HomeMy WebLinkAbout206-17 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 206-17
File Number: 2017-0501
HAWKINS-WEIR ENGINEERS, INC.:
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT
WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $121,800.00 FOR
ENGINEERING SERVICES RELATED TO THE GOSHEN AND BENSON WATER TANK
IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF
$12,180.00
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 a professional
engineering services agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $121,800.00
for engineering services related to the Goshen and Benson water tank improvements, and further approves
a project contingency in the amount of $12,180.00.
PASSED and APPROVED on 10/3/2017
Attest:
Sondra E. Smith, City Clerk Treasurer
�E111111111111r,
ti',•KMA-
11 Wl 11111A1%�,�t
Page 1 Printed on 10/4/17
City of Fayetteville, Arkansas 113 West Mountain Street
s Fayetteville, AR 72701
ip i aAt" a (479) 575-8323
Text File
File Number: 2017-0501
Agenda Date: 10/3/2017 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 12
HAWKINS-WEIR ENGINEERS, INC.:
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT
WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $121,800.00 FOR
ENGINEERING SERVICES RELATED TO THE GOSHEN AND BENSON WATER TANK
IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF
$12,180.00
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 a professional
engineering services agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $121,800.00
for engineering services related to the Goshen and Benson water tank improvements, and further approves a
project contingency in the amount of $12,180.00.
City of Fayetteville, Arkansas Page 1 Printed on 101412017
Tim Nyander
Submitted By
City of Fayetteville Staff Review Form
2017-0501
Legistar File ID
10/3/2017
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
9/11/2017 Utilities Director/
Utilities Department
Submitted Date Division / Department
Action Recommendation:
A RESOLUTION APPROVING AN AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. FOR ENGINEERING SERVICES
RELATED TO THE GOSHEN AND BENSON WATER TANK IMPROVEMENTS IN THE NOT -TO -EXCEED AMOUNT OF
$121,800.00, AND APPROVING A CONTINGENCY IN THE AMOUNT OF $12,180.00 FOR A TOTAL COST OF
$133,980.00
Original Contract Number: Approval Date:
Comments:
Budget Impact:
5400.720.5600-5314.00
Water/Sewer Fund
Account Number
Fund
10006.1
Benson Mountain
Pressure Plane Upgrade
Project Number
Project Title
Budgeted Item? Yes
Current Budget
$ 325,000.00
Funds Obligated
$ -
Current Balance
$ 325,000.00
Does item have a cost? Yes
Item Cost
$ 133,980.00
Budget Adjustment Attached? No
Budget Adjustment
Remaining Budget
$ 191,020.00
V20140710
Previous Ordinance or Resolution #
Original Contract Number: Approval Date:
Comments:
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF OCTOBER 3, 2017
TO: Mayor and City Council
CITY COUNCIL MEMO
THRU: Don Marr, Chief of Staff
Water & Sewer Committee August 8, 2017 meeting
FROM: Tim Nyander, Utilities Director
DATE: September 1, 2017
SUBJECT: Approval of the engineering contract and contract contingency with Hawkins -Weir
Engineers Inc. for professional services associated with the Goshen ground
storage water tank; Benson (Fire Tower Road) pump station, the Benson water
tank, water mains and appurtenances.
RECOMMENDATION:
Fayetteville City Staff recommends approval of (1) the engineering contract with Hawkins -Weir
Inc. in the not to exceed amount of $121,800.00 and (2) a ten percent engineering contract
contingency of $12,180.00. The total request for this Agenda item is $133,980.00.
BACKGROUND
Based upon inspection reports, customer water demands and field observations, the Goshen
Ground storage water tank requires coating (painting) and minor rehabilitation, the pump station
from the Goshen tank to the Benson (Fire Tower Road) tank requires replacement with a new
pump station and the existing Benson standpipe water tank requires replacement. Additionally,
water main and appurtenances are required.
The proposed engineering contract with Hawkins -Weir includes surveying, design, easement
assistance, SWPPP and bidding. Construction administration services may be negotiated in a
future contract amendment.
DISCUSSION:
Hawkins -Weir Engineers Inc. was selected for this task in a formal engineering selection
committee meeting on July 26, 2017, City of Fayetteville RFQ 17-01, Engineer and Architect -
Selection #2. The contract scope and the not to exceed costs were negotiated by City Utilities
staff.
