HomeMy WebLinkAbout19-01 RESOLUTION• • 0(6
MECCRO EILMIED Rdei
CITY OF FAYETTEVILLE EXH p
AGREEMENT FOR ENGINEERING SERVICES I BIT A
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Agreement entered into and executed this fi3O day of
2001, by
and between the City of Fayetteville acting by and through its Mahereinafter called the
"OWNER," and with Garver Engineers, with offices located at 3810 Front Street, Suite #10,
Fayetteville, Arkansas, 72703 hereinafter called the "ENGINEER".
WITNESSETH:
Whereas, the "OWNER" is planning to provide for Phase 1 improvements to Old Missouri Road
(from Rolling Hills Drive to Mud Creek Bridge);
and Whereas the "OWNER'S" forces are fully employed on other urgent work that prevents their
early assignment to the aforementioned work; and Whereas, the "ENGINEER'S" staff is adequate
and well qualified, and it has been determined that its current work load will permit completion of
the plans for the project on schedule;
Now, therefore, it is considered to be in the best public interest for the "OWNER" to obtain
assistance of the "ENGINEER'S" organization in connection with said engineering services. In
consideration of the faithful performance of each party of the mutual covenants and agreements set
forth hereinafter, it is mutually agreed as follows:
SECTION I - EMPLOYMENT OF ENGINEER
The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER" agrees to
perform, professional engineering services in connection with the project set forth in the Sections to
follow; and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, as specified in the
Sections to follow as full and final compensation for work accomplished in the specified time.
SECTION II -DESCRIPTION OF THE PROJECT
The project involves widening and other improvements to Old Missouri Road, including contiguous
drainage from the south side of Rolling Hills Drive to the south end of Mud Creek Bridge (Phase 1).
The Engineer will provide all phases of design services, property acquisition documents, bidding
services, and construction support services for the project. The Engineer has already accomplished
design and property surveys for the project under a separate contract
Old Missouri Road — Garver Engineers (01-6050)
Page 1
•
1
1
1
1
SECTION IV - SERVICES TO BE FURNISHED BY THE "ENGINEER" DURING "DESIGN"
PHASE
SECTION III - INFORMATION & SERVICES
The "OWNER" will furnish any specifications, standards, and other information which may relate to
the project including GPS survey data. Aerial mapping data will be provided, free of charge, to the
"ENGINEER" on magnetic media. The Owner will submit applications to the U.S. Army Corps of
Engineers or other agencies for environmental or other permits; the Engineer will provide the
documentation required for the Owner to submit the permit(s). The "OWNER" will also pay for
newspaper advertisements and agency review fees outside of this agreement. Construction materials
quality assurance and control testing will be provided by and independent consultant under contract
with the construction contractor and is not a part of this agreement.
1
1
1
The "ENGINEER" shall provide all field survey data from field work for designing the project, and
this survey shall be tied to the "OWNERS" GPS control network.
The "ENGINEER" shall be responsible for obtaining, interpreting, and evaluating geotechnical data
necessary for the design of this project.
The "ENGINEER" shall provide surveying and mapping as required for the "OWNER'S" use in
preparing Right-of-Way/Easement acquisition documents. Documentation will include a key map
showing all affected properties and an individual tract map with description of temporary and
permanent acquisition for each property.
The "ENGINEER" shall famish both preliminary and final plans to all known utility owner's
affected by the project and request construction cost estimates for the required utility relocations.
The Engineer shall conduct coordination meetings among all known affected utility owners to enable
them to coordinate efforts for any necessary utility relocations. These coordination meeting will take
place at the City Engineer's office.
The Engineer will provide a drainage study to determine the 100 -year flood elevation (water surface
profiles) for the tributary to Mud Creek running along the west side of Old Missouri Road, including
contributing cross drainage. The scope of work for the drainage study may vary depending on the
amount of information contributed by the Owner and deemed useful by the Engineer.
The project will be designed and constructed to meet water and sewer standards in accordance with
the "OWNER'S" Water and Sewer and other related Standards. Construction specifications shall be
based on "Standard Specifications for Highway Construction Edition 1996 of the AHTD" and latest
special provisions and City of Fayetteville Specifications relating to the design of this project. The
project will be designed in accordance with the City Street Standards, Drainage Criteria Manual, and
other design guides as appropriate. Deviation from these standards will be as directed in writing
from the Owner.
Old Missouri Road — Garver Engineers (01-6050)
1 Page 2
1 • •
1
The Engineer shall also attend approximately five public meetings including a public hearing with
' the City Council's Street Committee in addition to several meetings with neighborhood residents.
The Engineer will prepare exhibits for these meetings.
Conceptual Design Phase
The conceptual design phase submittal will include preliminary typical sections, plan and profile
' sheets showing horizontal and vertical geometry, anticipated utility relocations, cross sections,
right-of-way requirements, maintenance of traffic plans, and an opinions of probable construction
cost. For the different typical sections evaluated, consideration will be given to two and three -lane
sections, different combinations of sidewalks and/or trails, and varying greenspace widths. A
formal report will be submitted at the end of the conceptual design phase containing assessments,
evaluations, and recommendations for alternative typical section elements and geometry. This report
' will discuss the impact each design alternative has on right-of-way, construction cost, impact to
adjacent properties, maintenance of traffic, and other appropriate issues This report will be
submitted to City Staff and other committees for review. The Engineer will not begin preliminary
' design until the conceptual design is approved by the City in writing.
Preliminary Design Phase
'
The preliminary design phase submittal will include refinements to the items submitted for
conceptual design and will also include driveways, drainage improvements, retaining walls,
' sidewalks and/or trails, signing and striping plans, water and sewer relocation plans, and final
property acquisition documents. The preliminary design phase will represent approximately 50 to
60 percent of final construction contract plans. This submittal will not include technical
' specifications or "front end" contract documents. Preliminary plans will be submitted to the City
Staff, the Council Street Committee, and the City Council. The Engineer will not begin final design
until the preliminary design is approved by the City in writing.
1 Final Design Phase
During the final "Design" phase of the project, the "ENGINEER" shall conduct final designs to
' prepare construction plans and specifications including final construction details and quantities,
special provisions, opinion of probable cost, make final field inspection with "OWNER", make any
needed plan changes as a result of the final field inspection, and all other work required to advertise
1
and receive bids.
The Engineer will submit substantially complete construction plans and contract documents (90 to
1 95 percent) 15 days prior to submission of final (100%) construction plans and contract documents
for review by the City.
' Prior to the start of construction, the "ENGINEER" shall establish benchmark for elevation control
and tie layout work to Fayetteville's GPS control system.
1 Unless the Owner prefers and provides a specific construction contract, the Engineer will furnish an
industry standard construction contract form for review by the City Attorney.
