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
1/29/2026
Submitted Date
Yes
14,025.00$
14,025.00$
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
14,025.00$
-$
Yes
No
-$
02108.2507
Project Number
Budget Impact:
Misc Small Drainage Analysis
Fund
Sales Tax Capital Improvement4470.621.8810-5314.00
Account Number
Project Title
City of Fayetteville Staff Review Form
2026-0093
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on Work Order #5 of the Master Professional Services Agreement with Olsson, Inc. associated
with a No Adverse Impact Analysis for the proposed W Berry St culvert improvements in accordance with
Resolution 150-25 confirming the selection of Burns & McDonnell Engineering, Hawkins-Weir Engineers and Olsson,
Inc. to provide on-call drainage design services.
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Alan Pugh STORMWATER MANAGEMENT (740)
Division / Department
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
Alan Pugh, Stormwater Manager
FROM: Amanda Swope, Stormwater Project Manager
DATE: January 29, 2026
SUBJECT: Mayors signature on Work Order #5 of the Master Professional Services
Agreement with Olsson, Inc. associated with a No Adverse Impact Analysis
for the proposed W Berry St culvert improvements in accordance with
Resolution 150-25 confirming the selection of Burns & McDonnell
Engineering, Hawkins-Weir Engineers and Olsson, Inc. to provide on-call
drainage design services.
RECOMMENDATION:
Staff recommends the Mayor sign Work Order #5 of the Master Professional Services
Agreement with Olsson, Inc for on-call drainage design associated with a No Adverse Impact
Analysis for W Berry St culvert improvements.
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, Inc as the firms currently approved to provide on-call
drainage design services until June 30, 2026.
DISCUSSION:
One design project is culvert improvements at 2335 W Berry St. The culvert is failing and in
need of replacement. This work order is for a No Adverse Impact Analysis of the culvert.
BUDGET/STAFF IMPACT:
The work order is proposed to be funded from Sales Tax Capital Improvement funds.
Attachments:
Staff Review Form
Work Order #5
3537 N. Steele Boulevard / Suite 310 / Fayetteville, AR 72703
o 479.443.3404 / olsson.com
MASTER AGREEMENT
FOR PROFESSIONAL SERVICES
TASK ORDER NO. 5
This exhibit dated January 21, 2026, is hereby attached to and made a part of the
Master Agreement for Professional Services dated July 28, 2025, between City of Fayetteville,
Arkansas (“Client”) and Olsson, Inc. (“Olsson”) providing for professional services. Olsson’s
Scope of Services for the Agreement is indicated below.
GENERAL
Olsson has acquainted itself with the information provided by Client relative to the Project and
based upon such information offers to provide the services described below for Project. Client
warrants that it is either the legal Owner of the property to be improved by this Project or that
Client is acting as the duly authorized agent of the legal Owner of such property.
PROJECT DESCRIPTION AND LOCATION
Project will be located at: Hamestring Creek, 2355 W Berry Street, Fayetteville, Arkansas
Project Description: Culvert Improvements No Adverse Impact Analysis
Olsson shall provide the following services (Scope of Services) to Client for the Project:
–
Olsson shall provide the following:
•Conduct routine coordination with Client, including monthly invoicing and associated
progress reports
•Attend two coordination phone calls or virtual meetings with Client to discuss Project
status. Additional coordination calls or meetings to discuss or explain Project results shall
be considered as Additional Services.
–
Olsson shall provide the following:
•Obtain copy of effective hydrologic and hydraulic modeling, if available, for Hamestring
Creek from Federal Emergency Management Agency (FEMA) Engineering Library or
other available source. Please note that receipt of FEMA effective hydraulic model may
take up to one to two months as it is subject to outside influences (e.g., FEMA Library
schedule, data transfers, et cetera).
Page 2 of 5
•Review effective modeling to confirm that it matches what is shown in effective
Washington County, Arkansas and Incorporated Areas, Flood Insurance Study (FIS),
dated January 25, 2024.
o If no hydrologic or hydraulic model is available at the time of this analysis, creation
of replica models to the best of its abilities, using FEMA accepted Standards and
Guidelines, the Effective FIS results, and best available data, shall be considered
as Additional Services.
o Hydrologic model extent for Project area is proposed to be areas that drain to a
point along Hamestring Creek at W Wedington Drive, Fayetteville, Arkansas
approximately 900 feet downstream of Project area
o Hydraulic model extent for Project area is proposed to be from W Wedington Drive,
Fayetteville, Arkansas upstream to limit of detailed study Hamestring Creek
Lettered Cross Section O, as shown on FEMA Flood Insurance Rate Map (FIRM)
05143C0204G, dated January 25, 2024. If collection of additional data to extend
the model beyond the proposed Project extent or processing of additional datasets
is required, these tasks shall be considered as Additional Services and may extend
the timeline.
•Obtain publicly available topographic data for Project area and process data in preparation
for further refinement of existing hydrologic and hydraulic modeling and floodplain
mapping
Phase 300 – Hydrologic and Hydraulic Modeling
Olsson shall provide the following:
•Utilize hydrologic model information as basis for hydrologic modeling in remaining tasks
•Updates to the effective hydrologic model where required, to develop a proposed
conditions model. Updates to the hydrologic model may include, but are not limited to:
o Review and update as needed, land use and Manning’s roughness coefficient
data; and
o Recalculate Time of Concentration for Project area
•If a No Adverse Impact hydrologic condition is achieved for Hamestring Creek (e.g., no
increase in reported peak flows), Olsson shall continue to the hydraulic analysis. If a No
Adverse Impact condition is not achieved, Olsson shall perform up to one additional model
scenario in an attempt to meet the No Adverse Impact condition. If additional modeling
scenarios, outside the one listed above, are required, these tasks may be performed as
Additional Services.
•Utilize hydraulic model information as basis for hydraulic modeling in remaining tasks
•Create Duplicate Effective hydraulic model, which reflects conversion of Effective Model
into newer hydraulic modeling software, if required. It is proposed that all models
developed for Project shall use HEC-RAS (Version 6.x).
•Revise Duplicate Effective hydraulic model to prepare Corrected Effective / Existing
Condition Model using topographic data, and other supporting data (e.g., culvert data).
Corrected Effective / Existing Condition Model shall then become baseline conditions for
determining if a No Adverse Impact condition can be achieved for proposed Project
scenario.
•Prepare Proposed Conditions Models to evaluate impacts of proposed driveway culvert
improvement on existing Special Flood Hazard Area (SFHA) base flood (100-year) and
floodway water surface elevations.
Page 3 of 5
• Compare results between Corrected Effective / Existing Condition Model and Proposed
Conditions Modeling to determine if a No Adverse Impact condition is met along
Hamestring Creek (e.g., no increase in channel velocities or water surface elevations). If
achieved, Olsson shall proceed to Phase 400. If a No Adverse Impact condition is not
achieved, Olsson shall perform up to two additional model scenarios in an attempt to meet
the No Adverse Impact condition. If additional modeling scenarios, outside those listed
above, are required, these tasks shall be performed as Additional Services.
Phase 400 – Report and Documentation
Olsson shall provide the following:
• If a No Adverse Impact condition is achieved, Olsson shall prepare a short report with
supporting documentation for submittal to Client, describing methods used and results
determined in analysis for submission to Client personnel
• Address up to one set of comments provided by Client within two weeks after receipt. After
addressing comments, Olsson shall finalize No Adverse Impact documentation.
PROJECT TOTAL: $14,025.00
ASSUMPTIONS
• Proposed design plans shall be provided by Client. Any information received shall be
provided in Autodesk DWG format or PDF format. DWG formatted data shall be provided
in a Horizontal Datum of NAD83, Arkansas State Plane North Zone (US Survey Foot) and
a Vertical Datum of NAVD 88.
• Additional meetings with Client or Others not specifically described in the above Scope of
Services shall be considered as Additional Services
• Questions directed to culvert improvements shall be Client’s responsibility
EXCLUSIONS
• Applications and fees to FEMA for Letters of Map Change, and/or permits, applications,
drainage reports, or fees required by local, state, or federal agencies that may have
regulatory jurisdiction over Project area or Property are not within above Scope of
Services, unless identified specifically
• Coordination with impacted property Owners and/or local, state, or federal entities that
may have a regulatory jurisdiction over Project area, such as Arkansas Natural Resources
Division, U.S. Fish and Wildlife, United States Army Corps of Engineers (USACE), et
cetera unless identified in Project Scope of Services specifically. If required, coordination
for these entities may be performed as Additional Services.
• Survey data is not anticipated for this Project. If required, it shall be provided by Client for
the Project area. Any required survey data shall be certified by a registered Professional
Surveyor in the State of Arkansas and shall be provided in a Horizontal Datum of NAD83,
Arkansas State Plane North Zone (US Survey Foot) and a Vertical Datum of NAVD 88.
Page 4 of 5
Should Client request work in addition to the above Scope of Services, Olsson shall invoice Client
for such additional services (Optional Additional Services) at the standard hourly billing labor rate
charged for those employees actually performing the work, plus reimbursable expenses if any.
Olsson shall not commence work on Optional Additional Services without Client’s prior written
approval.
Olsson agrees to provide all of its services in a timely, competent and professional manner, in
accordance with applicable standards of care, for projects of similar geographic location, quality
and scope.
SCHEDULE FOR OLSSON’S SERVICES
Unless otherwise agreed, Olsson expects to perform its services under the Agreement as follows:
Anticipated Start Date: Upon Receipt of Executed Agreement
Anticipated Completion Date: Four Months After Receipt of Executed Agreement
Olsson shall endeavor to start its services on the Anticipated Start Date and to complete its
services on the Anticipated Completion Date. However, the Anticipated Start Date, the Anticipated
Completion Date, and any milestone dates are approximate only, and Olsson reserves the right
to adjust its schedule and any or all of those dates at its sole discretion, for any reason, including,
but not limited to, delays caused by Client or delays caused by third parties.
COMPENSATION
Client shall pay to Olsson for the performance of the above Scope of Services a lump sum of
Fourteen Thousand Twenty Five Dollars ($14,025.00). Olsson’ s reimbursable expenses for this
Project are included in the lump sum. Olsson shall submit invoices on a monthly basis, and
payment is due within 30 calendar days of invoice date.
Page 5 of 5
TERMS AND CONDITIONS OF SERVICE
We have discussed with you the risks, rewards and benefits of the Project, the Scope of Services,
and our fees for such services and the Agreement represents the entire understanding between
Client and Olsson with respect to the Project. The Agreement may only be modified in writing
signed by both parties.
Client’s designated Project Representative shall be ___________________________________
Is this Work Oder satisfactorily sets forth your understanding of our agreement, please sign in the
space provided below. Retain a copy for your files and return an executed original to Olsson. This
Work Order will be open for acceptance for a period of 30 days from the date set forth above,
unless changed by us in writing.
OLSSON, INC.
By _____________________________ By ____________________________
Lee Beshoner, PE, CFM, Group Leader McKenzie Taake, PE, CFM, Engineer
By signing below, you acknowledge that you have full authority to bind Client to the terms of the
Agreement. If you accept this Work Order, please sign:
CITY OF FAYETTEVILLE, ARKANSAS
By _____________________________
Signature
Print Name ______________________
Title ____________________________ Dated: _________________________
Molly Rawn
Mayor 02/17/2026
1/28/2026
Submitted Date
Yes
12,344.00$
6,000.00$
V20221130
Budgeted Item?
Does item have a direct cost?
Is a Budget Adjustment attached?
