Loading...
HomeMy WebLinkAbout129-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 129-24 File Number: 2024-31 HAWKINS-WEIR ENGINEERS, INC. (AMENDMENT NO. 3): A RESOLUTION TO APPROVE AMENDMENT NO. 3 TO THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $646,930.00 FOR PROFESSIONAL SERVICES ASSOCIATED WITH UTILITY RELOCATIONS ALONG MARTIN LUTHER KING JR. BLVD. AT THE I-49/HWY-62 INTERCHANGE WHEREAS, on February 7, 2023, the City Council passed Resolution No. 30-23 approving a Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. for engineering services associated with the utility relocations at the I-49 and Martin Luther King, Jr. Boulevard Interchange Project; and WHEREAS, on June 6, 2023, the City Council passed Resolution No. 125-23 approving Amendment No. 1 to the contract with Hawkins -Weir Engineers, Inc. to advance the design from 30% to 100% bid -ready plans and specifications for just the relocations necessary near the 15th Street improvements; and WHEREAS, on January 2, 2024, the City Council passed Resolution No. 8-24 approving Amendment No. 2 to the contract with Hawkins -Weir Engineers, Inc. to increase the scope of engineering services to include construction observation, field accounting, construction engineering support, material submittal reviews, as -built drawing preparation, and all services necessary to manage the project throughout construction; and WHEREAS, 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. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Amendment No. 3 to the Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $646,930.00 for professional services associated with utility relocations along Martin Luther King Jr. Blvd. at the I-49/HWY-62 Interchange, as shown in the scope of services attached to Amendment No. 3. PASSED and APPROVED on May 7, 2024 Page 1 Resolution: 129-24 File Number: 2024-31 Approved: Page 2 Attest: Kara Paxton, City CI Treasurer ,0NNH1►Ifff" FAYFTI FVII l i ��j� tip' • ... • 'Gl) ;� I i i i� W`����` CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 CITY COUNCIL MEMO 2024-31 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Hawkins -Weir Engineers, Inc. - Amendment No. 3 for 1-49 & MILK Utility Relocations RECOMMENDATION: 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 1-49 & Hwy-62 Interchange in an amount not to exceed $646,930.00. BACKGROUND: 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 1-49 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. DISCUSSION: 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 MILK Blvd from Leflar Way to east of Futrall Drive. The scope represents a very large relocation for the City, including approximately 9,000-LF of various waterlines from 2"-36" diameters, and 5,000-LF of various sewerlines 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 MILK portion of the project advances through bidding. BUDGET/STAFF IMPACT: The proposed contract amendment is hourly in the maximum not -to -exceed amount of $646,930.00. The breakout between the different accounts would be $420,504.50 for the water portion, and $226,425.50 for the sewer portion. Budgeted funds are available in the Water & Sewer Relocations account within the Water & Sewer fund. Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 ATTACHMENTS: SRF (#3), Amendment No. 3 (#4) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-31 Hawkins -Weir Engineers, Inc. - Amendment No. 3 for I-49 & MLK Utility Relocations A RESOLUTION TO APPROVE AMENDMENT NO. 3 TO THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $646,930.00 FOR PROFESSIONAL SERVICES ASSOCIATED WITH UTILITY RELOCATIONS ALONG MARTIN LUTHER KING JR. BLVD. AT THE I-49/HWY-62 INTERCHANGE WHEREAS, on February 7, 2023, the City Council passed Resolution No. 30-23 approving a Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. for engineering services associated with the utility relocations at the I-49 and Martin Luther King, Jr. Boulevard Interchange Project; and WHEREAS, on June 6, 2023, the City Council passed Resolution No. 125-23 approving Amendment No. 1 to the contract with Hawkins -Weir Engineers, Inc. to advance the design from 30% to 100% bid - ready plans and specifications for just the relocations necessary near the 15th Street improvements; and WHEREAS, on January 2, 2024, the City Council passed Resolution No. 8-24 approving Amendment No. 2 to the contract with Hawkins -Weir Engineers, Inc. to increase the scope of engineering services to include construction observation, field accounting, construction engineering support, material submittal reviews, as -built drawing preparation, and all services necessary to manage the project throughout construction; and WHEREAS, 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. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Amendment No. 3 to the Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $646,930.00 for professional services associated with utility relocations along Martin Luther King Jr. Blvd. at the I-49/HWY-62 Interchange, as shown in the scope of services attached to Amendment No. 3. Page 1 City of Fayetteville Staff Review Form 2024-31 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 4/10/2024 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: 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 1-49 & Hwy-62 Interchange in an amount not to exceed $646,930.00. Budget Impact: 5400.720.5600-5314.00 Water and Sewer 5400.720.5700-5314.00 Account Number Fund 11011.2301 Water/Sewer Relocations - Bond Projects Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 11,659,260.00 Expenses (Actual+Encum) $ 10,864,583.65 Available Budget 794,676.35 Does item have a direct cost? Yes Item Cost $ 646,930.00 s a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget 147,746.35J Purchase Order Number: Change Order Number: Original Contract Number: 2023-197 3 2023-00000010 Comments: RFQ 21-01, Selection #14 V20221130 Previous Ordinance or Resolution 30-23, 125-23, 8-24 Approval Date: HAWKI N S ►WEIR E N G I N E E R S, I N C. Engineering Client Success March 14, 2024 Mr. Corey Granderson, P.E. Utilities Engineer City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Re: Utility Relocations 1-49/MLK Interchange Agreement for Engineering Services — Amendment No. 3 HWEI Project No. 2022129 Dear Mr. Granderson We respectfully request an Amendment to ourAgreement for Professional Services, dated February 7, 2023 (Agreement), for the referenced project. The purpose of this Amendment is to add engineering scope and fee for the preparation of Task4 — Preliminary Engineering Agreement for the Final Design Phase of the I-49/MLK Interchange. As defined in our original Agreement, Task 1 defined preliminary engineering services associated with route selections for utility relocations and preparation of an opinion of probable construction costs for both the MLK Drive and West 15" Street utility relocations. Task 1 for the 1-49/151 Street Interchange and I-49/MLK Interchange Preliminary Design is complete. Task 2 for the 1-49/151 Street Interchange Final Design is complete. Task 3 is for the West 15"' Street Utility Relocation Construction Phase Services, and construction of this project by Brother's Construction is currently underway. We propose an increase of $646,930.00 to our contractual not to exceed (NTE) fee based on our Standard Hourly Rate Schedule. If this Amendment is approved, our NTE fee will increase from $839,350.00 (for Tasks 1 through 3) to $1,486,280.00 (for Tasks 1 through 4), which will cover Final Design and Bidding Phases for the I-49/MLK Interchange relocations. The preliminary reimbursement percentage for the utility relocations on MLK is estimated at 75%, which will be confirmed during the Final Design Phase. For your review and consideration, we have prepared the attached Amendment No. 3, scope of services, scope of services fee proposal, standard hourly billing rate, and opinion of probable construction cost for Task 4 for the 1-49/MLK Interchange. 110 So. 7th Street • P.O. Box 648 • Van Buren, AR 72957 • Ph: (479) 474-1227 • Fax: (479) 474-8531 211 NMUral Resources Drive • Little Rock, AR 72205 • Ph: (501) 374-4846 202212MGo31424GN 516 East Millsap Road • Suite 103 • Fayetteville, AR 72703 • Ph: (479) 455-2206 403 Garrison Avenue • Suite 101 • Fort Smith, AR 72901 • Ph: (479) 242-4685 unuw, hawkins-weir.COM L11'�'I Mr. Corey Granderson, P.E. Page 2 March 14, 2024 We trust that this is satisfactory for your review. If you have any questions, or require additional information, please do not hesitate to contact me. Sincerely, HAWKINS-WEIR ENGINEERS, INC. Oren Noble, P.E. ON/clk Enclosures: Amendment No. 3 Agreement, dated March 14, 2024 Exhibit A — Preliminary Engineering Agreement — Scope of Services — Utility Relocations for 1-49/MLK Interchange, dated March 14, 2024 Exhibit B — Scope of Services and Fee Proposal, dated March 14, 2024 Exhibit C — Standard Hourly Billing Rate Structure Exhibit D — Preliminary Opinion of Probable Construction Cost — Utility Relocations — 1-49/MLK Interchange, dated March 14, 2024 2022129\CG031424ON AMENDMENT NO.3 TO THE AGREEMENT For PROFESSIONAL ENGINEERING SERVICES BETWEEN CITY OF FAYETTEVILLE, ARKANSAS MUD 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). 