Loading...
HomeMy WebLinkAbout52-24 RESOLUTIONFile Number: 2024-1666 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 52-24 WASTE RECYCLE EQUIPMENT SALES, LLC. (PURCHASE AGREEMENT): A RESOLUTION TO APPROVE THE PURCHASE OF A MARA THON GALAXY BALER FROM WASTE RECYCLE EQUIPMENT SALES, LLC. fN THE AMOUNT OF $664 ,174.00 , PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT WHEREAS , Fayetteville's recycling program uses a recycling baler to compact and process recyclable materials for sale in recycling markets ; and WHEREAS, the current baler, which was purchased in 2008 , has baled over I 00,000 bales , is no longer functional , and cannot be feasibly repaired. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of a Marathon Galaxy 2R Baler from Waste Recycle Equipment Sales, LLC for the amount of $664 ,174 .0 0 , pursuant to a Sourcewell cooperative purchasing contract PASSED and APPROVED on February 6, 2024 Page 1 Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2024-1666 MEETING OF FEBRUARY 6, 2024 TO: Mayor Jordan and City Council THRU: Peter Nierengarten, Environmental Director FROM: Brian Pugh, Waste Reduction Coordinator DATE: SUBJECT: Approve purchase of a Marathon Galaxy 2R baler from Waste Recycle Equipment in the amount of $664,174 for baler replacement with the recycling program RECOMMENDATION: Approve purchase of a Marathon Galaxy 2R baler from Waste Recycle Equipment in the amount of $664,174 for baler replacement with the recycling program BACKGROUND: Fayetteville’s recycling program uses a recycling baler to compact and process recyclable materials for sale into recycling markets. Bales of materials are the most common way to move recycling materials to markets to be made into new products. The current baler is no longer functional and cannot be feasibly repaired. The existing baler was purchased in 2008 and has baled over 100,000 bales. DISCUSSION: The Recycling and Trash Collection Division has planned for replacement of the existing baler within the Master Plan Expansion project for the Division. Staff has worked with Hawkins-Weir and Kessler Consulting under the Recycling and Trash Facility Improvements project to identify a baler that would minimize changes to the footprint of the recycling center and to make it easier for replacement. The new baler will be purchased using Sourcewell contract #040621-MEC. In addition to the recycling baler, a conveyor system to feed materials into the baler is also being purchased as the current conveyor system is worn and in need of replacement as well. BUDGET/STAFF IMPACT: Purchase of the baler will be made with Project 18016.1 – RTC – Master Plan Expansion, 5500.750.5080- 5802.00. Sourcewell Contract pricing – Contract #040621-MEC ATTACHMENTS: SRF (#3), Quote - City of Fayetteville (#4), 282-21 Res - Hawkins Weir (#5) Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2024-1666 Approve purchase of a Marathon Galaxy 2R baler from Waste Recycle Equipment in the amount of $664,174 for baler replacement with the recycling program A RESOLUTION TO APPROVE THE PURCHASE OF A MARATHON GALAXY BALER FROM WASTE RECYCLE EQUIPMENT SALES, LLC. IN THE AMOUNT OF $664,174.00, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT WHEREAS, Fayetteville’s recycling program uses a recycling baler to compact and process recyclable materials for sale in recycling markets; and WHEREAS, the current baler, which was purchased in 2008, has baled over 100,000 bales, is no longer functional, and cannot be feasibly repaired. 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 authorizes the purchase of a Marathon Galaxy 2R Baler from Waste Recycle Equipment Sales, LLC for the amount of $664,174.00, pursuant to a Sourcewell cooperative purchasing contract 1/11/2024 Submitted Date Yes 1,869,782.00$ 664,174.00$ V20221130 Budgeted Item? Does item have a direct cost? Is a Budget Adjustment attached? Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget 1,869,782.00$ -$ Yes No -$ 1,205,608.00$ 18016.1 Project Number Budget Impact: RTC Master Plan Expansion Fund Recycling and Trash Collections5500.750.5080-5802.00 Account Number Project Title City of Fayetteville Staff Review Form 2024-1666 Item ID 2/6/2024 City Council Meeting Date - Agenda Item Only Approve Purchase of a Marathon Galaxy 2R baler from Waste Recycle Equipment in the amount of $664,174 for baler replacement with the recycling program N/A for Non-Agenda Item Action Recommendation: Submitted By Brian Pugh RECYCLING/TRASH COLLECTION (750) Division / Department Comments: Purchase Order Number: Change Order Number: Previous Ordinance or Resolution # Approval Date: Original Contract Number: Waste Recycle Equipment Sales, LLC Quote 715 Main Street DATE:December 21, 2023 Cassville, MO 65625 Quote FOR:Fayetteville Bill To:Ship To: Brian Pugh City of Fayetteville City of Fayetteville 1560 S. Happy Hollow Road 1560 S. Happy Hollow Road Fayetteville, AR 72701 Fayetteville, AR 72701 479-575-8398 AMOUNT $436,532.00 In-Ground Pit Conveyor, Model CB-1-60-9-11-15-BG-C-35-7.5 $95,547.00 Galaxy Pro Remote Diagnostics System (Optional)$3,540.00 Upper Photo Cell (Optional)$1,629.00 Tongue and Groove Floor (Optional)$6,955.00 Externally Adjustable Shear Blades (Optional)$11,675.00 Conveyor Pit Cover Plates $4,375.00 Hopper Extension $3,965.00 