HomeMy WebLinkAbout150-25 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 150-25
File Number: 2025-88t
A RESOLUTION TO AWARD RFQ #25-01, SELECTION 12, AND AUTHORIZE PROFESSIONAL
ENGINEERING SERVICES AGREEMENTS WITH BURNS & MCDONNELL ENGINEERING CO, INC.,
HAWKINS-WEIR ENGINEERS, INC., AND OLSSON ASSOCIATES, INC. FOR ON -CALL DRAINAGE
DESIGN SERVICES AS NEEDED THROUGH JUNE 30, 2026
WHEREAS, the Engineering Division has an internal design team that provides designs for transportation, drainage,
sidewalk, and trail projects as well as design for other divisions within the City; and
WHEREAS, due to the current workload as well as recent flooding events, additional capacity is needed for the
analysis of flooding issues and design of projects to alleviate this flooding as part of the design team and
separate agreements will be prepared for projects as they arise.
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 RFQ #25-01, Selection 12, and
authorizes Mayor Rawn to sign professional engineering services agreements with Burns & McDonnell Engineering
Co, Inc., Hawkins -Weir Engineers, Inc, and Olsson Associates, Inc. as providers based on qualifications and
availability for on -call drainage design services as needed through June 30, 2026, within the approved budget.
PASSED and APPROVED on July 1, 2025
Approved:
Nq -�O�
Molly Rawn, Mayor
Attest:
i NY�17::
's 94Hn NSP
Kara Paxton, City Clerk Treasurer
Page 1
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF JULY 1, 2025
CITY COUNCIL MEMO
2025-881
TO: Mayor Rawn and City Council
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
FROM: Alan Pugh, Staff Engineer
SUBJECT: Approval of a resolution to award RFQ 25-01, Selection #12 to Burns & McDonnell
Engineering Co, Inc., Hawkins -Weir Engineers, Inc., and Olsson Associates, Inc. as
providers based on qualifications and availability for on -call drainage design
services as needed through June 30, 2026.
RECOMMENDATION:
Staff recommends approval of a resolution to award RFQ 25-01, Selection #12 to Burns & McDonnell
Engineering Co, Inc., Hawkins -Weir Engineers, Inc. and Olsson Associates, Inc. as providers based on
qualifications and availability for on -call drainage design services as needed through June 30, 2026.
BACKGROUND:
The Engineering Division has an internal design team that provides designs for transportation, drainage,
sidewalk, and trail projects as well as designs for other divisions within the City. Due to the current workload
as well as recent flooding events, additional capacity is needed for the analysis of flooding issues and design
of projects to alleviate this flooding as a part of the design team.
DISCUSSION:
An engineering selection committee selected Burns & McDonnell Engineering Co, Inc., Hawkins -Weir
Engineers, Inc. and Olsson Associates, Inc. to be used for on -call drainage design services for various city
projects until June 30, 2026.
BUDGET/STAFF IMPACT:
Funds for the design contracts will come from existing bond funds, capital improvement project funds and
stormwater utility funds.
ATTACHMENTS: 3. Staff Review Form
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 #: 2025-881
A RESOLUTION TO AWARD RFQ #25-01, SELECTION 12, AND AUTHORIZE
PROFESSIONAL ENGINEERING SERVICES AGREEMENTS WITH BURNS &
MCDONNELL ENGINEERING CO, INC., HAWKINS-WEIR ENGINEERS, INC., AND
OLSSON ASSOCIATES, INC. FOR ON -CALL DRAINAGE DESIGN SERVICES AS NEEDED
THROUGH JUNE 30, 2026
WHEREAS, the Engineering Division has an internal design team that provides designs for
transportation, drainage, sidewalk, and trail projects as well as design for other divisions within the City;
and
WHEREAS, due to the current workload as well as recent flooding events, additional capacity is
needed for the analysis of flooding issues and design of projects to alleviate this flooding as part of the
design team and separate agreements will be prepared for projects as they arise.
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 RFQ #25-01,
Selection 12, and authorizes Mayor Rawn to sign professional engineering services agreements with
Burns & McDonnell Engineering Co, Inc., Hawkins -Weir Engineers, Inc, and Olsson Associates, Inc. as
providers based on qualifications and availability for on -call drainage design services as needed through
June 30, 2026, within the approved budget.
Page 1
City of Fayetteville Staff Review Form
2025-881
Item ID
7/1/2025
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Chris Brown 6/5/2025 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Approval of a resolution to award RFQ 25-01, Selection #12 to Burns & McDonnell Engineering Co, Inc., Hawkins -
Weir Engineers, Inc. and Olsson Associates, Inc. as providers based on qualifications and availability for on -call
drainage design services as needed through June 30, 2026.
Account Number
Project Number
Budgeted Item? No
Does item have a direct cost? No
Is a Budget Adjustment attached? No
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Budget Impact:
Fund
Project Title
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Previous Ordinance or Resolution #
Approval Date:
V20221130
Alan Pugh
Submitted By
City of Fayetteville Staff Review Form
2025-0636
Item ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/6/2025 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Mayors signature on Master Professional Services Agreement for Olsson Associates, Inc in accordance with
Resolution 150-25 confirming the selection of Burns & McDonnell Engineering, Hawkins -Weir Engineers and Olsson
Associates to provide on -call drainage design services
Account Number
Project Number
Budgeted Item? No
Does item have a direct cost? No
Is a Budget Adjustment attached? No
Budget Impact:
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Fund
Project Title
l
$ -
V20221130
Purchase Order Number: Previous Ordinance or Resolution # 150-25
Change Order Number: Approval Date:
Original Contract Number:
Comments:
A ft, CITY OF
JWA FAYETTEVI L E
ARKANSAS
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
FROM: Alan Pugh, Stormwater Manager
DATE: August 6, 2025
STAFF MEMO
SUBJECT: Mayors signature on Master Professional Services Agreement for Olsson
Associates, Inc in accordance with Resolution 150-25 confirming the
selection of Burns & McDonnell Engineering, Hawkins -Weir Engineers and
Olsson Associates to provide on -call drainage design services
RECOMMENDATION:
Staff recommends the Mayor sign the Master Professional Services Agreement with Olsson
Associates, Inc for on -call drainage design.
