Loading...
HomeMy WebLinkAbout80-04 RESOLUTION• RESOLUTION NO. 80-04 A RESOLUTION TO APPROVE A CONTRACT FOR ENGINEERING SERVICES WITH TERRACON, INC. IN THE AMOUNT OF $50,000.00 FOR ASSESSMENT, DESIGN, BIDDING, INSPECTION AND CONTRACT MANAGEMENT SERVICES FOR REPAIRS RELATED TO THE RECENT FLOOD DAMAGE AND TO APPROVE A BUDGET ADJUSTMENT OF $100,000.00 WHEREAS, the mid-April rainstorms caused flooding damage throughout Fayetteville and Northwest Arkansas; and WHEREAS, flood damage to City property caused by this storm impacted Kings Drive, the dam structure at Lake Wilson, debris piled up in Lake Sequoyah, fencing at the airport, and various water, waste water, and drainage work and structures; and WHEREAS, the Engineering Division does not have sufficient personnel resources to inspect and plan repairs for the urgently needed projects. NOW, THEREFORE, 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 approves a contract for engineering services with Terracon, Inc. in the amount of $50,000.00 (attached as Exhibit A) for assessment, design, bidding, inspection and contract management services for repairs related to the recent flood damage and approves a budget adjustment in the amount of $100,000.00 (attached as Exhibit B) to pay for this contract and other potential work necessitated by the flood damage. PASSED and APPROVED this the 18th day of May, 2004. APPROVED: ............... ...... / . � ..... 4.,A.. G\S Y .Op.SSA.G _o•ma — :FAYETfEV:ILL E: =�;. :s: ATTEST: =�9•qR SPS, Sc,: e#491/4GTON Ga••• nuuu.. By: �a.-Zood &"it.-- SONDRA SMITH, City Clerk By: DAN COODY, Mayor • Attachment A Scope of Service for Preliminary Assessment Phase Urgent assessment of Flood damage to Public Infrastructure Protect Background The City of Fayetteville has a major investment in public infrastructure and is responsible for its operation, maintenance and improvement. Some of this infrastructure has been damaged during recent flood events. Due to the nnforseen project urgency, the short timeline for completion of this project and the workload of the city's engineering department; the City of Fayetteville will contract the engineering services to a private consultant. The immediate needs relate to completion of a assessment and preliminary design for the projects and the commencement of fmal design. Scope of Work for Assessment and Design Services The assessment and preliminary design services shall define the scope, nature, extent, costs and schedule for the project; therefore, this initial phase will be performed on an hourly rate basis. Due to the schedule challenges for this project, the assessment and preliminary design includes allowances for the commencement of certain final design elements; avoiding delays whilenegotiation of the final design phase services are being completed. The activities being authorized under the contact amount include: Assessment and Preliminary Engineering Report -A written report will detail the project need, scope and outcomes This report will include a description of existing facilities, evaluation of feasible alternatives, economic justification of recommended improvements, project cost prediction, project schedule, project right-of-way needs and summation of recommendations. The report shall define the project in sound economic and engineering terms, citing the specific benefits that will be realized. Engineering Field Surveys -Upon approval of the preliminary engineer's report on the project, detailed engineering surveys shall be commenced under this scope of services These surveys shall include topographic and level surveys, aerial photography, utility location verification, and schematic development of the construction drawings. Final Design Phase/Bidding Phase/Construction Phase/Inspection Services -Once the scope of the project is defined, a detailed breakdown of additional engineering services needed to complete the project shall be developed for review, approval and inclusion in a contract amendment. (See Attachment A — Addendum) , Urgent engineering Services related to Flood Damage A — 21 Created on 5/6/2004 4:57 PM • • 1 Attachment A - Addendum The scope of services that Terracon is proposing for the Basic Services indicated under Items 2.2 -Preliminary Assessment Phase and 2.3 -Preliminary Design Phase of the Agreement for Professional Services is as follows: Item 2.2 The Scope of Services to be furnished by Terracon during the Preliminary Assessment Phase includes: reviewing available plans and as -built drawings relating to the designated public improvements; completing one or more site visits by an engineer or team of engineers and professionals to visually observe current conditions at the sites; completing a preliminary assessment of the current conditions observed at each site; making recommendations for additional intrusive explorations or testing that are considered to be needed for the preliminary or final design; developing a preliminary conceptual design for repairing those improvements that are observed to need repair; and, providing a report documenting the methods, observations, conclusions and preliminary conceptual design(s) from the Preliminary Assessment. Item 2.3 The Scope of Services to be furnished by Terracon during the Conceptual Design Phase includes: developing a preliminary conceptual design for repairs that are recommended; providing a preliminary opinion of cost and schedule for the recommended conceptual repair(s); and providing an estimated cost and schedule for completing final design, if recommended. Additional intrusive explorations and testing, as well as surveying services described under the Engineering Field Surveys on Attachment A can be initiated under this scope of work as budget allows, but depending on the scope of services to be provided, these services may require modifications to the contract price in order to be completed. • AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And TERRACON, INC. THIS AGREEMENT is made as of May 18, 2004, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and Terracon, Inc. with offices located in Springdale, AR (hereinafter called Terracon). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the assessment, design, permitting, construction, and maintenance, and in particular, the assessment of damage to infrastructure caused by recent flooding ("the Project"). Therefore, CITY OF FAYETTEVILLE and Terracon in consideration of their mutual covenants agree as follows: Terracon 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 Terracon'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 Terracon 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 ofTerracon. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of Terracon. 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. Urgent Engineering Services Related to Flood Damages A — I 052303 1 • • SECTION 2 - BASIC SERVICES 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 Terracon during the Preliminary Assessment Phase is included in Section 2.2 hereafter and in Appendix A attached hereto and made part of this Agre ment. 2.1.1.2 The Scope of Services to be furnished by Terracon during the Preliminary Design Phase is included in Section 2.3 hereafter and in Appendix A attached hereto and made part of this Agreement. 2.1.1.3 The Scope of Services to be furnished by Terracon during the Final Design Phase, if any, will be finalized and contained in an amendment to this Agreement after Preliminary Design is completed. 2.1.1.4 The Scope of Services to be fumished by Terracon during the Bidding Phase, if any, will be finalized and contained in an amendment to this Agreement after Preliminary Design is completed. 2.1.1.5 The Scope of Services to be furnished by Terracon during the Construction Phase, if any, will be finalized and contained in an amendment to this Agreement after Preliminary Design is completed. 