then that form must be altered to contain the following provision: 'The provisions found in Contractual Provisions Attachment (form DA-146a), which is attached hereto, are hereby incorporated Ln this contract and made a part hereof'. The parties agree that the following provisions are hereby incorporated into the contract to which it is attached and made a part thereof, said contract being the ~ day of ,19 1. TERMS HEREIN CONTROLLING PROVISIONS It is expressly agreed that the terms of each and every provision in this attachment shaU prevail and control over the terms of any other conflicting provision in any other document relating to and a part of the contract in which this attachment is incorporated. 2. AGREEMENT WITH KANSAS LAW All contractual agreements shall be subject to, governed by, and construed according to the laws of the State of Kansas. 3. TERMINATION DUE TO LACK OF FUNDING APPROPRIATION It, in the judgment of the Director of Accounts and Reports, Department of Administration. sufficient funds are not appropriated to continue the ~unction pet{ormed in this agreement and for the payment of the charges hereunder, State may terminate this agreement at the end of its current risc. al year. State agrees to give written notice of termination to contractor at least 30 days prior to the end of its current fiscal year, and shall give such notice ~or a greater period prior to the end of such fiscal year as may be provided in this contract, except that such notice shaU not be required prior to ~0 days before the end of such Kscal year. Contractor shaU have the right, at the end of such fiscal year, to take possession of any equipment provided State under the contract. State will pay to the contractor all regular contractual payments incurred through the end of such fiscal year, plus conlractual charges incidental to the return of any such equipment. Upon terminalion of the agreement by State, title to any such equipment,shall revert to contractor at the end of State's current Kscal year. The termination of the contract pursuant to this paragraph shall not cause any penalty to be charged to the agency or the contractor. 4. DISCLAIMER OF LIABILITY Neither the State of Kansas nor any agency thereof shall hold harmless or indemnity any contractor beyond that liability incurred under the IC, ansas Tort ('latins Act (ICS.A. 756101 et seo.). S. ANTI-DISCRIMINATION CLAUSE The contractor agrees: (a) to comply with the Kan.nas Act Against Discrimination (ICS.A. 44-1001 et se~.) and the Kansas Age Discrimination in Employment Act (K.S.A. 44-1111 et se~.) and the applicable provisions of the .A.~...?ican~.With DL. sa..bilities Act (42 U.S.C.. 12101 et ..se~.~l.! (ADA) and ~o not discriminate against any person because of race, religion, color, sex, disability, nauonal ongm or ancestry, or age m the admisston or access to, or treatment or employment in, its programs or activities; Co) to include in all solidtations or advertisements for employees, the phrase 'equal opportunity employer'; (¢) to comply with the r~porting requirements set out at ICS.A. 44-1031 and I~S.A. 44-1116; (d) to include those provisions in every subcontract or purchase order so that they are binding upon such subcontractor or vendor, (e) that a failure to comply with the reporting requirements of (c) above or t~ the contractor is found guilty of any violation of such acts by the Kan.sas Human Rights Commission, such violation shall consUtute a breach of conlract and the contract may be canceled, terminated or suspended, in whole or in part, by the contracting state agency or the Kansas Department of