Loading...
HomeMy WebLinkAbout90-03 RESOLUTION• • RESOLUTION NO. 90-03 A RESOLUTION AWARDING A CONTRACT IN THE AMOUNT OF TWO HUNDRED TWENTY THOUSAND NINE HUNDRED SEVENTY-SIX DOLLARS ($220,976.00) TO USI -ARKANSAS, INC. FOR ENGINEERING SERVICES ASSOCIATED WITH THE UPPER HAMESTRING CREEK BASIN AND THE SHENANDOAH TRAILER PARK AREA; AND APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF TWENTY THOUSAND DOLLARS ($20,000.00). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY FAYETTEVILLE, ARKANSAS: OF Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby awards a contract in the amount of Two Hundred Twenty Thousand Nine Hundred Seventy -Six Dollars ($220,976.00) to USI -Arkansas, Inc. for engineering services associated with 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 the City of Fayetteville, Arkansas, hereby approves a project contingency in the amount of Twenty Thousand Dollars ($20,000.00). PASSED and APPROVED this 17th day of June, 2003. • /y411'n71fr SONDRA SMITH, City Clerk APPROVED: By DA COODY, Mayo • • AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And USI -ARKANSAS, INC. THIS AGREEMENT is made as of ju K i / 7 , 2043, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and USI - Arkansas, Inc., with offices located in Springdale, AR. (hereinafter called USI). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the study, planning, design, and construction of drainage projects in the City and in particular the Upper Hamestring Basin and Shenandoah Area (The "Project"). Therefore, CITY OF FAYETTEVILLE and USI in consideration of their mutual covenants agree as follows: USI shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of USI's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. If Construction Phase Services are to be provided by USI under this Agreement, the construction shall be executed under the observation of a professional engineer registered in the State of Arkansas in accordance with Arkansas Code Amended §22-9-101. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of USI. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of USI. 1.3 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, costs, fees, or delivery schedule. 030923 ESA Fayetteville Drainage Project.doc A - 1 • • . SECTION 2 - BASIC SERVICES OF 2.1 General 2.1.1 Perform professional design services in connection with the Project as hereinafter stated, which shall include normal civil, structural, mechanical, and electrical engineering services and normal architectural design services incidental thereto. 2.1.1.1 The Scope of Services to be furnished by US1 during the Final Design Phase is included in Section 2.2 hereafter and in Appendix A attached hereto and made part of this Agreement. 2.1.1.2 The Scope of Services to be furnished by USI during the Bidding Phase is included in Section 2.3 hereafter and in Appendix B attached hereto and made part of this Agreement. 2.1.1.3 The Scope of Services to be furnished by 1151 during the Construction Phase, is included in Section 2.3 hereafter and in Appendix C attached hereto and made part of this Agreement. 2.2 Final Design Phase 2.2.1 Prepare for incorporation in the Contract Documents detailed drawings to show the character and scope of the Work to be performed by contractors on the Project (hereinafter called the "Contract Drawings"), and Invitation to Bid, Instructions to Bidders, Bid Form, Agreement and Bond forms, General Conditions, and Specifications (all of which, together with the Contract Drawings, are hereinafter called the "Bid Documents") for review and approval by CITY OF FAYETTEVILLE, its legal counsel, and other advisors as appropriate, and assist CITY OF FAYETTEVILLE in the preparation of other related documents. 2.2.1.1 Bid documents shall be based on Construction Specifications Institute (CSI) Master Format and Section Format and shall incorporate CITY OF FAYETTEVILLE's standard general conditions and forms. Text documents shall be provided to CITY OF FAYETTEVILLE in Microsoft® Word version 2000 software. Contract drawings shall be prepared using standard borders, sheet sizes, title blocks and CADD standards provided by CITY OF FAYETTEVILLE. USI may use their normal software for the 030923 ESA Fayetteville Drainage Projcct.doc A — 2 022403 • preparation of drawings but the final product shall be provided to CITY OF FAYE11EVILLE in Autodesk AutoCAD version 2000. 2.2.1.1.1 Develop and include in Appendix A of this Agreement, a project design schedule in which USI shall include, in an acceptable level of detail, the steps and milestone dates to be undertaken by USI in the completion of this final design including a schedule for design reviews to be conducted by the CITY OF FAYETTEVILLE. 2.2.1.2 When requested by the CITY OF FAYETTEVILLE's Director of Community Planning and Engineering Services, prepare for and attend City Council meetings to provide periodic updates on the progress of the project. 2.2.1.3 If the plans and specifications for the project require bids on alternates in addition to a base bid, there shall be no more than three (3) altemates, and the alternates shall be developed and described in accordance with Title 22, Article 9-203 of the Arkansas Code. 2.2.2 Prepare technical criteria, written descriptions, design data, and applications necessary for filing applications for permits from or approvals of govemmental authorities having jurisdiction to review or approve the final design of the Project and assist in securing approvals. Actual Filing and Permit Fees will be paid by the CITY OF FAYETTEVILLE. Assist CITY OF FAYETTEVILLE in consultations with appropriate authorities. 2.2.3 Advise CITY OF FAYETTEVILLE of final Opinion of Probable Project Costs. 2.2.4 Furnish CITY OF FAYETTEVILLE with 4 copies of the final Bid Documents. 2.2.5 Determine land and easement requirements and provide consultation and assistance on property procurement as related to professional engineering services being performed. 2.2.6 Design shall be reviewed by CITY OF FAYETTEVILLE, or such parties as CITY OF FAYETTEVILLE shall designate, at the applicable completion levels outlined below. 2.2.6.1 Holly / Vista Area Improvements — 60 percent and 90 percent. 2.2.6.2 Sang / Berry Area Improvements — 60 percent and 90 percent. 2.2.6.3 Shenandoah Area Drainage Improvements — 60 percent and 90 percent. 