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.