Old Missouri Road — Garver Engineers (01-6050)
1 Page 3
1 • •
' SECTION V - COORDINATION WITH "OWNER"
' The "ENGINEER" shall hold conferences throughout the design of the project with representatives
of the " OWNER" to the end that the design, as refined, shall have full benefit of the "OWNER'S"
knowledge and be consistent with the current policies and construction practices of the "OWNER".
1 The "OWNER" reserves the right to accept or reject any or all plans, but this stipulation will not
relieve the "ENGINEER" of responsibility for the design of the project.
1 SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK
I Review of the work as it progresses under this Agreement shall be made at the "OWNERS"
City Engineer's office
1 SECTION VII - CONCEPT AND PRELIMINARY SUBMISSION
The "ENGINEER" shall submit up to ten (10) sets of concept plans and ten (10) sets of preliminary
' plans.
' SECTION VIII - FINAL SUBMISSION
The final submission for the construction contract shall consist of the following:
1 A. One (1) copy of all design calculations if requested by the Owner.
B. Three sets of final plans, contract documents, and specifications.
' C. The originals of all drawings, specifications and contract documents All design drawings on
magnetic media shall be submitted on disks compatible with AutoCAD Release 14 software.
D The estimated cost of construction and a detailed estimate of time in calendar days required
1
for completion of the contract.
SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND
1 "CONSTRUCTION" PHASES
' During the "Bidding" phase of the project, the "ENGINEER" shall dispense construction contract
documents to prospective bidders (at the cost of reproduction and handling), support the contract
documents by preparing addenda as appropriate, participate in a pre-bid meeting if necessary, attend
' the bid opening, prepare bid tabulation, evaluate bids, recommend award, prepare construction
contracts, and issue a Notice to Proceed letter to the Contractor
During the "Construction" phase of work, the "ENGINEER" shall accomplish the following:
1. Review the Contractor's progress payment requests based on the actual quantities of contract
1 items completed and accepted, and shall make a recommendation to the "OWNER" regarding
payment.
2. Attend progress/coordination meetings with the City/Contractor.
Old Missouri Road — Garver Engineers (01-6050)
1 Page 4
•
3. Attend preconstruction meeting.
4. Prepare for and attend utilities coordination meeting.
' 5. Evaluate and respond to construction material submittals and shop drawings.
6. Prepare record drawings.
7. Provide part-time to full-time resident construction observation services for the 270 -calendar -day
construction contract performance time. The proposed fee is based on approximately 6 hours per
day, 5 days per week, during the 270 -calendar -day construction contract performance time.
8. Provide up to 24 hours of survey crew time for field checking earthwork quantities, contractor's
layout, etc.
In performing construction observation services, the Engineer will endeavor to protect the Owner
against defects and deficiencies in the work of the Contractor(s); but the Engineer cannot guarantee
the performance of the Contractor(s), nor be responsible for the actual supervision of construction
operations or for the safety measures that the Contractor(s) takes or should take. However, if at any
time during construction the Engineer observes that the Contractor's work does not comply with the
construction contract documents, the Engineer will immediately notify the Contractor of such non-
' compliance and instruct him to correct the deficiency and/or stop work, as appropriate for the
situation. The Engineer will also record the observance, the discussion, and the actions taken. If the
Contractor continues without satisfactory corrective action, the Engineer will notify the Owner (City)
'
immediately, so that appropriate action under the Owner's contract with the Contractor can be taken.
' SECTION X - SUBCONTRACTING
Subcontracting by the "ENGINEER" of any of the services provided herein shall require prior
' approval by the "OWNER". The Engineer has made agreements with Holloway, Upike, & Bellen
(HUB) for determination of the flood elevations required for the project and with Grubbs, Hoskyn,
Barton, & Wyatt for geotechnical investigation. Copies of these subconsultant contracts are attached.
' Execution of this agreement is evidence of the approval of these two subconsultant contracts.
SECTION XI - TIME OF BEGINNING AND COMPLETION
' The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to
proceed and shall complete the work in accordance with the schedule below:
Phase Description Calendar Days
Geotechnical Engineering 35 days from NTP
1 Conceptual Design 60 days from NTP
Preliminary Design 45 days from approval of Conceptual Design
' Right -of -Way Acquisition Documents
Final Design 60 days from approval of Conceptual Design
60 days from Approval of Preliminary Design
Bidding Services Estimated at 21 days
Construction Contract Administration Estimated at 300 days
Construction Support Services Estimated at 270 days
' Old Missouri Road — Garver Engineers (01-6050)
Page 5
1 •
1 SECTION XII - FEES AND PAYMENTS
1 A. "Design" Phase Services:
1 For, and in consideration of, the services to be rendered by the "ENGINEER", the
"OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time
directly connected with work chargeable to the project, plus payroll additives and general
I
overhead costs of 160 % of direct labor costs, plus direct reimbursable expenses associated
with the project, plus a percentage of a fixed fee which are payable as follows:
I
1. "Design" phase services including conceptual,
preliminary, substantially complete, and final
submittals not to exceed: $108,169
I2. Fixed fee for "Design" services not to exceed: $16,226
1 3. Subconsultant (Holloway, Updike & Bellen) $8,000
4. Engineering contract amount for "Design" phase
I
services not to exceed: $132,395
1 The basis of this upper limit and justification for the fee is contained in Appendix "A"
attached hereto. Subject to the City Council's approval, adjustment of the upper limit may be
made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to
I
be a significant change in scope, complexity or character of the services to be performed; or
if the "OWNER" decides to shorten the duration of work from the time period specified in
the Agreement for completion of work and such modification warrants such adjustment.
Appendix "A" also shows the classification of personnel and the approximate salary rates for
all personnel to be assigned to this project by the "Engineer."
Final payment for Design services shall be made upon the "OWNER'S" approval and
1 acceptance with the satisfactory completion of the "Design" phase for the project. In the
event the Engineer's costs significantly underrun the "not to exceed" amount, the Engineer
will not bill the final fixed fee amount more than 20 percent above the percentage that the
' final actual cost is of the "not to exceed" cost, before the fixed fee is added.
B. "Property Acquisition Documents" Phase Services:
1 For, and in consideration of, the services to be rendered by the "ENGINEER", the
"OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work time
1 directly connected with work chargeable to the project, plus payroll additives and general
overhead costs of 160 % of direct labor costs, plus direct reimbursable expenses associated
with the project, plus a percentage of a fixed fee which are payable as follows:
1
Old Missouri Road — Garver Engineers (01-6050)
1 Page 6
1 • •
1
1. "Property Acquisition Documents" phase services
1
not to exceed: $13,558
2. Fixed fee for "Property Acquisition Documents" $2,033
1
not to exceed:
1 3. Engineering contract amount for "Property
Acquisition Documents" phase services not to exceed: $15,591
1 Final payment for "Property Acquisition Documents" phase services shall be made upon the
"OWNER'S" approval and acceptance with the satisfactory completion and submittal of the
documents. In the event the Engineer's costs significantly underrun the "not to exceed"
1 amount, the Engineer will not bill the final fixed fee amount more than 20 percent above the
percentage that the final actual cost is of the "not to exceed" cost, before the fixed fee is
1 added.
