HomeMy WebLinkAbout120-25 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 120-25
File Number: 2025-465
HAWKINS-WEIR ENGINEERS, INC. (AMENDMENT NO. 4):
A RESOLUTION TO APPROVE AMENDMENT NO. 4 TO THE PROFESSIONAL ENGINEERING SERVICES
AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $395,840.00
FOR ADDITIONAL SERVICES ASSOCIATED WITH UTILITY RELOCATIONS ALONG MARTIN LUTHER
KING JR. BLVD. AT THE I-49/HWY-62 INTERCHANGE
WHEREAS, on February 7, 2023, the City Council passed Resolution No. 30-23 approving a Professional Engineering
Services Agreement with Hawkins -Weir Engineers, Inc. for engineering services associated with the utility relocations
at the 1-49 and Martin Luther King, Jr. Boulevard Interchange Project; and
WHEREAS, on June 6, 2023, the City Council passed Resolution No. 125-23 approving Amendment No. 1 to the
contract with Hawkins -Weir Engineers, Inc. to advance the design from 30% to 100% bid -ready plans and
specifications for just the relocations necessary near the 15th Street improvements; and
WHEREAS, on January 2, 2024, the City Council passed Resolution No. 8-24 approving Amendment No. 2 to the
contract with Hawkins -Weir Engineers, Inc. to increase the scope of engineering services to include construction
observation, field accounting, construction engineering support, material submittal reviews, as -built drawing
preparation, and all services necessary to manage the project throughout construction; and
WHEREAS, on May 7, 2024, the City Council passed Resolution No. 129-24 approving Amendment No. 3 to the
contract with Hawkins -Weir Engineers, Inc. to increase the scope of engineering services to provide final engineering
design on the remaining utility relocations associated with the ARDOT project; and
WHEREAS, Amendment No. 4 will provide construction engineering and observation services for all Phase II work.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to sign
Amendment No. 4 to the Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. in an
amount not to exceed $395,840.00 for construction engineering and observation services associated with Phase 2 of
utility relocations along Martin Luther King Jr. Blvd. at the I-49/HWY-62 Interchange, as shown in the scope of
services attached to Amendment No. 4.
Page 1
Resolution: 120-25
File Number: 2025-465
PASSED and APPROVED on May 6, 2025
Approved: Attest:
.�o....K / .......
FAYE q E
VE7TEVILLE
r�9?gANSP�J2p`
•��i'�,C� ONE ��
Molly Rawn, Mayor Kara Paxton, City Clerk Treasurer
Page 2
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF MAY 6, 2025
CITY COUNCIL MEMO
TO: Mayor Rawn and City Council
THRU: Keith Macedo, Interim Chief of Staff
FROM: Tim Nyander, Utilities Director
SUBJECT: HAWKINS-WEIR ENGINEERS, INC. (AMENDMENT NO. 4):
RECOMMENDATION:
2025-465
Staff recommends approval of Amendment No. 4 to the engineering services agreement with Hawkins -Weir
Engineers, Inc. for professional services associated with ARDOT Project 040846 Utility Relocations along
Martin Luther King Jr. Blvd. at the 1-49 & Hwy-62 Interchange in an amount not to exceed $395,840.00.
BACKGROUND:
ARDOT previously notified the City of Fayetteville to relocate water and sewer infrastructure along Highway 62
where they will be widening the roadway, reconstructing the 1-49 overpass, and creating a new overpass at
15th Street. After receiving this notification, a formal selection committee was held on September 8, 2022 at
which Hawkins -Weir was selected for contract negotiations (RFQ 21-01, Selection #14).
Previously, Amendment No. 1 was approved (Res. 125-23) to advance the design from 30% to 100% bid -
ready plans and specifications for just the relocations necessary near the 15th Street improvements.
Amendment No. 2 was approved (Res. 8-24) to provide construction engineering and observation services for
the 15th Street portion of the project (Phase 1). Amendment No. 3 was approved (Res. 129-24) for final
engineering design along the MILK corridor (Phase 11).
