Loading...
iron bridge iowa -marymountRESOLUTION NUMBER 87-3973 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE SUPPLEMENTAL AGREEMENT NUMBER 1 FOR A CONTRACT FOR FEDERAL -AID ON ROAD CONSTRUCTION RELATING TO PROJECT 85 U-0832-01 WHICH MODIFIES THE ORIGINAL AGREEMENT DATED NOVEMBER 7, 1984 BETWEEN KANSAS DEPARTMENT OF TRANSPORTATION, THE CITY OF SALINA, AND WILSON AND COMPANY RELATING TO CONSTRUCTION ENGINEERING SERVICES ON THE IRON AVENUE BRIDGE AT FOURTH STREET. Kansas: BE IT RESOLVED by the Governing Body of the City of Salina, Section 1. That the Mayor and City Clerk of the City of Salina are hereby authorized to execute Supplemental Agreement Number 1 for a contract for Federal -aid on road construction relating to Project 85 U-0832-01 which modifies the original agreement dated November 7, 1984 between Kansas Department of Transportation, the City of Salina, and Wilson and Company relating to construction engineering services on the Iron Avenue Bridge at Fourth Street. Adopted by the Board of Commissioners and signed by the Mayor this 9th day of May, 1988. Sydney Soderb rg, Mayor [SEAL] ATTEST: "Robert K. Biles, City Clerk STATE OF KANSAS ) ) SS COUNTY OF SALINE ) I, Robert K. Biles, City Clerk of the City of Salina, Kansas, do hereby certify that Resolution Number 88-3973 was adopted by the Board of Commissioners at its regular meeting on May 9, 1988, and that the above and foregoing is a true and correct copy of the original on file in my office. [SEAL] Ro ert I . i es, My -clerk !w, .• iioraa .�epartmext .Q� •�raHeportation January E; ,1986 OS U-4833-01 City of Salina Saline County Mr. Dean Boyar, P.E; CityEngineerts Office City. -:Co. Building 300 M. Ash, P.O.. 8tfx 146 5alltia, Kansas 67.401 Dear Mr. Boyers This w ll-icknowledge, race Ipt. of�your City!slarraiit• Num*r' 53714 in the- amount of.$133;427.'00 4ich covers the City's Estimated Share for grading and bridge on the above• noted Pftj*4t.. This warrant: has .been.trwu mitted to our Bureau.df Management Services.'. . Very,'truly your$, RAYMOND E..OLSON, P.A.- .R:Chief Chiefof Rural and :DeVelopment /Urban BY: �•G�F�ot� -, Vernon L. Rverhart, P.B.• Pagremi Engineer REO;V6Etldtt ��o or, ity clerk RESOLUTION NUMBER 85-3816 AUTHORITY TO AWARD CONTRACT COMMITMENT OF CITY FUNDS Project No 85 U-0833-01 (Formerly BHM 4832 (003) Date: November 4, 1985 Saline County; City of Salina WHEREAS, bids were received at Topeka, Kansas on October 17, 1985, for the performance of work covered by plans on the above numbered project, and WHEREAS, the bidder and the low bid or bids on work covered by this project were: CONTRACTOR ADDRESS TYPE OF WORK AMOUNT Beatrice Const. Co., Inc. Beatrice, NE Br. Sta. 16+67.5 $615,910.20 WHEREAS, bids are considered satisfactory and have been recommended by the Secretary of Transportation of the State of Kansas, hereinafter referred to as the SECRETARY, for consideration and acceptance by the City, SO NOW, THEREFORE BE IT RESOLVED by the Governing Body of the City of Salina, Kansas: That after due consideration by the Board of Commissioners, this bid or these bids are acceptable and said SECRETARY is hereby authorized to award and execute the necessary contracts for completion of the work on this project as covered by such bid or bids. An estimated 20% of Bid plus 8.3% for engineering and contingencies $ 133,427 Credits or Deficits $ 0* BE IT FURTHER RESOLVED that city funds in the amount of $133,427 which are required for the matching of Federal funds to complete this work are hereby pledged by the City to be remitted to the Controller of the Secretary of Transportation of the State of Kansas on or before November 29, 1985, for use by the SECRETARY in making payments for construction work and engineering on the above described project. *(Credits or Deficits have been accumulated due to underruns or overruns on previously completed projects, non -participating costs, or due to advance or delinquent remittances by the City.) Adopted by the Board of Commissioners and signed by the Mayor this 18th day of November, 1985. Recommended for Approval: c. -- Dean Boyer, City Engineer /7/->� f r r'7 Merle A. Hodges, M.D., Mayor [SEAL] ATTEST: D. L. Harrison, City Clerk =I STATE OF KANSAS ) ) SS COUNTY OF SALINE ) I, D. L. Harrison; City Clerk of the City of Salina, Kansas, do hereby certify that Resolution Number 85-3816 was adopted by the Board of Commissioners at its regular meeting on November 18, 1985, and that the above and foregoing is a true and correct copy of the original on file in my office. [SEAL] Harrison, City Clerk KANSAS DEPARTMENT OF TRANSPORTATION STATE OFFICE BUILDING -TOPEKA. KANSAS 66612 JOHN B. KEMP, Secretary of Transportation JOHN CARLIN, Governor November 4, 1985 Project No. 85 U-0833-01 City of Salina Saline County Mr. Don Hoff, P.E. Asst. City Engineer P. 0. Box 746 Salina, Kansas 67401 Dear Si r: a�^ °^ar eq A copy marked "City's Original" of the Agreement(s) for your Consultant to perform construction engineering services on the above noted project(s) has been fully executed and is attached for your records. The "Notice to Proceed" letter authorizing the Consultant to begin accumulating charges to the project(s) will be issued by KDOT's Field Engineer. This letter will be sent, as per terms of the Agreement, as soon as possible after the October 17, 1985 Letting when it has been determined by the State Transportation Engineer that a contractor's bid can be accepted. We suggest that you contact the Field Engineer noted on page 5 of the Special Attachment - Specific Construction Provisions, if you have any ques- tions regarding services that are to be performed by the Agreement(s). If you have other questions or we may be of further assistance, please con- tact this office. Sincerely, RAYMOND E. OLSON, P.E. Chief of Rural and Urban Development BY: L ry mi% s't. Chief off Rural and REO:LWE:JRC:rac Urban Development Encl. KANSAS DEPARTMENT of TRANSPORTATION STATE OFFICE BUILDING -TOPEKA. KANSAS 66612 JOHN B. KEMP, Secretary of Transportation JOHN CARLIN, Governor November 4, 1985 Project No. 85 U-0833-01 City of Salina Saline County Mr. Kenneth White White, Hunsley & Assoc. Rural Route #4, Box 26 Salina, Kansas 67401 Dear Sir: A copy marked "Consultant's Original" of the Agreement(s) for you to perform construction engineering services on the above noted project(s) has been fully executed and is attached for your records. The "Notice to Proceed" letter authorizing you to begin accumulating charges to the project(s) will be issued to you by KDOT's Field Engineer. This letter will be sent, as per terms of the Agreement, as soon as possible after the October 17, 1985 Letting when it has been determined by the State Transportation Engineer that a contractor's bid can be accepted. Enclosed for your convenience, is a copy of an example of a DOT 424 Form that should be followed when submitting your voucher for services completed to the assigned construction office. Blank forms may be obtained from the KDOT Area Engineer or construction office. We suggest that you contact the Field Engineer noted on page 5 of the Special Attachment - Specific Construction Provisions, as soon as possible in order for your project engineer/project manager to resolve and discuss the sequence of services that are to be performed by this Agreement(s). If you have other questions or we may be of any assistance, please notify this office. Sincerely, RAYMOND E. OLSON, P.E. Chief of Rural and Urban Development BY: ,,,Wry W. Emig,.E, s't. Chief of Rural and REO:LWE:JRC:rac Urban Development Encl. cc: Mr. Dean Boyer, P.E., Salina City Engineer CONTRACT FOR C; �y S it i9 ho a I FEDERAL -AID ROAD CONSTRUCTION ENGINEERING BY CONSULTANT (COST PLUS NET FEE AGREEMENT) PROJECT NO. 85 U-0833-01 CITY OF SALINA SALINE COUNTY THIS AGREEMENT entered into thiso?'/y of�199,!5by and between the City of Salina, hereinafter referred to as t� (Locai Public Authority), as principal, and the consulting engineering firm of White, Hunsley & Assoc. and BG Consultants, Inc. (A Joint Venture), 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 author- ity vested in K.S.A. 68-402b and K.S.A. 68-401 et seq and an agreement between them dated July 22, 1985. The Consultant's address is Rural Route #4, Box 26, Salina, Kansas 67401 and 206 South Wind Place, Manhattan, Kansas 66502. 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 Federal -Aid "Project", consist- ing of 0.094 miles of Grading and Bridge; Iron Avenue over Smoky Hill River, with the aid of Bridge Replacement funds provided under The Surface Transpor- tation Assistance Act of 1978, Title 23, U.S. Code, Highways, and all amendments thereto 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 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 avail- able in the KDOT Headquarters in Topeka, and - 1 - 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 (1) The term "LPA" shall mean the City/County and its authoriz- ed employees. (2) The term "KDOT" shall mean the Kansas Department of Transportation and its authorized representatives. (3) The term "Consultant" shall mean the Consulting 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 Administra- tion and its authorized representatives. (5) The term "Contractor" shall mean the individual, partner- ship, joint ventures, corporation, or agency undertaking the performance of the work designated under the terms of the construction 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 contractor on the Project, on the prescribed form, to perform the work and to furnish the labor and materials at the prices quoted. (8) The term "Special Provisions" shall mean the directions or requirements peculiar to a project and not otherwise thoroughly or satisfactorily included in the Specifica- tions, and which are contained in the Construction•Contract Proposal. (9) The term "Plans" shall mean the approved plans, profiles, typical cross sections, working drawings and 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 Specifica- tions Construction Contract Proposal, Special Provisions and Pfans, as defined above. - 2 - (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 collected form. (12) The term "Field Engineer" shall for the administrative control of this Agreement be considered to mean Metro Engineer, Field Engineering Administrator and/or Area Engineer. B. GENERAL RESPONSIBILITIES AND DUTIES (1) The Consultant shall perform engineering services necessary and incidental to the accomplishment of the Project to the satisfaction of KDOT, and as more fully detailed in Special Attachment - Specific Construction Provisions. (2) The Consultant shall furnish services, labor, materials, equipment, supplies and incidentals, other than those hereinafter designated to be furnished by the KDOT, necessary to conduct and complete the services. (3) The services performed under this Agreement shall at all times be subject to the review and approval of the KDOT and shall be under the direction and control of its authorized representative. (4) The Consultant and/or LPA's principal contact with the KDOT shall be with the construction field office. (5) The services performed under this Agreement shall comply with all applicable federal and state laws and regula- tions. (6) 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. C. CONTROL AND AUTHORITY (1) The authorized representative of the KDOT will be designat- ed by the District's Construction Engineer and will be titled the Field Engineer. (2) The Field Engineer will delegate to a construction 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 3- requirements of services performed under this Agreement and all construction activities performed under the Contract Documents. (3) The Consultant will designate a Project Engineer/Project Manager and other inspection personnel to inspect all work done and material furnished. Such inspection may extend to all or any part of the work and to the preparation of the materials to be used. The Project Engineer/Project Manager is not authorized to alter or waive the provisions of the Specifications or the Construction Contract Proposal. The Project Engineer/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 Engineer/Project Manager shall have the authority to reject work or materials until any questions at issue can be referred to and be decided by the Field Engineer. (4) 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. (5) The Project Engineer/Project Manager shall transmit all reports and paperwork to, and communicate and coordinate with the Construction Engineer/Construction Coordinator. (6) 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 Contractor. If in the absence of the Project Engineer/Project Manager a matter needs prompt attention, the Construction Engineer/ Construction Coordinator will give the necessary orders and then notify the Project Engineer/Project Manager. (7) 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 Engineer/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. D. 