BACKGROUND:
The Engineering Division has an internal design team that provides designs for transportation,
drainage, sidewalk, and trail projects as well as designs for other divisions within the City. Due
to the current workload as well as recent flooding events, additional capacity is needed for the
analysis of flooding issues and design of projects to alleviate this flooding as a part of the design
team.
DISCUSSION:
The City Council authorized the Mayor to enter into Master Professional Service Agreements in
accordance with RFQ 25-01, selection 12 with the passage of Resolution 150-25 on July 1,
2025. This Resolution confirmed the selection of Burns & McDonnell Engineering Co, Inc,
Hawkins -Weir Engineers, Inc and Olsson Associates, Inc as the firms currently approved to
provide on -call drainage design services until June 30, 2026.
BUDGET/STAFF IMPACT:
No budget impact at this time. The budget will be included with subsequent work orders. These
work orders are currently being developed.
Attachments:
Staff Review Form
Master Professional Services Agreement
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
MASTER AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
OLSSON, INC.
THIS MASTER PROFESSIONAL SERVICES AGREEMENT is made as of July 28, 20251 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. As such, the
CITY OF FAYETTEVILLE has selected several firms for on -call professional design services. The details
of each project will be included in subsequent work orders that will be performed under the conditions of
this agreement. Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual
covenants agree as follows:
As projects are identified, the project location, scope of services, anticipated start and completion dates,
project goals, compensation and ENGINEER's hourly rates will be defined by work orders and agreed upon
by both parties prior to services being provided.
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those work
orders 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 I - AUTHORIZATION OF SERVICES
1.1 Services on any work orders shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER.
1.2 Work Orders 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 work orders shall not be allowed
without a formal amendment approved by the Mayor and the CITY OF FAYETTEVILLE 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 each project as defined in each work order.
2.1.1 The Scope of Services to be furnished by ENGINEER during the project will be defined in each
work order and made part of this Agreement upon execution of the work order by both parties.
25-07-28 PAS_City of Fayetteville AR Master Professional Services Contract.docx
FY19-2139
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.
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 During the development and execution of a work order, the 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 the work order.
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 each work order. 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 execution by both parties with work commencing
upon the first written notice by CITY OF FAYETTEVILLE authorizing services pursuant to an
applicable work order.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of
work through completion of the services stated in each work order. ENGINEER will proceed with
providing the authorized services immediately upon receipt of an approved work order which shall
constitute written authorization from CITY OF FAYETTEVILLE. Said authorization shall include
the scope of the services associated with the work order authorized and the time in which the
services are to be completed_
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement will be defined by the
subsequent work orders. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on
a hourly NTE basis described in each work order.
5.2 Statements
Master Professional Services Agreement — Olsson, Inc. 2
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 work order. 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 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 and subsequent
work orders, 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:
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
Per Work Order
Master Professional Services Agreement — Olsson, Inc. 3
Bodily Injury and
Property Damage
Professional Liability Insurance
$1,000,000 Combined Single Limit
Per Work Order
$1,000,000 Each Claim
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
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 or any work order hereunder 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 or work order through no fault of the terminating party, provided that no
termination may be effected unless the other party is given:
Master Professional Services Agreement — Olsson, Inc. 4
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.
6.5.2 This Agreement or any work order 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 or any work order 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
Master Professional Services Agreement — Olsson, Inc. 5
shall be entitled to additional compensation and time for reasonable costs incurred by
ENGINEER in temporarily closing down or delaying a project.
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 6.13 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
Master Professional Services Agreement — Olsson, Inc. 6
FAYETTEVILLE shall review such drafts promptly and provide CITY OF
FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require
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 N. Steele Blvd, Suite 310
Fayetteville, AR 72703
Master Professional Services Agreement — Olsson, Inc.
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. Work orders for individual projects
may contain additional terms. Additional terms shall apply only to that project and shall not be
incorporated into this Master Agreement. 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
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
Master Professional Services Agreement — Olsson, Inc.
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 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,
Master Professional Services Agreement — Olsson, Inc. 9
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150.25
Approval Date:
Original Contract Number:
02108.2507
Project Number
Budget Impact:
Misc Drainage Projects
Fund
Drainage Projects 2022 Bonds4470.621.8810-5817.00
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-0843
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on work order #3 of the Master Professional Services Agreement with Burns and McDonnell
Engineering Company, Inc. in the amount of $11,923 associated with W 7th St and S Church Ave in
accordance with Resolution 150-25 confirming the selection of Burns & McDonnell Engineering, Hawkins-Weir
Engineers and Olsson Associates to provide on-call drainage design services and approval of a budget
adjustment.
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Amanda Swope ENGINEERING (621)
Division / Department
10/22/2025
Submitted Date
Yes
11,923.00$
11,923.00$
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
11,923.00$
-$
Yes
Yes 11,923.00$
11,923.00$
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
FROM: Amanda Swope, Stormwater Project Manager
DATE: October 22, 2025
SUBJECT: Mayors signature on work order #3 of the Master Professional Services
Agreement with Burns and McDonnell Engineering Company, Inc. in the
amount of $11,923 associated with W 7th St and S Church Ave in
accordance with Resolution 150-25 confirming the selection of Burns &
McDonnell Engineering, Hawkins-Weir Engineers and Olsson Associates to
provide on-call drainage design services and approval of a budget
adjustment.