C. "Bidding" Phase Services:
1 For "Bidding" phase services rendered by the "Engineer," the "OWNER" shall pay the
"ENGINEER" on the basis of salary costs for work -time directly connected with the project,
1 plus payroll additives and general overhead costs of 160 % of direct labor costs (plus direct
reimbursable expenses associated with the project), plus a percentage of a fixed fee which
are as follows:
1 1. "Bidding" phase services costs not to exceed: $4,928
1 2. Fixed fee for "Bidding" services not to exceed: $739
3. Engineering contract amount for "Bidding"
1 phase services not to exceed $5,667
1 Final payment for "Bidding" phase services shall be made upon the "OWNER'S" approval
and acceptance with the satisfactory completion of the "Bidding" phase of the project In the
event the Engineer's costs significantly underrun the "not to exceed" amount, the Engineer
1 will not bill the final fixed fee amount more than 20 percent above the percentage that the
final actual cost is of the "not to exceed" cost, before the fixed fee is added.
1 D. "Construction" Phase Services:
For "Construction" phase services rendered by the "ENGINEER," the "OWNER" shall pay
1 the "ENGINEER" on the basis of salary costs for work -time directly connected with the
project, plus payroll additives and general overhead costs of 160 % of direct labor costs (plus
direct reimbursable expenses associated with the project), plus a percentage of a fixed fee
1
Old Missouri Road — Garver Engineers (01-6050)
1 Page 7
which are as follows:
1. "Construction" phase services costs not to exceed: 85,624
2. Fixed fee for "Construction" phase services
not to exceed:
12,843
3. Engineering contract amount for "Construction"
phase services not to exceed: 98,467
This fee is based upon an assumed construction contract performance period not to exceed
270 days and the Engineer providing on site observation for approximately 6 hours per day, 5
days per week, during the 270 -calendar -day construction contract performance time.
The basis for this estimate is shown in Appendix A. The "ENGINEER" shall invoice the
"OWNER" monthly for construction phase services, and the final payment for
"Construction" phase services shall be made upon the "OWNER'S" approval and acceptance
with the satisfactory completion of the "Construction" phase of the project In the event the
Engineer's costs significantly underrun the "not to exceed" amount, the Engineer will not bill
the final fixed fee amount more than 20 percent above the percentage that the final actual
cost is of the "not to exceed" cost, before the fixed fee is added.
E. "Geotechnical Investigation" Services:
For geotechnical investigative services associated with design, the "OWNER" shall pay the
"ENGINEER" on the basis of hourly rates and unit prices set forth in the Engineer's
subconsultant agreement with Grubbs, Hoskyn, Barton, & Wyatt, a fee not to exceed $4,300.
The basis of this upper limit and justification for the fee is contained in subconsultant
agreement attached hereto.
F. "Special" Services:
For additional "Special" services, not specifically covered by this agreement but requested by the
Owner in writing (such as construction or right-of-way staking, traffic analysis or signalization,
landscape design, or utilities design other than water and sewer), the "OWNER" shall pay the
"ENGINEER" at the rates shown in Appendix A, plus reimbursable expenses. These rates will
increase 6% annually with the first increase being effective September 1, 2001. No Special Services
will be accomplished without approval from the Mayor or City Council.
SECTION XIII - CHANGES
The "OWNER" may at any time, by written order, make changes within the general scope of the
contract in the work and services to be performed. If any such change causes an increase or decrease
in the cost of, or the time required for, performance of this contract, an equitable increase or decrease
shall be made in the upper limit contract amount, including fee or time of required performance, or
Old Missouri Road — Garver Engineers (01-6050)
Page 8
• •
both, and the contract shall be modified in writing accordingly.
Changes, modifications or amendments in scope, price, or fees to this contract shall not be allowed
without a formal contract amendment approved by the Mayor and the City Council in advance of the
change in scope, price, or fees.
Any claim by the "ENGINEER" for adjustment under this clause must be asserted within thirty (30)
days from the date of receipt by the "ENGINEER" of the notification of change, provided, however,
that the "OWNER" if it decides that the facts justify such action, may receive and act upon any such
claim assessed at any time prior to the date of final payment under this contract. Failure to agree to
' any adjustment shall be cause for a dispute concerning a question of fact within the meaning of the
clause of this contract entitled SECTION XVII MISCELLANEOUS PROVISIONS, (1) Dispute
Resolutions. However, nothing in this clause shall excuse the "ENGINEER" from proceeding with
the contract as changed.
SECTION XIV - OWNERSHIP OF DOCUMENTS
' All documents, including original drawings, disks of CADD drawings and cross sections, estimates,
specifications, field notes, and data are and remain the property of the "OWNER." However, the
Owner agrees that these documents shall be used only in conjunction with the construction and
maintenance of the specific project at the specified location as prescribed in this agreement. The
"ENGINEER" may retain reproduced copies of drawings and copies of other documents.
SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT
It is understood that the "OWNER" will have the right to suspend or cancel the work at any time.
A. Postponement - Should the "OWNER," for any reason whatsoever, decide to postpone the
work at any time, the "OWNER" will notify the "ENGINEER," who will immediately
suspend work. Should the "OWNER" decide during such suspension not to resume the work,
1 or should such suspension not be terminated within a year, the work shall be cancelled as
hereinafter provided.
1 B Cancellation - Should the "OWNER," for any reason whatsoever, decide to cancel or to
terminate the use of the "ENGINEER'S" service, the "OWNER" will give written notice
thereof to the "ENGINEER," who will immediately terminate the work. If the "OWNER" so
elects, the "ENGINEER" may be instructed to bring a reasonable stage of completion to
those items, whose value would otherwise be lost. The "ENGINEER" shall turn over all data,
' charts, survey notes, figures, drawings and other records or information collected or
produced hereunder whether partial or complete. Upon such termination of the
"ENGINEER'S" services, the "ENGINEER" shall be paid on a proportional amount of the
' total fee, less prior partial payments, based on the ratio of work done to the total amount of
work to be performed.
Old Missouri Road — Garver Engineers (01-6050)
Page 9
1 • •
SECTION XVII - MISCELLANEOUS PROVISIONS
1 1. Dispute resolution - Any dispute conceming a question of fact in connection with
the work and having a financial value of $10,000, or less, shall be referred for
' determination to the Mayor of the City of Fayetteville, whose decisions in the matter
shall be final and conclusive. Disputes resulting from claims greater than $10,000
which cannot be solved by negotiation shall be subject to mediation, arbitration, or
'
2. litigation as may be appropriate.
Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the
"OWNER" from all claim and liability due to its (the "ENGINEER'S") activities, or
' those subcontractors, its agents, or its employees during the time this contract is in
force.