VFD 10HP $3,595.00 Oil Heater System $4,005.00 Estimated Freight $10,150.00 Material Surcharge from Manufacture $55,706.00 Installation $26,500.00 Installation price does not include removal of the existing baler and conveyor. This will be done on time and material basis. Quote is based on Sourcewell Pricing. Contract #040621-MEC TOTAL $664,174.00 Make all checks payable to Waste Recycle Equipment Sales, LLC. If you have any questions concerning this invoice, contact James Popanz, (417) 846-3298, james@wrequip.com DESCRIPTION Quote to supply (1) New Marathon Galaxy 2R 190-70 75hp Two Ram Auto Tie Baler. engineering or seismic engineering/modifications. Any changes required by inspectors This Price does not include applicable taxes, inspection fees, permits, certifications, or to meet local, state or national codes or requirements will be the responsibility of the end user Lead time for this compactor is 24-26 weeks after receiving signed PO Signature required for Approval:___________________________________Date:___________ Terms for business. Net 30 days after delivery. THANK YOU FOR YOUR BUSINESS! 113 West Mountain Street Fayetteville. AR 72701 479) 575-8323 Resolution: 282-21 File Number: 2021-0849 HAWKINS-WEIR ENGINEERS, INC.: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $197,000.00 FOR DESIGN AND BIDDING SERVICES FOR RECYCLING AND TRASH FACILITY IMPROVEMENTS, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section l: That the City Council of the City of Fayetteville, Arkansas hereby approves a professional engineering services agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed 197,000.00 for design and bidding services for Recycling and Trash Facility improvements. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 1 1/16/2021 Attest: tRK rr fjl'' FgYE'7'EVI2LLE Kara Paxton, City Clerk Treasure• . -%p S jGO 1 CC Page 1 Printed on 11/17121 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 479)575-8323 Text File File Number: 2021-0849 Agenda Date: 11/16/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.6 HAWKINS-WEIR ENGINEERS, INC.: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $197,000.00 FOR DESIGN AND BIDDING SERVICES FOR RECYCLING AND TRASH FACILITY IMPROVEMENTS, AND TO APPROVE A BUDGET ADJUSTMENT 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 professional engineering services agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $197,000.00 for design and bidding services for Recycling and Trash Facility improvements. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 11/17/2021 Peter Nierengarten Submitted By City of Fayetteville Staff Review Form 2021-0849 Legistar File ID 11/16/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 10/29/2021 SUSTAINABILITY/RESILIENCE (631) Submitted Date Division / Department Action Recommendation: Approval of a contract with Hawkins -Weir Engineers Inc. for design and bidding services for Recycling and Trash Facility Improvements and approval of a budget adjustment to consolidate RTC projects. L*YiI Yi YiliiII.::1i il Account Number 18016.2101 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Budget Impact: Recycling & Trash Collections Fund RTC Facility Improvements Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget 817,000.00 817,000.00 197,000.00 117,220.00 737,220.00 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF NOVEMBER 16, 2021 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff FROM: Peter Nierengarten, Environmental Director DATE: October 29, 2021 CITY COUNCIL MEMO SUBJECT: Contract with Hawkins -Weir Engineers Inc. for design and bidding services for Recycling and Trash Facility Improvements RECOMMENDATION: Staff recommends approval of a contract with Hawkins -Weir Engineers Inc. for design and bidding services for Recycling and Trash Facility improvements and approval of a budget adjustment to consolidate RTC projects. BACKGROUND: The City of Fayetteville operates a solid waste transfer station and recycling processing facility located at 1560 S. Happy Hollow Rd. The facilities are used to receive and process solid waste and recyclables that are collected from residents and businesses in Fayetteville. Solid Waste is deposited from residential, commercial and roll -off trucks to the transfer station floor where it is pushed and packed into open top transport trucks for hauling to the Tontitown Landfill. Recyclables from recycle trucks and multi -family recycling containers are deposited in the recycling processing facility where they are bailed for sale to remanufacturers. DISCUSSION: Normal wear and tear on the facilities along with growth in the amount of material received over the past several years has necessitated several improvements. The scope of work outlined in the contract with Hawkins -Weir Engineers Inc. includes the development of plans, designs and construction details for the following elements: Design for the repair of the transfer station floor — Replacement of the concrete slab floor in the transfer station. East Building Expansion Design — Expand the transfer station to the east to allow space for an excavator to operate out of the way of the transfer station front end loader. The excavator is used to compact trash after it is pushed into open top transport trucks by the excavator. West & South Building Expansion Design — The recycling facility expansion is needed to provide additional dry storage space for bailed recyclables and to allow reconfiguration to accommodate space for additional recyclable material processing. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: The maximum not -to -exceed amount authorized for this design and bidding services scope of work is: $197,000. Funding for this work will come from the Recycling and Trash Collections Capital Improvement Plan. Attachments: Agreement for Professional Engineering Services Budget Adjustment AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE. ARKANSAS And HAWKINS-WEIR ENGINEERS, INC. Fayetteville Transfer Station Improvements: Design of building improvements at the City of Fayetteville's Solid Waste Transfer Facility and Recycling Processing Facility. THIS AGREEMENT is made as of 1 U6VUKbtje} & 2011, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and Hawkins -Weir Engineers, Inc. with offices located in Fayetteville, Arkansas: Van Buren, Arkansas:. Fort Smith, Arkansas. and Little Rock, Arkansas (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, planning, design, and/or construction administration of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows: ENGINEER 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 ENGINEER'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 ENGINEER 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. Professional Services Rev. 102819 A — 1 SECTION 1- AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments from CITY OF FAYETTEVILLE to ENGINEER may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 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. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional design services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during this project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE 3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of ENGINEER: 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINNER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. Professional Services Rev 102819.docx A-2 3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to perform its services under this Agreement. 3.1.4 Examine all studies, reports, cost opinions, Bid Documents, Drawings, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 The Environmental Director is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define CITY OF 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. 3.1.6 CITY OF FAYETTEVILLE will review all documents and provide written comments to ENGINEER in a timely manner. SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 4.2 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. ENGINEER 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. 4.3 ENGINEER shall provide a schedule of its services and include such schedule with the scope in Appendix A. Professional Services Rev 102819.docx A-3 SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for the Basic Services of the Engineer (as defined by Section 2 of this Agreement) is $149,920.00. The maximum not -to -exceed amount authorized for Reimbursable Expenses is $47,080.00. Reimbursable Expenses shall be limited to a Geotechnical Investigation, Mechanical Heating and Ventilation Design services, Facility Assessment and Conceptual Layout services, and reproduction and printing costs. 5.2 The CITY OF FAYETTEVILLE shall compensate ENGINEER based upon a unit price or lump sum basis as described in Appendix A. 5.2.1 The maximum not -to -exceed amount authorized for this Agreement is based upon the estimated fee scope, hours, costs and expenses per phase. The estimated fee spreadsheets shall be included in Appendix A. The amount for any phase may be more or less than the estimate, however the maximum not -to -exceed amount shall not be exceeded without a formal contract amendment. 5.3 Statements 5.3.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE consistent with ENGINEER'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 ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the professional engineering services. 5.4 Payments 5.4.1 All statements are payable upon receipt and generally due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the Professional Services Rev 102819.docx A-4 undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER 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. 5.5 Final Payment 5.5.1 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, ENGINEER 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 ENGINEER 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 ENGINEER or ENGINEER's sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States Dollars) the following minimum insurance coverages: Professional Services Rev 102819.docx A-5 6.1.2 rAp al Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory 500,000 Each Accident 1,000,000 Combined Single Limit 1,000,000 Combined Single Limit 1,000,000 Each Claim ENGINEER 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. CITY OF FAYETTEVILLE and ENGINEER 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 ENGINEER's services. Professional Responsibility ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices, CITY OF FAYETTEVILLE Standards, Arkansas State Law and the Rules and regulations of the Arkansas Board of Licensure For Professional Engineers and Professional Surveyors. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequent of such defect. ENGINEER agrees not to seek or accept any compensation or reimbursements from the CITY OF FAYETTEVILLE for engineering work it performs to correct any errors, omissions or other deficiencies caused by ENGINEER's failure to meet customarily accepted professional engineering Professional Services Rev 102819.docx A-6 practices. CITY OF FAYETTEVILLE retains all other remedies to recover for its damages caused by any negligence of ENGINEER. 6.2.2 In addition ENGINEER 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 ENGINEER's Commercial General Liability and Automobile Liability Insurance policies. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER 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, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER'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 duly authorized officer of ENGINEER. Professional Services Rev 102819.docx A-7 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other parry to fulfill its obligations under this Agreement through no fault of the terminating parry, provided that no termination may be effected unless the other parry is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating parry prior to termination. 6.5.3 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 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, 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 ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination Professional Services Rev 102819.docx A — 8 settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 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 ENGINEER in performing this Agreement, whether completed or in process. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER 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 6.5.4 of this clause. 6.6 Delays 6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to additional compensation and time for reasonable costs incurred by ENGINEER in temporarily closing down or delaying the Project. 6.7 Rights and Benefits 6.7.1 ENGINEER'S services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. Professional Services Rev 102819.docx A-9 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER 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 ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 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; 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER 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 ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Professional Services Rev 102819.docx A-10 Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER'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 ENGINEER. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER 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. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and Professional Services Rev 102819.docx A-11 data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 The CITY OF FAYETTEVILLE acknowledges the ENGINEER's plans and specifications, including documents on electronic media ("delivered documents"), as instruments of professional services. Nevertheless, the delivered documents prepared under this Agreement shall be delivered to and become the property of the CITY OF FAYETTEVILLE upon completion of the services and payment in full of all monies due to ENGINEER. Except for the ENGINEER's services provided for by this Agreement as related to the construction and completion of the Project, the ENGINEER accepts no liability arising from any reuse of the delivered documents by the CITY OF FAYETTEVILLE, unless ENGINEER is retained by CITY OF FAYETTEVILLE to make modifications or otherwise reuse the delivered documents. Except where the CITY OF FAYETTEVILLE reuses the delivered documents subsequent to the completion of the Project, nothing contained in this paragraph shall alter the ENGINEER's responsibilities and obligations under this Agreement. 6.12.3 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. ENGINEER makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. Professional Services Rev 102819.docx A-12 6.13 Notices 6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Fayetteville, AR 72701 ENGINEER's address: 438 East Millsap Road, Suite 200 Fayetteville, AR 72703 6.14 Successor and Assigns 6.14.1 CITY OF FAYETTEVILLE and ENGINEER 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 ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 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. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER 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 ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, Professional Services Rev 102819.docx A-13 whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER: 7.1.1 CITY OF FAYETTEVILLE's or any Federal or State Agency's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's nor any Federal or State Agency'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. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER'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 ENGINEER for faulty materials, equipment, or work. 7.2 Remedies 7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. Professional Services Rev 102819.docx A-14 7.3 Audit: Access to Records 7.3.1 ENGINEER 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. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, 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. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 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: Professional Services Rev 102819.docx A-15 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant against Contingent Fees 7.4.1 ENGINEER 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 ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER 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. Professional Services Rev 102819.docx A-16 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER. 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 ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 7.6.1 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, ENGINEER will 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. 7.6.2 Pursuant to Arkansas Code Ann. § 25-19-105(b)(20), the personal information of CITY OF FAYETTEVILLE solid waste customers must be treated as confidential information and shall not be made available for inspection except by ENGINEER's employees as required to fulfill the terms of this Agreement. Upon completion of ENGINEER's contractual duties and after approval of ENGINEER's documents, the ENGINEER agrees to destroy or return to CITY OF FAYETTEVILLE any copies of records containing information about CITY OF FAYETTEVILLE solid waste customers. Professional Services Rev 102819.docx A-17 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first above written. l y ATTEST: = c% By: J= FA 'r TTE\V/ City Clerk 9h' 9 ANSP`' , •,c • HAWKINS-WEIR ENGINEERS, INC. By: 3 Mh QaL4A, Brett D. Peters, P.E. Title: President & CEO END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Professional Services Rev 102819.docx A-18 Appendix A Scope of Services Fayetteville Transfer Station ImprovementsHNIVofFayetteville, Arkansas HW Project No. 2021061 CITY OF October 13, 2021 FAYETTEVIILLE ARKANSAS Hawkins -Weir Engineers, Inc. (HW) proposes to provide the following engineering design services for the Fayetteville Transfer Station Improvements project: A. Final Design Phase 1. Participate in a project kickoff meeting with the Owner and prepare a meeting summary 2. Develop a Geotechnical request for sub -consultant proposal to obtain two (2) bores at each proposed building expansion, and one (1) bore beneath the existing transfer station slab 3. Perform a site reconnaissance visit a. Perform afield survey of the interior of the transfer station and the exterior of the facility in those areas identified for building expansion. Engineer shall coordinate with the survey crew to obtain the survey information necessary at all three (3) locations b. Obtain measurements and other pertinent information regarding the existing facility layout and structural members to facilitate the tie-in of the proposed expansions to the existing facility c. Obtain measurements of the existing transfer station floor slab to facilitate the delineation of its removal and replacement 4. Transfer Station Floor SlabM a. Review available record drawings of the existing facility b. Perform the analysis and design of the transfer station floor slab Analyze and determine the most economical floor slab thickness and reinforcement ii. Coordinate with a miscellaneous metals manufacturer to assist in the development of details for the steel plate and lip at the edge of the floor slab 5. West Building Expansion a. Review available record drawings of the existing facility b. Coordinate with a pre-engineered metal building manufacturer to determine the most cost effective expansion configuration [40' X 40' or 40' X 60' (approximately the full building width)] c. Develop a foundation plan and details 2021061\Appendix A Scope of Services 101321.docx Page 1 of 4 Appendix A Scope of Services Fayetteville Transfer Station ImprovementsHNIVofFayetteville, Arkansas HW Project No. 2021061 CITY OF October 13, 2021 FAYETTEVIILLE ARKANSAS d. Develop details coordinating the modifications to the existing pre-engineered metal building and the proposed metal building expansion e. Perform electrical engineering to accommodate increased heat and ventilation power requirements, and develop an interior lighting plan f. Coordinate with the Mechanical Heating and Ventilation subconsultant to accommodate increased heat and ventilation requirements 6. East Building Expansion a. Review available record drawings of the existing facility b. Develop a foundation plan and details c. Develop details coordinating the modifications to the existing pre-engineered metal building and the proposed metal building expansion d. Perform electrical engineering to accommodate increased heat and ventilation power requirements, and develop an interior lighting plan 7. South Building Expansion [Recycling Processing Facility] a. Participate in a kickoff meeting with MRF Consultant and the Owner and prepare a meeting summary b. Assist with MRF Consultant's 2-day on -site assessment c. Participate in review meetings and a