RECOMMENDATION:
Staff recommends the mayor sign work order #3 of the Master Professional Services Agreement
with Burns McDonnell Engineering Company, Inc. in the amount of $11,923 associated with W
7th St and S Church Ave in accordance with Resolution 150-25 confirming the selection of
Burns & McDonnell Engineering, Hawkins-Weir Engineers and Olsson Associates to provide on-
call drainage design services and approval of a budget adjustment.
BACKGROUND:
The Engineering Division has an internal design team that provides designs for transportation,
drainage, sidewalk, and trail projects as well as designs for other divisions within the City. Due
to the current workload as well as recent flooding events, additional capacity is needed for the
analysis of flooding issues and design of projects to alleviate this flooding as a part of the design
team.
The City Council authorized the Mayor to enter into Master Professional Service Agreements in
accordance with RFQ 25-01, selection 12 with the passage of Resolution 150-25 on July 1,
2025. This Resolution confirmed the selection of Burns & McDonnell Engineering Co, Inc,
Hawkins-Weir Engineers, Inc and Olsson Associates, Inc as the firms currently approved to
provide on-call drainage design services until June 30, 2026.
DISCUSSION:
This project includes design of storm drainage near the intersection of W 7th St and S Church
Ave to help convey runoff and alleviate flooding. This project will be constructed by the
Transportation Division.
BUDGET/STAFF IMPACT:
The work order is proposed to be funded from sales tax capital improvement funds.
2
Attachments:
Staff Review Form
Work Order #3
City of Fayetteville, Arkansas - Budget Adjustment Form
1 Errors
tivaget Year Division Adjustment Number
ENGINEERING (621)
/Org2
2025
Requestor: Alan Pugh
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Move funds into Misc Small Drainage Projects to pay for Work Order #3 with Burns McDonnel associated with the
design of a ditch and drianage piping near the intersection of Church and 7th. This project is being designed for
Transportation to construct.
REQUEST DATE: 10/21/2025
Division Head Date
Department Director
Chief Financial Officer
Chief of Staff
Date
Date
Date
Budget Division
TYPE:
JOURNAL M
G LDATE:
CHKD/POSTED:
Date
TOTAL v.2025826
Increase / (Decrease) Proiect.Sub#
Account Number Expense Revenue Project Sub.Detl AT Account Name
4470.621.8810-5817.00 (11,923) 02108 1 EX Improvements - Bridge & Drainage
4470.621.8810-5314.00 11,923 02108 2507 EX Professional Services
K:\Engineering Design Services\ Projects\ Drainage Projects\On Call Drainage Design\2025\BA_Misc Small Drainage Design ServidEof 2
OWNER AGREEMENT WORK ORDER (AE-2 Exhibit A)
1
WORK ORDER #3
FOR
MASTER AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
(Doc. No. AE-2)
This Work Order is entered into and authorized this date _________________, 2025 by and
between City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE) and Burns &
McDonnell Engineering Company, Inc. (hereinafter called ENGINEER)
The parties agree that the ENGINEER shall perform the following Services in accordance with the
terms of the Master Agreement for Professional Engineering Services dated August 28, 2025:
1. Scope of Services:
The proposed project design will require surveys, hydraulic studies and storm drainage design.
The scope of work will consist of:
•Topographic field survey within the project limits show on the attached Scope Map
(Appendix A).
o Topographic data will be limited to existing ground surface elevations, and existing
culvert elevations. Full topographic information and utility surveys are not included
with this scope of work but can be provided via amendment.
•Hydrologic and Hydraulic Analysis as described on the attached Scope Map (Appendix A):
o City of Fayetteville to provide drainage design criteria and recurrence interval to be
used for the basis of analysis.
o Perform One Site Visit to evaluate existing conditions, review flow patterns and
confirm survey data.
o Evaluate contributing runoff based on City of Fayetteville GIS information and
perform analysis to determine size and shape for a new drainage ditch that will
convey contributing runoff west within the undeveloped alley as shown on the
attached Appendix A Scope Map.
o Analyze existing drainage system of culverts and open channels within the project
limits as shown on the attached Scope Map (Appendix A) along the east side of S.
Church Avenue for capacity and make recommendations for improvements where
existing infrastructure is shown to surcharge.
o Provide preliminary drainage memo of findings, summary of calculations, and
summary of recommendations signed and sealed by a professional engineer.
o Provide 11x17 PDF exhibit using aerial imagery and Fayetteville GIS background to
visually depict recommended improvements. This will not be a signed and sealed
drawing, but rather an approximation of recommended improvements that the City of
Fayetteville will use as guidance for improvements in the area.
o Conduct one meeting to review findings and recommendations with City of
Fayetteville representative. Respond to comments and issue final drainage memo.
•The following tasks are excluded from this scope of work, but may be added via amendment
or separate work order:
o Detailed Topographic Survey and Boundary Resolution
o Utility location and Coordination
October 29
OWNER AGREEMENT TASK ORDER (AE-2 Exhibit A) 09-29-10
2
o Design Plans and Details
o Construction Documents, Project Manual and Specifications
o Construction Cost Estimates
o Easement / Right-of-Way Document Preparation/Acquisition
o Bidding and Construction Phase Services
2. Compensation:
The basis of compensation for the above Services shall be:
□· Lump Sum Fee of $_____________
□ · Hourly Rate per ENGINEER’s Rate Sheet, attached hereto
Subject to a Not-to-Exceed Cap of $__11,923.00_____, without further authorization
□ · Hourly Rate per ENGINEER’s Rate Sheet, attached hereto
With no maximum
□ ·Other, as follows (describe below):
3. Other Terms:
(describe below)
A. The terms of this Work Order supersede any contrary terms of the Engineer-Owner
Agreement.