2.1.1.6 The preliminary Scope of Services to be fumished by Terracon for Resident Services during Construction, if any, will be finalized and contained in an amendment to this Agreement after Preliminary Design is completed. 2.2 Preliminary Assessment Phase 2.2.1 The Preliminary Assessment Phase will consist of an engineering analysis of multiple flood damaged public improvements. The assessment will evaluate the damage and its cause and determine if rehabilitation is appropriate or if other altematives are more practical from an economic and use perspective. Urgent engineering Services related to Flood Damage A — 2 Created on 5/6/2004 4:57 PM • • 2.3 Preliminary Design Phase 2.3.1 The Preliminary Design Phase will include the evaluation of alternatives, the development of a comprehensive project cost estimate, the creation of a project schedule, the acquisition of approvals from City of Fayetteville for the preliminary design, the completion of detailed surveys for engineering design if necessary, the development of right-of-way procurement needs if necessary, and the commencement of final design for the Project if approved by the City. SECTION 3 - ADDITIONAL SERVICES 3.1 General If authorized in writing by the CITY OF FAYETTEVILLE Mayor and the City Council and agreed to in writing by Terracon 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 Grant and Loan Assistance Prepare applications and supporting documents for governmental grants, loans, or advances. 3.1.2 Administrative Assistance Provide Contract and Project administration to the degree authorized by CITY OF FAYETTEVILLE. 3.1.3 Miscellaneous Studies 3.1.4 Preparing to serve or serving as a witness for CITY OF FAYETTEVILLE in any litigation or other proceeding involving the Project. 3.1.5 Extra Services 3.1.5.1 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 Terracon's control, Terracon shall notify CITY OF Urgent engineering Services related to Flood Damage A — 3 Created on 5/6/2004 4:57 PM • • • 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 Terracon. If CITY OF FAYETTEVILLE indicates in writing that all or parts of such Contingent Additional Services are not required, Terracon 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 Terracon: 4.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 4.2 Assist Terracon by placing at Terracon's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 4.3 Guarantee access to and make all provisions for Terracon to enter upon public and private property as required for Terracon 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 Terracon and render in writing decisions pertaining thereto. 4.5 Provide such professional legal, accounting, fmancial, 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 Urgent engineering Services related to Flood Damage A — 4 Created on 5/6/2004 4:57 PM • • • OF FAYETTEVILLE'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 Terracon whenever CITY OF FAYETTEVILLE observes or otherwise becomes aware of any defect in the Project. 4.8 Furnish 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 required by program requirements of the Wastewater System Improvement Project. 4.10 Furnish, or direct Terracon to provide, necessary Additional Services as stipulated in Section 3 of this Agreement or other services as required. 4.11 If CITY OF FAYETTEVILLE's standard bidding requirements, Agreement forms and General Conditions are to be used, CITY OF FAYETTEVILLE shall provide copies of such documents for Terracon'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 Terracon 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. Terracon will proceed 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. Urgent engineering Services related to Flood Damage A — 5 Created on 5/6/2004 4:57 PM • SECTION 6 - PAYMENTS 6.1 Compensation 6.1.1 Preliminary Design Phase Services For the Scope of Services during the Preliminary Design Phase described herein, CITY OF FAYETTEVILLE authorizes fifty thousand dollars ($50,000.00) as compensation for the scope of work set forth in Attachment A. Terracon will be compensated on the basis of a current schedule of hourly rates, the current schedule being attached to and made a part of this agreement. The costs and basis for compensation include all preliminary design costs, including labor, overhead, direct expenses, subcontracts and fees. The total contract amount authorize for the preliminary design phase services is fifty thousand dollars ($50,000.00). 6.1.1.1 Subject to the City Council approval, adjustment of the contract amount may be made should Terracon 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 consistent with Terracon'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 Terracon and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project design schedule as the basis for determining the value eamed as the work is accomplished. Final payment for services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the Project. Urgent engineering Services related to Flood Damage A — 6 Created on 5/6/2004 4:57 PM • • • 6.1.2 Final Design Phase Services This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Preliminary Phase Services. 6.1.3 Bidding Phase Services This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Preliminary Phase Services. 6.1.4 Construction Phase Services This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Preliminary Phase Services. 6.1.5 Post -Construction Phase Services This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Preliminary Phase Services. 6.1.6 Resident Services During Construction This section is reserved for future details concerning this phase, if any. This Agreement shall be amended to include payment conditions following the completion of Preliminary Phase Services. 6.1.7 Additional Services For authorized Additional engineering services under Section 3, "Additional Services", compensation to Terracon shall be negotiated at the time Additional services are authorized. 6.2 Statements Statements and updated progress schedule for each calendar month will be submitted to CITY OF FAYETTEVILLE by signed original document. Statements will be based on Terracon's estimated percent of services completed at the end of the preceding month, and justified by the updated progress schedule. Urgent engineering Services related to Flood Damage A — 7 Created on 5/6/2004 4:57 PM • • • 6.3 Payments All statements are payable upon receipt and due within thirty (30) days. If a portion of Terracon's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise Terracon 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. 6.4 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, Terracon 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 Terracon 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 Terracon 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, Terracon will maintain (in United States Dollars) the following minimum insurance coverages: Urgent engineering Services related to Flood Damage A — 8 Created on 5/6/2004 4:57 PM • • Type of Coverage Limits of Liability Workers' Compensation Statutory Employers' Liability $500,000 Each Accident Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit Professional Liability Insurance $1,000,000 Each Claim Terracon 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) Owner's Protective Liability Insurance naming CITY OF FAYETTEVILLE as a Named Insured and Terracon as additional insureds, or, to endorse CITY OF FAYETTEVILLE, and Terracon 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 Terracon. All contract insurance carriers shall be required to list CITY OF FAYETTEVILLE as certificate holder, fumishing copies of the contractor's insurance certificate to each party 7.1.3 CITY OF FAYETTEVILLE and Terracon 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 Terracon'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 Terracon for damage or liability covered by any construction Contractor's policy of insurance. 