design workshop to review MRF Consultant's findings and assessments d. Develop a foundation plan and details e. Develop details coordinating the modifications to the existing pre-engineered metal building and the proposed building expansion f. Perform electrical engineering to accommodate increased heat and ventilation power requirements, develop an interior lighting plan, and accommodate equipment power requirements g. Perform an evaluation of future truck traffic patterns around the proposed facility h. Coordinate with the Mechanical Heating and Ventilation subconsultant to accommodate increased heat and ventilation requirements 2021061\Appendix A Scope of Services 101321.docx Page 2 of 4 Appendix A Scope of Services Fayetteville Transfer Station ImprovementsHNIVofFayetteville, Arkansas HW Project No. 2021061 CITY OF October 13, 2021 FAYETTEVARKANSAS LE 8. Prepare final design drawings, construction details, and specifications a. Prepare and submit a 90% set of design documents, including a 90% cost estimate Participate in a 90% design review meeting and prepare a meeting summary b. Prepare and submit a final set of design documents sealed by a Professional Engineer licensed in the State of Arkansas, including a final cost estimate Perform an internal QA/QC review ii. Incorporate any Owner or HW initiated review comments into the Final Plans and Specifications 9. Deliver four (4) full sized copies and one (1) electronic copy of the plans and Contract Documents to the City for their use and reproduction B. Advertising and Bidding Phase 1. Assist the City in advertising the project for bidding 2. Conduct a pre -bid conference with the Owner and prospective bidders 3. Prepare any necessary bidding addendums 4. Assist the City in receiving bids and preparing a certified bid tabulation 5. Review bids and prepare a recommendation to the City for the award of a Construction Contract 6. Assist in the preparation of Contract Documents for execution between the City and Contractor C. Exclusions to the Scope of Services The design and bidding phase services provided by Hawkins -Weir do not include the following: 1. Construction Phase Services. We understand that these services may be added by Amendment to our Agreement at a later date 2. Boundary Surveys 3. Deed or easement research 4. Preparation of deed or easement description 5. Environmental assessment and evaluation of the site 2021061\Appendix A Scope of Services 101321.docx Page 3 of 4 Appendix A Scope of Services Fayetteville Transfer Station ImprovementsHNIVofFayetteville, Arkansas HW Project No. 2021061 CITY OF October 13, 2021 FAYETTEVILLE ARKANSAS 6. Construction layout staking for the Contractor, except that HW will provide two (2) construction control points 7. Landscaping, tree planting, and irrigation design services 8. Design of utility relocation plans Initial assumption is that the Contractor will be permitted to construct the entire Transfer Station floor slab at once 2021061\Appendix A Scope of Services 101321.docx Page 4 of 4 City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements _ HWEI Project No. 2021061 October 13, 2021 CITY OF FAYETTEVILLE ARKANSAS A. Final Design Phase Task 1. Participate in a project kickoff meeting with the Owner and prepare a meeting summary 2. Develop a Geotechnical request for sub -consultant proposal to obtain two (2) bores at each proposed building expansion, and one (1) bore beneath the existing transfer station slab 3. Perform a site reconnaissance visit a. Perform a field survey of the interior of the transfer station and the exterior of the facility in those areas identified for building expansion. Engineer shall coordinate with the survey crew to obtain the survey information necessary at all three (3) locations b. Obtain measurements and other pertinent information regarding the existing facility layout and structural members to facilitate the tie-in of the proposed expansions to the existing facility C. Obtain measurements of the existing transfer station floor slab to facilitate the delineation of its removal and replacement 4. Transfer Station Floor Slab(') a. Review available record drawings of the existing facility b. Perform the analysis and design of the transfer station floor slab i. Analyze and determine the most economical floor slab thickness and reinforcement ii. Coordinate with a miscellaneous metals manufacturer to assist in the development of details for the steel plate and lip at the edge of the floor slab 5. West Building Expansion a. Review available record drawings of the existing facility b. Coordinate with a pre-engineered metal building manufacturer to determine the most cost effective expansion configuration [40' X 40' or 40' X 60' (approximately the full building width)] c. Develop a foundation plan and details d. Develop details coordinating the modifications to the existing pre-engineered metal building and the proposed metal building expansion e. Perform electrical engineering to accommodate increased heat and ventilation power requirements, and develop an interior lighting plan f. Coordinate with the Mechanical Heating and Ventilation subconsultant to accommodate increased heat and ventilation requirements 6. East Building Expansion a. Review available record drawings of the existing