3. General Compliance with Laws - The "ENGINEER" shall comply with all federal,
' state and local laws and ordinances applicable to the work. The "Engineer" shall be
a professional engineer, licensed in the State of Arkansas.
4. Engineers Endorsement - The "ENGINEER" shall endorse and recommend all plans,
1 specifications, estimates and engineering data finished by it. All design shall be
checked in accordance with accepted engineering practices. All plan quantities shall
be checked and verified.
SECTION XVIII - SUCCESSORS AND ASSIGNS
1 The "OWNER" and the "ENGINEER" each binds itself and its partners, successors, executors,
administrators, and assigns to the other party of this Agreement, except as above. Neither the
1 "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its interest in this Agreement
without written consent of the other. Nothing herein shall be construed as creating any possible
personal liability on the part of any officer or agent of any public body which may be party hereto.
' SECTION XIX - COVENANT AGAINST CONTINGENT FEES
1 The "ENGINEER" warrants that it has not employed or retained by company or person, other than a
bonafide employee working solely for the "ENGINEER", to solicit or secure this contract, and that it
has not paid or agreed to pay any company or person, other than a bonafide employee working solely
for the "ENGINEER", any fee, commission, percentage, brokerage fee, gifts, or any other
consideration, contingent upon or resulting from the award or making of this contract.
For breach or violation of this warranty, the "OWNER" shall have the right to annul this contract
without liability.
1
1
1
Old Missouri Road — Garver Engineers (01-6050)
Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of
the date and year first herein written.
OWNER
CITY OF FAYETTEVILLE
By:
Mayor:
ENGINEER
GARV . R ENG
B `/
Title: V P
Authorized Representative
ATTEST: ♦ n 4 ATTEST:
City Clerkfi
77
Old Missouri Road — Garver Engineers (01-6050)
Page 11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX A
z
ww
0 6
w
_1▪ 0
w O
K
a 0 LL
u.LL co O
▪ 2 w
Q
5 0
PROPERTY ACQUISITION DOCUMENTS
•
8 Y
0
0
0
s 8
8 tt
0
0
0
S E 8 Y
o
0
0
8 g 8
o
0
0
A i x
00
0
8 Y
rs
0
0
0
l 8
b
a
20 I
8
8 t
0
0
0
8 Y
oo
0
omn 8
W€ R t
00
0
8 Y
00
0
8
00
.t
g 8
00
0
UN 8
e%dF x
0
0
0
Prgecl Engineer
$2700
hr
00
0
8
zs
0
0
0
pc8 Y
11
n
n
•
2 8 k
a$a 00
00
0
WORK TASK DESCRIPTION
11. Acquisition Documents
2t
ii
ga
t.a.
N
2
8
Subtotal- Civil Engineering
8
8
8 8
8
8
8
8
• 479
8
8
se
8
88888
0444.»E
a to
in • En
vi a
la
PROFESSIONAL FEE (prollt)
gur
TOTAL COST:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX A
E
lmw
>
te
a
w E
• Q
w O
s
LL y 0w
LL y
O i w
U 0
0 a
CONCEPTUAL DESIGN
8
8 p Y
0
0
0
0
T, 8
8 Y
0
0
0
0
8
8 g `„
0
0
e
e
88g B .a Y
0
0
0
0
8.
a
e
o
0
8 Y
I
0
0
0
0
I
a
.§ 8
a Y
33
0
0
0
e
8
Y
o
e
e
e
0 8
€
0
0
0
0
d 8 Y
o
0
0
0
g
U
$ Y
ry
v
e
ry
e
g
0
e
0
8 w 8 Y
ry
e
o
o
a
v
C
0
0
0
cag1Y
_ry
zrvv
a
vee
!
0
0
0
E- 8 Y
1
o
0
0
0
g8 8 Y
0
0
0
0
yy
$jg $ Y
o
e
ry
ry
a
ry
OL
v
v
I
o-
e
a
0
0
0
8d 8
0
0
0
0
WORK TASK DESCRIPTION
jg
L
ww
II-
II
.nit
y
JI¢
-E?
n
gz
d
vgygg
2
I
1 Maintenance of Trme Plan
2
&
?
&P"
n
;8do
aaAA
p
d
g
5
T
R
8
sS
3
5
8
I
'Wz
1
11
S
wg
2
1 Subtotal - swclunl Enalnrino
8
€
i
g
E
2Y
Y
yA
t
Subtotal - Electrical Engineering
8
i
a to
a
TOTAL COST:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX A
2
W
s
W
0
C
6
w f
J Q
W • 0
C
• Fc
>ow
ow
LL 0 h
oo>oo
i W
oioa
PRELIMINARY DESIGN
• •
s„ Y
0
0
0
0
as s
0
0
0
0
s
8 Y
a
0
e
0
a s P 8Y
o
0
o
e
3 aY
0
0
0
0
1 $ 2
0
0
e
0
11 8z
a a
•
e0
RRSR==R
8
8
`p
11 8
gs p Y
sa
o
0
0
0
N s 2
e
0
e
0
a38 z
e
e
0
0
EE�
13 8 Y
0
0
0
0
I; Y
0
a
==
n
n
0
0
0
% q
e
0
0
ssag R Y
e
n
s
s
e
e
o
o
$
-
o
n
0
e
E 8
Y
0
0
0
0
a
ypp„
E 8 z
0
.
n
n
e
0
0
ip
2S} 8
0
8
on
3
--
n-
--
-ee
-.
„
o
0
0
litY
o
o
e
e
WORK TASK DESCRIPTION
€
0
Prebminry Rene I
Ty*S Sa ene
Penmen Demon (Rtleviel)
•sa
e
¢g2
s
ii
S
s
I
E
g2
ed
i
Ph
!11;
le
s1
8
S
Z
s
2. Sbu[tunl En0lnxrin0
a
1 Retaining WN C.sgn
3
3
g
as
9g
w
3
-
s
ly MeelunIwIEnglnenln0
5
a
x
i
s
usi
I
y3
1
s
8
e 8
s
0
8
0
8
S
a
e 8
0
e 8$
8
2
8
a
s g
s
•
y8
0
8
i
8
4.
88888
12.22§
A
TOTAL COST:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX A
w
f
O
re
0.
