Loading...
HomeMy WebLinkAbout44-80 RESOLUTION-mamtra"Cmilmisnms • RESOLUTION NO. A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN CONTRACT WITH THE COMPREHENSIVE PLANNING INSTITUTE FOR THE PREPARATION OF AN ENVIRONMENTAL IMPACT STATEMENT IN CONNECTION WITH THE CITY'S WASTE WATER TREATMENT IMPROVEMENT PROGRAM. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Comprehensive Planning Institute for the preparation of an environmental impact statement in connection with improvement program. A copy execution hereby is attached made a part hereof. PASSED AND APPROVED THIS 1920. the city's waste water treatment of the contract authorized for hereto, marked Exhibit "A" and day of APPROVED: MICROFILMED CERTIFICATE OF RECORD State of Arkansas SS City of Fayetteville ( • 1, Bonnie Goering, City Clerk and Ex -Officio recorder for the City of Fayetteville, do here- by certify that the annexed or fore!./oing is of record in my office and the same ap- pears in Ordinance & Resolution book 1;17// at page ,ita- Witness mi ay of hand and seal this 19 d City Clerk and Ex -Officio Race glitAa mIrepli! IFICrj:171 • • .. • CONTRACT FOR CONSULTING SERVICES TO PREPARE A ' ; "PIGGYBACK" ENVIRONMENTAL IMPACT STATEMENT FOR THE CITY OF FAYETTEVILLE 201 PROJECT Th.ts conttact i4 ?Sanded in pant by a gtant .6kom the U. S. EnvitonmentaZ PutectLon Agency. Thifs cont/tact i25 /Subject to tegutation6 contained in 40 CFR 35, Subchapten B. Neithek the United State is not the U. S. Enviammenta Putection Agency AIA a patty to thids conttact. This contract is entered into on this, 01,.€,//sr day of May, 1980 between the CITY OF FAYETTEVILLE, ARKANSAS (The CITY), and the COMPREHENSIVE P LANNING INSTITUTE (CPI), Dallas, Texas as its Consultant to assist the CITY in preparing a "Piggyback" EIS which will permit the U. S. Environmental Protection Agency, Region VI, Dallas, to complete the preparation of a Draft and Final Environmental Impact Statement for the Fayetteville 201 Project (Project No. C-050366-01) under Step I of the Construction Grant Program of the Federal Water. Pollution Control Act of 1972, as Amended. I. SCOPE OF SERVICES The CPI agrees to perform Basic Services and Additional Services in conformance with the following descriptions, definitions, terms and conditions. A. BASIC SERVICES The basic services will include the preparation of a Draft and Final Environmental Impact Statement in accordance with scope of services described in a report prepared by CPI entitled "Scope of Work For The Development of a Piggyback EIS for the Fayetteville 201 Pro]ect", dated May, 1980, and incorporated herein by reference and marked as Appendix A. The report was presented to the CITY in April, 1980 and t o the U. S. Environmental Protection Agency in May, 1980. The scope o f work report was reviewed both by the CITY and the EPA, and a decision to implement the scope of work was made by the CITY with concurrence of the U. S. Environmental Protection Agency on May 6, 1980. B. ADDITIONAL SERVICES All.work performed by the CPI which is either described in this para- graph or not included in the Basic Services defined above, shall con- stitute Additional Services. These will include: -1•1•1 Page 1 of 4 --"a•••••:•— i! • 0c • ; ; • • 1. Travel and subsistence to points other than CPI's or the CITY'S offices, project site and other points or places of data and information gathering normally required for the preparation of Environmental Impact Statements. 2. Copies of reports, studies, maps and other data in excess of twenty-five (25) sets. 3. Revisions to approved reports, studies, maps and other data. 4 Other services not otherwise included in this contract or not customarily furnished in accordance with generally accepted planning, engineering and architectural practices. II. COMPENSATION The CITY agrees to pay the CPI for above described services in accor- dance with the following descriptions, definitions, terms and con- ditions. BASIC SERVICES: Compensation for the scope of services described in Section I of this contract is estimated not to exceed $160,222.00, including a maximum fixed -fee profit of $18,947.00. A breakdown , of this