7.2 Professional Responsibility 7.2.1 Terracon will exercise reasonable skill, care, and diligence in the performance of Terracon's services and will carry out its responsibilities in accordance with customarily Urgent engineering Services related to Flood Damage A — 9 Created on 5/6/2004 4:57 PM 4 accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to Terracon any defects or suspected defects in Terracon's services of which CITY OF FAYETTEVILLE becomes aware, so that Terracon can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE and Terracon further agree to impose a similar notification requirement on all construction contractors in the Bid Documents and shall require all subcontracts at any level to contain a like requirement. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of Terracon. 7.2.2 In addition Terracon 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 Terracon's 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 Terracon relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on Terracon's experience, qualifications, and judgment as a design professional. Since Terracon 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, Terracon does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by Terracon. 7.4 Changes CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of Terracon'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 Terracon. Urgent engineering Services related to Flood Damage A — 10 Created on 5/6/2004 4:57 PM • • • 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. 7.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that Terracon is given: 7.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, retum receipt requested) of intent 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 Terracon at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of Terracon's default. 7.5.4 If termination for default is effected by Terracon, 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 Terracon for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by Terracon 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, Terracon shall: 7.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), Urgent engineering Services related to Flood Damage A — 11 Created on 5/6/2004 4:57 PM • • 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 Terracon 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 Terracon to fulfill contractual obligations, it is determined that Terracon had not failed to fulfill contractual obligations, the termination shall be deemed to have 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 Terracon are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond Terracon's reasonable control, Terracon shall be entitled to additional compensation and time for reasonable costs incurred by Terracon in temporarily closing down or delaying the Project. 7.7 Rights and Benefits Terracon'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 Terracon 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 Terracon in the performance of this Agreement, and disputes concerning 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 Urgent engineering Services related to Flood Damage A — 12 Created on 5/6/2004 4:57 PM •. • 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 prior 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 Terracon written Notice at the address listed in Paragraph 7.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defector damage. In both instances, the Notice shall specify the nature and amount of 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 Project Managers for CITY OF FAYETTEVILLE and Terracon 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 Terracon 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 Terracon for services rendered by Terracon. 7.10 Publications Recognizing the importance of professional development on the part of Terracon's employees and the importance of Terracon's public relations, Terracon may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to Terracon's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to Terracon. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF Urgent engineering Services related to Flood Damage A — 13 Created on 5/6/2004 4:57 PM FAYETTEVILLE will not unreasonably withhold approval. The cost of Terracon's activities pertaining to any such publication shall be for Terracon'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 Terracon 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 Terracon may use or modify Terracon's proprietary computer models in service of CITY OF FAYETTEVILLE under this Agreement, or Terracon may develop computer models during Terracon's service to CITY OF FAYETTEVILLE under this Agreement. Such use, modification, or development by Terracon does not constitute a license to CITY OF FAYETTEVILLE to use or modify Terracon's computer models. Said proprietary computer models shall remain the sole property of the Terracon. CITY OF FAYETTEVILLE and Terracon will enter into a separate license agreement if CITY OF FAYETTEVILLE wishes to use Terracon'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. Terracon may retain reproduced copies of drawings and copies of other documents. Engineering documents, drawings, and specifications prepared by Terracon as part of the Services shall become the property of CITY OF FAYETTEVILLE when Terracon has been compensated for all Services rendered, provided, however, that Terracon shall have the unrestricted right to their use. Terracon 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 Terracon. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. Terracon makes no warranty as to the compatibility of these files Urgent engineering Services related to Flood Damage A — 14 Created on 5/6/2004 4:57 PM • • 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: Terracon's address: 7.15 Successor and Assigns CITY OF FAYETTEVILLE and Terracon 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 Terracon 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 Terracon 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 Terracon a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether Urgent engineering Services related to Flood Damage A — 15 Created on 5/6/2004 4:57 PM or not signed by Terracon, 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 Terracon: 8.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve Terracon of responsibility for the technical adequacy of the work. CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 8.1.2 Terracon shall be and shall remain liable, in accordance with applicable law,'for all damages to CITY OF FAYETTEVILLE caused by Terracon's negligent performance of any of the services fumished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE- furnished data. 8.1.3 Terracon's obligations under this clause are in addition to Terracon'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 Terracon for faulty materials, equipment, or work. 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 Terracon 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 Terracon 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. Terracon shall also maintain the financial information and data used by Terracon in the preparation of support of the cost submission required for any negotiated Urgent engineering Services related to Flood Damage A — 16 Created on 5/6/2004 4:57 PM • • agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. Terracon 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. hi 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 $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: 8.