HomeMy WebLinkAbout142-14 RESOLUTIONRESOLUTION NO. 142-14
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING
SERVICES AGREEMENT WITH GARVER, LLC IN AN AMOUNT NOT TO
EXCEED $328,200.00 FOR ENGINEERING DESIGN RELATED TO THE
CATO SPRINGS TRAIL
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 approves an
agreement for professional engineering services with Garver, LLC in an amount not to exceed
$328,200.00 for engineering design related to the Cato Springs Trail.
PASSED and APPROVED this 5t' day of August, 2014.
APPR (IVPTI-
r
ATTEST:
By: p 4w,�—
SONDRA E. SMITH, City Clerk/TrJegi ffer
oNO%
u.
FAYETTEVILLF:. }'
ro 1�in1111%0%
City of Fayetteville Staff Review Form
2014-0321
Legistar File ID
8/4r/2014
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Matt Mihalevich 7/15/2014 Engineering /
Development Services Department
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of an agreement for professional services between the City of Fayetteville and Garver,
LLC for professional engineering services for the Cato Springs Trail from Greathouse Park to the Fayetteville
Regional Park in an amount not to exceed $328,200.
4470.9470.5814.05
Account Number
02016 / 1405
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? No
Budget Impact:
Sales Tax Cap Imp/Trail Development
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Fund
Cato Springs Trail
Project Title
$ 328,200.00
$ 328,200.00
$ 328,200.00
V20140610
Previous Ordinance or Resolution # ENT ED
Original Contract Number: ApDate:
Com ts:
7- 2%-- 2.aiY
07-22--/`
CITY OF
Tay ilii e
ARKANSAS
MEETING OF AUGUST 5T", 2014
TO: Mayor and City Council
CITY COUNCIL AGENDA MEMO
THRU: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
Chris Brown, City Engineer
1�
FROM: Matt Mihalevich, Trails Coordinator
DATE: July 17th, 2014
SUBJECT: Garver, LLC Professional Services Agreement — Cato Springs Trail
RECOMMENDATION:
Staff recommends approval of an agreement for professional services between the City of
Fayetteville and Garver, LLC for professional engineering services for the Cato Springs Trail
from Greathouse Park to the Fayetteville Regional Park in an amount not to exceed $328,200.
BACKGROUND:
The City of Fayetteville is undertaking an aggressive trail building campaign in southern
Fayetteville over the next 4 years. The Frisco Trail extension south from MLK Boulevard across
S. School St. and into Walker Park was opened to the public on April, 12th 2014. With this
critical connection complete, the Fayetteville Alternative Transportation and Trails (FATT)
Master Plan envisions a series of three trails extending to the south; the Tsa-La-Gi Trail located
parallel to MLK Blvd, which is 80% completed, the Town Branch Trail that is located south of
15th Street and is partially completed and the Cato Springs Trail which follows the Cato Springs
Branch and will pass over the Fulbright Expressway and under 1-49 along Razorback Road.
DISCUSSION:
The Walton Family Foundation has graciously provided $150,000 to be utilized for a contract
with an engineering consultant to perform the design and permitting for the Cato Springs Trail.
The Cato Springs Trail will extend south along the Cato Springs Branch and portions of
Razorback Road across the Fulbright Expressway and 1-49 to the Fayetteville Regional Park
and Mt. Kessler. This Trail will be designed as a 12 foot wide concrete multi -use trail with
lighting. In addition, the trail will include a bridge across the Cato Springs Branch and a bridge
over the Fulbright Expressway that will require considerable design and permit approval from
the Arkansas State Highway and Transportation Department. Preliminary estimates establish
its length at 10,836 linear feet or slightly over 2 miles.
On June 25th, selection committee 12 chose Garver, LLC to perform the engineering and design
of the Cato Springs Trail. The selection was based on Garver's extensive experience with
AHTD permitting as well as strong past performance on City projects including the recent Frisco
Trail extension under MLK Jr. Blvd. Staff has worked closely with Garver to negotiate the
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
contract scope and price. The design and permitting phase is estimated to take 18 months, with
construction in starting early in 2016. This trail project will then be bid and constructed by a
private contractor while the City's in-house trail construction crews continues work on other trail
connections.
BUDGET/STAFF IMPACT:
The Walton Family Foundation has provided grant funding in the amount of $150,000 to be
matched with $178,000 in City funds for a total design budget of $328,200. The City portion of
the matching funds are available through the Trail Development Capital Improvement Program
for 2014.
Attachments:
Agreement for professional Engineering Services between City of Fayetteville and Garver, LLC.
Map - Regional Park/Kessler Reserve Connection Trails
RESOLUTION NO.
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING
SERVICES AGREEMENT WITH GARVER, LLC IN AN AMOUNT NOT TO
EXCEED $328,200.00 FOR' ENGINEERING DESIGN RELATED TO THE
CATO SPRINGS TRAIL
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 approves an
agreement for professional engineering services with Garver, LLC in an amount not to exceed
$328,200.00 for engineering design related to the Cato Springs Trail.
PASSED and APPROVED this 51h day of August, 2014.