compensation is as follows: Direct Cost -- Personnel Overhead, including employee fringe benefits Other Direct Costs (travel, printing, long distance telephone) $ 72,032.13 54,727.60 14,465.00 Profit (fixed fee) 18,946.64 Total $ 160,171.37 A breakdown of the above compensation by participating subcontract consultants is as follows: Comprehensive Planning Institute Environmental Scientists, Inc. Environmental Engineers, Inc. Arkansas Archaeological Survey, "-University of Arkansas Ragsdale & Associates, Inc. Total $ 68,456.37 36,507.36 20,561.17 12,029.73 22,616.74 160,171.37 Page 2 of 4 e, • A The compensation rates for personnel, overhead, travel, arid fixed fee profit for the CPI and its subcontract consultants are included in Appendix B which is made a part of this Contract. III. PAYMENTS The CPI will collect invoices from the subcontract consultants and will invoice the CITY monthly in amounts based on CPI's estimate of the portion of the Basic Services completed. The CITY agrees to promptly pay the CPI at its office in Dallas County, Texas, the full amount of each such invoice upon receipt. A charge of 1.0% per month will be added to the unpaid balance of invoices not paid within 30 days after date of invoice. The CPI will disburse payments to each subcontract consultant according to the terms and conditions of each subcontract agreement reached between the CPI and the individual subcontract consultant. IV. INSURANCE AND LIABILITY LIMITATION The CPI agrees to maintain or to cause to be maintained workmen's compensation insurance to cover all of its own personnel and other subcontract personnel engaged in performing services for the CITY under this Contract. The CPI also agrees to maintain public liability insurance covering claims against CPI or other subcontract consultants for damages resulting from bodily injury, death or property damage from accidents arising in the course of services performed under this Contract. Said insurance shall be in an amount sat- isfactorY to the CITY. CPI shall file certification of insurance with the CITY within ten (10) days after execution of their contract. V. TERMINATION This Contract may be termihated without cause at any time prior to completion of the CPI's services either by CITY or by CPI, upon seven (7) days notice to the other at the address of record. Termination shall release each party from all obligations of this Contract, except as specified in the paragraph below. On termination, by either the City or the CPI, the CITY shall pay the CPI and its subcontract consultants with respect to Basic Services which have been completed an amount fixed in proportion to the work completed and CPI shall deliver to the CITY 25 copies of all completed and uncompleted reports, studies, maps and data compiled by CPI or its subcontractors under this agreement. • dm - Page 3 of 4 • • VI. SUCCESSORS AND ASSIGNS The CITY and the CPI each binds itself, and their successors, executors, administrators and assigns •to the other party of this Contract and to the successors, executors, administrators and assigns of such other party in respect to all covenants of this Contract. Neither the CITY nor the CPI shall assign, sublet, or transfer its interest in this contract without the written consent of the other. Nothing here- in shall be construed as giving any rights or benefits hereunder to anyone other than the CITY and the CPI. VII. SPECIAL PROVISION Additional services shall be performed only upon written authorization of the City of Fayetteville and the U.S. ENVIRONMENTAL PROTECTION AGENCY. Appendix C-1 is made a part of this Contract. VIII. INVALIDATION If this Contract is not executed by the CITY within ten (10) days of the date tendered, it shall become invalid unless the CPI extends the time in writing. IX. MODIFICATIONS No one has authority to make variations in, or additions to the terms of this Contract on behalf of the CPI other than one of its Officers, and then only in writing signed by that authorized officer. THE CITY OF FAYETTEVILLE By: n Todd, AtteSt: • aen.4.1.4, t.27, /2.0pb COMPREHENSIVE PLANNING INSTITUTE By: Khan M Husain, Founder and Director DATE: ILL -C1 