2022129 Amendment 3 - MLK.docx Pagel of 2 Attachments: Exhibit A — Scope of Services dated, March 14, 2024 Exhibit B — Scope of Services and Fee Proposal, dated March 14, 2024 Exhibit C — Standard Hourly Billing Rate Structure Exhibit D — Preliminary Opinion of Probable Construction Cost — Utility Relocations — I-49/MLK Interchange, dated March 14, 2024 AUTHORIZATION BY: CITY OF FAYETTEVILLE, ARKANSAS ACCEPTED BY: HAWKINS-WEIR ENGINEERS, INC. By: �• .G� Ba cC rmick, P.E. Corporate ecretary 2022129 Amendment 3 - MLK.docx Page 2 of 2 Exhibit A — Preliminary Engineering Agreement _ Scope of Services — Task 4 Utility Relocations for 1-49/MLK Interchange WFayetteville, Arkansas CITY of FAYETTEVILLE HW Project No. 2022129 ARKANSAS March 14, 2024 Further Description of Basic Engineering Services and Related Matters: Scope The scope of work for the 1-49/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 (1-49) by the Arkansas Department of Transportation (ARDOT). The ARDOT project includes the widening of MLK for the construction of a new overpass of 1-49 and improvements West and East of 1-49. 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 MILK and 151h 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. Proiect Manaaement 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 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 1 of 4 Exhibit A — Preliminary Engineering Agreement Scope of Services — Task 4ldgp"F Utility Relocations for 1-49/MLK Interchange Fayetteville, Arkansas CITY OF FAYETTEVILLE HW Project No. 2022129 ARKANSAS March 14, 2024 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 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 Prepare traffic control plans in accordance with the MUTCD standards and ARDOT requirements 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 2 of 4 Exhibit A — Preliminary Engineering Agreement _ Scope of Services — Task 4 hN Utility Relocations for 1-49/MLK Interchange Fayetteville, Arkansas CITY of FAYETTEVILLE HW Project No. 2022129 ARKANSAS March 14, 2024 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 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 3 of 4 Exhibit A — Preliminary Engineering Agreement _ Scope of Services — Task 4 hN Utility Relocations for 1-49/MLK Interchange Fayetteville, Arkansas CITY of FAYETTEVILLE HW Project No. 2022129 ARKANSAS March 14, 2024 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 1-49/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 1-49/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 2022129\Exhibit A - PE Agreement - MLK (3-14-24)) Page 4 of 4 Exhibit B Scope of Services and Fee Proposal Utility Relocations for 1-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 PHASE 4 (TASK 4 ): Preliminary Engineering Services - Final Design Phase I_ CITY OF FAYETTEVILLE ARKANSAS Utility Relocations for 1-49/MLK, Fayetteville, Arkansas Task Billing Rate Engr VII $250 Engr V $200 Engr III $150 Designer II $135 GPS Survey $175 Surveyor $150 Survey Technician $50 Tech III $120 Document Processor $75 Total Hours Total Cost 1. Project Management and Administration a. Prepare correspondence and consultation with Owner 16 24 8 8 56 $10,600 b. Develop a detailed project schedule that outlines the tasks and major milestone dates for the Final Design Phase 16 16 8 8 48 $9,000 c. Prepare a monthly status report for submission with each invoice 24 1 24 48 1 $10,800 2. Utility Coordination a. Obtain location and size of existing and proposed overhead and underground utilities from the Construction Manager General Contractor (CMGC) 16 16 8 40 $6,800 b. Using utility field survey data, atlas mapping, and information from CMGC, plot existing and proposed utilities on plans 12 16 40 40 108 $16,200 c. Attend meetings with CMGC and utility companies to discuss necessary adjustments or relocations 40 40 80 $18,000 d. Perform field locates by using sot digging erformed by Owner and/or CMGC 24 24 16 16 16 96 $14,400 3. Preliminary Design Phase (50% Design Phase) a. Manage a geotechnical soils investigation by a subconsultant, GTS, Inc. 16 16 16 8 56 $10,200 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 f - inch equals 5 feet vertical or larger including the following information: 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 1 64 $11,240 iii. Pipelines, roads, and structures detailed in the profile view 8 40 16 32 1 1 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. 