HomeMy WebLinkAbout102-02 RESOLUTION•
RESOLUTION NO. 102-02
i.
A RESOLUTION AWARDING A CONTRACT IN AN AMOUNT
NOT TO EXCEED NINETY-THREE THOUSAND FOUR
HUNDRED TWENTY-FOUR DOLLARS ($93,424.00) TO
USINFRASTRUCTURE FOR ENGINEERING STUDIES AND
RECOMMENDATIONS FOR THE UPPER HAMESTRING CREEK
BASIN AND THE SHENANDOAH TRAILER PARK AREA; AND
APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF
TEN THOUSAND DOLLARS ($10,000.00).
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of Fayetteville, Arkansas, hereby awards a
contract in an amount not to exceed Ninety -Three Thousand Four Hundred
Twenty -Four Dollars ($93,424.00) to USlnfrastructure for engineering studies and
recommendations for the Upper Hamestring Creek Basin and the Shenandoah
Trailer Park Area. A copy of which, marked Exhibit "A" is attached hereto and
made a part hereof.
Section 2. That the City Council of Fayetteville, Arkansas, hereby
approves a project contingency in the amount of Ten Thousand Dollars
($10,000.00).
PASSED and APPROVED this 2nd day of July, 2002.
OODRU , City Clerk
APPROVED:
By
•
•
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 102-02
0
07/02/02
Resolution No. 102-02
07/03/02
Contract with USlnfrastructure, Inc. for engineering studies and
recommendations for the Upper Hamestring Creek Basin and the
Shenandoah Trailer Park area
06/10/02
Engineering Division Memo to Mayor Coody thru Greg Boettcher,
Public Works Director, and Contract Review, from Jim Beavers, City
Engineer
07/02/02
Staff Review Form
07/05/02
Memo to Jim Beavers, City Engineer, from Heather Woodruff, City
Clerk
07/09/02
Engineering Memo to Heather Woodruff, City Clerk, from Jim
Beavers, City Engineer, regarding the contracts for Res. 102-02
NOTES:
•
•
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
STATE OF ARKANSAS
COUNTY OF WASHINGTON
/Es. /62-4A-
and
62-oz
This Agreement entered into and executed thisj'dDday of ad 2002, by
Slnfrastructure, Inc.,
Consulting Engineers, with offices located in Springdale, Arkansas.
WITNESSETH:
Whereas, the City of Fayetteville is planning to have drainage studies conducted in two areas of
the City of Fayetteville that are currently experiencing problems with flooding
and Whereas the City of Fayetteville's forces are fully employed on other urgent work that
prevents their early assignment to the aforementioned work; and Whereas, USlnfrastructures' 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 City of Fayetteville to
obtain assistance of USlnfrastructures' 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 City of Fayetteville agrees to employ USlnfrastructure, Inc. to perform, and USlnfrastructure,
Inc. agrees to perform, professional engineering services in connection with the project set forth in
the Sections to follow; and the City of Fayetteville agrees to pay and USlnfrastructure, Inc. agrees
to accept, as specified in the Sections to follow as full and final compensation for work
accomplished in the specified time.
SECTION II - SCOPE OF THE PROJECT
The scope of the project covered by this agreement includes the engineering services required to
perform the following tasks in the priority order listed.
Area 1 — Drainage Study of the Hamestring Creek Basin (Upstream of I-540)
Area 2 — Drainage Study of the Shenandoah Trailer Park Area
A. Study and Report Preparation
The following is a numerical outline of the major work items to be performed for each Area:
020922—Contract
Page 1 of 13
NOM
r
• •
Area 1 — Drainage Study of the Hamestring Creek Basin
1. Identification of Major Sub -basins and Major Tributaries in the Basin
Sub -basins and major tributaries in the Hamestring Creek Basin will be identified using
previous work performed by City staff, existing topographic information and aerial
photography. Basin boundaries will be modified when existing streets and storm sewers alter
natural flow patterns. Roadway and subdivision plans of record will be referenced in order to
locate storm sewers and to determine their effects on basin boundaries. In some cases, field
verification will also be required in order to identify exact basin boundaries.
a. Tasks
1. Identify major basin and sub -basin boundries
2. Identify soils types affecting runoff
3. Identify land use/land cover (current and future) using the City's current Land
Use Map
b. Deliverables
1. Basin map with all sub -basins and tributaries identified
2. Identify Existing Drainage Problems
Drainage problems existing in throughout the basin will be sought and identified.
