HomeMy WebLinkAbout168-25 RESOLUTION
Page 1
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 168-25
File Number: 2025-1188
A RESOLUTION TO AUTHORIZE AN AGREEMENT WITH I & S GROUP, INC. FOR DESIGN PHASE
SERVICES FOR THE SOUTH SCHOOL AVENUE SAFE STREETS AND ROADS FOR ALL PROJECT IN
THE AMOUNT OF $287,000.00, AND TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, the School Avenue and College Avenue Corridors serve as the major north-south route through the
central part of the city and are major commercial and retail destinations; and
WHEREAS, on December 4, 2024, City Council approved Resolution 301-24 to accept federal aid funding in the
amount of $25,000,000.00 from the U.S. Department of Transportation’s Federal Highway Administration through the
Safe Streets and Roads for All Program to fund improvements to these corridors; and
WHEREAS, the scope of services for this phase of design includes survey, environmental review, traffic study, and
conceptual design for improvements to a segment of South School Avenue.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to sign an
agreement with I & S Group, Inc. for design phase services for the South School Avenue Safe Streets and Roads for All
Project in the amount of $287,000.00 pursuant to RFQ 25-01, Selection 9.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of
which is attached to this Resolution.
PASSED and APPROVED on August 5, 2025
Approved:
_______________________________
Molly Rawn, Mayor
Attest:
_______________________________
Kara Paxton, City Clerk Treasurer
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
CITY COUNCIL MEMO
2025-1188
MEETING OF AUGUST 5, 2025
TO: Mayor Rawn and City Council
THRU: Chris Brown, Public Works Director
Keith Macedo, Chief of Staff
FROM: Kenneth Patterson, Federal Aid Project Manager
SUBJECT: S. School Ave. - Design Agreement with I & S Group, Inc. (ISG)
RECOMMENDATION:
Staff recommends approval of the agreement with ISG in the amount of $287,000 for design phase services
(Conceptual) for the S. School Ave. (15th St. to MLK Blvd.) Safe Streets and Roads for All Project and approval
of a budget adjustment, pursuant to RFQ 25-01, Selection #9.
BACKGROUND:
The School Avenue and College Avenue Corridors serve as the major north-south route through the central
part of the city and are major commercial and retail destinations. Maintaining and improving the corridors will
allow them to continue to serve mobility needs, and to continue to develop/redevelop as commercial corridors.
Improvements to these corridors will include striping, widening and/or narrowing of the roadway, utility
relocation (including burial of overhead utilities), sidewalk/trail installation, accommodations for transit systems,
elimination or reconfiguration of driveways, additional traffic signals, medians, plazas, art installations, lighting,
wayfinding, protected intersections, parking, and other corridor improvements to be identified in the design
process.
The starting point for corridor designs is the 71B Corridor Plan that was completed by RDG Planning. The
goals and aspirations of the Plan continue to be implemented to the greatest extent possible through the limits
of project segments selected for design and construction, which includes S. School Ave. between Cato Springs
Rd. and Martin Luther King, Jr. Blvd. As stated above, this recommendation regards the segment from 15th St.
to Martin Luther King, Jr. Blvd.
On December 4, 2024, Resolution 301-24 was approved to accept federal aid funding in the amount of
$25,000,000 from the U.S. Department of Transportation's Federal Highway Administration through the Safe
Streets and Roads for All (SS4A) Program. This funding supports five construction projects with a focus on
safety, and this project is among them.
On May 6, 2025, a selection committee composed of City of Fayetteville staff selected ISG, Inc., for design
phase services for this segment of S. School Ave, pursuant to RFQ 25-01, Selection 9.
DISCUSSION:
The scope of services for this phase of design includes survey, environmental review, traffic study, and
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
conceptual design. The project limits are S. School Ave. from W. 15th St. to W. Martin Luther King, Jr. Blvd.,
including the functional areas of the intersections. The reconstruction may include enhancements to pedestrian
infrastructure, bicycle infrastructure, landscaping, hardscaping, streets, intersections, drainage systems, water
systems, sanitary sewer systems, and access control. A subsequent contract will be negotiated after the scope
of the improvements is developed in the study and conceptual design phase.
BUDGET/STAFF IMPACT:
The City has been awarded federal funding for this project through the Safe Streets and Roads for All (SS4A)
Program, as approved by Resolution 301-24. The $287,000 cost in this proposal is for conceptual design
services. The final design process and budget will be submitted for the City’s review and approval at a future
date. Funding for the contract amount is as follows:
SS4A Program: $214,179
Transportation Bond Program: $72,821
ATTACHMENTS: 3. Staff Review Form, 4 Budget Adjustment, 5. Agreement, 6. Appendix B Supplement, 7.
School Ave Fee by Unit
Page 1
City of Fayetteville, Arkansas
Legislation Text
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
File #: 2025-1188
A RESOLUTION TO AUTHORIZE AN AGREEMENT WITH I & S GROUP, INC. FOR
DESIGN PHASE SERVICES FOR THE SOUTH SCHOOL AVENUE SAFE STREETS AND
ROADS FOR ALL PROJECT IN THE AMOUNT OF $287,000.00, AND TO APPROVE A
BUDGET ADJUSTMENT
WHEREAS, the School Avenue and College Avenue Corridors serve as the major north-south route
through the central part of the city and are major commercial and retail destinations; and
WHEREAS, on December 4, 2024, City Council approved Resolution 301-24 to accept federal aid
funding in the amount of $25,000,000.00 from the U.S. Department of Transportation’s Federal
Highway Administration through the Safe Streets and Roads for All Program to fund improvements to
these corridors; and
WHEREAS, the scope of services for this phase of design includes survey, environmental review,
traffic study, and conceptual design for improvements to a segment of South School Avenue.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to
sign an agreement with I & S Group, Inc. for design phase services for the South School Avenue Safe
Streets and Roads for All Project in the amount of $287,000.00 pursuant to RFQ 25-01, Selection 9.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
7/11/2025
Submitted Date
Yes
23,141,528.00$
287,000.00$
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
34,500,000.00$
11,358,472.00$
Yes
Yes -$
22,854,528.00$
32401.9222
46020.7235.9222
Project Number
Budget Impact:
Safe Streets & Roads Grant
Street Bonds - Safe Streets & Roads - School St
Fund
Safe Streets & Roads Grant
Streets Project (2019/2022/2024 Bonds)
2235.900.9222-5860.02
4702.860.7235-5860.02
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-1188
Item ID
8/5/2025
City Council Meeting Date - Agenda Item Only
Staff recommends approval of the agreement with I & S Group, Inc. (ISG) in the amount of $287,000 for design
phase services (Conceptual) for the S. School Ave. (15th St. to MLK Blvd.) Safe Streets and Roads for All Project and
approval of a budget adjustment.
