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
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
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
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
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