Descriptions and photographs of problems will be presented.
a. Tasks
1. Define "drainage problems" to be addressed
2. Conduct public meeting(s) to discuss problem areas
3. Review property owner complaints
4. Site visits and photographs
5. Interview property owners
b. Deliverables
1. Descriptions and photographs of each drainage problem location
2. Summary of interview of property owner(s) complaints
3. Inventory of Drainage Structures Along Definable Drainage Channels
Drainage structures throughout these basins will be inventoried by City supplied mapping and
field verification. Structural inventory sheets, developed by USInfrastructure, Inc., will
include a photograph, size, shape, material, and functional condition of each structure.
Recommendations for maintenance of each structure will also be provided in the structural
inventory.
a. Tasks
020922—Contract
Page 2 of 13
••
I . Transfer existing city structure survey information
2. Field measurements and photographs of structures
b. Deliverables
1. Structure inventory sheets
2. Recommendations for maintenance and/or improvements
4. Hydrologic Analysis
The hydrologic analysis of the Hamestring Basin (Upstream of I-540) will be preformed using
HEC -HMS modeling software developed by the U.S. Army Corp of Engineers. Land use/land
cover and soils information will be used to develop curve number and lag times for each sub -
basin. Basin models will be constructed according to Fayetteville digital topography and
Drainage Manual requirements to represent land use under current and future conditions in
order to illustrate existing conditions and the effect of continued development in the basin.
This work will be compared with previous work performed by City staff. Rainfall simulations
will be performed for 2-, 10-, 25-, 50-, and 100 -year storm events. HEC -HMS uses basin
characteristics to predict runoff quantities that will be produced for given storm events.
Runoff quantities and hydrographs for each sub -basin will be generated for 2-, 10-, 25-, 50-,
and 100 -year storms for current and future land use conditions. Effects of regional and onsite
detention will also be simulated. Model results will be evaluated and compared with existing
FEMA and Corp of Engineers data.
a. Tasks
1. Review previous work performed by City staff
2. Develop sub -basin curve numbers
3. Develop sub -basin lag times
4. Construct HEC -HMS model
5. Develop hydrographs for sub -basins
6. Evaluate model results and troubleshooting
7: Compare model results with FEMA results
b. Deliverables
1. Digital copy of model
2. Hydrographs for each sub -basin
3. Tabular model results
4. Comparision of model results with existing data
5. Comparison of model results with FEMA results
5. Hydraulic Analysis
The hydraulic analysis of the Hamestring Creek Basin will be performed using HEC -RAS
modeling software developed by the U.S. Army Corp of Engineers. A basin model will be
developed to represent the definable stream threads in the basin. The model will be
020922—Contract
Page 3 of 13
• •
constructed using cross sections developed from existing topographic maps, surveyed cross
sections (provided by City staff), City as -built plans and structure dimensions collected during
field surveys. This model will use the flows generated in HEC -HMS to forecast floodwater
depth and width (encroachment). Model outputs will be used to evaluate whether existing
structures will be inundated during projected storm flows and to locate current and future
problem areas throughout the basin. Model results will be evaluated and compared with
existing City, FEMA and Corp of Engineers data.