DISCUSSION:
Amendment No. 4 will provide construction engineering and observation services for all of Phase II work. This
project duration is expected to be approximately 400-days. A detailed estimate of staff time and fees has been
provided, and the fee is based on hourly charges not to exceed 590,840.00. However, due to scope reduction
and cost savings during the final design phase, the net contract increase needed is only $395,840.00.
The percentage split between Water and Sewer for the not -to -exceed agreement is as follows:
Water (75%) 5400.720.5600-5314.00 $296,130.00
Sewer (25%) 5400.720.5700-5314.00 $99,710.00
BUDGET/STAFF IMPACT:
Budgeted funds are available in the Water & Sewer Relocations Account.
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
ATTACHMENTS: SRF (#3) , Amendment No. 4 (#4)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2025-465
HAWKINS-WEIR ENGINEERS, INC. (AMENDMENT NO. 4):
A RESOLUTION TO APPROVE AMENDMENT NO. 4 TO THE PROFESSIONAL ENGINEERING
SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO
EXCEED $395,840.00 FOR ADDITIONAL SERVICES ASSOCIATED WITH UTILITY
RELOCATIONS ALONG MARTIN LUTHER KING JR. BLVD. AT THE I-49/HWY-62
INTERCHANGE
WHEREAS, on February 7, 2023, the City Council passed Resolution No. 30-23 approving a
Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. for engineering
services associated with the utility relocations at the I-49 and Martin Luther King, Jr. Boulevard
Interchange Project; and
WHEREAS, on June 6, 2023, the City Council passed Resolution No. 125-23 approving Amendment
No. 1 to the contract with Hawkins -Weir Engineers, Inc. to advance the design from 30% to 100% bid -
ready plans and specifications for just the relocations necessary near the 15th Street improvements; and
WHEREAS, on January 2, 2024, the City Council passed Resolution No. 8-24 approving Amendment
No. 2 to the contract with Hawkins -Weir Engineers, Inc. to increase the scope of engineering services to
include construction observation, field accounting, construction engineering support, material submittal
reviews, as -built drawing preparation, and all services necessary to manage the project throughout
construction; and
WHEREAS, on May 7, 2024, the City Council passed Resolution No. 129-24 approving Amendment
No. 3 to the contract with Hawkins -Weir Engineers, Inc. to increase the scope of engineering services to
provide final engineering design on the remaining utility relocations associated with the ARDOT
project; and
WHEREAS, Amendment No. 4 will provide construction engineering and observation services for all
Phase II work.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to
sign Amendment No. 4 to the Professional Engineering Services Agreement with Hawkins -Weir
Engineers, Inc. in an amount not to exceed $395,840.00 for construction engineering and observation
services associated with Phase 2 of utility relocations along Martin Luther King Jr. Blvd. at the I -
Page 1
Resolution: 120-25
File Number. 2025-465
49/HWY-62 Interchange, as shown in the scope of services attached to Amendment No. 4.
Page 2
City of Fayetteville Staff Review Form
2025-465
Item ID
5/6/2025
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Tim Nyander 4/4/2025 WATER SEWER (720)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Amendment No. 4 to the engineering services agreement with Hawkins -
Weir Engineers, Inc. for professional services associated with ArDOT Project 040846 Utility Relocations
along Martin Luther King Jr. Blvd. at the 1-49 & Hwy-62 Interchange in an amount not to exceed
$395,840.00.
Budget Impact:
5400.720.5600-5314.00
Water and Sewer
5400.720.5700-5314.00
Account Number Fund
11011.2301 Water & Sewer Relocations
Project Number Project Title
Budgeted Item? Yes Total Amended Budget $ 26,443,982.00
Expenses (Actual+Encum) $ 26,047,063.16
Available Budget 396,918.84
Does item have a direct cost? Yes Item Cost $ 395,840.00
s a Budget Adjustment attached? No Budget Adjustment $ -
Remaining Budget 1,078.84
V20221130
Purchase Order Number: 2023-197 Previous Ordinance or Resolution 30-23, 125-23, 8-24
Change Order Number: 4 Approval Date:
Original Contract Number: 2023-00000010
Comments: RFQ 21-01, Selection #14
HAWKINS4WFIR
E N G I N E E R Sr I N C.