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of Terracon; 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 Terracon 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 Terracon for the purpose of securing business. For breach or violation of this warranty, CITY OF Urgent engineering Services related to Flood Damage A — 17 Created on 5/6/2004 4:57 PM Ll 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 Terracon or any of Terracon'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, the State or Federal Government 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 Terracon 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 Terracon as it could pursue in the event of a breach of the Agreement by Terracon. 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 Terracon incurs in providing any such gratuities to any such officer or employee. 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, Terracon 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. Urgent engineering Services related to Flood Damage A — 18 Created on 5/6/2004 4:57 PM 8.7 Debarment And Suspension I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. DEBARMENT CERTIFICATION AUTHORIZED REPRESENTATIVE COMPANY NAME: r c�za&Ccy r SIGNATURE • DATE:________________________ PRINTED NAM /away Kc j�.,oO TITLE: C ,s Urgent engineering Services related to Flood Damage A — 19 Created on 5/6/2004 4:57 PM C IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and Terracon, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY O By: G\SY•Oc �GIi�.� • " ATTES' ;FAYEfTEVILLE: • :>; _�5 �= By: By: Title: 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 Urgent engineering Services related to Flood Damage A — 20 Created on 5/6/2004 4:57 PM 1 lerracon 2004 Schedule of Services and Fees Geotechnical Services I. PERSONNEL Senior Principal/Program Manager........................................................................ $145.00/hour Principal...................................................................................................... 130.00/hour Senior Project Manager......................................................................................... 110.00/hour ProjectManager.................................................................................................... 105.00/hour ProjectProfessional IV......................................................................................... 102.00/hour Project Professional III......................................................................................... 90.00/hour Project Professional II ........................................................................................... 81.00/hour Project Professional I........................................................................................... 70.00/hour* Technician IV (3 hours minimum)......................................................................... 58.50/hour* Technician III (3 hours minimum)........................................................................... 51.00/hour* Technician II (3 hours minimum)........................................................................... 44.50/hour* Technician I (3 hours minimum)............................................................................ 39.00/hour* Draftsman/Cad Operator....................................................................................... 52.00/hour Clerical....................................................................................................... 44.00/ h o u r Subconsultant....................................................................................................... Cost + 15% * Increase hourly rate by 1.5 for Saturday, Sunday and Holiday work; minimum 4 hours NOTE: Field services provided after 6:00 PM and prior to 6:00 AM subject to surcharge rates. Deposition or court testimony at 1.5 times regular rate - minimum of $100.00/hour II. EXPENSES AND SUPPLIES Vehicle Mileage Charge........................................................................................ 0.45/mile Per Diem, Lodging and Food.................................................................... Minimum of 88.00/day Miscellaneous charges, including analytical laboratory tests . ................................ Cost + 15% shipping charges, rental equipment, outside labor, public transportation, materials, or other contracted services Ill. DRILLING Location and elevation of borings Two -person crew.................................................................................................. 114.00/hour Stratification of Boring Logs.................................................................................. 80.00/hour Mobilization of equipment and personnel — Truck Drill.... (2.75/mile each way) $260.00/minimum All -Terrain or Track -mounted Drill ......................... (3.90/mile each way) 395.00/minimum SupportVehicle......................................................................................... 80.00/day Additional charge for sloping, soft ground, or swampy sites where an ATV ........... 285.00/day (non -truck -mounted) drill rig is required ..................................................... 925.00/week 2004 Fee Schedule Page 1 of 6 III. DRILLING (continued) Auger Drill Rig Auger drilling without undisturbed sampling .............................................. 8.50/foot For disturbed samples 0 - 40 pulling augers................................................................................. 28.00/sample 40 - 80 pulling augers............................................................................... 38.00/sample Soil sampling using either split -barrel or Shelby tube sampler at 5 -foot intervals in soil. Depth -Feet 0 - 20....................................................................................................... 12.00/foot 20 - 40...................................................................................................... 13.25/foot 40 - 60...................................................................................................... 15.25/foot 60 - 80...................................................................................................... 18.50/foot 80— 100..................................................................................................... 21.00/foot Additional charge for drilling in weathered shale ....................................... 6.50/foot Additional charge for Hollow Stem Augers (if required) 0 - 40....................................................................................................... 4.00/foot 40 - 80...................................................................................................... 5.00/foot Rotary Drill Rig Soil sampling using either split -barrel sampler or Shelby tube sampler at 5 -foot intervals in soil. Depth -Feet 0 - 20....................................................................................................... 13.25/foot 20 - 40...................................................................................................... 15.25/foot 40 - 80....................................................................................................... 18.50/foot (harder than Qu=5 TSF or 50 blows/ft.).................................................... 22.50/foot 80 - 120..................................................................................................... 25.50/foot (harder than Qu=5 TSF or 50 blows/ft.)..................................................... 31.00/foot Additional charge for casing or drilling mud, where required. Depth Feet 0 - 40 (Mud or NX Casing)........................................................................ 