a. Tasks
1. Review existing city cross section survey information
2. Build HEC -RAS model
3. Evaluate model results and troubleshooting
4. Identify problem areas
b. Deliverables
1. Digital copy of model
2. Graphical model results
6. Develop Recommendations
After problem locations are identified from the hydraulic analysis, alternatives for
improvements for each area will be developed. Preliminary results of the hydraulic analysis
will be reviewed with the city staff prior to selection of improvement altematives
Improvements may include channel modifications, structure modifications, maintenance, or
replacement, and regional or onsite detention. Comparsions will be made between open
channels versus closed culverts. Review of recommended improvements will first evaluate
existing designs. Physical modifications to the drainage system for each altemahve will be
modeled using HEC -RAS. Selection of the most appropriate improvement will not only
consider onsite conditions, but will look at drainage effects throughout the basin, upstream of
Interstate 540. Stormwater quality issues such as those facing the City for NPDES Phase II
requirements will also be considered. Finally a preliminary cost analysis will be preformed for
each alternative. Results will be analyzed and the best, or most viable, alternatives along with
improvement priorities will become the recommended schedule of improvements.
a. Tasks
1. Review and evaluate existing designs
2. Develop alternatives
3. Meet with city staff to dicuss alternatives and prepare for public meeting
4. Model altematives
5. Conduct public meeting to discuss altematives
6. Preform preliminary cost analysis
7. Meet with city staff to evaluate selected alternatives
8. Make final recommendations
9. Conduct public meeting to present selected altematives
020922—Contract
Page 4 of 13
b. Deliverables
• •
1. List of alternatives
2. Preliminary cost analysis
3. Final recommendations
4. Summary of Public Meetings
7. Report Preparation
A final report containing all deliverables for project will be developed. It will detail drainage
problems, structural inventories, analysis procedures, improvement alternatives and final
recommendations for the Hamestnng Creek Basin. Report will be similar in format and style
to the sample given to the City.
a. Tasks
1. Create report figures
2. Write report
3. Submit Preliminary Report for review by City staff
4. Final revisions
5. Printing and reproduction
b. Deliverables
1. Prelimnary Report
2. Final report
Area 2 — Drainage Study of the Area and Shenandoah Trailer Park Area
1. Identification of Major Sub -basins and Major Tributaries in the Basin
Sub -basins and major tributaries in the two areas will be identified using previous work
performed by City staff, existing topographic information and aerial photography. Basin
boundaries will be modified when existing streets and storm sewers alter natural flow patterns.
Roadway and subdivision plans of record will be referenced in order to locate storm sewers
and to determine their effects on basin boundaries. In some cases, field verification will also
required in order to identify exact basin boundaries.
a. Tasks
1. Identify/verify major basin and sub -basin boundries
2. Identify/verify soils types using County Soil Maps
3. Identify/verify land use/land cover (current and future) in accordance with the
existing City Land Use Map
b. Deliverables
1. Basin map with all sub -basins and tributaries identified
020922—Contract
Page 5 of 13
•.. •
2. Identify Existing Drainage Problems
Drainage problems existing in throughout the basin will be sought and identified.
Descriptions and photographs of problems will be presented.
a. Tasks
1. Conduct public meetings to discuss problem areas
2. Review property owner complaints
3. Site visits and photographs
4. Interview property owners
b. Deliverables
1. Descriptions and photographs of each drainage problem location
3. Inventory of Major Drainage Structures Along Definable Drainage Channels
Major drainage structures throughout in the Shenandoah Trailer Park Area will be inventoried
by field verification. Structural inventory sheets, developed by USlnfrastructure, Inc., will
include a photograph, size, shape, material, and functional condition of each structure.