facility b. Develop a foundation plan and details c. Develop details coordinating the modifications to the existing pre-engineered metal building and the proposed metal building expansion d. Perform electrical engineering to accommodate increased heat and ventilation power requirements, and develop an interior lighting plan 7. South Building Expansion [Materials Recycling Facility (MRF)] a. Participate in a kickoff meeting with MRF Subconsultant and the Owner and prepare a meeting summary b. Assist with MRF Subconsultant's 2-day on -site assessment c. Participate in review meetings and a design workshop to review MRF Subconsultant's findings and assessments d. Develop a foundation plan and details e. Develop details coordinating the modifications to the existing pre-engineered metal building and the proposed building expansion f. Perform electrical engineering to accommodate increased heat and ventilation power requirements, develop an interior lighting plan, and g. Perform an evaluation of future truck traffic patterns around the proposed facility h. Coordinate with the Mechanical Heating and Ventilation subconsultant to accommodate increased heat and ventilation regt 8. Prepare final design drawings, construction details, and specifications a. Prepare and submit a 90 % set of design documents, including a 90 % cost estimate i. Participate in a 90 % design review meeting and prepare a meeting summary b. Prepare and submit a final set of design documents sealed by a Professional Engineer licensed in the State of Arkansas, i cost estimate i. Perform an internal QA/QC review ii. Incorporate any Owner or HW initiated review comments into the Final Plans and Specifications 9. Deliver four (4) full sized copies and one (1) electronic copy of the plans and Contract Documents to the City for their use and a Favefteville Transfer Station Improvements 1 Zo4l,u4ul 2021061\Scope of Services and Fee Proposal 101321.xlsx B. Advertising and Bidding Phase Task 3. Prepare any necessary bidding addendums 4. Assist the City in receiving bids and preparing a 5. Review bids and Dreoare a recommendation to 6. C Rpimhursahlp Fxnencpc a City of Fayetteville, Arkansas Fayetteville Transfer Station Improvements _ HWEI Project No. 2021061 IOctober13, 2021 CITY OF FAYETTEVILLE ARKANSAS TOTAL HOURS= Favetteville Transfer Station Improvements Engr VII Engr V Engr III Engr II GPS Survey Inspector II Tech III Tech 1 Total Hours 2 2 2 2 2 6 4 4 16 8 4 36 2 2 4 2 4 2 2 10 2 2 2 6 8 16 24 1 0 0 1 0 8 8 64 1 $8,2801 Favetteville Trnncfpr Station Imnrnvempntc Item Description Total 1. Reproduction & Printing Plans and Specifications reproduction 1,000 2. Geotechnical Sub -consultant 9,580 3. Mechanical Heating and Ventilation Sub -consultant 4,500 4. Facility Assessment & Conceptual Layout Sub -consultant 32,000 Total Estimated Reimbursable Expenses 1 $47,080 ENGINEERING SERVICES SUMMARY Fayetteville Transfer Station Improvements A. Final Design Phase $141,640 B. Advertising and Bidding Phase $8,280 C. Reimbursable Expenses $47,080 Total Engineering Fee - Not to Exceed = 1) Initial assumption is that the Contractor will be permitted to construct the entire Transfer Station floor slab at once. 197 2021061\Scope of Services and Fee Proposal 101321.xlsx Engineer Standard Billing Rate Structure For Hourly Fee Based Contracts Hawkins -Weir Engineers, Inc. Effective August 15, 2021 through August 13, 2022"' Engineer VII 195 Per Hour Engineer VI 175 Per Hour Engineer V 160 Per Hour Engineer IV 145 Per Hour Engineer III 130 Per Hour Engineer II 115 Per Hour Engineer I 90 Per Hour Engineering Technician Designer II 110 Per Hour Designer I 75 Per Hour Technician IV 85 Per Hour Technician III 75 Per Hour Technician II 65 Per Hour Technician I 55 Per Hour Field Technician - Field Inspector Resident Project Representative (RPR) Inspector II Inspector I Field Surveying GPS Survey Surveyor Administrative Business Manager Expert Witness Preparation Testimony, less than 1/2 day Testimony, per Day 120 Per Hour 75 Per Hour 65 Per Hour 175 Per Hour 90 Per Hour 85 Per Hour At Engineer's Hourly Rate 1,000 2,000 Expenses Reimbursable Expenses and upcharges are determined by the Client Agreement/Contract Subconsultants/Outside Services Express Delivery, Field Supplies, Testing, Review/Filing Fees and Advertising Travel: Hotel and meals Actual Cost Vehicle(2) 0.56 per mile effective 1/1/21 Reproduction: Outside printing service Actual Cost In-house printing Letter Copy - B&W 0.10 Per Copy Letter Copy - Color 0.75 Per Copy 22 x 34 Size Copy - B&W 3.00 Per Copy 22 x 34 Size Copy - Color 10.00 Per Copy 11 x 17 Size Copy - B&W 1.50 Per Copy 11 x 17 Size Copy - Color 5.00 Per Copy CD Copy 5.00 Per Copy Binding 1.00 Each 1) Billing Rates are reviewed and adjusted annually in August. Regardless, any adjustment in Billing Rates will not impact previously negotiated Not To Exceed (NTE) fee amounts without a formal Contract Amendment. 