2), Page 4 of 4 / CONTRACT FOR CONSULTING SERVICES TOnPRERARE:A "PIGGYBACK" ENVIRONMENTAL IMPACT STATEMENT:FOR , THE CITY:OFTAYETTEVILLE:20I PROJECT ThiS conttactais.jianded.in pakt by:&ghantAtop,the Envitonmentat Ptbftection Agency, rTh4(*conttact AA Subject to tegulation4 contained in 40 CFR 35, Sabchaptet16,-5Neithek the United Staie4 not. the U. S. Envaonmentat. Putection Agency is a patty to thiA conttact This contract is entered into on this day of May, 1980.between the CITY OF FAYETTEVILLE, ARKANSAS (The CITY), and the COMPREHENSIVE PLANNING INSTITUTE (CPI), Dallas, Texas as its Consultant to assist the'CITY,in preparing a "Piggyback" EIS which will permit the U. S. Environmental Protection Agency, Region VI, Dallas, to complete the preparation of a Draft and Final EnO,ronmental Impact Statement for the Fayetteville 201 Project CP.rolettb7Nor47C7050366"-01)—uriderStep-aN bf:the COnetructibii;>GrahttprpgarritgfiliF-fgde'ral''''.-WateiT:PoklutiOn qszfecifiti'761-4-Act-bf 1972, as Amended. _ I. SCOPE OF SERVICES The CPI agrees to perform Basic Services and Additional Services in conformance with the following descriptions, definitions, terms and conditions. A. BASIC SERVICES' The basic services will include the preparation of a Draft and Final Environmental Impact Statement in accordance with scope of services described in a report prepared by CPIentitled "Sdape of Work For The Development of a'Piggyback EIS for the Fayetteville 201 Project", dated May, 1980, and incorporated herein by reference and marked as Appendix A. The report was presented to the CITY in April, 1980 and to the U. S. Environmental Protection Agency in May, 1980. The scope of work report was reviewed both,by the CITY,and the EPA, and a decision to implement the scope of work was made by the CITYwith concurrence of the U. S. Environmental Protection Agency on May 6, 1980. B. ADDITIONAL SERVICES A1-1 work performed by the CPI. which is either described in this para- graph or not includedffin the Basic Services defined aboVe, shall con- stitute Additional Services. These *will include: Page 1 of 4 ••••-• tt- 1 1. Travel and subsistence to points other than CPI's or the CITY'S offices, project site and other points or places of data and information gathering normally required for the preparation of Environmental Impact Statements. 2. Copies of reports, studies, maps and other data in excess of twenty-five (25) sets. 3. Revisions to approved reports, studies, maps and other data. 4. Other services not otherwise included in this contract or not customarily furnished in accordance with generally accepted planning, engineering and architectural practices. II. COMPENSATION The CITY agrees to pay the CPI for above described services in accor- dance with the following descriptions, definitions, terms and con- ditions. BASIC SERVICES: Compensation for the scope of services described in Section I of this contract is estimated not to exceed $160,222.00, including a maximum fixed -fee profit of $18,947.00. A breakdown of this compensation is as follows: . _ Direct Cost -- Personnel $ \72,032.13) Overhead, including employee - fringe benefits . 54,727760 Other Direct Costs (travel, printing, long distance telephone) Profit (fixed fee) Total •465 $ -160,171-.37 A breakdown of the above compensation by participating subcontract consultants is as follows: Comprehensive Planning Institute Environmental Scientists, Inc. Environmental Engineers, Inc. Arkansas Archaeological Survey, University of Arkansas Ragsdale & Associates, Inc. Total k 68,456.37 ,36,507_.36 20,561.