IN WITNESS WHEREOF, the parties have made and executed this WORK ORDER as of the
day and year first above written.
OWNER: City of Fayetteville, Arkansas ENGINEER: Burns & McDonnell
Engineering Company, Inc.
By: By:
Name: Molly Rawn Name: Jonathan Ely
Title: Mayor Title: Associate / Project Manager
Fayetteville, AR
7th and Church Drainage
Stream
Stormwater Channel
4-18"
19-32"
> 32"
Unknown Diameter
Stormwater Box Culvert
Stormwater Flow
Inlet
The data contained herein was compiled from various sources for the sole
use and benefit of the City of Fayetteville Geographic Information System
and the public agencies it serves. Any use of the data by anyone other than
the City of Fayetteville is at the sole risk of the user; and by acceptance of
this data, the user does hereby agree to indemnify the City of Fayetteville
and hold the City of Fayetteville harmless from and without liability for any
claims, actions, cost for damages of any nature, including the city's cost of
defense, asserted by user or by another arising from the use of this data.
The City of Fayetteville makes no express or implied warrantees with
reference to the data. No word, phrase, or clause found herein shall be
construed to waive that tort immunity set forth under Arkansas law.
Created: 10/15/2025
Credits: 2025 Imagery | EagleView Technologies | Surdex Corporation, City
of Fayetteville, AR
Map Author:
0 0.01 0.020.01 mi
size ditch to carry runoff
to existing ditch and
culverts along Church
Ensure piping along
church large enough or
recommend upsizing
Analyze existing drainage system of culverts
and open channels for capacity and make
recommendations for improvements where
existing infrastructure is shown to surcharge.
Project Limits
SCOPE MAP
APPENDIX A
WORK ORDER #3 SERVICES HOURS SALARY EXPENSES TOTAL
PROJECT ADMIN AND MANAGEMENT 8 $1,560 $0 $1,560
DRAINAGE DESIGN & EXHIBIT 50 $8,835 $28 $8,863
SUBTOTAL DESIGN PHASE 58 $10,395 $28 $10,423
SUBCONSULTANTS
SURVEY - Halff $1,500 $1,500
SUBTOTAL SUBCONSULTANTS DESIGN PHASE 0 $0 $1,500 $1,500
TOTAL WORK ORDER #1 SERVICES 58 $10,395 $1,528 $11,923
Drainage On Call - Work Order 3 (7th and Church)
October 21, 2025
PROJECT SUMMARY
PROJECT ADMIN AND MANAGEMENT
TASK PD PM CM Ast. CM Sr. EST As. EST PA TOTAL
General (8) hours
Scheduling and Mangement (Inclding Subs) 2 2 4
Client Progress Reports and Invoicing 2 2 4
TOTAL MH - PROJECT ADMIN AND MANAGEMENT 0 4 0 0 0 0 4 8
Category - Description Rate MH Amount
Project Director PD $275.00 0 $0
Project Manager PM $245.00 4 $980
Construction Manager CM $250.00 0 $0
Assistant Construction Manager Ast. CM $185.00 0 $0
Senior Estimator Sr. EST $225.00 0 $0
Assistant Estimator As. EST $175.00 0 $0
Project Assistant PA $145.00 4 $580
Subtotal Labor Costs $1,560
ITEM Quantity Unit Rate Amount
$0.00
Subtotal Expenses $0.00
Subtotal Expenses (rounded) $0
TOTAL COSTS - PROJECT ADMIN AND MANAGEMENT $1,560
LABOR COSTS
EXPENSES
MANHOURS
Justification of Costs and Fees
October 21, 2025
Drainage On Call - Work Order 3 (7th and Church)
DRAINAGE DESIGN & EXHIBIT
TASK PM Sn.CIV Sf.CIV Sr. EST As. EST Ast.CIV DSNR CAD PA TOTAL
PDesign (50) hours
Site Visit and Meeting 3 3 6
Hydrologic and hydraulic maping and modeling 2 2 12 16
Drainage Memo and Calcs 4 2 8 14
Prepare Design Exhibit 2 8 10
QC 2 2 4
TOTAL MH - DRAINAGE DESIGN & EXHIBIT 13 0 4 0 0 33 0 0 0 50
LABOR COSTS
Category - Description Rate MH Amount
Project Manager PM $245.00 13 $3,185
Senior Civil Engineer Sn.CIV $205.00 0 $0
Senior Estimator Sr. EST $200.00 0 $0
Staff Civil Engineer Sf.CIV $175.00 4 $700
Assistant Estimator As. EST $160.00 0 $0
Assistant Civil Engineer Ast.CIV $150.00 33 $4,950
Designer DSNR $145.00 0 $0
CAD CAD $105.00 0 $0
Project Assistant PA $145.00 0 $0
Subtotal $8,835
Overhead 0.00% $0
Subtotal $8,835
Fixed Fee $0
FCCM 0.00% $0
Subtotal Labor Costs $8,835
ITEM Quantity Unit Rate Amount
Mileage (1 site visits, and 1 meetings) 40 miles $0.700 $28.00
Subtotal Expenses $28.00
Subtotal Expenses (rounded) $28
TOTAL COSTS - DRAINAGE DESIGN & EXHIBIT $8,863
EXPENSES
Justification of Costs and Fees
October 21, 2025
Drainage On Call - Work Order 3 (7th and Church)
MANHOURS
Notes:
1. For any non-exempt personnel, approved overtime will be billed at 1.5 times the hourly labor billing
rates shown.