030923 ESA Fayetteville Drainage Project.doc A - 3 022403 • • 2.2.6.4 Recommended Ditch Cleaning Improvements — 60 percent and 90 percent. 2.2.6.5 Hydraulic & Hydrology Studies of Hamestring Creek Downstream of 1-540 — 60 and 90 percent. 2.3 Bidding Phase 2.3.1 It is anticipated that there will be at least two construction contracts for which bid phase services will be performed. 2.3.2 Arrange for bidding notices to be sent to contractors publishing services and direct mailing to contractors of record. Notices shall comply with requirements of CITY OF FAYETTEVILLE . The legal notice to be placed in legal notices section of a local newspaper(s) of countywide and statewide circulation and shall be coordinated with CITY OF FAYETTEVILLE purchasing agent and an affidavit of publication secured. 2.3.3 Prepare addenda for drawings and Bid Documents as required in accordance with Construction Contract General Conditions. 2.3.4 Secure updated state wage rate decisions and incorporate into the Bid Documents. Update wage rate decision by addendum if necessary. 2.3.5 Assist CITY OF FAYETTEVILLE by issuing and tracking Bid Documents, addenda and communications during bidding and maintain list of plan holders. Print and distribute copies of plans and specifications for all prospective bidders and plan rooms. Collect from prospective bidders an appropriate non-refundable fee to offset cost of reproducing and distributing Bidding Documents. 2.3.6 Assist CITY OF FAYETTEVILLE in obtaining and evaluating bids and preparing construction contracts. 2.3.6.1 USI shall attend a Pre -Bid Conference organized, convened, and conducted by the CITY OF FAYETTEVILLE to explain the project requirements and receive questions from prospective bidders. USI shall consider the questions received and issue necessary clarifications and changes to the Bid Documents through the use of addenda. Make logistical arrangements for and conduct a site tour of the project area. 030923 ESA Fayetteville Drainage Project.doc A - 4 022403 • • 2.3.7 Consult with and advise CITY OF FAYETTEVILLE as to the acceptability of subcontractors and other persons and organizations proposed by the prime construction contractor(s), hereinafter called "Contractor(s)," for those portions of the work as to which such acceptability is required by the Bid Documents. 2.3.8 Make recommendations regarding award of the construction contracts. 2.4 Construction Phase 2.4.1 It is anticipated that there will be at least two construction contracts for which construction services will be performed. 2.4.2 Attend a Pre -Construction Conference scheduled by CITY OF FAYETTEVILLE. At the time of the Pre -Construction Conference, a Notice to Procced will be issued. 2.4.3 Furnish professional engineers to make visits to the site (as distinguished from the services of a resident Project Representative) as appropriate to observe the progress and quality of the executed work and to determine in general if the work is proceeding in accordance with the contract documents. In performing these services, the Engineer shall have no control over, nor responsibility for the Contractor's means, methods, sequence, techniques or procedures in performing the work, or for safety programs in connection with the work. These are solely the responsibilities of the Contractor, who is also responsible for complying with all health and safety precautions as required by any regulatory agencies. 2.4.4 Consult with and advise the CITY OF FAYETTEVILLE; issue all instructions to the contractor requested by the CITY OF FAYETTEVILLE; and prepare routine change orders as required. 2.4.5 Review samples; catalog data, schedules, shop drawings, laboratory, shop and mill tests of material and equipment and other data, which the contractor submits. This review is for the benefit of the CITY OF FAYETTEVILLE to ensure general conformance with the design concept of the project and general compliance by the contractor with the information given in the contract documents. It does not relieve the contractor of any responsibility such as dimensions to be confirmed and correlated at the job site, appropriate safety measures to protcct workers and the public, or the necessity to construct a complete and workable facility in accordance with the contract documents. -. • • 030923 ESA Fayetteville Drainage Projcct.doc A — 5 022403 • . 2.4.6 Prepare and verify monthly and final estimates for payments to the contractor and fumish to the CITY OF FAYETTEVILLE any necessary Contractor certifications as to payments to subcontractors and suppliers; assemble written guarantees, which are required by the contract documents. 2.4.7 Attend, in company with the CITY OF FAYETTEVILLE's representative, a final inspection of the project. This inspection will be for conformance with the design concept of the project and compliance with the contract documents. 2.4.8 Furnish to the CITY OF FAYETTEVILLE AutoCAD electronic digital drawing files along with 2 black -line copies of the record drawings for the project. 2.5 Resident Services During Construction 2.5.1 Furnish the services of a resident Project Representative and other field personnel for on -the - site observation of construction. The authority and duties of such resident Project Representative is limited to examining the material furnished and observing the work done and to reporting their findings to the Engineer. The Engineer will use the usual degree of care and prudent judgment in the selection of a competent Project Representative, and will use diligence to see that the Projcct Representative is on the job to perform the required duties. SECTION 3 - ADDITIONAL SERVICES OF 3.1 General If authorized in wnting by the CITY OF FAYETTEVILLE Mayor and the City Council and agreed to in writing by USI, USI shall furnish or obtain from others Additional Services of the following types that are not considered normal or customary Basic Services. The scope of Additional Services may include: 3.1.1 Easement preparation, including legal owner determination and easement description of the property necessary to construct and maintain the necessary drainage facilities. 3.1.2 Preparing to serve or serving as a witness for CITY OF FAYETTEVILLE in any litigation or other proceeding involving the Project. 