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
78,054.00$
65,710.00$
Yes
No -$
6,344.00$
46040.7428
Project Number
Budget Impact:
Drainage Bond Projects -
S Skyline Dr and N Charlee Ave
Fund
Drainage Projects 2022 Bonds4704.860.7428-5860.02
Account Number
Project Title
City of Fayetteville Staff Review Form
2026-0076
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on Amendment #1 to Work Order #1 of the Master Professional Services Agreement with Burns
McDonnell Engineering Company, Inc. associated with S Skyline Dr and N Charlee Ave in accordance with
Resolution 150-25. This amendment entails the research, survey, and replat of Lot 92 – Western Methodist
Assembly on S Skyline Dr.
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Amanda Swope ENGINEERING (621)
Division / Department
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
Alan Pugh, Stormwater Manager
FROM: Amanda Swope, Stormwater Project Manager
DATE: January 28, 2026
SUBJECT: Mayors signature on Amendment #1 to Work Order #1 of the Master
Professional Services Agreement with Burns McDonnell Engineering
Company, Inc. associated with S Skyline Dr and N Charlee Ave in
accordance with Resolution 150-25. This amendment entails the research,
survey, and replat of Lot 92 – Western Methodist Assembly on S Skyline Dr.
RECOMMENDATION:
Staff recommends the Mayor sign Amendment #1 of Work Order #1 of the Master Professional
Services Agreement with Burns McDonnell Engineering Company, Inc for on-call drainage
design associated with S Skyline Dr and N Charlee Ave.
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:
Two projects on the design list are S Skyline Dr and N Charlee Ave. Both have frequent
structure flooding and need to be addressed as soon as possible. This amendment is for the
research, survey, and replat of Lot 92 – Western Methodist Assembly on S Skyline Dr.
BUDGET/STAFF IMPACT:
The work order is proposed to be funded from 2019 Bond Drainage funds.
Attachments:
Staff Review Form
Amendment #1 Work Order #1
AMENDMENT TO WORK ORDER #1
FOR MASTER AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
AMENDMENT No. 1 Date: 1/29/2026
THIS AMENDMENT modifies Work Order #1 dated September 17, 2025 made by and between Burns &
McDonnell Engineering Company, Inc., (hereinafter called ENGINEER), and City of Fayetteville,
Arkansas (hereinafter called CITY OF FAYETTEVILLE) for the following Project: Skyline Drive and
Charlee Avenue Drainage Improvements. For good and valuable consideration, the sufficiency of which
is acknowledged, the parties agree to make the following changes to their Agreement.
1. The parties agree that the ENGINEER’s Scope of Work Appendix A is amended as follows:
ENGINEER will assist the CITY OF FAYETTEVILLE with a replat for Lot 92 – Western Methodist
Assembly, Fayetteville, AR, consisting of the following services:
• Research Deeds, plats and easements from county and city records.
• Perform boundary survey per Arkansas Minimum Standards.
• Establish control and locate boundary evidence and improvements.
• Prepare Concurrent Plat per City of Fayetteville requirements.
• Attend Technical Plat Review meeting to receive comments from City Staff and
answer questions.
• Revise Concurrent Plat per City of Fayetteville Technical Plat Review comments as
applicable.
• Attend Planning Commission meeting to receive comments from Planning
Commission and answer questions.
• Revise Concurrent Plat per City of Fayetteville Planning Commission comments as
applicable.
• Prepare final version of Concurrent Plat for signatures, including number and size of
paper copies as needed by City Planning Office.
• File approved plat with Washington County
• Provide CITY OF FAYETTEVILLE with digital and recorded copies.
2. The parties agree that the services provided by the CITY OF FAYETTEVILLE is amended as
follows:
CITY OF FAYETTEVILLE will:
• Perform all Public Notifications applicable for the Concurrent Plat.
• Perform all tasks associated with submitting and resubmitting project documents
through the City of Fayetteville Development Service’s Civic Access Portal.
• Pay all applicable application and/or review fees applicable for the Concurrent Plat.
• Obtain all signatures required for the Concurrent Plat.
3. The basis of compensation for the above Services shall be Hourly Rate per ENGINEER’s rate
sheet previously established for this Work Order. ENGINEER’s Not-to-Exceed Cap of
$130,265.00 shall be increased by $6,000.00 for an amended Not-to Exceed Cap of $136,265.00
for this Work Order.
4. The terms of this AMENDMENT supersede any contrary terms of the Agreement. This
AMENDMENT will be deemed a part of, and be subject to, all other terms and conditions of the
Agreement. Except as modified above, the Agreement will remain in full force and effect.
IN WITNESS WHEREOF, the parties have executed this AMENDMENT the day and year first written
above.
CONTRACT AMENDMENT (AE-6).DOC 2 02/01/10
City of Fayetteville, Arkansas
Burns & McDonnell Engineering Company,
Inc.
By:
By:
Name: Molly Rawn
Name: Steven Beam, PE
Title: Mayor
Title: Director
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
02108.2501; 02108.2502; 02108.2503;
02108.2504
Project Number
Budget Impact:
E Cydnee St; N Pollard Ave; S Happy Hollow
Road and S Dockery Lane
Fund
Sales Tax Capital Improvement4470.621.8810-5314.00
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-0713
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on work order number 1, 2, 3 and 4 of the Master Professional Services Agreement with
Hawkins Weir Engineers, Inc. associated with E Cydnee St ($24,410), N Pollard Ave ($16,710), S Happy Hollow
Road ($19,260) and S Dockery Ln ($22,840) for a total of $83,220 in accordance with Resolution 150-25
confirming the selection of Burns & McDonnell Engineering, Hawkins-Weir Engineers and Olsson Associates to
provide on-call drainage design services
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Alan Pugh ENGINEERING (621)
Division / Department
8/28/2025
Submitted Date
Yes
83,220.00$
83,220.00$
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
83,220.00$
-$
Yes
No -$
-$
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
FROM: Alan Pugh, Stormwater Manager
DATE: August 28, 2025
SUBJECT: Mayors signature on work order number 1, 2, 3 and 4 of the Master
Professional Services Agreement with Hawkins Weir Engineers, Inc.
associated with E Cydnee St ($24,410), N Pollard Ave ($16,710), S Happy
Hollow Road ($19,260) and S Dockery Ln ($22,840) for a total of $83,220 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 work orders 1 through 4 of the Master Professional Services
Agreement with Hawkins Weir Engineers, Inc for on-call drainage design associated with E
Cydnee St ($24,410), N Pollard Ave ($16,710), S Happy Hollow Road ($19,260) and S Dockery
Ln ($22,840) for a total of $83,220
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:
Four projects on the design list are E Cydnee St, N Pollard Ave, S Happy Hollow Road and S
Dockery Ln. All experience frequent flooding with either flooding inside the structure or
structure damage and need to be addressed as soon as possible. This would allow for the
completion of designs such that these projects could be bid out at a later date and constructed.
BUDGET/STAFF IMPACT:
The work order is proposed to be funded from Sales Tax Capital Improvement funds.
2
Attachments:
Staff Review Form
Work Orders 1-4
WORK ORDER NO. 1
CYDNEE AREA
FOR
MASTER AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
2025069\Work Order #1 - Cydnee Area
This Work Order is entered into and authorized this date , 2025
by and between the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE)
and Hawkins-Weir Engineers, Inc. (hereinaft.er 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
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 $24,410.00, without further authorization
Hourly Rate per ENGINEER’S Rate Sheet, attached hereto, with no maximum
Other, as follows:
_____________________________________________________________________
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
By:
Name: Molly Rawn
Title: Mayor
ENGINEER: Hawkins-Weir Engineers, Inc.
By:
Name:
Title:
J.Kyle Salyer, P.E., P.S.
Vice President, Project Manager
July 1, 2025 .
September 18
Work Order No.1
Appendix A - Scope of Work
Cydnee Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069/Appendix A-Scope of Work (WO#1-Cydnee).docx Page 1 of 2
Work Order Description
Work Order No.1 – Cydnee Preliminary Design
1.Perform initial survey to determine flowline elevations of necessary drainage facilities (pipes,
inlets, ditches, etc), sanitary sewer structures, and building finish floor elevations within
project study area
2.Coordinate field locates of existing franchise and public utilities within the project area
through ARKUPS
3. Drone Aerial Survey of Project Area
4.Prepare a scaled drawing in AutoCAD Civil 3D using limited field survey and City of
Fayetteville GIS Data
5.Hydrologic and Hydraulic Design
a.Determine Watersheds
1.Use provided GIS Information
2.Site visit and field investigation
b.Prepare Drainage Model
c.Perform Hydrologic and Hydraulic analysis of existing drainage system
d. Evaluate drainage system and determine backwater effects from downstream Detention
Pond
e.Evaluate alternate stormwater routings
6. Prepare Preliminary (30%) Construction Plans showing proposed drainage improvements in
plan and profile
7.Prepare preliminary cost estimate
8.Meet with City Staff to present the Preliminary Construction Plans
Exclusions to Work Order No.1
The design services provided by Hawkins-Weir do not include the preparation of the following:
1.Topographical and location survey of all facilities within project area
2.Preparation of final construction plans
3.Preparation of contract documents
Work Order No.1
Appendix A - Scope of Work
Cydnee Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069/Appendix A-Scope of Work (WO#1-Cydnee).docx Page 2 of 2
4.Advertising and Bidding
5.Easement and Deed research
6.ALTA Level Boundary Survey(s)
7.Environmental assessment including field evaluations for Section 404 U.S. Army Corps of
Engineers (USACE) permitting, wetlands delineation, wetland and stream mitigation, cultural
resources survey, and U.S. Fish and Wildlife Endangered Species Clearance
8.Construction layout staking for the Contractor
9.Field locates of franchise or public utilities by excavation or soft dig methods
10.Design of franchise utility relocation plans or service extensions including gas,
communication and electrical service
11.Design of City of Fayetteville Master Plan Improvements
12.Bid solicitations
13.Landscaping and irrigation design for the improvements
14.As-built survey of the final improvements
15.Public meetings or hearings
16.Signage plans
17.Construction Management (to be provided under separate agreement, or as an amendment
to this agreement)
Work Order No. 1
Appendix B – Proposed Schedule
Cydnee Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069\Appendix B-Proposed Sch (WO#1-Cydnee).docx Page 1
Cydnee Area Preliminary Design 120
Work Order No. 1
Cydnee Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069\Scope of Services Fee Proposal WO#1-Cydnee.xlsx
A. Work Order No. 1 - Cydnee Preliminary Design
Engr Engr Engr CAD/BIM GPS
VII V II Modeler II Surveyor Survey
$275 $225 $150 $135 $175 $200
1.2 2 8
2.2 2 4
3.4 4
4.8
5.
a.4 8
i. Use provided GIS Information
ii. Site visit and field investigation
b.4 8
c.4 4
d.8 4
e.4 4
6.8 16 8
7.4 4
8.2 4
2 44 48 16 8 16
$24,410
Perform Hydrologic and Hydraulic analysis of existing drainage system
Task
Billing Rate (2025)
Perform initial survey to determine flowline elevations of necessary
drainage facilities (pipes, inlets, ditches, etc), sanitary sewer structures, and
building finish floor elevations within project study area
Coordinate field locates of existing franchise and public utilities within the
project area through ARKUPS
Drone Aerial Survey of Project Area
Prepare a scaled drawing in AutoCAD Civil 3D
Hydrologic and Hydraulic Design
Determine Watersheds
Prepare Drainage Model
Work Order Cost
Evaluate drainage system and determine backwater effects from
downstream Detention Pond
Evaluate alternate stormwater routings
Prepare Preliminary (30%) Construction Plans showing proposed drainage
improvements in plan and profile
Prepare preliminary cost estimate
Meet with City Staff to present the Preliminary Construction Plans
Total Hours
EXHIBIT 1
FOR: CITY OF FAYETTEVILLE
2025 DRAINAGE IMPROVEMENTS
CYDNEE AREA
SCALE: 1"=100'DATE: JULY 2025 JOB NO. 2025069Z:
\
2
5
\
2
0
2
5
0
6
9
C
I
T
Y
O
F
F
A
Y
E
T
T
E
V
I
L
L
E
D
R
A
I
N
A
G
E
2
0
2
5
\
D
R
A
W
I
N
G
S
\
C
Y
D
N
E
E
.