APPROVED:
IM
ATTEST:
BE
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
UA Buse - y'. a _ i`7l . .
cv
bc'k
- • aytaa tkerrt_ ,I �f iC Pol Vr
•S • iJ S£ffiPfrvJ t $fQ fn
Th L U
•� r' laz3 PMCU
ctra f� E#t I a -
}}
• b i Rvm+maamz€wer;
F` iEfl[}ibft Ctzzt Eit,'Lca
cc
Tsa La Gi TrailWX
n ,_
I
'2
m `p i t
iF i t
i�
S
It
�L ; Walker
„.. tolx� o�1 turn' d.
rW ! — Park
Cos
3.11
03
' - TS2 16 6
I
♦■, Finger Park �P�',i � � 4r °� ; ;
'Uhl MIMI Greathouse . Town Branch Trail Park : �^
r r - w
♦ wn 4�aa:rs Pl
hlr,:r
a ,-------- - - ---- • TiaeNy"z
i
Y 77
, � •.ate , • - , • � � -[
Cato Springs
U of A
Future • a l: Legend
-- - -- -Cl— �Frt_— ___--- - ! Intramural �i: 1
G ♦ - r ------ -
t - - - - Fields Project 1
--- : •j!. �!f'ys; •� I' - �` 4 A- Frisco & Town Branch Trail - 2014
B - Town Branch Trail
-2015
J t ti C - Town Branch & Tsa La Gi - 2015
`���� ,. �,�� ®•® Project 3 (Tsa La Gi & Shiloh Trail) - 2017
► Q,�_ Project 4 (Cato Springs Trail) - 2016
Trails in Construction/Development -2014
---------------- _.
55 ---- ,C Rupple Road Trail - 2016
----------
�� --
AHTD Improvements - 2017
CITY OF
t Existing Trails
• �.�+� ,,/ ; ' , _ Planned Trails
a e eve ie [W
A R K A N 5 A S----------�`- �---- Parks April 2014
° 5001,000 2,000 3,000 4,000 5,000 FP.P.t Regional Park / Kessler Reserve Connection Trails
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
GARVER, LLC
THIS AGREEMENT is made as of AU 1A 6 , 2014, by and between City of
Fayetteville, Arkansas, acting by and thro h its Mayor (hereinafter called CITY OF FAYETTEVILLE)
and GARVER, LLC (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.
Garver Engineering Services Agreement
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:
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to
perform its services under 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 The Transportation Director is the CITY OF FAYETTEVILLE's project representative with
respect to the services to be performed under this Agreement. The Transportation Director
shall have complete authority to transmit instructions, receive information, interpret and
define CITY OF FAYETTEVILLE's policies and decisions with respect to materials,
equipment, elements and systems to be used in the Project, and other matters pertinent to the
services covered by this Agreement.
3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the 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 is $328,200. The CITY OF
FAYETTEVILLE shall compensate ENGINEER based on a Unit Price basis as described in
Appendix B. The hourly rates shown in Appendix B will be increased annually with the first
increase effective July 1, 2015.
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
Garver Engineering Services Agreement 2
ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall
be accompanied each month by the updated project schedule as the basis for determining the
value earned as the work is accomplished. Final payment for professional services shall be
made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory
completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion
shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE
shall advise ENGINEER in writing of the basis for any disputed portion of any statement.
CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of
date the invoice is approved, however, payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this
Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of
all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement,
except claims which are specifically exempted by ENGINEER to be set forth therein. Unless
otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the
parties to this Agreement, final payment under this Agreement or settlement upon termination
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims
against ENGINEER or his sureties under this Agreement or applicable performance and
payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in United
States Dollars) the following minimum insurance coverages:
Type of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
Garver Engineering Services Agreement 3
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal of
coverage.
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during
and after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly
report to ENGINEER any defects or suspected defects in ENGINEER's services of which
CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to
minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all
remedies to recover for its damages caused by any negligence of ENGINEER.
6.3 . Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a
design professional. Since ENGINEER has no control over weather, cost and availability of
labor, material and equipment, labor productivity, construction Contractors' procedures and
methods, unavoidable delays, construction Contractors' methods of determining prices,
economic conditions, competitive bidding or market conditions, and other factors affecting
such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections
prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER's services, with an appropriate change in compensation and schedule only after
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.
Garver Engineering Services Agreement 4
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
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.
Garver Engineering Services Agreement 5
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are
related to, this Agreement, including, but not limited to the interpretation of this Agreement,
the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate.
If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion
of these procedures, such action shall be stayed, upon application by either party to a court of
proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied
with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of
any incident, action, or failure to act upon which a claim is based, the party seeking relief
shall serve the other party with a written Notice.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 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
Garver Engineering Services Agreement 6
deletion of proprietary data or confidential information from such publications, but otherwise
CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of
ENGINEER's activities pertaining to any such publication shall be for ENGINEER's
account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and
against any and all loss where loss is caused or incurred or alleged to be caused or incurred in
whole or in part as a result of the negligence or other actionable fault of the Contractors, or
their employees, agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD
drawings, estimates, field notes, and project data are and remain the property of CITY OF
FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of
other documents.
6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or
electronic media prepared by ENGINEER as part of the Services shall become the property
of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services
rendered, provided, however, that ENGINEER shall have the unrestricted right to their use.
ENGINEER shall, however, retain its rights in its standard drawings details, specifications,
databases, computer software, and other proprietary property. Rights to intellectual property
developed, utilized, or modified in the performance of the Services shall remain the property
of ENGINEER.
