Loading...
HomeMy WebLinkAbout267-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 267-24 File Number: 2024-616 STEELWORX INDUSTRIAL GROUP, LLC. (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #24-39 AND AUTHORIZE A CONTRACT WITH STEELWORX INDUSTRIAL GROUP, LLC, IN THE AMOUNT OF $554,956.00 FOR THE CONSTRUCTION OF THE ELMHURST AND MCCLINTON PHASE I DRAINAGE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $60,000.00, AND TO APPROVE A BUDGET ADJUSTMENT — 2019 DRAINAGE BOND PROGRAM WHEREAS, the Elmhurst and McClinton Phase I Drainage Improvements Project, consisting of upstream detention and water quality improvements to help alleviate flooding in the area of East Fairlane Street, South Elmhurst Avenue and East McClinton Street, was identified as a priority project by the City Council after the April 2017 flooding event; and WHEREAS, the improvements associated with Phase I will include the construction of a detention basin located near the intersection of South Mashburn Avenue and East Martin Luther King Jr. Boulevard, as well as proposed water quality improvements including a bioswale and plantings within the basin itself and within a downstream channel; and WHEREAS, Beaver Water District also has planned low impact development improvements within the apartment complex immediately south of the proposed detention; and WHEREAS, combined, these improvements should reduce the amount and velocity of flow to the downstream properties as well as improve water quality. 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 awards Bid #24-39 and authorizes Mayor Jordan to sign a contract with Steelworx Industrial Group, LLC in the amount of $554,956.00 for the construction of the Elmhurst and McClinton Phase I Drainage Improvements Project, and further approves a project contingency in the amount of $60,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on November 7, 2024 Page 1 Resolution: 267-24 File Number: 2024-616 Approved: Page 2 Attest: ,��t�rrrrr►rrr FAYETTEVILLE ; x Office of the City Clerk Treasurer Kara Paxton — City Clerk Treasurer Jackson Shelton — Senior Deputy City Clerk OF 4AYETTF 1 i 0 µM .. 4 RKAN SPS 113 W. Mountain Street, Suite 308 Fayetteville, Arkansas 72701 Phone: 479.575.8323 cityclerk@fayetteville-ar.gov Departmental Correspondence To: Lioneld Jordan, Mayor From: Kara Paxton, City Clerk Treasurer'��G CC: City Attorney Kit Williams, Senior Assistant Blake Pennington, Chief of Staff Susan Norton & Chief Financial Officer Paul Becker Date: November 8, 2024 RE: City Clerk Treasurer Kara Paxton — Out of Office due to Medical Procedure Mayor Lioneld Jordan, Due to a medical procedure, I will be unavailable to sign documents or attend meetings starting November 11th, 2024. 1 plan to be back in the office as of November 25th, 2024. Senior Deputy City Clerk Treasurer Jackson Shelton or Deputy City Clerk — Codifier Courtney Spohn will notify you should these dates change. The recommended recovery time for my medical procedure (Spinal Cord Stimulator Implant) ranges from 4 to 8 weeks. The surgeon stated that I must be off work for at least one week. The surgeon also encouraged me to utilize telework options in the weeks following the initial surgery week. He also stated that should I need to physically come to work, I need to park as close to the building as possible, no lifting/carrying heavy or large objects, and no sudden twisting or turning. In my absence, I authorize Senior Deputy City Clerk Treasurer Jackson Shelton to attest your (Mayor Lioneld Jordan) signature. Should an issue arise that Mr. Shelton is not available to sign within a 24- hour timeframe, I authorize Deputy City Clerk — Codifier Courtney Spohn to sign in our absence. As the official custodian of the City's seal, I authorize Mr. Shelton and Ms. Spohn to use the seal for official purposes only. Please direct city staff to route all Alcohol Permits to Mr. Shelton for review and electronic signature. Please notify the Accounting Department that check requests will be reviewed and signed by Ms. Spohn before being emailed to the Accounting Department. Ms. Spohn will also be responsible for approving purchase requests submitted November 11th — November 15th, 2024. Mr. Shelton and Ms. Spohn will go above and beyond to ensure that our office continues to support all our internal and external customers while I am out of office. Over the last 3 years Ms. Spohn has continuously demonstrated her professionalism and advanced skillset in her positions. Mr. Shelton has been with our office for almost 2 years now and has consistently impressed me by going above and beyond in his work duties. I am confident that Mr. Shelton and Ms. Spohn will successfully manage the office while I am out. M/10 CITY OF FAYETTEVILLE ARKANSAS MEETING OF NOVEMBER 7, 2024 CITY COUNCIL MEMO 2024-616 TO: Mayor Jordan and City Council THRU: Chris Brown, Public Works Director FROM: Alan Pugh, Staff Engineer SUBJECT: Approval of a contract in the amount of $554,956.00 with Steelworx Industrial Group, LLC. for the construction of the Elmhurst and McClinton Phase I Drainage Improvements Project, approval of a project contingency of $60,000 (11%), and approval of a budget adjustment. RECOMMENDATION: Staff recommends approval of a contract in the amount of $554,956.00 with Steelworx Industrial Group, LLC. for the construction of the Elmhurst and McClinton Phase I Drainage Improvements Project, approval of a project contingency of $60,000 (11%), and approval of a budget adjustment. BACKGROUND: This project will consist of upstream detention and water quality improvements in order to help alleviate flooding In the area of E Fairlane St, S Elmhurst Ave and E McClinton St. This project was identified as a priority project by the City Council after the April 2017 flooding event. DISCUSSION: This project has been identified as one of the projects to be funded by the 2019 Drainage Bond Program to help alleviate the flooding of multiple structures within the drainage basin. The improvements associated with Phase I will include the construction of a detention basin located near the intersection of S Mashburn Ave and E Martin Luther King Jr BLVD. The detention area will also include proposed water quality improvements including a bioswale and plantings within the basin itself and within a downstream channel. Lastly, Beaver Water District also has planned low impact development improvements within the apartment complex immediately south of the proposed detention. Combined, these improvements should reduce the amount and velocity of flow to the downstream properties as well as improve water quality. While the phase I improvements alone will not completely resolve the flooding issues, they should improve the situation until Phase II can be constructed. BUDGET/STAFF IMPACT: The drainage improvements are funded by the 2019 Drainage Bond Program. ATTACHMENTS: SRF (#3), BA (#4), Summary of Improvements (#5), Bid 24-39, Submittal - Steelworx Industrial Group - E (#6), Bid 24-39, Bid Tab - Final (#7), Elmhurst and McClinton Phase I Agreement (#8) 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 #: 2024-616 Approval of a contract in the amount of $554,956.00 with Steelworx Industrial Group, LLC. for the construction of the Elmhurst and McClinton Phase I Drainage Improvements Project, approval of a project contingency of $60,000 (11%), and approval of a budget adjustment. A RESOLUTION TO AWARD BID #24-39 AND AUTHORIZE A CONTRACT WITH STEELWORX INDUSTRIAL GROUP, LLC, IN THE AMOUNT OF $554,956.00 FOR THE CONSTRUCTION OF THE ELMHURST AND MCCLINTON PHASE I DRAINAGE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $60,000.00, AND TO APPROVE A BUDGET ADJUSTMENT — 2019 DRAINAGE BOND PROGRAM WHEREAS, the Elmhurst and McClinton Phase I Drainage Improvements Project, consisting of upstream detention and water quality improvements to help alleviate flooding in the area of East Fairlane Street, South Elmhurst Avenue and East McClinton Street, was identified as a priority project by the City Council after the April 2017 flooding event; and WHEREAS, the improvements associated with Phase I will include the construction of a detention basin located near the intersection of South Mashburn Avenue and East Martin Luther King Jr. Boulevard, as well as proposed water quality improvements including a bioswale and plantings within the basin itself and within a downstream channel; and WHEREAS, Beaver Water District also has planned low impact development improvements within the apartment complex immediately south of the proposed detention; and WHEREAS, combined, these improvements should reduce the amount and velocity of flow to the downstream properties as well as improve water quality. 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 awards Bid #24-39 and authorizes Mayor Jordan to sign a contract with Steelworx Industrial Group, LLC in the amount of $554,956.00 for the construction of the Elmhurst and McClinton Phase I Drainage Improvements Project, and further approves a project contingency in the amount of $60,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 Chris Brown Submitted By City of Fayetteville Staff Review Form 2024-616 Item ID 11/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 10/4/2024 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $554,956.00 with Steelworx Industrial Group, LLC. for the construction of the Elmhurst and McClinton Phase I Drainage Improvements Project, approval of a project contingency of $60,000 (11%), and approval of a budget adjustment. Budget Impact: 4704.860.7420-5817.00 Drainage Projects 2022 Bonds Account Number Fund 46040.7420.1000 Elmhurst McClinton Drainage Phase I Project Number Budgeted Item? Yes Total Amended Budget Expenses (Actual+Encum) Available Budget Does item have a direct cost? Yes Item Cost Is a Budget Adjustment attached? Yes Budget Adjustment Remaining Budget Project Title $ 279,449.00 $ 88,807.21 190,641.79 $ 554,956.00 $ 424,956.00 60.641.79 V20221130 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number ENGINEERING (621) /Org2 2024 Requestor: Alan Pugh BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of a contract in the amount of $554,956.00 with Steelworx Industrial Group, LLC. for the construction of the Elmhurst and McClinton Phase I Drainage Improvements Project, approval of a project contingency of $60,000 (11%), and approval of a budget adjustment. COUNCIL DATE: 11/7/2024 ITEM ID#: 2024-616 Holly Black 70/17/202q S:42 RIn RESOLUTION/ORDINANCE Budget Division Date TYPE: D - (City Council) JOURNAL #: GLDATE: CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.2024926 Account Name 4704.860.7420-5817.00 4704.860.7420-5911.99 364,956 - 60,000 - 46040 46040 7420.1000 EX 7420.1000 EX Improvements - Bridge & Drainage Contingency - Capital Project 4704.860.7999-5899.00 (424,956) - 46040 7999 EX Unallocated - Budget I of 1 i J V V D L Y a Q ro a� 6 C Q X ry a V I T N C n Ln is 3 ro L D t= 0) a ry D Y a a) INDEX TO DRAWINGS 1 COVER 2 INDEX OF SHEETS & KEY MAP TSU-1 TOPO. & UTIL. SURVEY STA. 1+00 TO STA. 8+00 TSU-2 TOPO. & UTIL. SURVEY STA. 8+00 TO STA. 12+00 & FAIRLANE CHANNEL PP-1 PLAN & PROFILE STA. 20+00 TP STA. 23+75 PP-2 PLAN & PROFILE STA. 23+75 TO STA. 25+37 PP-3 PLAN — NORTH CHANNEL & MLK POND GRD-1 GRADING & EROSION CONTROL PLAN— NORTH CHANNEL GRD-2 GRADING & EROSION CONTROL PLAN— STA. 20+25 TO STA. 22+50 GRD-3 GRADING & EROSION CONTROL PLAN— MLK POND GRD-4 PROFILES — MLK POND WL-1 RETAINING WALL— PLAN AND PROFILE— MLK POND D-1 CITY OF FAYETTEVILLE DETAILS— SIDEWALK & PIPE TRENCH D-2 MISCELLANEOUS DETAILS D-3 WEIR AND INFILTRATION TRENCH DETAILS — STA. 20+35 D-4 MLK POND OUTLET STRUCTURE AND BIO—SWALE DETAILS D-5 EROSION CONTROL DETAILS 1 D-6 EROSION CONTROL DETAILS 2 st '7 U Q ro —TSU-1 (BOTTOM VIEW) M14k+ w m uj v._ i-n w 441* TSU-2 (TOP VIEW)/0 ��, H�NTs�I``� PP-3 (TOP VIEW) S � r� t Ro. . GRD-1 P ESS K NORTH - E pwV CHANNELAb - AIN iir� I '� .. PHASE 1 WORK k r ;•w�: PHASE 2 WORK , Al Lk Alt Aq - % ,.