BUDGET/STAFF IMPACT:
Funds are available in the Benson Mountain Pressure Plane Project project.
Attachments:
Contract with Hawkins -Weir Inc.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
m�
-
NiAI
J NK
,
I
-1
,
k'N G I 1 F E
R
S,
Uten
August 31, 2017
Mr. Jim Beavers, P.E.
Utilities Engineer
City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas 72701
Re: Goshen Ground Water Storage Tank and Benson Pressure Plane Improvements
HWEI Project No. 2017076
Dear Mr. Beavers:
We appreciate the opportunity to submit this revised proposal to perform engineering
services associated with the Goshen Ground Water Storage Tank and Benson Pressure Plane
Improvements Project for the City of Fayetteville, Arkansas.
The project scope will include the following:
1) Rehabilitation of the existing Goshen Tank, including interior and exterior coatings and
any ancillary Code -related repairs
2) Replacement of the Goshen to Benson Mountain Pressure Plane pump station,
including emergency standby power
3) Replacement of the existing Benson Tank with a new elevated water storage tank on
property adjacent to the existing tank site
4) 4 -inch diameter water line improvements (approximately 'h -mile) to loop an existing
dead-end water line within the Benson Mountain water distribution system
Enclosed, please find a scope of services task list detailing the Basic Services proposed
for this project. In summary, our services will consist of preparing a Technical Memorandum,
Final Design Documents including detailed plans and specifications, and providing assistance
during Bidding.
The scope of services for this project does not presently include any construction
management services. We understand that construction management services will be negotiated
during the latter portion of the bidding phase, and with the City's concurrence will be added by
Amendment to our Contract.
Our fee for Basic Services will be invoiced based on our Standard Hourly Billing Rates as
compensation for services and expenses of principals and employees of Hawkins -Weir
Engineers. The not to exceed fee for these services is $111,800.00, plus subconsultant fees and
Reimbursable Expenses. Additional services will be provided only upon receipt of written
authorization, and these additional services will be invoiced at our standard hourly rates. A copy
of our Standard Hourly Billing Rate Structure is enclosed.
fox 6,18 vs Va-1,. B`7.zCn, AR.
.-..(I txar7.t.�....�ls..f.'..€ur,,'€°, z :it.. Ullul ._gSW,�. no ...,.� F"h- `id�A .1,-4`�-�:i?
438..:s£ €4' ffls,,,,,p iii...;€i ,ai' ,s .ettevPIIF', AR Soli (4 79Y 45,5-'....N",
0 iziurisa;:l_.€i. _ -. .rid€'e ¢i)? d _nrt. "sin t h, A[4,,.9'1) 1 €;`i /`'J __.. _t.8.5
2017076\JB083117BP.docx s° I'ma"oko-s-w8o -w,
Mr. Jim Beavers, P.E.
Page 2
August 31, 2017
Reimbursable Expenses, including subconsultant fees, incurred in connection with all
Basic and Additional Services will be charged based on their actual cost. We recommend that
you budget $10,000.00 for the following reimbursable expenses: title and easement research,
geotechnical investigation, paint sample testing for lead, ARKUPS utility locates, the Arkansas
Department of Health (ADH) review fee, and reproduction and printing.
We will invoice you monthly for Basic Services and Reimbursable Expenses.
Reimbursable Expenses will be invoiced in full as they are incurred.
We will commence this work immediately upon your approval of this proposal and
authorization to proceed, and will complete the work through the completion of the bidding phase
within 8 -months. If there are changes in scope or protracted delays for reasons beyond our
control, we would expect to negotiate with you an equitable adjustment of our compensation
taking into consideration the impact of such changes and delays.
Assuming this proposal is both acceptable and satisfactorily describes the project and the
scope of services, we have prepared and executed a copy of the City's Standard Agreement for
Engineering Services for your consideration. If you have any questions, or require additional
information, please do not hesitate to call.
Sincerely,
HAWKINS-W+, EIR ENGINEERS, INC.
ADZCJ UTA O�
Brett D. Peters, P.E.
BDP/jsd
Enclosures: Agreement for Engineering Services
Scope of Services
Standard Hourly Billing Rate Structure, effective August 20, 2017
cc: Lisa Huckelbury
2017076\J 808311713 P. docx
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
HAWKINS-WEIR ENGINEERS, INC.