Recommendations for maintenance of each structure will also be provided in the structural
inventory.
a. Tasks
1. Transfer existing city structure survey information
2. Field measurements and photographs of structures
b. Deliverables
Structure inventory sheets
Recommendations for maintenance and/or improvements
4. Hydrologic Analysis
The hydrologic analysis of the two areas will be preformed using the rational method and will
be checked using HEC -HMS modeling. Land use/land cover and soils information will be
used to develop curve number and lag times for each sub -basin. Basin models will be
constructed according to Fayetteville Drainage Manual requirements to represent land use
under current and future conditions in order to illustrate existing conditions and the effect of
continued development in the basin. This work will be compared with previous work
performed by City staff. Rainfall simulations will be performed for 2-, 10-, 25-, 50-, and 100 -
year storm events. Runoff quantities and hydrographs for each sub -basin will be generated for
2-, 10-, 25-, 50-, and 100 -year storms for current and future land use conditions. Effects of
regional and onsite detention will also be simulated. Model results will be evaluated and
compared with existing City, FEMA and Corp of Engineers data.
020922—Contract
Page 6 of 13
• •
a. Tasks
1. Review previous work performed by city staff
2. Rational method calculations
3. Develop/verify sub -basin curve numbers
4. Develop/verify sub -basin lag times
5. Construct HEC -HMS model
6. Develop hydrographs for sub -basins
7. Evaluate model results and troubleshooting
b. Deliverables
1. Digital copy of model
2. Hydrographs for each sub -basin
3. Tabular model results
4. Comparison of model results with existing data
5. Hydraulic Analysis
The hydraulic analysis of the two areas will be performed using HEC -RAS and/or StormCAD,
which works within AutoCAD domain. A basin model will be developed to represent the
definable stream threads and underground storm sewers in the basin. The model will be
constructed using cross sections developed from existing topographic maps, surveyed cross
sections by City staff, City as -built plans and structure dimensions collected during field
surveys. This model will use the flows generated by the rational method or HEC -HMS to
forecast floodwater depth and width. Model outputs will be used to evaluate whether existing
structures will be inundated during projected storm flows and to locate current and future
problem areas throughout the basin. Model results will be evaluated and compared with
existing City, FEMA and Corp of Engineers data.
a. Tasks
1: Review existing city cross section survey information
2. Build HEC -RAS and/or StormCAD models
3. Evaluate model results and troubleshooting
4. Identify problem areas
b. Deliverables
1. Digital copy of model
2. Graphical model results
6. Develop Recommendations
After problem locations are identified from the hydraulic analysis, alternatives for
improvements for each area will be developed. Preliminary results of the hydraulic analysis
will be reviewed with the city staff prior to selection of improvement alternatives
020922—Contract
Page 7 of 13
• •
Improvements may include channel modifications, structure modifications, maintenance, or
replacement, and regional or onsite detention. Comparsions will be made between open
channels versus closed culverts. Physical modifications to the drainage system for each
alternative will be modeled using HEC -RAS and StormCAD Stormwater quality issues such
as those facing the City for NPDES Phase II requirements will also be considered. Finally a
preliminary cost analysis will be preformed for each alternative. Results will be analysized
and the best alternatives along with improvement priorities will become the recommended
schedule of improvements.
a. Tasks
1. Develop alternatives
2. Meet with city staff to dicuss alternatives and prepare for public meeting
3. Model alternatives
4. Conduct public meeting to discuss alternatives
5. Preform preliminary cost analysis
6. Meet with city staff to evaluate selected alternatives
7. Make final recommendations
b. Deliverables
1. List of alternatives
2. Preliminary cost analysis
3. Final recommendations
7. Report Preparation
A final report containing all deliverables for each area will be developed. They will detail
drainage problems, structural inventories, analysis procedures, improvement alternatives and
final recommendations for the two areas. Report will be similar in format and style to the
sample given to the City.
a. Tasks
1. Create report figures
2. Write report
3. Report review
4. Final revisions
5. Printing and reproduction
b. Deliverables
1. Preliminary Report
2. Final Report
SECTION III - INFORMATION & SERVICES
020922—Contract
Page 8 of 13
•_ •
The City of Fayetteville 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 USlnfrastructure, Inc on magnetic media. The City of Fayetteville further agrees to
provide any field surveys and cross-sections necessary for USlnfrastructure, Inc. to carry out the
work.