6.12.3 Any files delivered in electronic medium may not work on systems and software different
than those with which they were originally produced. ENGINEER makes no warranty as to
the compatibility of these files with any other system or software. Because of the potential
degradation of electronic medium over time, in the event of a conflict between the sealed
original drawings/hard copies and the electronic files, the sealed drawings/hard copies will
govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate
party at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
Garver, LLC
2049 E. Joyce Blvd, Suite 400
Fayetteville, AR, 72703
Garver Engineering Services Agreement 7
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
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
Garver Engineering Services Agreement
out of or relating to this Agreement or the breach thereof will be decided in a court of
competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent
to performance on work under this Agreement in accordance with generally accepted
accounting principles and practices consistently applied in effect on the date of execution of
this 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
Garver Engineering Services Agreement 9
contract price or consideration, or otherwise recover, the full amount of such commission,
percentage, brokerage, or contingent fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER's agents or representatives, offered or gave gratuities (in the form of
entertainment, gifts or otherwise) to any official, employee or agent of CITY OF
FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding,
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
GARVER, LLC, by its authorized officer have made and executed this Agreement as of the day and year
first above written.
CITY OF FA
By � / :f� I
Mayor, Lioneld
ATTEST:
ARKANSAS
GARVER, LLC
uun►►
By: �✓Lcr(/I,u- C.t ZfJ/ .����� 1 TR ��i��Title: 6-
City Clerk ��` F�• • • �gSG�o��
END OF AGREEMEN 4h5k PROFL ENGINEERING SERVICES
'�: FpYETTEv� —
9 9RKANk • J`�:�
Garver Engineering Services Agreement ��®j;e� j 'O; ���`�
APPENDIX A — SCOPE OF SERVICES
2.1 General
Generally, the scope of services includes surveying, environmental, design, AHTD permits, and bidding
services for the improvements to Cato Springs Trail. Improvements will consist primarily of the
extension of Cato Springs Trail approximately 2.3 miles from Town Branch Trail to the Fayetteville
Regional Park with lighting, crossings under existing bridge structures at 1-49, Highway 112, A&M
Railroad and Cato Springs Road and new bridges over Cato Springs Branch and the Fulbright
Expressway main lanes.
2.2 Surveys
2.2.1 Design Surveys
Garver will provide field survey data for designing the project, and this survey will be tied to the City's
control network.
Garver will conduct field surveys, utilizing radial topography methods, at intervals and for distances
along the project site as appropriate for modeling the existing ground, including locations of pertinent
features or improvements. Garver will locate buildings and other structures, streets, drainage features,
trees over eight inches in diameter, visible utilities as well as those underground utilities marked by their
owners and/or representatives, and any other pertinent topographic features that may be present along
a 30-ft wide corridor along the centerline alignment as field located by the City. Garver will establish
control points for use during construction.
2.2.2 Property Surveys
Garver will locate existing monumentation of the controlled access for the Fulbright Expressway and
1-540 right of way as necessary to obtain permits from the AHTD. Garver will provide right-of-way
drawings required for AHTD permitting. All other property survey will be performed by the City of
Fayetteville.
2.3 Geotechnical Services
Garver will subcontract with Grubbs, Hoskyn, Barton & Wyatt to provide geotechnical investigations
and recommendations for the foundation design of the new bridges and retaining wall structures.
Borings will be performed at the following locations:
• North abutment of 1-49 bridge over Cato Springs Road — Three (3) borings to 30 to 40-ft in
depth at abutment.
• New Bridge over Fulbright Expressway — Three (3) borings to 40-ft in depth.
• East abutment of Cato Springs Road bridge over Fulbright Expressway — One (1) boring to
30-ft in depth.
• Existing A&M Railroad bridge over Cato Springs Branch — Two (2) Hand holes.
• West abutment of Cato Springs Road bridge over Cato Springs Branch — Two (2) borings to
40-ft in depth.
• New Bridge over Cato Springs Branch — Two (2) borings to 40-ft in depth.
2.4 Coordination
Garver will furnish plans to all known utility owners potentially affected by the project at the
conceptual, preliminary and final stages of development. Garver shall -conduct coordination among
all known affected utility owners to enable them to coordinate efforts for any necessary utility
relocations. Garver will include the surveyed locations of the observable and marked utilities in the
construction plans. Garver will also include proposed and/or relocated utility information in the
construction plans as provided by the utility companies.
Appendix A - Scope of Services 1 of 5 1404-7100
Cato Springs Trail
Garver will furnish final plans to the following agencies: AHTD, ADEQ, USCOE, USFWS for their
review and comment.
Garver will also attend coordination meetings with the Owner and other agencies as required. Garver
will prepare exhibits for these meetings when appropriate.
2.5 Environmental Services
Garver will perform wetland delineation for the entire project. Garver will work to obtain the
appropriate environmental permits for the project from the US Army Corps of Engineers and to obtain
clearance from the US Fish and Wildlife Service (USFWS).
In addition, Garver will provide design of the BMP devices and stream bank stabilization as necessary
to meet or exceed the requirements of the City of Fayetteville Streamside Protection Ordinance.
2.6 Drainage Study
Garver will utilize the existing HEC-HMS and HEC-RAS hydrologic models for the design of a new
bridge across the Cato Springs Branch Creek to be located north of Cato Springs Road and the
crossings under the existing A&M Railroad facility and Cato Springs Road. Modeling parameters,
such as areas, slopes, drainage paths, and distances will be obtained from Owner -provided
planimetric contour maps and aerial photos and verified by field investigations. Runoff characteristics
for non -developed areas will be based on current land -use plans.
Garver will utilize the modified HEC-RAS hydraulic model for design of the creek crossing and trail
construction within the designated FEMA floodplain/floodway to achieve a "No -Rise" in the water
surface elevation during the 100-year rainfall event. The remainder of the drainage system for the
project will be designed in accordance with the City of Fayetteville Drainage Criteria Manual.
