Loading...
Res 100-82 6/1/1982RESOLUTION NO. /0-1;2/ A RESOLUTION APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH NFS/NATIONAL SOIL SERVICES, INC. FOR PROVISION OF A SOIL AND FOUNDATION INVESTIGATION FOR THE CENTRAL SERVICES COMPLEX WHEREAS, a soil and foundation investigation is necessary to develop design information for construction of a Central Services Complex; and WHEREAS, a variety of firms were requested to present proposals to the City of Wichita Falls; and WHEREAS, the proposal presented by NFS/National Soil Services, Inc. has been determined to best meet the needs and interests of the City of Wichita Falls; and WHEREAS, funds are available for this purpose in the existing bond program. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF WICHITA FALLS, TEXAS, THAT: The City Manager is authorized to execute a contract, a copy of which is attached hereto, with NFS/National Soil Services, Inc. for provision of a soil and foundation investigation for the Central Services Complex for an amount not to exceed $9,000.00. PASSED AND APPROVED THIS THE /day 1982. A Y O R ATTEST: Ogr Zi-)4_sr* TY CLERK STATE OF TEXAS X COUNTY OF WICHITA PROFESSIONAL SERVICES CONTRACT SOIL AND FOUNDATION INVESTIGATION CENTRAL SERVICES COMPLEX THIS AGREEMENT, entered into on this the day of 1982 by and between NFS/National Soil Services, Inc., herein called "Contractor" and the City of Wichita Falls, herein called "City", WITNESSETH THAT: WHEREAS, the City desires to engage the Contractor to render certain professional services hereafter described in connection with an undertaking which is expected to be financed by the City and in part by a grant from the United States Government, Urban Mass Transit Administration. NOW, THEREFORE, the parties hereto do mutually agree as follows: 1. Employment of Contractor. The City hereby agrees to engage the Contractor and the Contractor hereby agrees to perform in cooperation with the City. 2. Scope of Services. The Contractor shall do, perform and carry out in a satisfactory manner, determined by the City, the contracted services in accordance with the Scope ,of Services, Central Services Soil and Foundation Investigation, City of Wichita Falls, Texas, which is attached hereto as Exhibit One (1) and incorporated fully by reference. 3. Personnel. a) The Contractor represents that he has, or will have, secured at his own expense, all qualified personnel required to perform the services under this Contract. Such personnel shall not be employees of or have any contractual relationship with the City. b) All of the services required hereunder will be performed by the Contractor or under its supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized under State and Local laws to perform such services. c) None of the work or services covered by this Contract shall be subcontracted without the prior written approval of the City. 4. Time of Performance. The services of the Contractor are to commence no later than June 10, 1982. All of the services required hereunder shall be completed by July 15, 1982. Since time is of the essence, failure of the Contractor to meet this schedule for reasons which are under the control of the Contractor will result in a 10% reduction of the compensation due to the Contractor. 5. Compensation. The City agrees to pay the Contractor a sum not to exceed 9,000.00 for the services provided herein. 6. Method of Payment. Payment will be made to the Contractor within thirty (30) days of receipt of an invoice submitted after all services provided herein have been satisfactorily completed. Invoice provided by Contractor will provide a listing of actual work performed and the unit prices associated with each element of the work. 7. Termination of Contract for Cause. If, through any cause except for fault of City, the Contractor shall fail to fulfill in timely and proper manner his obligations under this Contract, or if the Contractor shall violate any of the covenants, agreements, or stipulations of this Contract, the City shall thereupon have the right to terminate this Contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. The Contractor shall be entitled to receive just and equitable compensation for any satisfactory work com- pleted prior to such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Contract by the Contractor, and the City may withhold any payments to the Contractor for the purposes of setoff until such time as the exact amount of damages due the City from the Contractor is determined. 8. Termination for Convenience of City or Contractor. If either party to this agreement should desire to terminate it prior to the date of expiration, they may do so by giving fifteen (15) days notice in writing to the other party of their intention to terminate this agreement; otherwise, this agreement shall continue in full force and effect until the expiration of the term set out above. 9. Termination of Contract for Cause by the Contractor. If work is stopped for a period of fifteen (15) days by the City, or as a result of an act of government, such as a declaration of a national emergency, through no act or fault of the Contractor, then the Contractor may, upon seven (7) additional days' written notice to the City terminate the Contract and recover from the City payment for all work executed. 