3 a Engineering Client Success
March 20, 2025
Mr. Corey Granderson, P.E.
Utilities Engineer
City of Fayetteville
2435 S Industrial Drive
Fayetteville, Arkansas 72701
Re: Utility Relocations I-491MLK Interchange
Agreement for Engineering Services: Amendment 4
Construction Phase Services for 1-49/MLK
HWEI Project No. 2022129
Dear Mr. Granderson:
We respectfully request an Amendment to our Agreement for Professional Services, dated
February 7, 2023 (Agreement), for the referenced project. Amendment 4 will add engineering
services scope and fee for Task 5 — Construction Phase Services during the relocation of utilities
at the 1-491MLK Interchange.
The table on Page 3 provides a Contract Status Summary for our Agreement as of March
2025, along with the proposed Amendment 4 as described in the attached Scope of Services. As
noted in the table, Task 1 - Preliminary Engineering Phase for MILK and 15t' Street and Task 2 -
Final Design Phase Service for the 151 Street improvements have both been completed. Task 3
- Construction Phase Services on the 15'h Street improvements by Brother's Construction is
currently underway. Work also continues on Task 4 - Final Design Phase Services on MILK as
we assist the City of Fayetteville on final easement negotiations.
Under Amendment 4, we propose an increase of $587,840.00 to our contract fee for
Construction Phase Services during installation of the MILK improvements, plus $3,000.00 for
Reimbursable expenses during the construction phase. We also propose moving $200,000.00
out of Task 4 - Design Phase Services, with $5,000.00 to be added to the Task 4 - Reimbursables
budget, in part to offset an overrun of $2,905.58 from additional appraisal expenses incurred
during the design of the MILK improvements. We propose removing the remaining $195,000.00
from the Task 4 - Design Services amount (Amendment 3) and the contract.
Approval of Amendment 4 will increase our contractual not to exceed (NTE) fee from
$1,486,280.00 to $1,882,120.00 for Tasks 1 through 5. We will continue to invoice for engineering
services based on our Hourly Rate Schedule.
110 So. 7th Street • P.O. Box 648 • Van Buren, AR 72957 • Ph: (479) 474-1227 • Fax: (479) 474-8531
211 Natural Resources Drive • Little Rock, AR 72205 • Ph: (501) 374-4846
516 East \4illsap Road • Suite 103 • Fayetteville, AR 72703 • Ph: (479) 455-2206
403 Garrison Avenue • Suite 101 • Fort Smith, AR 72901 • Ph: (479) 242-4685
uavra. hn urAii� s-uu•ir. cu��i
Mr. Corey Granderson, P.E.
Page 2
March 20, 2025
For your review and consideration, we have prepared the attached Amendment No. 4,
Scope of Services, Scope of Services Fee Proposal, and Standard Hourly Billing Rate, for the
Construction Phase Services on the I-49/MLK Interchange.
We trust that this is satisfactory for your review. If you have any questions, or require
additional information, please do not hesitate to contact me.
Sincerely,
HAWKINS-WEIR ENGINEERS, INC.
a.�
Oren Noble, P.E.
ON/clk
Enclosures: Amendment No. 4, dated March 20, 2025
Exhibit A — Construction Agreement — Scope of Services — Utility Relocations for
I-49/MLK Interchange, dated March 20, 2025
Exhibit B — Scope of Services and Fee Proposal, dated March 20, 2025
Exhibit C — Hourly Rate Schedule: 2025
wump. hawkins-weir.com
PAN
Mr. Corey Granderson, P.E.
