Loading...
HomeMy WebLinkAbout2024-04-09 - Agendas - Final 1 Water, Sewer, and Solid Waste Committee 9 April 2024 5:30 P.M. (Or immediately following Equipment Committee Meeting) Committee: Council Member Teresa Turk, Council Member D’Andre Jones, Council Member Mike Wiederkehr, Council Member Scott Berna Copy to: Mayor Lioneld Jordan, Paul Becker, Steven Dotson, Susan Norton, Kara Paxton, Kit Williams, Chris Brown, Alan Pugh, Terry Gulley, Ross Jackson, Peter Nierengarten, Brian Pugh, Corey Granderson, Aaron Watkins, Cody Ashworth, Greg Weeks, Ryan Harrold, Mayo Miller, Josh Alleman From: Tim Nyander, Utilities Director ______________________________________________________________________ CALL TO ORDER UPDATES PRESENTATIONS 1. Overview of February WWTP Monthly Report Ryan Harrold - Jacobs Engineering OLD BUSINESS: 2. Western Water Transmission Line Update Pipe and valve procurement bid opening occurred Friday April 5th. Results will be shared at the committee meeting. Highlights of upcoming milestones include: • March 10 & 17, 2024: Advertise materials procurement package for bid. COMPLETE • March 29, 2024 April 5, 2024: open bids on procurement package. COMPLETE • April 19, 2024: Final GMP established and contract amendment prepared for City approval (this is the City Council agenda request deadline for the May 7, 2024 council meeting) • April 30, 2024: City Council Agenda Session (approval of GMP and contract amendment introduced to Council). Also submit GMP/contract amendment to ANRD at this time to meet loan certification deadline. 2 • May 7, 2024: City Council formally approves final GMP and contract amendment. Provide fully executed copy of amendment to ANRD by May 10, 2024. • June 28, 2024: Loan Closing (could occur before this date as well) INFORMATION ONLY 3. Baxter 1-MG Ground Water Storage Tank Rehabilitation The Baxter 1-MG elevated storage tank is located at the end of Baxter Lane near North Street between College Ave. and Mission Blvd. This tank provides water to the City’s primary pressure plane. The tank needs removal and replacement of the painted coating systems due to normal aging. Furthermore, the tank climbing systems are outdated and need to be updated to modern safety standards. Tank inspections performed in 2023 identified this tank as the top priority for reconditioning. Olsson Inc. has been involved in many past City tank rehabilitation projects, as well as new construction designs. On January 9, 2024 the City of Fayetteville conducted a formal Engineering Selection meeting for this project and selected Olsson, Inc. (RFQ 23-01, Selection #12). The scope of services for this project will include site visits, structural inspections and analyses, developing plans and specifications for coating systems and tank mixing retrofits, and bidding services. Staff recommends approval of an Engineering Services Agreement with Olsson, Inc. for design of removal and replacing coating systems and updating safety systems at the Baxter one-million-gallon ground storage water tank in an amount not to exceed $68,000.00 STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 4. MLK/I-49 Utility Relocations Final Design ArDOT previously notified the City of Fayetteville to relocate water and sewer infrastructure along Highway 62 where they will be widening the roadway, reconstructing the I-49 overpass, and creating a new overpass at 15th Street. After receiving this notification, a formal selection committee was held on September 8, 2022 at which Hawkins-Weir was selected for contract negotiations (RFQ 21-01, Selection #14). Previously, Amendment No. 1 was approved (Res. 125-23) to advance the design from 30% to 100% bid-ready plans and specifications for just the relocations necessary near the 15th Street improvements. Amendment No. 2 was approved (Res. 8-24) to provide construction engineering and observation services for the 15th Street portion of the project, now in construction. Amendment No. 3 will increase the scope of engineering services to provide final engineering design on the remaining utility relocations associated with the ArDOT project. Namely, water and sewer lines along MLK Blvd from Leflar Way to east of Futrall Drive. The scope represents a very large relocation for the City, including 3 approximately 9,000-LF of various waterlines from 2”-36” diameters, and 5,000-LF of various sewer lines from 8”-24” diameters. Preliminary engineering estimates indicate construction costs of $18MM with the project being 75% reimbursable to the City from ArDOT. However, the engineering design must be completed, and terms negotiated with ArDOT before these figures are finalized. Future contract amendments will be proposed for construction phase services when this MLK portion of the project advances through bidding. Staff recommends approval of Amendment No. 3 to the engineering services agreement with Hawkins-Weir Engineers, Inc. for professional services associated with ArDOT Project 040846 Utility Relocations along Martin Luther King Jr. Blvd. at the I-49 & Hwy- 62 Interchange in an amount not to exceed $646,930.00. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL NEW BUSINESS: 5. Nutrient Reduction Update Discussion of the recent Northwest Arkansas Nutrient Removal Workshop INFORMATION ONLY 6. Hamestring Lift Station Pump No. 2 Pump #2 at the Hamestring Lift Station on N. Sunshine Road recently failed and was sent to Jack Tyler Engineering for a hidden damages inspection. The cost for repairing the pump is $43,875.62 plus any applicable taxes. Because it was necessary to have the repair facility disassemble the units to determine the extent of hidden and unknown damage to equipment already purchased, a bid waiver and/or formal sealed bidding is not necessary according to Ark. Code Ann. §19-11-203(14)(DD). STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL 7. Biosolids Pump #4 The existing biosolids sludge pump at West Side WRRF failed in late 2023. It is 1 of 4 sludge pumps in the process, and it was original plant equipment from 2007. The cost of a rebuild on this pump is approximately 80% of the cost of purchasing a new pump. 4 The City of Fayetteville solicited formal bids for a new biosolids sludge pump per Bid 24-30. D.J. Schubeck Company d/b/a National Oilwell Varco L.P. was the lowest qualified bidder in the amount of $56,340.36. Staff recommends awarding Bid 24-30 and authorizing the purchase of a biosolids sludge pump from D.J. Schubeck Company d/b/a National Oilwell Varco L.P. in the amount of $56,340.36 plus any applicable taxes and freight charges. This will bring all four sludge pumps back into operation at the West Side treatment facility. STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR CONSIDERATION FOR APPROVAL PRESENTATIONS February WWTP Report ATTACHMENTS February 2024 WWTP Report Baxter Tank Rehabilitation Olsson Scope of Services Baxter Tank Rehabilitation Olsson Agreement MLK/I-49 Relocation Engineering Agreement Hawkins-Weir Hamestring Lift Station Pump #2 Damage Report Bid Tabulation – Biosolids Pump ADJOURN Next Water, Sewer, Solid Waste Committee meets on Tuesday, May 14th, 2024, at 5:30 p.m. Fayetteville Water & Sewer Committee February 2024 Monthly Operations Overview 03/09/2024 2 February finished at 8.34% under budget 2024 Accounting Month Labor Non-Labor Year-to-Date Variation Jan-24 ($36,460.00)($50,471.00)($86,931.00)-12.31% Feb-24 ($29,211.00)($88,680.00)($117,891.00)-8.34% Mar-24 0.00% Apr-24 0.00% May-24 0.00% Jun-24 0.00% Jul-24 0.00% Aug-24 0.00% Sep-24 0.00% Oct-24 0.00% Nov-24 0.00% Dec-24 0.00% Minimum ($36,460.00)($88,680.00)($117,891.00)-12.31% Maximum ($29,211.00)($50,471.00)($86,931.00)-8.34% Ozone was the largest cost for February Operations •Noland had an upset condition, resulting in Fecal Coliform exceedance. Bio-solids from Westside treatment facility were used to "seed" the Noland WRRF and return to optimal conditions. Noland Treated Effluent West Side Treated Effluent Rainfall Temp WRRF Biosolids Landfill Direct Disposal Solar House Application Landfill Partially Dried Solar House Drying Efficiency Units MG MG inches degrees F tons tons tons tons % February 141.23 269.45 1.17 49.0 2018 1452 566 541 4.42 January 140.7 311.7 2.9 49.0 1905 609 887 609 31.3 December 139 260 3.06 44.6 2162 802 1360 906 33.4 November 170 243 1.94 50.1 2000 354 1646 1252 23.9 October 168 257 3.47 60.8 2026 68 1958 1423 27.3 September 164 249 5.4 71 1649 0 1649 791 52.0 IPP SummaryIPPSummary BMS 6 Maintenance Projects - WRRFs 1493 – Preventative Workorders completed 118 – Corrective Workorders completed 17 – Emergency Workorders completed New Belt Filter Press rollers installed at Noland WRRF. Returni ng BFP to operating conditions Westside – Bio-unit #1 placed in service. Unit is first filled with Effluent, then equipment is checked to insure proper operation. After equipment verification, the bio-unit is returned to full operation and fully in-service 7 Maintenance Projects - Ozone Ambient Ozone around the Noland facility, led to investigation to its cause. Ozone destruct units found to not be performing as spec. Several parts in the destruct units were found to be non-functioning. Many of the parts needed for repair were found to be discontinued. Other material such as the media needed was in a nationwide shortage. 