• E
=a0
w O
rc
< N • LL
0
w N y
O 2 w
• o U
O 0
FINAL DESIGN
• •
0
0
8
O a
0
8
8
8
$
0
8
0
69
8
8
O 8
8
88
g
0
8
p$$$$
Qxn0N
tl
8
1 u
1 u
Al g t
0
e
e
e
11 ge
0
0
0
0 lI
g a
A l
0
0
0
0
Af�U q a
0
•
0
0
0
le
0
n
n
0
0
5g a !o
•
0"0
o
a
-
10
10
•
24
0
0
a§J g z
0
0
0
0
1 gz
0
0
0
0
•18
Ega'
0
0
0
0
ST g i
Ali
0
0
0
0
g r
•
.
n.-
0
0
0
IPge
24
wc
at
c
e
a•0•
a
••
0
0
0
t?
a00...n....._
132
.
n
0
0
P 8
0
0
0
0
III Ny t
I 0 I
n
-
0
0
B 1. 2
11
•
o
-
-
n
-
-
-
n
-
-
Q.,
v
n
•
0
a
0
P#
8. 2
..s
0
0
0
0
1
a.ti
1
g
i
a�
S
"
:a
1 Drainage improvements
s
1 Striping Ram
a&gip
a
c
1 Eros nConIrc Rana 1
1 Utility Companes Coordination
p3:-
�
ion$
?
1
y
3
2
4
g
F
it
S
SE
11
E
Ci
!I
!
E
I
I
&
y1
„
.
I. Mechanical Engineering
g
q
I
i33
0
14 Maggie& Engineering
Subtotal - ElecWtal Engineering
0
0
8
O a
0
8
8
8
$
0
8
0
69
8
8
O 8
8
88
g
0
8
p$$$$
Qxn0N
tl
8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX A
z
w
K
6
W
> Q
w O
wC
rc
> > m
LL N LL
LL y w
o w
U O
--sec
BIDDING SERVICES
•
8
0
8
8
0 8
8
8
0 8
0 0
8
8
8
SUBTOTAL -SALARIES
2
0-
3-
0-
0,
w
8
O
88888
8SSgn
w
�6x
• R
at
To
PROFESSIONAL FEE (profit)
8
TOTAL COST:
-
0
0
0
,Nagi 8 p
0
e
e
e
MIm 8 z
0
0
e
e
E8-
0
0
0
e
S p
0
0
0
e
sp
0.
•
m-
r
0
0
e
L
•
4
0
0
0
8
SA
0
0
0
0
p
0
e
e
e
8
0
0
a
e
i3 8
e
e
0
0
8
0
0
0
0
gza
0
0
0
0
Ili0
8
r-
2
ee-
p
r
0
e
1
8,
n
0
0
0
0
i8e 8 p
0
-
-
I a
e
li 8 z
a
1 a1
I a
0
Ilk! p
al an
_„„_
_„
e
0
0
0
WORK TASK DESCRIPTION
11. CIVIL Enalnwrina _
1
s
!
§
E
awl!
O
g
aEa-
2
v
n
0pp3!
m
il
g
u
E
b
3
s earn uapnawm artaaid '
0
g
S
1
i.
W
o
s
12, Structural Enalnwrin0
S
_
3
nm
S
y
g
12
&
g
is
€
1
w
.p�
4
$
$
8
0
8
8
0 8
8
8
0 8
0 0
8
8
8
SUBTOTAL -SALARIES
2
0-
3-
0-
0,
w
8
O
88888
8SSgn
w
�6x
• R
at
To
PROFESSIONAL FEE (profit)
8
TOTAL COST:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX A
i
w
w
rc
6
w
J Q
W
wrc
2
u-00
LL H
0
O O
v O a
CONSTRUCTION SUPPORT SERVICES
•
sO 8Y
0
0
0
0
a€ 8
(S4 «r
0
0
0
0
8
8? R r
0
0
0
0
A 8 2
SF w
,Bw
1200
1225
e
0
o
8
S Y
n
1 24
1
1
e
g8
Y
e
e
e
e
2 8 Y
o
0
g
0
L`E 8
aire
d
0
e
e
C 8 2
0
e
0
e
oa8
F
W t m
a
0
0
0
2
. q[ 8
0
0
0
0
8
d
m
e
e
e
0
8 2
m
0
0
0
0
8
$ P« 2
n
_c
m
e
_
e
n
m
_
0
0
Protect Engineer
52700
hr
0
0
0
0
S y .- 8
�Gw «
0
n
_
.,
0
0
S8 r
n_
a
e
n
_
_
q
0
0
0
s$ 8
e
e
0
0
WORK TASK DESCRIPTION
11. Civil Engineering -
2
2
OtilityC Coordination Meeting
1
Progress Meetings win Contractor/City
0
!
E(
R
4
1
y
I
E
1 Record Dra arse
:1
6S
4ra
gZg
tl
€
8
$
Feld checking earthwork quanliles. Contractors layout, etc.
c
w
u
N
€ 8
ip
e
8
w
n
F
E
a
a
b
cn
I Subtotal- Structural Englneelr.g - -
8
1
1
F
.
1,
c
i
o
°
1
2
la. Elactslul Engineering
cc
!
P
1
]
g
2
„
8
88888
p».»»
0
S p
TOTAL COST:
• •
Garver, Inc.
Engineers
3810 Front Street. Suite 10
Fayetteville, AR 72703
1 501-527-9100
FAX 501-527-9101
www.garverinc.com GARVER
January 16, 2001
Terry Eddings, P.E.
Vice President
t Holloway, Updike & Bellen, Inc.
818 East Side Blvd
Muskogee, OK 74402
' Fax: 918-682-4551
RE: Proposal to Provide Water Surface Profiles
Fayetteville Old Missouri Road (Rolling Hills to Mud Creek)
Garver Project No. 01-6050
Dear Terry:
ENGINEERS
' We accept your proposal dated January 4, 2001 regarding providing water surface profiles for the City
of Fayetteville's proposed improvements to Old Missouri Road.
1
1
This acceptance of your proposal is contigent upon the execution of our engineering services contract
with the City of Fayetteville. We do not have an executed contract yet and cannot issue a NTP to you
until we receive a NTP from the City. If you have any questions, please call me.
Sincerely,
' Garver Engineers
•
1
1
1
1
Brock Hoskins, P.E.
Vice President/Project Manager
1
Brentwood. TN • Fayetteville, AR • Huntsville. AL • Madison, MS • Little Rock, AR • Tulsa, OK
Sent By: HUB INC ;
9186827811; Jan -15-01 1:26PM; Page 2/2
F1OLLOWAY! UPDIKE AND BELLENr IN�n
•••••••••••••:.:.&>at sten aotnevetd .... .
1.tbKeya[pa Sox 15as. ... `.
Maloce.Cwanorra i1.0
aot0ea27a)t
E N 6 1.: tY:$ i i Sa9.11Wee 55t Fat
18anary 15�zou�t
Sradtxasl3ns
3tsiaf1rtiru
Feyeltevillci, ARl2703:•
istiojukitieelth Water Surface ..
bidMissouin11ead
Vile prapasm to pravlde water staleee ptofrlea en the refeietteedpiojeck £ora cost not to exceed
Ylcmat biitiltgshall belated ort the attached hourly rates: ;The not to exceed cost is bund oa the foIlawtng
•
1 , .::: Statttag::swate r swface elevations shelf be:based ontlte existing PHS orpse of a revised P15
lie p{ofile limits':start at the confluencb: wxh Mud:Crcek and:.goes south appro h! ::.