Page 3
March 20, 2025
Contract Status Summary as of March 2025
Utility Relocations for I.49/MLK Interchange, Project No. 2022129 (HW), 040846 (ARDOT)
Project Phase Contract Total Invoiced Remaining
Amount to Date Funds
Task 1 - Preliminary Engineering Phase:
MLK & 15' St. (1)
Task 2 - Final Design Phase Services:
15ffi Street (2)
Reimbursable Expenses: Preliminary
Design MLK and 15th Street (1)(2)
Task 3 - Construction Phase Services:
15d' Street (3)
Reimbursable Expenses:
Construction Phase 15th Street (3)
Task 4 - Final Design Phase Services:
MLK (4)
Reimbursable Expenses: Final
Design Phase MLK (4)
Task 4 - Final Design Phase Services:
MILK Design Fee Adjustment (5)
Reimbursable Expenses: MILK
Final Design Fee Adjustment (1)
Task 5 - Construction Phase Services:
MLK (5)
Reimbursable Expenses:
Construction Phase MLK (5)
$223,440.00 $223,440.00 $0.00
$268,610.00 $268,610.00 $0.00
$52,500.00 $52,500.00 $0.00
$293,300.00 $244,612.50 $48,687.50
$1,500.00
$626,930.00
$20,000.00
($200,000.00)
$5,000.00
$587,840.00
$3,000.00
Totals $1,882,120.00
M Original Engineering Services Agreement (Task 1) approved 02-07-2023
0Contract Amendment No. 1 (Task 2) approved 06-06-2023
O) Contract Amendment No. 2 (Task 3) approved 01-02-2024
�41 Contract Amendment No. 3 (Task 4) approved 05-02-2024
O) Contract Amendment No. 4 (Task 5 ) proposed 03-19-2025
$93.96 $1,406.04
$383,470.00 $243,460.00
$22,905.58 ($2,905.58)
($200,000.00)
$5,000.00
$587,840.00
$3,000.00
$1,195,632.04 $686,487.96
wzwv. hwvkins-mrir.cmr1
AMENDMENT NO.4
TO THE
AGREEMENT For PROFESSIONAL ENGINEERING SERVICES
BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS
FRO �7
HAWKINS-WEIR ENGINEERS, INC.
In accordance with the AGREEMENT For PROFESSIONAL ENGINEERING SERVICES for the Utility
Relocation for I-49/MLK Interchange (HW Project No. 2022129), dated February 7, 2023, between the
City of Fayetteville, Arkansas (hereinafter called Owner) and Hawkins -Weir Engineers, Inc. (hereinafter
called Engineer), Owner hereby authorizes Engineer to proceed with engineering services as modified by
this Amendment No. 4.
SECTION 1— SCOPE OF SERVICES
1.1 Amendment No. 4 is for Task 5 - Construction Phase Services associated with the Construction of
the Utility Relocation for the I-49/MLK Boulevard Interchange project. Additional services are detailed in
the Engineer's attached Scope of Services dated March 20, 2025.
SECTION 2 — TIME OF SERVICE
2.1 Engineer will proceed with providing the services set forth herein immediately upon execution of
this Authorization by all parties.
SECTION 3 — COMPENSATION
3.1 Owner shall compensate Engineer for providing the services set forth herein in accordance with the
terms of the Agreement. Total payment for the Construction Phase Scope of Services described herein
shall not exceed $590,840.00 without written approval of the Owner.
3.2 Amendment 4 includes an adjustment to the fee amount approved under Amendment 3 (approved
May 2, 2024) for Engineering Design Services and Reimbursable Expenses associated with the Final
2022129 Amendment 4 - MLK.docx Pagel of 3 March 20, 2025
Design of the MLK utility improvements. An amount of $5,000.00 will be moved from the Design Phase
Services to increase the amount for Reimbursable Expenses during design from $20,000.00 to $25,000.00.
The remaining $195,000.00 will be deleted from the overall contract amount.
3.3 These additional services and fee adjustments will increase the Agreement's not to exceed fee by a
net amount of $395,840.00 to One Million Eight Hundred Eighty Two Thousand One Hundred Twenty
and 00/100 Dollars (1,882,120.00), which is summarized in the following table.
Contract Phase Task and Description Engineering Reimbursables Total Fee
Original Contract
Task 1
— Prelim. Engineering
$223,440.00
$45,000.00
$268,440.00
Amendment 1
Task 2
— Final Design: 15t1i St.