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. - 4 - (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 consultants and contractors when so directed by the KDOT. Such cooperation may include atten- dance at conferences. E. MEETINGS AND CONFERENCES (1) 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. (2) Conferences may be held upon the request of the Consultant or the KDOT. II. PROSECUTION AND PROGRESS A. GENERAL (1) Written authority to proceed with the services on any construction Project under this Agreement will be given by the KDOT to the Consultant. The KDOT will not be respon- sible for any services performed by the Consultant prior to such authorization or liable for payment therefore. (2) Services performed under this Agreement will commence with attendance at a formal Construction Conference by the Consultant and the KDOT, unless otherwise stated elsewhere in the Agreement or at the direction of the Construction Engineer/Construction Coordinator during an informal Construction Conference. Attendees at a formal Construction Conference shall include representative of KDOT's Area Engineer and the Construction Office (Construction Engineer/Construction Coordinator) 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 location, date and time and will make necessary arrangements for the conference. Topics for discussion shall include scope of the Contract- or'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. (3) The Consultant shall attend the formal Construction Con- ference held between the KDOT, the Contractor and involved utilities and agencies, unless otherwise stated elsewhere in the Agreement. (4) The Consultant shall have a KDOT Certified Project Engineer/Project Manager assigned to the Project at all times. The non -certification of a Project Engineer/Project - 5 - Manager may, at the Secretary's discretion, give cause for termination of this Agreement and/or withdrawal of the Project from a letting. (5) The Agreement shall be considered completed upon payment, and notice of written release from KDOT therefor unless previously terminated as provided in Section II C. (6) 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. (7) A Close -Out Conference may be held upon completion of this Agreement to evaluate the performance of the Consultant. Attendees shall include the Field Engineer, representatives of the construction office (including Construction Engineer/Construction Coordinator) 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 location, date and time and will make necessary arrangements for the conference. The evaluation shall consider the quality of the Con- sultant's work, adequacy of staffing, extent of correc- tions, cooperation and related subjects. B. DELAYS AND EXTENSIONS (1) Delays caused through no fault of the Consultant 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 exten- sions may also be cause for consideration of adjustments in payment, where warranted and approved by the KDOT. C. 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) 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. (3) 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 Agreement. (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/or unsatisfactory 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 information will be submitted to a Review Committee for resolution. The Review Committee will be comprised of a maximum of two (2) representatives from each of the Agreement parties. (5) In the event of the death of any member or partner of the Consultant's firm, the surviving members shall complete the services, unless otherwise mutually agreed upon by the LPA and the KDOT and the survivors, in which case the Consul- tant shall be paid as set forth in Section II C(2) above. D. SUBLETTING OR ASSIGNMENT OF CONTRACT (1) The Consultant shall not sublet or assign all or any part of the services under this Agreement 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 Agree- ment. (2) All the applicable terms of this Agreement remain in force and are a condition to any services approved to be sublet or assigned. Specific reference is made to Nondiscrimina- tion and Equal Employment Opportunity, as applicable to the subcontract.. III. BASIS OF PAYMENT A. GENERAL (1) The Consultant will be paid the supported actual costs plus net fee by the KDOT for the completed and approved (by KDOT District) services rendered under this Agreement on the basis and at the Agreement price set forth in the Special Construction Provisions (Special 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 - 7 - compensation for services performed or rendered and for all labor, material, supplies, equipment and incidentals necessary to complete the work. (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. The Consultant will assemble work papers for audit at their normal place of business. Overhead rates will be audited on a yearly basis following the first audit as may be required. Overhead rates will be adjusted at the time of the audit review. If the overhead rate increases or decreases, previous payments will be adjusted to insure that the Consultant is reimbursed for actual costs. Future payments will be based on the latest audit. (3) Should the Agreement contain more than one (1) construction project, any and all invoices and the final statement shall itemize charges by individual.Project. (4) 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 DECREASED WORK (1) 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 professional services to complete the services within the time limits specified in schedules or as adjusted by agreement of the parties. (3) 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. (4) 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. (5) Such notification shall include the justification for the claim for extra compensation and the estimated amount of additional fee requested. (6) The KDOT will review the Consultant's submittal and, if acceptable, approve a supplement to this Agreement. Services for extra work may only proceed upon written authorization by the KDOT, which will be followed up with the execution of the supplemental agreement. V. MISCELLANEOUS PROVISIONS A. CONSTRUCTION ENGINEERING STANDARDS (1) All 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 SPECIFICATIONS AND PLANS (1) The KDOT may,'by written notice and without invalidating this Agreement, make changes in the Specifications, Construction Contract Plans or Special Provisions resulting in the revision or abandonment of services already perform- ed 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. C. OWNERSHIP OF DOCUMENTS (1) Upon completion or termination of this Agreement all Manuals, Contract Documents, guides, written instructions, unused forms and recordkeeping books, and other written data and information furnished to the Consultant by the KDOT for 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. (2) All 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 adaptation by Consultant for the specific purpose intended will be at the Secretary's sole risk and without liability or legal exposure to the �1! Consultant; and Secretary shall indemnify and hold harmless Consultant from all claims, damages, losses and expenses including attorney's fees arising out of or resulting therefrom. Any such verification or adaptation will entitle Consultant to further compensation at rates to be agreed upon by Consultant and Secretary. D. CONTINGENT FEES (1) The Consultant warrants that they have not employed or retained any company or person, other than a bondafide 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, con- tingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty the KDOT in consultation with the LPA shall have the right to annul this Agreement without liability. E. AGREEMENT ITEMS (1) It is also understood and agreed that the Project plans, Specifications, Special Provisions, and Construction Con- tract Proposal, as available, and the Agreement Estimate and other Special Attachments (Index provides List of Special Attachments and specifically includes Nondiscrimi- nation in Employment) are all essential documents of this Agreement and are hereby incorporated by reference into this Agreement and are a part thereof. F. ACCESS TO RECORDS (1) The Consultant and subcontractors to the Consultant if any, agree to maintain for inspection 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 respective 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. - 10 - G. LEGAL RELATIONS (1) The Consultant shall become familiar with, and shall at all times observe and comply with, all applicable federal, state, and local laws, ordinances and regulations. (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. H. WORKER'S COMPENSATION AND OTHER EMPLOYEES PROVISIONS (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 in work autho- rized by this Agreement. I. ERRORS AND OMISSIONS (1) The Consultant shall be responsible for the accuracy of the work performed by the Consultant under the Agreement, and shall promptly make necessary revisions or corrections resulting from their negligent acts, errors, or omissions without additional compensation. (2) The Consultant shall give immediate attention to these revisions or corrections to prevent or minimize delay to the Contractor. (3) The Consultant shall be responsible for any damages incurred as a result of their errors, omissions or negli- gent acts and for any losses or costs to repair or remedy construction. J. CONFLICT OF INTEREST (1) 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. (2) 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. K. HOLD HARMLESS CLAUSE (1) The Consultant hereby expressly agrees to save the Secre- tary and the Secretary'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 acts, errors, mistakes 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 subcontractors which may result from acts, errors, mistakes or submissions from the LPA's operation in connection with the services to be performed hereunder. IN WITNESS WHEREOF: The parties signed by their duly authorized officers Agreement and all other Agreements er Agreement shall be binding upon the part sors in office. RECOMMEND FOR APPROVAL: hereto have caused this Agreement to be . It is further understood that this tered into under the provisions of this es to this Agreement and their succes- APPROPRIATE LOCAL OFFICIAL: '�—�Ity �EngineerAMa`,r -6 ..�— ATTEST: Cit Clerk ATTEST: Name 0", ror;:; tLPP1:0 �'s i � l31' .. Member I,clluk soc. i I�GCa SICA(f .,,4s onsu ant •u- pw.•tne-- //cam /..-*ta.4/-� Title JOHN B. KEMP, P.E. SECRETARY OF TRANSPORTATION - 12 - INDEX OF ATTACHMENTS 1. Special Attachment No. 1 - Specific Construction Provisions 2. Special Attachment No. 2 - Certification 3. Special Attachment No. 3 - Civil Rights Act of 1964 and Rehabilitation Act�of 1973 Sheet 1 of 5 SPECIAL ATTACHMENT NO. 1 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 KOOT's Construction Office. (3) Assign a sufficient number of technically qualified and exper- ienced personnel to the Project to perform the services required under the Agreement, in a timely manner to avoid delay to the Contractor. (4) Become fami liar,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 ser- vices to be performed under the Agreement. (5) Perform the Consultant's field operations in accordance 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 transportation, supplies, materials and incidentals as are needed to accomplish the services required under the Agreement. (8) 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 measure- ments needed by the Contractor (unless provided for in the con- tract 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. 