D
W
G
,
7
/
2
4
/
2
0
2
5
3
:
1
6
P
M
,
J
O
S
H
N
I
C
H
O
L
S
,
L
A
Y
O
U
T
1
Van Buren Fayetteville Little Rock
(479) 474-1227 (479) 455-2206 (501) 374-4846
w w w . h a w k i n s - w e i r . c o m
Fort Smith
(479) 242-4685
PROJECT
AREA
APPLEBY ROAD
CYDNEE STREET
WORK ORDER NO. 2
POLLARD AREA
FOR
MASTER AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
2025069\Work Order #2 - Pollard Area
This Work Order is entered into and authorized this date , 2025
by and between the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE)
and Hawkins-Weir Engineers, Inc. (hereinaft.er 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
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 $16,710.00, without further authorization
Hourly Rate per ENGINEER’S Rate Sheet, attached hereto, with no maximum
Other, as follows:
_____________________________________________________________________
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
By:
Name: Molly Rawn
Title: Mayor
ENGINEER: Hawkins-Weir Engineers, Inc.
By:
Name:
Title:
J.Kyle Salyer, P.E., P.S.
Vice President, Project Manager
July 1, 2025 .
September 18
Work Order No. 2
Appendix A – Scope of Work
Pollard Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069/Appendix A-Scope of Work (WO#2-Pollard).docx Page 1 of 2
Work Order Description
Work Order No. 2 – Pollard Preliminary Design
1. Perform an initial survey to determine flowline elevations of necessary drainage facilities
(pipes, inlets, ditches, etc), sanitary sewer structures, and building finish floor elevations
within project study area
2.Coordinate field locates of existing franchise and public utilities within the project area
through ARKUPS
3.Prepare a scaled drawing in AutoCAD Civil 3D using limited field survey and City of
Fayetteville GIS Data
4.Hydrologic and Hydraulic Design
a.Determine Watersheds
1.Use provided GIS Information
2.Site visit and field investigation
b.Prepare Drainage Model
c.Evaluate drainage system
5.Prepare Preliminary (30%) Construction Plans showing proposed drainage improvements in
plan and profile
6.Prepare preliminary cost estimate
7.Meet with City Staff to present the Preliminary Construction Plans
Exclusions to Work Order No. 2
The design services provided by Hawkins-Weir do not include the preparation of the following:
1.Topographical and location survey of all facilities within project area
2.Preparation of final construction plans
3.Preparation of contract documents
4.Advertising and Bidding
5.Easement and Deed research
6.ALTA Level Boundary Survey(s)
Work Order No. 2
Appendix A – Scope of Work
Pollard Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069/Appendix A-Scope of Work (WO#2-Pollard).docx Page 2 of 2
7.Environmental assessment including field evaluations for Section 404 U.S. Army Corps of
Engineers (USACE) permitting, wetlands delineation, wetland and stream mitigation, cultural
resources survey, and U.S. Fish and Wildlife Endangered Species Clearance
8.Construction layout staking for the Contractor
9.Field locates of franchise or public utilities by excavation or soft dig methods
10.Design of franchise utility relocation plans or service extensions including gas,
communication and electrical service
11.Design of City of Fayetteville Master Plan Improvements
12.Bid solicitations
13.Landscaping and irrigation design for the improvements
14.As-built survey of the final improvements
15.Public meetings or hearings
16.Signage plans
17.Construction Management (to be provided under separate agreement, or as an amendment
to this agreement)
Work Order No. 2
Appendix B – Proposed Schedule
Pollard Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069\Appendix B-Proposed Sch (WO#2-Pollard).docx Page 1
Pollard Area Preliminary Design 90
Work Order No. 2
Pollard Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069\Scope of Services Fee Proposal (WO#2-Pollard).xlsx
B. Work Order No. 2 - Pollard Preliminary Design
Engr Engr Engr CAD/BIM GPS
VII V II Modeler II Surveyor Survey
$275 $225 $150 $135 $175 $200
1.2 2 4
2.2 2 4
3.8
4.
a.2 4
i. Use provided GIS Information
ii. Site visit and field investigation
b.2 8
c.4 4
5.8 16 8
6.4 4
7.2 4
2 28 36 16 4 8
$16,710Work Order Cost
Prepare Preliminary (30%) Construction Plans showing proposed drainage
improvements in plan and profile
Prepare preliminary cost estimate
Meet with City Staff to present the Preliminary Construction Plans
Total Hours
Evaluate drainage system
Task
Billing Rate (2025)
Perform initial survey to determine flowline elevations of necessary
drainage facilities (pipes, inlets, ditches, etc.), sanitary sewer structures,
and building finish floor elevations within project study area
Coordinate field locates of existing franchise and public utilities within the
project area through ARKUPS
Prepare a scaled drawing in AutoCAD Civil 3D
Hydrologic and Hydraulic Design
Determine Watersheds
Prepare Drainage Model
EXHIBIT 2
FOR: CITY OF FAYETTEVILLE
2025 DRAINAGE IMPROVEMENTS
POLLARD AREA
SCALE: 1"=100'DATE: JULY 2025 JOB NO. 2025069Z:
\
2
5
\
2
0
2
5
0
6
9
C
I
T
Y
O
F
F
A
Y
E
T
T
E
V
I
L
L
E
D
R
A
I
N
A
G
E
2
0
2
5
\
D
R
A
W
I
N
G
S
\
P
O
L
L
A
R
D
.
D
W
G
,
7
/
2
4
/
2
0
2
5
3
:
1
8
P
M
,
J
O
S
H
N
I
C
H
O
L
S
,
L
A
Y
O
U
T
1
Van Buren Fayetteville Little Rock
(479) 474-1227 (479) 455-2206 (501) 374-4846
w w w . h a w k i n s - w e i r . c o m
Fort Smith
(479) 242-4685
PROJECT
AREA
PO
L
L
A
R
D
R
O
A
D
CO
L
L
E
G
E
A
V
E
NORTH STREET
WORK ORDER NO. 3
HAPPY HOLLOW AREA
FOR
MASTER AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
2025069\Work Order #3 - Happy Hollow Area
This Work Order is entered into and authorized this date , 2025
by and between the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE)
and Hawkins-Weir Engineers, Inc. (hereinaft.er 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
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 $19,260.00, without further authorization
Hourly Rate per ENGINEER’S Rate Sheet, attached hereto, with no maximum
Other, as follows:
_____________________________________________________________________
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
By:
Name: Molly Rawn
Title: Mayor
ENGINEER: Hawkins-Weir Engineers, Inc.
By:
Name: J. Kyle Salyer, P.E., P.S.
Title: Vice President, Project Manager
July 1, 2025 .
September 18
Work Order No. 3
Appendix A – Scope of Work
Happy Hollow Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069/Appendix A-Scope of Work (WO#3-Happy Hollow).docx Page 1 of 2
Work Order Description
Work Order No. 3 – Happy Hollow Preliminary Design
1.Perform initial survey to determine flowline elevations of necessary drainage facilities (pipes,
inlets, ditches, etc), sanitary sewer structures, and building finish floor elevations within
project study area
2.Coordinate field locates of existing franchise and public utilities within the project area
through ARKUPS
3.Drone Aerial Survey of Project Area
4.Prepare a scaled drawing in AutoCAD Civil 3D using limited field survey and City of
Fayetteville GIS Data
5.Hydrologic and Hydraulic Design
a.Determine Watersheds
1.Use provided GIS Information
2.Site visit and field investigation
b.Prepare Drainage Model
c.Evaluate drainage system
d.Evaluate alternate stormwater routings
6.Prepare Preliminary (30%) Construction Plans showing proposed drainage improvements in
plan and profile
7.Prepare preliminary cost estimate
8.Meet with City Staff to present the Preliminary Construction Plans
Exclusions to the Work Order
The design services provided by Hawkins-Weir do not include the preparation of the following:
1.Topographical and location survey of all facilities within project area
2.Preparation of final construction plans
3.Preparation of contract documents
4.Advertising and Bidding
Work Order No. 3
Appendix A – Scope of Work
Happy Hollow Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069/Appendix A-Scope of Work (WO#3-Happy Hollow).docx Page 2 of 2
5.Easement and Deed research
6.ALTA Level Boundary Survey(s)
7.Environmental assessment including field evaluations for Section 404 U.S. Army Corps of
Engineers (USACE) permitting, wetlands delineation, wetland and stream mitigation, cultural
resources survey, and U.S. Fish and Wildlife Endangered Species Clearance
8.Construction layout staking for the Contractor
9.Field locates of franchise or public utilities by excavation or soft dig methods
10.Design of franchise utility relocation plans or service extensions including gas,
communication and electrical service
11.Design of City of Fayetteville Master Plan Improvements
12.Bid solicitations
13.Landscaping and irrigation design for the improvements
14.As-built survey of the final improvements
15.Public meetings or hearings
16.Signage plans
17.Construction Management (to be provided under separate agreement, or as an amendment
to this agreement)
Work Order No. 3
Appendix B – Proposed Schedule
Happy Hollow Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069\Appendix B-Proposed Sch (WO#3-Happy Hollow).docx Page 1
Happy Hollow Preliminary Design 90
Work Order No. 3
Happy Hollow Area Preliminary
Design 2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069\Scope of Service Fee Proposal (WO#3-Happy Hollow).xlsx
C. Work Order No. 3 - Happy Hollow Preliminary Design
Engr Engr Engr CAD/BIM GPS
VII V II Modeler II Surveyor Survey
$275 $225 $150 $135 $175 $200
1.2 2 4
2.2 2 4
3.4 4
4.8
5.
a.2 4
i. Use provided GIS Information
ii. Site visit and field investigation
b.4 8
c.2 4
d.2 4
6.8 16 8
7.4 4
8.2 4
2 30 40 16 8 12
$19,260
Prepare preliminary cost estimate
Meet with City Staff to present the Preliminary Construction Plans
Total Hours
Work Order Cost
Prepare Preliminary (30%) Construction Plans showing proposed drainage
improvements in plan and profile
Evaluate alternate stormwater routings
Task
Billing Rate (2025)
Perform initial survey to determine flowline elevations of necessary
drainage facilities (pipes, inlets, ditches, etc.), sanitary sewer structures,
and building finish floor elevations within project study area
Coordinate field locates of existing franchise and public utilities within the
project area through ARKUPS
Drone Aerial Survey of Project Area
Prepare a scaled drawing in AutoCAD Civil 3D
Hydrologic and Hydraulic Design
Determine Watersheds
Prepare Drainage Model
Evaluate drainage system
EXHIBIT 3
FOR: CITY OF FAYETTEVILLE
2025 DRAINAGE IMPROVEMENTS
HAPPY HOLLOW
SCALE: 1"=100'DATE: JULY 2025 JOB NO. 2025069Z:
\
2
5
\
2
0
2
5
0
6
9
C
I
T
Y
O
F
F
A
Y
E
T
T
E
V
I
L
L
E
D
R
A
I
N
A
G
E
2
0
2
5
\
D
R
A
W
I
N
G
S
\
H
A
P
P
Y
H
O
L
L
O
W
.