Garver will develop a drainage report including the following:
• Existing HEC-HMS model data.
• HEC-RAS modified model results and supporting data.
• Drainage Computations for all minor crossings
Garver will coordinate with the COE to acquire a Nationwide permit for the portions of the trail to be
constructed within the jurisdictional boundaries of the Cato Springs Branch Creek and tributaries.
2.7 Schematic Study
The existing railroad truss bridge will be analyzed to determine the feasibility of refurbishment and
conversion to a pedestrian bridge across Cato Springs Branch. Study will include a structural
analysis of the substructure, recommendations of improvements, and an opinion of probable
construction costs. A cost comparison will be provided for a new bridge installation.
2.8 Lighting
Trail lighting will be provided along the full alignment of the trail, including all bridges and tunnels.
The Owner's existing standard trail light fixture will be the specified fixture in design. However, the
Owner's existing typical spacing of 80-foot on center light fixture separation will be studied to
determine if the spacing is ideal for the standard fixture. This study will be conducted as a typical
section of at least 4 light fixtures along a straight path of typical trail width, typical mounting height,
and typical offset from the trail. The study will recommend the ideal spacing for the fixtures in order to
meeting Illuminating Engineering Society of North America (IESNA) recommended illumination
criteria for the trail usage and location. The newly recommended spacing will be the spacing used for
Appendix A - Scope of Services 2 of 5 1404-7100
Cato Springs Trail
all straight section light fixture layout along the trail. The design will slightly adjust the spacing around
curves and bends in the trail to compensate for light distribution as the recommendation of the
Engineer.
In addition to the typical section study, lighting calculations, fixture recommendations, and study will
be provided for each tunnel and bridge section. The standard trail fixtures will be used for the bridge
sections, unless terrain or structural challenges prevent their usage. In this case, Garver will
commence dialog with the Owner to determine an acceptable alternative. Lighting design of the
railroad tunnel will utilize the fixture used on prior projects under other railroad tunnels. For all other
tunnels, Garver will recommend a fixture for use based on the performance of the fixture and
compatibility with other fixtures used by the Owner. All fixtures used on the project will be LED unless
otherwise approved by the Owner.
Garver will coordinate with the electrical utility to provide electric service to the new lighting. The
quantity and location of services will be determined during a site visit and coordination with the utility
and will be designed to best serve the lighting while minimizing voltage drop.
The Owner's standard trail light poles will be designed to be installed with the standard pole
foundation methods used in prior projects. Light fixtures that are not the Owner's standard trail light
pole will be designed to be installed by mounting to a structural component (retaining wall,
embankment, or tunnel ceiling) or will be designed for a foundation adequate for the fixture and pole
as determined by a registered structural engineer.
2.9 Conceptual Design (30% Submittal)
The conceptual design phase submittal will include typical sections, plan & profile sheets showing
horizontal alignment, bridge improvements to the existing railroad truss bridge if applicable, new
bridge layouts, major drainage structures, existing utilities, conceptual lighting study memo report,
recommended mitigation for work within the City stream bank protection zones, right-of-way
requirements, Drainage Study preliminary results, and an opinion of probable construction cost. The
City of Fayetteville will provide the typical section to be utilized for the design of the trail. This
conceptual submittal will represent 30 percent of final construction contract plans and will be for the
purpose of coordinating the proposed improvements with the Owner and the utility companies and
developing an order of magnitude cost estimate for the project.
Garver will prepare exhibits and will attend one public meeting. Garver's exhibits for this public
meeting will address the City's conceptual design comments. The exhibits will include a current set of
full-sized plans and foam display boards at a V=20' scale, utilizing aerial photographs and property
information. In addition, Garver will attend a meeting with the AHTD to discuss the conceptual
alignment and proposed work within the AHTD right-of-way.
Garver will furnish plans to all known utility owners potentially affected by the project.
Garver will prepare a conceptual lighting study memo report detailing the results of all lighting studies
and including proposed fixtures for use in areas where the Owner's standard trail lighting fixture
cannot be used. Lighting layout plans will not be provided at this design stage, but will be provided
during Preliminary Design following Owner's approval of the memo report.
2.10 Preliminary Design (60% Submittal)
The preliminary design phase submittal will include typical sections, plan & profile sheets showing
horizontal and vertical alignment, bridge improvements to the existing railroad truss bridge or design
of a new bridge at this location, a new bridge across Fulbright Expressway, and crossings under
existing bridges at 1-49, A&M Railroad, and Cato Springs Road. In addition, plans will include
drainage improvements, lighting layout plans, electrical circuit and conduit routing plans, general
lighting details, maintenance of traffic plans, signing and striping, Drainage Study, COE Nationwide
Appendix A - Scope of Services 3 of 5 1404-7100
Cato Springs Trail
permit draft, AHTD permit draft and an opinion of probable construction cost.
Garver will conduct coordination with the electric utility to determine appropriate service point
locations for serving the trail lighting.
The preliminary design phase will represent approximately 60 percent of final construction contract
plans. This submittal will not include technical specifications or "front end" contract documents.
Garver will not begin final design until the preliminary design is approved by the Owner in writing.
2.11 Final Design
During the final design phase of the project, Garver will conduct final designs to prepare construction
plans and specifications, for one construction contract, including final construction details and quantities,
special provisions, and opinion of probable construction cost. Garver will also make any needed plan
changes as a result of the final field inspection and/or special easement acquisition considerations, and
prepare the construction documents as required to advertise for bids.