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 16 8 40 80 20 164 $23,300 d. Prepare 50% Opinion of Probable Construction Cost 8 40 64 32 12 156 $24,820 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 4 4 8 16 $2,000 f. Participate in 50% Design Review Meeting within thirty (30) days following submittal of the 50% Design Documents 16 16 16 8 56 $10,680 4. Pre -Final Design Phase (90% Design Phase) a. Prepare final design calculations, plans, profiles, details, cross sections, street crossings, traffic detours 8 24 40 56 8 136 $21,320 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, 8 24 40 56 8 136 $21,320 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 8 16 24 8 8 64 $10,840 iii. Prepare stormwater and erosion control measures on plans. As needed, prepare a Stormwater 8 24 24 24 8 24 112 $16,400 Pollution Prevention Plan in accordance with the requirements of ADEQ General Permit ARR150000, Part 11, Section A.4 iv. Prepare plans identifying existing facilities that are to be removed 8 24 32 16 8 88 $14,720 b. Prepare final notes on plans to fully describe the construction work to be performed 8 16 16 16 8 64 $10,720 c. Identify material to be used under the Build America, Buy America Act (BABAA) requirements 8 16 24 8 56 $9,400 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 1-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 March 14, 2024 PHASE 4 (TASK 4 ): Preliminary Engineering Services - Final Design Phase I_ CITY OF FAYETTEVILLE ARKANSAS Utility Relocations for 1-49/MLK, Fayetteville, Arkansas Task Billing Rate Engr VII $250 Engr V $200 Engr III $150 Designer II $135 GPS Survey $175 Surveyor $150 Survey Technician $50 Tech III $120 Document Processor $75 Total Hours Total Cost d. Prepare Specifications and Contract Documents. The City will provide templates for the front-end 8 24 40 16 120 208 $23,960 e. Provide construction bid proposal form in electronic format, meeting the City of Fayetteville's requirements 16 16 24 2 8 66 $11,670 f. Prepare Final Opinion of Probable Construction Cost 8 32 40 16 8 104 $17,160 g. Perform QA/QC Review of Final Plans and Specifications 24 32 1 40 80 1 16 192 $30,400 h. 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 4 8 4 16 $2,300 i. Prepare permits (ADEQ STAA, ADEQ Stormwater Discharge Permit, ADEQ Hydrostatic Discharge Permit, ARDOT Utility Permit, and USACE Section 404) 8 16 24 20 16 84 $12,700 j. Assist the City's Appraiser and Right -of -Way Acquisition Agent 16 16 40 24 40 24 8 168 $23,000 k. Participate in 90% Design Review Meeting within thirty (30) days following submittal of the 90% Design Documents 8 8 8 8 32 $5,880 5. Final Design Phase (100% Design Phase) a. Incorporate any QA/QC Review Comments and 90% Design Review Comments 12 16 24 40 8 100 $15,800 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 4 4 4 8 20 $2,540 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 8 40 40 24 12 124 $20,140 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 8 16 24 12 16 76 $11,620 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 4 4 4 8 20 $2,540 b. Prepare any necessary addenda for the project 8 24 16 4 8 60 $10,340 c. Attend Pre -Bid Conference and Site Visit to assist the Owner in answering questions concerning the project 8 16 16 8 48 $8,200 d. Participate in the Bid Opening 8 8 8 24 $4,800 e. Review bids and prepare a recommendation to the Owner for the award of a Construction Contract 8 16 4 1 8 1 36 $6,400 f. Assist in the preparation of Contract Documents for execution between the Owner and Contractor 8 16 8 16 48 1$626,9301 $7,600 Total Hours 396 1 892 1 896 1 838 1 80 1 264 1 80 1 140 1 368 3954 Total Cost - Task 2 Final Design Engineering Services 1 $99,000 J$178,4001 $134,400 1 $113,130 1 $14,0001 $39,600 1 $4,000 J$16,8001 $27,600 1 7. Reimbursable Expenses Item Description Total a. Outside Services lGeotechnical Boring $20,000 Total Estimated Reimbursable Expenses $20,000 ENGINEERING SERVICES SUMMARY Utility Relocations for 1-49/MLK, Fayetteville, Arkansas PHASE 4 (TASK 4 ): Preliminary Engineering Services - Final Design Phase J$646,930 Total Engineering Fee - Not to Exceed J$646,930 Exhibit B - Scope of Services Fee Proposal (3-14-24)\2022129 Final Task 4 MILK Page 2 of 2 Exhibit C hw Hawkins -Weir Engineers, Inc. Hourly Rate Schedule: 2024 Description Billing Rate/Hour Engineer VI $250 Engineer VI $225 Engineer V $200 Engineer IV $175 Engineer 111 $150 Engineer II $125 Engineer 1 $75 Environmental Specialist 11 $130 Environmental Specialist 1 $110 Designer II $135 Designer 1 $100 CAD/BIM Modeler II $135 CAD/BIM Modeler 1 $100 CAD/GIS Technician 111 $120 CAD/GIS Technician 11 $95 CAD/GIS Technician I $75 Construction Manager II $140 Construction Manager 1 $125 Construction Observer IV $135 Construction Observer III $115 Construction Observer II $95 Construction Observer 1 $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.