D
W
G
,
7
/
2
4
/
2
0
2
5
3
:
1
7
P
M
,
J
O
S
H
N
I
C
H
O
L
S
,
L
A
Y
O
U
T
1
Van Buren Fayetteville Little Rock
(479) 474-1227 (479) 455-2206 (501) 374-4846
w w w . h a w k i n s - w e i r . c o m
Fort Smith
(479) 242-4685
PROJECT
AREA
HA
P
P
Y
H
O
L
L
O
W
R
O
A
D
4TH STREET
ALTERNATIVE
STUDY AREA
WORK ORDER NO. 4
DOCKERY AREA
FOR
MASTER AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
2025069\00 Work Order #4 - Dockery Area
This Work Order is entered into and authorized this date , 2025
by and between the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE)
and Hawkins-Weir Engineers, Inc. (hereinaft.er 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
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 $22,840.00, without further authorization
Hourly Rate per ENGINEER’S Rate Sheet, attached hereto, with no maximum
Other, as follows:
_____________________________________________________________________
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
By:
Name: Molly Rawn
Title: Mayor
ENGINEER: Hawkins-Weir Engineers, Inc.
By:
Name: J. Kyle Salyer, P.E., P.S.
Title: Vice President, Project Manager
July 1, 2025 .
September 18
Work Order No. 4
Appendix A – Scope of Work
Dockery Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069/Appendix A-Scope of Work (WO#4-Dockery).docx Page 1 of 2
Work Order Description
Work Order No. 4 – Dockery Preliminary Design
1.Perform initial survey to determine flowline elevations of necessary drainage facilities (pipes,
inlets, ditches, etc), sanitary sewer structures, and building finish floor elevations within
project study area
2.Coordinate field locates of existing franchise and public utilities within the project area
through ARKUPS
3.Prepare a scaled drawing in AutoCAD Civil 3D using limited field survey and City of
Fayetteville GIS Data
4.Hydrologic and Hydraulic Design
a.Determine Watersheds
1.Use provided GIS Information
2.Site visit and field investigation
b.Prepare Drainage Model
c.Perform Hydrologic and Hydraulic analysis of existing drainage system
d. Evaluate drainage system
e.Evaluate alternate stormwater routings
5.Prepare Preliminary (30%) Construction Plans showing proposed drainage improvements in
plan and profile
6.Prepare preliminary cost estimate
7.Meet with City Staff to present the Preliminary Construction Plans
Exclusions to the Work Order
The design services provided by Hawkins-Weir do not include the preparation of the following:
1.Topographical and location survey of all facilities within project area
2.Preparation of final construction plans
3.Preparation of contract documents
4.Advertising and Bidding
Work Order No. 4
Appendix A – Scope of Work
Dockery Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069/Appendix A-Scope of Work (WO#4-Dockery).docx Page 2 of 2
5.Easement and Deed research
6.ALTA Level Boundary Survey(s)
7.Environmental assessment including field evaluations for Section 404 U.S. Army Corps of
Engineers (USACE) permitting, wetlands delineation, wetland and stream mitigation, cultural
resources survey, and U.S. Fish and Wildlife Endangered Species Clearance
8.Construction layout staking for the Contractor
9.Field locates of franchise or public utilities by excavation or soft dig methods
10.Design of franchise utility relocation plans or service extensions including gas,
communication and electrical service
11.Design of City of Fayetteville Master Plan Improvements
12.Bid solicitations
13.Landscaping and irrigation design for the improvements
14.As-built survey of the final improvements
15.Public meetings or hearings
16.Signage plans
17.Construction Management (to be provided under separate agreement, or as an amendment
to this agreement)
Work Order No. 4
Appendix B – Proposed Schedule
Dockery Area Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069\Appendix B-Proposed Sch (WO#4-Dockery).docx Page 1
Dockery Area Preliminary Design 90
Work Order No. 4
Dockery Preliminary Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
September 2025
2025069\Scope of Service Fee Proposal WO#4-Dockery.xlsx
D. Work Order No. 4 - Dockery Preliminary Design
Engr Engr Engr CAD/BIM GPS
VII V II Modeler II Surveyor Survey
$275 $225 $150 $135 $175 $200
1.2 2 12
2.2 2 4
3.8
4.
a.4 4
i. Use provided GIS Information
ii. Site visit and field investigation
b.4 8
c.2 4
d.8 4
5.8 16 16
6.4 8
7.2 4
2 38 44 24 4 16
$22,840
Hydrologic and Hydraulic Design
Determine Watersheds
Prepare a scaled drawing in AutoCAD Civil 3D
Task
BillingRate (2025)
Perform initial survey to determine flowline elevations of necessary
drainage facilities (pipes, inlets, ditches, etc.), sanitary sewer structures,
and building finish floor elevations within project study area
Coordinate field locates of existing franchise and public utilities within the
project area through ARKUPS
Prepare Drainage Model
Evaluate drainage system
Evaluate alternate stormwater routings
Prepare Preliminary (30%) Construction Plans showing proposed drainage
improvements in plan and profile
Work Order Cost
Prepare preliminary cost estimate
Meet with City Staff to present the Preliminary Construction Plans
Total Hours
EXHIBIT 4
FOR: CITY OF FAYETTEVILLE
2025 DRAINAGE IMPROVEMENTS
DOCKERY AREA
SCALE: 1"=100'DATE: JULY 2025 JOB NO. 2025069Z:
\
2
5
\
2
0
2
5
0
6
9
C
I
T
Y
O
F
F
A
Y
E
T
T
E
V
I
L
L
E
D
R
A
I
N
A
G
E
2
0
2
5
\
D
R
A
W
I
N
G
S
\
H
A
P
P
Y
H
O
L
L
O
W
.
D
W
G
,
7
/
2
4
/
2
0
2
5
3
:
1
7
P
M
,
J
O
S
H
N
I
C
H
O
L
S
,
L
A
Y
O
U
T
1
(
2
)
Van Buren Fayetteville Little Rock
(479) 474-1227 (479) 455-2206 (501) 374-4846
w w w . h a w k i n s - w e i r . c o m
Fort Smith
(479) 242-4685
PROJECT
AREA
DO
C
K
E
R
Y
L
A
N
E
RA
Y
A
V
E
HUNTSV
I
L
L
E
R
O
A
D
ALTERNATIVE
STUDY AREA
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
Project Number
Budget Impact:
FundAccount Number
Project Title
City of Fayetteville Staff Review Form
2025-0701
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on Master Professional Services Agreement for Burns McDonnell Engineering Company, 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
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Alan pugh ENGINEERING (621)
Division / Department
8/26/2025
Submitted Date
No
-$
-$
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
-$
-$
No
No -$
-$
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
FROM: Alan Pugh, Stormwater Manager
DATE: August 6, 2025
SUBJECT: Mayors signature on Master Professional Services Agreement for Burns
McDonnell Engineering Company, 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 Burns
McDonnell Engineering Company, 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
August
28 25
Treasurer, Kara Paxton
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
46040.7429
Project Number
Budget Impact:
N West End Ave Floodplain Improvements
Fund
2022 Drainage Bond4704.860.7429-5860.02
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-0806
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on work order number 1 of the Master Professional Services Agreement with Olsson, Inc.
associated with West End Apartments for a total of $58,600 in accordance with Resolution 150-25 confirming the
selection of Burns & McDonnell Engineering, Hawkins-Weir Engineers and Olsson Associates to provide on-call
drainage design services
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Alan Pugh ENGINEERING (621)
Division / Department
10/2/2025
Submitted Date
Yes
58,600.00$
58,600.00$
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
58,600.00$
-$
Yes
No -$
-$
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
FROM: Alan Pugh, Stormwater Manager
DATE: October 2, 2025
SUBJECT: Mayors signature on work order number 1of the Master Professional
Services Agreement with Olsson, Inc. associated with West End
Apartments for a total of $58,600 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 recommend the Mayor sign work order number 1of the Master Professional Services
Agreement with Olsson, Inc. associated with West End Apartments for a total of $58,600 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
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:
In 2022, the West End Apartments were purchased due to repeated flooding. At that time, the
structures were removed but it was cost prohibitive to remove the slabs and paving. This
project would remove the foundations, slabs, asphalt paving and create some additional
floodplain storage at this location. It would include sodding the entire area that is disturbed as
well as planting the area back with trees. The intent is to return the area back to natural
floodplain.
BUDGET/STAFF IMPACT:
The work order is proposed to be funded from 2022 Drainage Bond Funds.
2
Attachments:
Staff Review Form
Work Orders 1
/
o 479.443.3404 / olsson.com
MASTER AGREEMENT
FOR PROFESSIONAL SERVICES
TASK ORDER NO. 1
This exhibit dated September 25, 2025, is hereby attached to and made a part of the Master
Agreement for Professional Services dated July 28, 2025, between City of Fayetteville, Arkansas
(“Client”) and Olsson, Inc. (“Olsson”) providing for professional services. Olsson’s Scope of
Services for the Agreement is as indicated below.
GENERAL
Olsson has acquainted itself with the information provided by Client relative to the Project and
based upon such information offers to provide the services described below for the Project. Client
warrants that it is either the legal owner of the property to be improved by this Project or that Client
is acting as the duly authorized agent of the legal owner of such property.
PROJECT DESCRIPTION AND LOCATION
Project Name: West End Apartments Regional Detention Basin (the “Project”)
Project will be located at: Parcel No. 765-13695-000, South Fork Hamestring Creek (SFHC),
Fayetteville, Arkansas 72703
The Project involves the investigation, design, bidding assistance, and construction administration
assistance of a regional detention basin meant to reduce base flood elevations and velocities
along SFHC from W. Wedington Drive downstream to confluence with Hamestring Creek. The
site was selected because the City of Fayetteville purchased the property due to repeated flooding
of the apartments along SFHC. The apartments have since been torn down. Olsson previously
performed a No Adverse Impact Analysis to develop a conceptual design for the in-line detention
basin in the Project area. This Scope of Services builds on the West End Apartments No Adverse
Impact Analysis conceptual study to provide investigation services, design services; permitting
services; easement services; bid services; and construction administration assistance to the
extents described below.
SCOPE OF SERVICES
Olsson shall provide the following services to Client for the Project:
Phase 100 - Project Management and Meetings $5,300.00
Close collaboration between Olsson, City staff (including representatives from various
departments as needed), the public, and other interest groups are essential to the success of this
effort. This task includes coordination meetings with staff and applicable agencies, as well as
assisting County staff with public outreach efforts, including public/stakeholder meetings, and
related graphics and materials.
Page 2 of 10
Meetings
• Olsson shall schedule and attend up to three review meetings to receive the
Client’s review comments from the 60-percent, and 90-percent submittals
• Following the submittal of 60-percent Olsson shall attend up to two meetings with
landowners directly impacted by stormwater concerns
Management
• Olsson shall serve as point of contact, maintain Project schedule and budget, and
be responsible for coordinating work of the Project team
Phase 200 - Site Investigation and Data Gathering $6,800.00
Topographic Survey Tied to Boundary
• Olsson shall collect Topographic Survey Data for approximately 2-acre site in
Fayetteville, Arkansas, particularly described as Washington County parcels 765-
13696-000, 765-13695-000, 765-13695-001, 765-13696-001 and along street
frontages. Limits of topography are generally outlined in blue as shown in the
attached Exhibit 1. Survey measurements will also be made to a select few
boundary corners for delineation of the nearest boundary lines. The Topographic
Survey Data area will depict contours at a 1-foot vertical interval, all physical
improvements including buildings, driveways, fencing, vegetation, and visible
utilities, as well as underground utilities as located by Arkansas One Call system.