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 Docu- ments until any questions at issue can be referred to and be decided by the KDOT Field Engineer. Sheet 2 of 5 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 certificates of compliance for materials tested off the Project site and required, prior to the incorporation in the work, have been received. Keep such daily diaries, logs and records as are needed for a complete 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 applicable to the PROJECT, which may include: a. Progress Reports b. Weekly statement of working days C. Notice of change in construction status d. Report of field inspection of material e. Test report record f. Contractor pay estimates g. Pile driving data h. Piling record i. Final certification of materials j. Explanation of quantity variation k. Statement of time 1. 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: a. Requests for partial and final payment b. Other reports and records as required by the individual Project (9) 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 perfor- mance of the Agreement, upon completion or termination of the Agreement. Sheet 4 of 5 d. Perform or provide for laboratory testing of materials requiring off-site testing facilities, and obtain test reports or certificates of compliance thereof. Designate a Construction Engineer/Construction Coordinator in the Construction Office with the duties and responsibil- ities set forth in Section IC of the General Construction Provisions of the Agreement. f. Provide, through the Field Engineer and the District staff, such assistance and guidance to the Consultant as may be reasonably necessary to perform and complete the Agreement in conformance with standard construction engineering practices of the KDOT. (2) The KDOT reserves the right to assign and charge to the Project such KDOT personnel as may be needed. II. PROSECUTION AND PROGRESS A. It is anticipated that the services to be performed under the con- struction contract will start in 1985, and be completed by 1986. B. The Consultant shall complete all services to be rendered under this Agreement no later than two months after completion of Project con- struction. III. BASIS OF PAYMENT A. Compensation for 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 $5,395.82. The actual cost shall be incurred in conformity with the cost principles established in Vol. 1, Chpt. 7, Sec. 2 of the Federal -aid Highway Program Manual and 41 Code of Federal Regulations (CFR) 1-15.000 et seq. The upper limit of compensation for services detailed in the Agreement shall be $45,065.00. B. 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. Progress billings shall be acceptable to the Secretary before payments can be made to the Consultant. Accumulated partial payments shall not exceed Ninety-five Percent (95%) of the actual costs incurred and net fee earned or the upper limit of compensation for work noted above. When the claims submitted on the payment vouchers have been audited and the KDOT and FHWA have been satisfied that the terms of the Agreement have been met by giving final acceptance of the Project and Agreement, the Consul- tant will be issued within ninety (90) days the final payment which includes the approved amount of the withheld balance. 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 com- pensation approved for the work. If extra work has been authorized it will be reimbursed as per the terms of the supplemental agreement(s). ti Project No. Sheet 1 of 2 Special Attachment No. 2 - CERTIFICATION Certification of Consultant de _ 1q-CSeQre.. — I hereby certify that I am the fla'tng- and duly authorized BU co...sc./ w.ts representative of the firm of wA;4Lr y�„�/r, gy¢Syoui•t�+ , Ze 6 S erEE#' Jn cen hu. s whose address is Xgf 13ox zG 5w/0'17_4_.K0176.� and that neither I nor the above firm I here represent has: (a) 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 this contract, (b) agreed, as an express or implied condition for obtaining this con- tract, to employ or retain the services of any firm or person in connection with carrying out the contract, or (c) paid, or agreed to pay, to any firm, organization of persons (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract; except as here expressly stated (if any): I acknowledge that this certificate is to be furnished to the Secretary of the Kansas Department of Transportation in connection with this contract and is subject to applicable State and Federal laws, both criminal and civil. Date Signature Certification of Kansas Department of Transportation I hereby certify that I am the Secretary of the Kansas Department of Trans- portation, and that the above consulting firm or his representative has not been required, directly or indirectly as an express or implied condition in connec- tion with obtaining or carrying out this contract 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; I acknowledge that this certificate is to be furnished to the above referenced firm in connection with this contract, and is subject to applicable State and Federal laws, both criminal and civil. /4* -. '-7 Date City/County Certification of LPA (City or County) Sheet 2 of 2 We hereby certify that we are the above -noted LPA's Appropriate Local Officials authorized to sign 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 Members Members Sheet 1 of 3 KANSAS DEPARTMENT OF TRANSPORTATION Special Attachment No. 3 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 shall govern. THE CIVIL RIGHTS ACT OF 1964 AND REHABILITATION ACT OF 1973 NOTIFICATION The Secretary of Transportation for the State of Kansas, in accordance with the provisions 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 Regulations of the U.S. Department of Transportation (49 C.F.R., Part 21, 23 and 27), issued pursuant to such Act, hereby notifies all contracting parties that, the con- tracting parties will affirmatively insure that this contract will be implement- ed without discrimination on the grounds of race, religion, color, sex, age, physical handicap, or national origin, as more specifically set out in the following eight 'Nondiscrimination Clauses'. CLARIFICATION Where the term 'consultant' appears in the following seven 'Nondiscrimination Clauses', the term 'consultant' is understood to include all parties to con- tracts or agreements with the Secretary of Transportation of the State of Kansas. k Sheet 3 of 3 (6) Sanctions for Noncompliance: In the event of the consultant's noncom- pliance with the nondiscrimination provisions of this contract, the Secretary of Transportation of the State of Kansas shall impose such contract sanctions as the Secretary of Transportation of the State of Kansas may.determine to be appropriate, including, but limited 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. (7) Disadvantaged Business Obligation (a) Disadvantaged Businesses as defined in the Regulations, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this contract. (b) All necessary and reasonable steps shall be taken in accordance with the Regulations to ensure that Disadvantaged Businesses have the maximum opportunity to compete for and perform con- tracts. No person(s) shall be discriminated against on the basis of race, religion, color, sex, age, physical handicap or national origin in the award and performance of Federally -assisted contracts. (8) Incorporation of Provisions: The consultant will include the provi- sions of paragraph (1) through (8) in every'subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, order, or instructions issued pursuant thereto. The consultant will take such action with respect to any subcontract or procurement as the Secretary of Transportation of the State of Kansas may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a consultant becomes involved in, or is threatened with, litigation with a subcon- tractor or supplier as a result of such direction, the consultant may request the State to enter into such litigation to protect the interests of the State. Sheet 2 of 3 Nondiscrimination Clauses During the performance of this contract, the consultant, or the consultant's assignees and successors in interest (hereinafter referred to as the 'consul- tant'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. Depart- ment of Transportation (Title 49, Code of Federal 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 completion of the contract work, will not discriminate on the grounds of race, religion, color, sex, age, physical handicap, or national origin in the selec- tion and retention of subcontractors, 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 practices when the contract covers a program set forth in Appendix B of the Regula- tions. (3) Solicitations for Subcontractors, Including 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 consul- tant of the consultant's obligation under this contract and the Regulations relative to nondiscrimination on the grounds of race, religion, color, sex, age, physical handicap, or national origin. (4) 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 consultants 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 consul- tant is in the exclusive possession 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. (5) Employment: The consultant will not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, physical handicap, or national origin. KANSAS DEPARTMENT of TRANSPORTATION STATE OFFICE BUILDING -TOPEKA, KANSAS 66612 JOHN B. KEMP, Secretary of Transportation JOHN CARLIN, Governor 85 U-0833-01 BHM 4832(003) Saline County Mr. Dean Boyer City/County Bldg. 300 West Ash, P. 0. Box 746 Salina, Kansas 67401 Dear Mr. Boyer: September 6, 1985 � " C� Due to fluctuations in construction costs, it is considered desirable to review all projects prior to their advertisement with reference to the approxi- mate amount of matching funds required for the improvement. From our recent review of the project using a 80/20 matching ratio, it is estimated by the Bureau of Rural and Urban Development that the maximum City/ County matching funds required will be approximately $164,800. These estimates, while not the official KDOT estimates, should be kept confidential and for your information only. If you are receptive to proceeding with such a possible matching share, please give your approval by signing in the space provided below and promptly returning the original to this office as this project is included in a October 17, 1985, Kansas Department of Transportation letting. Sincerely, �u,3 F� I.,�.