-1:7-42, 12,029.73 _ 22,616.74 „ $ 160,171.1.3-7 Page 2 of 4 : The compensation rates for personnel, overhead, travel, and fixed - fee profit for the CPI and its subcontract consultants are included in Appendix B which is made a part of this Contract. III. PAYMENTS The CPI will collect invoices from the subcontract consultants and will invoice the CITY monthly in amounts based on CPI's estimate of the portion of the Basic Services completed. The CITY agrees to promptly pay the CPI at its office in Dallas County, Texas, the full amount of each such invoice upon receipt. A charge of 1.0% per month will be added to the unpaid balance of invoices not paid within 30 days after date of invoice. The CPI will disburse payments to each subcontract consultant according to the terms and conditions of each subcontract agreement reached between the CPI and the individual subcontract consultant. IV. INSURANCE AND LIABILITY LIMITATION The CPI agrees to maintain or to cause to be maintained workmen's compensation insurance to cover all of its own personnel and other subcontract personnel engaged in performing services for the CITY under this Contract. The CPI also agrees to maintain public liability insurance covering claims against CPI or other subcontract consultants for damages resulting from bodily injury, death or property damage from accidents arising in the course of services performed under this Contract. Said insurance shall be in an amount sat- isfactory to the CITY. CPI shall file certification of insurance with the CITY within ten (10) days after execution of their contract. V. TERMINATION This Contract may be terminated without cause at any time prior to completion of the CPI's services either by CITY or by CPI, upon seven (7) days notice to the other at the address of record. Termination shall release each party from all obligations of this Contract, except as specified in the paragraph below. On termination, by either the City or the CPI, the CITY shall pay the CPI and its subcontract consultants with respect to Basic Services which have been completed an amount fixed in proportion to the work completed and CPI shall deliver to the CITY 25 copies of 611 4 completed and uncompleted reports, studies, maps and data compiled by CPI or its subcontractors under this agreement. Page 3 of 4 u VI. SUCCESSORS AND ASSIGNS The CITY and the CPI each binds itself, and their successors, executors, administrators and assigns to the other party of this Contract.and to the successors, executors, administrators and assignsrof such other party in respect to all covenants of this Contract. Neither the CITY nor the CPI shall assign, sublet, or transfer its interest in this contract without the written consent of the other. Nothing here- in shall be construed as giving any rights or benefits hereunder to anyone other than the CITY and the CPI: VII. SPECIAL PROVISION Additional services shall be performed only upon written authorization of the City of Fayetteville and the U.S. ENVIRONMENTAL PROTECTION AGENCY. Appendix C-1 is made a part of this Contract. VIII. INVALIDATION If this Contract is not executed by the CITY within ten (10) days of the date tendered, it shall become invalid unless the CPI extends the time in writing. IX. MODIFICATIONS No one has authority to make variations in, or additions to the terms of this Contract on behalf of the CPI other than one of its Officers, and then only in writing signed by that authorized officer. THE CITY OF FAYETTEVILLE COMPREHENSIVE PLANNING INSTITUTE By: DATE: • Khan M. Husain, Founder and Director /4Ay 21/ c9e0 Page 4 of 4 APPENDIX B COST SUMMARY FOR CPI (EPA FORM 5700-41) 2. PROFESSIONAL SERVICES AGREEMENTS AND COST SUMMARIES (EPA FORM 5700-41) FOR a. Environmental Scientists, Inc. b. Environmental Engineers, Inc. c. University of Arkansas, and d. Ragsdale & Associates, Inc. COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER U.S. EPA GRANTS (See :iceiin4]..invitu'; in..trtictior::: belwe. eon:vic(ina this form) Form Approve:(1 0.11f3 No. 158-R0144 PART 1 -GENERAL 1. GRANTEE City of Fayetteville, Fayetteville, Arkansas 2. GRANT NU BC° . NAME OF CONTRACTOR GP SUBCONTRACTOR Comprehensive Planning Institute, Dallas, Texas 4. DATE OF PROPOSAL January.23, 1980 5. ADDRESS OF CONTRACTCR OR SUBCONTRACTOR 'include ZIP code) P. 0. Box 270988 Dallas, Texas 75227 6, TYPE OF SERV CE TO BE FURNISHED Preparation of a "Piggyback" Environmental Impact Statement for the Fayetteville 201 Project PART II COST SUMMARY 7. DIRECT LABOR (Specify labor categories) ESTI- MATEDTOTALS HOURS HOURLY RATE ESTIMATED COST Projart Manager 732 $ 19.23 5 14,076.36 Associate Environmental ,. Scientists 633 10.10 6, 393 30 Receptionist/Secretarial/Book- keeping/Clerical 040 6.50 6,760.00 Technician/Grahpics Artist 520 7.75 4,030.00 DIRECT LABOR TOTAL: ' $ 31 259 66 S. NDIRECT COSTS (Speci(y indirect cost pools) RATE F BASE = ESTIMATED COST Overhead (including employee 0.67531,259.66 $ 20 943.77 fringe benefits) '0.67 1 .. INDIRECT COSTS TOTAL: S 20.943.77 9. 