030923 ESA Fayencville Drainage Project.doc A — 6 022403 • 3.1.3 Extra Services 3.1.3.1 Services not specifically defined heretofore that may be authorized by CITY OF FAYETTEVILLE. 3.2 Contingent Additional Services 3.2.1 If services described under Contingent Additional Services in Paragraph 3.2 are required due to circumstances beyond USI's control, USI shall notify CITY OF FAYETTEVILLE and request a formal contract amendment approved by the Mayor and the City Council prior to commencing such services. If CITY OF FAYETTEVILLE deems that such services described in 3.2 are not required, CITY OF FAYETTEVILLE shall give prompt written notice to USI. If CITY OF FAYETTEVILLE indicates in writing that all or parts of such Contingent Additional Services arc not required, USI shall have no obligation to provide those services. 3.2.2 Making revisions in Drawings, Specifications, or other documents when such revisions are: 3.2.2.1 Required because of inconsistent approvals or instructions previously given by CITY OF FAYETTEVILLE, including revisions made necessary by adjustments in CITY OF FAYETTEVILLE's program or Project Budget. 3.2.2.2 Required by the enactment or revision of codes, laws, or regulations subsequent to the preparation of such documents. SECTION 4 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of USI: 4.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 4.2 Assist USI by placing at USI's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 4.3 Assist in gaining access to and making provisions for USI to enter upon public and private property as required for USI to perform his services under this Agreement. 4.4 Examine all studies, reports, sketches, cost opinions, Bid Documents, Drawings, proposals, and other documents presented by USI and render in writing decisions pertaining thereto. 030923 ESA Fayetteville Drainage Project.doc A - 7 022403 4.5 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 4.6 Designate in writing a person to act as CITY OF FAYETTEVILLE's representative with respect to the services to be performed under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYE11EVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 4.7 Give prompt written notice to USI whenever CITY OF FAYETTEVILLE observes or otherwise becomes aware of any defect in the Project. 4.8 Authorize the preparation and submittal of all documents necessary for approvals and permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be necessary for completion of the Project. Pay directly to the governmental authorities the actual filing and permit fees. 4.9 Pay for placement of legal notices and advertisements in newspapers or other publications necessary for bidding, public notice, or other law for public works projects. 4.10 Furnish, or direct USI to provide, necessary Additional Services as stipulated in Section 3 of this Agreement or other services as required. 4.1 1 If CITY OF FAYE11EVILLE's standard bidding requirements, Agreement forms and General Conditions are to be used, CITY OF FAYETTEVILLE shall provide copies of such documents for USI's use in coordinating the Contract Drawings and Specifications. 4.12 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to USI in a timely manner. SECTION 5 - PERIOD OF SERVICE 5.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 5.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. USI will proceed 030923 ESA Fayetteville Drainage Project.doc A - 8 022403 with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. SECTION 6 - PAYMENTS TO 6.1 Compensation 6.1.1 Final Design Phase Services For the Scope of Services during the Final Design Phase described herein, CITY OF FAYETTEVILLE shall pay USI the lump sum amount of One Hundred Twenty-one Thousand Two Hundred Sixty -Eight United States Dollars (US $121,268). In addition to the above lump sum amount, USI will perform field surveying required for any or all of the design of the necessary drainage facilities described herein, CITY OF FAYETTEVILLE, shall pay USI on the basis of standard hourly rates in effect at the time the work is performed for the various classifications of personnel. The maximum not -to -exceed cost of this work shall not exceed Thirty -Seven Thousand Five Hundred Fourteen United States Dollars (US $37,514). 6.1.1.1 Subject to the City Council approval, adjustment of the lump sum amount may be made should USI establish and 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 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. Changes, modifications or amendments in scope, price or fees to this Contract shall not be allowed without formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, fees, or delivery schedule. 6.1.1.2 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for Design services consistent with USI's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by USI and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project design schedule as the basis for 030923 ESA Fayencville Drainage Projcct.doc A — 9 022403 • t • determining the value earned as the work is accomplished. Final payment for Design services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Design phase for the Project. 6.1.2 Bidding Phase Services For the Scope of Services during the Bidding Phase described herein, CITY OF FAYETTEVILLE shall pay USI the lump sum amount of Ten Thousand One Hundred Sixty-four United States Dollars (US S10,164). 6.1.2.1 Subject to prior City Council approval, adjustment of the lump sum amount may be made should USI establish and 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 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. 6.1.2.2 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for Bidding Phase services consistent with USI's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by USI and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated bidding services schedule as the basis for determining the value earned as the work is accomplished. Final payment for Bidding Phase services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Bidding Phase for the Project. 6.1.3 Construction Phase Services For the Scope of Services during the Construction Phase described herein, CITY OF FAYETTEVILLE shall pay USI on the basis of standard hourly rates in effect at the time the work is performed for the various classifications of personnel. The maximum not -to -exceed cost of this work shall not exceed Forty -Three Thousand Thirty United States Dollars (US 543,030). 