10. Changes Required by City. The City may, from time to time, require changes in the scope of services of the Contractor to be performed hereunder. Such changes including any increase or decrease in the amount of the Contractor's compensation, deviations in project schedule, and/or work scope which are mutually 2- agreed upon by and between the City and the Contractor shall be incorporated in written amendments to this Contract. 11. Changes Requested by the Contractor. Should the Contractor encounter unforeseen subsurface conditions which require a necessary change in the scope of services, Contractor must notify City in writing of these recommended changes. Additional work will not be performed without first obtaining the written approval of the City for any additional costs. Such changes, including any increase in the amount of the Contractor's compensation, deviations in project schedule, and/or scope of services which are mutually agreed upon by and between the City and the Contractor shall be incorporated in written amendments to this Contract. 12. Equal Employment Opportunity. a) The Contractor will not discriminate against any employee or applicant for employment because of age, race, color, religion, sex or national origin. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their age, race, color, religion, sex or national origin. Such actions shall include, but not be limited to the following: employment, upgrading, demotions, or transfers, recruitment or recruitment advertising; layoffs or terminations, rates of pay or other forms of compensation; selection for training including apprenticeship; and participation in recreational and educational activities. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices to be provided setting forth the provisions of this non-discrimination clause. The Contractor will in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, color, religion, sex or national origin. The Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Contract so that such provisions will be binding upon such subcontractors provided that the foregoing provisions shall not apply to Contracts or subcontracts for standard commercial supplies or raw materials. b) The Contractor shall keep such records and submit such reports concerning the racial and ethnic origin _of applicants and employees as the City may require. c) The Contractor agrees to comply with such rules, regulations, or guidelines as the Department of Transportation, Urban Mass Transit Administration UMTA) may issue to implement this project. 3- 13. Interest of Members of City and Others. No officer, member, or employee of the City and no members of its governing body who exercise any functions or responsibilities in the review or approval of the undertaking or carrying out of this Project, shall participate in any decisions relating to this Contract which affects his personal interest or the interest of any corporation, partnership, or association in which he is, directly or indirectly, interested or has any personal or pecuniary interest, direct or indirect, in this Contract or the proceeds thereof. 14. Assignability. The Contractor shall not assign any interest in this Contract, and shall not transfer any interest in the same (whether by assignment or notation), without the prior written consent of the City thereto: Provided, however, that claims for money due or to become due to the Contractor from the City under this Contract may be assigned to a bank, trust company, or other financial insti- tution without such approval. Notice of any such assignment or transfer shall be furnished promptly to the City. 15. Interest of Contractor. The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed in this Contract. The Contractor further covenants that in the performance of this Contract no person having any such interest shall be employed. 16. Audits and Inspections. At any time during normal business hours as often as the City, UMTA, the Controller General of the United States, or any of their duly authorized representatives may deem necessary, there shall be made available to the City or the above mentioned federal representatives any books, documents, papers, and records of the Contractor which are directly pertinent to this Contract for the purpose of making audit, examination, exerpts and transcriptions. It is understood that the Contractor's accounting system is based upon the requirements of the Federal Procurement Regulation and Cost Accounting Standards. 17. Contract Work Hours and Safety Standards. Should Contractor employ mechanics or laborers, Contractor shall comply with Section 103 and 107 of the . Contract Work Hours and Safety Standard Act (40 USC 327-330) as supplemented by Department of Labor regulations (29 CFR, Part 5) insofar as these provisions apply to the work carried out under this Contract. 