0 rP DIRECT COSTS a. 'RAVEL ESTIMATED COST (1) TRANSPCnTATION Outrof-town, 14 trips @ S300/trip 5 4,200.00 (2) °ER 0!EPA S TRAVEL SUBTOTAL: • $ 4 200.00 b. EQUIPMENT, MATERIALS, SUPPLIES (Specify categories) QTY COST ESTIMATED COST .... • - Long Distance Telephone 180 $10 00 5 _I4800.00,,, , Reproduction --8 interim reports, handbooks 30 copies per report 8 230.00 1.840.00 EQUIP .ENT SUBTOTAL: 3 • 640.00 C. SUBCONTRACTS ESTIMATED COST Environmental Scientists,Environmental s91,715.00 1 ngineers, University of Arkansas and .. Ragsdale & Associates ) SUBCONTRACTS SUBTOTAL: $91,775.00 ,,- • d. OTHER (Specify categories) ESTIMATED COST ,- $ n. OTHER SUBTOTAL: • c. OTHER DIRECT COSTS TOTAL: 4 . .. .. . 9 9 555 . 00. 10. TOTAL ESTIMATED COST $1511_08-.4, II. PROFIT 9,412.914 12. TOTAL PRICE S 160 in •37 t.....:..,, EPA Form 5700-41 (246) PAC, • .C.I4 .•• al M. pemeMIN PART III -PRICE SUMMARY COMPETITOR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES 11/1clicnre hIPS it. for ;wee romparivonl mARKET PP10E:Si PROPOSED PRICE .. a ;:g1 PART IV•CERTIFICATIONS 14. CONTRACTOR 14a. HAS A FEDERAL AGENCY OR A FEDERALLY CERTIFIED STATE OR LOCAL AGENCY PERFORMED ANY REVIEW OF YOUR ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT WITHIN THE PAST TWELVE MONTHS? = YES ,NO (11 "Yes" give name address and telephone number of reviewing office) 6 1416 .T1115 SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES Cost Plus Fixed -Fee (A-E Accounting Procedures) IGc. N This proposal is submitted for use in connection with and in response to (1) . .Proposal for EIS Preparation, dated • january 23, 1980 . This is to certify to the best of my knowledge and belief (2) that the May 6 , cost 1980 and pricing data summarized and that a financial herein are complete, current, and accurate as of management capability exists to fully and accu- rately account for the finpncial transactions under this project. I further certify subagreement price may he subject to downward renegotiation and/or rec:ouprnent pricing data have been determined, as a result of audit, not to have been of the date above. NQ/,csi that I understand that the where the above cost and complete, current and accurate as i r 60 (3) DATE OF EXECUTION Founder SIGNATURE and OF PROPOSER Director TITLE OF PROPOSER 15.GRANTEE REVIEWER I certify that I have reviewed the cost/price summary set forth herein and acceptable for subagreement award. the proposed costs/price appear ATE Or—EXECUTION SIGNATURE OF RAVIE R clayor - City of FayPtteville _ ITLE OF REVIEWER 16. EPA REVIEWER Of applicable) D.A1E OF EXECUTION SIGNATURE OF REVIEWER TITLE OF REVIEWER EPA Ecu,, 5700-41 (2-76) PAGE 2 OF 5 PROFESSIONAL SERVICES AGREEMENT BETWEEN COMPREHENSIVE PLANNING INSTITUTE AND ENVIRONMENTAL SCIENTIST The COMPREHENSIVE PLANNING INSTITUTE as CLIENT engages ENVIRONMENTAL SCIENTISTS, INC. as ENGINEER to perform professional services for the assignment described as follows: STEP I, Environmental Impact Statement for the Wastewater Treatment Facilities, City of Fayette- ville, Arkansas. I. SERVICES: ENGINEER agrees to perform Basic Services and Additional Services in conformance with the following descriptthons, defini- tions, terms and conditions. A. BASIC SERVICES: These services will include the completion of tasks and subtasks shown in page 72 of the Scope of Work Report. These assignments are listed against Db Aaron Netzer, Dr. Guy R. Lanza, Dr. Jerry Crowder, Dr. Ervin J. Fenyves, and Mr. Fred Little. A narrative description of these tasks is included in appropriate sections and subsections of the scope of work report incorporated herein and marked as Appendix A. B. ADDITIONAL SERVICES: All work performed by ENGINEER which is either described in this paragraph or not included in the Basic Services defined above, shall constitute Additional Services. These will include: 1. Travel and subsistence to points other than ENGINEER'S or CLIENT'S offices, the project city, and other places of data collection for the proposed study. 