Administration; (f) it it is dete .rgfined that the contractor has violated applicable provisions of the ADA, such violation shall constitute a breach of contract and the contract may be canceled, terminated Or suspended, in whole or in part, by the contracting state agency or the Kansas Department of Administration. Parties to this contract understand that the provisions of this paragraph number 5 (with the exception of those provisions relating to the ADA) are not applicable to a contractor who employs fewer than four employees during the term of such contract or whose contracts with the contracting state agency cumulatively total $5,000 or less during the fiscal year of such agency. 6. ACCEPTANCE OF CONTRACT This contract shall not be considered accepted, approved or otherwise effective until the statutorily required approvals and certifications have been given. 7. ARBITRATION, DAMAGES, WARRANTIES Notwithstanding any language to the contrary, no interpretation shall be allowed to find the State or any agency thereof has agreed to binding arbitration, or the payment of damages or penalties upon the occurrence of a contingency. Further, the State of Kansas shall not agree to pay attorney fees and late payment charges beyond those available under the Kansas Prompt Payment Act (K.S.A. 756403), and no provision will be given effect which attempts to exclude, modify, disclaLm or otherwise attempt to limit implied warranties of merchantability and fitness for a particular purpose. 8. REPRESENTATIVE'S AUTHORI2~ TO CONTRACT By signing this document, the representative of the contractor thereby represents that such person is duly authorized by the contractor to execute this document on behalf of the contractor and that the contractor agrees to be bound by the provisions thereof. 9. RESPONSIBILITY FOR TAXES The State of Kansas shall not be responsible for, nor indemnify a contractor for, any federal, state or local taxes which may be imposed or levied upon the subject matter of this contract. 10. INSURANCE The State of Kansas shall not be required to purchase, any insurance against loss or damage to any personal property to which this contract relates, nor shall thl~ contract require the State to establish a 'self-insurance' fund to protect against any such loss or damage. Subject to the provisions of the Kansas Tort Claims Act (ICS.A. 75-6101 et secl.), the vendor or lessor shall bear the risk of any loss or damage to any personal property in which vendor or lessor holds title. 11. INFORMATION Special Attachment No. 5 Name KDOT LPA Certified Construction Inspectors Number Level Lyle F. Anderes Dana M. Augustine, PE Thomas P. Ballard Kenneth R. Bieker Marcel J. Braun Paul B. Brungardt, PE Darvin A. Carlson, PE John T. Casey Larry P. Cleaver Stanley A. Cook, PE David L. Cranston Jeffrey D. Crist, PE Troy A. Culver, E1T Eric L. Cyphers, LSIT Roy E. Davied James L. Doering Richard C. Glover Stephanie A. Goldsberry, EIT Fred H. Gray, CET Mark A. Harteghn, Err Steven K. Hileman, PE David E. Johnson, PE Mark L. Johnston, PE Daniel J. Kemp Glenn D. Knak, PE Jay R. Koester, Err Keith D. Lassman Roger L Lohrmeyer Kenzil K. Lynn, PE Donna J. Mader, PE Kirk A. McDowell Timothy W. McDowell Glenn M. Newell Ronald W. Pearce, PE Andrew J. Peppiatt Gerald A. Pfeifer, PE August P. Robben Douglas L. Roeder Kirk A. Rome, rE Alan J. Ross, rE Harvey Ruder, PE RLS Frank C. Sanders Ronald W. Schmutz Russell C. Simmons Wayne E. Staudenmaier Clinton A. Suhr, CET Stephen L. Trowbridge Larry E. Wagner Alan L. Wahrman Keith L. Wetter, PE John D. Youll, PE 695 427 1416 696 780 1059 187 1278 908 346 1123 1213 1486 