6.1.3.1 Subject to prior City Council approval, adjustment of the maximum not -to -exceed amount may be made should USI establish and CITY OF FAYETTEVILLE agree that 030923 ESA Fayetteville Drainage Project.doc A — 10 022403 • • there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if 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. 6.1.3.2 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for Bidding Phase services consistent with USI's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by USI and approved by CITY OF FAYETTEVILLE. Final payment for Construction Phase services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Construction Phase for the Project. 6.1.4 Additional Services For Additional engineering services under Section 3, "Additional Services", easement preparation, including legal owner determination and easement description of the property necessary to construct and maintain the necessary drainage facilities described herein, CITY OF FAYETTEVILLE shall pay USI on the basis of a lump sum amount of Three Hundred United States Dollars (US $300) per easement. The estimatcd maximum amount for easement services for the work to be constructed under schedules A, B, and C in Appendix A is Nine Thousand United States Dollars (US S9,000). 6.1.4.1 Subject to prior City Council approval, adjustment of the lump sum amount may be made should USI establish and 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 CITY OF FAYE 1 I EVILLE 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. 6.1.4.2 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such panics as CITY OF FAYETTEVILLE may designate for Easement preparation services consistent with USI's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by USI and approved by CITY OF FAYETTEVILLE. 030923 ESA Fayetteville Drainagc Project.doc A — 11 022403 • • For other authorized Additional engineering services under Section 3, "Additional Services", compensation to USI shall be negotiated at the time Additional services are authorized. 6.2 Payments All statements are payable upon receipt and due within thirty (30) days. If a portion of USI's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CrrY OF FAYETTEVILLE shall advise USI in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 6.3 Final Payment Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, USI shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by USI to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against USI or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 7 - GENERAL CONSIDERATIONS 7.1 Insurance 7.1.1 During the course of performance of these services, USI will maintain (in United States Dollars) the following minimum insurance coverages: Type of Coverage Limits of Liability Workers' Compensation Statutory Employers' Liability S500,000 Each Accident Commercial General Liability Bodily Injury and Property Damage $1,000,000 Combined Single Limit 030923 ESA Fayetteville Drainage Project.doc A - 12 022403 • • Automobile Liability: Bodily Injury and Property Damage $1,000,000 Combined Single Limit Professional Liability Insurance $1,000,000 Each Claim USI will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 7.1.2 Construction Contractors shall be required to provide (or CITY OF FAYETTEVILLE may provide) CITY OF FAYETTEVILLE's Protective Liability Insurance naming CITY OF FAYETTEVILLE as a Named Insured and USI as additional insureds, or, to endorse CITY OF FAYETTEVILLE, and USI as additional insureds on construction Contractor's liability insurance policies covering claims for personal injuries and property damage. Construction Contractors shall be required to provide certificates evidencing such insurance to CITY OF FAYETTEVILLE, and USI. 7.1.3 CITY OF FAYETTEVILLE, and USI waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of USI's services. If the services result in a Construction Phase, a provision similar to this shall be incorporated into all Construction Contracts entered into by CITY OF FAYETTEVILLE, and all construction Contractors shall be required to provide waivers of subrogation in favor of CITY OF FAYETTEVILLE, and USI for damage or liability covered by any construction Contractor's policy of insurance. 7.2 Professional Responsibility 7.2.1 USI will exercise reasonable skill, care, and diligence in the performance of USI's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. USI agrees not to seek or accept any compensation or reimbursements from the City of Fayetteville for engineering work it performs to correct any errors, omissions or other deficiencies caused by USI 's failure to meet customarily accepted professional engineering practices. CITY OF FAYETTEVILLE retains all other remedies to recover for its damages caused by any negligence of USI. 7.2.2 In addition, USI will be responsible to CITY OF FAYETTEVILLE for damages caused by its negligent conduct during its activities at the Project Site to the extent covered by USI's 030923 ESA Fayetteville Drainage Protect.doc A - 13 022403 • • Commercial General Liability and Automobile Liability Insurance policies as specified in Paragraph 7.1.1. 7.3 Cost Opinions and Projections Cost opinions and projections prepared by USI relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on USI's experience, qualifications, and judgment as a design professional. Since USI has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, USI does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by USI. 7.4 Changes CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of USI's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the President or any Vice President of USI. 7.5 Termination 7.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 7.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 7.5.1.2 An opportunity for consultation with the terminating party prior to termination. 030923 ESA Fayetteville Drainage Projcct.doc A - 14 022403 • • • 7.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that USI is given: 7.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intern to terminate, 7.5.2.2 An opportunity for consultation with the terminating party prior to termination. 7.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 7.