3-to-6- month delivery times estimated for the media. Jacobs put out an emergency email out to all its facilities across the nation. Houston Waterworks answered the call, providing the 200 lbs of media needed. GS 03 Services, LLC was hired to replace the discontinued control boxes. Discharge to the White River was halted during maintenance activities. Ozone levels returned to safe conditions, post maintenance. Jacobs Engineering has been investigation possible engineering controls that would aide in additional safeguards in the future 8 Maintenance Projects – Lift Stations Lift Station #24 – Airport East New pump was installed, commissioned, and placed in service. DRYER PROJECT - BMS ©Jacobs 20199 Testing conducted at the BMS dryer. Solids were spread at varies locations to test how they reacted to handling and spread across the belt. Efficiency of the dryer is optimized by spreading bio -solids evenly across the belt, as well as depth of "carpet" BMS – Testing ©Jacobs 201910 Newly developed protype pellotizer (pic left) tested at the BMS location for possible instillation Chemical stabilization testing performed on bio -solids •Lime •Poly Alumium Chlorinde Other tests included: •Short loading of trucks •Direct feed from Belt Filter Presses Woolsey Wet Prairie 11 Staff took advantage of dryer than normal weather/ground conditions to clear mudflats in preperation of migration of shorebirds in the next coming months Woolsey Wet Prairie Qualified Rigger training course was held with Jacobs and City of Fayetteville personnel on February 16 th. This all -day training course is required to document competent persons when using cranes, hoists, and heavy lifting equipment rated at 1 -ton or greater capacity. Staffing/Safety ©Jacobs 201912 Staffing/Safety Qualified Rigger training course was held with Jacobs and City of Fayetteville personnel on February 16 th. This all -day training course is required to document competent persons when using cranes, hoists, and heavy lifting equipment rated at 1 -ton or greater capacity. BMS – Today ©Jacobs 201913 "Sheeting" conveyor with old BFP belt to reduce drag Short run trucks to prevent aging of Bio-solids Improvements at WRRFs, consistent sludge production, better dewatering On-site OHaus meters testing total solids off dryer. Questions? Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com Appendix A SCOPE OF SERVICES Corey Granderson Utilities Engineer City of Fayetteville, Arkansas PROJECT DESCRIPTION AND LOCATION Project will be located at: 456 E. Baxter Lane, Fayetteville, AR Project Description: Baxter 1 MG Ground Storage Tank Rehabilitation SCOPE OF SERVICES Olsson hereby agrees to provide the following services (“Scope of Services”) to the City of Fayetteville (“Client”) for the Project: PHASE 100 PROJECT MANAGEMENT Project Management Project management includes coordination of the various disciplines that have involvement in the project, tracking work completion, maintenance of project schedule, billings, and miscellaneous communication with the Owner and internal staff. Project Kickoff Meeting Olsson will schedule and attend a project kickoff meeting with the Owner. The purpose of the meeting will be to establish chains of communication, establish a schedule for completion, and perform a site visit to aid in the development of the Bidding Documents. The inspection report (December, 2023 by KLM Engineering), provided by the Owner will be reviewed at the kickoff meeting to identify which improvements identified in the inspection will be performed in conjunction with this project. Olsson will make a formal data request at the kickoff meeting to identify additional information from the Owner to complete the project. The information request is anticipated to include, but is not limited to: • Existing Tank Drawings • Previous Inspection Reports • Information on existing coatings systems Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com • Maps of the existing onsite water and electrical system Olsson will provide the Meeting Agenda and generate and distribute meeting minutes within one week of the meeting’s conclusion. PHASE 200 DETAILED DESIGN Project Site Visit Olsson Engineer(s) shall visit site to conduct inspection of existing coating system and other tank rehabilitation items including ladders, rails, overflow pipe, existing cathodic protection and other items. Site visit will be coordinated with City preferred coating manufacturer professional to obtain recommendations. Lead testing of existing coating system will be requested from manufacturer’s professional. A maximum of one site visit is included. Project Specifications Olsson will prepare Contract Documents to show the general scope, extent, and character of the work to be furnished and performed by the Contractor. The Bidding Documents are anticipated to include the following: • Surface Preparation Requirements • Recommended Coating Systems • Permits and Regulatory Requirements • Mixing System Specifications It is anticipated that a full drawing set will not be developed with the project, and the specifications will include supplementary figures as necessary to detail proposed improvements. Specifications will be developed electronically using E-Specs software. Structure Modifications Design Olsson will prepare details and specifications for modifications to the tank structure based on recommendations noted within the KLM Inspection Report (2023), which shall include the following: • Interior access system including ladder and fall arrest. • Exterior access system including ladder, fall arrest, and security cage. • Top of tank access system including platform from ladder, non-slip walking surface product and extents, and perimeter safety railing layout. • Other miscellaneous interior modifications to structure based on recommendations within the KLM Inspection Report. Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com • Other miscellaneous exterior modifications to structure, based on recommendations within the KLM Inspection Report. Electrical Service Connection Design Olsson will design branch circuity from the proposed mixing system to the onsite PLC, where it will be terminated and connected onto by others. Construction specifications will be added to plan sheets within the Bidding Documents and separate book specifications will not be generated. Owner Review Draft Bidding Documents will be submitted to the Owner for review and approval upon reaching 90% completion. The documents will be submitted, either electronically or via hard copy upon the Owner’s request. Olsson will incorporate comments and answer questions that arise out of the Client’s review. It is anticipated that a one hour virtual meeting will be scheduled to discuss any comments to be incorporated into the final Bidding Documents. Internal QA/QC Review Olsson will perform an independent quality control review of the Bidding Documents to ensure completeness and constructability in accordance with Olsson’s Quality Management Plan. Specifications and associated figures will be updated to address comments that arise during the review. Opinion of Probable Cost Using bid tabulations from recently bid projects, Means Estimating Guide, and discussions with tank painting contractors, Olsson will prepare an Opinion of Probable Cost and submit to the Owner. Agency Review Olsson will submit sealed bidding documents to the Arkansas Department of Health for the purpose of obtaining a Construction Report. The review fee of $500 is included in this contract. Olsson will address comments received from Arkansas Department of Health and reseal the updated bidding documents. Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com PHASE 300 BID AND PRECONSTRUCTION SERVICES Invitation for Bids Olsson will work with the Owner to identify potential contractors to bid upon the project. The Client will prepare and distribute an Invitation to Bids. Distribute Bidding Documents Olsson will provide bidding documents electronically to the Client to be posted on an electronic bidding site. The Client will manage the electronic bid and be responsible for any associated costs. Pre-Bid Meeting Olsson will attend a pre-bid meeting with the Client presiding. Olsson will collect questions received during the meeting and generate formal answers to each, submitting them to the Client to distribute to potential bidders. Answer Questions/Prepare Addenda All questions during bidding will initially be directed to the Client and forwarded to Olsson as necessary. Where deemed necessary, Olsson will develop addenda to clarify questions that arise during the bidding period. Olsson will generate addenda, and the Client will distribute them via the electronic bidding site. Bid Opening Olsson will attend the Bid Opening and be present for opening the bids. Olsson will collect the bids after the Bid Opening, summarize into a Bid Tabulation, and identify the Apparent Low Bidder. Recommendation of Award Olsson will review the bidding documents supplied by potential bidders to ensure that the apparent low bidder has submitted a complete bid. After verifying that all requirements have been met as identified in the front end documents, Olsson will generate a letter recommending award to the lowest responsive and responsible bidder. Olsson will provide the Owner with an engineer-certified Bid Tabulation with the Recommendation of Award. Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com PHASE 400 ENGINEERING CONSTRUCTION ADMINISTRATION Services for Engineering Construction Administration are not included. These services are additional and shall be provided by amendment. PHASE 500 CONSTRUCTION OBSERVATION SERVICES Services for Construction Observation Services are not included. These services are additional and shall be provided by amendment. PROJECT SCHEDULE • Council Approval: Tuesday, May 07, 2024 • Kickoff Meeting: Tuesday, May 14, 2024 • Preliminary Design: 80 Days • QA/QC: 14 Days • Submit to ADH: Friday, August 16, 2024 • Est. Bid Advertisement: Sunday, October 13, 2024 • Bidding Phase Services: 21 Days • Construction: Spring 2025 COMPENSATION Client shall pay to Olsson for the performance of the Scope of Services, the actual hourly labor rates of personnel performing such services on the project times a factor of 3.20, and all actual reimbursable expenses in accordance with the Reimbursable Expense Schedule attached to this agreement. Olsson shall submit invoices on a monthly basis, and payment is due within 30 calendar days of invoice date. Olsson’s Scope of Services will be provided on a time-and-expense basis not to exceed $68,000.00. Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for such additional services (Optional Additional Services) at the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. Olsson shall not commence work on Optional Additional Services without Client’s prior written approval. Optional Additional Services shall include but not limited to: • Any meetings with local, State, or Federal agencies, or other affected parties to discuss the project, other than those specifically noted. Suite 310 / 3537 North Steele Blvd. / Fayetteville, AR 72703 o 479.443.3404 / f 479.443.4340 / olsson.com • Supplemental engineering work required to meet the requirements of regulatory or funding agencies that may become effective subsequent to the date of this agreement. • Assist City with negotiating and reviewing any liquidated damages for delays caused by Contractor if the project extends beyond the anticipated contractual durations. • Special consultants or independent professional associates requested or authorized by City. • Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by the Contractor, and services after the award of the contract in evaluating and determining the acceptability of substitutions proposed by the Contractor. • Evaluation of unusually complex claims or an unreasonable or extensive number of claims submitted by the Contractor or others in connection with the work beyond the level of effort budgeted under Construction Phase Services. • Changes in the general scope, extent, or character of the project or its design including, but not limited to, changes in size, complexity, the City’s schedule, character of construction, or method of financing; and revisions to previously accepted studies, reports, design documents, or construction Contract Documents when such revisions are required by changes in laws, regulations, ordinances, codes, or are due to any other causes beyond the Engineer’s control. Olsson agrees to provide all of its services in a timely, competent and professional manner, in accordance with applicable standards of care, for projects of similar geographic location, quality and scope. Date:26-Mar-24 Job:Baxter 1 MG Ground Storage Tank Rehab Phase/ Task Description of Work Total Man-Days Total Labor Fee Total Expense Fee Total Fee 100 Project Administration - -$ -$ -$ General Project Administration 3.00 5,160.00$ -$ 5,160.00$ Project Kickoff Meeting 2.13 2,875.00$ 20.10$ 2,895.10$ - -$ -$ -$ - -$ -$ -$ 200 Design Phase - -$ -$ -$ Site Visit 1.50 1,830.00$ 20.10$ 1,850.10$ Project Specifications 23.50 21,380.00$ -$ 21,380.00$ Structure Modifications Design 12.00 13,840.00$ -$ 13,840.00$ Electrical Service Connection Design 2.00 3,520.00$ -$ 3,520.00$ Client Review 2.50 3,300.00$ -$ 3,300.00$ QA/QC Review 4.00 6,080.00$ -$ 6,080.00$ Opinion of Probable Costs 2.13 2,455.00$ -$ 2,455.00$ Agency Review 2.00 2,080.00$ 550.00$ 2,630.00$ - -$ -$ -$ - -$ -$ -$ 300 Bidding Phase Services - -$ -$ -$ Invitation for Bids 0.63 635.00$ -$ 635.00$ Distribute Plans and Specifications 0.25 215.00$ -$ 215.00$ Answer Questions/Prepare Addenda 3.00 3,400.00$ -$ 3,400.00$ Recommendation of Award 0.63 635.00$ -$ 635.00$ - -$ -$ -$ 400 Construction Phase Services - -$ -$ -$ To be negotiated at a later date.- -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ 59.27 67,405.00$ 590.20$ 67,995.20$ \\lte-oma-fs1\general_data\Market\Water\Water_Wastewater\Fayetteville\Proposals_Contracts_Temp\CONTRACTS\2024\Fayetteville Baxter Tank\[Baxter Tank-Engineering Fee Calculation Worksheet.xlsx]WORKSHEET Total Fee (rounded)68,000.00$ GRAND TOTAL TOTALS Description Range Principal $140.00 -$463.00 Project Manager $129.00 -$274.00 Project Professional $95.00 -$242.00 Assistant Professional $71.00 -$178.00 Designer $90.00 -$216.00 CAD Operator $59.00 -$137.00 Administrative/Clerical $47.00 -$206.00 Survey $56.00 -$210.00 * Construction Services $49.00 -$279.00 * 1. 2. Olsson 2024 Billing Rate Schedule Note: Special Services not included in above categories will be provided on a Special Labor Rate Schedule Rates subject to change based upon updates to Billing Rates for upcoming year. Eff. 01/2023 Eff. 01/2024 Page 1 of 1 REIMBURSABLE EXPENSE SCHEDULE The expenses incurred by Olsson or Olsson's independent professional associates or consultants directly or indirectly in connection with the Project shall be included in periodic billing as follows: Classification Cost Automobiles (Personal Vehicle) $0.67/mile* Suburban’s and Pick-Ups $0.75/mile* Automobiles (Olsson Vehicle) $95.00/day Other Travel or Lodging Cost Actual Cost Meals Actual Cost Printing and Duplication including Mylars and Linens In-House Actual Cost Outside Actual Cost+10% Postage & Shipping Charges for Project Related Materials including Express Mail and Special Delivery Actual Cost Film and Photo Developing Actual Cost+10% Telephone and Fax Transmissions Actual Cost+10% Miscellaneous Materials & Supplies Applicable to this Project Actual Cost+10% Copies of Deeds, Easements or other Project Related Documents Actual Cost+10% Fees for Applications or Permits Actual Cost+10% Sub-Consultants Actual Cost+10% Taxes Levied on Services and Reimbursable Expenses Actual Cost *Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change). Date:26-Mar-24 Job:Baxter 1 MG Ground Storage Tank Rehab Phase/ Task Description of Work Total Man-Days Total Labor Fee Total Expense Fee Total Fee 100 Project Administration - -$ -$ -$ General Project Administration 3.00 5,160.00$ -$ 5,160.00$ Project Kickoff Meeting 2.13 2,875.00$ 20.10$ 2,895.10$ - -$ -$ -$ - -$ -$ -$ 200 Design Phase - -$ -$ -$ Site Visit 1.50 1,830.00$ 20.10$ 1,850.10$ Project Specifications 23.50 21,380.00$ -$ 21,380.00$ Structure Modifications Design 12.00 13,840.00$ -$ 13,840.00$ Electrical Service Connection Design 2.00 3,520.00$ -$ 3,520.00$ Client Review 2.50 3,300.00$ -$ 3,300.00$ QA/QC Review 4.00 6,080.00$ -$ 6,080.00$ Opinion of Probable Costs 2.13 2,455.00$ -$ 2,455.00$ Agency Review 2.00 2,080.00$ 550.00$ 2,630.00$ - -$ -$ -$ - -$ -$ -$ 300 Bidding Phase Services - -$ -$ -$ Invitation for Bids 0.63 635.00$ -$ 635.00$ Distribute Plans and Specifications 0.25 215.00$ -$ 215.00$ Answer Questions/Prepare Addenda 3.00 3,400.00$ -$ 3,400.00$ Recommendation of Award 0.63 635.00$ -$ 635.00$ - -$ -$ -$ 400 Construction Phase Services - -$ -$ -$ To be negotiated at a later date.