$268,610.00
$7,500.00
$276,110.00
Amendment 2
Task 3
— Construction: 15t1i St.
$293,300.00
$1,500.00
$294,800.00
Amendment 3
Task 4
Final Design: MLK
$626,930.00
$20,000.00
$646,930.00
Amendment 4
Task 5
— Construction: MLK
$587,840.00
$3,000.00
$590,840.00
Fee Adjustment
Task 4
— Final Design: MLK
($200,000.00)
$5,000.00
($195,000.00)
Totals Task 1 — Task 5 $1,800,120.00 $82,000.00 $1,882,120.00
Attachments: Exhibit A — Scope of Services dated, March 20, 2025
Exhibit B — Scope of Services and Fee Proposal, dated March 20, 2025
Exhibit C — Standard Hourly Billing Rate Structure, effective 2025
SIGNATURES ON PAGE 3
2022129 Amendment 4 - MLK.docx Page 2 of 3 March 20, 2025
AUTHORIZATION BY:
CITY OF FAYETTEVILLE, ARKANSAS
CDR
Honorable Molly Rawn, Mayor
Date: May 6, 2025
ACCEPTED BY:
HAWKINS-WEIR ENGINEERS, INC.
By: • (N�C�O...
Ba Cormick, P.E.
Corporate Secretary
Date: 5' 14 j WZ 5
2022129 Amendment 4 - MLK.docx Page 3 of 3 March 20, 2025
Exhibit A — Construction Engineering Agreement F
Scope of Services�
Utility Relocations for 1-49/MLK Interchange
Amendment 4 — Task 5 CITY OF
FAYETTEVILLE
Fayetteville, Arkansas ARKANSAS
HW Project No. 2022129
March 20, 2025
Further Description of Basic Engineering Services and Related Matters:
Scope
The scope of work for the 1-49/Martin Luther King (MLK) Interchange project includes the
relocation of publicly owned utilities to precede the roadway improvements to MLK at the
proposed crossing of Interstate 49 (1-49) by the Arkansas Department of Transportation
(ARDOT). The ARDOT project includes the widening of MLK for the construction of a new
overpass of 1-49 and improvements West and East of 1-49. The utility relocation project will
consist of an estimated 9,300 linear feet of water main ranging in size from 2-inch to 36-inch,
5,000 linear feet of sanitary sewer ranging in size from 8-inch to 24-inch, and 2,300 linear feet
of steel encasement ranging in size from 16-inch to 54-inch.
TASK 5 — Construction Engineering Services — Construction Phase
1. Conduct a Pre -Construction Conference with the Owner, Contractor, and ARDOT
2. Provide full-time construction observation during utility relocation based on a 12-month
construction contract
3. Provide Construction Engineering Administration
4. Conduct up to twelve (12) Periodic Progress Meetings
5. Prepare, review, and coordinate the dissemination of construction documentation
including material submittals, requests for information, field change orders, and
change orders as directed by the Owner
6. Review the Contractor's construction quantities and prepare monthly pay requests for
the Owner's consideration and approval
7. Conduct as -built surveys of the completed improvements
8. Coordinate and conduct a final inspection with the Contractor and Owner, and prepare
a punch list of deficient construction items for the Contractor to address
9. Prepare Record Drawings of the completed project and provide one (1) full-size
reproducible hard copy, and one (1) electronic copy for the Owner's archives
10. Assist the Owner in preparing project closeout documentation to ARDOT
Note: Engineer will prepare and distribute minutes of all meetings.
Advertising and Bidding Phase Services are included under Amendment 3 (Task 4) to the
contract.