Survey will be tied vertically to the North American Vertical Datum (NAVD) 1988
Vertical Datum and horizontally to the Arkansas State Plane Coordinate System
North American Datum (NAD) 83–North Zone-US Survey foot.
• Utility location and mapping is for horizontal location of above ground and
underground utilities only. Utility depths will not be obtained or indicated on the
topographic survey. Survey of utilities will be based on tracing and marking by One
Call and/or a private utility locater. The client understands and acknowledges that
utility mapping is not exact, and it is possible that not all utility lines will be located.
Olsson is not responsible for mismarked or unmarked utilities.
• Olsson’s fee does not include preparation of a deliverable survey in paper format.
Survey provided will be in AutoCAD format only.
Page 3 of 10
Phase 300 - Design Services $20,300.00
Initial Design Construction Documents (30-percent)
• Prepare draft 30-percent construction plans to include the following: Title Sheet,
General Notes, Site Layout, Drainage Area Maps, Survey Control and Alignment
Sheet, Demolition, Storm Drainage Plan and Profiles (grading layout), Hydrologic
Data Sheet, and Hydraulic Data Sheet
• Plans and data to include preliminary design calculations of the proposed detention
basin improvements
• Submit all necessary deliverables to the appropriate entity for review and
comment. Adjust Project and/or design to satisfactorily to address any comments,
as necessary
• Submit plans to utility companies to verify location of existing facilities as shown
on the plans
• Provide a brief memorandum (memo) summarizing any design changes differing
from conceptual model design and reasoning for these changes
• All proposed improvements shall be located by station and offset or their
coordinate values on the plans. The locations of utilities and other conflicts that will
impact the design will be included in the plans.
• Electronic PDFs of the preliminary plans will be submitted to the Client for review.
No hard copies of the plans or cost will be prepared.
Design Construction Documents (60-percent)
• Prepare draft 60-percent construction plans to include: Title Sheet, General Notes,
Preliminary Engineer’s Cost Estimate, Site Layout, Drainage Area Maps, Survey
Control and Alignment Sheet, Demolition Sheets including utility
relocation/adjustments, Temporary Erosion Control Sheets, Storm Drainage Plan
and Profiles (grading layout), Cross Sections Sheets, Hydrologic Data Sheet,
Hydraulic Data Sheet and Detail Sheets
• Design with detail to determine impacts to the adjacent properties in order to layout
any necessary proposed right-of-way easements
• Refined designed calculations for the proposed detention basin
• Identify water and sewer facilities requiring relocation, if needed. Meet with
Fayetteville Water Utilities to develop Project approach for water and sewer
designs. Olsson shall prepare preliminary utility relocation/adjustment plans for
City owned utilities where minor adjustments are required due to conflicts with the
proposed construction.
• Provide list of Engineer-developed details to be incorporated into plans
Page 4 of 10
• Draft preliminary notes on plans to fully describe the construction work to be
performed
• Prepare preliminary demolition and erosion control plans
• Top of bank lines, toe of slope lines, and cross sections of any proposed drainage
channels
• Submit all necessary deliverables to the appropriate entity for review and
comment. Adjust Project and/or design to satisfactorily to address any comments,
as necessary.
• Submit plans to utility companies at 60-percent to allow them to identify potential
conflicts with the proposed design and to begin planning for any required
relocations or adjustments
• In addition to the design plans, this task includes the preparation of a preliminary
opinion of probable cost (OPC), based on the Project quantities included in the
plans
• Electronic PDFs of the preliminary plans and OPC will be submitted to the Client
for review. No hard copies of the plans or cost will be prepared.
• Provide a brief memo summarizing any design changes differing from conceptual
model design and reasoning for these changes
Final Design and Construction Documents (90-percent and 100-percent)
• Prepare final design calculations, plans, profiles, details, cross sections, notes, and
other items.
• Prepare final 90-percent and 100-percent construction plans to include: Title
Sheet, General Notes, Preliminary Engineer’s Cost Estimate, Site Layout,
Drainage Area Maps, Survey Control and Alignment Sheet, Demolition Sheets
including utility relocation/adjustments, Temporary Erosion Control Sheets, Storm
Drainage Plan and Profiles (grading layout), Cross Sections Sheets, Hydrologic
Data Sheet, Hydraulic Data Sheet, Construction Traffic Control Standard Details,
and other Standard and Special Details.
• Olsson shall include standard temporary traffic control plans and standard detail
sheets corresponding to Arkansas Department of Transportation (ArDOT) and
Manual on Uniform Traffic Control Devices (MUTCD) standard practice
• Prepare final special provisions (special conditions) to the construction contract for
items not included in the Client’s Standard Construction Specifications
• Calculate construction quantities in accordance with the City’s Standard
Construction Specifications and format and submit copy of calculations
• Provide construction bid proposal form in accordance with Client format
• Recommend construction contract time
Page 5 of 10
• Prepare complete construction specifications using Client standard documents as
available
• In addition to the final plans, this task includes the preparation of a final OPC,
based on the Project quantities included in the plans
• Provide a brief memo summarizing any design changes differing from conceptual
model design and reason behind making these changes
• Prepare a Storm Water Pollution Prevention Plan (SWPPP). Plan details shall
provide Contractor with necessary details to maintain a SWPPP.
• Prepare design memo documenting design criteria
• Electronic PDFs of the final plans and OPC will be submitted to the Client for
review. No hard copies of the plans or cost will be prepared.
• 100-percent Final Design Plans: Upon incorporating the 90-percent review
comments into the plan set and special provisions, prepare and submit all
drawings, special provisions, and an updated OPC at the 100-percent final design
submittal. Upon Client acceptance of the 100-percent final design, submit the bid
package in electronic PDF format to the Client. The bid package includes sealed
drawings and specifications. All documents will be signed and sealed by an
Arkansas Registered Professional Engineer or Landscape Architect.
• Provide the Client with one electronic PDF version of the drawings, showing those
changes made during the construction process, based on the marked-up prints,
drawings, and other data furnished by the Contractor to Olsson and which Olsson
considers significant.
Phase 400 – Permitting $6,550.00
Floodplain Development Permit
• Olsson shall submit plans for a Floodplain Development Permit on behalf of Client
for the Project. Any application fees have been included in the lump sum fee.
Soil Erosion and Control Permit
• Olsson shall submit plans for a Soil Erosion & Control Permit by the Client for the
Project. Any application fees need to be paid by client.
National Pollutant Discharge Elimination System (NPDES) Stormwater Permit
• Olsson shall develop a SWPPP and complete the ADEQ land disturbance
application. Olsson assumes SWPPP to be maintained on site by the selected
Contractor. Arkansas Department of Environmental Quality (ADEQ) land
disturbance application fees need to be paid by Client.
Page 6 of 10
Phase 500 – Bid Phase Services $7,325.00
Upon receipt of written Notice to Proceed from the Client, Olsson shall perform the following bid
phase services on an estimated hourly basis as attached in the 2026 CAM General Rates:
Pre-Bid Coordination
• Olsson shall assist the Client, as requested, in advertising the Project for bids for
construction
• Olsson shall coordinate answering questions raised by bidders. Addenda will be
prepared, if needed, to provide clarification to questions. The Client will be
informed on a regular basis of Project changes resulting from bidders' questions.
Review and Evaluate Bids
• Olsson shall attend the bid opening. All bids properly received will be reviewed.
Inconsistencies or irregularities found in the bids will be reported to the Client.
Olsson shall prepare a bid tabulation of bids received and shall make the bid
tabulation available to bidders. Olsson shall evaluate the bids and make a written
recommendation to the Client concerning contract award.
Conform Documents
• Conformed copies of the contract documents, including insurance and bond forms,
shall be prepared by Olsson. Olsson shall review the documents to confirm that
procedures have been properly followed. Copies of the conformed documents
shall be provided to the Client for review. Executed copies shall be distributed to
the Client, the Contractor, and Olsson. These documents form the official contract
between the Client and the Contractor, as well as the basis for decisions
concerning the work.
Phase 600 – Construction Services $12,325.00
Upon receipt of written Notice to Proceed from the Client, Olsson shall perform the following
construction administration services on an estimated hourly basis as attached in the 2026 CAM
General Rates:
Construction Administration
• Attend a pre-construction meeting
• Review Contractor’s proposed Project schedule
• Receive, log and review Contractor submittals (i.e. shop drawings, cut sheets)
Page 7 of 10
• Review Contractor pay applications. Answer Contractors’ questions and interpret
construction documents. Questions and interpretations will be answered with a
written Request for Information (RFI) or similar process.
• Issue all instructions of the Client to the Contractor; issue necessary interpretations
and clarifications of the contract documents and in connection therewith prepare
change orders as required; have authority, as Client’s representative, to require
special inspection of testing of the work; act as initial interpreter of the
requirements of the contract documents and judge the acceptability of the work or
he interpretation of the requirements of the contract documents pertaining to the
execution and progress of the work.
• Conduct site observation periodically for approximately 15 trips at five hours per
trip and as reasonably required by the Client to observe conditions and progress
of the work and to answer questions of the Client, to determine if the Project is
substantially complete and conduct a final site review to determine if the work has
been completed in accordance with the contract documents and if Contractor has
fulfilled the all of his obligations thereunder so that the Olsson may recommend, in
writing, final payment to Contractor and may give written notice to the Client and
Contractor that the work is acceptable (subject to any conditions therein
expressed); but any such recommendation and notice shall be subject to the
limitations expressed previously.
• Assist with preparation and submittal of funding reimbursement requests
• Olsson shall not be responsible for the acts or omissions of any Contractor, or
Subcontractor, or any of the Contractor(s)’ or Subcontractors’’ agents or
employees, or any other persons (except Olsson’s own employees and agents) at
the site, or otherwise performing any of the Contractor(s)’ work; however, nothing
contained in this Phase 600 section, shall be construed to release Olsson from
liability for failure to properly perform duties undertaken by them in the contract
documents.
• Olsson shall, at the conclusion of construction, combine field changes noted by the
Contractor and the resident Project representative into a complete, as-built set of
plans, representing what was constructed in the field to the best of our knowledge
TOTAL PROJECT FEE: $58,600.00
DELIVERABLES
• One PDF copy of the preliminary plans, cost estimates, and other supporting documents
• One PDF copy of the final plans, specifications, cost estimates and other supporting
documents
Page 8 of 10
• One PDF copy of the revised final plans, specifications (bid set), design memo, cost
estimates and other supporting documents
• One PDF copy of the executed, and two copies of the construction specifications, including
addenda
• One PDF copy of the final plans and specifications to the Contractor
ASSUMPTIONS
• Plans will be completed for one bid package
• All permit and mitigation fees will be paid by the Client
• Utility relocations are currently unknown. If required, the relocations will be designed by
the respective utilities except for Client owned waterline and sanitary sewer which are
included in the plans.
• Client shall coordinate any landowner permission and access to complete the work
• Additional coordination requirements with Client and Others not specifically mentioned in
Scope of Services to discuss or explain results of Project shall be considered as Additional
Services
• Client will provide all the Title Work.
• If, for any reason, Client or FEMA reviewer requires additional data or analyses, this shall
be considered as Additional Services
• Additional forms, permits, or supporting information required by local, state, or federal
agencies are not included in the above Scope of Services and shall be considered as
Additional Services
• Client will be responsible for the following bid phase services:
o Coordinating the issuance of notices to bidders
o The production, distribution, and administration of bidding documents
o Place notices in official publications and in bidding services known to
provide data to Contractors in the area
o Issuing direct invitations to Contractors known to be interested in the
Project
o Providing documents for inspection at their facility
o Keeping plan holder’s list
o Facilitating pre-bid meeting
o Issuing addenda
EXCLUSIONS
• Hydrologic or hydraulic analyses.