- -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ - -$ -$ -$ 59.27 67,405.00$ 590.20$ 67,995.20$ \\lte-oma-fs1\general_data\Market\Water\Water_Wastewater\Fayetteville\Proposals_Contracts_Temp\CONTRACTS\2024\Fayetteville Baxter Tank\[Baxter Tank-Engineering Fee Calculation Worksheet.xlsx]WORKSHEET Total Fee (rounded)68,000.00$ GRAND TOTAL TOTALS Description Range Principal $140.00 -$463.00 Project Manager $129.00 -$274.00 Project Professional $95.00 -$242.00 Assistant Professional $71.00 -$178.00 Designer $90.00 -$216.00 CAD Operator $59.00 -$137.00 Administrative/Clerical $47.00 -$206.00 Survey $56.00 -$210.00 * Construction Services $49.00 -$279.00 * 1. 2. Olsson 2024 Billing Rate Schedule Note: Special Services not included in above categories will be provided on a Special Labor Rate Schedule Rates subject to change based upon updates to Billing Rates for upcoming year. Eff. 01/2023 Eff. 01/2024 Page 1 of 1 REIMBURSABLE EXPENSE SCHEDULE The expenses incurred by Olsson or Olsson's independent professional associates or consultants directly or indirectly in connection with the Project shall be included in periodic billing as follows: Classification Cost Automobiles (Personal Vehicle) $0.67/mile* Suburban’s and Pick-Ups $0.75/mile* Automobiles (Olsson Vehicle) $95.00/day Other Travel or Lodging Cost Actual Cost Meals Actual Cost Printing and Duplication including Mylars and Linens In-House Actual Cost Outside Actual Cost+10% Postage & Shipping Charges for Project Related Materials including Express Mail and Special Delivery Actual Cost Film and Photo Developing Actual Cost+10% Telephone and Fax Transmissions Actual Cost+10% Miscellaneous Materials & Supplies Applicable to this Project Actual Cost+10% Copies of Deeds, Easements or other Project Related Documents Actual Cost+10% Fees for Applications or Permits Actual Cost+10% Sub-Consultants Actual Cost+10% Taxes Levied on Services and Reimbursable Expenses Actual Cost *Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change). AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And OLSSON INC. BAXTER 1MG GROUND WATER STORAGE TANK REHABILITATION Olsson Contract Baxter 1 MG Tank Rehab 1 THIS AGREEMENT is made as of , 2024, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and Olsson, Inc. (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, 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. 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 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 services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during the 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. Olsson Contract Baxter 1 MG Tank Rehab 2 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 ENGINEER’s disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 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, sketches, cost opinions, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 3.1.6 The City Engineer is the CITY OF FAYETTEVILLE’s project representative with respect to the services to be performed under this Agreement. The City Engineer 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. 3.1.7 CITY OF FAYETTEVILLE and/or its representative 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. The anticipated schedule for this project is included as Appendix A. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not-to-exceed amount authorized for this Agreement is $68,000.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on an hourly NTE basis described in Appendix A. 5.2 Statements 5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for professional services 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 Olsson Contract Baxter 1 MG Tank Rehab 3 ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule as the basis for determining the value earned as the work is accomplished. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE’s approval and acceptance with the satisfactory completion of the study and report for the Project. 5.3 Payments 5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of ENGINEER’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 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. 5.4 Final Payment 5.4.1 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 his 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: Type of Coverage Limits of Liability Workers’ Compensation Statutory Employers’ Liability $500,000 Each Accident Commercial General Liability Bodily Injury and $1,000,000 Combined Single Limit Property Damage Automobile Liability: Bodily Injury and $1,000,000 Combined Single Limit Property Damage Professional Liability Insurance $1,000,000 Each Claim Olsson Contract Baxter 1 MG Tank Rehab 4 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. 6.1.2 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. 6.2 Professional Responsibility 6.2.1 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 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 consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of ENGINEER. 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 o f 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. 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 party to fulfill its obligations under this Agr eement through no fault of the terminating party, provided that no termination may be effected unless the other party 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. Olsson Contract Baxter 1 MG Tank Rehab 5 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 party 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 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 After payment in accordance with Paragraphs 6.5.3 and 6.5.4 above, deliver or otherwise make available to CITY OF FAYETTEVILLE all project deliverables at the latest stage of completion (e.g. 30%, 90%, etc.) CITY OF FAYETTEVILLE shall have the limited right to use the deliverables subject to the provisions of Paragraph 6.12.2. 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. Olsson Contract Baxter 1 MG Tank Rehab 6 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. 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 CIT Y 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 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 mea ns 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 Olsson Contract Baxter 1 MG Tank Rehab 7 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, CAD drawings, estimates, field notes, and project 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 all documents on electronic media (“delivered documents”), as instruments of professional service. 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 the 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 the 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. 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 Street Fayetteville, Arkansas 72701 ENGINEER’s address: 3537 North Steele Blvd. STE 310 Fayetteville, Arkansas 72703 Olsson Contract Baxter 1 MG Tank Rehab 8 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, 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 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 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. Olsson Contract Baxter 1 MG Tank Rehab 9 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 exceptio n 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: 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. Olsson Contract Baxter 1 MG Tank Rehab 10 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. 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. 