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Kenneth Patterson ENGINEERING (621)
Division / Department
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #301-24
Approval Date:
Original Contract Number:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year
Requestor:
8/5/2025
2025-1188
D - (City Council)
/
TOTAL - -
Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X
2235.900.9220-5899.00 (214,179) - 32401 9220 EX Unallocated - Budget
2235.900.9222-5860.02 214,179 - 32401 9222 EX Capital Prof Svcs - Engineering/Architectural
2235.900.9220-4309.00 - (214,179) 32401 9220 RE Federal Grants - Capital
2235.900.9222-4309.00 - 214,179 32401 9222 RE Federal Grants - Capital
4702.860.7999-5899.00 (72,821) - 46020 7999 EX Unallocated - Budget
4702.860.7235-5860.02 72,821 - 46020 7235.9222 EX Capital Prof Svcs - Engineering/Architectural
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
GLDATE:
Budget Division Date
Holly Black
7/11/2025 3:27 PM
TYPE:
JOURNAL #:
Adjustment Number
2025 Kenneth Patterson
ENGINEERING (621)Division
/Org2
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
v.2025617
RESOLUTION/ORDINANCE
Increase / (Decrease)Project.Sub#
Staff recommends approval of the agreement with I & S Group, Inc. (ISG) in the amount of $287,000 for design phase
services (Conceptual) for the S. School Ave. (15th St. to MLK Blvd.) Safe Streets and Roads for All Project and approval
of a budget adjustment.
COUNCIL DATE:
CHKD/POSTED:
ITEM ID#:
C:\Users\sdotson\Desktop\New folder (2)\4 Budget Adjustment 1 of 1
ISG Contract – Professional Engineering Services 1 6/24/2025
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
I & S Group, Inc.
THIS AGREEMENT is made as of August 5 , 2025, by and between City of Fayetteville,
Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and I &
S Group, 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. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE’s professional engineering consultant in those
assignments 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 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER
1.2 Assignments 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 this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council 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 the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in
Appendix A attached hereto and made part of this Agreement.
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 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER:
ISG Contract – Professional Engineering Services 2 6/24/2025
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 his services under this Agreement.
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 Provide such professional legal, accounting, financial, and insurance counseling services
as may be required for the Project.
3.1.6 The City Engineer is the CITY OF FAYETTEVILLE’s project representative with respect
to the services to be performed under this Agreement. 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.
3.1.7 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 first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress
of the Project through completion of the services stated in the Agreement. ENGINEER will
proceed with providing the authorized services immediately upon receipt of written
authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of
the services authorized and the time in which the services are to be completed. The anticipated
schedule for this project is included as Appendix A.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not-to-exceed amount authorized for this Agreement shall be based upon on
an Hourly basis as described in Appendix B.
5.2 Statements
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
Project.
Applications for payment shall be made in accordance with a format to be developed by
ENGINEER and as approved by CITY OF FAYETTEVILLE. Applications for payment shall
be accompanied each month by the updated project schedule as the basis for determining the
ISG Contract – Professional Engineering Services 3 6/24/2025
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, 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 Limits of Liability
Workers’ Compensation Statutory
Employers’ Liability $500,000 Each Accident
Commercial General Liability
Bodily Injury and $1,000,000 Combined Single Limit
Property Damage
Automobile Liability:
Bodily Injury and $1,000,000 Combined Single Limit
Property Damage
Professional Liability Insurance $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.
ISG Contract – Professional Engineering Services 4 6/24/2025
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 Fayetteville City Council approval of such proposed changes and, upon 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 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
through no fault of the terminating party, provided that no termination may be effected
unless the other party is given:
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 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
ISG Contract – Professional Engineering Services 5 6/24/2025
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 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 shall be entitled to additional compensation and time for reasonable costs
incurred by ENGINEER in temporarily closing down or delaying the 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.
ISG Contract – Professional Engineering Services 6 6/24/2025
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 6.14 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 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.
ISG Contract – Professional Engineering Services 7 6/24/2025
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, disks
of CADD drawings and cross sections, estimates, specification field notes, and 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, drawings, and specifications 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:
125 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER’s address:
3100 Market Street
Suite 106
Rogers, Arkansas 72758
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors,
executors, administrators, and assigns to the other party of this Agreement and to the
successors, executors, administrators, and assigns of such other party, in respect to all
covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor
ISG Contract – Professional Engineering Services 8 6/24/2025
ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the
written consent of the other.
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. 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
ISG Contract – Professional Engineering Services 9 6/24/2025
execution of this 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
ISG Contract – Professional Engineering Services 10 6/24/2025
awarding, 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.