-vaa� ...�.ya,.s •an�aMR: i .'�'� `t��. � :.�+ / i 1 .� � �` fr � � ! , ,. •fir - ";!/l�.•; I � A ` , Y• q rr� jB, if 4%je, --- - t � ,�, € � _ +�, � �, �.,r; �". !,,_mot, r;'�a'•ti, :�� '� `' ' � - . �� �µyy ^h'r .• , 1 �+ .,� �.. � fir- .`+' _ �� .�?= �r � - A. `' s 1 r • f t ((?.ii 1• ,i.f_ sd;! �7"`.��� _ �; '- ' .i , 1�. "±r.� ,,1' ., �j1�f'r1 I - 02 41 Av askate,' IL Aj� At AV At J _ p ' p• TSU-2 (BOTTOM VIEW) GRD-3 PP-3 (BOTTOM VIEW) MMLK POND TSU-1 (TOP VIEW) PP-1 GRD-2 INFILTRATION TRENCH AND WEIR 7-18-Z&'1 ORIGINAL SIGNATURE ON FILE U) N z O J z LJJ Lu > Q o U O '1 J U ' L) = oC Lu z w Q 0- w w Q LL J Lu Q 0 8�1 w Q w INDEX OF SHEETS &KEY MA DESIGNED BY: DRAWN BY ITS WAS DATE: REVISION: 7/17/2024 BID SCALE: JOB NUMBER: NTS 19-2143 2 CITY OF WA FAYETTEVILLE ARKANSAS Bid 24-39 Addendum 7 Steelworx Industrial Group Supplier Response Event Information Number: Bid 24-39 Addendum 7 Title: Construction - Elmhurst and McClinton Drainage Improvements (Phase 1) Type: Invitation to Bid Issue Date: 8/4/2024 Deadline: 9/18/2024 02:00 PM (CT) Notes: The City of The City of Fayetteville is accepting sealed bids from properly licensed firms for the construction of approximately 154,000 cubic foot storm water retention pond adjacent to Huntsville Road with associated storm drain, outlet structure, concrete sidewalk, bioswale, retaining wall, and landscaping. The work also includes the construction of two sodded drainage swales, totaling approximately 475 LF, including an associated concrete weir with decorative face. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 6 pages Vendor: Steelworx Industrial Group Bid 24-39 Addendum 7 Steelworx Industrial Group Information Contact: Michael Glenn Address: 1860 East Pump Station Road Fayetteville, AR 72701 Phone: (479) 422-4810 Email: Michael.Glenn@steelworxig.com Web Address: www.steelworxig.com By submitting your response, you certify that you are authorized to represent and bind your company. Derek McKeon derek.mckeon@steelworxig.com Signature Email Submitted at 911812024 01:58:06 PM (CT) Requested Attachments Bid 24-39 Signature Forms BID FORM SIGNED.pdf Please attach your completed forms. These documents can be found in the Project Manual. Bid 24-39 Bid Bond BID BOND SIGNED.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Response Attachments Bidder Qualification Forms SIGNED.pdf Bidder Qualifications Form Bid Attributes 1 Arkansas Secretary of State Filing Number: 811246121 2 Arkansas Contractor License Number: 0405550424 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Z Yes, I agree ❑ No, I don't agree Page 2 of 6 pages Vendor: Steelworx Industrial Group Bid 24-39 Addendum 7 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 2 1 agree Bid Lines 9 Unclassified Excavation (Plan Quantity) Quantity: 3100 UOM: CY Price: $27.60 Total: $85,560.00 1 4" Topsoil Placement & Select Grading 0 Quantity: 4640 UOM: SY Price: $6.00 Total: $27,840.00 Page 3 of 6 pages Vendor: Steelworx Industrial Group Bid 24-39 Addendum 7 2 Overcup Oak Tree 6 Quantity: 15 UOM: EA Price: $840.00 Total: $12,600.00 Page 4 of 6 pages Vendor: Steelworx Industrial Group Bid 24-39 Addendum 7 4 Tree Pruning (within tree protection area) 2 Quantity: 5 UOM: EA Price: $120.00 Total: $600.00 Page 5 of 6 pages Vendor: Steelworx Industrial Group Bid 24-39 Addendum 7 4 Asphalt Pavement Cut & Repair 3 Quantity: 90 UOM: SY Price: $67.00 1 Total: $6,030.00 4 Concrete Curb & Gutter 4 Quantity: 65 UOM: LF Price: $28.80 1 Total: $1,872.00 Response Total: $554,956.00 Page 6 of 6 pages Vendor: Steelworx Industrial Group Bid 24-39 Addendum 7 DOCUMENT 00410 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Steelworx Industrial Group, LLC 1.860 E Pump Station Road Fayetteville, AR 72701 as Principal, hereinafter called the Principal, and Swiss Re Corporate Solutions America Insurance Corporation 1200 Main St. Suite 800 Kansas City, MO 64105-2478 a corporation duly organized under the laws of the State of called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 Missouri as Surety, hereinafter as Obligee, hereinafter called Owner, in the sum of Five Percent of the Total Amount Bid Dollars ($ 5% ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: BID # 24-39, Elmhurst -McClinton Drainage Improvements, Phase 1 NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terns of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. 19-2143 00410 - 1 Elmhurst -McClinton Drainage Improvements, Phase 1 Bid Bond DOCUMENT 00410 —BID BOND (continued) Signed and sealed this 18th day of September 20 24. PRINCIPAL Steelworx Industrial Groun. LLC By ✓ c SURETY Swiss Re Corporate Solutions America Insurance Corporation Suzanne Elizabeth Niedzwiedz ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney- i n- Fact's authority from Surety) END OF DOCUMENT 00410 19-2143 Elmhurst -McClinton Drainage Improvements, Phase I (CORPORATE SEAL) .` -�P •A i ' plJE3UC ' s (CORPORATE SEAL) 00410-2 Bid Bond SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: LISA A. McCLURE, MARTY C. CLARK, MARY ANN JUSTICE, SCOTT R. CLARK, SUZANNE ELIZABETH NIEDZWIEDZ, SHANNON G. SCHMIDLY, ELIZABETH A. SOLOMAN, PAXTON C. CLARK, JOSHUA D. TRITT, AND SHANNON C. SCHMIDLY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO IIUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be bindine upon the Corporation when so affixed and in the future with reeard to anv bond, undertaking or contract of surety to which it is attached." �•`�pNSAME, ,00�Ot18P t�oeye ` ��ti 1 ,h�CT �rtPORgrity�s .0 G�PPORaTt`-'n By 1�.:Pj'Olti:r:'L q� SEAL ' ■ a • S E A L - Erik Jnmsens, Senior Vice President of SRCSAIC & Senior Vice President • :• ; fn a - O • n = orSRCSPIC & senior Vice President of R7C 1973 d�,y�l � ,,• s,� By eccq,Sttt�•t��„1`GerAli] .Ingrmrski, Vice PraGlrnt or SRCSAIC& Vice President orSRCSPIC & Viet President orwic IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of _ NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ® Westport Insurance Corporation On this 10 day of NOVEMBER .20 22 , before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. o�Ic1AL sou. cr+atSMINA r�wratsco I TAW PURA 87ATE OF t 01011111 canmWW Mtlfrit ihtcr.._,_ jl}q�,,�� I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still irl,fyll Floret; and f:ffeci. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 18th day of September , 20,dff Jeffrey Goldberg, Senior Vice Ptesident& Assistant Secretary of SRCSAIC ano SRCSPIC and WIC DOCUMENT 00400 — BID FORM Contract Name: Elmhurst -McClinton Drainage Improvements, Phase 1 Bid Number: 24-39 • Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Steelworx Industrial Group Bidder: Derek McKeon Michael Jackson Blake Engleman ARTICLE 1 - INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Addendum #1 Addendum #2 Addendum #3 Addendum #4 Addendum #5 Addendum #6 Addendum #7 Date 08.20.24 08.23.24 09.04.24 09.05.24 09.09.24 09.12.24 09.16.24 19-2143 Elmhurst -McClinton Drainage Improvcments, Phase 1 Bid Form DOCUMENT 00400 - BID FORM (continued) B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has given the Purchasing Division written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by the Purchasing Division is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. 19-2143 00400 - 2 Elmhurst -McClinton Drainage Improvements, Phase I Bid Form DOCUMENT 00400 — BID FORM J. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. K. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 - Subpart P - Excavations. ARTICLE 4 - BID PRICE Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization' exceed 5% of the total Base bid. This amount shall NOT include bonds & insurance or trench & excavation safety. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the work in accordance with the Contract Documents for the price(s) submitted by the Bidder. I:lt1l11L4111OV I I0113.' 5.01 Bidder agrees that the Work will be substantially complcted and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 19-2143 00400 - 3 Elmhurst -McClinton Drainage Improvements, Phase 1 Bid Form DOCUMENT 00400 — BID FORM ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required 5% Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of Dollars B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Derek McKeon Email: derek.mckeon@steelworxig.com Phone No. 479.419.4558 Fax No. ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. Arkansas State Contractor License No. 0405550424 If Bidder is: An Individual Name (type or printed): Doing business as: Business address: Phone No. Email address: (Individual's Signature) Fax No. (SEAL) 19-2143 00400 - 4 Elmhurst -McClinton Drainage Improvements, Phase 1 Bid Form DOCUMENT 00400 — BID FORM A Partnership Partnership Name: By: (Signature of general partner - attach evidence of authority to sign) Name (type or printed): Business address: Phone No. Email address: A Corporation or LLC Corporation Name: State of Incorporation: _ Type (General Business, By: Fax No. Steelworx Industrial Group Arkansas Service, Limited Liability): LLC (Signature of general partner - attach evidence of authority to sign) Name (type or printed): MtCA4e- t G 1-e Title: FVP I)n✓rArLP t 9 (SEAL) (SEAL) r.