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. CITY OF FAYETTEVILLE, ARKANSAS OLSSON, INC. By: By: Mayor, Lioneld Jordan Chris Hall, PE, Water Market Leader ATTEST: By: By: City Clerk Chris Dougherty, PE, Group Leader END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES 2022129 Amendment 3 - MLK.docx Page 1 of 2 AMENDMENT NO. 3 TO THE AGREEMENT For PROFESSIONAL ENGINEERING SERVICES BETWEEN CITY OF FAYETTEVILLE, ARKANSAS AND HAWKINS-WEIR ENGINEERS, INC. In accordance with the AGREEMENT For PROFESSIONAL ENGINEERING SERVICES for the Utility Relocation for I-49/MLK Interchange (HW Project No. 2022129), dated February 7, 2023, between the City of Fayetteville, Arkansas (hereinafter called Owner) and Hawkins-Weir Engineers, Inc. (hereinafter called Engineer), Owner hereby authorizes Engineer to proceed with engineering services as modified by this Amendment No. 3. SECTION 1 – SCOPE OF SERVICES 1.1 Amendment No. 3 is for Task 4 - Preliminary Engineering Agreement associated with the Final Design Phase of the Utility Relocations for the I-49/MLK Interchange project. Additional services are detailed in the Engineer’s attached Scope of Services dated March 14, 2024. SECTION 2 – TIME OF SERVICE 2.1 Engineer will proceed with providing the services set forth herein immediately upon execution of this Authorization by all parties. SECTION 3 – COMPENSATION 3.1 Owner shall compensate Engineer for providing the services set forth herein in accordance with the terms of the Agreement. Total payment for Scope of Services described herein shall not exceed Six Hundred Forty Six Thousand Nine Hundred Thirty and 00/100 Dollars ($646,930.00) without written approval of Owner. These additional services adjust the Agreement’s not to exceed fee to One Million Four Hundred Eighty Six Thousand Two Hundred Eighty and 00/100 Dollars ($1,486,280.00), and the adjustment includes $20,000 for geotechnical services. The total not to exceed reimbursable expenses is adjusted to Seventy-Four Thousand and 00/100 Dollars ($74,000). Exhibit A – Preliminary Engineering Agreement Scope of Services – Task 4 Utility Relocations for I-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 1 of 4 Further Description of Basic Engineering Services and Related Matters: Scope The scope of work for the I-49/Martin Luther King (MLK) Interchange project includes the relocation of publicly owned utilities to precede the roadway improvements to MLK at the proposed crossing of Interstate 49 (I-49) by the Arkansas Department of Transportation (ARDOT). The ARDOT project includes the widening of MLK for the construction of a new overpass of I-49 and improvements West and East of I-49. The utility relocation project will consist of an estimated 9,300 linear feet of water main ranging in size from 2-inch to 36-inch, 5,000 linear feet of sanitary sewer ranging in size from 8-inch to 24-inch, and 2,300 linear feet of steel encasement ranging in size from 16-inch to 54-inch. TASK 1 – Preliminary Engineering Services – Preliminary Design Phase MLK and 15th Street Task 1 (MLK and 15th Street) is complete per the original Agreement. TASK 2 – Preliminary Engineering Services – Final Design Phase (15th Street) Task 2 (15th Street Final Design) is complete per Amendment 1. TASK 3 – Construction Engineering Services – Construction Phase (15th Street) Task 3 (15th Street Construction Phase Services) is ongoing per Amendment 2. TASK 4 – Preliminary Engineering Services – Final Design Phase (MLK) 1. Project Management and Administration a. Prepare correspondence and consultation with Owner b. Develop a detailed project schedule that outlines the tasks and major milestone dates for the Final Design Phase c. Prepare a monthly status report for submission with each invoice 2. Utility Coordination a. Obtain location and size of existing and proposed overhead and underground utilities from the CMGC b. Using utility field survey data, atlas mapping, and information from CMGC, plot existing and proposed utilities on plans c. Attend meetings with CMGC and utility companies to discuss necessary adjustments or relocations Exhibit A – Preliminary Engineering Agreement Scope of Services – Task 4 Utility Relocations for I-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 2 of 4 d. Perform field locates by using spot digging performed by Owner and/or CMGC 3. Preliminary Design Phase (50% Design Phase) a. Manage a geotechnical soils investigation by a subconsultant, GTS, Inc. b. Prepare preliminary plans (horizontal scale of drawings to be 1-inch equals 20 feet or larger, and vertical scale to be 1-inch equals 5 feet or larger). Cross section scale to be 1-inch equals 10 feet horizontal and 1-inch equals 5 feet vertical or larger, including the following information: i. Proposed alignments of pipelines and roads ii. Existing and proposed surface profiles iii. Pipelines, roads, and structures detailed in the profile view iv. Buried utility crossing depths shown in profile v. Pipeline crossing locations (streams and roads) vi. Proposed utility easements and temporary construction easements c. Prepare exhibit showing anticipated easement acquisitions for the project. Prepare property descriptions and exhibits in a format approved by the Purchasing Department for the Owner’s acquisition of utility easements and/or temporary construction easements d. Prepare 50% Opinion of Probable Construction Cost e. Submit one (1) full-size copy and one (1) PDF copy of the 50% Design Plans, as well as a copy of the Opinion of Probable Construction Cost f. Participate in 50% Design Review Meeting within thirty (30) days following submittal of the 50% Design Documents 4. Pre-Final Design Phase (90% Design Phase) a. Prepare final design calculations, plans, profiles, details, cross sections, street crossings, traffic detours and other items. Final plans shall incorporate comments from the 50% Design Review Meeting, evaluation data, record drawing information, and information obtained during site visits i. Prepare construction details which depict all typical items, including but not limited to fire hydrants, valves, vaults, manholes, and bores utilizing the City of Fayetteville format and standard detail drawings where applicable ii. Prepare traffic control plans in accordance with the MUTCD standards and ARDOT requirements Exhibit A – Preliminary Engineering Agreement Scope of Services – Task 4 Utility Relocations for I-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 3 of 4 iii. Prepare stormwater and erosion control measures on plans. As needed, prepare a Stormwater Pollution Prevention Plan in accordance with the requirements of ADEQ General Permit ARR150000, Part II, Section A.4 iv. Prepare plans identifying existing facilities that are to be removed b. Prepare final notes on plans to fully describe the construction work to be performed c. Identify material to be used under the Build America, Buy America Act (BABAA) requirements d. Prepare Specifications and Contract Documents. The City will provide templates for the front-end documents e. Provide construction bid proposal form in electronic format, meeting the City of Fayetteville’s requirements f. Prepare 90% Opinion of Probable Construction Cost g. Perform QA/QC Review of Final Plans and Specifications h. Submit one (1) full size copy and one (1) PDF copy of the 90% Design Plans, as well as a copy of the 90% Opinion of Probable Construction Cost and Specifications i. Prepare permits (ADEQ STAA, ADEQ Stormwater Discharge Permit, ADEQ Hydrostatic Discharge Permit and ARDOT Utility Permit. j. Assist the City's Appraiser and Right-of-Way Acquisition Agent k. Participate in 90% Design Review Meeting within thirty (30) days following submittal of the 90% Design Documents 5. Final Design Phase (100% Design Phase) a. Incorporate any QA/QC Review Comments and 90% Design Review Comments b. Submit one (1) full-size copy, one (1) half-size copy and one (1) PDF copy of the “Issued for Bid” (IFB) Plans, IFB Specifications, and the Final Opinion of Probable Construction Cost c. Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to the Arkansas Department of Health for review and respond to any questions or comments d. Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to ARDOT for review and respond to any questions or comments Exhibit A – Preliminary Engineering Agreement Scope of Services – Task 4 Utility Relocations for I-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 4 of 4 6. Advertising and Bidding Phase a. Provide one (1) PDF copy of the IFB Plans and Specifications updated with the Owner’s project number for use in the Owner’s electronic procurement portal, Ion Wave. The Owner will maintain the official list of plan holders b. Prepare any necessary addenda for the project c. Attend Pre-Bid Conference and Site Visit to assist the Owner in answering questions concerning the project d. Participate in the Bid Opening e. Review bids and prepare a recommendation to the Owner for the award of a Construction Contract f. Assist in the preparation of Contract Documents for execution between the Owner and Contractor Construction Engineering Services – Construction Phase a. Construction Phase Services for the I-49/MLK Relocation Project are not included in this Scope of Services General a. The Engineer should anticipate a 30-calendar day review period by the City staff between the completion of one phase and the beginning of the following phase. Additional time may be required for review by agencies b. The Plans, Specifications and Contract Documents authorized by this Agreement shall be prepared to allow construction bids to be received and construction to be performed under one (1) Construction Contract for I-49/MLK Drive Interchange Utility Relocations c. Subcontracting of services by the Engineer shall have prior approval of the Owner Exclusions to the Scope of Services a. Construction Observation