ENGINEER
By:
Business Unit Leader, William A. Kratt
By:
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor, Molly Rawn
ATTEST:
By:
City Clerk Treasurer, Kara Paxton Project Engineer, TJ Wells
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
June 24, 2025
Chris Brown, PE
Public Works Director
City of Fayetteville
113 W Mountain St.
Fayetteville, AR 72701
I & S Group, Inc. | 3100 Market Street + Suite 106 + Rogers, AR 72758 + 479.974.1601 1
RE: South School Avenue – Safe Streets For All Proposal
Mr. Brown,
As the City of Fayetteville (City) looks to reconstruct School Avenue from W 15th St to W Martin Luther King Jr Boulevard, I & S
Group, Inc. (ISG) stands eager and ready to assist.
ISG is committed to delivering excellence through the collective expertise of our multi-disciplinary team. With this collaborative
approach, we will provide the following scope of services to meet your project needs. It is our understanding that this initial
proposal is for the Conceptual Design Phase; Survey, Preliminary Environmental Services, Traffic Study, Preliminary Utility
Coordination, Alternative Design Analysis (Roadway, Intersections, Utilities), and anticipated one (1) public engagement meeting
and one (1) transportation committee meeting. Future Phases consisting of but not limited to Preliminary Design, Final Design,
Bidding Assistance, and Construction Phase services will be addressed as an amendment(s) to this agreement in the future.
SCOPE OF SERVICES
Project
The scope of services generally includes survey, environmental review, street design, water utility design, sanitary sewer utility
design, platting, real estate acquisition documents, and bidding support. The project limits are School Avenue from W 15th St to
W Martin Luther King Jr Boulevard, including the functional areas of the intersections. The project is being funded through a
Safe Streets and Roads for All (SS4A) grant from the United States Department of Transportation (USDOT) and local funding.
The reconstruction will include enhancements to pedestrian infrastructure, bicycle infrastructure, landscaping, hardscaping,
streets, intersections, drainage systems, water systems, sanitary sewer systems, and access control.
CONCEPTUAL DESIGN PHASE
ISG will complete a conceptual design based on the project scope, prior plans and studies, discussions with City staff and other
stakeholders. Prior to beginning work, ISG will coordinate a kickoff meeting with the City. The purpose of the conceptual design
plans will be to confirm project scope, compare to the budget level cost estimate, and begin coordinating with agencies, utilities,
and other stakeholders
Surveys
Corridor Survey
ISG will search Washington County records to obtain pertinent additional information for the subject project, including relevant
surveys of record, section corner reference ties, and underlying plat information, supplementing the title documentation
provided by the City. Researching the adjoining property descriptions may be necessary to identify overlaps or gaps caused by
incorrect or ambiguous legal descriptions. If a current title commitment is not provided, the services of an abstractor may be
used to perform a thorough search for recorded easements and encumbrances that could affect the parcel.
OPPH$N/Xv3O3
Architecture + Engineering + Environmental + Planning | ISGInc.com 2
After the record search, ISG will conduct a field investigation to gather physical evidence, including but not limited to property
pins, fences, or other lines of apparent occupation. The field data will be analyzed and compared with the written record and
prior surveys. A determination will be made to reconcile the written description with the evidence gathered. The area of focus
will be limited to the immediate area associated with design activity. If the site survey reveals unforeseen issues, we will notify
the City before proceeding. Any necessary additional work may incur extra fees, which will be discussed and approved in
advance.
ISG will visit the site to perform a topographic site survey, which includes locating significant corridor features such as fences,
improvements, impervious areas, and landscaping, as well as visible evidence of underground utilities. Prior to the site visit, ISG
will place an Arkansas One Call utility locate request to have underground utilities marked. Any resulting markings will be
documented during our site visit.
The topographic ground shots will be gathered on an approximate 50-foot grid. Elevations will be referenced to a published
benchmark datum. Topographic information will extend to approximately 25 feet beyond the property lines. The topographic
survey information gathered at the site will be analyzed and summarized in a sketch of survey. This topographic information will
be used to generate one-foot contours for the site, sufficient to facilitate design and planning activity
Right-of-Way and Easement Exhibit Preparation
ISG will draft right-of-way and easement descriptions along with associated exhibits as necessary, to assist with any anticipated
land acquisition adjacent to existing City of Fayetteville right-of-way or easements. These exhibits will be draft in nature to be
utilized initially for negotiation with land owners by the City of Fayetteville’s internal land agents. These documents will be
finalized in future phases as the design limits are fully understood.
Geotechnical
Geotechnical services are not anticipated for this project.
Environmental
Agency Coordination
ISG will provide initial coordination with the following agencies for regulatory requirements, if required:
• Arkansas Division of Environmental Quality (ADEQ)
• Arkansas Department of Health
• Division of Arkansas Heritage
• United States Army Corp of Engineers (USACE)
• United States Fish and Wildlife Service (USFWS)
Cultural Resources
ISG will provide a Phase I Cultural Resources Survey through a subconsultant, utilizing records research and on-site surveys to
evaluate cultural resources in the study area for potential effects. A Cultural Resources Survey Report will be prepared and
submitted to the State Historic Preservation Officer (SHPO) for a single, build alternative. The report will request concurrence
with the findings for Section 106 clearance, and revisions will be made based on comments from SHPO, if necessary.
ISG will prepare draft notification documents and maps for the area of potential effect for initial coordination with tribes for
FHWA to review and distribute.
Architecture + Engineering + Environmental + Planning | ISGInc.com 3
Hazardous Materials
ISG will conduct a Phase I Environmental Site Assessment and coordinate with ADEQ for their review and comment. The City
acknowledges that ISG is not the owner or generator of waste materials generated because of the Hazardous
Materials/Contamination Assessments services performed by ISG under this contract.
Environmental Document
ISG will begin preparing the environmental document, as required by the National Environmental Policy Act (NEPA), to Federal
Highway Administration (FHWA) standards. The subject project is assumed to require a Tier 3 Categorical Exclusion (CE). This
document will be completed an finalized in the Preliminary Design Phase.