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 7.5.3.2 Any payment due to USI at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of USI's default. 7.5.4 If termination for default is effected by USI, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to USI for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by USI relating to commitments which had become firm prior to the termination. 7.5.5 Upon receipt of a termination action under Paragraphs 7.5.1 or 7.5.2 above, USI shall: 7.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 7.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by USI in performing this Agreement, whether completed or in process. 7.5.6 Upon termination under Paragraphs 7.5.1 or 7.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 7.5.7 If, after termination for failure of USI to fulfill contractual obligations, it is determined that USI had not failed to fulfill contractual obligations, the termination shall be deemed to have 030923 ESA Fayetteville Drainage Project.doc A — 15 022403 • • • been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 7.5.4 of this clause. 7.6 Delays In the event the services of USI are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond USI's reasonable control, USI shall be entitled to additional compensation and time for reasonable costs incurred by USI in temporarily closing down or delaying the Project. 7.7 Rights and Benefits USI's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 7.8 Dispute Resolution 7.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and USI which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or USI in the performance of this Agreement, and disputes conceming payment. 7.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 7.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 7.8.3 and 7.8.4 have been complied with. 7.8.3 Notice of Dispute 7.8.3.1 For disputes arising pnor to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice; 7.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give USI written Notice at the address listed in Paragraph 7.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of 030923 ESA Fayetteville Drainage Project.doc A — 16 022403 • • relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 7.8.4 Negotiation: Within seven days of receipt of the Notice, the CITY OF FAYETTEVILLE and USI shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of USI and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 7.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to USI for services rendered by USI. 7.10 Publications Recognizing the importance of professional development on the part of USI's employees and the importance of USI's public relations, USI may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to USI's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYE11EVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to USI. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of USI's activities pertaining to any such publication shall be for USI's account. 7.11 Indemnification 7.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE, and USI from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 7.12 Computer Models USI may use or modify USI's proprietary computer models.in service of CITY OF FAYETTEVILLE under this Agreement, or USI may develop computer models during USI's service to CITY OF 030923 ESA Fayetteville Drainage Project.doc A - 17 022403 • • • FAYETTEVILLE under this Agreement. Such use, modification, or development by USI does not constitute a license to CITY OF FAYETTEVILLE to use or modify USI's computer models. Said proprietary computer models shall remain the sole property of the USI. CITY OF FAYETTEVILLE and USI will enter into a separate license agreement if CITY OF FAYETTEVILLE wishes to use USI's computer models. 7.13 Ownership of Documents All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of CITY OF FAYETTEVILLE. USI may retain reproduced copies of drawings and copies of other documents. Engineering documents, drawings, and specifications prepared by USI as part of the Services shall become the property of CITY OF FAYETTEVILLE when USI has been compensated for all Services rendered, provided, however, that USI shall have the unrestricted right to their use. USI shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of USI. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. USI makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 7.14 Notices Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address• 113 West Mountain Fayetteville AR 72701 USI's address: 4710 South Thompson, Suite 102 Springdale, AR 72764 030923 ESA Fayetteville Drainage Project.doc A - 18 022403 • • • 7.15 Successor and Assigns CITY OF FAYETTEVILLE and USI each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and. assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor USI shall assign sublet, or transfer his interest in the Agreement without the written consent of the other. 7.16 Controlling Law This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 7.17 Entire Agreement This Agreement represents the entire Agreement between USI and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to USI a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by USI, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 8 - SPECIAL CONDITIONS 8.1 Additional Responsibilities of USI: 8.1.1 USI shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by USI's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 8.1.2 UST's obligations under this clause are in addition to USI's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against USI for faulty materials, equipment, or work. 030923 ESA Fayetteville Drainage Project.doc A — 19 022403 8.2 Remedies Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and USI arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 8.3 Audit: Access to Records 8.3.1 USI shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. USI shall also maintain the financial information and data used by USI in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. USI will provide proper facilities for such access and inspection. 8.3.2 Records under Paragraph 8.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 8.3.3 This right of access clause (with respect to financial records) applies to: 8.3.3.1 Negotiated prime agreements: 8.3.3.2 Negotiated change orders or agreement amendments in excess of S 10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 8.