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.