� r°"- RAYMOND E. OLSON, P.E., CHIEF OF RURAL AND URBAN DEVELOPMENT REO:VLE:kh:rac cc: Board of County Commissioners/Mayor CITVeouNt ENGINEER KANSAS DEPARTMENT of TRANSPORTATION STATE OFFICE BUILDING -TOPEKA, KANSAS 66612 JOHN B. KEMP, Secretary of Transportation Agreement No. 57-85 85 U-0833-01 Grading and Bridge City of Salina Saline County Mr. D. L. Harrison City Clerk 300 West Ash P.O, Box 746 Salina, Kansas 67401 Dear Mr. Harrison: JOHN CARLIN. Gotemor July 30, 1985 We are enclosing herewith your fully executed copy of the agreement for the above numbered project. Additional copies of this agreement will be furnished if requested within two -weeks of this date. After that period, all extra copies will be destroyed. Very truly yours, RAY D E. LSON, P.E. Chief of Rural and Urban Development REO : tt Enclosure cc: District Engineer, w/a Dean Testa, Construction and Maintenance, w/a PROJECT NO. 85 U-0833-01 GRADING AND BRIDGE CITY OF SALINA, KANSAS AGREEMENT Agreement No. 57-85 This agreement, made and entered into this J?2,„(day of/.0 f/.0 / 19 95, by and between the City of Salina, Kansas, h re einafter refe�to as the City, and the Secretary of Transportation of the State of Kansas, hereinafter referred to as the Secretary. RECITALS: WHEREAS, The Secretary and the said City are empowered by the Laws of Kansas to enter into agreements to enable them to participate in the benefits to be secured from federal -aid funds, or funds made avai.lable from the federal government for road or street improvements, and WHEREAS, under the terms of the Federal -Aid Highway Act and the rules and regulations of the Federal Highway Administration, states and cities are, under certain circumstances, entitled to receive assistance in the financing of the construction and reconstruction of roads and streets, provided, however, that in order to be eligible for such federal aid, such work is required to be done in accordance with the laws of the state and under the direct supervision of the Department of Transportation of such state, and WHEREAS, the City does hereby request the Secretary to take such steps as are deemed by the Secretary to be necessary or advisable for the purpose of securing approval by the Federal Highway Administration of a project for the improvement of Iron Avenue in the City, and is described as follows: Iron Avenue over the Smoky Hill River between Iowa Avenue and Mary - mount Avenue. Total length of project 0.094 mile. NOW, THEREFORE, in consideration of the premises and to secure the approval and construction of the said project, the said parties hereto mutually agree as follows: No. 57-85 1. That the said project when approved shall be undertaken, prosecuted and completed for and on behalf of the said City by the Secretary acting in all things as its agent and said City hereby constitutes and appoints said Secretary its agent, and all acts, proceedings, matters and things hereinafter done by the Secretary in connection therewith are hereby by said City authorized, adopted, ratified and confirmed to the same extent and with the same effect as though done directly by the said City acting in its own individual corporate capacity instead of by its agent. The plans for said project, when approved by the City, the State Transportation Engineer and the Federal Highway Administration are by reference made part of this agreement. The City agrees to prepare, or have prepared, the plans for such improvements, under the direction of the Secretary. 2. The City agrees that it will, in its own name as provided by law, acquire by purchase, dedication or condemnation all of the rights of waA,y easements and access rights shown on the approved plans in accordance with the schedule established by the Kansas Department of Transportation. The City agrees that it will have recorded in the office of• the -Register of Deeds all rights of way Deeds, Dedications, Permanent Easements and .Reports .of Commissioners for condemnation of rights of way. 3. The City agrees that it will move or adjust, or cause to be moved or adjusted, and will be responsible for such removal or adjustment of all existing structures, pole lines, pipe lines, meters, manholes and other utilities, publicly or privately owned, which may be necessary to the construction of the project in accordance with the approved plans. New or existing utilities that have to be installed, moved or adjusted will be located or relocated in accord- ance with the Kansas Department of Transportation "Utility Accommodation Policy, Part Two -Utilities on Primary, Secondary and Urban Highways". The expense of said removal or adjustment of said utilities located on public right of way shall be borne by the.owners. 4. The City agrees that it will immediately take such steps as are necessary to facilitate the early adjustment of utilities and upon notification by the Kansas Department of Transportation's District Engineer, will initiate the removal or adjustment of said utilities and will proceed with reasonable diligence to prosecute this work to completion. The City further agrees to move or adjust or cause to be moved or adjusted all utilities before construction is started on the project except those necessary to be adjusted during construction and those which would disturb the existing street surface, curbs or sidewalks. The City, will, upon notification by the Department's District Engineer, initiate and proceed to complete adjusting the remaining utilities in order that the contractor shall not be delayed in constructing the project. 5. The City agrees to furnish the Secretary a list of existing and known utilities affected, together with locations and proposed adjustments of same and designate an individual to be responsible for coordinating the necessary removal or adjustment of utilities and report each month to the Department's District Engineer the progress of the removal or adjustment on forms furnished by the Secretary. 6. The City agrees to certify to the Secretary that all privately owned utilities occupying public right of way required for the construction of the project are permitted thereon by franchise, ordinance, agreement or permit and -2- No. 57-85 said instrument includes a statement as to which party will bear the cost of future adjustments or relocations that may be required as a result of street or road improvements. 7. It is understood that the City and the Secretary shall determine the manner in which traffic is to be handled during construction. It is therefore agreed between the parties that before project plans have been completed, detour routes and street closings, if necessary, shall be agreed upon by authorized representatives of the City and the Secretary, and noted on the plans. If revisions to the traffic handling plan are proposed during the progress of construction, the City and the Secretary shall approve such revisions before they become effective. The City further agrees that the Secretary or his or her authorized representative may act as its agent with full authority to determine the following: (a) the dates upon which said street closings shall commence and termi- nate (b) the appropriate barricades and signing to be placed on or about the project limits prohibiting through traffic and their locations The Secretary or his or her authorized representative shall notify the City of the determinations made pursuant to this section.. 8. The Secretary agrees to let the contract for the project and shall award the contract to the lowest responsible bidder upon concurrence in the award by the City. The Secretary further agrees to supervise the construction of the project in accordance with the approved plans, as required by the Federal Highway Administration, to negotiate with and report to the Federal Highway Administration, and administer the payments due the contractor, including the portion of the cost borne by the City. 9. The City agrees to reimburse the Secretary for twenty (20) percent of the cost of all construction items in the approved plans including construction engineering and contingencies. However, if any items are found to be nonpar- ticipating by the Federal Highway Administration, the total cost of those items will be paid for by the City. The City further agrees to make such payment to the Secretary within thirty (30) days after receipt of proper billing. 10. The City agrees that when said project is completed and approved that it will, at its own cost and expense, maintain said project and will make ample provisions each year for such maintenance. Upon notification by the State Transportation Engineer of any unsatisfactory maintenance condition, the City will begin the necessary repairs within thirty (30) days and will prosecute the work continuously until it is satisfactorily completed. 11. The City agrees that it will adopt an ordinance requiring the removal of all encroachments either on or above the limits of the right of way shown on the approved plans for this project and it will initiate and proceed with diligence to remove or require the removal of said encroachments. It is further agreed that all such encroachments be removed before the project is advertised for letting (provided, however, that if the Secretary is satisfied, with respect to any encroachment, that the physical removal thereof has been fully provided -3- No. 57-85 for between the City and the owner thereof and will be accomplished within a time sufficiently short to present no hindrance or delay to the construction of the project, the Secretary may cause the project to be advertised for letting before such encroachment is fully removed). The City further agrees that it will not in the future permit the erection of gas and fuel dispensing pumps upon the right of way of said project and it will require that any gas and fuel dispens- ing pumps erected, moved or installed along said project be placed no less than twelve feet back of the right of way line. All right of way provided for said project shall be used solely for public street purposes and no signs, posters, billboards, roadside stands, fences, structures or other private installations shall be permitted within the right of way limits except as provided by state laws. 12. The City agrees to control parking of vehicles on the city street throughout the length of the improvement covered by this agreement. 13. The City agrees that the arterial characteristics inherent in the project require uniformity in information an& regulate.Dns to the end that traffic may safely and expeditiously be served and shall adopt and enforce such rules and regulations governing traffic movements as may be deemed necessary or desirable by the Secretary and the Federal Highway Administration. 14. The City agrees to maintain the control of access rights and to prohibit the construction or use of any entrance or access points along the project other than those shown on the approved plans. Any exceptions therefrom must be approved by the Secretary. 15. The location, form and character of informational, regulatory and warning signs, of traffic signals and of curb and pavement or other markings installed or placed by any public authority, or other agency, pursuant to this agreement, shall be subject to the approval of the Secretary with the concur- rence of the Federal Highway Administration and shall not be installed prior to such approval. 16. The City agrees to adopt all necessary ordinances and/or resolutions and to take such legal steps as may be required to give full effect to the terms of this agreement. 17. The City hereby expressly agrees and covenants that they will hold and save harmless and indemnify the Secretary and his or her authorized representa- tives from any and all costs, liabilities, expenses, suits, judgments, damages to persons or property or claims of any nature whatsoever arising out of or in connection with the provisions or performance of this contract by the City, their employees or subcontractors. The City shall not be required to indemnify and hold the Secretary harmless for negligent acts of the Secretary or his or her authorized representatives or employees. 18. Responsibility for damage claims: The contractor shall indemnify and save the Secretary and the City harmless from and against all liability for damages, costs and expenses arising out of any claim, suit, action, or otherwise for injuries and/or damages sustained to persons or property by reason of the work performed by the Contractor, his or her subcontractor, agents, or employees under this contract. -4- No. 57-85 19. The parties do hereby agree that the "Special Attachment" attached hereto, pertaining to the implementation of the Civil Rights Act of 1964, is hereby made a part of this agreement. 