Traffic Study
ISG will perform a traffic study to evaluate capacity, safety, and control of School Avenue and the School Avenue intersections
with W 15th St and W Martin Luther King Jr Boulevard. The purpose of the traffic study will be to determine and analyze design
alternatives for the street layout of School Avenue and the intersection configurations and control at the School Avenue
intersections with W 15th St and W Martin Luther King Jr Boulevard.
Up to three (3) alternatives for each intersection as part of the traffic study and Conceptual Design Phase of the project.
Once a build alternative is selected for the School Avenue street layout and the intersections, ISG will carry those alternatives
into the Preliminary Design Phase.
Franchise Utility Coordination
After field survey is complete ISG will notify utilities of the project scope, ask them to provide utility mapping, and provide them
with their surveyed locations in order for them to confirm the correct and complete location of their facilities.
Conceptual Plans
ISG will prepare based on data collected in previous sections a conceptual plan set that will encompass the proposed
Alternative Design Solutions. This will include opinions of probable cost, conceptual plans/exhibits for typical roadway sections,
intersections, and city owned utilities. ISG will coordinate a conceptual plan review meeting with the City, then followed by public
engagement meetings, and transportation committee meeting as described in the Public Engagement scope. Once feedback
has been obtained ISG will finalize the conceptual plan to identify the preferred alternative.
Public Engagement
ISG will provide the City with written content, graphics, and project documentation for the City’s use on the City’s website, social
media, and other communication methods. In addition, the following meetings are anticipated:
• Up to One (1) public involvement meetings
• Up to One (1) Transportation Committee meetings
• Meetings with residents, businesses, property owners, and other stakeholders, as necessary
ISG will coordinate the public meetings, with assistance from the City. ISG will keep a public engagement log of comments and
interactions with public stakeholders and will provide the log to the City.
Architecture + Engineering + Environmental + Planning | ISGInc.com 4
PRELIMINARY DESIGN PHASE
Once the City approves the conceptual plans, ISG will begin the preliminary design phase and incorporate remaining comments
from the conceptual design phase. The preliminary design phase will document design decisions and will be used to complete
the NEPA documentation, and continue coordinating with agencies, utilities, and other stakeholders. A preliminary scope of
services is provided below that may be included in the Preliminary Design Phase, however, this is subject to modification and
revisions based on the findings during the Conceptual Design Phase and the preferred selected alternative.
Surveys
Right-of-Way and Easement Exhibit Preparation
ISG will finalize the right-of-way and easement descriptions along with associated exhibits as necessary, to assist with any
anticipated land acquisition adjacent to existing City of Fayetteville right-of-way or easements. These exhibits will be based upon
the final negotiated property acquisition agreements between the land owners and the City of Fayetteville and will be utilized for
recordation.
Utility Coordination
Once preliminary plans and right-of-way and easement documents are prepared, ISG will provide these documents to utilities in
order for them to confirm any conflicts their facilities have with the reconstruction. Utilities will be asked to provide a work plan
for any removals, relocations, or additions to their facilities. The work plan will include drawings and a proposed schedule for
any work on their facilities. ISG will coordinate with utilities to encourage the relocation of any conflicts prior to the
reconstruction of School Avenue. Any conflicts that must be resolved during reconstruction of School Avenue will be coordinated
and information will be provided in the contract documents for the City’s contractor to continue coordination through the
reconstruction of School Avenue.
Environmental
Agency Coordination
ISG will provide preliminary and final plans to the following agencies for regulatory approvals, if required:
• Arkansas Division of Environmental Quality (ADEQ)
• Arkansas Department of Health
• Division of Arkansas Heritage
• United States Army Corp of Engineers (USACE)
• United States Fish and Wildlife Service (USFWS)
Environmental Document
ISG will finalize the environmental document, as required by the National Environmental Policy Act (NEPA), to Federal Highway
Administration (FHWA) standards. The subject project is assumed to require a Tier 3 Categorical Exclusion (CE). Once complete,
ISG will furnish the City and the FHWA original copies for review. ISG will incorporate comments into a revised document. ISG
assumes up to two rounds of comments. ISG will submit the final document to FHWA for its approval.
Public Engagement
ISG will provide the City with written content, graphics, and project documentation for the City’s use on the City’s website, social
media, and other communication methods. In addition, the following meetings are anticipated:
Architecture + Engineering + Environmental + Planning | ISGInc.com 5
• Up to One (1) public involvement meetings, one prior to preliminary design, and one during final design and prior to
bidding
• Up to One (1) Transportation Committee meetings
• Up to One (1) Active Transportation Committee meetings
• Up to One (1) Arts Council meetings
• Meetings with residents, businesses, property owners, and other stakeholders, as necessary
ISG will coordinate the public meetings, with assistance from the City. ISG will keep a public engagement log of comments and
interactions with public stakeholders and will provide the log to the City.
Preliminary Plans
ISG will prepare a Preliminary Plan set that will take the preferred alternative to approximately 60% of completed construction
documents. An updated opinion of probable cost will be provided. ISG will coordinate a preliminary plan review meeting with the
City. The preliminary plan set will include:
• Title Sheet
• Typical Sections
• Construction Details
• Removal Plans
• Utility Plans and Profiles
• Intersection Details
• Street Plans and Profiles
• Pavement Marking and Signing Plans
• Maintenance of Traffic Conceptual Plans
• Cross Sections
Landscape Architecture
ISG will design streetscape amenities. These amenities could include plantings, planters, benches, bus shelters, refuse
receptacles, placemaking features, gateway features, and other amenities. Streetscape amenities will be coordinated with
green infrastructure, lighting, and street reconstruction designs.
Electrical Design
ISG will design street lighting. Lighting spacing will according to City standards. If none exist, spacing will match typical
installations. A photometric analysis will be provided, if requested.
Architecture + Engineering + Environmental + Planning | ISGInc.com 6
FINAL DESIGN
A preliminary scope of services is provided below that may be included in the Final Design Phase, however, this is subject to
modification and revisions based on the findings during the Conceptual Design Phase and the preferred selected alternative.