`�� .•aOTA.% o = PLAKIC ' CORPORA'f$.-(:.- (Signatac of Corporate Secretary) Phone No. J(479) 419-4558 Fax No. (479) 419-4558 Email address: Tax ID Number (TIN): 85-1149403 UEI # R2MJZLJ9K1 C6 Cage Code: 9PM02 19-2143 00400 - 5 Elmhurst -McClinton Drainage Improvements, Phase 1 Bid Form DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: BID # 24-39 Elmhurst -McClinton Drainage Improvements, Phase 1 Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value Clearing/Demolition SWPPP/Erosion Control Second Nature Landscapes 5% 211 E. Hwy 264, Springdale, AR Asphalt Concrete Landscaping Second Nature Landscapes 20% 211 E. Hwy 264, Springdale, AR Material Testing Other (designate) NOTE: This form must be submitted in accordance with the Instructions to Bidders. Kvzl�_ Bidder's Signature 19-2143 00430 - 1 Elmhurst -McClinton Drainage Improvements, Phase 1 List of Subcontractors DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: Elmhurst -McClinton Drainage Improvements, Phase 1 Bid #: 24-39, Construction Date: 09/18/2024 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Steelworx Industrial Grou Name Derek McKeon Address 1860 E. Pump Station Rd., Fayetteville, AR 72701 Principal Office 1860 E. Pump Station Rd., Fayetteville, AR 72701 Corporation, partnership, individual, joint venture, other LLC Arkansas State General Contractor's License Number 0405550424 (Type or legibly print) EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 4 years and has performed work of the nature and magnitude of this Contract for 4 years. Bidder has been in business under its present name for 4 years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 19-2143 00140 - 1 Elmhurst -McClinton Drainage Improvements, Phase 1 Bidder's Qualification Statement DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) 5. Bidder normally performs the following work with his own forces: Earthwork, storm drain utilities, water utilities, sanitary sewer utilites, site and building concrete, erosion control 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: BHC Insurance 1626 Empire St. Suite 207 (479) 270-7377 Lowell, AR 72745 Agent: Josh Tritt 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 0.94 FINANCIAL STATEMENT B. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. 19-2143 00140 - 2 Elmhurst -McClinton Drainage Improvements, Phase 1 Bidder's Qualification Statement DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors a. b. Where Docketed and Date Amount Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: September 18 , 2024 . Name of Organization: Steelworx Industrial Group By G. err•el.e (Type or legibly print) (signature) Title l�0 ale \Q- (Type or legibly print) (OFFICIAL SEAL) ,e�`Gp, �0 s i PUBLICy e 03- 02712565 •�4y1M��MNM,,P (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) 19-2143 00140 - 3 Elmhurst -McClinton Drainage Improvements, Phase 1 Bidder's Qualification Statement COMPLETED WORK: Project: Axis Electric New Office (Earthwork & Concrete) Owner: Kunruk, LLC. Engineer/Architect: Jorgensen & Associates Contract Amount: $280,055.00 Surety: BHC Date of Completion: 12/31 /24 Self Perform %: 100% Project: O'Reilly's Auto (Earthwork & Concrete) Owner: O'Reilly's Auto Parts Engineer/Architect: Esterly Schneider Associates, Inc. Contract Amount: $287,172 Surety: BHC Date of Completion: 08/30/24 Self Perform %: 100% Project: Madison County Sheriff's Office & Detention Center (Earthwork & Concrete) Owner: Madison County Engineer/Architect: Spirit Architecture Contract Amount: $826,931.03 Surety: BHC Date of Completion: 06/30/24 Self Perform %: 100% CONSTRUCTION EXPERIENCE: Blake Engleman: 15+ years in building & site concrete, retaining walls Derek McKeon: 10 years in earthwork, storm drain, erosion control and utility construction Tyler Johnson: 15+ years in earthwork, storm drain & concrete construction DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: Elmhurst -McClinton Drainage Improvements, Phase 1 Bid #: 24-39, Construction Date: 09/18/2024 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Steelworx Industrial Grou Name Derek McKeon Address 1860 E. Pump Station Rd., Fayetteville, AR 72701 Principal Office 1860 E. Pump Station Rd., Fayetteville, AR 72701 Corporation, partnership, individual, joint venture, other LLC Arkansas State General Contractor's License Number 0405550424 (Type or legibly print) EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 4 years and has performed work of the nature and magnitude of this Contract for 4 years. Bidder has been in business under its present name for 4 years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 19-2143 00140 - 1 Elmhurst -McClinton Drainage Improvements, Phase 1 Bidder's Qualification Statement DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) 5. Bidder normally performs the following work with his own forces: Earthwork, storm drain utilities, water utilities, sanitary sewer utilites, site and building concrete, erosion control 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: BHC Insurance 1626 Empire St. Suite 207 (479) 270-7377 Lowell, AR 72745 Agent: Josh Tritt 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 0.94 FINANCIAL STATEMENT B. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. 19-2143 00140 - 2 Elmhurst -McClinton Drainage Improvements, Phase 1 Bidder's Qualification Statement DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors a. b. Where Docketed and Date Amount Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: September 18 , 2024 . Name of Organization: Steelworx Industrial Group By G. err•el.e (Type or legibly print) (signature) Title l�0 ale \Q- (Type or legibly print) (OFFICIAL SEAL) ,e�`Gp, �0 s i PUBLICy e 03- 02712565 •�4y1M��MNM,,P (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) 19-2143 00140 - 3 Elmhurst -McClinton Drainage Improvements, Phase 1 Bidder's Qualification Statement COMPLETED WORK: Project: Axis Electric New Office (Earthwork & Concrete) Owner: Kunruk, LLC. Engineer/Architect: Jorgensen & Associates Contract Amount: $280,055.00 Surety: BHC Date of Completion: 12/31 /24 Self Perform %: 100% Project: O'Reilly's Auto (Earthwork & Concrete) Owner: O'Reilly's Auto Parts Engineer/Architect: Esterly Schneider Associates, Inc. Contract Amount: $287,172 Surety: BHC Date of Completion: 08/30/24 Self Perform %: 100% Project: Madison County Sheriff's Office & Detention Center (Earthwork & Concrete) Owner: Madison County Engineer/Architect: Spirit Architecture Contract Amount: $826,931.03 Surety: BHC Date of Completion: 06/30/24 Self Perform %: 100% CONSTRUCTION EXPERIENCE: Blake Engleman: 15+ years in building & site concrete, retaining walls Derek McKeon: 10 years in earthwork, storm drain, erosion control and utility construction Tyler Johnson: 15+ years in earthwork, storm drain & concrete construction N n c E 'o W J J W Wm Fa LL h z OWQ >>1L L42 u U. Q Ip 88'88888888888880 0 0 0 0 088888888888888 e g m 8 S S$$ 8 8 N .,, r r r .,..,..,. ,,. „ „.,, „ Sr cn E+ 888888 888888.88 $ r r „„---„---nr H �n gm 88 e�o F8^ u m u` w 8886w a86m 888888�r �8 eee188&8.ww •n„„„.n „—rr rr 888888$888888'888veeeeeeee88oe8 _ g� --888'"$ o8R88�.88- e' ro 8 m � 8 8 8 S. 8 8 8 88 8888 8 S � 88 8,$8rN„ 8r �8888888888888888888888,888888,8888$88880 'o g�§�8r�888SR� 8'�S,^.8m$$R88m 8Se 8 888 �8888888888888,88822888, 8, 8, 8, 8,8888 ss g8g88888888888, g �m��adr„8�„$88SSm o��a�.^„.a3C„.�„F„m88�NR6 m„E i e 88888s88888888888,rr88888888888n8888�888888�8,„ — m �&8&q99 5tRqam��8„^�„»G93:.88858Ne�$8��mm'a w w w w.... .�����.w S�W� EX �p e m e s a e p � 3 E e— qo v y a �.Q Ev3 " e <Ew E8a r3:z3E3;. J rc Cls DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Elmhurst -McClinton Drainage Improvements, Phase 1 Contract No.: Bid #24-39, Construction THIS AGREEMENT is dated as of the 7th day of November in the year 2024 by and between The City of Fayetteville, Arkansas and Steelworx Industrial Group, LLC (hereinafter called Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The construction of an approximately 154,000 cubic foot storm water retention pond adjacent to Huntsville Road with associated storm drain, outlet structure, concrete sidewalk, bioswale, retaining wall, and landscaping as shown in the project plans. The work also includes the construction of two sodded drainage swales, totaling approximately 475 LF, including an associated concrete weir with decorative face. Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Open burning is not allowed on City projects. Blasting is not allowed on City projects. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400-Bid Form for quantities. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 19-2143 00500 - 1 Elmhurst -McClinton Drainage Improvements, Phase 1 Agreement DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 90 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 105 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 19-2143 00500 - 2 Elmhurst -McClinton Drainage Improvements, Phase 1 Agreement DOCUMENT 00500 — AGREEMENT (continued) 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 19-2143 00500 - 3 Elmhurst -McClinton Drainage Improvements, Phase 1 Agreement DOCUMENT 00500 — AGREEMENT (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. 19-2143 00500 - 4 Elmhurst -McClinton Drainage Improvements, Phase 1 Agreement DOCUMENT 00500 — AGREEMENT (continued) H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: ELMHURST-MCCLINTON DRAINAGE IMPROVEMENTS, PHASE 1. 8. Addenda numbers 1-7 inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 19-2143 00500 - 5 Elmhurst -McClinton Drainage Improvements, Phase 1 Agreement DOCUMENT 00500 — AGREEMENT (continued) 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the parry sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to 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. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18- 44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 19-2143 00500 - 6 Elmhurst -McClinton Drainage Improvements, Phase 1 Agreement DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on November 7 2024, which is the Effective Date of the Agreement. CONTRACTOR: By: Eric Wright (Type or legibly print) (Signature) Title: CEO/Managing Partner CITY OF FAYETTEVILLE By: Lioneld Jordan Title: Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) Attest 19-2143 Elmhurst -McClinton Drainage Improvements, Phase I (SEA Attest �tt�rrr►rr ``�.���RK• / T RFC%,� •! GAT Y OF • SG�' i FAYETTEVILLE ; 00500 - 7 y%9 •/�kAN�F`' ••� �`� Agreement �NGT ONE o� `� DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices 1860 E. PurnD Station Road Fayetteville, AR 72701 License No. 0405550424 Agent for Service of process Eric Wright (Type or legibly print) Address for giving notices 113 W. Mountain St. Fayetteville, AR 72701 Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) END OF DOCUMENT 00500 19-2143 00500-8 Elmhurst -McClinton Drainage Improvements, Phase 1 Agreement City of Fayetteville Staff Review Form 2025-0270 Item ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Alan Pugh 4/18/2025 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Mayor's signature on Change Order #1 deducting $19,416.50 from the construction contract associated with the Elmhurst and McClinton Improvements Phase I Budget Impact: 4704.860.7420-5817.00 Drainage Projects 2022 Bonds Account Number Fund 46040.7420.1000 Elmhurst McClinton Drainage Phase I Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 554,956.00 554,956.00 $ (19,416.50) 574,372.50 V20221130 Purchase Order Number: Previous Ordinance or Resolution # 267-24 Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF _ FAYETTEVILLE ARKANSAS TO: Molly Rawn, Mayor THRU: Keith Macedo, Chief of Staff Chris Brown, Public Works Director FROM: Alan Pugh, Staff Engineer STAFF MEMO DATE: April 18, 2025 SUBJECT: Mayor's signature on Change Order #1 deducting $19,416.50 from the construction contract associated with the Elmhurst and McClinton Improvements Phase I RECOMMENDATION: Staff recommends the Mayor sign Change Order #1 deducting $19,416.50 from the construction contract associated with the Elmhurst and McClinton Improvements Phase I BACKGROUND: On November 7, 2024, City Council approved a construction contract in the amount of $554,956.00 with Steelworx Industrial Group for the construction of improvements associated with the Elmhurst and McClinton Phase 1 bond project. These improvements include a detention basin located at the intersection of E Huntsville Rd and E Martin Luther King Jr BLVD as well as improvements to an existing channel just downstream of this intersection and the creation of a drainage channel behind 649-659 E Huntsville Road. These improvements were included in the 2019 bond program funds. DISCUSSION: During construction it was determined that due to the recent change in the floodplain designation, the in -channel wall currently planned downstream of E Martin Luther King Jr BLVD needed to be removed until further analysis could be performed. Several other minor revisions were noted in the plans including the addition of a precast bend within a storm drain line and a reduction in the amount of riprap for the project. BUDGET/STAFF IMPACT: The drainage improvements are funded by the 2019 Drainage Bond Program. Attachments: Change Order #1 Form Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER PCFAYETTE ITY OF ARKANSASVt6LE Change Order No. To Contractor: Steelworx Industrial Group The Contract is changed as follows: Contract Title: Elmhurst and McClinton Drainage Improvements (Phase 1) Date of Issuance April 9, 2025 ORDINANCE/RESOLUTION: Effective Contract Changes Bid item No. Bid Item Description Previous Estimated Quantity Unit of Measure Contract Unit Price Revised Estimated Quantity Revised Unit Price Original Estimated Cost Revised Estimated Cost 9 Unclassified Excavation 3100 CY $27.60 3115 $27.60 $85,560.00 $85,974.00 10 4" Topsoil Placement & Select Grading 4640 SY $6.00 4623 $6.00 $27,840.00 $27,738.00 11 Sodding, Greenspace, Yards & Channels (Excludes Topsoil) 4640 SY $5.50 4623 $5.50 $25,520.00 $25,426.50 32 Natural Stone Rip -Rap 238 SY $54.00 179 $54.00 $12,852.00 $9,666.00 33 Concrete Weir w/Decorative Face 58 LF $421.00 1 $4,600.00 $24,418.00 $4,600.00 34 Amended Soil 45 CY $144.00 49 $144.00 $6,480.00 $7,056.00 36 Filter Fabric for Infiltration Channel 350 SY $4.80 325 $4.80 $1,680.00 $1,560.00 38 6" I-IDPE Drain Pipe 242 LF $20.50 228 $20.50 $4,961.00 $4,674.00 45 18" RCP Precast Bend (22.5 degrees) 0 EA $0.00 1 $3,200.00 $0.00 $3,200.00 Summation of Cost: $189,311.00 $169,894.50 Net Cost for this Change Order ($19,416.50 Not valid until signed by the Owner The original Contract Price was $ 554,956.00 —..__._........._.......................................-_.....----... —_..--....--.............-_---............ Net change by previously authorized change orders $ - The Contract Price prior to this Change Order was $ 554,956.00 ..._........._..._.._..._...._...._.............__..._..._.-_............_........................................_...._.. The Contract Price will be adjusted by $ (19,416.50) __.. _.........__....._......................_............__....... The new Contract Price including this Change Order will be $ 535,539.50 -- —...._...................------------------- The Contract Time(s) will be increased by 0 calendar days Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion-------------------------------------------------------------------------------------------------- 27 -May -25 Fatal Completion 26 -Jun -25 NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. STEELWORX INDUSTRIAL GROUP DATE CITY OF FAYETTEVILLE BY Mayor Molly Rawn 5-1-2025 DATE City of Fayetteville Staff Review Form 2025-362 Item ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Alan Pugh 5/24/2025 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a professional services contract in the amount of $28,100 with Olsson, Inc. for flood study services associated with the Elmhurst and McClinton drainage project, submission of a Letter of Map Revision to the Federal Emergency Management Agency Budget Impact: 4704.860.7420-5860.02 Capital Prof Services Enginering/Architectural Account Number Fund 46040.7420.1000 Elmhurst McClinton Drainage Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 661,947.00 $ 601,306.36 60, 640.64 $ 28,100.00 32,540.64 V20221130 Purchase Order Number: Previous Ordinance or Resolution # 267-24 Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF _ FAYETTEVILLE ARKANSAS TO: Molly Rawn, Mayor THRU: Keith Macedo, Chief of Staff Chris Brown, Public Works Director STAFF MEMO FROM: Alan Pugh, Staff Engineer DATE: May 24, 2025 SUBJECT: Approval of a professional services contract in the amount of $28,100 with Olsson, Inc. for flood study services associated with the Elmhurst and McClinton drainage project, submission of a Letter of Map Revision to the Federal Emergency Management Agency RECOMMENDATION: Approval of a professional services contract in the amount of $28,100 with Olsson, Inc. for flood study services associated with the Elmhurst and McClinton drainage project, submission of a Letter of Map Revision to the Federal Emergency Management Agency. BACKGROUND: Currently, this neighborhood experiences street and home flooding during high intensity rain events. Runoff overflows into S Elmhurst Ave from the north and floods the street and adjacent property prior to re-entering a defined drainage way and continuing south. Given the type and frequency of flooding that occurs, this project was identified as a priority project by City Council after the April 2017 flooding event DISCUSSION: The City Council approved the first phase of construction for this project on November 7, 2024 in resolution 267-24. This construction is currently underway and is scheduled for completion soon. Upon completion, the submission of a letter of map revision will be required by FEMA as the constructed pond includes a floodway. This was included in the updated flood mapping dated January 25, 2024 BUDGET/STAFF IMPACT: The design for this project will be paid for with the funds from the 2022 Drainage Bond. Attachments: Engineering Agreement Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 APPENDIX A SCOPE OF SERVICES This exhibit is hereby attached to and made a part of the Letter Agreement for Professional Services dated May 20, 2025 between the City of Fayetteville, Arkansas ("Client") and Olsson, Inc. ("Olsson") providing for professional services. Olsson's Scope of Services for the Agreement is indicated below. PROJECT DESCRIPTION AND LOCATION Project will be located at: Washington County Parcel No. 765-02493-003, Town Branch Tributary 3, Fayetteville, Arkansas Project Description: Town Branch Tributary 3 Letter of Map Revision (LOMR) SCOPE OF SERVICES Olsson shall provide the following services (Appendix A) to the Client for the Project: Phase 100 — Project Management and Administration $2,100.00 Olsson shall provide the following: Conduct routine coordination with the Client, including monthly invoicing and associated progress reports. Attend two teleconference meetings, if required, with the Client. Coordination time, as required, with City of Fayetteville, Arkansas Floodplain Administrator and Engineering Staff to address minor questions. Additional coordination requirements with the Client and Others not specifically mentioned in this Scope of Services to discuss or explain Project results shall be considered as Additional Services. Project coordination activities with Federal Emergency Management Agency's (FEMA) technical reviewer, as required, to address questions regarding submittal Letter of Map Revision application. Phase 200 — Data Gathering Olsson shall provide the following: $1,700.00 • Obtain copy of effective hydraulic modeling, if available, for Town Branch Tributary 3 from FEMA Engineering Library or other available source. • Review effective modeling to confirm that it matches what is shown in effective Washington County, Arkansas and Incorporated Areas, Flood Insurance Study (FIS), dated January 25, 2024. o If no hydraulic model is available at the time of this analysis, creation of a replica effective model to the best of its abilities, using FEMA accepted Standards and Guidelines, the Effective FIS results, and best available data shall be considered as Additional Services. Page 1 of 4 o For Project, hydraulic model extent for Project area is proposed to be from Effective