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 030923 ESA Fayetteville Drainage Project.doc A - 20 022403 8.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of USI; 8.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 8.3.3.3.3 If the subagreement is terminated for default or for convenience. 8.4 Covenant Against Contingent Fees USI warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by USI for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 8.5 Gratuities 8.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that USI or any of USI's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to USI terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 8.5.2 In the event this Agreement is terminated as provided in Paragraph 8.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against USI as it could pursue in the event of a breach of the Agreement by USI. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs USI incurs in providing any such gratuities to any such officer or employee. 030923 ESA Fayetteville Drainage Project.doc A - 21 022403 .:r. 8.6 Arkansas Freedom of Information Act City contracts and documents, including internal documents and documents of subcontractors and sub - consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, USI will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and USI, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY O By: 1A'ITES'_ 999999 By: p City Clerk USI-ARKANSAS, IN By: _ Title: 9 f2.es (Q-p7 Changes, modifications or amendments in scope, price or fees to this Contract shall not be allowed without formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost, fees, or delivery schedule. END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES 030923 ESA Fayetteville Drainage Project.doc A -22 022403 CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX A - SCOPE OF SERVICES FOR FINAL DESIGN PHASE This is Appendix A, consisting of two pages, referred to in and part of the Agreement For Professional Engineersbig Services between CITY OF FAYETTEVILLE, ARKANSAS and USI-ARKANSAS, INC. dated h lam. Initial: CITY OF FAYETTEVILLE USI-ARKANSAS, INC. The following contains Scope of Services tasks for the Final Design Phase. 1. Preparing construction plans, specifications and contract documents far the following three schedules: Schedule A: Holly Street and Vista Place Area, as described in Upper Hamestring Basin Drainage Study, January 2003, prepared by USlnfrastructure, Inc. Final route will be selected following completion of a detailed survey and proposed options presented to the Asbell Neighborhood Association and as accepted by the Community Planning and Engineering Services. Schedule B: Sang Avenue, Berry Street and Cleveland Street Area as described in the Upper Hamestring Basin Drainage Study, January 2003, prepared by USlnfrastructure, Inc. Final route selection will be determined following completion of detailed surveys and proposed options to the Community Planning and Engineering Services, Schedule C: Shenandoah Area as described in the Shenandoah Area Drainage Study, December 2002, prepared by USlnfrastructure, Inc. Final route selection will be made following completion of detailed surveys and proposed options to the Community Planning and Engineering Services. 2. Prepare construction documents for use by the City of Fayetteville Street Department to perform street ditch maintenance along ditches set out in the Hamestring Basin Drainage Study, January 2003, prepared by USInfrastructure, Inc. Plans and specifications shall be suitable for bidding or use by City Street Department. 3. Perform Hydrologic and Hydraulic analysis of Hamestring Creek downstream of Interstate 540 in order to determine the extent of downstream affects of larger box culvert(s) under Interstate 540. The study will be extended to downstream of the bridge at the Bridgeport Subdivision. 4. Surveys for the design of storm drainage improvements and additional hydraulic study will be preformed by USI-Arkansas, Inc. 5. The schedule for performing the design, bid, and construction phase services described in Appendices A. B and C and the hydrologic and hydraulic analysis is shown in the attached project schedule. CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX B - SCOPE OF SERVICES FOR BID PHASE This is Appendix B, consisting of one page, referred to in and part of the Agreement For Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and USI-ARKANSAS, INC. dated (' (. Initial: CITY OF FAYETTEVILLE USI-ARKANSAS, INC. The following is the Scope of Services for the Bid Phase. It is anticipated that there will be at least two construction contracts for which bidding and preconstruction services will be performed. Separate bid schedules will be provided for each Schedule as described under Appendix A, "Scope of Services for Final Design Phase". The Engineer will prepare and distribute advertisements for bids, communicate with bidders as required, attend the prebid conference(s), provide technical interpretation of the plans and specifications, prepare addenda as required, attend the bid opening(s), tabulate bids, provide an engineering analysis of the bids received, make recommendations concerning award of the construction contract(s) and assist in the preparation of contract documents. Bid tabulations and supporting documents will be prepared and submitted to the CITY OF FAYETTEVTLLE. CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX C - SCOPE OF SERVICES FOR CONSTRUCTION PHASE This is Appendix C, consisting of two pages, referred to in and part of the Agreement For Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and USI-ARKANSAS, INC. dated ,e 5 Initial: CITY OF FAYETTEVILLE USI-ARKANSAS, INC. The following is the Scope of Services for the Construction Phase. It is anticipated that there will be at least two construction contracts for which construction services will be performed. Construction services will be billed at an hourly rate according to the schedule of classifications and rates for the year during which the construction services are preformed. 1. Attend preconstruction conferences scheduled by Owner. At the time of the preconstruction conferences, a Notice to Proceed will be issued for the respective contracts. 