Once the City approves the preliminary plans, ISG will begin the final design phase and incorporate remaining comments from
the preliminary design phase. The final design phase will provide construction plans, specifications, and estimates for the
purpose of bidding and construction. Plans and specifications will be used to continue coordinating with agencies, utilities, and
other stakeholders. ISG will coordinate a final plan review meeting with the City. After comments from the final plan review
meeting are received and incorporated, a plan-in-hand walkthrough will be conducted with the City, and final changes will be
incorporated into the final construction documents prior to bidding. An updated opinion of probable cost will be provided. The
final plan set will include:
• Title Sheet
• Project notes
• Typical Sections
• Construction Details
• Removal Plans
• Erosion Control Plans
• Utility Plans and Profiles
• Intersection Details
• Street Plans and Profiles
• Pavement Marking and Signing Plans
• Maintenance of Traffic Plans
• Cross Sections
Utility Coordination
ISG will provide utilities with final plans and right-of-way and easement exhibits and will continue to coordinate with utilities prior
to reconstruction of School Avenue as needed.
Environmental
Permitting
Storm Water Pollution Prevention Plan (SWPPP)
ISG will prepare a Storm Water Pollution Prevention Plan for the scope of this proposed construction work. A stormwater
pollution prevention plan will be prepared that incorporates Best Management Practices (BMPs). This plan will include the
necessary erosion control measures to meet local and state requirements.
Bidding Assistance
ISG will assist in the preparation of an advertisement for bids to assist with solicitation of competitive general contractor bids.
We are prepared to respond to contractor questions and issue clarifications via addendum if necessary. We will also provide
assistance with bid evaluation, issuance of a recommendation of award, and preparation of the Notice to Proceed and
Agreement between the City and Contractor.
Architecture + Engineering + Environmental + Planning | ISGInc.com 7
Survey
Monumentation
Based on the boundary survey and the recorded right-of-way and easement documents, ISG will install iron monuments at the
new property corners. It is anticipated that temporary monumentation will be set prior to construction and that after
construction is completed final monumentation will be installed. This will include subsurface installation of ½-inch diameter, 20-
inch-long solid iron rods, or other permanent monuments where applicable, at each of the new property corners. The locations
will also be identified on the surface by wooden lath.
ASSUMPTIONS + EXCLUSIONS
The following assumptions were used to develop the scope of services in this proposal:
• The City will provide ISG with the following:
o Available survey control
o As-built Plans
o Water and Sewer System Information
o Traffic Forecasts
The following items are excluded from the scope of services in this proposal:
• Geotechnical Services
• Public Hearings
• Cultural Resources Surveys beyond Phase I
• Wetland Delineation
• Biological Assessments
• Hazardous Material Surveys beyond Phase I
• Section 4(f) Evaluations
• Conceptual Stage Relocation Report
• Visual Impact Memo
• Noise Screening Analysis
• A NEPA Environmental Assessment, Finding of No Significant Impact, or Environmental Impact Statement
• Section 404 Permit
• Stream Modeling
• LOMR
• Coordination with FEMA
• Structural Engineering
• Construction Phase Services
Architecture + Engineering + Environmental + Planning | ISGInc.com 8
SCHEDULE
ISG proposes the following schedule if a notice to proceed is received by August 1, 2015.
COMPENSATION
ISG proposes to provide the scope of work described within this proposal for compensation in accordance with the following
schedule. Anticipated reimbursable expenses such as travel time, mileage expenses, and printing costs are included.
Phase Date
Conceptual Plans (30%) February 1, 2026
NEPA Document April 1, 2026
Preliminary Plans (60%) June 1, 2026
Right-of-way and Easement Documents September 1, 2026
Final Plans and Specifications for City Review (90%) February 1, 2027
Final Construction Documents April 1, 2027
Conceptual Design Phase Compensation
Surveys $75,000.00
Environmental $18,000.00
Traffic Study $30,000.00
Franchise Utility Coordination $5,000.00
Conceptual Plans $88,500.00
Public Engagement $25,500.00
Total $242,000.00
Conceptual Design Phase - Utilities Compensation
Surveys $10,000.00
Alternative Design Analysis $35,000.00
Total $45,000.00
Architecture + Engineering + Environmental + Planning | ISGInc.com 9
ADDITIONAL SERVICES
ISG’s goal for this proposal, like its services, is to be flexible in meeting the requirements of this project. Upon request, ISG can
provide a subsequent proposal to assist with additional professional design and construction phase services needed to support
this project as it moves forward.
ISG appreciates the opportunity to provide a solution tailored to the needs of the City of Fayetteville. Upon acceptance, please
sign the acknowledgment box and return a copy of the proposal to our office. We look forward to providing you with responsive
service, a collaborative experience, and timely delivery.
Sincerely,
TJ Wells, PE
Civil Engineer
TJ.Wells@ISGInc.com
Architecture + Engineering + Environmental + Planning Page 1
2025 Standard Hourly Rates
Rates are effective as of January 1, 2025 and are subject to change.