3.50/foot (4" Casing)................................................................................................ 5.25/foot 40 - 80 (Mud or NX Casing)...................................................................... 5.00/foot (4,. Casing)................................................................................................ 6.75/foot 80 - 120 (Mud or NX Casing).................................................................... 5.75/foot (4,. Casing)................................................................................................ 8.25/foot Drilling with organic fluids (additional)....................................................... on request When wash boring when temperature is below 200, cost of hot ................. Cost + 15% water, if required Additional thin wall or split -spoon samples Depth Feet 0 - 20....................................................................................................... 20.00/sample 20 - 40...................................................................................................... 27.00/sample 40 - 60...................................................................................................... 35.00/sample 60 - 80...................................................................................................... 50.00/sample 80 - 120.................................................................................................... 60.00/sample Drilling and sampling in strata containing primarily broken bedrock, boulders, cobbles, slag or fill containing large percentages of concrete and/or steel, plus any material where standard penetrating resistance exceeds 100/6'. Depth -Feet 0 - 20....................................................................................................... $26.00/foot 20 - 40...................................................................................................... 28.00/foot 40 - 80...................................................................................................... 34.00/foot 80 - 120.................................................................................................... 39.50/foot 2004 Fee Schedule Page 2 of 6 S • III. DRILLING (continued) RockCoring Set Up............................................................................................... 90.00/boring NX Coring (5' minimum) 0-40 feet........................................................... 40.00/foot + 40 feet.................................................................................................... 42.00/foot 4 inch coring.............................................................................................. on request Wire Line coring......................................................................................... on request Rock Bit Drilling........................................................................................ 29.00/foot Hourly charge for field personnel and drilling equipment Drilling w/truck-mount rig with two persons ................................................ 170.00/hour (Overtime) 195.00/hour Drilling w/track-mount & ATV rig with two persons ................................................. 185.00/hour (Overtime) 210.00/hour Cost of special equipment for moving drilling equipment ....................................... Cost + 15% about the site or for special permits Setup time per hole or for stand-by time Truck-mount............................................................................................... 125.00/hour Track -mount & ATV.................................................................................... 140.00/hour Well point installation in drilled borehole, installing plastic ..................................... 195.00/hole perforated pipe (3" max size) does not include drilling hole ........................ 5.50/foot Additional charge for surface protector pipe and cap..................................Min. of 200.00 Plugging borehole with bentonite chips (max. 8" diameter) ................................... 5.00/foot NOTE: a. Higher price for shallow holes or when there is a risk of losing or breaking augers. b. Environmental projects may have surcharge if hazardous site conditions. c. Rock bit and diamond bit wear will be charged at cost for hourly drilling and where hard or fractured rock results in excessive bit wear. All prices are for NX and BX size only. d. Wash boring and casing prices apply when washing through hollow stem augers. IV. GEOPROBE SYSTEM Mobilization.............................................................................................375.00 plus 0.75/mile Unit Rental (Does not include personnel time) Geoprobe Sampling only........................................................................... 600.00/day Geoprobe® with On -site Gas Chromatography Analysis ............................ 780.00/day Gas Chromatograph only (10 samples) ..................................................... 265.00/day Consumable Geoprobe® Supplies............................................................. Cost + 15% Standby/Client Delay Time - van and operator....................................................... 165.00/hour V. GEOTECHNICAL AND MATERIALS EQUIPMENT RENTAL (Personnel time not included) Nuclear Density and Moisture Measuring Equipment ........................................... SeismicEquipment............................................................................................... Vibration Seismograph......................................................................................... Electrical Resistivity Equipment............................................................................ Pressuremeter, Dutch Cone, Bore Hole Shear Equipment .................................... Additional Pressuremeter Membranes or End Caps ................................. VaneShear Equipment.......................................................................................... $5.50/test 45.00/day 150.00/week on request 160.00/day 85.00/day 240.00day 175.00/each 150.00/day 2004 Fee Schedule Page 3 of 6 • V. GEOTECHNICAL AND MATERIALS EQUIPMENT RENTAL (Continued) Inclinometer....................................................................................................... 100.00/day 300.00/week 800.00/month Inclinometer Casing............................................................................................... Cost + 15% Instrumentation Equipment - Stress Strain Gauge....................................................................................................... 75.00/week DialIndicators........................................................................................... 20.00/week Jack- 30 Ton............................................................................................ 125.00/week 60 Ton...................................................................................................... 130.00/week Moisture meter (for moisture in wood, insulation, drywall) .......................... 30.00/day James R -Meter (for size and location of reinforcing steel) ..................................... 40.00/day Profometer................................................................................................ 100.00/day Floor Flatness Equipment (Dipstick) 95.00/1/2 day 125.00/1 week 460.00/1 week MaturityMeter...................................................................................................... 60.00/day Probes...................................................................................................... 30.00/each Brass2 inch Cube Mold....................................................................................... 8.00/day 30.00/week PulseVelocity....................................................................................................... 