SECTION IV - SERVICES TO BE FURNISHED BY USINFRASTRUCTURE, INC. DURING
"DESIGN" PHASE
To be negotiated between City of Fayetteville and USlnfrastructure, Inc., if and when City of
Fayetteville decides to proceed with this phase of services.
SECTION V - COORDINATION WITH CITY OF FAYETTEVILLE
USlnfrastructure, Inc. shall hold conferences throughout the study of the project with
representatives of the City of Fayetteville to the end that the study, as perfected, shall have full
benefit of the City of Fayetteville's knowledge and be consistent with the current policies and
practices of the City of Fayetteville. The City of Fayetteville reserves the right to accept or reject
any or all plans, but this stipulation will not relieve USlnfrastructure, Inc. of responsibility for the
design of the project.
SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK
Review of the work as it progresses under this Agreement shall be made at the City of Fayetteville
at the City Engineers office.
SECTION VII - CONCEPT AND PRELIMINARY SUBMISSION
USlnfrastructure, Inc. shall submit two (2) copies of Preliminary Report for review by City staff.
SECTION VIII - FINAL SUBMISSION
The final submission for the construction contract shall consist of the following:
A. Three copies of the Final Report and
B. One (1) copy on magnetic media shall be submitted on disks compatible with AutoCAD
Release 12 software.
C An "Opinion of Probable Cost" to construct recommended improvements
SECTION DC - USINFRASTRUCTURE, INC. RESPONSIBILITY DURING "BIDDING" AND
"CONSTRUCTION" PHASES
Not part of this Study Phase—To be negotiated at a future date.
SECTION X - SUBCONTRACTING
020922—Contract
Page 9 of 13
•
Subcontracting by USlnfrastructure, Inc. of any of the services provided herein shall require prior
approval by the City of Fayetteville.
SECTION XI - TIME OF BEGINNING AND COMPLETION
USlnfrastructure, Inc. shall begin work under this Agreement within ten (10) days of notice to
proceed and shall complete the study phase of the contract within 180 calendar days. A proposed
project schedule has been attached for reference.
The above completion time is predicated upon the fact that the City of Fayetteville will cause to
be processed approvals of interim work in an expeditious manner 15 days per submittal.
SECTION XII - FEES AND PAYMENTS
A. "Study" Phase Services - For, and in consideration of, the services to be rendered by
USlnfrastructure, Inc., the City of Fayetteville shall pay USlnfrastructure, Inc. on the basis of
standard hourly rates in effect at the time the work is done, plus direct reimbursable expenses
associated with the project. Hourly rates for the various classifications of employees for 2002
are set out in the attachment to this document. Rates are adjusted annually at the beginning
of each calendar year. Payment shall be made monthly based on invoices from the Engineer.
Invoices shall identify the hours spent on each Area and numerical work items listed in the
scope of services provided. Total payment for Section II shall not exceed $93,424.
The basis of this upper limit and justification for the fee is contained in Appendix "A" attached
hereto. The upper limit justification for each Area in Appendix "A" is an estimate. The total man-
hours actually spent on each project item of work or task may vary from those indicated in
Appendix "A", but the total not -to -exceed amount will be adhered to unless changes in scope of
work are made and agreed to by the City of Fayetteville and USlnfrastructure, Inc. Subject to the
City Council approval, adjustment of the upper limit may be made should USlnfrastructure, Inc.
establish and the City of Fayetteville agree that there has been or is to be a significant change in
scope, complexity or character of the services to be performed; or if the City of Fayetteville
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 "B" covers the classification of personnel and the standard hourly rate for all personnel
to be assigned to this project by the USInfrastructure, Inc..
Final payment for Study Phase services shall be made upon the City of Fayetteville's approval and
acceptance with the satisfactory completion of the "Study" phase for the project.