20. It is further understood that this agreement and all contracts entered into under the provisions of this agreement shall be binding upon the Secretary and the City and their successors in office. IN WITNESS WHEREOF the parties hereto have caused this agreement to be signed by their duly authorized officers on the day and year first above written. ATTEST: (SEAL) THE CITY OF SALINA, KANSAS t CITY CLERK MAYOR by JOHN B. KEMP, P.E. Secretary of Transportation -5- Special Attachment No. 1 Sheet 1 of 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 shall govern. THE CIVIL RIGHTS ACT OF 1964 AND REHABILITATION ACT OF 1973 NOTIFICATION The Secretary of Transportation for the State of Kansas, in accordance with the provisions 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 Regulations of the U.S. Department of Transportation (49 C.F.R., Part 21, 23 and 27), issued pursuant to such Act, hereby notifies all contracting parties that, the con- tracting parties will affirmatively insure that this contract will be implement- ed without discrimination on the grounds of race, religion, color, sex, age, physical handicap, or national origin, as more specifically set out in the following eignt 'Nondiscrimination Clauses'. CLARIFICATION Where the term 'consultant' appears in the following seven 'Nondiscrimination Clauses', the term 'consultant' is understood to include all parties to con- tracts or agreements with the Secretary of Transportation of the State of Kansas. Special Attachment No. 1 Sheet 2 of 3 Nondiscrimination Clauses During the performance of this contract, the consultant, or the consultant's assignees and successors in interest (hereinafter referred to as the 'consul- tant'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. Depart- ment of Transportation (Title 49, Code of Federal 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 rggard to the work performed by the consultant after award a-nd prior to the completion of the contract work, will not discriminate on the grounds of race, religion, color, sex, age, physical handicap, or national origin in the selec- tion and retention of subcontractors, including procurements of materials and leases of equipment. The consultant will not participate either airectly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regula- tions. (3) Solicitations for Subcontractors, Including 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 consul- tant of the consultant's obligation under this contract and the Regulations relative to nondiscrimination on the grounds of race, religion, color, sex, age, physical handicap, or national origin. (4) 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 consultants 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 consul- tant is in the exclusive possession 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. (5) Employment: The consultant will not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, physical handicap, or national origin.. Special Attachment No. 1 Sheet 3 of 3 (6) Sanctions for Noncompliance: In the event of the consultant's noncom- pliance with the nondiscrimination provisions of this contract, the Secretary of Transportation of the State of Kansas shall impose such contract sanctions as the Secretary of Transportation of the State of Kansas may determine to be appropriate, including, but limited 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. (7) Disadvantaged Business Obligation (a) Disadvantaged Businesses as defined in the Regulations, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this contract. (b) All necessary and reasonable steps shall be taken in accordance with the Regulations to ensure that Disadvantaged Businesses have the maximum opportunity to compete for and perform con- tracts. No person(s) shall be discriminated against on the basis of race, religion, color, sex, age, physical handicap or national origin in the award and performance of Federally -assisted contracts. (8) Incorporation of Provisions: The consultant will include the provi- sions of paragraph (1) through (8) in every suocontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, order, or instructions issued pursuant thereto. The consultant will take such action with respect to any subcontract or procurement as the Secretary of Transportation of the State of Kansas may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a consultant becomes involved in, or is threatened with, litigation with a subcon- tractor or supplier as a result of such direction, the consultant may request the State to enter into such litigation to protect the interests of the State. PROJECT NO. 85 U-0833-01 GRADING AND BRIDGE CITY OF SALINA, KANSAS A G R E E M E N T Agreement No. 57-85 This agreement, made and entered into this 12 day of 19", by and between the City of Salina, Kansas, hereinafter referr d to as the City, and the Secretary of Transportation of the State of; Kansas, hereinafter referred to as the Secretary. RECITALS: WHEREAS, The Secretary and the said City are empowered by the Laws of Kansas to enter into agreements to enable them to participate in the benefits to be secured from federal -aid funds, or funds made available from the federal government for road or street improvements, and WHEREAS, under the terms of the Federal -Aid Highway Act and the rules and regulations of the Federal Highway Administration, states and cities are, under certain circumstances, entitled to receive assistance in the financing of the construction and reconstruction of roads and streets, provided, however, that in order to be eligible for such federal aid, such work is required to be done in accordance with the laws of the state and under the direct supervision of the Department of Transportation of such state, and WHEREAS, the City does hereby request the Secretary to take such steps as are deemed by the Secretary to be necessary or advisable for the purpose of securing approval by the Federal Highway Administration of a project for the improvement of Iron Avenue in the City, and is described as follows: Iron Avenue over the Smoky Hill River between Iowa Avenue and Mary - mount Avenue. Total length of project 0.094 mile. NOW, THEREFORE, in consideration of the premises and to secure the approval and construction of the said project, the said parties hereto mutually agree as follows: No. 57-85 1. That the said project when approved shall be undertaken, prosecuted and completed for and on behalf of the, said City by the Secretary acting in all things as its agent and said City hereby constitutes and appoints said Secretary its agent, and all acts, proceedings, matters and things hereinafter done by the Secretary in connection therewith are hereby by said City authorized, adopted, ratified and confirmed to the same extent and with the same effect as though done directly by the said City acting in its own individual corporate capacity instead of by its agent. The plans for said project, when approved by the City, the State Transportation, Engineer and the Federal Highway Administration are by reference made part of this agreement. The City agrees to prepare, or have prepared, the plans for such improvements, under the direction of the Secretary. 2. The City agrees that it will, in its own name as provided by law, acquire by purchase, dedication or condemnation all of the rights of way, easements and access rights shown on the approved plans in accordance with the schedule established by the Kansas Department of Transportation. The City agrees that it will have recorded in the office of the Register of Deeds all rights of way Deeds, Dedications, Permanent Easements and Reports of Commissioners for condemnation of rights of way. 3. The City agrees that it will move or adjust, or cause to be moved or adjusted, and will be responsible for such removal or adjustment of all existing structures, pole lines, pipe lines, meters, manholes and other utilities, publicly or privately owned, which may be necessary to the construction of the project in accordance with the approved plans. New or existing utilities that have to be installed, moved or adjusted will be located or relocated in accord- ance with the Kansas Department of Transportation "Utility Accommodation Policy, Part Two -Utilities on Primary, Secondary and Urban Highways". The expense of said removal or adjustment of said utilities located on public right of way shall be borne by the owners. 4. The City agrees that it will immediately take such steps as are necessary to facilitate the early adjustment of utilities and upon notification by the Kansas Department of Transportation's District Engineer, will initiate the removal or adjustment of said utilities and will proceed with reasonable diligence to prosecute this work to completion. The City further agrees to move or adjust or cause to be moved or adjusted all utilities before construction is started on the project except those necessary to be adjusted during construction and those which would disturb the existing street surface, curbs or sidewalks. The City, will, upon notification by the Department's District Engineer, initiate and proceed to complete adjusting the remaining utilities in order that the contractor shall not be delayed in constructing the project. 5. The City agrees to furnish the Secretary a list of existing and known utilities affected, together with locations and proposed adjustments of same and designate an individual to be responsible for coordinating the necessary removal or adjustment of utilities and report each month to the Department's District Engineer the progress of the removal or adjustment on forms furnished by the Secretary. 6. The City agrees to certify to the Secretary that all privately owned utilities occupying public right of way required for the construction of the project are permitted thereon by franchise, ordinance, agreement or permit and -2- No. 57-85 said instrument includes a statement as to which party will bear the cost of future adjustments or relocations that may be required as a result of street or road improvements. 7. It is understood that the City and the Secretary shall determine the manner in which traffic is to be handled during construction. It is therefore agreed between the parties that before project plans have been completed, detour routes and street closings, if necessary, shall be agreed upon by authorized representatives of the City and the Secretary, and noted on the plans. If revisions to the traffic handling plan are proposed during the progress of construction, the City and the Secretary shall approve such revisions before they become effective. The City further agrees that the Secretary or his or her authorized representative may act as its agent with full authority to determine the following: (a) the dates upon which said street closings shall :commence and termi- nate (b) the appropriate barricades and signing to be placed on or about the project limits prohibiting through traffic and their locations The Secretary or his orher authorized representative shall notify the City of the determinations made pursuant to this section.. 8. The Secretary agrees to let the contract for the project and shall award the contract to the lowest responsible bidder upon concurrence in the award by the City. The Secretary further agrees to supervise the construction of the project in accordance with the approved plans, as required by the Federal Highway Administration, to negotiate with and report to the Federal Highway Administration, and administer the payments due the contractor, including the portion of the cost borne by the City. 9. The City agrees to reimburse the Secretary for twenty (20) percent of the cost of all construction items in the approved plans including construction engineering and contingencies. However, if any items are found to be non -par- ticipating by the Federal Highway Administration, the total cost of those items will be paid for by the City. The City further agrees to make such payment to the Secretary within thirty (30) days after receipt of proper billing. 10. The City agrees that when said project is completed and approved that it will, at its own cost and expense, maintain said project and will make ample provisions each year for such maintenance. Upon notification by the State Transportation Engineer of any unsatisfactory maintenance condition, the City will begin the necessary repairs within thirty (30) days and will prosecute the work continuously until it is satisfactorily completed. 