1014 1124 966 1277 1209 1125 1548 188 967 972 771 442 1210 1308 376 834 762 973 857 368 1391 904 189 615 1276 1267 90 1232 659 1315 1353 1013 1390 1485 1008 664 190 fi_AC IIAC ILAC ILAC RAC HAC ffAC fi_AC maC IIAC B_AC ffAC B_AC ILAC ffAC B_AC IIAC RAC ffAC fi/kC ffAC ffAC mAC ILAC ILAC RAC fi-AC ffAC HAC ffAC BAC B_AC 0evel ~C pending) l/AC HAC ILAC I I/AC I/AC l/AC IIAC I/AC II_AC I/AC IIAC ILAC /lAC IlAC IIAC ]]AC IIAC 6~8~98 Date 05-10-99" 01-12-2001 ~ 03-12-2000 ~ 03-31-99 - 03-26-2000 ~ 03-04-2000-' 04-15-2000 '- 03-05-99 ~ 03-09-2001 ' 04-15-2000 -' 03-16-2000'- 03-14-2001 - 06-13-2000' 03-31-99 -- 03-16-2000 - 03-04-99 - 03-05-99 - 03-14-2001 - 03-16-2000 -' 02-27-2001 -- 04-15-2000 - 03-04-99 - 03-14-99 04-11-2000- 11-30-2000 - 03-14-2001 - 03-06-99 -, 02-28-99 - 04-17-2000 ~ 04-11-2000" 03-14-99 - 01-12-2001 - 05-02-99 -- 03-12-2000 04 24-98 ~ 04-15-2000 02-28-99 - 03-05-99 - 02-26-99 - 04-16-99 - 05-15-2001 05-10-99 03-16-99 - 05-16-99 '~ 03-31-99 - 03-12-2000 06-13-2000 03-21-99 - 03-31-99 - 03-04-2000 SPECIAL ATTACHMENT NO. 6 Exhibit A A. Direct Payroll Contra~t Administration Work Type 1. Field Inspection daily contract documents Subtotal 2. On-site Testing Subtotal 3. Surve~g Subtotal 4. F'mal Paper Preparation Subtotal Total Direct Payroll Costs Supporting Data Sheet for ESTIMATE OF ENGINEERING FEE Est. Avg. Employee Hrs. Sal. · (a) Eng(s)&/or Mang. 450 @ $33.00 Co)Techn(s) 3310 @ 17.00 (c)Clerical 150 @ 12.00 (a) Eng(s)&/or Maag. 30 @ 33.00 = Co)Techn(s) 3400 @ 17.00 = (a) Eng(s)&/or Mang. 50 @ 33.00 --- (b)Techn(s) 1900 @ 17.00 = (a) Eng(s)&/or Mang. 40 @ 33.00 = (b)Techn(s) 240 @ 17.00 = (c)Clcrical 40 .@ 12.00 = Proj. No. 85 U-1643-01 SaUna/Saline County Sheet 1 of 2 Extension $14,850.00 56270.00 1800.00 $72,920.00 990.00 57800.00 $58,790.00 1650.00 - 32300.00 $33,950.O0 1320.00 4080.00 480.00 S5.880.00 $171.540.00 (a) Eng(s)&/or Mang. (b)Tecan(s) (c) Ci ca Total Direct Payroll Costs Summary Total Direct Payroll Costs Hgur$- Rate = 570 @ $33.00 = 8850 @ 17.00 = 190 @ '12.00 Extension = $18,810.00 = 150450.00 = 2280.00 $171,540.00 SPECIAL ATTACHMENT NO. 6 Exhibit A B. Salary related and General Overhead (164.61%) C. Total Payroll plus Overhead (A.+B.) D. Net Fee Proj. No. 85 U-1643-01 Salina/Saliae County Sheet 2 of 2 = 282371.99 = 453911.994 = 59008.56 E. Total Direct Payroll, Overhead and Net Fee F. Direct Expenses: Laptop Computer (hours)- Meals (each) Motel (ni~0 Car (miles) Truck (miles) Testi~.g Equipment Reatal (day) Misc. TeStiag, SUpplies and Tools Total 'O/ti~'Di~ectiF,xpenses TOTAL COSTS PLUS NET 'FEE 3000 1020 0 800 20000 0 0.50 = 7.00 = 35.00 = 0.31 -- 0.35 = 50.00 = 1500.00 7140.00 0.00 248.00 7000.OO 0.00 450.00 = $512,920.55 = $16.338.00 = $529,258.55 SPECIAL ATTACHMENT NO. 7 CERTIFICATE OF COMPLIANCE WITH K.S.A. 46-239(c) Kansas Law (K.S.A. 46-239(c)) requires this agency to report all contracts entered into with any legislator, or any member of a firm of which a legislator is a member, under which the legisla- tor or member of the firm is to perform services for this agency for compensation. The following certification mUst be filled in by the signator of this contract: Yes, this contract is with % legislator or a firm in which a legislator is a member. is - Business Telephone Address (Street, City, State, Zip Code) That legislator or X No, this contract is not being entered into with a legislator or a firm in which a. legislator is a member. The signer understands that this certification is factual and reliable and is a part of this transaction. Date: 3-25-99 William D. Strait, AICP Project No. 85 u-1643-01 City/County: Salina/Saline