B. "Design" Phase Services: Not included in this Study Phase
C. "Bidding" Phase Services: Not included in this Study Phase
D. "Construction" Phase Services: Not included in this Study Phase
E. "Geotechnical Investigation" Services: Not included in this Study Phase
020922—Contract
Page l0 of 13
• •
F. "Special" Services: Not included in this Study Phase
SECTION XIII - CHANGES
The City of Fayetteville 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 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 or the City Council in advance of
the change in scope, price of fees.
Any claim by USlnfrastructure, Inc. for adjustment under this clause must be asserted with thirty
(30) days from the date of receipt by USInfrastructure, Inc. of the notification of change; provided,
however, that the City of Fayetteville 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 USInfrastructure, Inc. 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, specification field notes, and data are and remain the property of the City of
Fayetteville. USlnfrastructure, Inc. may retain reproduced copies of drawings and copies of other
documents.
SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT
It is understood that the City of Fayetteville will have the right to suspend or cancel the work at
any time.
A. Postponement - Should the City of Fayetteville, for any reason whatsoever, decide to postpone
the work at any time, the City of Fayetteville will notify USlnfrastructure, Inc., who will
immediately suspend work. Should the City of Fayetteville decide dtumg such suspension not
to resume the work, or should such suspension not be terminated within a year, the work shall
be canceled as hereinafter provided.
B. Cancellation - Should the City of Fayetteville, for any reason whatsoever, decide to cancel or
to terminate the use of USlnfrastructure's service, the City of Fayetteville will give written
notice thereof to USlnfrastructure, Inc., who will immediately terminate the work. If the City
of Fayetteville so elects, USlnfrastructure, Inc. may be instructed to bring a reasonable stage of
completion to those items whose value would otherwise be lost. USlnfrastructure, Inc. shall
tum over all data, charts, survey notes, figures, drawings and other records or information
020922—Contract
Page 11 of 13
collected or produced hereunder whether partial or complete. Upon such termination of the
USlnfrastructure's. services, USlnfrastructure, Inc. 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.
SECTION XVII - MISCELLANEOUS PROVISIONS
1. Dispute resolution - Any dispute concerning 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 shall be subject to non-binding
mediation, provided that nothing herein shall preclude either party from seeking any and all
remedies availablle at equity or law.
2. Responsibility for Claims and Liability - USlnfrastructure, Inc. shalt save harmless the City of
Fayetteville from all claim and liability due to its (USlnfrastructure's ) activities, or those
subcontractors, its agents, or its employees during the time this contract is in force.
3. General Compliance with Laws - USlnfrastructure, Inc. shall comply with all federal, state and
local laws and ordinances applicable to the work. USlnfrastructure, Inc. shall employ a
professional engineer, licensed in the State of Arkansas.
4. Engineers Endorsement - USlnfrastructure, Inc. shall endorse and recommend all plans,
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.
5. Arkansas Freedom of Information Act — USlnfrastructure, Inc. agrees that it will provide to
the City of Fayetteville, at a cost to be agreed upon, all documents in its possession that are,
under this Agreement, the property of the City of Fayetteville and to which the City of
Fayetteville believes to be subject to an Arkansas Freedom of Information Act request made to
it, or, in anticipation of such request, which it believes necessary for it to possess.
USlnfrastructure, Inc. further agrees that it will request of all subconsultants, retained by
USlnfrastructure, Inc. to perform services under this Agreement, to provide to the City of
Fayetteville, at a cost to be agreed upon, all documents in its possession that are, under this
Agreement, the property of the City of Fayetteville and to which the City of Fayetteville
believes to be subject to an Arkansas Freedom of Information Act request made to it, or, in
anticipation of such request, which it believes necessary for it to possess. The
USlnfrastructure, Inc. will produce all documents or material in the format that are kept by the
USlnfrastructure, Inc., or at the option of USlnfrastructure, Inc., in some other format. If a
specialized format is requested by the City of Fayetteville, the cost of conversion, if that
additional responsibility is accepted by USlnfrastructure, Inc., will be borne by the City of
Fayetteville at the then prevailing rates for the parties actually performing the conversion.