2. Copies of reports, studies, maps and other data in excess of two (2) sets. 3. Revisions to approved reports, studies, maps and other data. 4. Other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted planning and engineering practices. II. COMPENSATION: CLIENT agrees to pay ENGINEER for above described services in accordance with the following descriptions, definitions, terms and conditions. BASIC SERVICES: Compensation is estimated not to exceed .$ 36,507.36, including a maximum fixed fee profit of $4,483.36. A breakdown of this amount and the rate of fee for personnel, overhead and other items is included in the attached EPA Form 5700-41. Page 1 of 3 .g. III. PAYMENTS: ENGINEER will invoice CLIENT monthly in amounts based on ENGINEER'S estimate of the portion of the Basic Services completed, plus charges for Additional Services performed. CLIENT agrees to promptly pay ENGINEER at his office in Dallas County, Texas, the full amount of each such invoice upon receipt. A charge of 1.0% per month will be added to unpaid balance of invoices not paid within 30 days after date of invoice. IV INSURANCE: :ENGINEER agrees to maintain workmen's compensation insurance to cover all of its own personnel engaged in performing services for CLIENT under this Agreement. ENGINEER also agrees to maintain public liability insurance covering claims against ENGINEER for damages resulting from bodily injury, death or pro- perty damage from accidents arising in the course of services per- formed under this Agreement. V. LIABILITY LIMITATION: ENGINEER shall have no liability to CLIENT or to others for any reasons beyond warranty of the use of reason- able skill in performing the services for the assignment covered by this Agreement. In no event shall ENGINEER'S liability exceed amount of the total compensation received by ENGINEER under this Agreement. IV. TERMINATION: A. CONDITIONS OF TERMINATION: This Agreement may be terminated without cause at any time prior to completion of ENGINEER'S services either by CLIENT or by ENGINEER, upon seven (7) days written notice to the other at the address of record. Termina- tion shall release each party from all obligations of this Agreement, except as specified in paragraph VI.B below. B. COMPENSATION PAYABLE ON TERMINATION: On Termination, by either CLIENT or ENGINEER, CLIENT shall pay ENGINEER with respect to Basic Services which have been completed an amount fixed in proportion to the work completed. VII. SUCCESSORS AND ASSIGNS: CLIENT and ENGINEER each binds himself, and his partner, successors, executors, administrators and assigns to the other party of this Agreement and to partners, successors, executors, administrators and assigns of such other party in respect to all covenants of this Agreement. Neither CLIENT nor ENGINEER shall assign, sublet, or trasnfer his interest in this Agreement without the written consent of the other. Nothing herein shall be construed as giving any rights or benefits hereunder to anyone other than CLIENT and ENGINEER. Page 2 of 3 .4 VIII. SPECIAL PROVISION: Additional services shall be performed only upon written authorization of the CLIENT. Appendix C-1 is made a part of this Agreement. IX. INVALIDATION: If this Agreement is not executed by CLIENT within 10 days of the date tendered, it shall become invalid unless ENGINEER extends the time in writing. X. MODIFICATIONS: No one has authority to make variations in, or additions to the terms of this Agreement on behalf of ENGINEER other than one of its Officers, and then only in writing signed by him. COMPREHENSIVE PLANNING INSTITUTE ENVIRONMENTAL SCIENTISTS BY: BY: Khan M. Husain, Founder Ervin J. Fenyves, President and Director DATE: DATE: 11.‘Page 3 of 3 • ..T ......------ COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER U.S. EPA GRANTS (See nocon.panyine instror:tivos beforc rompliginf,1 this (ora) Form Approved OMB No. 158-R0144 PART I -GENERAL I GRANTEE City of Fayetteville, Fayetteville, Arkansas 2. GRANT NaMBrR 3. NAME OF CONTRACTOR OR SUBCONTRACTOR Environmental Scientists 4. OTE OF PROPOSAL January 23, 1980 5. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Inctude ZIP code) P. 0. Box 688 Richardons, Texas 75080 b TYPE OF SERV CE TO SE FURNISHED Baseline Conditions and environmental assessment for aquatic species, air.pollution, effluent quality, noise and energy PART II•COST SUMMARY 7. DIRECT LABOR (Speci(y labor categories) ESTI- MATED HOURS HOURLY RATE ESTIMATED COST TOTALS Sciaatiqts fl 5 1441001 " .‘ Senior Environmental _&D 150 2 9 kn. oo SecretarialiClericaliBookkeeping _6_._4.0 . • . ,_ . .. i , DIRECT LABOR TOTAL . . 5 15 6110 .11 . 8. INDIRECT COSTS (Specny indirect cost pools) RATE x BASE = ESTIMATED COST 0.3_0 $15 680 L..12._„_5_4.4 Overhead - INDIRECT COSTS TOTAL $al.2„544.0 9. OTHER DIRECT COSTS a. TRAVEL ESTIMATED COST .i.. TRANSPORTATION L.S__a_a_aaO 1 (1) (2) PER DIE TRAVEL SUBTOTAL: S i ono , b. EQUIPMENT, MATERIALS, SUPPLIES (Specify categories) QTY COST ESTIMATED COST distance telephone, 1 5 600 . Long reproduction 200 ‘, ' ..‘ EQUIP ENT S BTOTAL: I:: 1 ' - . '4 800 . : C. SUBCONTRACTS ESTIMATED COST t T., 7' r.:BCONTRACTS SUBTOTAL . $ d. OTHER (Specify categories) ESTIMATE() COST '''' $ OTHER SUBTOTAL: &,. -.,. ,., . • . e• OTHER DIRECT COSTS TOTAL: -ccasc- 38 00 . 00 _1 S 32,024 0. TOTAL ESTIMATF.D COST .00 4 483 36 II. PROFITS ...... s tritni Poirr 36 507 ... • E PA Form 5700-41 (2-76) PAGE 1 OF Form Approved OMB No. 1.58-R0144 DATE OF EXECUTION SIGNATURE Or REVEWEP TITLE OF REVIE R E PA Form 5700-41 (246) PAGE .2 OF 5 PART III -PRICE SUMMARY 13. COMPETITORS CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES (Indicare basis for price comparison) MARKET PRICE(SI PROPOSED PRICE • riv 3r1 ft i• . " - .. •ic — ... , .s . • --. -4- PART IV -CERTIFICATIONS 14. CONTRACTOR 14o, HAS A FEDERAL AGENCY OR A FEDERALLY CEP.TIFIE0 STATE OR LCCAL AGENCY PERFORMED ANY REVIEW OF YOUR ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT WITH;N THE PAST TWELVE MONTHS? 0 Y ES a] NO (If "Yes" give name address and telephone ntnnher of reviewing office) 44 141, THIS SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES Cost plus Fixed -Fee (A-E Accounting Procedures) Ac. This Professional proposal is submitted for use in connection with and in response to (II services dated ETap 93 19 SI)This is to certify Agreetent for to the best•of my knowledge current, and accurate as of exists to fully and accu- that I understand that the where the above cost and current anri accurate as and belief (2) that the. cost and May R7 19Rn pricing data summarized he'rein are complete, • and that a financial manarzem.ent capability rately subagreement pricing of the (3) account tor the financial price may be data have been determined, date above. transactions under this project. I further certify subject to downward renegotiation and/or recoupment as a result of audit, not to have been comple, OF PROPOSER Environmental Inc. DATE OF EXECUTION SIGNATURE President, Scientists, TITLE OF PROPOSER 15.GRANTEE REVIEWER certify that I have reviewed acceptable for subngreement the cost/price summary set forth herein and the proposed costs/price appear award, OF REVIEWER City of Fayetteville CATE OF EXECUTION SIGNATURE City Manager, ., TITLE OF REVIEWER 16. EPA REVIEWER f ( Applicable) DATE OF EXECUTION SIGNATURE Or REVEWEP TITLE OF REVIE R E PA Form 5700-41 (246) PAGE .2 OF 5 PROFESSIONAL SERVICES AGREEMENT BETWEEN COMPREHENSIVE PLANNING INSTITUTE AND ENVIRONMENTAL ENGINEERS, INC. The COMPREHENSIVE PLANNING INSTITUTE as CLIENT engages ENVIRONMENTAL ENGINEERS, INC., as ENGINEER to perform professional services for the assignment described as follows: STEP I, Environmental Impact Statement for the Wastewater Treatment Facilities, City of Fayetteville Arkansas. I. SERVICES: ENGINEER agrees to perform Basic Services and Additional Services in conformance with the following descriptions, defini- tions, terms and conditions. A. BASIC SERVICES: These services will include the completion of tasks and subtasks shown in page 72 of the Scope of Work Report. These tasks are assigned to Dr. Dee Mitchell, Dr. Hugh Jeffus, Dr. Albert Ogden and Mr. Fraser Stephens. A narrative description of these tasks is included in appropriate sections and subsections of the scope of work report incorporated herein and marked as Appendix A. B. ADDITIONAL SERVICES: All work performed by ENGINEER which is either described in this paragraph or not included in the Basic Services defined above, shall constitute Additional Services. These will include: 1. Travel and subsistence to points other than ENGINEER'S or CLIENT'S offices, the project city, and other places of data collection for the proposed study. 