Lettered Cross Section F upstream to Effective Lettered Cross Section H as shown on FEMA Flood Insurance Rate Map 05143C0217G, dated January 25, 2024. If collection of additional data to extend the model beyond the proposed Project extent or processing of additional datasets is required, these tasks shall be considered as Additional Services and may extend the timeline. Obtain publicly available topographic data for Project area and process data in preparation for further refinement of existing hydraulic modeling and floodplain mapping. Survey data may be required for Project. If required, it will be the responsibility of the Client. If needed, Olsson shall provide surveying services as Optional Phase 500. Field survey information shall be provided in a Horizontal Datum of NAD83, Arkansas State Plane North Zone (US Survey Foot) and a Vertical Datum of NAVD88. Olsson shall perform coordination with the surveyor to describe the information required, as required. Phase 300 — Hydraulic and Hydrologic Modeling Olsson shall provide the following: $7,150.00 Utilize hydrologic data developed as part of 2024 Washington County, Arkansas and Incorporated Areas, FIS. At minimum, discharge information for one -percent -annual - chance event will be used. If additional events are provided, Olsson will utilize them per FEMA standards (e.g., 10-, 4-, 2-, 1-, and 0.2 -percent -annual -chance (10-, 25-, 50-, 100- 500 -year) flood events). Using data acquired under Phase 200, Olsson shall refine hydraulic modeling to incorporate additional detailed information, as required, at Project location to create Existing Conditions/Corrected Effective Model. Updates may include, but are not limited to: o Update to United States Army Corps of Engineers (USACE) HEC-RAS (Version 6.x) program. o Replace terrain with new topographic data. o Review and update bank stations, Manning's "n" roughness coefficients, and other parameters, as required. o Define downstream boundary conditions for current Project area. • Coordinate with the Client at completion of analysis to relay results and findings. Phase 400 - LOMR Report, Documentation, and Fee $11,750.00 Olsson shall provide the following: • Upon completion of Phase 300, Olsson shall prepare LOMR application, including supporting mapping and profiles along the Project area, and submit to the Client for review and comment. Floodplain information will be prepared to FEMA Standards and DFIRM format. • Upon acceptance of LOMR by the Client, Olsson shall submit LOMR application to the City of Fayetteville, Arkansas Floodplain Administrator for concurrence and to FEMA for review and acceptance. • Address comments received by FEMA reviewer regarding hydraulic analysis and LOMR application details within two weeks following receipt. • Prepare draft Property Owner Notification for inclusion in LOMR Application. • Work with the Client to distribute Property Owner notifications upon approval from FEMA. Page 2 of 4 • Current LOMR review fee for an online LOMR submittal is $8,000.00. The initial fee is included in this Scope of Services. If the review fee changes prior to the submission of LOMR, Additional Services in the amount of increase will be required. Phase 500 — Topographic Survey (Optional) $5,400.00 Olsson shall collect topographic survey data on the MLK pond near the intersection of Huntsville Road and Martin Luther King Boulevard. The MLK pond site is within the Client owned tracts, the main two being identified as Parcel Nos. 765-02489-001 and 765-02493-003, located in the City of Fayetteville, Washington County, Arkansas. With the topographic survey field work, measurements will also be made to select a few boundary corner monuments, if remaining and available post construction, for delineation of boundary lines relative to the north side of the MLK pond site. The topographic survey data will depict contours at a 1 -foot vertical interval and all physical improvements as constructed and within the top of bank limits of the pond. The topographic survey shall be tied vertically to the NAVD 1988 Vertical Datum and horizontally to the State Plane Coordinate System, Arkansas North Zone, NAD 83 -US Survey feet. The limits of the topographic survey area are generally depicted in blue in the attached Exhibit 1. Olsson shall prepare a signed/sealed topographic survey issued as a digital PDF and will be provided in an AutoCAD base drawing format, if requested by the Client. PROJECT TOTAL: $28,100.00 ASSUMPTIONS • Client shall provide Project description, location information, Project design sheets, and general Project location map. • Project site access and landowner permission. • Additional data or analyses shall be considered as Additional Services, unless identified in the above Scope of Services. • Additional meetings with the Client or Others not specifically described in the above Scope of Services shall be considered as Additional Services. • Coordination, preparation, or submittal of specific drainage reports, State or Federal permits, floodplain development permits to local, state or federal agencies that may have a regulatory jurisdiction over Project area, such as Arkansas Natural Resources Division, USACE, FEMA, et cetera, unless identified in the above Scope of Services shall be performed as Additional Services. • Time to perform more advanced 2D modeling, should a 1D hydraulic analysis not produce adequate results. If required, 2D modeling shall be performed as Additional Services. • Applications and fees for permits, drainage reports, or fees required by local, state, or federal agencies that may have a regulatory jurisdiction over Project area or on Property are not within Project Scope of Services, unless identified specifically. • Design plans shall be provided by the Client. Information received shall be provided in Autodesk AutoCAD DWG format or PDF format. • No additional detailed hydrologic analysis will be performed as part of Scope of Services. Should existing hydrologic model information require editing, tasks to revise information shall be considered as Additional Services and may extend the timeline. • Questions directed to development shall be the responsibility of the Client. Page 3 of 4 EXCLUSIONS • Coordination with impacted property Owners and/or local, state, or federal entities that may have a regulatory jurisdiction over Project area, such as Arkansas Natural Resources Division, U.S. Fish and Wildlife, USACE, et cetera unless identified in Project Scope of Services specifically. Coordination for these entities may be performed as Additional Services, if required. • Agency or Client meetings, other than phone call discussions. • Changes in Project design or location requiring changes to report. • Nationwide Permit Preconstruction Notification. • Individual Permit (over 0.5 acre of wetland impacts). • On -Site Habitat or Threatened and Endangered Species Evaluations. • On -Site Cultural Resources Study or Evaluation. • Permittee Responsible Mitigation Plan and Monitoring. • Two or more site visits with USACE. • Trees will not be located or depicted on the topographic survey. SCHEDULE FOR OLSSON'S SERVICES Unless otherwise agreed, Olsson expects to perform its services under the Agreement as follows: Anticipated Start Date: Upon receipt of executed Agreement. Anticipated Completion Date: Six months following submittal of LOMR application to FEMA. Please note that receipt of FEMA effective hydraulic model may take up to one to two months as it is subject to outside influences (e.g., FEMA Library schedule, data transfers, et cetera). Olsson shall endeavor to start its services on the Anticipated Start Date and to complete its services on the Anticipated Completion Date. However, the Anticipated Start Date, the Anticipated Completion Date, and any milestone dates are approximate only, and Olsson reserves the right to adjust its schedule and any or all of those dates at its sole discretion, for any reason, including, but not limited to, delays caused by the Client or delays caused by third parties. COMPENSATION Client shall pay to Olsson for the performance of the Scope of Services a lump sum of Twenty - Eight Thousand One Hundred Dollars ($28,100.00) plus 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. Should the Client request work in addition to the Scope of Services, Olsson shall invoice the 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 the Client's prior written approval. 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. Page 4 of 4 EXHIBIT 1 Topographic Survey, approximate limits in blue. Page 1 of 1 APPENDIX B Schedule and Deliverables Town Branch Tributary 3 Letter of Map Revision Fayetteville, Arkansas SCHEDULE Project Authorization Phase 100 6/1/2025 6/1/2025 12/1/2025 Phase 200 6/1/2025 7/1/2025 Phase 300 6/1/2025 12/1/2025 Phase 400 6/1/2025 6/1/2025 12/1/2025 7/1/2025 Phase 500 (if required) * All dates calculated based off assumed start date of 6/1/2025. **End data based off assumed LOMR submission date to FEMA. DELIVERABLES Short summary report describing the findings with supporting Letter of Map Revision (LOMR) application documentation for submittal to CITY OF FAYETTEVILLE, describing methods used and results determined in analysis Page 1 of 1 olsson 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 Automobiles (Personal Vehicle) Suburban's and Pick -Ups Automobiles (Olsson Vehicle) Other Travel or Lodging Cost Meals Printing and Duplication including Mylars and Linens In -House Outside Postage & Shipping Charges for Project Related Materials including Express Mail and Special Delivery Film and Photo Developing Telephone and Fax Transmissions Miscellaneous Materials & Supplies Applicable to this Project Copies of Deeds, Easements or other Project Related Documents Fees for Applications or Permits Sub -Consultants Taxes Levied on Services and Reimbursable Expenses Cost $0.70/mile* $0.75/mile* $95.00/day Actual Cost Actual Cost Actual Cost Actual Cost+10% Actual Cost Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost `Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change). Eff. 01/2025 Page 1 of 1 AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And OLSSON INC. THIS AGREEMENT is made as of June 3 , 2025, 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 supervision 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. 