Goshen Ground Water Storage Tank and Benson Pressure Plane Improvements: Rehabilitation
of the Goshen Tank, Replacement of the Benson Pump Station, Replacement of the Benson
Tank, and waterline improvements in the Benson Pressure Plane.
THIS AGREEMENT is made as of �0 (!° ( 6 , 20A, by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF
FAYETTEVILLE) and Hawkins -Weir Engineers, Inc.
with offices located in Fayetteville, Arkansas_ (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in
connection with the evaluation, planning, design, and/or construction administration 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. If Construction Phase Services are to be provided
by ENGINEER under this Agreement, the construction shall be executed under the observation
of a professional engineer registered in the State of Arkansas in accordance with Arkansas Code
Amended §22-9-101.
Professional_Services_Utilities_REV_083117 A — 1
SECTION l - 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 from CITY OF FAYETTEVILLE to ENGINEER 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
2.1 Perform professional design services in connection with the Project as hereinafter
stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during this 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:
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the
Project.
3.1.2 Assist ENGINEER by placing at ENGINNER's disposal all available information
pertinent to the assignment including previous reports and any other data relative
thereto.
Professional Services Utilities REV 083117.docx
A-2
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, cost opinions, Bid Documents, Drawings, proposals, and
other documents presented by ENGINEER and render in writing decisions pertaining
thereto.
3.1.5 The Utilities Director is the CITY OF FAYETTEVILLE's project representative with
respect to the services to be performed under this Agreement. Such person 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 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.
4.3 ENGINEER shall provide a schedule of its services and include such schedule with
the scope in Appendix A.
Professional Services Utilities REV 083117.docx
A-3
SECTION 5 - PAYMENTS TO
5.1 The maximum not -to -exceed amount authorized for the Basic Services of the
Engineer (as defined by Section 2 of this Agreement) is $111,800.00. The maximum
not -to exceed amount authorized for Reimbursable Expenses is $10,000.00.
Reimbursable Expenses shall be limited to title and easement research, geotechnical
investigation, testing services for lead paint, ARKUPS utility locates, the Arkansas
Department of Health review fee, the Arkansas Department of Environmental Quality
Stormwater Permit Fee, and reproduction and printing costs.
5.2 The CITY OF FAYETTEVILLE shall compensate ENGINEER based upon a unit
price or lump sum basis as described in Appendix A.
5.2.1 The maximum not -to -exceed amount authorized for this Agreement is based upon the
estimated fee scope, hours, costs and expenses per phase. The estimated fee
spreadsheets shall be included in Appendix A. The amount for any phase may be
more or less than the estimate, however the maximum not -to -exceed amount shall not
be exceed without a formal contract amendment.
5.3 Statements
5.3.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE 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 approved by CITY OF FAYETTEVILLE.
Applications for payment shall be accompanied each month by the updated project
schedule. Final payment for professional services shall be made upon CITY OF
FAYETTEVILLE's approval and acceptance with the satisfactory completion of the
professional engineering services.
Professional Services Utilities REV 083117.docx
A-4
5.4 Payments
5.4.1 All statements are payable upon receipt and generally 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.
5.5 Final Payment
5.5.1 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 ENGINEER's 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:
Professional Services Utilities REV 083117.docx
A-5
6.1.2
6.2
6.2.1
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
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.
CITY IF 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.
Professional Responsibility
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
Standards, Arkansas State Law and the Rules and regulations of the Arkansas Board
of Licensure For Professional Engineers and Professional Surveyors. 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 consequent of such
defect. ENGINEER agrees not to seek or accept any compensation or
reimbursements from the CITY OF FAYETTEVILLE for engineering work it
performs to correct any errors, omissions or other deficiencies caused by
ENGINEER's failure to meet customarily accepted professional engineering
Professional Services Utilities REV 083117.docx
A-6
practices. CITY OF FAYETTEVILLE retains all other remedies to recover for its
damages caused by any negligence of ENGINEER.
6.2.2 In addition ENGINEER will be responsible to CITY OF FAYETTEVILLE for
damages caused by its negligent conduct during its activities at the Project Site to the
extent covered by ENGINEER'S's Commercial General Liability and Automobile
Liability Insurance policies.
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.
Professional Services Utilities REV 083117.docx
A-7
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 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
Professional Services Utilities REV 083117.docx
nw�
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.