Job Type Hourly Rate
Administrative I $80
Administrative II $100
Administrative III $120
Administrative IV $150
Applied Technology
Specialist I $110
Applied Technology
Specialist II $125
Applied Technology
Specialist III $140
Applied Technology
Specialist IV $160
Architect I $130
Architect II $150
Architect III $170
Architect IV $200
Architectural Designer I $120
Architectural Designer II $130
Architectural Designer III $140
Architectural Designer IV $160
Business Developer I $150
Business Developer II $170
Business Developer III $190
Business Developer IV $220
Business Writer $120
Civil Designer I $120
Civil Designer II $130
Civil Designer III $140
Civil Designer IV $160
Civil Engineer I $150
Civil Engineer II $160
Civil Engineer III $180
Civil Engineer IV $200
Commissioning Technician I $130
Commissioning Technician II $140
Commissioning Technician III $150
Job Type Hourly Rate
Commissioning Technician IV $170
Construction
Administrator I $120
Construction
Administrator II $130
Construction
Administrator III $140
Construction
Administrator IV $155
Development Services
Coordinator I $130
Development Services
Coordinator II $145
Development Services
Coordinator III $160
Development Services
Coordinator IV $180
Drone Specialist I $120
Drone Specialist II $130
Drone Specialist III $140
Drone Specialist IV $160
Electrical Controls
Designer IV $210
Electrical Designer I $130
Electrical Designer II $140
Electrical Designer III $150
Electrical Designer IV $170
Electrical Engineer I $160
Electrical Engineer II $170
Electrical Engineer III $190
Electrical Engineer IV $220
Environmental
Scientist/Engineer I $130
Environmental
Scientist/Engineer II $145
Environmental
Scientist/Engineer III $160
Environmental
Scientist/Engineer IV $190
Job Type Hourly Rate
General Counsel $370
GIS Specialist I $130
GIS Specialist II $150
GIS Specialist III $170
GIS Specialist IV $190
Graphic Designer $110
Interior Designer I $130
Interior Designer II $140
Interior Designer III $155
Interior Designer IV $170
IT Specialist $130
Land Survey Specialist I $105
Land Survey Specialist II $120
Land Survey Specialist III $130
Land Survey Specialist IV $140
Land Surveyor I $120
Land Surveyor II $130
Land Surveyor III $150
Land Surveyor IV $185
Landscape Architect I $140
Landscape Architect II $150
Landscape Architect III $170
Landscape Architect IV $190
Landscape Designer I $120
Landscape Designer II $130
Landscape Designer III $140
Landscape Designer IV $160
Marketing Specialist $130
Mechanical Designer I $130
Mechanical Designer II $140
Mechanical Designer III $150
Mechanical Designer IV $170
Mechanical Engineer I $160
APPENDIX "B"
Architecture + Engineering + Environmental + Planning Page 2
Job Type Hourly Rate
Senior Electrical
Controls Designer $220
Senior Electrical Designer $190
Senior Electrical Engineer $250
Senior Environmental
Scientist $215
Senior Finance Consultant $200
Senior GIS Specialist $205
Senior Graphic Designer $130
Senior Interior Designer $195
Senior IT Specialist $200
Senior Land
Survey Specialist $150
Senior Land Surveyor $205
Senior Landscape Architect $215
Senior Landscape Designer $170
Senior Marketing Consultant $200
Senior Marketing Specialist $150
Senior Mechanical Designer $190
Senior Mechanical Engineer $250
Senior Planner $210
Senior Process Engineer $230
Senior Project Executive $290
Senior Project Manager $230
Senior Refrigeration
Designer $205
Senior Refrigeration
Engineer $285
Senior Structural Designer $185
Senior Structural Engineer $240
Senior Technical Writer $170
Senior Technology Designer $210
Senior Technology Engineer $220
Senior Telecommunications
Designer $150
Senior Telecommunications
Engineer $240
Senior Telecommunications
Project Manager $230
Senior Visualization
Specialist $220
Job Type Hourly Rate
Mechanical Engineer II $170
Mechanical Engineer III $190
Mechanical Engineer IV $220
Planner I $130
Planner II $145
Planner III $160
Planner IV $180
Project Coordinator I $130
Project Coordinator II $145
Project Coordinator III $160
Project Coordinator IV $180
Project Manager I $140
Project Manager II $160
Project Manager III $180
Project Manager IV $200
Refrigeration Designer I $140
Refrigeration Designer II $150
Refrigeration Designer III $165
Refrigeration Designer IV $180
Refrigeration Engineer I $180
Refrigeration Engineer II $195
Refrigeration Engineer III $215
Refrigeration Engineer IV $235
Senior Applied
Technology Specialist $170
Senior Architect $235
Senior
Architectural Designer $180
Senior Business Developer $230
Senior Business Writer $140
Senior Civil Designer $180
Senior Civil Engineer $235
Senior Commissioning
Technician $190
Senior Construction
Administrator $170
Senior Development
Services Coordinator $200
Senior Drone Specialist $170
Job Type Hourly Rate
Senior Water/
Wastewater Designer $190
Senior Water/
Wastewater Engineer $250
Senior Water/Wastewater
Project Manager $240
Structural Designer I $120
Structural Designer II $130
Structural Designer III $145
Structural Designer IV $170
Structural Engineer I $150
Structural Engineer II $170
Structural Engineer III $190
Structural Engineer IV $210
Technical Writer $150
Technology Designer I $120
Technology Designer II $130
Technology Designer III $150
Technology Designer IV $170
Technology Engineer I $140
Technology Engineer II $150
Technology Engineer III $170
Technology Engineer IV $190
Telecommunications
Designer I $95
Telecommunications
Designer II $105
Telecommunications
Designer III $115
Telecommunications
Designer IV $125
Telecommunications
Engineer I $160
Telecommunications
Field Designer 1 $115
Telecommunications
Field Designer 1I $125
Telecommunications
Field Designer 1II $135
Telecommunications
Field Designer 1V $145
Telecommunications
Project Manager I $140
Architecture + Engineering + Environmental + Planning Page 3
Job Type Hourly Rate
Telecommunications
Project Manager II $160
Telecommunications
Project Manager III $180
Telecommunications
Project Manager IV $200
Videographer $155
Visualization Specialist I $170
Visualization Specialist II $180
Visualization Specialist III $190
Visualization Specialist IV $200
Water/Wastewater
Designer I $130
Water/Wastewater
Designer II $140
Water/Wastewater
Designer III $150
Water/Wastewater
Designer IV $170
Water/Wastewater
Engineer I $160
Water/Wastewater
Engineer II $170
Water/Wastewater
Engineer III $190
Water/Wastewater
Engineer IV $220
Water/Wastewater
Operator I $115
Water/Wastewater
Operator II $120
Water/Wastewater
Operator III $125
Water/Wastewater
Operator IV $130
Water/Wastewater
Project Manager I $140
Water/Wastewater
Project Manager II $160
Water/Wastewater
Project Manager III $180
Water/Wastewater
Project Manager IV $200
Equipment Hourly Rate
Survey Grade GPS/Robotics $62
Mapping Grade GPS $22
3D Laser Scanner $80
Manhole Scanner $75
Mobile Scanner**Varies
R/C Boat +
Sounding Equipment $58
Surveillance Drone $60
Photogrammetry Drone $150
Thermal Imaging Drone $193
LiDAR Drone**Varies
All-Terrain Vehicle $30
Traffic Counter $15
Pipe Crawler** Varies
Mileage reimbursement is
at the IRS standard rate.