11. The City agrees that it will adopt an ordinance requiring the removal of all encroachments either on or above the limits of the right of way shown on the approved plans for this project and it will initiate and proceed with diligence to remove or require the removal of said encroachments. It is further agreed that all such encroachments be removed before the project is advertised for letting (provided, however, that if the Secretary is satisfied, with respect to any encroachment, that the physical removal thereof has been fully provided -3- No. 57-85 for between the City and the owner thereof and will be accomplished within a time sufficiently short to present no hindrance or delay to the construction of the project, the Secretary may cause the project to be advertised for letting before such encroachment is fully removed). The City further agrees that it will not in the future permit the erection of gas and fuel dispensing pumps upon the right of way of said project and it will require that any gas and fuel dispens- ing pumps erected, moved or installed along said project be placed no less than twelve feet back of the right of way line. All right of way provided for said project shall be used solely for public street purposes and no signs, posters, billboards, roadside stands, fences, structures or other private installations shall be permitted within the right of way limits except as provided by state laws. 12. The City agrees to control parking of vehicles on the city street throughout the length of the improvement covered by this agreement. 13. The City agrees that the arterial characteristics inherent in the project require uniformity in information and regulations to the end that traffic may safely and expeditiously be served and shall adopt and enforce such rules and regulations governing traffic movements as may be deemed necessary or desirable by the Secretary and the Federal Highway Administration. 14. The City agrees to maintain the control of access rights and to prohibit the construction or use of any entrance or access points along the project other than those shown on the approved plans. Any exceptions therefrom must be approved by the Secretary. 15. The location, form and character of informational, regulatory and warning signs, of traffic signals and of curb and pavement or other markings installed or placed by any public authority, or other agency, pursuant to this agreement, shall be subject to the approval of the Secretary with the concur- rence of the Federal Highway Administration and shall not be, installed prior to such approval. 16. The City agrees to adopt all necessary ordinances and/or resolutions and to take such legal steps as may be required to give full effect to the terms of this agreement. 17. The City hereby expressly agrees and covenants that they will hold and save harmless and indemnify the Secretary and his or her authorized representa- tives from any and all costs, liabilities, expenses, suits, judgments, damages to persons or property or claims of any nature whatsoever arising out of or in connection with the provisions or performance of this contract by the City, their employees or subcontractors. The City shall not be required to indemnify and hold the Secretary harmless for negligent acts of the Secretary or his or her authorized representatives or employees. 18. Responsibility for damage claims: The contractor shall indemnify and save the Secretary and the City harmless from and against all liability for damages, costs and expenses arising out of any claim, suit, action, or otherwise for injuries and/or damages sustained to persons or property by reason of the work performed by the Contractor, his or,her subcontractor, agents, or employees under this contract. -4- No. 57-85 19. The parties do hereby agree that the "Special Attachment" attached hereto, pertaining to the implementation of the Civil Rights Act of 1964, is hereby made a part of this agreement. 20. It is further understood that this agreement and all contracts entered into under the provisions of this agreement shall be binding upon the Secretary and the City and their successors in office. IN WITNESS WHEREOF the parties hereto have caused this agreement to be signed by their duly authorized officers on the day and year first above written. ATTEST: (� r�4G�--�✓ CITY CLERK THE CITY OF SALINA, KANSAS MAYOR JOHN B. KEMP, P.E. Secretary of Transpoftation by (SEAL) 1611 Special Attachment No. 1 Sheet 1 of 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 shall govern. THE CIVIL RIGHTS ACT:OF 1964 AND REHABILITATION ACT OF 1973 NOTIFICATION The Secretary of Transportation for the State of Kansas, in accordance with the provisions of Title VI and Title VII of the Civil Rights Act of 1964 (78 Stat. 252), 4504 of the Rehabilitation Act of 1973 (87 Stat. 355) and the Regulations of the U.S. Department of Transportation (49 C.F.R., Part 21, 23 and 27), issued pursuant to such Act, hereby notifies all contracting parties that, the con- tracting parties will affirmatively insure that this contract will be implement- ed without discrimination on the grounds of race, religion, color, sex, age, .physical handicap, or national origin, as more specifically set out in the following eight 'Nondiscrimination Clauses'. CLARIFICATION Where the term 'consultant' appears in the following seven 'Nondiscrimination Clauses', the term 'consultant' is understood to include all parties to con- tracts or agreements with the Secretary of Transportation of the State of Kansas. Special Attachment No. 1 Sheet 2 of 3 Nondiscrimination Clauses During the performance of this contract, the consultant, or the consultant's assignees and successors in interest (hereinafter referred to as the 'consul- tant'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. Depart- ment of Transportation (Title 49, Code of federal 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 completion of the contract work, will not discriminate on the grounds of race, religion, color, sex, age, physical handicap, or national origin in the selec- tion and retention of subcontractors, 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 practices when the contract covers a program set forth in Appendix B of the Regula- tions. (3) Solicitations for Subcontractors, Including 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 consul- tant of the consultant's obligation under this contract and the Regulations relative to nondiscrimination on the grounds of race, religion, color, sex, age, physical handicap, or national origin. (4) 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 consultants 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 consul- tant is in the exclusive possession 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. (5) Employment: The consultant will not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, physical handicap, or national origin. Special Attachment No. 1 Sheet 3 of 3 (6) Sanctions for Noncompliance: In the event of the consultant's noncom- pliance with the nondiscrimination provisions of this contract, the Secretary of Transportation of the State of Kansas shall impose such contract sanctions as the Secretary of Transportation of the State of Kansas may determine to be appropriate, including, but limited 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. (7) Disadvantaged Business Obligation (a) Disadvantaged Businesses as defined in the Regulations, shall have the maximum opportunity to participate in the performance of contracts financed in whole or- in part•d th federal funds under this contract. (b) All necessary and reasonable steps shall be taken in accordance with the Regulations to ensure that Disadvantaged Businesses have the maximum opportunity to compete for and perform con- tracts. No person(s) shall be discriminated against on the basis of race, religion, color, sex, age, physical handicap or national origin in the award and performance of Federally -assisted contracts. (8) Incorporation of Provisions: The consultant will include the provi- sions of paragraph (1) through (8) in every suocontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, order, or instructions issued pursuant thereto. The consultant will take such action with respect to any subcontract or procurement as the Secretary of Transportation of the State of Kansas may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a consultant becomes involved in, or is threatened with, litigation with a subcon- tractor or supplier as a result of such direction, the consultant may request the State to enter into such litigation to protect the interests of the State. RESOLUTION NUMBER 85-3795 ' A RESOLUTION RELATING TO BENEFITS OBTAINABLE BY CITIES UNDER THE PROGRAM FOR FEDERAL AID ON HIGHWAY CONSTRUCTION. Kansas: BE IT RESOLVED by the Governing Body of the City of Salina, Section 1. That the Mayor and City Clerk are authorized and directed to execute for and on behalf of the City of Salina, Kansas, Agreement Number 57-85 between the City and the Kansas Department of Transportation, giving the Secretary of Transportation of the State of Kansas authority to act for the City, and in its place and stead, to obtain for the City such benefits as are obtainable under the program of the Federal Aid Plan of Highway Construction, and obtain the benefits of such legislation for the City on the terms and conditions set forth in such agreement as may be prepared and approved by the Secretary of Transportation for the improvement of Iron Avenue over the Smoky Hill River between Iowa Avenue and Marymount Road and known as Project No. 85 U-0833-01. Adopted by the Board of Commissioners and signed by the Mayor this 22nd day of July, 1985. O�J Jose M. atter, Acting Mayor [SEAL] ATTEST: D. L. Harrison, City Clerk II STATE OF KANSAS ) SS COUNTY OF SALINE ) I, D. L. Harrison, City Clerk of the City of Salina, Kansas, do hereby certify that Resolution Number 85-3795 was adopted by the Board of Commissioners at its regular meeting on July 22, 1985 and that the above and foregoing is a true and correct copy of the original on file in my office. [SEAL] Harrison, City Clerk CITY OF SALINA REQUEST FOR COMMISSION ACTION DATE TIME //LC/tib 4:00 P.M. AGENDA SECTION: Consent ORIGINATING DEPARTMENT: APPROVED FOR NO. 6 AGENDA: ITEM Engineerinq NO. 2 BY: Dean Bover BY: / Resolution Number 85-3795 - a resolution relating to benefits obtainable by cities under the program for federal and state aid on highway construction. This resolution authorizes the Mayor and City Clerk to execute an agreement with the Kansas. Department of Transportation to act in the City's behalf of Project No. 85U-0833-01. This project is a bridge project which is funded 80% federal and 20% local. In addition to the 20% of construction, the City shall provide the project plans and all rights-of-way, easements and access rights. This project involves primarily the deck replacement of the bridge on Iron Avenue at the Smoky Hill River channel between Iowa Street and Channel Drive. An October, 1985 letting date has been tentatively scheduled by K.D.O.T. The City's portion of this project shall be funded with sales tax monies. COMMISSION ACTION MOTION BY SECOND BY TO: KANSAS DEPARTMENT of TRANSPORTATION STATE OFFICE BUILDING -TOPEKA, KANSAS 66612 JOHN B. KEMP, Secretary of Transportation JOHN CARLIN, Governor July 15, 1985 Agreement No. 57-85 85 U-0833-01 Grading and Bridge City of Salina Saline County Mr. D. L. Harrison City Clerk 300West Ash P.O. Box 746. Salina, Kansas 67401' Dear Mr. Harrison: We are transmitting herewith in triplicate the proposed agreement covering the responsibilities of the City and the Department of Transportation in connection with the above referenced project. Will you please handle these forms with the governing body for their review and action. If the proposed agreement is satis- factory, the original and one copy should be executed on the part of the City and returned to this office for our further handling with the Secretary of Transportation. The third copy may be retained in your file for reference pending receipt of your fully executed copy. Your attention is called to statements in the agreement concerning imple- mentation of the Civil Rights Act of 1964 as it pertains to all parties to contracts or agreements. In connection with executing the agreement, the City will no doubt find it necessary to pass a resolution authorizing the Mayor and City Clerk to execute the agreement. For your convenience, we are enclosing one copy of a