Loading...
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$