or Administration services including submittal review, review or preparation of payment requests, assessment of substantial/final completion, review of Contractor’s conformance to construction documents, and preparation of Record Drawings. Any Scope of Services for Construction Phase Services will be considered under a separate Agreement or Amendment to this Agreement b. Environmental assessment or evaluation of the site Exhibit B Scope of Services and Fee Proposal Utility Relocations for I-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 PHASE 4 (TASK 4 ): Preliminary Engineering Services - Final Design Phase Utility Relocations for I-49/MLK, Fayetteville, Arkansas Engr Engr Engr Designer GPS Survey Tech Document Total Total VII V III II Survey Surveyor Technician III Processor Hours Cost $250 $200 $150 $135 $175 $150 $50 $120 $75 1. a.16 24 8 8 56 $10,600 b.16 16 8 8 48 $9,000 c.24 24 48 $10,800 2. a.16 16 8 40 $6,800 b.12 16 40 40 108 $16,200 c.40 40 80 $18,000 d.24 24 16 16 16 96 $14,400 3. a.16 16 16 8 56 $10,200 b.16 40 80 120 24 280 $43,080 i.Proposed alignments of pipelines and roads 8 16 16 32 12 84 $13,360 ii.Existing and proposed surface profiles 8 24 16 8 8 64 $11,240 iii.Pipelines, roads, and structures detailed in the profile view 8 40 16 32 8 104 $17,680 iv.Buried utility crossing depths shown in profile 8 24 16 16 8 72 $12,320 v.Pipeline crossing locations (streams and roads)8 24 16 24 8 80 $13,400 vi.Proposed utility easements and temporary construction easements 8 24 8 40 40 80 40 24 264 $37,280 c.16 8 40 80 20 164 $23,300 d.8 40 64 32 12 156 $24,820 e.4 4 8 16 $2,000 f.16 16 16 8 56 $10,680 4. a.8 24 40 56 8 136 $21,320 i.Prepare construction details which depict all typical items, including but not limited to fire hydrants, valves, vaults, manholes, and bores utilizing the City of Fayetteville format and standard detail drawings where applicable 8 24 40 56 8 136 $21,320 ii.Prepare traffic control plans in accordance with the MUTCD standards and ARDOT requirements 8 16 24 8 8 64 $10,840 iii.Prepare stormwater and erosion control measures on plans. As needed, prepare a Stormwater Pollution Prevention Plan in accordance with the requirements of ADEQ General Permit ARR150000, Part II, Section A.4 8 24 24 24 8 24 112 $16,400 iv.Prepare plans identifying existing facilities that are to be removed 8 24 32 16 8 88 $14,720 b.8 16 16 16 8 64 $10,720 c.8 16 24 8 56 $9,400 Obtain location and size of existing and proposed overhead and underground utilities from the Construction Manager General Contractor (CMGC) Prepare exhibit showing anticipated easement acquisitions for the project. Prepare property descriptions and exhibits in a format approved by the Purchasing Department for the Owner’s acquisition of utility easements and/or temporary construction easements Attend meetings with CMGC and utility companies to discuss necessary adjustments or relocations Perform field locates by using spot digging performed by Owner and/or CMGC Manage a geotechnical soils investigation by a subconsultant, GTS, Inc. Task Billing Rate Project Management and Administration Prepare correspondence and consultation with Owner Develop a detailed project schedule that outlines the tasks and major milestone dates for the Final Design Phase Prepare 50% Opinion of Probable Construction Cost Submit one (1) full-size copy and one (1) PDF copy of the 50% Design Plans, as well as a copy of the Opinion of Probable Construction Cost Participate in 50% Design Review Meeting within thirty (30) days following submittal of the 50% Design Documents Pre-Final Design Phase (90% Design Phase) Prepare a monthly status report for submission with each invoice Utility Coordination Preliminary Design Phase (50% Design Phase) Prepare preliminary plans (horizontal scale of drawings to be 1-inch equals 20 feet or larger, and vertical scale to be 1-inch equals 5 feet or larger). Cross section scale to be 1-inch equals 10 feet horizontal and 1- inch equals 5 feet vertical or larger including the following information: Using utility field survey data, atlas mapping, and information from CMGC, plot existing and proposed utilities on plans Prepare final design calculations, plans, profiles, details, cross sections, street crossings, traffic detours and other items. Final plans shall incorporate comments from the 50% Design Review Meeting, evaluation data, record drawing information, and information obtained during site visits Prepare final notes on plans to fully describe the construction work to be performed Identify material to be used under the Build America, Buy America Act (BABAA) requirements Exhibit B - Scope of Services Fee Proposal (3-14-24)\2022129 Final Task 4 MLK Page 1 of 2 Exhibit B Scope of Services and Fee Proposal Utility Relocations for I-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 PHASE 4 (TASK 4 ): Preliminary Engineering Services - Final Design Phase Utility Relocations for I-49/MLK, Fayetteville, Arkansas Engr Engr Engr Designer GPS Survey Tech Document Total Total VII V III II Survey Surveyor Technician III Processor Hours Cost $250 $200 $150 $135 $175 $150 $50 $120 $75 Task Billing Rate d.8 24 40 16 120 208 $23,960 e.16 16 24 2 8 66 $11,670 f.8 32 40 16 8 104 $17,160 g.24 32 40 80 16 192 $30,400 h.4 8 4 16 $2,300 i.8 16 24 20 16 84 $12,700 j.16 16 40 24 40 24 8 168 $23,000 k.8 8 8 8 32 $5,880 5. a.12 16 24 40 8 100 $15,800 b.4 4 4 8 20 $2,540 c.8 40 40 24 12 124 $20,140 d.8 16 24 12 16 76 $11,620 6. a.4 4 4 8 20 $2,540 b.8 24 16 4 8 60 $10,340 c.8 16 16 8 48 $8,200 d.8 8 8 24 $4,800 e.8 16 4 8 36 $6,400 f.8 16 8 16 48 $7,600 396 892 896 838 80 264 80 140 368 3954 $99,000 $178,400 $134,400 $113,130 $14,000 $39,600 $4,000 $16,800 $27,600 $626,930 7. Item Total a.$20,000 $20,000 ENGINEERING SERVICES SUMMARY Utility Relocations for I-49/MLK, Fayetteville, Arkansas $646,930 Total Engineering Fee - Not to Exceed $646,930 Reimbursable Expenses Outside Services Geotechnical Boring Description PHASE 4 (TASK 4 ): Preliminary Engineering Services - Final Design Phase Total Estimated Reimbursable Expenses Perform QA/QC Review of Final Plans and Specifications Prepare permits (ADEQ STAA, ADEQ Stormwater Discharge Permit, ADEQ Hydrostatic Discharge Permit, ARDOT Utility Permit, and USACE Section 404) Assist the City's Appraiser and Right-of-Way Acquisition Agent Participate in 90% Design Review Meeting within thirty (30) days following submittal of the 90% Design Documents Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to ARDOT for review and respond to any questions or comments Submit one (1) full size copy and one (1) PDF copy of the 90% Design Plans, as well as a copy of the Final Opinion of Probable Construction Cost and Specifications Total Hours Total Cost - Task 2 Final Design Engineering Services Attend Pre-Bid Conference and Site Visit to assist the Owner in answering questions concerning the project Review bids and prepare a recommendation to the Owner for the award of a Construction Contract Prepare Final Opinion of Probable Construction Cost Assist in the preparation of Contract Documents for execution between the Owner and Contractor Advertising and Bidding Phase Provide one (1) PDF copy of the IFB Plans and Specifications updated with the Owner’s project number for use in the Owner’s electronic procurement portal, Ion Wave. The Owner will maintain the official list of plan Prepare any necessary addenda for the project Final Design Phase (100% Design Phase) Incorporate any QA/QC Review Comments and 90% Design Review Comments Submit one (1) full-size copy, one (1) half-size copy and one (1) PDF copy of the “Issued for Bid” (IFB) Plans, IFB Specifications, and the Final Opinion of Probable Construction Cost Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to the Arkansas Department of Health for review and respond to any questions or comments Participate in the Bid Opening Prepare Specifications and Contract Documents. The City will provide templates for the front-end Provide construction bid proposal form in electronic format, meeting the City of Fayetteville’s requirements Exhibit B - Scope of Services Fee Proposal (3-14-24)\2022129 Final Task 4 MLK Page 2 of 2 Hawkins-Weir Engineers, Inc. Hourly Rate Schedule: 2024 Description Billing Rate/Hour Engineer VII $250 Engineer VI $225 Engineer V $200 Engineer IV $175 Engineer III $150 Engineer II $125 Engineer I $75 Environmental Specialist II $130 Environmental Specialist I $110 Designer II $135 Designer I $100 CAD/BIM Modeler II $135 CAD/BIM Modeler I $100 CAD/GIS Technician III $120 CAD/GIS Technician II $95 CAD/GIS Technician I $75 Construction Manager II $140 Construction Manager I $125 Construction Observer IV $135 Construction Observer III $115 Construction Observer II $95 Construction