Garver will also prepare, submit, and coordinate approval of a Stormwater Pollution Prevention Plan
(SWPPP) with ADEQ and permitting with the AHTD.
2.12 Property Acquisition Documents
Property acquisition documents will be prepared by the City of Fayetteville.
2.13 Bidding Services
During the bidding phase of the project, Garver will:
1. Prepare and submit Advertisement for Bids to the City of Fayetteville. City of Fayetteville will
pay advertising costs outside of this contract.
2. Dispense construction contract documents to prospective bidders (at the approximate cost of
reproduction and handling).
3. Support the contract documents by preparing addenda as appropriate.
4. Participate in a pre -bid meeting if necessary.
5. Attend the bid opening.
6. Prepare bid tabulation.
7. Evaluate bids and recommend award.
8. Prepare construction contracts.
2.14 Construction Phase Services
Construction Phase Services is excluded from this agreement. The scope of fee for Construction
Phase Services may be inserted by amendment to this agreement at a later date
2.15 Project Deliverables
The following will be submitted to the Owner, or others as indicated, by Garver:
1. Two (2) copies of the preliminary Drainage Report and two (2) copies of the final Drainage
Report.
2. Two (2) copies of the Geotechnical Report.
3. Two (2) copies of the of the Schematic Study and Conceptual Lighting Study.
4. Three (3) copies of the Conceptual Design with opinion of probable construction cost.
5. One copy of the Conceptual and Preliminary Plans to each potentially affected utility
company.
6. Three (3) copies of the Preliminary Design with opinion of probable construction cost.
Appendix A - Scope of Services 4 of 5 1404-7100
Cato Springs Trail
7. Three (3) copies of the Final Design with opinion of probable construction cost.
8. Three (3) copies of the revised Final Design with opinion of probable construction cost.
9. One (1) copy of the revised Final Plans to each potentially affected utility company.
10. Three (3) copies of the AHTD controlled access right-of-way documents.
11. Electronic files as requested.
2.16 Extra Work
The following items are not included under this agreement but will be considered as extra work:
1. Redesign for the Owner's convenience or due to changed conditions after previous alternate
direction and/or approval.
2. Submittals or deliverables in addition to those listed herein.
3. Pavement Design.
4. Design of any utilities relocation.
5. Retaining walls or other significant structural design beyond that required for the bridge
structures, under the existing bridges & railroad, and the roof structure under the railroad.
6. Construction materials testing.
7. Wetlands mitigation plans or other work related to historically (culturally) significant items.
8. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR.
9. Construction Phase Services, As-builts, and Services after construction, such as warranty
follow-up, operations support. Lighting modeling and study beyond of that mentioned in the
scope above, including full modeling of the entire trail as a whole component.
10. Electrical design beyond that required for the trail lighting, including receptacle, emergency call -
box, security camera, and/or aesthetic lighting design.
11. Roadway or street lighting design.
12. Electrical removal or demolition of any type.
13. Permitting Fees.
Extra Work will be as directed by the Owner in writing for an additional fee as agreed upon by the
Owner and Garver.
2.17 Schedule
Garver shall begin work under this Agreement within ten (10) days of a Notice to
Proceed and shall complete the work in accordance with the schedule below:
Phase Description
Calendar Days
Surveys — Design
75 days from start date
Schematic Study
60 days from start date
Geotechnical Engineering
30 days from approval of Schematic Study
Conceptual Design (30%)
45 days from approval of Schematic Study
Preliminary Design (60%)
60 days from approval of Schematic Design
Final Design (90%)
60 days from approval of Preliminary Design
Property Acquisition Documents
60 days from approval of Preliminary Design
Final Construction Documents (100%)
15 days from approval of Final Design
Appendix A - Scope of Services 5 of 5 1404-7100
Cato Springs Trail
a
APPENDIX B
City of Fayetteville - Cato Springs Trail
Garver Hourly Rate Schedule
Classification
Rates
ngineers1''Architects
E-1.................. ................. ..................`
................. $ 94.00
E-2................................................................................
$ 108.00
E-3................................................................................
$ 132.00
E-4................................................................................
$ 153.00
E-5................................................................................
$ 187.00
E-6................................................................................
$ 234.00
M-1...............................................................................
$ 309.00
Planners / Environmentai Specialist
P-1 ...........................................................................
$ 113.00
P-2................................................................................
$ 141.00
Desioner,s
D-1................................................................................
$ 87.00
D-2................................................................................
$ 102.00
D-3................................................................................
$ 122.00
D-4................................................................................
$ 141.00
Technicians
T-1.................. .................. ..................
................ $ 68.00
T-2................................................................................
$ 87.00
T-3................................................................................
$ 105.00
Surveyors.
S-1.............................................................................
$ 42.00
S-2................................................................................
$ 55.00
S-3................................................................................
$ 75.00
S-4................................................................................
$ 107.00
S-5................................................................................
$ 141.00
S-6................................................................................
$ 161.00
2-Man Crew (Survey)........................................................
$ 172.00
3-Man Crew (Survey)........................................................
$ 214.00
2-Man Crew (GPS Survey) .................................................
$ 192.00
3-Man Crew (GPS Survey) .................................................
$ 234.00
Construction Observation'
C-1 ................ ......... ...........................................
$ 83.00
C-2................................................................................
$ 106.00
C-3................................................................................
$ 130.00
C-4................................................................................
$ 159.00
Management/Adm i n istration
M'-1
$ 309.00
X-1.................. .................. ..................
................. $ 54.00
X-2................... ........................................................
$ 73.00
X-3................................................................................