USlnfrastructure, Inc. agrees to use diligence to comply with all the requirements of the
Arkansas Freedom of Information Act.
020922—Contract
Page 12 of 13
•
SECTION XVIIII - SUCCESSORS AND ASSIGNS
The City of Fayetteville and USlnfrastructure, Inc. each binds itself and its partners, successors,
executors, administrators, and assigns to the other party of this Agreement, except as above,
neither the City of Fayetteville nor USlnfrastructure, Inc. 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
USlnfrastructure, Inc. warrants that it has not employed or retained by company or person, other
than a bonafide employee working solely for USlnfrastructure, Inc., 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 USInfrastructure, Inc., 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 City of Fayetteville shall have the right to annul this
contract without liability.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as
of the date and year first herein written.
CITY OF FAYETTEVILLE
By:
.._.,p.
\ , '•r , 1.
1
Clerk
USINFRASTRUCTURE, INC
By:
Charles R. Nickle, Senior Vice President
ATTEST:
B
Terry . Carpe /r, Vice Presiden
020922—Contract
Page 13 of 13
Proposed Project Schedule
•
AREA 1 - HAMESTRING CREEK
Identify Major Sub -basins and Tributaries
Identify Existing Drainage Problems
age Structures
Inventory of Major Dra
Hydrologic Analysis
Hydraulic Analysis
Recommendations
Report Preparation
AREA 2 - SHENANDOAH TRAILER PARK
Identify Major Sub -basins and Tributaries
Identify Existing Drainage Problems
Inventory of Major Drainage Structures
Hydrologic Analysis
Hydraulic Analysis
Recommendations
Report Preparation
O
CO
10
0
N
10
O
0
rn
10
o
0
LO
Tr
0
C7
10
0
O)
c
a)
v
i
LIa
z
IIIaI
C
m
0
u�
a
CL
♦_
c
y
0 .
U
a
0 -
CD CD
ill
N
u
a
0
O.
0
30
i
_
.-2-
CL
CL
AREA 1 - HAMESTRING CREEK
Identify Major Sub -basins and Tributaries
Identify Existing Drainage Problems
age Structures
Inventory of Major Dra
Hydrologic Analysis
Hydraulic Analysis
Recommendations
Report Preparation
AREA 2 - SHENANDOAH TRAILER PARK
Identify Major Sub -basins and Tributaries
Identify Existing Drainage Problems
Inventory of Major Drainage Structures
Hydrologic Analysis
Hydraulic Analysis
Recommendations
Report Preparation
O
CO
10
0
N
10
O
0
rn
10
o
0
LO
Tr
0
C7
10
0
•
•
EimME
ATTACHMENT
TO AGREEMENT FOR ENGINEERING SERVICES
SCHEDULE OF CLASSIFICATIONS AND RATES FOR 2002
Classification Hourly Rate
Engineer IX $130.00
Engineer V 97.00
Engineer IV 87.00
Engineer III 76.00
Engineer II 65.00
Engineer! 52.00
Engineering Technician V
Engineering Technician IV
Engineering Technician III
Engineering Technician II
Engineenng Technician I
Administrative III
Administrative II
Administrative I
Land Surveyor IV
Land Surveyor III
Land Surveyor 11
Land Surveyor I
Hourly rate schedules will be adjusted annually each January 1.
USlnfrastructure, Inc.
Consulting Engineers
Spnngdale, Arkansas
74.00
60.00
45.00
37.00
30.00
37.00
30.00
25.00
85.00
60.00
45.00
37.00
•
• A es. /oz -oz
CITY OF FAYETTEVILLE
AGREEMENT FOR ENGINEERING SERVICES
STATE OF ARKANSAS
COUNTY OF WASHINGTON
This Agreement entered into and executed thisj_day of 2002, by
and between the City of Fayetteville acting by and through its ayo hereinafter called the
"OWNER" and USlnfrastructure, Inc.with offices located in Springdale, Arkansas
hereinafter called the "ENGINEER".