• Utility relocation design for privately owned utilities
Page 9 of 10
• Coordination with other local, state, or federal agencies that may have a regulatory
jurisdiction over Project area, such as Arkansas Natural Resources Division (ANRC),
FEMA, U.S. Army Corps of Engineers (USACE), et cetera. unless identified in the above
Scope of Services. If required, coordination with other agencies shall be performed as
Additional Services.
• Any services not specifically detailed in this Scope or Services
Should the Client request work in addition to Scope of Services, Olsson shall invoice the Client
for such additional services (Optional Additional Services) at standard hourly billing labor rate
charged for those employees actually performing the work, plus reimbursable expenses if any.
Olsson shall not commence work on Optional Additional Services without Client’s prior written
approval.
Olsson agrees to provide all its services in a timely, competent and professional manner, in
accordance with applicable standards of care, for Projects of similar geographic location, quality
and scope.
SCHEDULE FOR OLSSON’S SERVICES
Unless otherwise agreed, Olsson expects to perform its services under the Agreement as
follows:
Anticipated Start Date: Upon Receipt of Executed Agreement
Anticipated Completion Date: Nine Months After Receipt of Executed Agreement
Olsson shall endeavor to start its services on the Anticipated Start Date and to complete its
services on the Anticipated Completion Date. However, the Anticipated Start Date, the Anticipated
Completion Date, and any milestone dates are approximate only, and Olsson reserves the right
to adjust its schedule and any or all of those dates at its sole discretion, for any reason, including,
but not limited to, delays caused by Client or delays caused by third parties.
COMPENSATION
Client shall pay to Olsson for the performance of the Scope of Services a lump sum of Fifty-Eight
Thousand Six Hundred Dollars ($58,600.00). Olsson’s reimbursable expenses for this Project are
included in the lump sum. Olsson shall submit invoices on a monthly basis, and payment is due
within 30 calendar days of invoice date.
TERMS AND CONDITIONS OF SERVICE
We have discussed with you the risks, rewards and benefits of the Project, the Scope of Services,
and our fees for such services and the Agreement represents the entire understanding between
Client and Olsson with respect to the Project. The Agreement may only be modified in writing
signed by both parties.
Client’s designated Project Representative shall be _____________________________.
Page 10 of 10
If this Work Order satisfactorily sets forth your understanding of our agreement, please sign in the
space provided below. Retain a copy for your files and return an executed original to Olsson.
This proposal will be open for acceptance for a period of 30 days from the date set forth above,
unless changed by us in writing.
OLSSON, INC.
By _____________________________ By ____________________________
Lee Beshoner, P.E., CFM McKenzie Taake, P.E., CFM
Group Leader Engineer
By signing below, you acknowledge that you have full authority to bind Client to the terms of the
Agreement. If you accept this Work Order, please sign:
CITY OF FAYETTEVILLE, ARKANSAS
By _____________________________
Signature
Print Name ______________________
Title ____________________________ Dated: _________________________
Attachments
Exhibit 1
2026 CAM General Rates
Molly Rawn
Mayor
Page 1 of 1
Exhibit 1
Approximate limits of Topographic Survey.
2026 Construction Services
Unit Rate Schedule
Construction Observation/Administration
Construction Administration/Management Services
Assistant Construction Observer ....................................................................... Hourly $115.00
Associate Construction Observer ...................................................................... Hourly $135.00
Senior Construction Observer ........................................................................... Hourly $165.00
CA Project Manager / Senior Engineer .............................................................. Hourly $225.00
Senior Team Leader/Principal Engineer ............................................................ Hourly $275.00
Administrative Assistant .................................................................................... Hourly $85.00
Miscellaneous Services & Equipment
Equipment
Trimble DA2 GPS .............................................................................................. Daily $45.00
Mobile Hotspot or Signal booster ...................................................................... Monthly $85.00
Air Monitors ....................................................................................................... Daily $45.00
Nuclear Density Gauge* .................................................................................... Daily $65.00
Standard Safety Equipment** ............................................................................ Daily $85.00
Standard Concrete Test Equipment*** .............................................................. Daily $45.00
Dynamic Cone Penetrometer ............................................................................ Daily $100.00
Video Inspection Robot**** ................................................................................ Daily $650.00
Mobile Office/Lab (utilities provided by others) .................................................. Monthly $975.00
Travel
Mileage (Portal to Portal) ............................................................................. Trip Charge Varies
Rental Vehicles (monthly charge and fuel) ........................................................ ……...Cost + 10%
Per Diem ........................................................................................................... Daily GSA Rate
Additional Notes
1. These Unit Fees are in effect until January 1, 2027. Services and fees not listed above will be quoted upon
request.
2. Services provided on Saturday, Sunday, Holidays, or in excess of 8-hours/day will be charged at 1.5 times the
unit fee.
3. Subcontracted services and expenses will be invoiced at our cost plus 10%
4. *Nuclear Density gauge will be charged if transported to or assigned to site.
5. **Safety equipment beyond standard PPE (safety footwear, hi-vis vest, hardhat, and safety glasses).
6. ***Standard Concrete Equipment includes – Slump cone, Type B airmeter, thermometer, unit weight scale.
7. **** Any personnel time for maintenance or cleaning of robot system will be charged at an hourly personnel
rate in conjunction with the daily unit rate.
10/2/2025
Submitted Date
Yes
54,450.00$
54,450.00$
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
54,450.00$
-$
Yes
No -$
-$
02108.2505 and 02108.2506
Project Number
Budget Impact:
Upper Ramble Park Flooding and Rocky Branch
Flood Study
Fund
Sales Tax Capital Improvement4470.620.8810-5314.00
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-0809
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on work order numbers 2 and 3 of the Master Professional Services Agreement with Olsson, Inc.
associated with the Upper Ramble Park Flooding (Work Order 2 for $33,800) and Rocky Branch Flood Study (Work
Order 3 for $20,650) for a total of $54,450 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
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Alan Pugh ENGINEERING (621)
Division / Department
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
FROM: Alan Pugh, Stormwater Manager
DATE: October 5, 2025
SUBJECT: Mayors signature on work order numbers 2 and 3 of the Master
Professional Services Agreement with Olsson, Inc. associated with the
Upper Ramble Park Flooding (Work Order 2 for $33,800) and Rocky Branch
Flood Study (Work Order 3 for $20,650) for a total of $54,450 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 recommend the Mayor sign work order numbers 2 and 3 of the Master Professional
Services Agreement with Olsson, Inc. associated with the Upper Ramble Park Flooding (Work
Order 2 for $33,800) and Rocky Branch Flood Study (Work Order 3 for $20,650) for a total of
$54,450.
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:
The recent storm events in 2025 have revealed drainage issues in both locations. The Upper
Ramble, which was recently completed, receives a tremendous amount of street runoff which is
washing out mulch beds and decomposed granite areas while depositing debris throughout the
park. There is also a newly developed proposal adjacent to Dickson Street that would be in the
path of this offsite runoff. For those reasons, we recommend approval of Task Order #2 which
would begin to analyze this offsite runoff and develop solutions.
2
These events have also identified flooding and property damage occurring downstream of a
recent stream restoration in Brookbury subdivision in Rocky Branch Park. This tributary to
Flynn creek often exceeds its banks and causes erosion, removes landscaping and fencing on
the properties adjacent to the stream. In discussions with the neighborhood, staff indicated that
a preliminary flood study would be the first step in understanding the issue and Task Order #3
would complete that step.
BUDGET/STAFF IMPACT:
The work order is proposed to be funded by Sales Tax Capital Improvement Funds.
Attachments:
Staff Review Form
Work Orders 2-3
/
o 479.443.3404 / olsson.com
MASTER AGREEMENT
FOR PROFESSIONAL SERVICES
TASK ORDER NO. 2
This exhibit dated September 25, 2025, is hereby attached to and made a part of the Master
Agreement for Professional Services dated July 28, 2025, between City of Fayetteville, Arkansas
(“Client”) and Olsson, Inc. (“Olsson”) providing for professional services. Olsson’s Scope of
Services for the Agreement is as indicated below.
GENERAL
Olsson has acquainted itself with the information provided by Client relative to the Project and
based upon such information offers to provide the services described below for the Project. Client
warrants that it is either the legal owner of the property to be improved by this Project or that Client
is acting as the duly authorized agent of the legal owner of such property.
PROJECT DESCRIPTION AND LOCATION
Project will be located at: Upper Ramble Park, Tanglewood Branch, Fayetteville, Arkansas
Project Description: Upper Ramble Hydrologic and Hydraulic Analysis
SCOPE OF SERVICES
Olsson shall provide the following services (Scope of Services) to Client for the Project:
Phase 100 – Floodplain Analysis
Project Management
Olsson shall provide the following services:
• General Project coordination including Project emails and telephone calls with
Client
• Attend two virtual or in-person meetings, if required, with Client. Additional
coordination requirements with Client and Others not specifically mentioned in this
Scope of Services to discuss or explain results of the Project shall be considered
as Additional Services.
Data Gathering
Olsson shall provide the following services:
• Obtain available topographic data (e.g., publicly available LiDAR) for area of
interest
• Obtain current effective hydrologic and hydraulic models for Project area, if
available, from Federal Emergency Management Agency (FEMA) Engineering
Library or other available source to supplement development of detailed two-
dimensional (2D) modeling. A 2D model shall be used for this analysis to better
represent flow of surface and subsurface drainage to Tanglewood Branch in the
Upper Ramble.
o Project area shall consist of areas draining to Upper Ramble, near
intersection of N West Avenue and W Spring Street as shown on
Washington County and Incorporated Areas Flood Insurance Rate Map
(FIRM) 05143C0208G, dated January 25, 2024.
• Obtain existing, publicly available City of Fayetteville, Arkansas subgrade storm
sewer system inventory data, including pipe sizes, material type, and connectivity,
from Client. Olsson shall perform field reconnaissance activities, as required, to
verify select storm sewer inventory (e.g., acquire field measurements and pertinent
information for existing storm sewer system, including inlet locations and sizes,
pipe sizes and approximate invert elevations, and flow direction information). Field
measurement information shall be collected and processed using Geographic
Information Systems (GIS) format in Horizontal Datum of North American Datum
(NAD) 83, Arkansas State Plane North Zone (US Foot) coordinate system. Any
vertical elevations gathered shall be determined using measurements applied to
location LiDAR elevation data.
Hydrologic and Hydraulic Analyses
Olsson shall provide the following services:
• Develop detailed surface/sub-surface hydrologic and hydraulic model for the
existing stormwater drainage network using United States Army Corps of
Engineers (USACE) HEC-RAS, or comparable modeling software (e.g., PC-
SWMM). The model shall utilize rain-on-grid methodology to develop existing
conditions peak discharges for the 24-hour, 99-, 50-, 20-, 10-, 4-, 2-, and 1-percent
annual chance events (1-, 2-, 5-, 10-, 25-, 50-, and 100-year events).
• Develop 2D hydraulic model using available FEMA standards and guidelines,
including, but not limited to:
o Using USACE’s HEC-RAS (Version 6.7)
o Develop, as needed, Manning’s “n” roughness coefficients and other
hydrologic and hydraulic parameters to support a Rain-On-Mesh approach
o Identify 2D hydraulic modeling domain to define Project area
o Identify and assign model boundary conditions, as needed, based on
engineering judgment for the current Project area
• Produce results in the form of mapping shapefiles and supporting depth and water
surface elevation rasters for Project area to assist Client with insight into possible
Project locations and improvements.