90.00/day WindsorProbe..................................................................................................... 70.00/day Set of Three Probes.................................................................................. 50.00/set Windsor Penetrometer......................................................................................... 70.00/day 20.00/probe BeamMold....................................................................................................... 9.00/day 28.50/week Cleaning, Beam Mold........................................................................................... 12.50/each DigitalCamera...................................................................................................... 20.00/day VI. SOIL LABORATORY TESTING Identification Atterberg Limits Determination (LL, PL)............................................................... 50.00/test Atterberg Limits Determination (C.O.E. Method) .................................................. 100.00/test Combined Analysis (Hydrometer and Sieve)........................................................ 90.00/test Density Determination (Shelby tube sample)........................................................ 8.00/test Density Determination (Irregular sample)............................................................. 30.00/test Hydrometer Analysis............................................................................................ 65.00/test Organic Content (by heating)............................................................................... 40.00/test Shrinkage Limit Determination............................................................................. 53.00/test Sieve Analysis (Unwashed).................................................................................. 54.00/test Sieve Analysis (Washed over #200 sieve)............................................................ 68.00/test Specific Gravity Determination.............................................................................. 59.00/test Visual Engineering Classification.......................................................................... 5.00/each Moisture Content Determination........................................................................... 7.50/test Soil Suction (ASTM, D-5298)................................................................................. 30.00/test Porosity....................................................................................................... 95.00/test PinHole Dispersion............................................................................................... 200.00/test With Remolding of Sample.................................................................................... 250.00/test SandEquivalent.................................................................................................... 135.00/test 2004 Fee Schedule Page 4 of 6 • • VI. SOIL LABORATORY TESTING (Continued) Consolidation Consolidation Test on 2-1/2 inch diameter Specimen Regular increasing Load Increment to 16 tsf.............................................. 385.00/test Pressure -Void Ratio Curve Pressure -Void Ratio Curve (C.O.E. Method) .............................................. 520.00/test PlottedTime Curves................................................................................. 65.00/each Each additional Unloaded -Reload Cycle............................................................... $110.00/cycle Swell Test single pressure..................................................................................... 100.00/test Additional pressures.............................................................................................. 50.00/each Swell Test (ASTM STP 479)................................................................................. 225.00/test Shear Strength Unconfined Compression Undisturbed Soil Sample........................................................................... 23.00/test Undisturbed Soil Sample Corp Method ...................................................... 39.00/test With Stress -Strain Curve........................................................................... 52.00/each With Stress -Strain Curve Corp Method ...................................................... 67.00/each Calibrated Hand Penetrometer or Torvane........................................................... 3.50/each Direct Shear FAST (cohesionless)........................................................................ 150.00/point Direct Shear SLOW (cohesive)............................................................................ 250.00/point Standard Sample Preparation............................................................................... 60.00/sample Preparation on remolding for difficult samples ...................................................... 70.00/hour Unconfined Compression on Cured Proctor Sample with Fly Ash ........................ 50.00/test Triaxial Compression Unconsolidated Consolidated Undrained Test Undrained Test Drained Test Total per Circle $ 160.00 $ 400.00 On Request Note: Test rates for 1.4 inch, 1.8 inch and 2.8 inch diameter samples. Rates for other diameter samples available upon request. Consolidated Undrained Test includes pore pressure measurements. Consolidated Drained Test includes volume change measurement. Compaction and Density LaboratoryCBR.................................................................................................... Modified Proctor (ASTM D 1557).......................................................................... Modified Proctor (ASTM 0 1557) Corp Method ..................................................... Relative Density (ASTM D 4253 & D 4254 wet or dry method) ............................ Standard Proctor (ASTM D 698)........................................................................... Standard Proctor (ASTM D 698) Corp Method ...................................................... Standard Proctor with Fly Ash (2 hour Delay)........................................................ FieldCBR.....................................................................................................4. * Additional charge for Coarse Agg Correction..................................................... 225.00/test 135.00/test* 155.00/test* 200.00/each 123.00/each* 150.00/each* 185.00/each On Request 18.00/each 2004 Fee Schedule Page 5 of 6 S • VI. SOIL LABORATORY TESTING (continued) Permeability Constant Head Permeability Test...................................................................... Falling Head Permeability Test........................................................................... Preparation of Remolded Samples..................................................................... Chemical Tests pH(by meter).................................................................................................... Electrical Conductivity by slurry .......................................................................... Electrical Conductivity by Miller box.................................................................... Chloride Concentration...................................................................................... SolubleSulfate.................................................................................................. Cation Exchange Capacity of Soil...................................................................... 275.00/test 225.00/test 58.00/each $27.00/each 27.00/each 95.00/each 68.00/each 65.00/each 115.00/each 2004 Fee Schedule Page 6 of 6 • City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: Replacement Fund Exp Date Requested Adjustment Number 2004 Division: 5/18/2004 