WITNESSETH:
Whereas, the "OWNER" is planning to have drainage studies conducted in two areas of the City
of Fayetteville that are currently experiencing problems with flooding
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 - SCOPE OF THE PROJECT
The scope of the project covered by this agreement includes the engineering services required to
perform the following tasks in the priority order listed.
Area 1 — Drainage Study of the Hamestring Creek Basin (Upstream of I-540)
Area 2 — Drainage Study of the Shenandoah Trailer Park Area
020922—Contract
Page 1 of 13
• 1
A. Study and Report Preparation
The following is a numerical outline of the major work items to be performed for each Area:
Area 1 — Drainage Study of the Hamestring Creek Basin
1. Identification of Major Sub -basins and Major Tributaries in the Basin
Sub -basins and major tributaries in the Hamestring Creek Basin will be identified using
previous work performed by City staff, existing topographic information and aerial
photography. Basin boundaries will be modified when existing streets and storm sewers alter
natural flow patterns. Roadway and subdivision plans of record will be referenced in order
to locate storm sewers and to determine their effects on basin boundaries. In some cases,
field verification will also be required in order to identify exact basin boundaries.
a. Tasks
1. Identify major basin and sub -basin boundries
2. Identify soils types affecting runoff
3. Identify land use/land cover (current and future) using the City's current Land
Use Map
b. Deliverables
1. Basin map with all sub -basins and tributaries identified
2. Identify Existing Drainage Problems
Drainage problems existing in throughout the basin will be sought and identified.
Descriptions and photographs of problems will be presented.
a. Tasks
1. Define "drainage problems" to be addressed
2. Conduct public meeting(s) to discuss problem areas
3. Review property owner complaints
4. Site visits and photographs
5. Interview property owners
b. Deliverables
1. Descriptions and photographs of each drainage problem location
2. Summary of interview of property owner(s) complaints
3 Inventory of Drainage Structures Along Definable Drainage Channels
Drainage structures throughout these basins will be inventoried by City supplied mapping and
field verification. Structural inventory sheets, developed by USlnfrastructure, Inc., will
020922—Contract
Page 2 of 13
•
• •
include a photograph, size, shape, material, and functional condition of each structure.
Recommendations for maintenance of each structure will also be provided in the structural
inventory.
a. Tasks
1. Transfer existing city structure survey information
2. Field measurements and photographs of structures
b. Deliverables
1. Structure inventory sheets
2. Recommendations for maintenance and/or improvements
4. Hydrologic Analysis
The hydrologic analysis of the Hamestring Basin (Upstream of I-540) will be preformed
using HEC -HMS modeling software developed by the U.S. Army Corp of Engineers. Land
use/land cover and soils information will be used to develop curve number and lag times for
each sub -basin. Basin models will be constructed according to Fayetteville digital
topography and Drainage Manual requirements to represent land use under current and future
conditions in order to illustrate existing conditions and the effect of continued development
m the basin. This work will be compared with previous work performed by City staff.
Rainfall simulations will be performed for 2-, 10-, 25-, 50-, and 100 -year storm events.
HEC -HMS uses basin charactenstics to predict runoff quantities that will be produced for
given storm events. Runoff quantities and hydrographs for each sub -basin will be generated
for 2-, 10-, 25-, 50-, and 100 -year storms for current and future land use conditions. Effects
of regional and onsite detention will also be simulated. Model results will be evaluated and
compared with existing FEMA and Corp of Engineers data.
a. Tasks
1. Review previous work performed by City staff
2. Develop sub -basin curve numbers
3. Develop sub -basin lag times
4. Construct HEC -HMS model
5. Develop hydrographs for sub -basins
6. Evaluate model results and troubleshooting
7. Compare model results with FEMA results
b. Deliverables
1. Digital copy of model
2. Hydrographs for each sub -basin
3. Tabular model results
4. Comparision of model results with existing data
5. Comparison of model results with FEMA results
020922—Contract
Page 3 of 13