2022129Wmendment No. 4 Scope of Services Page 1 of 1
Exhibit B
Scope of Services Fee Proposal
Utility Relocations for 1-49/MLK Interchange
Amendment 4 - Task 5
Fayetteville, Arkansas
HW Project No. 2022129
March 20, 2025
Amendment 4 (TASK 5): Construction Engineering Services - Construction Phase
I
_
CITY OF
FAYETTEVILLE
ARKANSAS
Utility Relocations for 1-49/MLK Blvd. Interchange
Task 5
Billing Rate
Enqr
VII
$275
Engr
V
$225
Enqr
II
$125
GPS
Survey
$200
Surveyor
$175
Designer
II
$135
Document
Processor
$75
Construction
Observer II
$95
Total
Hours
Total
Cost
1. Conduct a Pre -Construction Conference with the Owner, Contractor, and ARDOT
4
8
4
4
20
$3,780
2 Provide full-time construction observation during utility relocation I1I
104
2380
2484
$239,100
3. Construction Engineering Administration
96
416
40
48
600
$128,600
4. Conduct up to twelve (12) Periodic Progress Meetings
96
96
48
48
288
$57,600
5. Prepare, review, and coordinate the dissemination of construction documentation including
material submittals, requests for information, field change orders, and change orders as directed
by the Owner
40
96
80
80
296
$48,600
6. Review the Contractor's construction quantities and prepare monthly pay requests for the
Owner's consideration and approval
20
80
104
96
300
$43,700
7. Conduct as -built surveys of the completed improvements
8
64
16
80
168
$28,200
8. Coordinate and conduct a final inspection with the Contractor and Owner, and prepare a punch
list of deficient construction items for the Contractor to address
16
16
4
24
60
$8,180
9. Prepare Record Drawings of the completed project and provide one (1) full-size reproducible
hard copy, and one (1) electronic copy for the Owner's archives
8
8
16
40
8
24
104
$14,280
10. Assist the Owner in preparing project closout documentation to ARDOT
16
24
24
140
1104
$15,800
Total Hours
Total Cost -Task 5 Construction Engineering Services -Construction Phase
280
752
436
1 64
16
120
1 324
1 2432
3988
$77,00
J$169,2001
$54,5001$12,8001
$2,800
J$16,2001
$24,300
1 $231,040
1
1 $587,840
I1I Based on a 395-calendar day Contract Time (365-calendar days until Substantial Completion, and 30-calendar days until Final Completion thereafter). Full-time construction observation is based on 8-hours per day
(Monday through Friday) unitl the originally scheduled Substantial Completion date, and periodic inspection (24 hours a week) until the originally schedule Final Completion date thereafter.
11. Reimbursable Expenses
Item Description Total
a. Outside Services Reproduction and Printing (estimated) $3,000
Total Estimated Reimbursable Expenses
ENGINEERING SERVICES SUMMARY Utility Relocations for 1-49/MLK Blvd. Interchan e
Amendment 4 (TASK 5): Construction Engineering Services - Construction Phase $587,8 00
Reimbursable Expenses $3.000
Total Engineering Fee - Not to Exceed
2022129/Scope and Fees Page 1 of 1
Exhibit C
im
Hawkins -Weir Engineers, Inc.
Hourly Rate Schedule: 2025
Description
Billing Rate/Hour
Engineer VII
$275
Engineer VI
$250
Engineer V
$225
Engineer IV
$200
Engineer III
$175
Engineer II
$150
Engineer I
$125
Environmental Specialist II
$130
Environmental Specialist 1
$110
Designer II
$135
Designer 1
$100
Civil Eng Assistant 11
$90
Civil Eng. Assistant 1
$80
CAD/BIM Modeler 11
$135
CAD/BIM Modeler 1
$100
CAD/GIS Technician 111
$120
CAD/GIS Technician 11
$95
CAD/GIS Technician 1
$75
Construction Manager 11
$140
Construction Manager 1
$125
Construction Observer IV
$135
Construction Observer 111
$115
Construction Observer 11
$95
Construction Observer 1
$85
Surveyor $175
GPS Survey $200
Survey Technician $50
Business Manager $100
Graphic Designer $100
Document Processor $75
Reimbursable Expenses
Mileage
$0.77/mile
Printing
@ Cost
Travel
@ Cost
Expert Witness
Rate x 2.0
Other Direct Costs
@ Cost
Notes:
1. Hourly rates may be equitably adjusted
2. Adjustment to rate schedule will not change contract lump sum or NTE amounts
3. If a conflict exists, hourly rates & reimbursable expenses will be invoiced per terms of Agreement.