2. For outside expenses incurred by the Design Subconsultant, such as authorized travel and subsistence,
and for services rendered by others, Owner/Client shall pay the cost plus any mark-up identified in the
Agreement.
3. The services of contract/agency and/or any personnel of a subsidiary to Consultant or its
affiliates shall be billed to Owner according to the rate sheet as if such personnel is a direct employee of
Consultant.
4. The rates shown above are effective for services through the dates shown and are subject to
revision thereafter.
Principal
Project Manager
Resident Engineer
Hourly Billing Rate
285.00$
245.00$
190.00$
Project Director 275.00$
SCHEDULE OF HOURLY PROFESSIONAL SERVICE BILLING RATES
THRU DECEMBER 31, 2026
CONTRACT TITLES AND BILL RATES
Title
Senior Estimator
Assistant Estimator
145.00$
160.00$
145.00$
185.00$
250.00$
250.00$
185.00$
260.00$
215.00$
175.00$
175.00$
150.00$
225.00$
175.00$
Project Assistant
205.00$
145.00$
Assistant Environmental Scientist
CAD
Designer
Public Involvement
Associate Civil Engineer
Staff Civil Engineer
Assistant Civil Engineer
Senior Civil Engineer
Construction Manager
Assistant Construction Manager
Associate Environmental Scientist
Senior Environmental Scientist
Staff Environmental Scientist
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
I0
Molly Rawn, Mayor
ATTEST: % AEgK'J,4q.a
49�5 SYn n';A v2�a
By:
Kara Paxton, City Clerk Treasurer
F.NG F.F.R
Title: Market Leader - Water
Title: Group Lead - Water
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Master Professional Services Agreement — Olsson, Inc. 10
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
46040.7425
Project Number
Budget Impact:
Misc Drainage Projects
Fund
Drainage Projects 2022 Bonds4704.860.7425-5860.02
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-0836
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on work order #2 of the Master Professional Services Agreement with Burns McDonnell
Engineering Company, Inc. in the amount of $115,190 associated with N Leverett Ave near W Cleveland St in
accordance with Resolution 150-25 confirming the selection of Burns & McDonnell Engineering, Hawkins-Weir
Engineers and Olsson Associates to provide on-call drainage design services and approval of a budget
adjustment
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Alan Pugh ENGINEERING (621)
Division / Department
10/21/2025
Submitted Date
Yes
115,190.00$
115,190.00$
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
115,190.00$
-$
Yes
Yes 115,190.00$
115,190.00$
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
FROM: Alan Pugh, Stormwater Manager
DATE: October 21, 2025
SUBJECT: Mayors signature on work order #2 of the Master Professional Services
Agreement with Burns McDonnell Engineering Company, Inc. in the
amount of $115,190 associated with N Leverett Ave near W Cleveland St in
accordance with Resolution 150-25 confirming the selection of Burns &
McDonnell Engineering, Hawkins-Weir Engineers and Olsson Associates to
provide on-call drainage design services and approval of a budget
adjustment
RECOMMENDATION:
Staff recommends the mayor sign work order #2 of the Master Professional Services Agreement
with Burns McDonnell Engineering Company, Inc. in the amount of $115,190 associated with N
Leverett Ave near W Cleveland St in accordance with Resolution 150-25 confirming the
selection of Burns & McDonnell Engineering, Hawkins-Weir Engineers and Olsson Associates
to provide on-call drainage design services and approval of a budget adjustment.
BACKGROUND:
The Engineering Division has an internal design team that provides designs for transportation,
drainage, sidewalk, and trail projects as well as designs for other divisions within the City. Due
to the current workload as well as recent flooding events, additional capacity is needed for the
analysis of flooding issues and design of projects to alleviate this flooding as a part of the design
team.
The City Council authorized the Mayor to enter into Master Professional Service Agreements in
accordance with RFQ 25-01, selection 12 with the passage of Resolution 150-25 on July 1,
2025. This Resolution confirmed the selection of Burns & McDonnell Engineering Co, Inc,
Hawkins-Weir Engineers, Inc and Olsson Associates, Inc as the firms currently approved to
provide on-call drainage design services until June 30, 2026.
DISCUSSION:
This project includes design of storm drainage near the intersection of N Leverett Ave and W
Cleveland to help alleviate flooding of two structures near this intersection along with street
flooding. Both structures flood relatively frequently, and this has been identified as a priority
project. This would allow for the completion of designs such that these projects could be bid out
later and constructed.
BUDGET/STAFF IMPACT:
2
The work order is proposed to be funded from 2022 Bond Drainage funds.