4200 &et to Roiling Hills ptivc. Iiiitripretire.thittrjriierdee could.et4.alStubble•Pield Road
whteh::would decieasc:profile Itmits: by ;000:. feet and lower Lost by approxtmateiy
ogy will be based on either the SGS. graphical lathed or modified rational
A+atcrSarface I+mfdes e6el[tie w�nted:asJpgthei'HEC-RAS•Model focthe I0, 35, SU and
Site 5uiveytng.shi be hnn aped by others :: _.
wide destgn flows et aossdraras for hili lemgth:oe prosect.:::
Upon receiyiiig dta'veg data are will complete shady and sut»ait repo t within:30 days::
•/FAY.[1PDTR AND`B1�LLHN,INC •..--. •...
1 • •
Garver, Inc.
Engineers
3810 Front Street, Suite 10
Fayetteville, AR 72703
501-527-9100
FAX 501-527-9101
w'vw.garvermc.c°m GARVER
January 16, 2001
Ron Pennington, P.E.
Grubbs, Hoskyn, Barton & Wyatt, Inc.
P. O. Box 1248
Springdale, AR 72765
RE: Geotechnical Proposal
Fayetteville Old Missouri Road (Rolling Hills to Mud Creek)
Garver Project No. 01-6050
Dear Mr. Pennington:
ENGINEERS
We accept your proposal dated January 4, 2001 regarding geotechnical exploration for the City of
Fayetteville's proposed improvements to Old Missouri Road with the following exceptions to your
Standard Fees and General Conditions, Schedule 40.01:
GHBW will be responsible for damage to structures, pipelines, and utilities, contrary to Paragraph
3.1d of Schedule 40.01. Garver will provide GHBW a site survey showing the found utilities.
We do not want your Liability to be limited to $50,000 and therefore agree to pay an additional 4%
of your total fee or $500, whichever is greater, in accordance with Paragraph 3.3 of Schedule
40.01.
This acceptance of your proposal is contigent upon the execution of our engineering services contract
with the City of Fayetteville. We do not have an executed contract yet and cannot issue a NTP to you
until we receive a NTP from the City. If you have any questions, please call me.
' Sincerely,
1
Garver Engineers
1
1
Brock Hoskins, P.E.
Vice President/Project Manager
1
Brentwood. TN • Fayetteville. AR • Huntsville, AL • Madison, MS • Little Rock. AR • Tulsa. OK
Grubbs, Hosky*
Barton &Wyatt, INC.
CONSULTING ENGINEERS
January 4, 2001
Proposal No. SP01-002
Mr. Brock Hoskins, P E
Garver Engineers
3810 Front Street, Suite 10
Fayetteville, Arkansas 72703-5217
P.O. Box 1248
Springdale, Arkansas 72765
341 West County Line Road 72764
(501) 756-5999
FAX (501) 756-1749
SUBJECT: PROPOSAL FOR GEOTECHNICAL EXPLORATION
OLD MISSOURI ROAD IMPROVEMENTS
ROLLING HILLS DRIVE TO MUD CREEK BRIDGE
FAYETTEVILLE, ARKANSAS
Grubbs, Hoskyn, Barton & Wyatt, Inc. is pleased to submit this proposal to
perform a geotechnical exploration for the proposed improvements to an existing
portion of Old Missouri Road located in Fayetteville, Arkansas. The section of
road to be explored in this study begins on the south end at the Intersection of
Old Missouri Road and Rolling Hills Drive. On the north end, the area to be
explored terminates at the existing Mud Creek Bridge. This proposal contains
our understanding of the project, the proposed scope of work, an estimate of the
cost of the study, and the schedule within which the work can be performed.
PROJECT INFORMATION
We understand that a portion of the section of Old Missouri Road to be
explored has been previously improved but does not meet current roadway
standards. Installation of curbs and gutters and a pavement overlay are planned
for this section of road. The previously improved section of the road begins at
Rolling Hills Drive and extends approximately 0.3 miles north. It is our
understanding that the remaining 0.4 miles of the roadway has not been
improved. Initial planning contemplates potential vertical realignment, widening,
and new pavement.
Geotechnical and Materials Engineering/ Construction Surveillance
Grubbs, Hoskyn, Ben & Wyatt, Inc. • January 4, 2001
Proposal No. SP01-002 Page 2 of 4
We also understand that retaining walls may be required in portions of the
existing unimproved roadway. Retaining walls are not estimated at this time.
GEOTECHNICAL EXPLORATION
The proposed exploration for the project requires site specific collection of
subsurface data and characterization of the engineering properties of the soils. A
professional engineer registered in the State of Arkansas who specializes in
geotechnical engineering will direct and supervise the proposed study.
We propose to drill 4 sample borings with a truck-mounted drilling rig in
the northern, unimproved portion of the existing roadway alignment. In the
southern 0.3 miles of improved existing roadway alignment, we recommend the
asphalt be cored in three locations and the existing asphalt and base course be
measured for thickness for the purpose of evaluating the existing structural
number of the pavement.
The north sample borings are planned for a maximum depth of 15 feet.
The planned depth should be adequate to provide necessary design criteria for
both the pavement structure and the planned retaining wall footings unless some
unusual conditions are encountered. Soil samples will be obtained with a
combination of thin-walled Shelby tube samplers and driven split-spoon
samplers. Samples will be obtained at intervals not exceeding 3 feet. All drilling
and sampling will be performed in compliance with applicable ASTM standards.
If unusual subsurface conditions are encountered, we will notify your office with a
recommended course of action and for your consent while the drill crew is in the
field.
At completion of drilling, the recovered soil samples will be transported to
our laboratory where they will be further examined by a geotechnical engineer
and visually classified according to the Unified Soil Classification System. The
engineer will select samples for laboratory testing.
The numbers and types of laboratory tests required to adequately
evaluate the soils cannot be precisely determined in advance. However, we
expect the laboratory testing work will include Atterberg limits tests, soil shear
strength tests, soil unit weights, and moisture contents. The laboratory testing
Grubbs, Hoskyn, Ban & Wyatt, Inc. • January 4, 2001
Proposal No. SP01-002 Page 3 of 4
will provide the index properties and strength characteristics necessary to
develop minimum pavement section thicknesses.
The written report will include the following:
• A brief review of the test procedures and the results of all testing
performed;
• A review of the subsurface stratigraphy with pertinent physical
properties available;
• Geotechnical recommendations for design and construction of
retaining walls; and
• Recommendations for pavement section thicknesses and pavement
subgrade preparation.
ESTIMATED FEES
Charges for the outlined services will be based on the enclosed Schedule
of Fees. Your attention is directed to the General Conditions on Schedule 40.01
(April 2000). If liability coverage in excess of the shown in Item 3.3 is desired,
please so indicate.