18. Hold Harmless Provision. The Contractor does hereby covenant and agree to indemnify and save harmless the City, its Mayor and Aldermen, appointed boards and 4- commissions, officers and employees individually and collectively from all fines, suits, claims, demands, actions or liability of any kind and nature by reason of any and all of his operations hereunder and does hereby agree to and does assume all the risks in the operation of his business hereunder, and shall be solely responsible and answerable for any and all accidents or injuries to persons or property arising out of the performance of this Contract. 19. Responsibilities of City. City shall provide access throughout the site for Contractor's single-drive axle truck mounted equipment. City shall provide boring locations. 20. City Contact. All contacts between Contractor and City shall be coordi- nated through Edward A. Barrett, Director of Administrative Services. IN WITNESS WHEREOF, the City and the Contractor have executed this agreement as of the date first above written. Stuart A. Bach, City Manager NFS/National Soil Services, Inc. ATTEST: ATTEST: 5- EXHIBIT ONE SCOPE OF SERVICES CENTRAL SERVICES SOIL AND FOUNDATION INVESTIGATION CITY OF WICHITA FALLS, TEXAS The City of Wichita Falls is in the process of constructing a Central Services Complex which will include a two story office building, garage, tire/lube building, paving, and several minor structures. Maximum column loadings are estimated to be 50 and 35 kips for dead and live loads, respectively. Separate heavy truck traffic areas and employee parking lots will be included on the site. The City desires that a soil and foundation investigation be conducted in order to consider shallow and deep foundations which will provide the most feasible and cost effective alternative support of structural loadings. Substantial fill exists on-site and must be evaluated for consistency and integrity. Along with foundation information, pavement design information must be developed for heavy truck traffic areas and parking lots. The following undisturbed sample borings must be undertaken: A. Central Garage, two story office building Fifteen (15) borings of the following specified depths: Depth (in feet) 4 40 ft 2 35 ft 7 30 ft 2 25 ft B. Tire/Lube Facility Two (2) borings of 25 feet. C. Ancillary Structures and Paving Three (3) total borings of 5 feet, 10 feet, and 15 feet respectively Laboratory testing must be performed on samples obtained to evaluate engineering characteristics. These tests should determine soil classification, settlement properties, compressive strength, and swelling potential. This must be accompanied by an engineering analysis of field and laboratory information to develop recommen- dations for foundation design and construction and pavement design requirements. All findings and recommendations must be submitted in final report form. The City of Wichita Falls will provide selected firm with access to the site, a site plan showing location and depths of required borings, and, if necessary, with field-marked test boring locations should this be determined to be required. The engineering analyses and recommendations will include: 1. General subsurface conditions including the depth to rock, if any; 2. Foundation type, depth, and allowable loading; 3. General construction requirements for fills; 4. Stabilization requirements for subgrade materials, if needed; 5. Alternate pavement types and thicknesses; 6. Evaluation of ground water conditions and its effect on construction; and 7. Any other geotechnical design requirements revealed by these studies. COST ESTIMATE SOIL AND FOUNDATION INVESTIGATION CENTRAL SERVICES COMPLEX WICHITA FALLS, TEXAS A. EXPLORATION Schedule I Mobilization and Demobilization Lump Sum 600.00 Daily Access, Per Diem, Subsistence, Transportation and Personnel 2.1 Daily Transportation 2. 1.4 Personnel Subsistence Est. 10 mandays @ $35.00/day 350.00 Drilling and Sampling Vertical Boreholes 3.1 Soil Sampling Shelby tube samples in cohesive soils, standard split-spoon samples in cohesionless soils: 3. 1. 1 Intermittent 3-inch diameter: 3. 1.1. 1 0-50 ft. Est. 470 ft. @ 7.75/1.f. 3,642.50 3. 1.2 Continuous 3-inch diameter: 3. 1.2. 1 0-50 ft. Est. 100 ft. @ 12.50/1.f.1,250.00 Sub-total 5,842.50 B. LABORATORY INVESTIGATION Schedule II Soils and Base Materials 1. 1 Laboratory Tests Identification and Classification Tests 1.1.1 Liquid and Plastic Limits: 1. 1.1. 1 Soil Est. 10 @ 27.75 277.50 1. 1.2 Liquid and Plastic Limits with Additive 1. 1.2.1 Soil Est. 3 @ 35.00 105.00 Physical Tests 1.1.16 Moisture Content Est. 30 @ 3.00 90.00 1.1.24 Unconfined Compression Maximum Stress: 1.1.24. 1 Soil Est. 5 @ 18.75 93.75 1.1.28 Consolidation Est. 1 @125.00 125.00 1.1.30 Swell or Potential Volume Change Est. 2 @ 65.00 130.00 Sub-total 821.25 C. ANALYSES AND REPORT Schedule III Design and Field Inspection 1.2 Senior Project Engineer Est. 3 hrs. @ 65.00/hr. 195.00 1.4 Senior Geotechnical Engineer Est. 20 hrs. @_47.50/hr. 950.00 1.11 Senior Draftsman Est. 6 hrs. @ 23.00/hr. 138.00 1.14 Typist, per hour Est. 10 hrs. @ 15.75/hr. 157.50 1.19 Report Preparation 1. 19. 1 In-house • Est. 3 cps. @ 30.00/copy 90.00 Sub-total 1,530.50 Estimated Total 8,194.25 Contingency (10%+) 805.75 NOT TO EXCEED TOTAL 9,000.00