Attachments:
Staff Review Form
Work Order #2
City of Fayetteville, Arkansas - Budget Adjustment Form
1 Errors
13udget Year Division Adjustment Number
/0rg2 ENGINEERING (621)
2025
Requestor: Alan Pugh
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Mayors signature on work order #2 of the Master Professional Services Agreement with Burns McDonnell Engineering
Company, Inc. in the amount of $115,190 associated with N Leverett Ave near W Cleveland St in accordance with
Resolution 150-25 confirming the selection of Burns & McDonnell Engineering, Hawkins -Weir Engineers and Olsson
Associates to provide on -call drainage design services and approval of a budget adjustment
REQUEST DATE: 10/21/2025
Division Head Date
Department Director Date Budget Division Date
TYPE:
Chief Financial Officer Date
JOURNAL #:
GLDATE:
Chief of Staff Date CHKD/POSTED:
TOTAL v.2025826
Increase / (Decrease) Proiect.Sub►t
Account Number Expense Revenue Project Sub.Detl AT Account Name
4704.860.7999-5899.00 (115,190) 46040 7999 EX Unallocated - Budget
4704.860.7425-5860.02 115,190 46040 7425 EX "Capital Prof Svcs - Engineering/Architei
K:\Engineering Design Services\Projects\Drainage Projects\On Call Drainage Design\2025\Burns McDonnell\Work Order\Work Order
2\BA_BurnsMcDonnel Work Order #2 1 of 2
OWNER AGREEMENT TASK ORDER (AE-2 Exhibit A)
1
WORK ORDER #2
FOR
MASTER AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
(Doc. No. AE-2)
This Work Order is entered into and authorized this date _________________, 2025 by and
between City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE) and Burns &
McDonnell Engineering Company, Inc. (hereinafter called ENGINEER)
The parties agree that the ENGINEER shall perform the following Services in accordance with the
terms of the Master Agreement for Professional Engineering Services dated __August 28___,
2025:
1. Scope of Services:
See attached Scope of Work, Appendix A
2. Compensation:
The basis of compensation for the above Services shall be:
□· Lump Sum Fee of $_____________
□ · Hourly Rate per ENGINEER’s Rate Sheet, attached hereto
Subject to a Not-to-Exceed Cap of $__115,190.00_____, without further authorization
□ · Hourly Rate per ENGINEER’s Rate Sheet, attached hereto
With no maximum
□ ·Other, as follows (describe below):
3. Other Terms:
(describe below)
A. The terms of this Task Order supersede any contrary terms of the Engineer-Owner
Agreement.
IN WITNESS WHEREOF, the parties have made and executed this TASK ORDER as of the
day and year first above written.
OWNER: City of Fayetteville, Arkansas ENGINEER: Burns & McDonnell
Engineering Company, Inc.
By: By:
Name: Molly Rawn Name: Jonathan Ely
Title: Mayor Title: Associate / Project Manager
October 31st
City of Fayetteville, Arkansas
Work Order #2 (Leverett and Cleveland Drainage Improvements)
Page 1 of 4
SCOPE OF WORK
APPENDIX A
LEVERETT AVENUE AND CLEVELAND STREET
DRAINAGE IMPROVEMENTS
DESCRIPTION OF THE PROJECT
The proposed project design will require surveys, hydrologic and hydraulic studies, 30% roadway
design and restoration plans, and storm drainage design.
The project will consist of:
•Drainage improvements consisting of:
o New storm drain inlets, pipes and overland flow channels in the vicinity of 737 N
Leverett Avenue (See Scope of Work Exhibit A1),
New drainage system to be designed along south side of 737 N Leverett to
replace existing piped system currently located under the building.
New drainage system will extend south to the intersection with W Cleveland
Street, then west to existing drainage channel near 901 W Cleveland Street.
Improvements will be designed to supplement and improve stormwater
conveyance and reduce flooding of adjacent properties, by providing relief and
increased capacity for the existing system.
The existing open channel and drainage system between W Cleveland Street and
the southwest corner of 737 N Leverett Avenue will remain in place, and will
continue to serve as the primary drainage conveyance.
Existing storm drainage system at the intersection of W Cleveland Street / N
Storer Avenue and at W Cleveland Street / N Leverett Avenue will be rerouted
into the new drainage system where feasible.
o New curb, flume or open channel along the west side of 832 W Eagle Street, to
improve stormwater conveyance, direct runoff to Eagle Street and reduce flooding on
the property.
o Street, driveway, sidewalk and property restoration back to existing conditions.
SERVICES PROVIDED BY THE CITY OF FAYETTEVILLE:
1. Provide and coordinate the necessary public meetings. (If required)
2. Publish and pay for public notices and legal notices. (If required)
3. Provide appropriate translation services at public meetings as necessary. (If required)
4. Provide plan reviews and comments at each stage of design development.
5. Coordinate with franchise utilities and handle utility adjustments, as needed.
6. Handle construction engineering and inspection services, as needed.
7. Handle easement and right-of-way appraisals and acquisitions, as needed.
8. Handle project bidding, including advertisement, distribution of bid documents, distribution
of Addenda, and bid opening (if required).
FIELD SURVEYS AND MAPPING
Engineer will establish site control and complete all the required field work to produce a
topographic survey, ownership and easement maps in accordance with the project limits and
specifications outlined in the provided Scope Map (Exhibit A1).
City of Fayetteville, Arkansas
Work Order #2 (Leverett and Cleveland Drainage Improvements)
Page 2 of 4
All improvements including surface evidence of franchise utilities, storm drainage and sanitary
system information affecting the site will be shown. Drainage and sanitary pipe size and type and
elevation data will be depicted.
The survey will include spot elevations to determine 1-foot contour intervals and coverage will
extend 5 feet beyond the limit lines. Topographic survey will also include a minimum of 4 site
control points/benchmarks at each site and will be depicted on the final drawing.
Topographic deliverables include TIN surface in AutoCAD.
Tasks include:
1. Primary project horizontal control traverses
2. Elevation control —Three-Wire Level
3. Topography and terrain data collection
4. Field data processing
5. Digital Terrain Modeling
6. Utility locations as marked by ARKUPS
7. Boundary Survey for Ownership Maps
8. Title search
DESIGN AND PLANS
The following design tasks will be performed for the project:
1. HYDROLOGIC AND HYDRAULIC MODELING
This task represents the hydrologic and hydraulic 2D dynamic modeling efforts to establish
baseline existing conditions and simulated performance of proposed improvements.
ENGINEER shall complete the baseline stormwater system assessment by conducting
hydrologic and hydraulic dynamic 2D rain-on-grid modeling of the drainage area
(approximately 53 acres) to the project area as shown in watershed figure (Exhibit A2) using
PC-SWMM. ENGINEER shall use rainfall depths and distributions from City of Fayetteville’s
stormwater design manual and/or mutually agreed to design events. ENGINEER shall
conduct 2D modeling of the project area and validate the model results correlating up to two
(2) historic flood event data/information/observations provided by City of Fayetteville.