Outside services are
billed at cost plus 10%.
**Project specific rates—call for pricing.
City of Fayetteville, AR
S. School Ave. (MLK to 15th)
ISG Project #32858
July 8, 2025
2025-2027 Rates with 2.7% Escalation Rate
Classification 2025 Rate
2025 %
of Work 2026 Rate
2026 %
of Work 2027 Rate
2027 %
of Work Base Rate
Civil Designer I 120.00$ 20%123.24$ 60%126.57$ 20%123.26$
Civil Designer II 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Civil Designer III 140.00$ 20%143.78$ 60%147.66$ 20%143.80$
Civil Designer IV 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Civil Engineer I 150.00$ 20%154.05$ 60%158.21$ 20%154.07$
Civil Engineer II 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Civil Engineer III 180.00$ 20%184.86$ 60%189.85$ 20%184.89$
Civil Engineer IV 200.00$ 20%205.40$ 60%210.95$ 20%205.43$
Electrical Designer I $130 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Electrical Designer II $140 140.00$ 20%143.78$ 60%147.66$ 20%143.80$
Electrical Designer III $150 150.00$ 20%154.05$ 60%158.21$ 20%154.07$
Electrical Designer IV $170 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Electrical Engineer I $160 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Electrical Engineer II $170 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Electrical Engineer III $190 190.00$ 20%195.13$ 60%200.40$ 20%195.16$
Electrical Engineer IV $220 220.00$ 20%225.94$ 60%232.04$ 20%225.97$
Environmental Scientist/Engineer I 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Environmental Scientist/Engineer II 145.00$ 20%148.92$ 60%152.94$ 20%148.94$
Environmental Scientist/Engineer III 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Environmental Scientist/Engineer IV 190.00$ 20%195.13$ 60%200.40$ 20%195.16$
Administrative I 80.00$ 20%82.16$ 60%84.38$ 20%82.17$
Administrative II 100.00$ 20%102.70$ 60%105.47$ 20%102.71$
Administrative III 120.00$ 20%123.24$ 60%126.57$ 20%123.26$
Administrative IV 150.00$ 20%154.05$ 60%158.21$ 20%154.07$
Geospatial Specialist I 105.00$ 20%107.84$ 60%110.75$ 20%107.85$
Geospatial Specialist II 120.00$ 20%123.24$ 60%126.57$ 20%123.26$
Geospatial Specialist III 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Geospatial Specialist IV 140.00$ 20%143.78$ 60%147.66$ 20%143.80$
GIS Specialist I 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
GIS Specialist II 150.00$ 20%154.05$ 60%158.21$ 20%154.07$
GIS Specialist III 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
GIS Specialist IV 190.00$ 20%195.13$ 60%200.40$ 20%195.16$
Land Surveyor I 120.00$ 20%123.24$ 60%126.57$ 20%123.26$
Land Surveyor II 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Land Surveyor III 150.00$ 20%154.05$ 60%158.21$ 20%154.07$
Land Surveyor IV 185.00$ 20%190.00$ 60%195.12$ 20%190.02$
Landscape Architect I 140.00$ 20%143.78$ 60%147.66$ 20%143.80$
Landscape Architect II 150.00$ 20%154.05$ 60%158.21$ 20%154.07$
Landscape Architect III 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Landscape Architect IV 190.00$ 20%195.13$ 60%200.40$ 20%195.16$
Landscape Designer I 120.00$ 20%123.24$ 60%126.57$ 20%123.26$
Landscape Designer II 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Landscape Designer III 140.00$ 20%143.78$ 60%147.66$ 20%143.80$
Landscape Designer IV 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Planner I 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Planner II 145.00$ 20%148.92$ 60%152.94$ 20%148.94$
Planner III 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Planner IV 180.00$ 20%184.86$ 60%189.85$ 20%184.89$
Project Manager I 140.00$ 20%143.78$ 60%147.66$ 20%143.80$
Project Manager II 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Project Manager III 180.00$ 20%184.86$ 60%189.85$ 20%184.89$
Project Manager IV 200.00$ 20%205.40$ 60%210.95$ 20%205.43$
Senior Civil Designer 180.00$ 20%184.86$ 60%189.85$ 20%184.89$
Senior Civil Engineer 235.00$ 20%241.35$ 60%247.86$ 20%241.38$
Senior Electrical Designer 190.00$ 20%195.13$ 60%200.40$ 20%195.16$
Senior Electrical Engineer 250.00$ 20%256.75$ 60%263.68$ 20%256.79$
Senior Environmental Scientist 215.00$ 20%220.81$ 60%226.77$ 20%220.84$
Senior Geospatial Specialist 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Senior GIS Specialist 205.00$ 20%210.54$ 60%216.22$ 20%210.56$
Senior Land Surveyor 205.00$ 20%210.54$ 60%216.22$ 20%210.56$
Senior Landscape Architect 215.00$ 20%220.81$ 60%226.77$ 20%220.84$
Senior Landscape Designer 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Senior Planner 210.00$ 20%215.67$ 60%221.49$ 20%215.70$