Observer I $75 Surveyor $150 GPS Survey $175 Survey Technician $50 Business Manager $100 Graphic Designer $100 Document Processor $75 Reimbursable Expenses Mileage $0.72/mile Printing @ Cost Travel @ Cost Expert Witness Rate x 2.0 Other Direct Costs @ Cost Notes: 1. Hourly rates may be equitably adjusted annually 2. Adjustment to rate schedule will not change contract lump sum or NTE amounts 3. If a conflict exists, hourly rates & reimbursable expenses will be invoiced per terms of Agreement. Exhibit C Exhibit D Preliminary Design Cost Estimate ARDOT Highway 62 Utility Relocations City of Fayetteville, Arkansas HWEI Project No. 2022129 March 14, 2024 Item No.Description Unit Price Total Price 1 Performance and Payment Bonds 1 LS 500,000$ 500,000$ 2 Mobilization 1 LS 170,000$ 170,000$ 3 Maintenance of Traffic 1 LS 460,000$ 460,000$ 4 Trench Safety/Protective Systems 1 LS 130,000$ 130,000$ 5 Construction Erosion Control and Sediment Control 1 LS 90,000$ 90,000$ 6 Site Preparation 1 LS 330,000$ 330,000$ 7 Remove and Dispose of Concrete Sidewalks and Driveways 2,750 SY 25$ 68,750$ 8 Remove and Dispose of Concrete Curb or Curb & Gutter 3,500 LF 16$ 56,000$ 9 Remove and Dispose of Concrete Headwalls, Wingwalls, Inlets or Junction Boxes 20 EA 1,250$ 25,000$ 10 Clear and Grub Trees 25 EA 3,500$ 87,500$ 11 Clearing and Grubbing 1 LS 25,000$ 25,000$ 12 Construction Dewatering 1 LS 8,000$ 8,000$ 13 Bypass Pumping 1 LS 100,000$ 100,000$ 14 Granular Backfill (Trenches)4,550 CY 75$ 341,250$ 15 Class 7 Aggregate Base Course 100 CY 100$ 10,000$ 16 Select Backfill (Trenches)7,400 CY 50$ 370,000$ 17 Boring & Receiving Pits 20 EA 10,000$ 200,000$ 18 Flowable Fill (Trenches)150 CY 150$ 22,500$ 19 Rock Excavation (Trenches)1,000 CY 200$ 200,000$ 20 Pipe Casing - 4" HDPE 65 LF 100$ 6,500$ 21 Pipe Casing - 16" Steel (Bored)710 LF 1,200$ 852,000$ 22 Pipe Casing - 20" Steel (Bored)410 LF 1,500$ 615,000$ 23 Pipe Casing - 24" Steel (Bored)60 LF 2,000$ 120,000$ 24 Pipe Casing - 30" Steel (Bored)540 LF 3,000$ 1,620,000$ 25 Pipe Casing - 30" Steel (Open Cut)30 LF 2,000$ 60,000$ 26 Pipe Casing - 36" Steel (Bored)140 LF 3,000$ 420,000$ 27 Pipe Casing - 48" Steel (Bored)210 LF 4,000$ 840,000$ 28 Pipe Casing - 54" Steel (Bored)190 LF 5,000$ 950,000$ 29 Sanitary Sewer Trenching and Backfilling, 4-8' Deep 330 LF 75$ 24,750$ 30 Sanitary Sewer Trenching and Backfilling, 8-12' Deep 380 LF 100$ 38,000$ 31 Sanitary Sewer Trenching and Backfilling, 12-16' Deep 740 LF 125$ 92,500$ 32 Sanitary Sewer Trenching and Backfilling, 16-20' Deep 820 LF 150$ 123,000$ 33 Sanitary Sewer Trenching and Backfilling, 20-24' Deep 1,480 LF 200$ 296,000$ 34 Seeding, Fertilizing and Mulching 1,200 SY 6$ 7,200$ 35 Solid Sodding 10,600 SY 12$ 127,200$ 36 Gravel Driveway Repair (6" Thickness)620 SY 100$ 62,000$ 37 Asphalt Pavement Repair (Type 3, 3" Thickness)5,100 SY 150$ 765,000$ 38 Cold Milling Asphalt Pavement 5,100 SY 75$ 382,500$ 39 Deep Patch 2,350 SY 200$ 470,000$ 40 Curb and Gutter (Type A - Barrier)3,320 LF 75$ 249,000$ 41 Curb and Gutter (Type B - Mountable)100 LF 100$ 10,000$ 42 Concrete Driveway (9" Thickness)2,400 SY 200$ 480,000$ 43 Concrete Sidewalk (4" Thickness)220 SY 100$ 22,000$ 44 Handicap Ramp 4 EA 1,500$ 6,000$ 45 Remove & Replace 18" RCP Class III 300 LF 150$ 45,000$ 46 Remove & Replace 18" Flared End Section 4 EA 2,000$ 8,000$ 47 Remove & Replace 24" RCP Class III 60 LF 175$ 10,500$ 48 Remove & Replace 36" RCP Class III 160 LF 250$ 40,000$ 49 Remove & Replace 42" RCP Class III 10 LF 300$ 3,000$ 50 Remove & Replace 24"x52" RCPE 10 LF 1,000$ 10,000$ 51 Remove & Replace Concrete Ditch Paving 110 SY 150$ 16,500$ 52 Concrete Inlets and Junction Boxes 70 CY 1,000$ 70,000$ 53 Concrete Headwalls & Wingwalls 4 CY 1,600$ 6,400$ 54 Remove and Replace Railroad Tie Retaining Wall 60 LF 1,500$ 90,000$ 55 Water Pipe (2" PVC, AWWA C900, Class 305, DR 14)130 LF 50$ 6,500$ 56 Water Pipe (6" PVC, AWWA C900, Class 305, DR 14)20 LF 75$ 1,500$ 57 Water Pipe (8" PVC, AWWA C900, Class 305, DR 14)3,400 LF 100$ 340,000$ 58 Water Pipe (10" PVC, AWWA C900, Class 305, DR 14)20 LF 125$ 2,500$ 59 Water Pipe (12" PVC, AWWA C900, Class 305, DR 14)2,700 LF 150$ 405,000$ Quantity/Unit 2022129\MLK Preliminary Cost Estimate 3-14-24 1 of 3 Exhibit D Preliminary Design Cost Estimate ARDOT Highway 62 Utility Relocations City of Fayetteville, Arkansas HWEI Project No. 2022129 March 14, 2024 Item No.Description Unit Price Total PriceQuantity/Unit 60 Water Pipe (18" PVC, AWWA C900, Class 305, DR 14)360 LF 200$ 72,000$ 61 Water Pipe (18" DIP, AWWA C151, Class 250)1,700 LF 300$ 510,000$ 62 Water Pipe (36" Ductile Iron, Class 250)1,000 LF 500$ 500,000$ 63 Ductile Iron Fittings 40,700 LBS 20$ 814,000$ 64 6" Gate Valve with Valve Box 2 EA 3,000$ 6,000$ 65 8" Gate Valve with Valve Box 12 EA 4,000$ 48,000$ 66 18" Butterfly Valve with Valve Box 2 EA 25,000$ 50,000$ 67 36" Butterfly Valve with Valve Box 3 EA 40,000$ 120,000$ 68 6"x6" Tapping Sleeve and Valve with Valve Box 1 EA 6,000$ 6,000$ 69 8"x8" Tapping Sleeve and Valve with Valve Box 4 EA 8,000$ 32,000$ 70 10"x10" Tapping Sleeve and Valve with Valve Box 1 EA 10,000$ 10,000$ 71 12"x12" Tapping Sleeve and Valve with Valve Box 2 EA 12,000$ 24,000$ 72 24"x8" Tapping Sleeve and Valve with Valve Box 1 EA 15,000$ 15,000$ 73 24"x24" Tapping Sleeve and Valve with Valve Box 2 EA 24,000$ 48,000$ 74 Fire Hydrant Assembly (Regular)20 EA 7,500$ 150,000$ 75 Fire Hydrant Assembly without Tee 2 EA 6,500$ 13,000$ 76 Salvage Existing Fire Hydrant 8 EA 1,200$ 9,600$ 77 Connect to Existing 2" Water Main 2 EA 2,000$ 4,000$ 78 Connect to Existing 8"-10" Water Main 5 EA 3,000$ 15,000$ 79 Connect to Existing 30" Water Main 1 EA 60,000$ 60,000$ 80 Connect to Existing 36" Water Main 1 EA 65,000$ 65,000$ 81 Cut & Cap Existing 2" Water Line 3 EA 2,000$ 6,000$ 82 Cut & Cap Existing 6" Water Line 1 EA 2,500$ 2,500$ 83 Cut & Cap Existing 8" Water Line 5 EA 3,000$ 15,000$ 84 Cut & Cap Existing 10" Water Line 1 EA 3,500$ 3,500$ 85 Cut & Cap Existing 12" Water Line 2 EA 4,000$ 8,000$ 86 Cut & Cap Existing 24" Water Line 2 EA 6,000$ 12,000$ 87 Cut & Cap Existing 30" Water Transmission Line 1 EA 10,000$ 10,000$ 88 Cut & Cap Existing 36" Water Transmission Line 1 EA 10,000$ 10,000$ 89 Concrete Blocking 200 CY 650$ 130,000$ 90 Polyethylene Wrap (36" Pipe, Double Wrapped)1,000 LF 15$ 15,000$ 91 Remove and Dispose Water Line (36-Inch)500 LF 600$ 300,000$ 92 Water Line Marker Post 10 EA 150$ 1,500$ 93 2" Combination Air/Vacuum Release Valve with Vault 3 EA 20,000$ 60,000$ 94 8" Combination Air/Vacuum Release Valve with Vault 1 EA 40,000$ 40,000$ 95 1" Water Service Connection 40 EA 2,000$ 80,000$ 96 2" Water Service Connection 10 EA 2,500$ 25,000$ 97 Water Service Line (3/4" Copper Tubing, Type K)250 LF 35$ 8,750$ 98 Water Service Line (1" Copper Tubing, Type K)1,000 LF 40$ 40,000$ 99 Water Service Line (1-1/2" Copper Tubing, Type K)50 LF 45$ 2,250$ 100 Water Service Line (2" Copper Tubing, Type K)100 LF 50$ 5,000$ 101 5/8 "x 3/4" Single Water Meter Box 2 EA 1,500$ 3,000$ 102 5/8 "x 3/4" Double Water Meter Box 2 EA 1,750$ 3,500$ 103 3/4" Single Water Meter Box 5 EA 1,500$ 7,500$ 104 1" Single Water Meter Box 30 EA 1,500$ 45,000$ 105 1-1/2" Single Water Meter Box 1 EA 2,000$ 2,000$ 106 2" Single Water Meter Box 2 EA 2,000$ 4,000$ 107 Sewer Pipe (8" PVC, SDR 26)920 LF 115$ 105,800$ 108 Sewer Pipe (8" Ductile Iron, Class 350)300 LF 130$ 39,000$ 109 Sewer Pipe (15" PVC, SDR 26)500 LF 200$ 100,000$ 110 Sewer Pipe (15" Ductile Iron, Class 350)2,960 LF 250$ 740,000$ 111 Sewer Pipe (24" PVC, SDR 26)250 LF 300$ 75,000$ 112 Sewer Pipe (24" Ductile Iron, Class 350)20 LF 350$ 7,000$ 113 Sewer Line Marker Post 26 EA 100$ 2,600$ 114 Standard Depth Manhole (4' Diameter, 0-6' Deep)30 EA 7,500$ 225,000$ 115 Additional Manhole Depth (4' Diameter)260 VF 300$ 78,000$ 116 Manhole Drop (4' and Less)1 EA 5,000$ 5,000$ 117 Additional Height for Manhole Drop 10 VF 600$ 6,000$ 118 Manhole Frame and Cover 20 EA 600$ 12,000$ 2022129\MLK Preliminary Cost Estimate 3-14-24 2 of 3 Exhibit D Preliminary Design Cost Estimate ARDOT Highway 62 Utility Relocations City of Fayetteville, Arkansas HWEI Project No. 2022129 March 14, 2024 Item No.Description Unit Price Total PriceQuantity/Unit 119 Manhole Frame and Cover (Hinged)4 EA 800$ 3,200$ 120 Manhole Frame and Cover (Hinged & Bolt-Down)3 EA 1,000$ 3,000$ 121 Connect Sewer Main Pipe to Existing Manhole 3 EA 1,500$ 4,500$ 122 Concrete Collar 10 EA 500$ 5,000$ 123 Abandon Existing Manhole 20 EA 1,800$ 36,000$ 124 Remove and Dispose of Manhole 5 EA 2,000$ 10,000$ 125 Cut & Plug Existing 6" Sewer Main 1 EA 1,100$ 1,100$ 126 Cut & Plug Existing 8" Sewer Main 2 EA 1,200$ 2,400$ 127 Cut & Plug Existing 10" Sewer Main 1 EA 1,300$ 1,300$ 128 Cut & Plug Existing 15" Sewer Main 2 EA 1,500$ 3,000$ 129 