ENGINEER has the right to rely on the data and information provided by or through City of
Fayetteville during the execution of this Project as reliable and accurate without independent
verification. ENGINEER shall model the 2-, 5-, 10-, and 100-year storms. ENGINEER shall
simulate up to two recent storm events to confirm that model results represent current
conditions.
ENGINEER will use the existing conditions PC-SWMM model to simulate the proposed
improvements to determine expected performance. Impacts of improvements will be
evaluated to determine change in flood risk for a range of simulated storm events to verify
stormwater level of services and to demonstrate no adverse impacts upstream or
downstream from project area.
City of Fayetteville, Arkansas
Work Order #2 (Leverett and Cleveland Drainage Improvements)
Page 3 of 4
ENGINEER will host a model workshop with City of Fayetteville staff to review the 2D flood
extents for different design events for both existing and proposed conditions. ENGINEER
will document modeling approach and results in a hydrologic and hydraulic model memo.
2. CONCEPTUAL DESIGN (30% Submittal)
a. Conduct Utility Coordination Kick Off Meeting with all city and franchise utility providers to
identify utility conflicts associated with proposed improvements. Report summary of
findings.
b. Engineer to perform up to (5) site visits for the following purpose:
1. One site visit at project kick off to photograph and document existing conditions.
2. One site visit at completion of survey work to field check survey data.
3. Two periodic site visits to document field conditions and drainage patterns during
rainfall events.
4. One site visit at completion of 30% design to perform 30% field check and walk
through. Will invite city staff to be included.
c. Based on Hydrologic and Hydraulic Modeling section above, Engineer shall develop and
submit Conceptual Design (30% Design) Plans to include the following sheets:
1. Title Sheet,
2. Overall Project Map
3. Plan and Profile Sheets showing the proposed drainage improvements,
4. Restoration Plan sheets and typical sections showing extent of anticipated restoration
for impacted streets, driveways, sidewalks and private property.
d. Provide Opinion of Probable Construction Cost
e. Provide one electronic pdf of the Design Plans, and AutoCad/Civil 3D files (if requested)
for plan review.
PROJECT MANAGEMENT
1. The Engineer shall:
a. Notify the City of Fayetteville of its schedule, in advance, for all activities.
b. Provide monthly updates to the detailed project schedule.
c. Project Controls: prepare for and coordinate invoices and billing with the City of
Fayetteville.
d. Conduct an initial review and update of the preliminary project scope, detailed project
schedule, and preliminary estimate at major project milestones.
e. Recommend scope, schedule, and budget changes and submit supporting documentation
including efforts to minimize or mitigate the changes in accordance with procedures
outlined by the City of Fayetteville.
f. Client Coordination and Subconsultant Coordination
g. The Engineer shall maintain ongoing communication with the City of Fayetteville and
Subconsultants for items such as work activities, billing, and miscellaneous coordination.
PROJECT CONDITIONS OF THE WORK
The facility shall be designed in accordance with the latest edition of the following Standards and
Specifications from City of Fayetteville.
• Drainage Criteria Manual (DCM),
o Additional guidance regarding design criteria will be determined by the City of
Fayetteville depending on the situation. This may result in some pipes that are
oversized, or undersized compared with guidance of the DCM.
City of Fayetteville, Arkansas
Work Order #2 (Leverett and Cleveland Drainage Improvements)
Page 4 of 4
•Minimum Street Standards,
•Standard Specifications for Street and Drainage Construction, and
•Standard Specifications for Design and Construction of Water lines and Sewer lines,
All plans and surveys shall be in U.S. Foot Units and based on Arkansas State Plane Grid,
localized in the existing City of Fayetteville Control Network.
Construction specifications shall be the current edition of the City of Fayetteville Standard
Specifications for Street and Drainage Construction, supplemented by the 2014 Arkansas
Department of Transportation Specifications for Highway Construction.
Work performed by the Engineer shall comply with applicable Federal, State, and local laws,
regulations, and ordinances.
This scope of work does not represent final design for the project, and additional engineering
design would be required to progress the project to bidding for construction. These services may
be added via amendment, or additional Work Order.
COORDINATION WITH THE CITY OF FAYETTEVILLE
Coordination meetings will be conducted on an as needed basis. These meetings shall include
the Engineer, the City of Fayetteville, and others, as appropriate. The Engineer shall schedule
these meetings with the City of Fayetteville, and compile and distribute meeting minutes, as
required.
DELIVERABLES
A. Conceptual Design Phase (30%)
1. Topographic and Boundary Survey
2. Utility Coordination and Summary of Findings
3. Hydrologic and Hydraulic Memo
4. 2D Model Review Workshop
5. 30% Complete Design Plans
6. 30% Opinion of Probable Construction Cost
EXHIBIT A1
SCOPE MAP Flooding reported at 832 W Eagle from Alley. Possibly just add curb
along east edge. Include in this project.
Flooding at this building not
enough capacity here.
Evaluate drainage patterns
and redirect to storm drain
if feasible.
Depending on costs, might break this into a "phase 1"
portion of the project.
Scope of work is to design a solution that would provide relief
during large storm events to alleviate downstream flooding.
Would supplement existing system, not replace. Would
include capture and conveyance of stormwater around
building at 718 N Leverett
New pipe flowing east, along south
lane of road. 3'-5' of separation from
sewer
Tie to headwall at
higher elevation here.