Program: Project or Item Requested: Project or Item Deleted: $100,000 in the Flood Damage Repair - 2004 capital . None. From the Use of Fund Balance account. project. Justification of this Increase: Justification of this Decrease: There is sufficient fund balance remaining to meet City Policy and 2004 objectives. Increase Budget (Decrease Revenue) Account Name Account Number Amount Project Number Professional services 4270 9270 5314 00 100,000 0403O 1 Decrease Budget (Increase Revenue) Account Name Account Number Amount Project Number Use of fund balance 4270 0927 4999 99 100,000 Approval Signatures Budget Office Use Only Type: A B C E �}e ue ted Date J, Z ti % Date of Approval Budget Manager Date Initial Date Posted to General Ledger Department Director Date Initial Date Posted to Project Accounting Finance & Internal rvices eif tor Date Initial Date r B Entered in Category Log. Mayor Date Initial Date NAME OF FILE: Resolution No. 80-04 w/agreement & budget adjustment CROSS REFERENCE: Item # Date Document 1 05/12/04 Staff Review Form 2 05/03/04 City Council Agenda Memo 3 draft resolution 4 05/12/04 memo to Stephen Davis 5 copy of event report 6 tracking of storm cleanup 7 05/24/04 memo to Gary Dumas NOTES: STArREVIEW FORM - FINANCIAL OBLIGAi XXXX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council Meeting of: FROM: Gary Dumas Name Division Th- rraeOH ZI VC.//7 d c s%! qt 18. 2004 Operations Department ACTION REQUIRED: Resolution Authorizing the Mayor to Execute a Contract an Engineering Services with Terracon for Assessment and Preliminary Engineering of Urgent Repairs of Flood Related Damages in an Amount Not to Exceed $50,000. Contract Amendments for Design, Bidding, Inspection and Contract Management of Construction Contracts Will Be Forwarded for City Council Action as Necessary COST TO CITY: $50,000.00 Cost of this request 4270. 9270. 53 14. 00 Account Number 04030.1 Project Number Replacement and Disaster Recovery $ = "= Fund Category/Project Budget Funds Used to Date $ 1 4,445,0?7.96 Remaining Balance Program Category / Project Name Replacement and Disaster Recovery Fund Program / Project Category Name Replacement and Disaster Recovery Fund Fund Name BUDGET REVIEW: Budgeted Item xxxxx Budget Adjustment Attached oBudget Man ger Date CONTRACT/GRANT/LEASE REVIEW: Acco-� `anager Date In ernal A ditor Date City Attoz ey Date Purchasing Manager Date STAFF RECOMMENDATION: Received in Mayor's Office . Division Head Date Date. 4L Cross Reference: D tme t Director Date Previous Ord/Res#: i n e & Inter 1 Services Dir. Date Orig. Contract Date: �4 4 Orig. Contract Number: Chief dministrative Officer Date New Item: Yea No Mayor Date • Staff Review Form - Page 2 • Description Comments: Budget Manager Accounting Manager City Attorney Purchasing Manager ADA Coordinator Internal Auditor Grants Coordinator Meeting Date May 18, 2004 Reference Comments: lity Council Meeting of May 18, 20040 Agenda Item Number CITY COUNCIL AGENDA MEMO To: Mayor and City Council From: Gary Dumas, Director of Operations Date: May 3, 2004 Subject: Resolution Authorizing the Mayor to Execute an Engineering Services Contract With Terracon for Assessment, Design, Bidding, Inspection and Contract Management for Urgent Repairs for Flood Related Damages Approve Contract with Terracon in an amount not to exceed $50,000 based upon an hourly rate as contained within the contract, for the assessment, evaluation and preliminary engineering costs estimates as Phase 1 of a contract which will ultimately include design, bidding, inspection and contract management for Urgent Repairs for Flood Related Damages During the week of April 18th significant and recurring rainfall events caused flooding throughout the Northwest Arkansas region. Luckily, most of the City of Fayetteville was spared the worst of the flooding. However, high, rapidly moving storm water did create some significant losses for the City of Fayetteville. The majority of these significant losses occurred to Kings Drive, the water and waste water system, debris piles in Lake Sequoyah, and to the spillway and dam structure at Lake Wilson. These losses will •require substantial engineering and rehabilitation costs. Certainly other public property was damaged such as fencing at the Airport, drainage structures blocked by flood debris, erosion along creek and river banks, etc. These losses, if rehabilitation is required can be addressed within normal operations, although there may be unanticipated expenses and budget adjustments necessary along with adjustments to the annual work program to address the manpower shifts necessitated by the flood events. The significant losses known at this time, Kings Drive, water and sewer infrastructure, Lake Sequoyah, and the Wilson Lake spillway and dam, require immediate attention. Other areas such as Dead Horse Mountain Road Bridge, Lake Sequoyah Dam and Spillway, Lake Fayetteville Spillway Overlook, and other sites may become urgent as these and other areas continue to be investigated. The Engineering Division does not have the resources available to undertake this investigation, design or contract administration. The four identified areas are in need of urgent attention. Resources have not been budgeted for this engineering or rehabilitation. •ity Council Meeting of May 18, 2004• Agenda Item Number The administration recommends and the consultant selection committee concurs that an engineering firm be retained for the first element of a multi -phased contract for Urgent Repairs for Flood Related Damages. This first element will be for assessment, evaluation and preliminary costs estimates for required rehabilitation. As information becomes available contract amendments will be brought forward for individual engineering projects. Construction contracts will then be bid. On Friday April 30, FEMA representatives visited with local communities in Washington County in a preliminary assessment to determine if a Presidential Disaster Area Designation was warranted. That determination, as of this writing, has not been announced. If announced, the City of Fayetteville would be eligible to recover a part of the rehabilitation expenses. Funding for the engineering and rehabilitation will be from the City's Replacement and Disaster Recovery Fund. This fund will be reimbursed if Federal funding is secured for these projects. BUDGET IMPACT Funds will come from the Replacement and Disaster Recovery Fund. RESOLUTION NO. A RESOLUTION TO APPROVE A CONTRACT FOR ENGINEERING SERVICES WITH TERRACON, INC. IN THE AMOUNT OF $50,000.00 FOR ASSESSMENT, DESIGN, BIDDING, INSPECTION AND CONTRACT MANAGEMENT SERVICES FOR REPAIRS RELATED TO THE RECENT FLOOD DAMAGE AND TO APPROVE A BUDGET ADJUSTMENT OF $100,000.00 WHEREAS, the mid -April rainstorms caused flooding damage throughout Fayetteville and Northwest Arkansas; and WHEREAS, flood damage to City property caused by this storm impacted Kings Drive, the dam structure at Lake Wilson, debris piled up in Lake Sequoyah, fencing at the airport, and various water, waste water, and drainage work and structures; and WHEREAS, the Engineering Division does not have sufficient personnel resources to inspect and plan repairs for the urgently needed projects. NOW, THEREFORE, 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 approves a contract for engineering services with Terracon, Inc. in the amount of $50,000.00 (attached as Exhibit A) for assessment, design, bidding, inspection and contract management services for repairs related to the recent flood damage and approves a budget adjustment in the amount of $100,000.00 (attached as Exhibit B) to pay for this contract and other potential work necessitated by the flood damage. PASSED and APPROVED this the 18th day of May, 2004. APPROVED: By: DAN COODY, Mayor ATTEST: By: SONDRA SMITH, City