Cut & Plug Existing 24" Sewer Main 2 EA 2,000$ 4,000$ 130 4" PVC SDR 26 Sewer Service Line 500 LF 125$ 62,500$ 131 Reinstate Sanitary Service 25 EA 2,000$ 50,000$ 132 Remove and Replace Fence (3' Tall, Vinyl)90 LF 500$ 45,000$ 133 Remove and Replace Fence (6' Tall, Wood)100 LF 80$ 8,000$ 134 Remove and Replace Fence (4' Tall, Wood)50 LF 60$ 3,000$ 135 Remove and Replace Fence (6' Tall, Chain Link)120 LF 65$ 7,800$ 136 Remove and Replace Sign Structure 15 EA 5,000$ 75,000$ 137 Remove and Replace Light Pole 15 EA 10,000$ 150,000$ 138 Remove and Replace Flag Pole 3 EA 10,000$ 30,000$ 139 Demolish Existing Sanitary Sewer Lift Station 1 LS 12,000$ 12,000$ TOTAL ESTIMATED CONSTRUCTED COST 18,210,850 2022129\MLK Preliminary Cost Estimate 3-14-24 3 of 3 Quote Jack Tyler Engineering, Incorporated 6301 S. University Avenue Little Rock, AR 72209 (501) 562-2296 Phone (501) 562-4273 Fax Sold To:Ship To: City of Fayetteville Pollution 1500 N. Fox Hunter Fayetteville, AR 72701 CH2M Hill Operations Management (OMI) P.O. Box 241329 Denver, CO 80224-1329 Page:1 Order Number: Order Date: Salesperson: Customer Number: 0141603 3/8/2024 0016 0010802 Quoted By:bfleming (720) 286-9184Customer Fax: Entered by:bfleming Confirm To: Josh Alleman Customer P.O. Ship VIA JTE DELIVERY F.O.B.Terms Net 15 Item Number Unit Price AmountShipped Back OrderOrdered Freight PREPAID PUMP REPAIR CORNELL PUMP MODEL 12NHG28-F20TB; SN: 145781 22.06 NORMAL LEAD TIME FOR REPAIR IS 5-7 WEEKS, ARO EACH 43,875.6143,875.611.00 0.00 0.00 Repair /REPAIR EACH Whse:004 0.000.001.00 0.00 0.00 SLV 4X3.5X5.75 (400-500BHN) A20815-15-SG EACH Whse:004 0.000.001.00 0.00 1.00 SEAL MECH, 4002S MC A15010D-40 EACH 0.000.001.00 0.00 0.00 O-RING 3.50 X 3.75 X .12 THK *A15251V-59-EB EACH Whse:004 0.000.001.00 0.00 1.00 O-Ring (Cornell) A15250U-59-EB EACH Whse:004 0.000.002.00 0.00 2.00 VOLUTE GASKET A659AI-197GA EACH Whse:004 0.000.001.00 0.00 1.00 LIP SEAL CR46155 A21178D-18 EACH 0.000.001.00 0.00 0.00 LIP SEAL CR 48692 *A21178E-18 Continued Quote Jack Tyler Engineering, Incorporated 6301 S. University Avenue Little Rock, AR 72209 (501) 562-2296 Phone (501) 562-4273 Fax Sold To:Ship To: City of Fayetteville Pollution 1500 N. Fox Hunter Fayetteville, AR 72701 CH2M Hill Operations Management (OMI) P.O. Box 241329 Denver, CO 80224-1329 Page:2 Order Number: Order Date: Salesperson: Customer Number: 0141603 3/8/2024 0016 0010802 Quoted By:bfleming (720) 286-9184Customer Fax: Entered by:bfleming Confirm To: Josh Alleman Customer P.O. Ship VIA JTE DELIVERY F.O.B.Terms Net 15 Item Number Unit Price AmountShipped Back OrderOrdered Freight PREPAID EACH Whse:004 0.000.003.00 0.00 3.00 BALL BEARING 7226B,MP,UO A15018H-20 EACH Whse:004 0.000.001.00 0.00 1.00 BALL BEARING, 6324M A16814M-20 EACH 0.000.001.00 0.00 0.00 BACKPL. 20NH T2 SGL. *E4133-38-CP EACH 0.000.001.00 0.00 0.00*A20724B-28-KS IMPELLER WASHER 1.19 X 4.50 X 1.00 12NHG22 EACH Whse:004 0.000.001.00 0.00 1.00 IMPELLER BOLT A16757T-12-SD EACH 0.000.002.00 0.00 0.00 SOC SET SCREW 3/8-24 X 1"LG. *A14432M-149-SD EACH 0.000.001.00 0.00 0.00 KEY .88 X 3.50 *A20687E-28-KS EACH 0.000.003.00 0.00 0.00*A12339K-107-SDA SHIM, 1.25 X 3.44 X 0.015 (AS REQD) EA 0.000.004.00 0.00 0.00 SHIM .010 THICK (AS REQ'D.) *A20727B-107-AS EACH 0.000.001.00 0.00 0.00 SHIM .005 THICK (AS REQ'D.) *A20727A-107-AS Continued Quote Jack Tyler Engineering, Incorporated 6301 S. University Avenue Little Rock, AR 72209 (501) 562-2296 Phone (501) 562-4273 Fax Sold To:Ship To: City of Fayetteville Pollution 1500 N. Fox Hunter Fayetteville, AR 72701 CH2M Hill Operations Management (OMI) P.O. Box 241329 Denver, CO 80224-1329 Page:3 Order Number: Order Date: Salesperson: Customer Number: 0141603 3/8/2024 0016 0010802 Quoted By:bfleming (720) 286-9184Customer Fax: Entered by:bfleming Confirm To: Josh Alleman Customer P.O. Ship VIA JTE DELIVERY F.O.B.Terms Net 15 Item Number Unit Price AmountShipped Back OrderOrdered Freight PREPAID EACH 0.000.001.00 0.00 0.00 SUCTION COVER 12NHG28 *D5886-1-CP 0.000.0016.00 0.00 0.00 0.000.001.00 0.00 0.00 0.000.001.00 0.00 0.00 Freight, Shipping & Handling /LABOR HR Service Labor /SHOP SUPPLIES Misc Shop Supplies /FREIGHT EA PRICING FOR WET END PARTS NORMAL LEAD TIME FOR DELIVERY IS 2-4 WEEKS, ARO EACH Whse:001 0.003,846.000.00 0.00 0.00 WEAR RING, CASING - CORNELL A20976A-6-SG EACH Whse:001 0.003,846.000.00 0.00 0.00 WEAR RING, IMPELLER - CORNELL A20976B-6-SG EACH Whse:001 0.0013,005.000.00 0.00 0.00D5884-3PB-CI-L IMPELLER - CORNELL 12NHG28 FULL BACKSHROUD Net Order:43,875.61 Sales Tax IS NOT included in quoted price Thank you for the opportunity to quote on your requirements. If you have any questions, please do not hesitate to contact us. NOTE: This quotation expires 30 days from above date unless noted. CUSTOMER HAS REQUESTED A NEW SUCTION COVER LEAD TIME FOR A NEW SUCTION COVER IS 8-10 WEEKS JACK TYLER ENGINEERING, INCORPORATED 6301 S. UNIVERSITY AVENUE, LITTLE ROCK, ARKANSAS 72209 (501)562-2296 • FAX (501) 562-4273 • ARKANSAS WATS 1-800-562-2296 STATEMENT OF TERMS AND CONDITIONS TERMS/PAYMENTS: Our terms of payment are net cash 15 days from date of the invoice subject to SHIPMENT: EXPIRATION: TAXES: Seller’s prior credit approval. If the Buyer shall fail to make any payments in accordance with the terms and conditions of sale, the Seller, in addition to its other rights and remedies, but not in limitation thereof, may, at its option, without prior notice, cancel this order as to any undelivered products or defer shipments or deliveries hereunder, or under any other agreement between Buyer and Seller, except upon Seller’s receipt of cash before shipment or such security as Seller considers satisfactory. Seller reserves the right to impose an interest charge of 16%on the balance of each invoice not paid on its due date for the period from the due date to the date of receipt of payment by Seller. In the event Buyer’s failure to make timely payments to Seller results in Seller incurring additional costs, including but not limited to collection expenses and attorneys’ fees, said costs shall be added to the amount due Seller from Buyer. Buyer shall have no right to any discount or retainage and shall not withhold payment as a set-off on Seller’s invoice in any amount. Visa, MasterCard, Discover, and American Express credit card purchases are accepted. The date of shipment is subject to our receiving your order with complete information at our office, final approval of any prints or drawings as may be required, credit approval, and the acceptance of your order by the company. Freight Charges are not included in the quoted price. Quotation expires 30 days from the date of proposal and, in the interim, is subject to change without notice. Unless otherwise stated in the proposal, the prices quoted herein are exclusive of all sales, use and similar taxes and, wherever applicable, such taxes will be added to the invoice as separate items. SPECIAL NOTE: THIS PROPOSAL IS BASED ON CURRENT PRICES. EQUIPMENT IS SUBJECT TO THE SAME PERCENTAGE INCREASE AS MADE BY OUR SUPPLIERS AND THE INVOICE WILL REFLECT PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS SPECIFICALLY EXCEPTED. WE WILL NOT ACCEPT RETAINAGE ON ANY OF OUR INVOICES! ***** A $50.00 minimum order charge will apply ***** WARRANTY: “The products sold by Jack Tyler Engineering, Inc. hereunder are manufactured by others, and the only warranties that apply to these products are those of the manufacturer of the products which can be passed on by Jack Tyler Engineering, Inc. to its customers. No other warranty of any kind is given in connection with the sale of any of the above products, and JACK TYLER ENGINEERING, INC. MAKES NO WARRANTY OF ANY KIND, EXPRESS OR IMPLIED, AS TO MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR AS TO ANY OTHER MATTER RESPECTING THESE PRODUCTS. Jack Tyler Engineering, Inc. shall not be liable in connection with the sale of the above products for any incidental or consequential damages of any kind.” An electronic copy of the latest version is available online at www.jteng.com. Form No. 41-1 Rev. 07 - 07/12/19 RETURNS/REFUNDS:Items wished to be returned are subject to prior approval and must be accompanied by a Return Merchandise Authorization (RMA). Items returned without proper approval and/or paperwork will be returned to the customer at their expense. Returns past 30 days of initial receipt will not be accepted. All returned items are subject to a restocking fee. The customer's credit will be equal to the credit Jack Tyler Engineering, Inc. receives from the vendor, minus orginal freight and freight back to the vendor. Please note that all items must be returned to JTEI, who will return the item to the vendor. Credit will only be issued once JTEI receives credit from the vendor.