typical resolution frequently used by cities on similar projects. We should be.furnished a certified copy of such resolution as the City adopts in order to complete our files for the project. In the event that any questions arise in connection with the agreement, please feel free to contact this office. Very truly yours, r*AD I* Chief of Rural and Urban Development REO: Ikb Encl . cc: Division Director District Engineer, w/a Chief of Construction and Maintenance, w/a PROJECT NO. 85 U-0833-01 GRADING AND BRIDGE CITY OF SALINA, KANSAS A G R E E M E N T Agreement No. 57-85 This agreement, made and entered into this day of 19 , by and between the City of Salina, Kansas, hh reenafter referred to as the City, and the Secretary of Transportation of the State of Kansas, hereinafter referred to as the Secretary. RECITALS: WHEREAS, The Secretary and the said City are empowered by the Laws of Kansas to enter into agreements to enable them to participate in the benefits to be secured from federal -aid funds, or funds made available from the federal government for road or street improvements, and WHEREAS, under the terms of the Federal -Aid Highway Act and the rules and regulations of the Federal Highway Administration, states and cities are, under certain circumstances, entitled to receive assistance in the financing of the construction and reconstruction of roads and streets, provided, however, that in order to be eligible for such federal aid, such work is required to be done in accordance with the laws of the state and under the direct supervision of the Department of Transportation of such state, and WHEREAS, the City does hereby request the Secretary to take such steps as are deemed by the Secretary to be necessary or advisable for the purpose of securing approval by the Federal Highway Administration of a pro,;ect for the improvement of Iron Avenue in the City, and is described as follows: Iron Avenue over the Smoky Hill River between Iowa Avenue and,Mar,- mount Avenue. Total length of project 0.094 mile. NOW, THEREFORE, in consideration of the premises and to secure the a� /al and construction of the said project, the said parties hereto mutually ayr .t: as follows: No. 57-85 1. That the said project when approved shall be undertaken, prosecuted and completed for and on behalf of the said City by the Secretary acting in all things as its agent and said City hereby constitutes and appoints said Secretary its agent, and all acts, proceedings, matters and things hereinafter done by the Secretary in connection therewith are hereby by said City authorized, adopted, ratified and confirmed to the same extent and with the same effect as though done directly by the said City acting in its own individual corporate capacity instead of by its agent. The plans for said project, when approved by the City, the State Transportation Enyineer and the Federal Highway Administration are by reference made part of this agreement. The City agrees to prepare, or have prepared, the plans for such improvements, under the direction of the Secretary. 2. The City agrees that it will, in its own name as provided by law, acquire by purchase, dedication or condemnation all of the rights of way, easements and access rights shown on the approved plans in accordance with the schedule established by the Kansas Department of Transportation. The City agrees that it will have recorded in the office of the Register of Deeds all riyhts of way Deeds, Dedications, Permanent Easements and Reports of Commissioners for condemnation of rights of way. 3. The City agrees that it will move or adjust, or cause to be moved or adjusted, and will be responsible for such removal or adjustment of all existing structures, pole lines, pipe lines, meters, manholes and other utilities, publicly or privately owned, which may be necessary to the construction of the project in accordance with the approved plans. New or existing utilities that have to be installed, moved or adjusted will be located or relocated in accord- ance with the Kansas Department of Transportation "Utility Accommodation Policy, Part Two -Utilities on Primary, Secondary and Urban Highways". The expense of said removal or adjustment of said utilities located on public right of way shall be borne by the owners. 4. The City agrees that it will immediately take such steps as are necessary to facilitate the early adjustment of utilities and upon notification by the Kansas Department of Transportation's District Engineer, will initiate the removal or adjustment of said utilities and will proceed with reasonable diligence to prosecute this work to completion. The City further agrees to move or adjust or cause to be moved or adjusted all utilities before construction is started on the project except those necessary to be adjusted during construction and those which would disturb the existing street surface, curbs or sidewalks. The City, will, upon notification by the Department's District Engineer, initiate and proceed to complete adjusting the remaining utilities in order that the contractor shall not be delayed in constructing the project. 5. The City agrees to furnish the Secretary a list of existing and known utilities affected, together with locations and proposed adjustments of same and designate an individual to be responsible for coordinating the necessary removal or adjustment of utilities and report each month to the Department's District Engineer the progress of the removal or adjustment on forms furnished by the Secretary. 6. The City agrees to certify to the Secretary that all privately owned utilities occupying public right of way required for the construction of the project are permitted thereon by franchise, ordinance, agreement or permit and -2- No. 57-85 said instrument includes a statement as to which party will bear the cost of future adjustments or relocations that may be required as a result of street or road improvements. 7. It is understood that the City and the Secretary shall determine the manner in which traffic is to be handled during construction. It is therefore agreed between the parties that before project plans have been completed, detour routes and street closings, if necessary, shall be agreed upon by authorized representatives of the City and the Secretary, and noted on the plans. If revisions to the traffic handling plan are proposed during the progress of construction, the City and the Secretary shall approve such revisions before they become effective. The City further agrees that the Secretary or his or her authorized representative may act as its agent with full authority to determine the following: (a) the dates upon which said street closings shall commence and termi- nate (b) the appropriate barricades and signing to be placed on or about the project limits prohibiting through traffic and their locations The Secretary or his or her authorized representative shall notify the City of the determinations made pursuant to, this section. 8. The Secretary agrees to let the contract for the project and shall award the contract to the lowest responsible bidder upon concurrence in the award by the City. The Secretary further agrees to supervise the construction of the project in accordance with the approved plans, as required by the Federal Highway Administration, to negotiate with and report to the Federal Highway Administration, and administer the payments due the contractor, including the portion of the cost borne by the City. 9. The City agrees to reimburse the Secretary for twenty (20) percent of the cost of all construction items in the approved plans including construction engineering and contingencies. However, if any items are found to be nonpar- ticipating by the Federal Highway Administration, the total cost of those items will be paid. for by the City. The City further agrees to make such payment to the Secretary within thirty (30) days after receipt of proper billing. 10. The City agrees that when said project is completed and approved that it will, at its own cost and expense, maintain said project and will make ample provisions each year for such maintenance. Upon notification by the State Transportation Engineer of any unsatisfactory maintenance condition, the City will begin the necessary repairs within thirty (30) days and will prosecute the work continuously until it is satisfactorily completed. 11. The City agrees that it will adopt an ordinance requiring the removal of all encroachments either on or above the limits of the right of way shown on the approved plans for this project and it will initiate and proceed with diligence to remove or require the removal of said encroachments. It is further agreed that all such encroachments be removed before the project is advertised for letting (provided, however, that if the Secretary is satisfied, with respect to any encroachment, that the physical removal thereof has been fully provided -3- No. 57-85 for between the City and the owner thereof and will be accomplished within a time sufficiently short to present no hindrance or delay to the construction of the project, the Secretary may cause the project to be advertised for letting before such encroachment is fully removed). The City further agrees that it will not in the future permit the erection of gas and fuel dispensing pumps upon the right of way of said project and it will require that any gas and fuel dispens- ing pumps erected, moved or installed along said project be placed no less than twelve feet back of the right of way line. All right of way provided for said project shall be used solely for public street purposes and no signs, posters, billboards, roadside stands, fences, structures or other private installations shall be permitted within the right of way limits except as provided by state laws. 12. The City agrees to control parking of vehicles on the city street throughout the length of the improvement covered by this agreement. 13. The City agrees that the arterial characteristics inherent in the project require uniformity in information and regulations to the end that traffic may safely and expeditiously be served and shall adopt and enforce such rules and regulations governing traffic movements as may be deemed necessary or desirable by the Secretary and the Federal Highway Administration. 14. The City agrees to maintain the control of access rights and to prohibit the construction or use of any entrance or access points along the project other than those shown on the approved plans. Any exceptions therefrom must be approved by the Secretary. 15. The location, form and character of informational, regulatory and warning signs, of traffic signals and of curb and pavement or other markings installed or placed by any public authority, or other agency, pursuant to this agreement, shall be subject to the approval of the Secretary with the concur- rence of the Federal Highway Administration and shall not be installed prior to such approval. 16. The City agrees to adopt all necessary ordinances and/or resolutions and to take such legal steps as may be required to give full effect to the terms of this agreement. 17. The City hereby expressly agrees and covenants that they will hold and save harmless and indemnify the Secretary and his or her authorized representa- tives from any and all costs, liabilities, expenses, suits, judgments, damages to persons or property or claims of any nature whatsoever arising out of or in connection with the provisions or performance of this contract by the City, their employees or subcontractors. The City shall not be required to indemnify and hold the Secretary harmless for negligent acts of the Secretary or his or her authorized representatives or employees. 