• Iterate up to two design scenarios for each area of interest. Currently identified
areas of interest include, but are not limited to:
o Additional storm sewer network within Upper Ramble
o Dickson Street and Frisco Trail Culvert improvements
Reporting and Documentation
Olsson shall provide the following to Client:
• Technical Memorandum (memo) describing the methods used and results
determined in this analysis. If required, address up to two sets of Client comments
within two weeks after receipt.
• Work map(s) of area of interest with updated 99-, 50-, 20-, 10-, 4-, 2-, and 1-
percent-annual-chance floodplains for planning purposes
ADDITIONAL SERVICES
Upon Client request, Olsson shall provide the following services under a supplemental
Agreement:
• Letter of Map Revision (LOMR) Application
• Detailed design calculations and construction plans
EXCLUSIONS
• Survey data collection. If required, necessary survey data will be provided by Client or
performed as Additional Services by Olsson personnel. Information shall be certified by a
registered Professional Surveyor in the State of Arkansas and shall be provided in a
Horizontal Datum of NAD83, Arkansas State Plane North Zone (US Survey Foot) and a
Vertical Datum of North American Vertical Datum (NAVD) 88.
• Coordination with or development of reports and/or permits for other local, state, or federal
agencies that may have a regulatory jurisdiction over the Project area, such as the U.S.
Fish and Wildlife, et cetera unless identified in the Project Scope of Services specifically.
If required, coordination with other agencies shall be performed as Additional Services.
• Coordination time with property Owners to discuss Project results outside of items
specifically mentioned in above Scope of Services. If required, these tasks may be
performed as Additional Services.
Should Client request work in addition to the above Scope of Services, Olsson shall invoice Client
for such additional services (Optional Additional Services) at the standard hourly billing labor rate
charged for those employees performing the work, plus reimbursable expenses if any. Olsson
shall not commence work on Optional Additional Services without Client’s prior written approval.
Olsson agrees to provide all its services in a timely, competent and professional manner, in
accordance with applicable standards of care, for Projects of similar geographic location, quality
and scope.
SCHEDULE FOR OLSSON’S SERVICES
Unless otherwise agreed, Olsson expects to perform its services under the Agreement as follows:
Anticipated Start Date: Upon Receipt of Executed Agreement
Anticipated Completion Date: Four Months After Receipt of Executed Agreement
Olsson shall endeavor to start its services on the Anticipated Start Date and to complete its
services on the Anticipated Completion Date. However, the Anticipated Start Date, the Anticipated
Completion Date, and any milestone dates are approximate only, and Olsson reserves the right
to adjust its schedule and any or all of those dates at its sole discretion, for any reason, including,
but not limited to, delays caused by Client or delays caused by third parties.
COMPENSATION
Client shall pay to Olsson for the performance of the Scope of Services, a lump sum of Thirty-
Three Thousand Eight Hundred Dollars ($33,800.00). Olsson’s reimbursable expenses for this
Project are included in the lump sum. Olsson shall submit invoices on a monthly basis, and
payment is due within 30 calendar days of invoice date.
TERMS AND CONDITIONS OF SERVICE
We have discussed with you the risks, rewards and benefits of the Project, the Scope of Services,
and our fees for such services and the Agreement represents the entire understanding between
Client and Olsson with respect to the Project. The Agreement may only be modified in writing
signed by both parties.
Client’s designated Project Representative shall be _____________________________.
If this Work Order satisfactorily sets forth your understanding of our agreement, please sign in the
space provided below. Retain a copy for your files and return an executed original to Olsson.
This proposal will be open for acceptance for a period of 30 days from the date set forth above,
unless changed by us in writing.
OLSSON, INC.
By _____________________________ By ____________________________
Lee Beshoner, P.E., CFM McKenzie Taake, P.E., CFM
Group Leader Engineer
By signing below, you acknowledge that you have full authority to bind Client to the terms of the
Agreement. If you accept this Work Order, please sign:
CITY OF FAYETTEVILLE, ARKANSAS
By _____________________________
Signature
Print Name ______________________
Title ____________________________ Dated: _________________________
Molly Rawn
Mayor 10/8/2025
3537 N. Steele Boulevard / Suite 310 / Fayetteville, AR 72703
o 479.443.3404 / olsson.com
MASTER AGREEMENT
FOR PROFESSIONAL SERVICES
TASK ORDER NO. 3
This exhibit, dated September 25, 2025, is hereby attached to and made a part of the Master
Agreement for Professional Services dated July 28, 2025, between City of Fayetteville, Arkansas
(“Client”) and Olsson, Inc. (“Olsson”) providing for professional services. Olsson’s Scope of
Services for the Agreement is as indicated below.
GENERAL
Olsson has acquainted itself with the information provided by Client relative to the Project and
based upon such information offers to provide the services described below for the Project. Client
warrants that it is either the legal owner of the property to be improved by this Project or that Client
is acting as the duly authorized agent of the legal owner of such property.
PROJECT DESCRIPTION AND LOCATION
Project will be located at: Rocky Branch, N Brookbury Crossing, Fayetteville, Arkansas
Project Description: Rocky Branch Watershed Hydrologic and Hydraulic Analysis
SCOPE OF SERVICES
Olsson shall provide the following services (Scope of Services) to Client for the Project:
Phase 100 – Project Management
Olsson shall provide the following services:
•General Project coordination including Project emails and telephone calls with the Client
•Attend two virtual or in-person meetings, if required, with the Client. Any additional
coordination requirements with the Client and Others not specifically mentioned in this
Scope of Services to discuss or explain results of the Project shall be considered as
Additional Services.
Phase 200 – Data Gathering
Olsson shall provide the following services:
•Obtain available topographic data (e.g., publicly available LiDAR) for the area of interest.
•Obtain the current effective hydrologic and hydraulic models for area of interest, if
available, from Federal Emergency Management Agency (FEMA) Engineering Library or
other available source to supplement development of detailed two-dimensional (2D)
Page 2 of 5
modeling. A 2D model is proposed for this analysis to better represent the timing and
interconnected floodplain in the Project study area.
o Project area proposed to be from confluence with Flynn Creek upstream to
N Charleston Crossing as shown on Washington County and Incorporated
Areas Flood Insurance Rate Map (FIRM) 05143C0230G, dated January
25, 2024. Model extents will be all areas that drain to the Confluence of
Rocky Branch and Flynn Creek.
•Obtain existing publicly available City of Fayetteville storm sewer system inventory data,
including pipe sizes and material type, where possible for drainage structures along Rocky
Branch in Project area. Olsson shall perform field reconnaissance activities, as needed,
to verify select storm sewer inventory (e.g., acquire field measurements and pertinent
information for existing storm sewer system). Field measurement information shall be
collected and processed using Geographic Information System (GIS) format in Horizontal
Datum of North American Datum (NAD) 83, Arkansas State Plane North Zone (US Foot)
coordinate system.
Phase 300 – Hydrologic and Hydraulic Analyses
Olsson shall provide the following services:
•Using data gathered from Phase 200, develop a surface/sub-surface 2D hydraulic model
for the existing stormwater drainage network. Olsson shall use USACE HEC-RAS, or
comparable modeling software. The model will utilize rain-on-grid hydraulic methodology
and modeling approach to develop existing conditions peak discharges for the 24-hour,
99-, 50-, 20-, 10-, 4-, 2-, and 1-percent annual chance events (1-, 2-, 5-, 10-, 25-, 50-, and
100-year events).
•Develop 2D hydraulic model using available FEMA standards and guidelines, including,
but not limited to:
o Using USACE’s HEC-RAS (Version 6.7), or similar program
o Develop, as needed, Manning’s “n” roughness coefficients and other
hydrologic and hydraulic parameters to support a Rain-On-Mesh approach
o Identify 2D hydraulic modeling domain to define Project area
o Identify and assign model boundary conditions, as needed, based on
engineering judgment for the current Project area
•Produce results consistent of mapping shapefiles and supporting depth and water surface
elevation grids for the Project area to assist Client with insight into floodplain
determinations and possible improvements
Page 3 of 5
•Iterate up to two conceptual design scenarios to determine impact to Rocky Branch
floodplain
Phase 400 – Documentation
Olsson shall provide the following services:
•Provide Client with a technical memorandum (memo) describing the methods used and
results determined in this analysis. If required, address up to two sets of Client comments
within two weeks after receipt.
•Provide Client with a work map(s) of Project area with updated floodplain boundaries for
planning purposes
PROJECT TOTAL: $20,650.00
ADDITIONAL SERVICES
Upon Client request, Olsson shall provide the following services under a supplemental
Agreement:
•Letter of Map Revision (LOMR) Application
•Detailed design calculations and construction plans
EXCLUSIONS
•Detailed survey data collection or incorporation of more detailed data into the modeling
•Coordination with or development of reports and/or permits for other local, state, or federal
agencies that may have a regulatory jurisdiction over the Project area, such as the U.S.
Fish and Wildlife, et cetera unless identified in the Project scope specifically. If required,
coordination with other agencies may be performed as Additional Services.
•Coordination time with adjacent property owners to discuss the Project results outside of
items specifically mentioned in this Scope of Work. If required, these tasks may be
performed as Additional Services.
Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for
such additional services (Optional Additional Services) at the standard hourly billing labor rate
charged for those employees performing the work, plus reimbursable expenses if any. Olsson
shall not commence work on Optional Additional Services without Client’s prior written approval.
Olsson agrees to provide all its services in a timely, competent and professional manner, in
accordance with applicable standards of care, for projects of similar geographic location, quality
and scope.
Page 4 of 5
SCHEDULE FOR OLSSON’S SERVICES
Unless otherwise agreed, Olsson expects to perform its services under the Agreement as
follows:
Anticipated Start Date: Upon Receipt of Executed Agreement
Anticipated Completion Date: Three Months After Receipt of Executed Agreement
Olsson shall endeavor to start its services on the Anticipated Start Date and to complete its
services on the Anticipated Completion Date. However, the Anticipated Start Date, the Anticipated
Completion Date, and any milestone dates are approximate only, and Olsson reserves the right
to adjust its schedule and any or all of those dates at its sole discretion, for any reason, including,
but not limited to, delays caused by Client or delays caused by third parties.
COMPENSATION
Client shall pay to Olsson for the performance of the Scope of Services a lump sum of Twenty
Thousand Six Hundred and Fifty Dollars ($20,650.00). Olsson’s reimbursable expenses for this
Project are included in the lump sum. Olsson shall submit invoices on a monthly basis, and
payment is due within 30 calendar days of invoice date.
TERMS AND CONDITIONS OF SERVICE
We have discussed with you the risks, rewards and benefits of the Project, the Scope of Services,
and our fees for such services and the Agreement represents the entire understanding between
Client and Olsson with respect to the Project. The Agreement may only be modified in writing
signed by both parties.
Client’s designated Project Representative shall be _____________________________.
Page 5 of 5
If this Work Order satisfactorily sets forth your understanding of our agreement, please sign in the
space provided below. Retain a copy for your files and return an executed original to Olsson.
This proposal will be open for acceptance for a period of 30 days from the date set forth above,
unless changed by us in writing.
OLSSON, INC.