New pipe will run east
down Cleveland to
serve as overflow relief
of main channel.
reroute pipes and
inlets on Storer to
new system
Survey Limits
-Topo
-Utilities
-Parcel
Survey Existing channel and adjacent
areas. Dense vegetation in channel,
so if too difficult to survey entire
channel, it may be sufficient to have
up stream and downstream inverts,
with cross sections every 100ft.
Collect low opening elevations of
structures adjacent to existing
channel.
drainage easement for new
pipe in this area.
reroute inlet to
new system.
EXHIBIT A1
SCOPE MAP
EXHIBIT A2
DRAINAGE AREA MAP
WORK ORDER #1 SERVICES HOURS SALARY EXPENSES TOTAL
PROJECT ADMIN AND MANAGEMENT 60 $12,300 $0 $12,300
PRELIMINARY (30%) DESIGN & PLANS 408 $73,440 $105 $73,545
SUBTOTAL DESIGN PHASE 468 $85,740 $105 $85,845
SUBCONSULTANTS
SURVEY - Halff $29,345 $29,345
SUBTOTAL SUBCONSULTANTS DESIGN PHASE 0 $0 $29,345 $29,345
TOTAL WORK ORDER #1 SERVICES 468 $85,740 $29,450 $115,190
Drainage On Call - Work Order 2
Leverett Avenue and Cleveland Street Drainage Improvements
Justification of Costs and Fees
September 24, 2025
PROJECT SUMMARY
PROJECT ADMIN AND MANAGEMENT
TASK PD PM CM Ast. CM Sr. EST As. EST PA TOTAL
Scheduling and Mangement (Inclding Subs) 24 12 36
Client Progress Reports and Invoicing 12 12 24
TOTAL MH - PROJECT ADMIN AND MANAGEMENT 0 36 0 0 0 0 24 60
Category - Description Rate MH Amount
Project Director PD $275.00 0 $0
Project Manager PM $245.00 36 $8,820
Construction Manager CM $250.00 0 $0
Assistant Construction Manager Ast. CM $185.00 0 $0
Senior Estimator Sr. EST $225.00 0 $0
Assistant Estimator As. EST $175.00 0 $0
Project Assistant PA $145.00 24 $3,480
Subtotal Labor Costs $12,300
ITEM Quantity Unit Rate Amount
$0.00
Subtotal Expenses $0.00
Subtotal Expenses (rounded) $0
TOTAL COSTS - PROJECT ADMIN AND MANAGEMENT $12,300
LABOR COSTS
EXPENSES
MANHOURS
Justification of Costs and Fees
September 24, 2025
Leverett Avenue and Cleveland Street Drainage Improvements
Drainage On Call - Work Order 2
PRELIMINARY (30%) DESIGN & PLANS
TASK PM Sn.CIV Sf.CIV Sr. EST As. EST Ast.CIV DSNR CAD PA TOTAL
Site Visits 20 20 40
Hydrological and hydraulic maping and modeling 20 76 20 116
Prepare Design Drawings 20 40 60 60 180
OPCC 8 16 24
Project Coordination 12 12 24
QC 12 12 24
TOTAL MH - PRELIMINARY (30%) DESIGN & PLANS 84 12 116 8 16 112 60 0 0 408
LABOR COSTS
Category - Description Rate MH Amount
Project Manager PM $245.00 84 $20,580
Senior Civil Engineer Sn.CIV $205.00 12 $2,460
Senior Estimator Sr. EST $225.00 8 $1,800
Staff Civil Engineer Sf.CIV $175.00 116 $20,300
Assistant Estimator As. EST $175.00 16 $2,800
Assistant Civil Engineer Ast.CIV $150.00 112 $16,800
Designer DSNR $145.00 60 $8,700
CAD CAD $160.00 0 $0
Project Assistant PA $145.00 0 $0
Subtotal Labor Costs $73,440
ITEM Quantity Unit Rate Amount
Mileage (5 site visits, 2 in person coordination metings) 150 miles $0.700 $105.00
Subtotal Expenses $105.00
Subtotal Expenses (rounded) $105
TOTAL COSTS - PRELIMINARY (30%) DESIGN & PLANS $73,545
EXPENSES
Justification of Costs and Fees
September 24, 2025
Drainage On Call - Work Order 2
Leverett Avenue and Cleveland Street Drainage Improvements
MANHOURS
Notes:
1. For any non-exempt personnel, approved overtime will be billed at 1.5 times the hourly labor billing
rates shown.
2. For outside expenses incurred by the Design Subconsultant, such as authorized travel and subsistence,
and for services rendered by others, Owner/Client shall pay the cost plus any mark-up identified in the
Agreement.
3. The services of contract/agency and/or any personnel of a subsidiary to Consultant or its
affiliates shall be billed to Owner according to the rate sheet as if such personnel is a direct employee of
Consultant.
4. The rates shown above are effective for services through the dates shown and are subject to
revision thereafter.
Principal
Project Manager
Resident Engineer
Hourly Billing Rate
285.00$
245.00$
190.00$
Project Director 275.00$
SCHEDULE OF HOURLY PROFESSIONAL SERVICE BILLING RATES
THRU DECEMBER 31, 2026
CONTRACT TITLES AND BILL RATES
Title
Senior Estimator
Assistant Estimator
145.00$
160.00$
145.00$
185.00$
250.00$
250.00$
185.00$
260.00$
215.00$
175.00$
175.00$
150.00$
225.00$
175.00$
Project Assistant
205.00$
145.00$
Assistant Environmental Scientist
CAD
Designer
Public Involvement
Associate Civil Engineer
Staff Civil Engineer
Assistant Civil Engineer
Senior Civil Engineer
Construction Manager
Assistant Construction Manager
Associate Environmental Scientist
Senior Environmental Scientist
Staff Environmental Scientist