Senior Project Manager 230.00$ 20%236.21$ 60%242.59$ 20%236.24$
Senior Structural Designer 185.00$ 20%190.00$ 60%195.12$ 20%190.02$
Senior Structural Engineer 240.00$ 20%246.48$ 60%253.13$ 20%246.51$
Senior Visualization Specialist 220.00$ 20%225.94$ 60%232.04$ 20%225.97$
Senior Water/Wastewater Designer 190.00$ 20%195.13$ 60%200.40$ 20%195.16$
Senior Water/Wastewater Engineer 250.00$ 20%256.75$ 60%263.68$ 20%256.79$
Senior Water/Wastewater PM 240.00$ 20%246.48$ 60%253.13$ 20%246.51$
Structural Designer I 120.00$ 20%123.24$ 60%126.57$ 20%123.26$
Structural Designer II 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Structural Designer III 145.00$ 20%148.92$ 60%152.94$ 20%148.94$
Structural Designer IV 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Structural Engineer I 150.00$ 20%154.05$ 60%158.21$ 20%154.07$
Structural Engineer II 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Structural Engineer III 190.00$ 20%195.13$ 60%200.40$ 20%195.16$
Structural Engineer IV 210.00$ 20%215.67$ 60%221.49$ 20%215.70$
Technical Writer 150.00$ 20%154.05$ 60%158.21$ 20%154.07$
Senior Technical Writer 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Senior Graphic Designer 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Graphic Designer 110.00$ 20%112.97$ 60%116.02$ 20%112.99$
Visualization Specialist I 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Visualization Specialist II 180.00$ 20%184.86$ 60%189.85$ 20%184.89$
Visualization Specialist III 190.00$ 20%195.13$ 60%200.40$ 20%195.16$
Visualization Specialist IV 200.00$ 20%205.40$ 60%210.95$ 20%205.43$
Water/Wastewater Designer I 130.00$ 20%133.51$ 60%137.11$ 20%133.53$
Water/Wastewater Designer II 140.00$ 20%143.78$ 60%147.66$ 20%143.80$
Water/Wastewater Designer III 150.00$ 20%154.05$ 60%158.21$ 20%154.07$
Water/Wastewater Designer IV 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Water/Wastewater Engineer I 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Water/Wastewater Engineer II 170.00$ 20%174.59$ 60%179.30$ 20%174.61$
Water/Wastewater Engineer III 190.00$ 20%195.13$ 60%200.40$ 20%195.16$
Water/Wastewater Engineer IV 220.00$ 20%225.94$ 60%232.04$ 20%225.97$
Water/Wastewater Project Manager I 140.00$ 20%143.78$ 60%147.66$ 20%143.80$
Water/Wastewater Project Manager II 160.00$ 20%164.32$ 60%168.76$ 20%164.34$
Water/Wastewater Project Manager III 180.00$ 20%184.86$ 60%189.85$ 20%184.89$
Water/Wastewater Project Manager IV 200.00$ 20%205.40$ 60%210.95$ 20%205.43$
Fee Summary
City of Fayetteville, AR
S. School Ave. (MLK to 15th)
ISG Project #32858
July 8, 2025
FAYETTEVILLE, AR (SS4) S. SCHOOL AVE PROJECT
Senior Civil
Engineer
Civil
Engineer IV
Civil
Engineer II
Civil
Engineer I
Civil
Designer IV
Civil
Designer III
Civil
Designer II
Landscape
Architect IV
Landscape
Architect II
Senior Environmental
Scientist
Environmental
Scientist/Engineer III
Senior Land
Surveyor
Geospatial
Specialist III
Geospatial
Specialist II Total
241.38$ 205.43$ 164.34$ 154.07$ 164.34$ 143.80$ 133.53$ 195.16$ 154.07$ 220.84$ 164.34$ 210.56$ 133.53$ 123.26$
SURVEY
Project Management 6 1,232.57$
Corridor Survey 1 90 95 23,932.50$
Boundary Survey 1 60 59 15,489.36$
Right-of-way and Easement Exhibits 1 16 40 8,504.77$
Subconsultants(Title Search, Locates)18,500.00$
Expenses 8,445.00$
TASK TOTAL 76,104.20$
ENVIRONMENTAL
Project Management 3 4 1,607.48$
Agency Coordination 2 3 2 10 3,184.15$
Archaeology and History 3 2 5 1,879.68$
Hazardous Materials 2 9 1,920.76$
Environmental Document 3 3 8 2,701.39$
Subconsultants(Arch./History)6,900.00$
TASK TOTAL 18,193.47$
TRAFFIC STUDY
Traffic Study 4 45 90 25,000.73$
Subconsultants(Counts)5,000.00$
TASK TOTAL 30,000.73$
FRANCHISE UTILITY COORDINATION
Initial Coordination 2 14 14 TASK TOTAL 4,940.57$
CONCEPTUAL PLANS
Project Management 6 1,448.28$
Civil Design 8 46 9,203.23$
Landscape Architecture 8 40 7,724.14$
Plan Production 34 4,889.21$
Cost Opinion 2 4 1,068.23$
Intersection Design 8 16 150 200 58,629.48$
RRFB Design 1 4 12 18 5,623.62$
TASK TOTAL 88,586.19$
Fee Summary
PUBLIC ENGAGEMENT
Project Management 1 3 1 1,078.50$
Prepare Materials 18 30 2 23 12,541.45$
Coordinate Public Meetings 3 18 18 7,195.16$
Public Engagement Log 2 6 1,715.33$
Expenses 3,000.00$
TASK TOTAL 25,530.44$
SUBTOTAL 243,355.60$
PUBLIC UTILITIES
Survey/Esmt Exhibits 10 25 36 9,881.14$
Project Management 8 20 6,039.62$
Conceptual Design 6 20 75 90 29,129.85$
TASK TOTAL 45,050.61$
GRAND TOTAL 288,406.21$