18. Responsibility for damage claims: The contractor shall indemnify and save the Secretary and the City harmless from and against all liability for damages, costs and expenses arising out of any claim, suit, action, or otherwise for injuries and/or damages sustained to persons or property by reason of the work performed by the Contractor, his or her subcontractor, agents, or employees under this contract. -4- 19. The parties do hereby agree hereto, pertaining to the implementation hereby made a part of this agreement. No. 57-85 that the "Special Attachment" attached of the Civil Rights Act of 1964, is 20. It is further understood that this agreement and all contracts entered into under the provisions of this agreement shall be binding upon the Secretary and the City and their successors in office. IN WITNESS WHEREOF the parties hereto have caused this agreement to be signed by their duly authorized officers on the day and year first above written. ATTEST: CITY CLERK by (SEAL) THE CITY OF SALINA, KANSAS MAYOR JOHN B. KEMP, P.E. Secretary of Transportation -5- Special Attachment No. 1 Sheet 1 of 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 shall govern. THE CIVIL RIGHTS ACT OF 1964 AND REHABILITATION ACT OF 1973 NOTIFICATION The Secretary of Transportation for the State of Kansas, in accordance with the provisions 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 Regulations of the U.S. Department of Transportation (49 C.F.R., Part 21, 23 and 27), issued pursuant to such Act, hereby notifies all contracting parties that, the con- tracting parties will affirmatively insure that this contract will be implement- ed without discrimination on the grounds of race, religion, color, sex, age, physical handicap, or national origin, as more specifically set out in the following eight 'Nondiscrimination Clauses'. CLARIFICATION Where the term 'consultant' appears in the following seven 'Nondiscrimination Clauses', the term 'consultant' is understood to include all parties to con- tracts or agreements with the Secretary of Transportation of the State of Kansas. Special Attachment No. 1 Sheet 2 of 3 Nondiscrimination Clauses During the performance of this contract, the consultant, or the consultant's assignees and successors in interest (hereinafter referred to as the 'consul- tant'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. Depart- ment of Transportation (Title 49, Code of Federal 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 completion of the contract work, will not discriminate on the grounds of race, religion, color, sex, age, physical handicap, or national origin in the selec- tion and retention of subcontractors, 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 practices when the contract covers a program set forth in Appendix B of the Regula- tions. (3) Solicitations for Subcontractors, Including 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 consul- tant of the consultant's obligation under this contract and the Regulations relative to nondiscrimination on the grounds of race, religion, color, sex, age, physical handicap, or national origin. (4) 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 consultants 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 consul- tant is in the exclusive possession 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. (5) Employment: The consultant will not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, physical handicap, or national origin. Special Attachment No. 1 Sheet 3 of 3 (B) Sanctions for Noncompliance: In the event of the consultant's noncom- pliance with the nondiscrimination provisions of this contract, the Secretary of Transportation of the State of Kansas shall impose such contract sanctions as the Secretary of Transportation of the State of Kansas may determine to be appropriate, including, but limited 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. (7) Disadvantaged Business Obligation (a) Disadvantaged Businesses as defined in the Regulations, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this contract. (b) All necessary and reasonable steps shall be taken in accordance with the Regulations to ensure that Disadvantaged Businesses have the maximum opportunity to compete for and perform con- tracts. No person(s) shall be discriminated against on the basis of race, religion, color, sex, age, physical handicap or national origin in the award and performance of federally -assisted contracts. (8) Incorporation of Provisions: The consultant will include the provi- sions of paragraph (1) through (8) in every suocontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, order, or instructions issued pursuant thereto. The consultant will take such action with respect to any subcontract or procurement as the Secretary of Transportation of the State of Kansas may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a consultant becomes involved in, or is threatened with, litigation with a subcon- tractor or supplier as a result of such direction, the consultant may request the State to enter into such litigation to protect the interests of the State. RESOLUTION NUMBER 85-3795 A RESOLUTION RELATING TO BENEFITS OBTAINABLE BY CITIES UNDER THE PROGRAM FOR FEDERAL AID ON HIGHWAY CONSTRUCTION. BE IT RESOLVED by the Governing Body of the City of Salina, '.. Kansas: Section 1. That the Mayor and City Clerk are authorized and directed to execute for and on behalf of the City of Salina, Kansas, Agreement Number 57-85 between the City and the Kansas Department of Transportation, giving the Secretary of Transportation of the State of Kansas authority to act for the City, and In its place and stead, to obtain for the City such benefits as are obtainable under the program of the Federal Aid Plan of Highway Construction, and obtain the benefits of such legislation for the City on the terms and conditions set forth in such agreement as may be prepared and approved by the Secretary of Transportation for the Improvement of Iron Avenue over the Smoky Hill River between Iowa Avenue and Marymount Avenue and known as Project No. 85 U-0833-01. Adopted by the Board of Commissioners and signed by the Mayor this 22nd day of July, 1985. Joseph M. Ritter, Acting Mayor [SEAL] ATTEST: D. L. Harrison, City Clerk A RESOLUTION RELATING TO BENEFITS OBTAINABLE BY CITIES UNDER THE PROGRAM FOR FEDERAL AID ON HIGHWAY CONSTRUCTION Be it Resolved by the Governing Body of the City of Salina That the Mayor and City Clerk are authorized and directed to execute for and on behalf of the City of Salina , Kansas, Agreement No, 57-85 between the City and the Kansas Department of Transportation, giving the Secretary of Transportation of the State of Kansas authority to act for the City, and in its place and stead, to obtain for the City such benefits as are obtainable under the program of the Federal Aid Plan of Highway Construction, ' and obtain the benefits of such legislation for the City on the terms and conditions set forth in such agreement as may be prepared and approved by the Secretary of Transportation for the improvement of Iron Avenva nvcr rhe c..,..v.. .,_„ Marymount Avenue (project description and known as Project No, 85 U-0833-01 Passed by the (Eovntii) (Commission) this ��.,,,fday of l� (Approved)(Signed) , Mayor (SEAL)' ATTEST: City Clerk CITY OF SALINA REQUEST FOR COMMISSION ACTION DATE TIME 'I ;WV .I,. AGENDA SECTION: Consent ORIGINATING DEPARTMENT: APPROVED FOR NO. 6 AGENDA - City Clerk Tr" NO M 3 BY: D. L. Harrison BY: Resolution Number 85-3799 - This resolution addresses right-of-way acquisition and utility arrangements relating to the bridge rehabilitation project on the Iron Avenue bridge at the cut-off channel. No additional right-of-way was required and the necessary utility adjustment arrangements have been completed. This resolution is in order for your approval. COMMISSION ACTION MOTION BY SECOND BY TO: .I RESOLUTION NUMBER 85-3799 STATE OF KANSAS COUNTY / CITY FEDERAL AID PROJECT RIGHT-OF-WAY CLEARANCE UTILITY ARRANGEMENTS AUTHORITY AND METHOD PROCEDURE Project No. 85 U-0833-01 (BHM 4832 (3)) Date July 30, 1985 City of Salina WHEREAS, plans, specifications and estimates have been prepared for I certain improvements in the City of Salina, and WHEREAS, said improvement, designated by the Project Number indicated above consists of 0.095 miles of Bridge work on local road or FAS/FAU j Route as follows, City of Salina, Iron Avenue Bridge over Smoky Hill River, and WHEREAS, the Secretary of Transportation of the State of Kansas, hereinafter referred to as the Secretary, as agent for said City, under the agreement dated , 1985, has checked and reviewed said plans, specifications and estimates ana they are now ready for final approval by the Secretary, and WHEREAS, the Secretary now requests an expression from the City as to the further procedure desired by the City, NOW THEREFORE, BE IT HEREBY CERTIFIED that all right of way and easements for borrow pits, channel changes and/or other construction as indicated on the plans as necessary for the construction of said project have been acquired, including legal and physical possession, by the City in accordance with the provisions of the Certification of Real Property Acquisition Procedures, and that any companies owning or operating utility or other facilities within the limits of the right of way, as indicated on the plans for said project, have been contacted and arrangements made for the moving, removing or adjusting of such facilities, as may be necessary upon due notification of such companies, by the City (D.O.T. Form No. 1304 listing such companies with headquarters address, and giving the status of any required alterations, is attached hereto), and further, BE IT RESOLVED that the Secretary be and is hereby authorized to I proceed to contract the above -noted items of work and that City funds will be available for the matching of Federal funds to finance construction work on this project. The Secretary is authorized to proceed in accordance herewith under the provisions of the agreement hereinbefore mentioned, j Adopted by the Board of Commissioners 'and signed by the Mayor this 5th day of August, 1985. [SEAL] ATTEST: D. L. Harrison, City Clerk Approved: Dean Boyer, City Engineer Merle A. Hodges, M.D., Mayor D.O.T. Form No. 1303 RESOLUTION NUMBER STATE OF KANSAS COUNTY/CITY FEDERAL AID PROJECT RIGHT-OF-WAY CLEARANCE UTILITY ARRANGEMENTS AUTHORITY AND METHOD PROCEDURE Project No. 85 U-0833-01 (BHM 4832 (3)) Date July 30, 1985 City of Salina WHEREAS, plans, specifications and estimates have been prepared for certain improvements in the City of Salina, and WHEREAS, said improvement, designated by the Project Number indicated above consists of 0.095 miles of Bridge work on local road or FAS/FAU-Route as follows, City of Salina, Iron Avenue Bridge over Smoky Hill River, and WHEREAS, the Secretary of Transportation of the State of Kansas, hereinafter referred to as the Secretary, as agent for said City, under the agreement dated , 1985, has checked and reviewed said plans, specifications and estimates and they are now ready for final approval, by the Secretary, and WHEREAS, the Secretary now requests an expression from the City as to the further procedure desired by said City, NOW THEREFORE, BE IT HEREBY CERTIFIED that all right of way and easements for borrow pits, channel changes and/or other construction as indicated on the plans as necessary for the construction of said project have been acquired, including legal and physical possession, by the City in accordance with the provisions of the Certification of Real Property Acquisition Procedures, and that any companies owning or operating utilities or other facilities within the limits of the right of way, as indicated on the plans for said project, have been contacted.and arrangements made for the moving, removing or adjusting of such facilities, as may be necessary upon due notification of such companies, by the City (D.O.T. Form No. 1304 listing such companies, with headquarters address, and giving the status of any required alterations, is attached hereto), and further, BE IT RESOLVED that the Secretary be and is hereby authorized to proceed to contract the above -noted items of work and that City funds will be available for the matching of Federal funds to finance construction work on this project. The Secretary is authorized to proceed in accordance herewith under the provisions of the agreement hereinbefore mentioned. Adopted by the Board of Commissioners and signed by the Mayor this 5th day of August, 1985. (SEAL) ATTEST: D. L. Harrison, City Clerk Approved: Dean Boyer, City Engineer Merle A. Hodges, Mayor D.O.T. Form No. 1303