We estimate the cost of the exploration will be approximately $3,775
depending on the soil conditions encountered. This estimate is based on
approximately $850 for drilling, sampling, travel, mobilization, setup and coring of
asphalt; $1400 for laboratory testing including 4 CBRs which are required by
the City of Fayetteville's Minimum Street Standards, $850 for engineering
analysis, $575 for roadway flagmen, and $100 for report preparation and
reproduction.
This estimate is also based on the site being accessible to our truck-
mounted drilling rig. The costs for renting tractors or other equipment required to
gain access to the site will be determined in accordance with item 7.3 of
Schedule 43.04, enclosed.
If unusual soil conditions are encountered that would materially alter the
proposed exploration, we will notify your office or representative before
proceeding with any additional studies.
Grubbs, Hoskyn, BS3n & Wyatt, Inc. • January 4, 2001
Proposal No. SP01-002 Page 4 of 4
SCHEDULE
Based on our current project schedules and favorable weather, we can
begin the project 7 to 10 working days after we receive written authorization. We
expect the project to take approximately 3.5 weeks total to complete. We can
normally provide preliminary verbal recommendations as soon as field and
laboratory testing have been completed.
AUTHORIZATION
If this proposal is satisfactory to you, please sign one of the enclosed
copies and return it to our office.
We appreciate your consideration of Grubbs, Hoskyn, Barton & Wyatt, Inc.
for this work and look forward to working as your geotechnical consultant on this
and future projects.
Sincerely,
GRUBBS, HOSKYN, BARTON & WYATT, INC.
Clarrinon, E.I.
Stff-Erigineer
ATM
Attachments: Schedule 40.01 (April 2000)
Schedule 42.04 (April 2000)
Schedule 43.04 (April 2000)
Copies Submitted: Garver Engineers (2+fax)
Attn: Mr. Brock Hoskins
Proposal Accepted:
Co i:any & eft E44&'I►JF.g-IZ5 Date l— ((0 ' D(
By Speciallnstructions_
Titl- v? 5 E CoNDITIDNS 114
CoVEFZ LE-rra2
DATED 1 -I6) -o(
' • •
GRUBBS, HOSKYN, BARTON .: WYATT, INC. Schedule 40.01 (April 2000)
Page l of 3
STANDARD FEES AND GENERAL CONDITIONS FOR
I
ENGINEERING AND TECHNICAL SERVICES
1. Client
' Client, as used herein, is the entity who authorized performance of services by Grubbs,
Hoskyn, Barton & Wyatt, Inc. and accepts responsibility for payment under the conditions
' stated herein.
2. Professional Services and Fees
' 2.1 Analysis, consultation and report preparation. Fees for our professional services are
based on the time of professional, technical and clerical, personnel directly charged to
the project. The fee is computed as 2.4 times salary cost for the chargeable time. Salary
It cost includes base payroll plus 34 percent for employee benefits, payroll taxes, and
payroll insurance. A schedule of hourly rates for engineering and technical personnel
by classification is available upon request.
2.2 Reimbursable expenses. Expenses other than salary costs that are directly attributable
to performance of our professional services are billed as follows:
1 a) for report reproduction by our graphics department, charges equivalent to
commercial rates for similar commercial service; schedule available upon
' request
b) for transportation in our company automobiles, $0.38 per mile
' c) for in-house computer use, rates established for individual systems; information
furnished upon request
Id) for outside computer service use, direct charges allocated to job times 2.5
e) for all other expenses, included but not limited to, authorized travel, sample
shipment, subcontracts, consulting fees, long distance communications, outside
reproduction, and mailing expense, cost plus 15 percent
3. General Conditions
3.1 On-site Responsibilities and Risks
' a) Right-of-Entry. Unless otherwise agreed, Client will furnish right-of-entry and
obtain permits, as required, for us to perform the field work.
' b) Damage to Property. We will take reasonable precautions to minimize damage
to land and other property caused by our operations, but we have not included in
our fee the cost of repairing such damage. If Client desires us to repair and/or
'
pay for damages, we will undertake the repairs and add the cost to our fee.
c) Toxic and Hazardous Materials. Client will provide us with all information
within his possession of knowledge as to the potential occurrence of toxic or
hazardous materials at the site being investigated. If unanticipatee raxic or
GRUBBS, HOSKYN, BARTOt litYATT, INC.
•
Schedule 40.01 (April 2000)
Page 2 of 3
hazardous materials are encountered, we reserve the right to demobilize our
field operations at Client's expense. Remobilization will proceed following
consultation with our safety coordinator and Client's acceptance of proposed
safety measures and fee adjustments.
d) Utilities and Pipelines. While performing our field work, we will take
reasonable precautions to avoid damage to subterranean and subaqueous
structures, pipelines, and utilities. Client agrees to hold Grubbs, Hoskyn, Barton
& Wyatt, Inc. and its officers, agents, employees, and subcontractors harmless
for any damages to such structures, pipelines, and utilities which are not called
to our attention and correctly shown on the plans furnished.
3.2 Warranty
a) Services performed by Grubbs, Hoskyn, Barton & Wyatt, Inc. will be
conducted in a manner consistent with that level of care and skill ordinarily
exercised by members of the profession currently practicing under similar
conditions. No other warranty, either expressed or implied, is made or intended
by our proposal, contract, or reports.
b) Client acknowledges that conditions may vary from those encountered at the
location where borings, surveys, or explorations are made and that our data,
interpretations and recommendations are based "solely on the information
available to us. We will be responsible for our data, interpretations, and
recommendations, but shall not be responsible for the interpretation by others of
the information developed.
3.3 Liability
Our liability to Client for injury or damage to persons or property arising out of work
performed for Client and for which legal liability may be found to rest upon us, other
than for professional errors and omissions, will be limited to our general liability
coverage. For any damage caused by an error, omission, or other professional
negligence, our liability will be limited to a sum not to exceed $50,000 or our fee less
direct third -party costs, whichever is greater. In the event that Client does not wish to
limit our professional liability to this sum, we agree to waive this limitation upon
receiving Client's written request, and Client agrees to pay an additional consideration
of 4 percent of our total fee of $500, whichever is greater.
3.4 Invoices and Payment
Invoices will be submitted every four (4) weeks for services rendered. Payment is due
upon presentation of our invoice and is past due thirty (30) days from invoice date.
Payment of our invoice(s) is not contingent upon Client receiving payment from a third
party. Client agrees to pay a finance charge of one percent (1%) per month (or the
maximum rate allowable by law, whichever is less), on past due accounts. Any
attorney's fees or other cost incurred in collecting a delinquent amount shall be paid by
Client.
•
GRUBBS, HOSKYN, BARTOI litYATT, INC.
•
Schedule 40.01 (April 2000)
Page 3 of 3
3.5 Samples
All samples of soil and rock will be discarded thirty (30) days after submission of our
report, unless Client advises us otherwise. Upon request, we will deliver the samples in
accordance with Client's instructions, charges collect, or will store them for an agreed
charge.