2. Furnish professional engineers to make visits to the site (as distinguished from the services of a resident Project Representative) as appropriate to observe the progress and quality of the executed work and to determine in general if the work is proceeding in accordance with the contract documents. In performing these services, the Engineer shall have no control over, nor responsibility for the Contractor's means, methods, sequence, techniques or procedures in performing the work, or for safety programs in connection with the work. These are solely the responsibilities of the Contractor, who is also responsible for complying with all health and safety precautions as required by any regulatory agencies. 3. Furnish the services of a resident Project Representative and other field personnel for on -the - site observation of construction. The authority and duties of such resident Project Representative is limited to examining the material furnished and observing the work done and to reporting their findings to the Engineer. The Engineer will use the usual degree of care and prudent judgment in the selection of a competent Project Representative, and will use diligence to see that the Project Representative is on the job to perform the required duties. 4. Consult with and advise the Owner; issue all instructions to the contractor requested by the Owner; and prepare routine change orders as required. Review samples; catalog data, schedules, shop drawings, laboratory, shop and mill tests of material and equipment and other data, which the contractor submits. This review is for the benefit of the Owner to ensure general conformance with the design concept of the project and general compliance by the contractor with the information given in the contract documents. It does not relieve the contractor of any responsibility such as dimensions to be confirmed and correlated at the job site, appropriate safety measures to protect workers and the public, or the necessity to construct a complete and workable facility in accordance with the contract documents. 6. Prepare and verify monthly and final estimates for payments to the contractor and furnish to the Owner any necessary Contractor certifications as to payments to subcontractors and suppliers; assemble written guarantees, which are required by the contract documents. 9 Attend, in company with the Owner's representative, a final inspection of the project. This inspection will be for conformance with the design concept of the project and compliance with the contract documents. A one-year warranty inspection for all facilities will also be performed. 8. Furnish to the Owner two copies of plans and one copy of AutoCad electronic digital drawing files of the record drawings for the project. SCHEDULE OF CLASSIFICATIONS AND RATES FOR 2003 Classification EngineerIX .......................................... EngineerV ........................................... EngineerIV .......................................... EngineerIII .......................................... Engineer 11 ............................................ EngineerI ............................................. Engineering Technician V .................... Engineering Technician IV .................. Engineering Technician III ................... Engineering Technician [I .................... Engineering Technician I ..................... Administrative III ................................. Administrative II .................................. Administrative I ................................... Land Surveyor ...................................... Survey Crew (3 -man) ........................... Survey Crew (2 -man) ............................ Hourly Rate .......................................................$ 130.00 .........................................................100.00 ...........................................................90.00 ...........................................................78.00 ...........................................................67.00 ...........................................................54.00 ...........................................................76.00 ...........................................................62.00 ...........................................................46.00 ...........................................................3 8.00 ...........................................................31.00 ..........................................................38.00 ..........................................................31.00 ..........................................................26.00 ..........................................................87.00 ........................................................ 156.00 ........................................................125.00 GPS surveying equipment will be billed at $35.00 per hour when utilized. Hourly rate schedules will be adjusted annually each January 1. 0 NAME OF FILE: Resolution No. 90-03 CROSS REFERENCE: t.aa « nftse Document u\uUI v 1 06/17/03 Res. 90-03 w/agreement 2 06/04/03 staff review form draft resolution memo to mayor/city council copy of Project Schedule 3 06/20103 memo to Jim Beavers unTFc- FAYETTEV?LLE 0 THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Jim Beavers Engineering From: Clarice Buffalohead-Pearman " City Clerk's Division Date: June 20, 2003 Re: Resolution 90-03 Attached is an executed copy of the above resolution passed by the City Council, June 17, 2003, contracting with USI-Arkansas, Inc. for engineering services regarding the upper Hamstring Creek Basin and the Shenandoah Trailer Park area. These items will be microfilmed and recorded with the city clerk's office. If anything else is needed please let the clerk's office know. /cbp Attachment(s) cc: Nancy Smith, Internal Auditor Kevin Springer, Budget & Research 46 (o// 7/u03 4O -O3 STAFF REVIEW FORM - FINANCIAL OBLIGATION x AGENDA REQUEST x CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of June 17, 2003 FROM: Jim Beavers Engineering CPE Services Name Division Department ACTION REQUIRED: 1. Approval of a resolution awarding an engineering services contract to USI-Arkansas, Inc. in the amount of $220,976.00 for a engineering services associated with the Upper Hamestring Creek basin area (Holly/Vista, Sang/Berry and 1-540) and the Shenandoah