$ 102.00
X-4................................................................................
$ 139.00
Agreement for Professional Services
Cato Springs Trail
Garver Project No. 14047100
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
FEE SUMMARY
Title I Services Estimated Fees
Geotechnica/ Services (GBHM $28,800.00
Record Research (Elite Title - 16 Parcels) $2,800.00
Utility Marking (ARKUPS) $600.00
Environmental Handling/Documentation $17,800.00
Surveys (Design & AHTD) $80,300.00
Drainage Study
$5,300.00
Conceptual Design
$33,700.00
Preliminary Design
$34,200.00
Preliminary Electrical Submittal
$17,700.00
Final Electrical Submittal
$13,500.00
Final Design
$88,500.00
Property Acquisition Documents
$0.00
Bidding Services
$5,000.00
Subtotal for Title I Services
$328,200.00
Title 11 Services
Construction Materials Testing $0.00
Construction Phase Services $0.00
Subtotal for Title II Services
$0.00
C:\Users\RSPetrie\Documents\Copy of APPENDIX B - Garver Fee Spreadsheet - Cato Springs Trail 2014-07-17
APPENDIX B
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
SURVEYS
WORK TASK DESCRIPTION
E-2
S-5
S-4
2-Man Crew
(Survey)
2-Man Crew
(GPS
Survey)
3-Man Crew
(Survey)
3-Man Crew
(GPS
Survey)
$108.00
$141.00
$107.00
$172.00
$192.00
$214.00
$234.00
hr
hr
hr
hr
hr
hr
hr
1. Surveys - Topographic
Coordination and Administration
2
8
Field Locate Route
8
8
Establish Horizontal and Vertical Control
12
20
20
Topographic Surveys (25-30-ft wide)
18
30
60
Locate Utilities
2
4
32
Hydrographic Surveys (2 Streams)
2
40
Data Processing/DTM Preparation
8
40
QA\QC
Subtotal - Surveying
10
58
44
122
80
0
0
2. Surveys - Property
Coordination and Administration
4
Coordination
16
24
16
AHTD Permitting
40
40
20
Data Processing
8
8
Subtotal - Surveying
0
68
8
64
36
0
0
Hours 10 126 52 186 116 0 0
Costs $1,080.00 $17,766.00 $5,564.00 $31,992.00 $22,272.00 $0.00 $0.00
SUBTOTAL - SALARIES:
DIRECT NON -LABOR EXPENSES
$78,674.00
Document Printing/Reproduction/Assembly
$76.00
Survey Supplies
$100.00
Aerial Photography
$0.00
Travel Costs
$1,450.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $1,626.00
TOTAL FEE: $80,300.00
APPENDIX B
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
ENVIRONMENTAL
WORK TASK DESCRIPTION
E-5
E-2
P-2
P-1
T-1
Select
Category -
- Select
Category -
$187.00
$108.00
$141.00
$113.00
$68.00
$0.00
$0.00
hr
hr
hr
hr
hr
hr
hr
1. Environmental - Wetland Delineation
Delineation
20
GPS Mapping and GIS Editing
14
Jurisdictional Determination Report
24
4
Coordination with City
1
2
Subtotal - Wetland Delineation
1
0
0
60
4
0
0
2. Environmental - 404 Permitting
Determination of Impacts
2
6
2
Section 404 Nationwide Permit Application Pkg.
1
16
4
USACE Coordination
4
Subtotal - 404 Permitting
0
3
0
26
6
0
0
2. Environmental - SWPPP
E&SC Plans
30
4
SWPPP Report
1
18
USFWS Coordination for SWPPP
1
1
ADEQ Coordination & Addressing Any Comments
4
1
Subtotal - SWPPP
0
1
0
53
6
0
0
Hours
139 16
Salary Costs $187.00 $432.00 $0.00 $15,707.00 $1,088.00 $0.00 $0.00
SUBTOTAL - SALARIES: $17,414.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$40.00
Postage/Freight/Courier
$18.00
Office Supplies/Equipment
$0.00
Survey Supplies
$18.00
GPS Equipment
$280.00
Travel Costs
$30.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $386.00
TOTAL FEE: $17,800.00
APPENDIX B
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
DRAINAGE STUDY
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
E-1
T-2
T-1
$187.00
$153.00
$132.00
$108.00
$94.00
$87.00
$68.00
hr
hr
hr
hr
hr
hr
hr
1. Civil Engineering
Review and modify HEC-HMS hydraulic model
provided by City for Cato Springs Branch
8
Review and modify HEC-RAS hydraulic model
provided by City for Cato Springs Branch
2
18
Cato Springs Tributary Crossing Comps
10
Prepare draft and final report for City and COE
1
8
Subtotal - Civil Engineering
j 1
j 2
0
44
0
0
0
Hours 1 2 0 44 0 0 0
Salary Costs $187.00 $306.00 $0.00 $4,752.00 $0.00 $0.00 $0.00
SUBTOTAL - SALARIES: $5,245.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $40.00
Postage/Freight/Courier $15.00
Travel Costs $0.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $55.00
TOTAL FEE: $5,300.00
APPENDIX B
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
CONCEPTUAL DESIGN
WORK TASK DESCRIPTION
E-1
E-5
E-4
E-3
E-2
E-1
T-2
T-1
$94.00
$187.00
$153.00
$132.00
$108.00
$94.00
$87.00
$68.00
hr
hr
hr
hr
hr
hr
hr
hr
1. Civil Engineering
Typical Sections
1
2
Plan & Profile Sheets
2
18
24
20
Drainage Improvements
10
12
8
Streambank Protection Zone Mitigation
4
6
4
Utility Companies Coordination
8
4
Meetings/Coordination with City
4
12
Opinion of Probable Construction Cost
6
8
Public Meeting/AHTD Meeting
6
6
QC Review
2
Subtotal -Civil Engineering
0
14
0
0
65
54
0
34
2. Structural Engineering
Prefabricated Truss Bridge (Over Fulbright Expressway)
Cost Comparison (One Span Or Two Spans)
1
2
4
Conceptual Layout
1
4
8
8
Sections
1
2
4
Opinion Of Probable Costs
1
2
4
Railroad Bridge Rehabilitation/Replacement
Field Investigation
8
8
Existing Superstructure And Substructure Evaluation
1
2
4
Cost Comparison (New Structure Or Rehab.)