3.6 Records
All pertinent records relating to services performed hereunder shall be retained for two
(2) years after completion of the work. Client shall have access to the records at all
reasonable times during said period.
4. Related Services
Additional services that are frequently required for support of our professional activities are
normally provided by one of the technical divisions of Grubbs, Hoskyn, Barton & Wyatt, Inc.
Applicable charges are given in one or more schedules of the following series:
4.2 Laboratory Testing Fees
4.3 Field Charges for Foundation Investigations
4.4 Rates for Construction Surveillance and Consultation
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GRUBBS, HOSKYN, BARTOIYATT, INC.
•
Schedule 42.04 (April 2000)
Pagel oft
LABORATORY AND FIELD SOIL TESTING FEES (Abbreviated)
Test
Unit Price
A. Classification and Index Test
1. Water content $ 5.00
2. Liquid and plastic limits $ 40.00
3. Unit dry weight of sample $ 15.00
4. Specific gravity $ 40.00
5. Sieve analysis through No. 200 Sieve $ 50.00
6. Percent passing a single sieve $ 30.00
7. Hydrometer test $ 100.00
8. Double hydrometer test $ 150.00
9. Permeability of sand, constant head $ 200.00
10. Permeability of silt or clay, falling head $ 150.00
11. Permeability - Flexwall Test (undisturbed sample) $ 210.00
12. Permeability - Flexwall Test (remolded sample) $ 250.00
13. Laboratory soil resistivity $ 60.00
14. pH $ 20.00
15. Saw Cut Shelby Tube $ 30.00
B. Strength Tests
1. Compression
1.1 Unconfined compression, soil $ 30.00
1.2 Unconfined compression, rock (with saw cutting) $ 45.00
2. Triaxial Compression
2.1 Unconsolidated -undrained $ 35.00
2.2 Consolidated -undrained Quoted on Request
2.3 Consolidated -drained Quoted on Request
3. Direct Shear
3.1 Unconsolidated -undrained $ 100.00
$. 125.00
$ 200.00
Two Times Test Price
3.2 Consolidated -undrained
3.3 Consolidated -drained
4. Multi -stage test for triaxial or direct shear
C. Volume Change Tests
1. Consolidation $ 250.00
2. Swell test, swell pressure and percent swell $ 150.00
D. Earthwork Tests
1. Standard Proctor $ 120.00
2. Modified Proctor $ 140.00
3. California Bearing Ratio (CBR), per specimen, proctor cost not included $ 170.00
4. Field density and water content, any method Hourly Rate
5. Lime modification optimum (LMO) Quoted on Request
6. Sample preparation: soil mixtures and curing $ 45.00
Notes:
(1) Visual classification, natural water content, and unit dry weight are included at no charge with
all strength and volume change tests.
(2) Additional tests not listed can be performed at either a quoted unit price or on an hourly basis. A
comprehensive Laboratory Fee Schedule is available upon request.
GRUBBS, HOSKYN, BAR1
• WYATT, INC.
•
Schedule 43.04 (April 2000)
Page 1 of 2
FIELD CHARGES FOR FOUNDATION INVESTIGATIONS
1. Mobilization and demobilization of 3 -man drill crew, including
geotechnical technician, and equipment
1.2.
Truck rig operation
1.1.1. In -yard mobilization and demobilization $125.00
1.1.2. Round-trip travel of equipment and crew $3.00/mi
Marsh buggy operations (GGH buggies)
1.2.1. In -yard mobilization and demobilization $345.00
1.2.2. Transporting buggies w/contract truck Cost + 15%
1.2.3. Permit charges Cost + 15%
1.2.4. Three-man crew and pickup truck $2.00/mi
2. Drilling and Sampling
2.1. Soil borings, with 3 -man crew, including geotechnical
technician; 3 -in. thin-walled tube sampler in clay and 2 -in.
split -barrel sampler in sand; 0 to 100 -ft depth; sampling at 2 -
ft intervals to 10 -ft depth and at 5 -ft intervals below 10 ft
2.1.1. Truck rig $10.00/ft
2.1.2. Buggy rig $12.25/ft
2.1.3. Drilling abrasive formation, surcharge per ft $2.00/ft
3. Set-up charge per boring $50.00
4. Travel time associated w/jobs in progress for crew and pickup from
Little Rock equipment yard or place of lodging to site and return $85.00/hr
5. Time spent gaining access to boring locations, moving equipment
between boring locations, and for reasons beyond our control
(except weather)
5.1. Truck rig $110.00/hr
5.2. Buggy rig $130.00/hr
5.3 Site Cleanup $120.00/hr
GRUBBS, HOSKYN, BAR'. •& YATT, INC. •
W
Schedule 43.04 (April 2000)
Page 2 of 2
6. Special Drilling
6.1. Borings drilled according to specialized specifications or by
time-consuming methods, including drilling in cobbles and
gravel, grouting or sealing boreholes, installing piezometers,
inclinometers, etc.
6.1.1. Truck rig
$140.00/hr
6.1.2. Buggy rig $150.00/hr
6.2. Drilling using hand portable equipment $100.00/hr
6.3. Wash borings, no sampling, 0-100 ft $6.00/ft
6.4. Undisturbed samples in wash borings $25.00/ea
6.5. Machine auger borings w/disturbed samples 0-20 ft $7.50/ft
6.6. Rock Drilling and Coring
6.6.1. Setting casing through overburden, as required $7.50/ft
6.6.2. Continuous coring, 0-100 ft $30.00/ft
6.6.3. Wash rotary through rock,.0-100 ft $17.50/ft
7. Other Charges
7.1. Per diem expense allowance for exploration crews when
quartered away from base $65.00/man-day
Cost + 15%
7.2. Survey required to establish boring locations and elevations
7.3. Rental of dozers, tractors or other equipment, as required to
gain access
7.4. Drilling mud in excess of 2 bags per boring and grouting
material for sealing borings
7.5. In-situ measuring devices and material, including piezometers,
pore pressure transducers, inclinometers, backfill sand and
cement, and freight
7.6. Replacement of coring bits and casing consumed or
lost while rock coring or drilling
Cost + 15%
Cost + 15%
Cost + 15%
Cost + 15%
8. Minimum callout charge for rig and crew $750.00
Notes: (1)
Rates presented here are typical minimum charges and apply to the use of a 3 -
man drill crew, including a driller, helper, and geotechnical technician. For
work of unusual scope or work performed under unusually difficult conditions,
appropriate adjustments of these rates will be negotiated in advance.
(2) Prices will be furnished on request for items not covered above.
(3) For general terms and conditions applicable to all services, and for fees related
to professional services, see Schedule 40.01.
(4) Rush assignments requiring unscheduled overtime are subject to a surcharge.