2) To be adjusted periodically to current IRS mileage rate. All Billings are due upon receipt unless prior arrangements for payment have been made. DATE (MM(DO/YYYY) AIR" CERTIFICATE OF LIABILITY INSURANCE 10/20/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Amanda Palmer BXS Insurance PHONE FAX PO Box 251510 ac Na t: 501-614-1571 _ ac No:501-614-1447 Little Rock AR 72225- ADDRESS: amanda.palmer(Mbxsi.com INSURED Hawkins -Weir Engineers, Inc. P.O. Box 648 Van Buren AR 72957 HAWKENG-01 INSURER(S) AFFORDING COVERAGE NAIC t Hartford Insurance Comoanv of MidW 37478 COVERAGES CERTIFICATE NUMBER- 75(15A7';5.; REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCELTR ADDL SUBR, POLICY NUMBER POLICY EFF MMIO POLICY EXP M LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS -MADE OCCUR DAMAGE TO-RENTE-D PREMISES Ea occurrence) MED EXP (Any one person) I PERSONAL & ADV INJURY AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE EGEML POLICY JECT LOG I PRODUCTS-COMP/OPAGG OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident BODILY INJURY (Per person) ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) PROPERTYDAMAGE Per accident HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLALIAB OCCUR EACH OCCURRENCE AGGREGATEEXCESSLIARCLAIMS -MADE DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N i PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT OFFICER/MEMBEREXCLUDED? NIA Mandatory in NH) E.L. DISEASE - EA EMPLOYEE If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT A Professional Uability 380HO38729221 7/11/2021 7/11/2022 Each Claim Limit 1,000,000 Aggregate 2,000,000 I DESCRIPTION OF OPERATIONS / LOCATIONS f VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project #2021061 Fayetteville Transfer Station Improvements L&KIII- lf;AIt H! L I;ANL;tLLAIIVN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. of a evill Arkansas 113 We Moun In Street Fayette Ile 72701 AUTHORIZED REPRESENTATIVE 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Client#: 53866 HAWKWEIR DATE (MMJDDrfYYY) ACORD-. CERTIFICATE OF LIABILITY INSURANCE 1 10/20/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT Trudy Henry _ _ Greyling Ins. Brokerage/EPIC AICC,PHONE , Ext : 770.552-4225 N, No): 866-550-4082 3780 Mansell Rd. Suite 370 E-MAIL aceccertificaes re IlnADDRESS: t g y gcom Alpharetta, GA 30022 INs o vERAG N INSURED Hawkins -Weir Engineers, Inc. P.O. Box 648 Van Buren, AR 72957 URER(S) AFF RDING CO E AN; INSURER A: Sentinel Insurance Company 11 OOO INSURER B : Hartford Ins Cc of the Midwest _ 37478 INSURER C : INSURER D : T COVERAGES CERTIFICATE NUMBER: 21-22 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLTR TYPE OF INSURANCE ADDLINSR SUERWVD POLICY NUMBER POLICY EFFMM/DD/YYYY POLICY EXPMMIDD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE I OCCUR 20SBWZM2676 11/01/2021 11/01/2022 EEAACH OECTCURRENCE 1 000000 PREMISES ERaEONxTurrence 1,000 1 000 MED EXP (My one person) 1 O 000 PERSONAL & ADV INJURY 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JECOT- LOC OTHER: GENERAL AGGREGATE s2 000,000 PRODUCTS 2,000,000 A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIREDX NON -OWNED AUTOS ONLY X AUTOS ONLY 20UEGNM6289 11/0112021 11/01/202 EOaB cl.ritSINGLELIMIT 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE Per aoddent A X UMBRELLA UAB I EXCESS LIAR X OCCUR CLAIMS -MADE 20SBWZM2676 1/01/2021 11101/2022 EACH OCCURRENCE s2,000,000 AGGREGATE s2,000,000 DED I X RETENTION $10000 B WORKERS COMPENSATION AND EMPLOYER$• LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE Y/ N OFFICER/MEMBER EXCLUDED? " Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 20WEGPV0830 11101112021 11101/2022 X PER I IOTH- E.L. EACH ACCIDENT 00O OOO E.L. DISEASE - EA EMPLOYEE 500 000 E.L. DISEASE - POLICY LIMIT s500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Re: Project# 2021061, Fayetteville Transfer Station Improvements. City of Fayetteville, Arkansas is named as an Additional Insured on the above referenced liability policies with the exception of workers compensation where required by written contract. Waiver of Subrogation is applicable where required by written contract 8r allowed by law. City f Fayetteville, Arkansas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ty oy THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 113 West I ountain et ACCORDANCE WITH THE POLICY PROVISIONS. Fayettev' AR 7270 AUTHORIZED REPRESENTATIVE 1 1988- 2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 1 The ACORD name and logo are registered marks of ACORD S2945773/ M2 17 KTRU1 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number Org2 RECYCLING/TRASH COLLECTION (750) 2021 Requestor: Peter Nierengarten BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends approval of a contract with Hawkins -Weir Engineers Inc. for design and bidding services for Recycling and Trash Facility Improvements and approval of a budget adjustment to consolidate projects. RESOLUTION/ORDINANCE COUNCIL DATE: 1 1 /1 6/2021 LEGISTAR FILE ID#: 2021-0849 yovy 3lack I1/2/2021 8:49 AM Budget Director Date TYPE: D - (City Council) JOURNAL #: GLDATE: 11/16/2021 CHKD/POSTED: TOTAL Account Number Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub.Detl AT v.2021 1011 Account Name 5500.750.5080-5816.00 91,167) - 18018 1 EX Improvements - Solid Waste 5500.750.5080-5816.00 5500.750.5080-5802.00 26,053) - 79,780) - 07012 1 EX 18016 1 EX Improvements - Solid Waste Vehicles & Equipment - base 5500.750.5080-5860.02 197,000 - 18016 2101 EX Capital Prof Svcs - Engineering/Architectu H:\Budget Adjustments\2021_Budget\City Council\11-16-2021\2021-0849 BA RTC Facility Improvements.xlsm 1 of 1