1
2
4
Conceptual Layout
1
4
4
8
Opinion Of Probable Costs
1
2
4
Structure With Roof Underneath RR Bridge
Conceptual Layout And Plans
1
2
4
8
Retaining Wall Underneath 1-540
Sections
1
2
4
8
Opinion Of Probable Costs
1
2
4
Subtotal - Structural Engineering
1 0
1 19
26
0
56
0
32
1 0
Hours 0 33 26 0 121 54 32 34
Salary Costs $0.00 $6,171.00 $3,978.00 $0.00 $13,068.00 $5,076.00 $2,784.00 $2,312.00
SUBTOTAL - SALARIES: $33,389.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $200.00
Postage/Freight/Courier $20.00
Travel Costs $91.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $311.00
TOTAL FEE: $33,700.00
APPENDIX B
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
PRELIMINARY DESIGN
WORK TASK DESCRIPTION
E-6
E-5
E-4
E-3
E-2
E-1
T-1
$234.00
$187.00
$153.00
$132.00
$108.00
$94.00
$68.00
hr
hr
hr
hr
hr
hr
hr
1. Civil Engineering
Preliminary Plans
Typical Sections
2
4
4
Plan & Profile Sheets
2
20
24
30
Cross Sections
8
20
Drainage Improvements
14
26
8
Striping & Signing Plans
4
4
8
Maintenance of Traffic Plan
8
12
6
Coordination with Geotechnical Subconsultant
1
2
Coordination and Meetings with City
8
12
Opinion of Probable Construction Cost
4
8
QC Review
2
2
Subtotal - Civil Engineering
0
12
0
0
76
98
56
2. Structural Engineering
Prefabricated Truss Bridge (Over Fulbright Expressway)
Preliminary Bridge Layout
1
2
8
4
Bridge Typical Section
1
2
4
4
Barrier Wall Cross -Sections and Elevation View
1
2
4
4
Railroad Bridge Rehabilitation/Replacement
Preliminary Bridge Layout
1
2
8
4
Bridge Typical Section
1
2
4
4
Structure With Roof Underneath RR Bridge
Preliminary Foundation Layout
1
2
8
4
Preliminary Structure Elevation View
1
2
4
4
Retaining Wall Underneath 1-540
Preliminary Retaining Wall Elevation & Cross -Sections
1
2
8
4
Structural Specifications
1
2
j 4
8
Preliminary Opinion Of Construction Cost
1
2
4
8
Subtotal - Structural Engineering
1 2
1 8
14
0
40
0
28
Hours 2 20 14 0 116 98 84
Salary Costs $468.00 $3,740.00 $2,142.00 $0.00 $12,528.00 $9,212.00 $5,712.00
SUBTOTAL - SALARIES: $33,802.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $320.00
Postage/Freight/Couder $0.00
Travel Costs $78.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $398.00
TOTAL FEE: $34,200.00
APPENDIX B
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
PRELIMINARY ELECTRICAL SUBMITTAL
WORK TASK DESCRIPTION
E-5
E-4
E-1
T-1
X-1
$187.00
$153.00
$94.00
$68.00
$54.00
hr
hr
hr
hr
hr
1. Preliminary Electrical Submittal
Coordination with City
2
General Team Coordination
4
4
2
Utility Coordination
Utility Standards Design
2
4
Utility Site Visit
6
6
Preliminary Lighting Layout Plans
Standard Trail Lighting Layout
2
8
8
Railroad Underpass Lighting Layout and Details
1
4
6
1-49 Underpass Lighting Layout and Details
1
2
6
Details
1
2
6
Cato Springs Branch Bridge Lighting Layout and Details
1
2
6
1-49 Ramp Bridge Lighting Layout and Details
1
2
6
Conduit Routing Plans
2
2
8
One Lines and Panel Schedules
2
6
8
General Details
2
4
8
Structural Coordination with Prefab Bridge Design
1
2
Electrical Calculations
2
6
4
Quantities
1
6
Opinion of Probable Construction Cost
1
4
QC Review
2
6
2
2
Review with City
2
Subtotal - Electrical Engineering
2
40
66
70
0
Hours 2 40 66 70
Salary Costs $374.00 $6,120.00 $6,204.00 $4,760.00 $0.00
SUBTOTAL - SALARIES: $17,458.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $190.00
Computer Modeling/Software Use $0.00
Travel Costs $52.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $242.00
TOTAL FEE: $17,700.00
APPENDIX B
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
FINAL ELECTRICAL SUBMITTAL
WORK TASK DESCRIPTION
E-5
E-4
E-1
T-1
X-1
$187.00
$153.00
$94.00
$68.00
$54.00
hr
hr
hr
hr
hr
1. Final Electrical Submittal
Incorporate City Comments
1
4
8
General Team Coordination
2
2
2
Utility Coordination
1
2
Lighting Design Modifications
1
4
Final 90% Plan Updates
Lighting Installation Plans
2
8
8
Conduit Routing Plans
1
4
4
Location Specific Details
2
10
16
General Details
1
4
4
Civil and Structural Coordination