By _____________________________ By ____________________________
Lee Beshoner, P.E., CFM McKenzie Taake, P.E., CFM
Group Leader Engineer
By signing below, you acknowledge that you have full authority to bind Client to the terms of the
Agreement. If you accept this Work Order, please sign:
CITY OF FAYETTEVILLE, ARKANSAS
By _____________________________
Signature
Print Name ______________________
Title ____________________________ Dated: _________________________
Molly Rawn
Mayor 10/8/2025
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
46040.7428
Project Number
Budget Impact:
Drainage Bond Projects -
S Skyline Dr and N Charlee Ave
Fund
Drainage Projects 2022 Bonds4704.860.7428-5860.02
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-0712
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on work order #1 of the Master Professional Services Agreement with Burns & McDonnell
Engineering Company, Inc. associated with S Skyline Dr and N Charlee 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
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Alan Pugh ENGINEERING (621)
Division / Department
8/28/2025
Submitted Date
Yes
143,146.69$
130,265.00$
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
145,265.00$
2,118.31$
Yes
No -$
12,881.69$
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
FROM: Alan Pugh, Stormwater Manager
DATE: August 28, 2025
SUBJECT: Mayors signature on work order #1 of the Master Professional Services
Agreement with Burns McDonnell Engineering Company, Inc. associated
with S Skyline Dr and N Charlee 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
RECOMMENDATION:
Staff recommends the Mayor sign work order #1 of the Master Professional Services Agreement
with Burns McDonnell Engineering Company, Inc for on-call drainage design associated with S
Skyline Dr and N Charlee Ave.
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:
Two projects on the design list are S Skyline Dr and N Charlee Ave. Both have frequent
structure flooding and need to be addressed as soon as possible. This would allow for the
completion of designs such that these projects could be bid out at a later date and constructed.
BUDGET/STAFF IMPACT:
The work order is proposed to be funded from 2019 Bond Drainage funds.
Attachments:
Staff Review Form
Work Order #1
September 17
1/28/2026
Submitted Date
Yes
12,344.00$
6,000.00$
V20221130
Budgeted Item?
Does item have a direct cost?
Is a Budget Adjustment attached?
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
78,054.00$
65,710.00$
Yes
No -$
6,344.00$
46040.7428
Project Number
Budget Impact:
Drainage Bond Projects -
S Skyline Dr and N Charlee Ave
Fund
Drainage Projects 2022 Bonds4704.860.7428-5860.02
Account Number
Project Title
City of Fayetteville Staff Review Form
2026-0076
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on Amendment #1 to Work Order #1 of the Master Professional Services Agreement with Burns
McDonnell Engineering Company, Inc. associated with S Skyline Dr and N Charlee Ave in accordance with
Resolution 150-25. This amendment entails the research, survey, and replat of Lot 92 – Western Methodist
Assembly on S Skyline Dr.
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Amanda Swope ENGINEERING (621)
Division / Department
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
Alan Pugh, Stormwater Manager
FROM: Amanda Swope, Stormwater Project Manager
DATE: January 28, 2026
SUBJECT: Mayors signature on Amendment #1 to Work Order #1 of the Master
Professional Services Agreement with Burns McDonnell Engineering
Company, Inc. associated with S Skyline Dr and N Charlee Ave in
accordance with Resolution 150-25. This amendment entails the research,
survey, and replat of Lot 92 – Western Methodist Assembly on S Skyline Dr.
RECOMMENDATION:
Staff recommends the Mayor sign Amendment #1 of Work Order #1 of the Master Professional
Services Agreement with Burns McDonnell Engineering Company, Inc for on-call drainage
design associated with S Skyline Dr and N Charlee Ave.
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:
Two projects on the design list are S Skyline Dr and N Charlee Ave. Both have frequent
structure flooding and need to be addressed as soon as possible. This amendment is for the
research, survey, and replat of Lot 92 – Western Methodist Assembly on S Skyline Dr.
BUDGET/STAFF IMPACT:
The work order is proposed to be funded from 2019 Bond Drainage funds.
Attachments:
Staff Review Form
Amendment #1 Work Order #1
AMENDMENT TO WORK ORDER #1
FOR MASTER AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
AMENDMENT No. 1 Date: 1/29/2026
THIS AMENDMENT modifies Work Order #1 dated September 17, 2025 made by and between Burns &
McDonnell Engineering Company, Inc., (hereinafter called ENGINEER), and City of Fayetteville,
Arkansas (hereinafter called CITY OF FAYETTEVILLE) for the following Project: Skyline Drive and
Charlee Avenue Drainage Improvements. For good and valuable consideration, the sufficiency of which
is acknowledged, the parties agree to make the following changes to their Agreement.
1. The parties agree that the ENGINEER’s Scope of Work Appendix A is amended as follows:
ENGINEER will assist the CITY OF FAYETTEVILLE with a replat for Lot 92 – Western Methodist
Assembly, Fayetteville, AR, consisting of the following services:
• Research Deeds, plats and easements from county and city records.
• Perform boundary survey per Arkansas Minimum Standards.
• Establish control and locate boundary evidence and improvements.
• Prepare Concurrent Plat per City of Fayetteville requirements.
• Attend Technical Plat Review meeting to receive comments from City Staff and
answer questions.
• Revise Concurrent Plat per City of Fayetteville Technical Plat Review comments as
applicable.
• Attend Planning Commission meeting to receive comments from Planning
Commission and answer questions.
• Revise Concurrent Plat per City of Fayetteville Planning Commission comments as
applicable.
• Prepare final version of Concurrent Plat for signatures, including number and size of
paper copies as needed by City Planning Office.
• File approved plat with Washington County
• Provide CITY OF FAYETTEVILLE with digital and recorded copies.
2. The parties agree that the services provided by the CITY OF FAYETTEVILLE is amended as
follows:
CITY OF FAYETTEVILLE will:
• Perform all Public Notifications applicable for the Concurrent Plat.
• Perform all tasks associated with submitting and resubmitting project documents
through the City of Fayetteville Development Service’s Civic Access Portal.
• Pay all applicable application and/or review fees applicable for the Concurrent Plat.
• Obtain all signatures required for the Concurrent Plat.
3. The basis of compensation for the above Services shall be Hourly Rate per ENGINEER’s rate
sheet previously established for this Work Order. ENGINEER’s Not-to-Exceed Cap of
$130,265.00 shall be increased by $6,000.00 for an amended Not-to Exceed Cap of $136,265.00
for this Work Order.
4. The terms of this AMENDMENT supersede any contrary terms of the Agreement. This
AMENDMENT will be deemed a part of, and be subject to, all other terms and conditions of the
Agreement. Except as modified above, the Agreement will remain in full force and effect.
IN WITNESS WHEREOF, the parties have executed this AMENDMENT the day and year first written
above.
CONTRACT AMENDMENT (AE-6).DOC 2 02/01/10
City of Fayetteville, Arkansas
Burns & McDonnell Engineering Company,
Inc.
By:
By:
Name: Molly Rawn
Name: Steven Beam, PE
Title: Mayor
Title: Director
3/9/2026
Submitted Date
Yes
4,730.00$
4,730.00$
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
4,730.00$
-$
Yes
No
-$
02108.2507
Project Number
Budget Impact:
Misc Small Drainage Analysis
Fund
Sales Tax Capital Improvement4470.621.8810-5314.00
Account Number
Project Title
City of Fayetteville Staff Review Form
2026-0156
Item ID
N/A
City Council Meeting Date - Agenda Item Only
Mayors signature on Work Order #5 of the Master Professional Services Agreement with Hawkins-Weir Engineers,
Inc. in the amount of $4,730 associated with E Cinnamon Way 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 STORMWATER MANAGEMENT (740)
Division / Department
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #150-25
Approval Date:
Original Contract Number:
TO: Molly Rawn, Mayor
THRU: Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
Alan Pugh, Stormwater Manager
FROM: Amanda Swope, Stormwater Project Manager
DATE: March 9, 2026
SUBJECT: Mayors signature on Work Order #5 of the Master Professional Services
Agreement with Hawkins-Weir Engineers, Inc. in the amount of $4,730
associated with structural drainage design at E Cinnamon Way in
accordance with Resolution 150-25.
RECOMMENDATION:
Staff recommends the Mayor sign Work Order #5 of the Master Professional Services
Agreement with Hawkins-Weir Engineers, Inc. for structural drainage design at E Cinnamon
Way.
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, Inc as the firms currently approved to provide on-call
drainage design services until June 30, 2026.
DISCUSSION:
One design project is drainage inlet improvements at E Cinnamon Way due to area flooding.
This Work Order is for structural design drawings, plans, and details of drainage inlets,
headwalls, and wingwalls.
BUDGET/STAFF IMPACT:
The work order is proposed to be funded from Sales Tax Capital Improvement funds.
Attachments:
Staff Review Form
Work Order #5
WORK ORDER NO. 5
CINNAMON WAY
FOR
MASTER AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
2025069\00 Work Order #5 - Cinnamon Way
This Work Order is entered into and authorized this date , 2026
by and between the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE)
and Hawkins-Weir Engineers, Inc. (hereinaft.er 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
, 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 $4,730.00, without further authorization
Hourly Rate per ENGINEER’S Rate Sheet, attached hereto, with no maximum
Other, as follows:
_____________________________________________________________________
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
By:
Name: Molly Rawn
Title: Mayor
ENGINEER: Hawkins-Weir Engineers, Inc.
By:
Name: J. Kyle Salyer, P.E., P.S.
Title: Vice President, Project Engineer
March 16
7
August
Work Order No.5
Appendix A - Scope of Work
Cinnamon Way Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
February 2026
2025069/Appendix A-Scope of Work (WO#5-Cinnamon).docx Page 1 of 2
Work Order Description
Work Order No.5 – Cinnamon Way Structural Design
1. Prepare professional engineer sealed drawings for the Structural Design of two (2) 8’ x 6’
drainage inlets including plan and details to be included in the Final Construction Plans
prepared by the City of Fayetteville staff.
2. Prepare professional engineer sealed drawings for the Structural Design of Headwall and
Wingwall 1 including plan and details to be included in the Final Construction Plans prepared
by the City of Fayetteville staff.
3. Prepare professional engineer sealed drawings for the Structural Design of Headwall and
Wingwall 2 including plan and details to be included in the Final Construction Plans prepared
by the City of Fayetteville staff.
4. Meet with City Staff to present the design drawings for the above referenced drainage inlets
and headwalls.
Exclusions to Work Order No.5
The design services provided by Hawkins-Weir do not include the preparation of the following:
1. Topographical and location survey of all facilities within project area
2. Preparation of final construction plans
3. Preparation of construction specifications
4. Hydrologic and Hydraulic design of the box culvert in accordance with the City of Fayetteville
Drainage Design Manual
5. Design of drainage inlet openings in accordance with the City of Fayetteville Drainage
Design Manual
6. Redesign due to utility conflicts or alignment changes
7. Structural Design of the box culvert
8. Preparation of contract documents
9. Advertising and Bidding
10. Easement and Deed research
11. ALTA Level Boundary Survey(s)
12. Coordination and permitting with ADEQ
Work Order No.5
Appendix A - Scope of Work
Cinnamon Way Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
February 2026
2025069/Appendix A-Scope of Work (WO#5-Cinnamon).docx Page 2 of 2
13. Environmental assessment including field evaluations for Section 404 U.S. Army Corps of
Engineers (USACE) permitting, wetlands delineation, wetland and stream mitigation, cultural
resources survey, and U.S. Fish and Wildlife Endangered Species Clearance
14. Construction layout staking for the Contractor
15. Field locates of franchise or public utilities by excavation or soft dig methods
16. Design of franchise utility relocation plans or service extensions including gas,
communication and electrical service
17. Design of City of Fayetteville Master Plan Improvements
18. Bid solicitations
19. Landscaping and irrigation design
20. As-built survey of the final improvements
21. Public meetings or hearings
22. Signage plans
23. Construction Management including submittal review
Work Order No. 5
Appendix B – Proposed Schedule
Cinnamon Way Design
2025 Drainage Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2025069
February 2026
2025069\Appendix B-Proposed Sch (WO#5-Cinnamon).docx Page 1
Project Milestone Days from Notice to Proceed
Cinnamon Way Structural Design 30