Clerk FAYETTEVLLE � THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Mayor Coody and Fayetteville City Council THROUGH: Hugh Earnest, Chief Administrative Officer FROM: Stephen Davis, Finance & internal Services Direct DATE: May 12, 2004 Subject: Storm Damage Reporting Attached please find a report that has captured the cost recorded to date related to the April 23 storm event. A Federal Emergency declaration has been made that will enable the City to recover some or all of the costs related to repairing the damage to public assets caused by the storm event. The format of the report is to provide a summary on the first page and this data is collected in the Hansen system and periodic reports can and will be generated for City Council. Additionally, a generic service request protocol has been established in Hansen to allow the City to define and capture the cost of any special event such as the storm damage of April 23 or cost associated with snow and ice removal. The protocol is included with this memo and titled "Tracking Storm Clean-up Costs in Hansen." Please contact Stephen Davis at 575-8330 if you have any questions concerning this topic. Thank you. Cc: Department Directors Scott Huddleston, IT Manager J:\City Council\Informational Reports\April 23 Storm Damage Report_Initial report.doc City of Fayetteville Event Report ACTIVITIES RELATED TO 04121.2312004 STORM Deoartment/Division Total Costs of Activities STREET $1,019.61 SOLID WASTE $284.68 Total $1,304.29 May 12, 2004 Page 1 of 4 City of Fayetteville Event Report ACTIVITIES RELATED TO 04121-2312004 STORM Supplement 1 - Breakdown by Location and Type of Costs STREET Location 1412 E ROLLING HILLS DR Labor Vehicle Stocked Materials Other Materials Contractor Total Costs $15.57 $34.80 $0.00 $0.00 0.00 $50.37 Location 631 N WILLOW AVE Labor Vehicle Stocked Materials Other Materials Contractor Total Costs $242.38 $34.20 $0.00 $0.00 0.00 $276.58 Location 2655 N STANTON AVE Labor Vehicle Stocked Materials Other Materials Contractor Total Costs $242.38 $42.30 $0.00 $0.00 0.00 $284.68 Location 933 E TOWNSHIP ST Labor Vehicle Stocked Materials Other Materials Contractor Total Costs $15.57 $42.30 $0.00 $0.00 0.00 $57.87 Location 9 N RANCH DR Labor Vehicle Stocked Materials Other Materials Contractor Total Costs $307.81 $42.30 $0.00 $0.00 0.00 $350.11 SOLID WASTE Location 1445 E OVERCREST ST Labor Vehicle Stocked Materials Other Materials Contractor Total Costs $242.38 $42.30 $0.00 $0.00 0.00 $284.68 May 12, 2004 Page 2 of 4 Labor Costs STREET 1412 E ROLLING HILLS DR D. HARDING 631 N WILLOW AVE D. HARDING 2655 N STANTON AVE D. HARDING 933 E TOWNSHIP ST D. HARDING 9 N RANCH DR D. HARDING SOLID WASTE 1445 E OVERCREST ST D. HARDING Supple $15.57 $242.38 $242.38 $15.57 $307.81 $242.38 City of Fayetteville Event Report ACTIVITIES RELATED TO 04/21-2312004 STOR ment 2 - Breakdown by Location and Individu Vehicle Costs STREET 1412 E ROLLING HILLS DR 735- $34.80 FREIGHTLINERIBULK 631 N WILLOW AVE 735- $34.20 FREIGHTLINERIBULK 2655 N STANTON AVE 735- $42.30 FREIGHTLINERIBULK 933 E TOWNSHIP ST 735- $42.30 FREIGHTLINERIBULK 9 N RANCH DR 735 - $42.30 FREIGHTLINER/BULK SOLID WASTE 1445 E OVERCREST ST 735 - FREIGHTLINER/BULK $42.30 N H Costs Stocked Material Costs May 12, 2004 Page 3 of 4 Tracking of Storm Clean-up Costs in Hansen Costs incurred during activities related to clean-up after storms will be recorded on individual Service Requests within Hansen; these costs will include those for labor, vehicle/equipment, and material. In addition, the appropriate storm clean-up project will be indicated on each related Service Request. The purpose of this document is to describe the steps that will be taken to insure accurate reporting of these costs. 1. When Initiating a Service Request When a Service Request for a storm clean-up activity is initiated within Hansen, the specific storm clean-up project will be designated on the Service Request form. •'.Service Request CaIIDde �0�420/20041 1 103 Cal Duration l0e Taken By ,sGoasbit f of Cab I Sauce ICALL1NI Pro'ed G Custma Cardad Requested Budget U • JP�IGCn It 4rlfllJOe�y trot loaded) ' , unmet (rot loaded) ® flesohe Inat loaded) The "Project" field (circled above) will be used to record the storm clean-up project. Click in the field, enter "SC" and perform a Popup; the Project codes and descriptions will reflect the different storms for which clean-up projects are available. Select the appropriate project code. Continue entering the Service Request as usual. 2. When Resolving a Service Request Verify that the "Project" field contains the code for the appropriate storm clean-up project; if no code or an incorrect code has been entered, follow the procedure above to correct it. To enter the costs related to this Service Request, click on the . tstab. The three types of costs that will be tracked are found on the second row of tabs and are entered as follows. Labor J L - will be used to enter hours for each employee. l Molly aepwe O Crew type O Ciew O Job CIeu t: EEMb, Charge b / ,11_____I R' 11_151 Budgel 11 ______ __.. __- Pay TWe I lu HausWaked I @. s Houyflete CmmeMt To record employee hours, click on the "Costs" tab and the "Labor" subtab, and click on the "Insert" button (1). For each employee, follow the following procedure. Enter the employee's ID in the "Employee ID" field (2). Use the Popup in the "Pay Type" field (3) to select either "REG" for regular time or "OT" for overtime. Enter the number of hours for that employee in the "Hours Worked" field (4). Tab to the "Hourly Rate" field (5) and verify that the rate appears. Click the "Add" button (6) on the toolbar to add that employee. C Vehicle _ will be used to record vehicle costs. r Clew r, Venda rive r3 vehide charge Bai2Bi2004111:1SI to / / I Budget 0 Vehicle ID Operate Usage Rate Ttld�l ;ap�fl__ t@@ J!____ xl 0.S0�IT 0.001 Carinents To record vehicle costs, click on the "Costs" tab and the "Vehicle" subtab, and click on the "Insert" button (1). For each vehicle, follow the following procedure. Enter the vehicle's ID number in the "Vehicle ID" field (2). Enter the number of hours for that vehicle in the "Usage" field (3). Tab to the "Rate" field (4) and verify that the rate appears. Click the "Add" button (5) on the toolbar to add that vehicle. 4 E xtr will be used to record material costs. Chmge Budget It Eta Item Rate Comments TNA $emove To record vehicle costs, click on the "Costs" tab and the "Extra Item" subtab, and click on the "Insert" button (1). For each type of material, follow the following procedure. Use the Popup to Select the type of material in the "Extra Item" field (2). Enter the quantity of that material used in the "Quantity" field (3). Tab to the "Rate" field (4) and verify that the rate appears. Click the "Add" button (5) on the toolbar to add that type of material. If the appropriate type of material does not appear on the popup listing, it will need to be added to the Code Definition — "Extra Item". After all of the costs are entered, continue to resolve the Service Request as usual. FAYETTEIILLE � THE CITY OF FAYETTEVILLE, ARKANSAS City Clerk Division 113 West Mountain Fayetteville, AR 72701 Telephone: (479) 575-8323 DEPARTMENTAL CORRESPONDENCE To: Gary Dumas Operations Director From: Clarice Buffalohead-Pearman City Clerk Division Date: May 24, 2004 Re: Resolution No. 80-04 The City Council passed a resolution, May 18, 2004, approving a contract for engineering services with Terracon, Inc. This will confirm you have picked up a copy of the resolution, contract and budget adjustment for this item. The resolution with attachments will be recorded in the city clerk's office and microfilmed. If anything else is needed please let the clerk's office know. /cbp attachments cc: Nancy Smith, Internal Auditor 10 AaA,Jaoa.et, q.e_Q,�� 8 ` 12