25-05-19_PAS_City of Fayetteville AR COF_Professional Engineering Services Contract fyis 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 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. 3.1.6 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 B. SECTION 5- PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for this Agreement is $28,100. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on a hourly NTE basis described in Appendix C. 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 ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall 25-05-19 PAS City of Fayetteville AR COF Professional Engineering Services Contract fyis 2 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 Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim 25-05-19_PAS_City of Fayetteville AR COF Professional Engineering Services Contract fyis 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 of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 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 Agreement 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. 25-05-19 PAS City of Fayetteville AR COF Professional Engineering Services Contract fyis 4 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 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by ENGINEER in performing this Agreement, whether completed or in process. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of this clause. 6.6 Delays 6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to additional compensation and time for reasonable costs incurred by ENGINEER in temporarily closing down or delaying the Project. 25-05-19_PAS_City of Fayetteville AR COF Professional Engineering Services Contract fyis 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 CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require 25-05-19 PAS City of Fayetteville AR COF Professional Engineering Services Contract fyis 6 deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, 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 Engineering documents, computer models, drawings, specifications and other hard copy or electronic media prepared by ENGINEER as part of the Services shall become the property of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services rendered, provided, however, that ENGINEER shall have the unrestricted right to their use. ENGINEER shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of ENGINEER. 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 Boulevard Suite 310 Fayetteville, Arkansas 72703 25-05-19_PAS_City of Fayetteville AR COF Professional Engineering Services Contract fyis 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 25-05-19_PAS_City of Fayetteville AR COF Professional Engineering Services Contract fyis out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 7.3 Audit: Access to Records 7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 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 25-05-19 PAS City of Fayetteville AR COF_Professional Engineering Services Contract fyis 9 contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 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 do everything possible to 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 By: Mayor, Molly Rawn ATTEST: Ai7,GL a�EnE�«E y' '%,y gKaHSPFrZ,= By: p,NCpN„o City Clerk Treasurer, Kara Paxton ENGINEER Lee Beshoner, PE, CFM Title: Group Leader END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES 25-05-19 PAS City of Fayetteville AR COF Professional Engineering Services Contract fyis 10 APPENDIX A SCOPE OF SERVICES This exhibit is hereby attached to and made a part of the Letter Agreement for Professional Services dated May 20, 2025 between the City of Fayetteville, Arkansas ("Client") and Olsson, Inc. ("Olsson") providing for professional services. Olsson's Scope of Services for the Agreement is indicated below. PROJECT DESCRIPTION AND LOCATION Project will be located at: Washington County Parcel No. 765-02493-003, Town Branch Tributary 3, Fayetteville, Arkansas Project Description: Town Branch Tributary 3 Letter of Map Revision (LOMR) SCOPE OF SERVICES Olsson shall provide the following services (Appendix A) to the Client for the Project: Phase 100 — Project Management and Administration $2,100.00 Olsson shall provide the following: Conduct routine coordination with the Client, including monthly invoicing and associated progress reports. Attend two teleconference meetings, if required, with the Client. Coordination time, as required, with City of Fayetteville, Arkansas Floodplain Administrator and Engineering Staff to address minor questions. Additional coordination requirements with the Client and Others not specifically mentioned in this Scope of Services to discuss or explain Project results shall be considered as Additional Services. Project coordination activities with Federal Emergency Management Agency's (FEMA) technical reviewer, as required, to address questions regarding submittal Letter of Map Revision application. Phase 200 — Data Gathering Olsson shall provide the following: $1,700.00 • Obtain copy of effective hydraulic modeling, if available, for Town Branch Tributary 3 from FEMA Engineering Library or other available source. • Review effective modeling to confirm that it matches what is shown in effective Washington County, Arkansas and Incorporated Areas, Flood Insurance Study (FIS), dated January 25, 2024. o If no hydraulic model is available at the time of this analysis, creation of a replica effective model to the best of its abilities, using FEMA accepted Standards and Guidelines, the Effective FIS results, and best available data shall be considered as Additional Services. Page 1 of 4 o For Project, hydraulic model extent for Project area is proposed to be from Effective Lettered Cross Section F upstream to Effective Lettered Cross Section H as shown on FEMA Flood Insurance Rate Map 05143C0217G, dated January 25, 2024. If collection of additional data to extend the model beyond the proposed Project extent or processing of additional datasets is required, these tasks shall be considered as Additional Services and may extend the timeline. Obtain publicly available topographic data for Project area and process data in preparation for further refinement of existing hydraulic modeling and floodplain mapping. Survey data may be required for Project. If required, it will be the responsibility of the Client. If needed, Olsson shall provide surveying services as Optional Phase 500. Field survey information shall be provided in a Horizontal Datum of NAD83, Arkansas State Plane North Zone (US Survey Foot) and a Vertical Datum of NAVD88. Olsson shall perform coordination with the surveyor to describe the information required, as required. Phase 300 — Hydraulic and Hydrologic Modeling Olsson shall provide the following: $7,150.00 Utilize hydrologic data developed as part of 2024 Washington County, Arkansas and Incorporated Areas, FIS. At minimum, discharge information for one -percent -annual - chance event will be used. If additional events are provided, Olsson will utilize them per FEMA standards (e.g., 10-, 4-, 2-, 1-, and 0.2 -percent -annual -chance (10-, 25-, 50-, 100- 500 -year) flood events). Using data acquired under Phase 200, Olsson shall refine hydraulic modeling to incorporate additional detailed information, as required, at Project location to create Existing Conditions/Corrected Effective Model. Updates may include, but are not limited to: o Update to United States Army Corps of Engineers (USACE) HEC-RAS (Version 6.x) program. o Replace terrain with new topographic data. o Review and update bank stations, Manning's "n" roughness coefficients, and other parameters, as required. o Define downstream boundary conditions for current Project area. • Coordinate with the Client at completion of analysis to relay results and findings. Phase 400 - LOMR Report, Documentation, and Fee $11,750.00 Olsson shall provide the following: • Upon completion of Phase 300, Olsson shall prepare LOMR application, including supporting mapping and profiles along the Project area, and submit to the Client for review and comment. Floodplain information will be prepared to FEMA Standards and DFIRM format. • Upon acceptance of LOMR by the Client, Olsson shall submit LOMR application to the City of Fayetteville, Arkansas Floodplain Administrator for concurrence and to FEMA for review and acceptance. • Address comments received by FEMA reviewer regarding hydraulic analysis and LOMR application details within two weeks following receipt. • Prepare draft Property Owner Notification for inclusion in LOMR Application. • Work with the Client to distribute Property Owner notifications upon approval from FEMA. Page 2 of 4 • Current LOMR review fee for an online LOMR submittal is $8,000.00. The initial fee is included in this Scope of Services. If the review fee changes prior to the submission of LOMR, Additional Services in the amount of increase will be required. Phase 500 — Topographic Survey (Optional) $5,400.00 Olsson shall collect topographic survey data on the MLK pond near the intersection of Huntsville Road and Martin Luther King Boulevard. The MLK pond site is within the Client owned tracts, the main two being identified as Parcel Nos. 765-02489-001 and 765-02493-003, located in the City of Fayetteville, Washington County, Arkansas. With the topographic survey field work, measurements will also be made to select a few boundary corner monuments, if remaining and available post construction, for delineation of boundary lines relative to the north side of the MLK pond site. The topographic survey data will depict contours at a 1 -foot vertical interval and all physical improvements as constructed and within the top of bank limits of the pond. The topographic survey shall be tied vertically to the NAVD 1988 Vertical Datum and horizontally to the State Plane Coordinate System, Arkansas North Zone, NAD 83 -US Survey feet. The limits of the topographic survey area are generally depicted in blue in the attached Exhibit 1. Olsson shall prepare a signed/sealed topographic survey issued as a digital PDF and will be provided in an AutoCAD base drawing format, if requested by the Client. PROJECT TOTAL: $28,100.00 ASSUMPTIONS • Client shall provide Project description, location information, Project design sheets, and general Project location map. • Project site access and landowner permission. • Additional data or analyses shall be considered