Loading...
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