Trailer Park area. 2. Approval of a project contingency in the amount of 520,000.00. COST TO CITY: S 240,976 Cost of this Request $849,975 * Category/Project Budget 2003 4470-9470-5817.00 S0 ** Account Number Funds Used Tooate 2003 02023-0010 Holly/Vista 02054-0010 Shenandoah Project Number $ 849,975 Remaining a�2663— * Combining the two drainage projects into one contract. Bridge and Drainage Program Category/Project Name Drainage r�m7i'roject Category Sales Tax Fund ame 2003 Budgets: Holly/Vista $600,000.00; Shenandoah area S249,975.00 ** The preliminary studies were funded separately from project 02097, Master Drainage Study, S93,424.00. BUDGET REVIEW: x Budgeted Item _ Budget Adjustment Attached Budget Manager Date CON RACT/CRANT/LEASE REVIEW: Accounting Manager Date Internal A ditor Date C 2 City Attorney' Date STAFF RECOMMENDATION: Approval Purchasing Manager Date -23 Received in Mayor's Office Date Cross Reference : •O3 Prev Ord/Res #: 6-t -off Zfteftn a tv tcer ate Orig. Contract Date: Orig. Contract No: New Item: Yes x No STAFF REVIEW FORM Description USI-Arkansas Inc. Engineering services contract for drainage in the Upper Hamestrmg and ShenandoahTrailer park area basins. Meeting Date June 17, 2003 Comments: Budget Manager Accounting Manager Internal Auditor City Attorney Purchasing Manager Finance and Internal Services Director Chief Administrative Officer Reference Comments: Page 2 RESOLUTION NO. A RESOLUTION AWARDING A CONTRACT IN THE AMOUNT OF TWO HUNDRED TWENTY THOUSAND NINE HUNDRED SEVENTY-SIX DOLLARS ($220,976.00) TO USI-ARKANSAS, INC. FOR ENGINEERING SERVICES ASSOCIATED WITH THE UPPER HAMESTRING CREEK BASIN AND THE SHENANDOAH TRAILER PARK AREA; AND APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF TWENTY THOUSAND DOLLARS ($20,000.00). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby awards a contract in the amount of Two Hundred Twenty Thousand Nine Hundred Seventy -Six Dollars ($220,976.00) to USI-Arkansas, Inc. for engineering services associated with 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 the City of Fayetteville, hereby approves a project contingency in the amount of Tw nty' Dollars ($20,000.00). PASSED and APPROVED this 17111 day of June, 2003. , Mayor By: Clerk FAYETTEVILLE THE CITY OF FAYEITEVILLE, ARKANSAS 113W. Mountain Si. Fayetteville, AR 72701 Engineering Division To: Dan Coody, Mayor Fayetteville City Council Thru: Tim Conklin, Director CPE TLS Gary Coover, City Engineerj6/ Staff Review From: Jim Beavers, Enginecrins ,.; %9 Date: May 20, 2003 Re: City Council Meeting June 17, 2003: Engineering Services contract with USI-Arkansas, Inc for drainage studies and/or improvements within the Upper Hamestring Creek (Holly/Vista, Sang Berry, 1-540) and Shenandoah Trailer Park area basins. 1. Background The drainage improvements for the Upper Hamestring Basin and the Shenandoah Trailer Park area are approved and budgeted Capital Improvement Projects. On July 2, 2002, the City Council approved an engineering services contract in the amount of 593,424.00 with USlnfrasttucture for engineering studies and recommendations for the Upper Hamestring Creek basin and the Shenandoah Trailer Park area basin. The study phase included field investigations, public meetings, hydrologic and hydraulic modeling and recommendations. The findings and recommendations from the study were presented to the Street Committee on January 15, 2003 and the City Council on February 18, 2003. 2. Current Status a. Project. Subsequent to the February 18, 2003 City Council Meeting and an Asbell area neighborhood meeting on April 22, 2003, the enclosed engineering services contract has been developed. The proposed contract utilizes the City's new standard contract and includes: The surveying, final designs, bidding and construction management for: Holly/Vista area, Sang/Berry area, Shenandoah Trailer Park area. Additional public meetings and reviews for the Holly/Vista improvements, Easement document preparation, Eight miles of ditch cleaning designed for in-house or contracted construction, Hydrologic and Hydraulic studies of the downstream effects of adding a second box - culvert under I-540 for Hamestring Creek. b. Costs/budget. Proposed Costs S121,268.00 design lump sum $10,164.00 bidding phase (two contracts) lump sum $43,030.00 construction management as needed $9,000.00 easement documentation as needed $37,514.00 surveying as needed $220,976.00 total contract S20,000 project contingency $240,976.00 total request Budget: The total CIP amount available for engineering, land and construction in 2003 is $849,975.00. We are combining the two drainage projects (Holy/Vista and Shenandoah) into one contract. The 2003 Budgets are: Holly/Vista S600,000.00; Shenandoah area $249,975.00. Account number 4470-9470-5817.00, Project numbers 02023-0010 Holly/Vista and 02054-0010 Shenandoah. The preliminary studies were funded separately from project 02097, Master Drainage Study, S93,424.00. 3. Recommendations/Request. A. Approval of a resolution awarding an engineering services contract to USI-Arkansas, Inc. in the amount of $220,976.00 for a engineering services associated with the Upper Hamestring Creek basin area (I lolly/Vista, Sang/Bcrry and 1-540) and the Shenandoah Trailer Park area. B. Approval of a project contingency in the amount of 520,000.00. Enclosures 1. Proposed Engineering Services contract. O m - ---- ---- 0 • ---------- ---------- --------- ------------_.__.. O -------.._ ______--- ................ to N O N In _..... ._..... ...... .---_ - - _. _.._ __.._.... - U, N O .._.._ _...._._ .. _.._.._.._..... _ . .._ _.._...._......... . _ _.._.._ .......... _I N N _.... ............. .... ......_....- . _ .. - ._.._... _..__. _ - N C N m O > N 0. .._.._.._.._..__- - _......_.._._..---.._.. .. ... _.._.....___._.._............. _.._.._.._.._.__ ........_._._... ......... 0) 0 T a O 10 E pp 0 m E A -. F c O •'V) O > .. .. ......_....._.._ _... _ _ _ . .. ...___.... -- _.... _ ...._.._... -- N O 0 m N LL O ..... ................ _...... .. .. _. _.....___. _._.._._..... ... _.... ........ _.._____.._.._ --U)r m J..... ......... . . - - .... _.. ___. . .. _ . _.. .___..___._ ........ O (O m u N o a CO Co 0 t U1 Q/ C O y C C 0 m m IQO E E c r r a ≥ p c m o v 0 2 w E m c E m Cl. O. y > ≥ CV ai ii E E — o = U H m O n h m E 0 U O 00 O O S N - O 0 O O 06 d S O p