1
2
Revise Electrical Calculations
2
Specifications
2
6
Quantities
1
3
Opinion of Probable Construction Cost
1
1
QC Review
1
4
2
2
Review with City
2
Incorporate City Comments / Final Plan and Specification Changes
1
2
2
Final QC Review
1
2
2
Sign Final Documents
1
2
2
Subtotal - Electrical Engineering
2
26
60
48
0
Hours 2 26 60 48
Salary Costs $374.00 $3,978.00 $5,640.00 $3,264.00 $0.00
SUBTOTAL - SALARIES: $13,256.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $215.00
Travel Costs $29.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $244.00
TOTAL FEE: $13,500.00
APPENDIX B
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
FINAL DESIGN
WORK TASK DESCRIPTION
E-6
E-5
E-4
E-3
E-2
E-1
T-2
T-1
$234.00
$187.00
$153.00
$132.00
$108.00
$94.00
$87.00
$68.00
hr
hr
hr
hr
hr
hr
hr
hr
1. Civil Engineering
Final Plans
Typical Sections
1
1
Plan & Profile Sheets
20
32
18
Cross Sections
8
10
4
Maintenance of Traffic Plan
4
6
2
Drainage Improvements
10
12
4
Streambank Protection Zone Mitigation
6
8
8
Striping & Signage Plans
2
4
4
Typical Details
4
8
12
Coordination with Utility Companies
4
6
Coordination and Meetings with City
8
12
Coordination with AHTD
4
10
Specifications/Contract Documents
10
14
Quantities
6
8
Opinion of Probable Construction Cost
1
2
4
QC Review
2
2
Subtotal - Civil Engineering
0
14
0
0
101
113
0
52
2. Structural Engineering
Prefabricated Truss Bridge (Over Fulbright Expressway)
Final Bridge Layout
1
2
4
12
8
Abutments/Piling Design
2
4
12
Bent Design
2
4
12
Abutments Details
1
2
4
8
Bent Details
1
2
4
8
Truss Typical Section
1
1
2
4
Boring Logs
1
2
2
Joint Details
1
2
4
8
Barrier Wall Analysis and Details
1
2
8
14
Barrier Wall Sections Details
1
2
4
8
Barrier Wall Layout (Plan and Elevation Views)
1
2
4
8
Railroad Bridge Rehabilitation/Replacement
Final Substructure/Deck Analysis And Design
1
2
4
14
New Timber Stringer Analysis And Design
1
2
4
14
Final Bridge Layout
1
2
4
8
Final Typical Section
1
2
4
8
Substructure Strengthening Details
1
1
2
8
8
Rail Design And Details
2
4
8
8
Boring Logs
1
2
2
Abutments and Wingwalls Modifications & Details
2
4
8
8
Joint Details
1
2
4
8
Structure With Roof Underneath RR Bridge
Foundation Design And Details
2
4
8
8
Columns and Roof Design And Details
2
4
8
8
Retaining Wall Underneath 1-540
Retaining Wall Analysis And Design
1
2
8
14
Retaining Wall Sections Details
1
2
4
8
Retaining Wall Layout (Plan and Elevation Views)
1
2
4
8
Quantities
8
22
General Notes
4
16
Opinion Of Final Construction Cost
4
8
Structural Specifications
4
16
Subtotal - Structural Engineering
6
36
95
0
240
0
136
0
Hours
50 95
341 113 136 52
Salary Costs $1,404.00 $9,350.00 $14,535.00 $0.00 $36,828.00 $10,622.00 $11,832.00 $3,536.00
SUBTOTAL - SALARIES: $88,107.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $300.00
Postage/Freight/Courier $22.00
Travel Costs $71.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$393.00
TOTAL FEE: $88,500.00
APPENDIX B
CITY OF FAYETTEVILLE
CATO SPRINGS TRAIL
BIDDING SERVICES
WORK TASK DESCRIPTION
E-5
E-4
E-3
E-2
E-1
T-1
X-1
$187.00
$153.00
$132.00
$108.00
$94.00
$68.00
$54.00
hr
hr
hr
hr
hr
hr
hr
1. Civil Engineering
Dispense plans and specs to prospective bidders
2
Addendums/Inquiries
4
Pre -Bid Meeting
3
Bid Opening
1
2
Prepare bid tabulation
2
Evaluate bids and recommend award
0.5
2
Prepare construction contracts
3
Notice to Proceed
1
Subtotal - Civil Engineering
1.5
0
0
19
0
0
0
2. Structural Engineering
Addend ums/Inquiries
0.5
3
6
Subtotal - Structural Engineering
0.5
3
0
6
0
0
0
3. Mechanical Engineering
Subtotal - Mechanical Engineering
0
0
0
0
0
0
0
4. Electrical Engineering
RFI's
2
4
Addendums
2
4
Subtotal - Electrical Engineering
0
0
1 4
1 0
8
1 0
1 0
Hours
25
Salary Costs $374.00 $459.00 $528.00 $2,700.00 $752.00 $0.00 $0.00
SUBTOTAL - SALARIES: $4,813.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $150.00
Postage/FreighUCourier $0.00
Travel Costs $37.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $187.00
TOTAL FEE: $6,000.00