2. Copies of reports, studies, maps and other data in excess of two (2) sets. 3. Revisions to approved reports, studies, maps and other data. 4. Other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted planning and engineering practices. II. COMPENSATION: CLIENT agrees to pay ENGINEER for above described services in accordance with the following descriptions, definitions, terms and conditions. BASIC SERVICES:Compensation is estimated not to exceed $20,561.17 including a fixed -fee profit of82,681.89. A breakdown of this amount and the rate of fee for personnel, overhead and other items is included in the attached EPA Form 5700-41. Page 1 of 3 III. PAYMENTS: ENGINEER will invoice CLIENT monthly in amounts based on ENGINEER'S estimate of the portion of the Basic Services completed, plus charges for Additional Services performed. CLIENT agrees to promptly pay ENGINEER at his office in Sprindale, Arkansas, the full amount of each such invoice upon receipt. A charge of 0.1% per month will be added to unpaid balance of invoices not paid within 30 days after date of invoice. IV. INSURANCE: ENGINEER agrees to maintain workmen's compensation insurance to cover all of its own personnel engaged in performing services for CLIENT under this Agreement. ENGINEER also agrees to maintain public liability insurance coverning claims against ENGINEER for damages resulting from bodily injury, death or pro- perty damage from accidents arising in the course of services per- formed under this Agreement. V. LIABILITY LIMITATION: ENGINEER shall have no liability to CLIENT or others for any reasons beyond warranty of the use of reason- able skill in performing the services for the assignment covered by this Agreement. In no event shall ENGINEER'S liability exceed amount of the total compensation received by ENGINEER under this Agreement. IV. TERMINATION: A. CONDITIONS OF TERMINATION: This Agreement may be terminated without cause at any time prior to completion of ENGINEER'S services either by CLIENT or by ENGINEER, upon seven (7) days written notice to the other at the address of record. Termina- tion shall release each party from all obligations of this Agreement, except as specified in paragraph VI:13 B. COMPENSATION PAYABLE ON TERMINATION: On Termination, by either CLIENT or ENGINEER, CLIENT shall pay ENGINEER with respect to Basic Services which have been completed an amount fixed in proportion to the work completed. VII. SUCCESSORS AND ASSIGNS: CLIENT and ENGINEER each binds himself, and his partner, successors, executors, administrators and assigns to the other party of this Agreement and to partners, successors, executors, administrators and assigns of such other party in respect to all covenants of this Agreement. Neither CLIENT nor ENGINEER shall assign, sublet, or transfer his interest in this Agreement without the written consent of the other. Nothing herein shall be construed as giving any rights or benefits hereunder to anyone other than CLIENT and ENGINEER. Page 2 of 3 VIII. SPECIAL PROVISION: Additional services shall be performed only upon written authorization of the CLIENT. Appendix C-1 is made a part of this Agreement. IX. INVALIDATION: If this Agreement is not executed by CLIENT within 10 days of the date tendered, it shall become invalid unless ENGINEER extends the time in writing. X. MODIFICATIONS: No one ha 's authority to make variations in, or additions to the terms of this Agreement on behalf of ENGINEER other than one of its Officers, and then only in writing signed by him. COMPREHENSIVE PLANNING INSTITUTE ENVIRONMENTAL ENGINEERS, INC. BY: BY: Khan M. Husain, Founder Dr. Dee T. Mitchell, President and Director DATE: Page 3 of 3