as Additional Services, unless identified in the above Scope of Services. • Additional meetings with the Client or Others not specifically described in the above Scope of Services shall be considered as Additional Services. • Coordination, preparation, or submittal of specific drainage reports, State or Federal permits, floodplain development permits to local, state or federal agencies that may have a regulatory jurisdiction over Project area, such as Arkansas Natural Resources Division, USACE, FEMA, et cetera, unless identified in the above Scope of Services shall be performed as Additional Services. • Time to perform more advanced 2D modeling, should a 1D hydraulic analysis not produce adequate results. If required, 2D modeling shall be performed as Additional Services. • Applications and fees for permits, drainage reports, or fees required by local, state, or federal agencies that may have a regulatory jurisdiction over Project area or on Property are not within Project Scope of Services, unless identified specifically. • Design plans shall be provided by the Client. Information received shall be provided in Autodesk AutoCAD DWG format or PDF format. • No additional detailed hydrologic analysis will be performed as part of Scope of Services. Should existing hydrologic model information require editing, tasks to revise information shall be considered as Additional Services and may extend the timeline. • Questions directed to development shall be the responsibility of the Client. Page 3 of 4 EXCLUSIONS • Coordination with impacted property Owners and/or local, state, or federal entities that may have a regulatory jurisdiction over Project area, such as Arkansas Natural Resources Division, U.S. Fish and Wildlife, USACE, et cetera unless identified in Project Scope of Services specifically. Coordination for these entities may be performed as Additional Services, if required. • Agency or Client meetings, other than phone call discussions. • Changes in Project design or location requiring changes to report. • Nationwide Permit Preconstruction Notification. • Individual Permit (over 0.5 acre of wetland impacts). • On -Site Habitat or Threatened and Endangered Species Evaluations. • On -Site Cultural Resources Study or Evaluation. • Permittee Responsible Mitigation Plan and Monitoring. • Two or more site visits with USACE. • Trees will not be located or depicted on the topographic survey. SCHEDULE FOR OLSSON'S SERVICES Unless otherwise agreed, Olsson expects to perform its services under the Agreement as follows: Anticipated Start Date: Upon receipt of executed Agreement. Anticipated Completion Date: Six months following submittal of LOMR application to FEMA. Please note that receipt of FEMA effective hydraulic model may take up to one to two months as it is subject to outside influences (e.g., FEMA Library schedule, data transfers, et cetera). Olsson shall endeavor to start its services on the Anticipated Start Date and to complete its services on the Anticipated Completion Date. However, the Anticipated Start Date, the Anticipated Completion Date, and any milestone dates are approximate only, and Olsson reserves the right to adjust its schedule and any or all of those dates at its sole discretion, for any reason, including, but not limited to, delays caused by the Client or delays caused by third parties. COMPENSATION Client shall pay to Olsson for the performance of the Scope of Services a lump sum of Twenty - Eight Thousand One Hundred Dollars ($28,100.00) plus 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. Should the Client request work in addition to the Scope of Services, Olsson shall invoice the 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 the Client's prior written approval. 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. Page 4 of 4 EXHIBIT 1 Topographic Survey, approximate limits in blue. Page 1 of 1 APPENDIX B Schedule and Deliverables Town Branch Tributary 3 Letter of Map Revision Fayetteville, Arkansas SCHEDULE Project Authorization Phase 100 6/1/2025 6/1/2025 12/1/2025 Phase 200 6/1/2025 7/1/2025 Phase 300 6/1/2025 12/1/2025 Phase 400 6/1/2025 12/1/2025 7/1/2025 Phase 500 (if required) 6/1/2025 * All dates calculated based off assumed start date of 6/1/2025. **End data based off assumed LOMR submission date to FEMA. DELIVERABLES Short summary report describing the findings with supporting Letter of Map Revision (LOMR) application documentation for submittal to CITY OF FAYETTEVILLE, describing methods used and results determined in analysis Page 1 of 1 olsson 8 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 Automobiles (Personal Vehicle) Suburban's and Pick -Ups Automobiles (Olsson Vehicle) Other Travel or Lodging Cost Meals Printing and Duplication including Mylars and Linens In -House Outside Postage & Shipping Charges for Project Related Materials including Express Mail and Special Delivery Film and Photo Developing Telephone and Fax Transmissions Miscellaneous Materials & Supplies Applicable to this Project Copies of Deeds, Easements or other Project Related Documents Fees for Applications or Permits Sub -Consultants Taxes Levied on Services and Reimbursable Expenses Cost $0.70/mile* $0.75/mile* $95.00/day Actual Cost Actual Cost Actual Cost Actual Cost+10% Actual Cost Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost+10% Actual Cost `Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change). Eff. 01/2025 Page 1 of 1 City of Fayetteville Staff Review Form 2025-0416 Item ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Alan Pugh 6/4/2025 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Mayor's signature on Change Order #2 adding $49,459.00 to the construction contract associated with the Elmhurst and McClinton Improvements Phase I and approve budget adjustment Budget Impact: 4704.860.7420-5817.00 Drainage Projects 2022 Bonds Account Number Fund 46040.7420.1000 Elmhurst McClinton Drainage Phase I Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 690,047.00 $ 601,306.36 $ 88,740.64 $ 49,459.00 $ 30,043.00 69,324.64 V20221130 Purchase Order Number: Previous Ordinance or Resolution # 267-24 Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF _ FAYETTEVILLE ARKANSAS TO: Molly Rawn, Mayor THRU: Keith Macedo, Chief of Staff Chris Brown, Public Works Director FROM: Alan Pugh, Staff Engineer DATE: June 4, 2025 STAFF MEMO SUBJECT: Mayor's signature on Change Order #2 adding $49,459.00 to the construction contract associated with the Elmhurst and McClinton Improvements Phase I and approve budget adjustment RECOMMENDATION: Staff recommends the Mayor sign Change Order #2 adding $49,459.00 to the construction contract associated with the Elmhurst and McClinton Improvements Phase I and approve budget adjustment BACKGROUND: On November 7, 2024, City Council approved a construction contract in the amount of $554,956.00 with Steelworx Industrial Group for the construction of improvements associated with the Elmhurst and McClinton Phase 1 bond project. These improvements include a detention basin located at the intersection of E Huntsville Rd and E Martin Luther King Jr BLVD as well as improvements to an existing channel just downstream of this intersection and the creation of a drainage channel behind 649-659 E Huntsville Road. These improvements were included in the 2019 bond program funds. Change Oder #1 was previously administratively approved reducing the contract by $19,416.50 as several items were removed. That brought the total contract amount to $535,539.50. DISCUSSION: During construction the sanitary sewer within Huntsville was found to be higher than anticipated requiring a modification to the design to include an additional storm box, additional encasement of a water line and other miscellaneous items. An improvement to the original design was also made to include a junction box on the smaller 24 -inch storm drain. Several other minor revisions were noted in the plans including a reduction in the amount of riprap for the project. Due to the fact the contract was previously reduced, this change order would bring the total contract amount to $584,998.50. This is a total increase of $30,042.50 over the original contract which is still within the Council approved contingency of $60,000 for the project. For that reason, a budget adjustment of $30,043 is included with the item moving that funding from the contingency into the construction funding line item. BUDGET/STAFF IMPACT: The drainage improvements are funded by the 2019 Drainage Bond Program. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Attachments: Change Order #2 Form CHANGE ORDER CITY OF , FAYETTEVILLE ARKANSAS Change Order No. 2 To Contractor: Steelworx Industrial Group The Contract is changed as follows: Contract Title: Elmhurst and McClinton Drainage Improvements (Phase 1) Date of Issuance June 4, 2025 ORDINANCE/RESOLUTION: 267-24 Effective November 7, 2024 Contract Changes Bid Item No. Bid Item Description Previous Estimated Quantity Unit of Measure Contract Unit Price Revised Estimated Quantity Revised Unit Price Original Estimated Cost Revised Estimated Cost 9 Unclassified Excavation 3115 CY $27.60 3125 $27.60 $85,974.00 $86,250.00 15 4'x2' Reinforced Concrete Box Culvert 64 LF $456.00 60 $456.00 $29,184.00 $27,360.00 20 Variable Height Concrete Block Mass Retaining Wall 945 SF $93.60 960 $93.60 $88,452.00 $89,856.00 32 Natural Stone Rip -Rap 179 SY $54.00 121 $54.00 $9,666.00 $6,534.00 33 Concrete Weir W/Decorative Fence 1 LF $4,600.00 1 -$4,600.00 $4,600.00 -$4,600.00 46 12" Steel Encasement for Utility 0 LF $0.00 30 $240.00 $0.00 $7,200.00 47 6" PVC Sewer Main 0 LF $0.00 34 $135.00 $0.00 $4,590.00 48 Reinforced Coupling 0 EA $0.00 2 $530.00 $0.00 $1,060.00 49 MLK Junction Box 0 LS $0.00 I $13,250.00 $0.00 $13,250.00 50 24" RCP 0 LF $0.00 13 $1,020.00 $0.00 $13,260.00 51 Remove Existing Culvert, Connect 24" RCP & Repair Existing Storm Inlet 0 LS $0.00 l $20,075.00 $0.00 $20,075.00 52 Revised Block Wall Design by Licensed Engineer 0 LS $0.00 1 $2,500.00 $0.00 $2,500.00 Summation of Cost: $217,876.00 $267,335.00 Net Cost for this Change Order $49,459.00 The original Contract Price was $ 554,956.00 ............................................................................................................................................. Net change by previously authorized change orders ...................................................................................................................... $ (19,416.50) ....................... The Contract Price prior to this Change Order was $ 535,539.50 ............................................................................................................................................. The Contract Price will be adjusted by....................................................................................................................... $ 49,459.00 ...................... The new Contract Price including this Change Order will be ----------------- $ 584,998.50 The Contract Time(s) will be increased by 50 calendar days ........................................................... Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion............................................................................................ 16 -Jul -25 Final Completion----------------------------------------------------------------------------------------- 15 -Aug -25 NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. STEELWORX INDUST GROUP l� y Y DATE CITE �June 16, 2025 BY DATE City of Fayetteville, Arkansas - Budget Adjustment Form Budget Year I Division Adjustment Number /Org2 ENGINEERING (621) 2025 I Requestor: Alan Pugh BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Mayor's signature on Change Order #2 adding $49,459.00 to the construction contract associated with the Elmhurst and McClinton Improvements Phase I and approve budget adjustment REQUEST DATE: 6/4/2025 Division Head Date Department Director Date Chief Financial Officer Chief of Staff TOTAL Account Number 4704.860.7420-5911.99 4704.860.7420-5817.00 Date Date Increase / (Decrease) Expense Revenue (30,043) 30,043 - Budget Division TYPE: JOURNAL#: GLDATE: CHKD/POSTED: Date v.2025513 Proiect.Sub# Project Sub.Detl AT Account Name 46040 7420.1000 EX Contingency - Capital Project 46040 7420.1000 EX Improvements - Bridge & Drainage --Kt' Engineering-Design-Services\Pfoiec#s\DrainageFro}ec#s\ 19-Band-Prograrir-Drainage\Elmhurst=McCli--torn\Construeftenr\Ehange--- Orders\Change Order #2\BA_Elmhurst McClinton CO#2 1 of 1 8/13/2025 Submitted Date Yes 88,740.64$ 21,306.70$ V20221130 Budgeted Item? Does item have a direct cost? Is a Budget Adjustment attached? Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget 690,047.00$ 601,306.36$ Yes Yes 30,043.00$ 97,476.94$ 46040.7420.1000 Project Number Budget Impact: Elmhurst McClinton Drainage Phase I Fund Drainage Projects 2022 Bonds4704.860.7420-5817.00 Account Number Project Title City of Fayetteville Staff Review Form 2025-0668 Item ID N/A City Council Meeting Date - Agenda Item Only Mayor’s signature on Change Order #3 adding $21,306.70 to the construction contract associated with the Elmhurst and McClinton Improvements Phase I and approve budget adjustment N/A for Non-Agenda Item Action Recommendation: Submitted By Alan Pugh ENGINEERING (621) Division / Department Comments: Purchase Order Number: Change Order Number: Previous Ordinance or Resolution #267-24 Approval Date: Original Contract Number: TO: Molly Rawn, Mayor THRU: Keith Macedo, Chief of Staff Chris Brown, Public Works Director FROM: Alan Pugh, Staff Engineer DATE: August 13, 2025 SUBJECT: Mayor’s signature on Change Order #3 adding $21,306.70 to the construction contract associated with the Elmhurst and McClinton Improvements Phase I and approve budget adjustment RECOMMENDATION: Staff recommends the Mayor sign Change Order #3 adding $21,306.70 to the construction contract associated with the Elmhurst and McClinton Improvements Phase I and approve budget adjustment BACKGROUND: On November 7, 2024, City Council approved a construction contract in the amount of $554,956.00 with Steelworx Industrial Group for the construction of improvements associated with the Elmhurst and McClinton Phase 1 bond project. These improvements include a detention basin located at the intersection of E Huntsville Rd and E Martin Luther King Jr BLVD as well as improvements to an existing channel just downstream of this intersection and the creation of a drainage channel behind 649-659 E Huntsville Road. These improvements were included in the 2019 bond program funds. Change Oder #1 was previously administratively approved reducing the contract by $19,416.50 as several items were removed. That brought the total contract amount to $535,539.50. DISCUSSION: During construction the retaining wall and grading needed to be adjusted based on actual conditions in the field and feedback from adjacent property owners. These changes are reflected in the change order. The retaining wall received a double cap along the roadway in order to accommodate the sidewalk construction. The pond grading will be modified and additional bioswale added based on feedback and water being held in a portion of the pond for extended periods. Due to the fact the contract was previously reduced via Change Order #1 and slightly increased with Change Order #2, this change order would bring the total contract amount to $606,305.20. This is a total increase of $51,349.20 over the original contract which is still within the Council approved contingency of $60,000 for the project. For that reason, a budget adjustment of $21,306.70 is included with the item moving that funding from the contingency into the construction funding line item. 2 BUDGET/STAFF IMPACT: The drainage improvements are funded by the 2019 Drainage Bond Program. Attachments: Change Order #3 Form CHANGE ORDER Contract Title: Elmhurst and McClinton Drainage Improvements (Phase 1) Change Order No. 3 To Contractor: Steelworx Industrial Group The Contract is changed as follows: Contract Bid Bid Changes Item Item No. Descrintion 9 Unclassified Excavation 18 Bioswale IMLK Pond) Variable Height Concrete Block Mass 20 Retaining Wall 34 Amended Soil 36 Filter Fabric for Infiltration Channel 38 6" HDPE Drain Pipe 39 10" Nyloplast Drain Basin 45 18" RCP Precast Bend (45 degrees) 53 Additional Fence Anchor System at Wall Not vaUd DDtll slped by the Owner The original Contract Price was Net change by previously au1horized change orders The Contract Price prior to this Change Order was The Contract Price will be adjusted by The new Contract Price including this Change Order will be The Contract Time(s) will be increased by Previous Estimated Quantity 3125 121 960 45 350 242 1 I 0 Required dates of Completion as of tbe date of this Change Order therefore are: Substantial Completion Final Completion Unit of Measure CY LF SF CY SY LF EA EA I.S Date of Issuance August 12, 2025 ORDINANCE/RESOLUTION: Effective Contract Revised Revised Original Unit Estimated Unit Estimated Price Quantity Price Cost $27.60 3175 $27.60 $86,250.00 $108.00 194 $108.00 $13,068.00 $93.60 992 $93.60 $89,856.00 $144.00 51 $144.00 $6,480.00 $4.80 470 $4.80 $1,680.00 $20.50 317 $20.50 $4,961.00 $2,220.00 2 $2,220.00 $2,220.00 $3,200.00 2 $3,200.00 $3,200.00 $0.00 I $650.00 $0.00 Summation of Cost: $207,715.00 Net Cost for tbb Change Order 20 NOTE: This swnmary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not inco,porated in this or previous Change Onlers. STEELWORX INDUSTRIAL GROUP �� / CITY OF FAYETTEVILLE BY DATE Revised Estimated Cost $87,630.00 $20,952.00 $92,851.20 $7,344.00 $2,256.00 $6,498.50 $4,440.00 $6,400.00 $650.00 $229,021.70 $21,306.70 S 554,956.00 S 30 042.50 S 584,998.50 S 21,306.70 S 606,305.20 calendar days 5-Au -25 25 8/19/2025 8/11/2025 Submitted Date Yes 80,057.55$ 5,000.00$ V20221130 Budgeted Item? Does item have a direct cost? Is a Budget Adjustment attached? Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget 693,644.00$ 613,586.45$ Yes No -$ 75,057.55$ 46040.7420.1000 Project Number Budget Impact: Elmhurst McClinton Drainage Fund Capital Prof Services Enginering/Architectural4704.860.7420-5860.02 Account Number Project Title City of Fayetteville Staff Review Form 2025-0660 Item ID N/A City Council Meeting Date - Agenda Item Only Approval of Amendment 1 to a professional services contract in the amount of $5,000 with Olsson, Inc. (total contract $33,100) for flood study services associated with the Elmhurst and McClinton drainage project, endangered species analysis and submission of a Letter of Map Revision to the Federal Emergency Management Agency N/A for Non-Agenda Item Action Recommendation: Submitted By Alan Pugh ENGINEERING (621) Division / Department Comments: Purchase Order Number: Change Order Number: Previous Ordinance or Resolution #267-24 Approval Date: Original Contract Number: TO: Molly Rawn, Mayor THRU: Keith Macedo, Chief of Staff Chris Brown, Public Works Director FROM: Alan Pugh, Staff Engineer DATE: August 11, 2025 SUBJECT: Approval of Amendment 1 to a professional services contract in the amount of $5,000 with Olsson, Inc. (total contract $33,100) for flood study services associated with the Elmhurst and McClinton drainage project, endangered species analysis and submission of a Letter of Map Revision to the Federal Emergency Management Agency RECOMMENDATION: Approval of Amendment 1 to a professional services contract in the amount of $5,000 with Olsson, Inc. (total contract $33,100) for flood study services associated with the Elmhurst and McClinton drainage project, endangered species analysis and submission of a Letter of Map Revision to the Federal Emergency Management Agency. BACKGROUND: Currently, this neighborhood experiences street and home flooding during high intensity rain events. Runoff overflows into S Elmhurst Ave from the north and floods the street and adjacent property prior to re-entering a defined drainage way and continuing south. Given the type and frequency of flooding that occurs, this project was identified as a priority project by City Council after the April 2017 flooding event DISCUSSION: The City Council approved the first phase of construction for this project on November 7, 2024 in resolution 267-24. This construction is currently underway and is scheduled for completion soon. Upon completion, the submission of a letter of map revision will be required by FEMA as the constructed pond includes a floodway. This was included in the updated flood mapping dated January 25, 2024. A portion of that submittal will include the need for an endangered species study which is included within the proposed amendment. BUDGET/STAFF IMPACT: The design for this project will be paid for with the funds from the 2022 Drainage Bond. Attachments: Amendment 1 to the Engineering Agreement