Professional Services Utilities REV 083] 17.docx
A-9
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
Professional Services Utilities REV 083117.docx
A-10
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.
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
Professional Services Utilities REV 083117.docx
A-11
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 The CITY OF FAYETTEVILLE acknowledges the ENGINEER's plans and
specifications, including documents on electronic media ("delivered documents"), as
instruments of professional services. Nevertheless, the delivered documents prepared
under this Agreement shall be delivered to and become the property of the CITY OF
FAYETTEVILLE upon completion of the services and payment in full of all monies
due to ENGINEER. Except for the ENGINEER's services provided for by this
Agreement as related to the construction and completion of the Project, the
ENGINEER accepts no liability arising from any reuse of the delivered documents by
the CITY OF FAYETTEVILLE, unless ENGINEER is retained by CITY OF
FAYETTEVILLE to make modifications or otherwise reuse the delivered documents.
Except where the CITY OF FAYETTEVILLE reuses the delivered documents
subsequent to the completion of the Project, nothing contained in this paragraph shall
alter the ENGINEER's responsibilities and obligations under this Agreement.
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
Fayetteville, AR 72701
Professional Services Utilities REV 083117.docx
A-12
ENGINEER's address:
438 East Millsap Road, Suite 107
Fayetteville, Arkansas 72703
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 or any Federal or State Agency's review, approval, or
acceptance of design drawings, specifications, reports and other services furnished
Professional—Services—Utilities—REV-083 t 17.docx
A— 13
hereunder shall not in any way relieve ENGINEER of responsibility for the technical
adequacy of the work. Neither CITY OF FAYETTEVILLE's nor any Federal or
State Agency'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 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
Professional Services Utilities REV 083117.docx
A-14
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.
Professional Services Utilities REV 083117.docx
A— 15
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
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.
Professional Services Utilities REV 083117.docx
A— 16
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 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.
7.6.2 Pursuant to Arkansas Code Ann. § 25-19-105(b)(20), the personal information of
CITY OF FAYETTEVILLE water system customers must be treated as confidential
information and shall not be made available for inspection except by ENGINEER's
employees as required to fulfill the terms of this Agreement. Upon completion of
ENGINEER's contractual duties and after approval of ENGINEER's documents, the
ENGINEER agrees to destroy or return to CITY OF FAYETTEVILLE any copies of
records containing information about CITY OF FAYETTEVILLE water system
customers.
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.
Professional Services Utilities REV 083117.docx
A-17
�����ttittirrfrr�,►e
ATTEST:
�������•�•r��gs'�t.
x
City Clerk'=
HAWKINS-WEIR ENGINEERS. Inc.
C
By.
Title: President & CEO
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Professional Services Utilities REV 083117.docx
A-18
Appendix A
Scope of Services
Goshen Ground Water Storage Tank and Benson Pressure Plane Improvements
City of Fayetteville, Arkansas
HWEI Project No. 2017076
August 31, 2017
Task Description
Task 1 — Preliminary Design Phase
1. Participate in a project kickoff meeting with the Owner
2. Prepare a Preliminary Engineering Report
a. Evaluate elevated water storage tank design options
b. Evaluate water booster pump station design options
c. Evaluate tank mixing and DPB control systems for the Goshen and Benson tanks
d. Meet with City Staff to present the Preliminary Engineering Report
3. Manage title research for the proposed Benson tank site and the proposed water line
route by our sub -consultant, Waco Title
4. Determine property ownership for Rights of Entry notification by the City of Fayetteville
5. Survey the existing Goshen tank site
a. Coordinate utility locates through ARKUPS
6. Survey the proposed Benson tank site
a. Coordinate utility locates through ARKUPS
7. Survey the proposed water line route
a. Coordinate utility locates through ARKUPS
8. Manage a geotechnical soils investigation of the proposed Benson tank site by our sub -
consultant GTS, Inc.
9. Coordinate with CH2M regarding SCADA design
10. Prepare a base drawing
Task 2 — Final Design Phase
1. Prepare final design drawings and construction details
a. Prepare and submit a 50% design review set of drawings, including a 50% cost
estimate
i. Participate in a 50% design review meeting with the Owner and prepare meeting
minutes
b. Prepare and submit a pre -final design review set of drawings, technical
specifications, and a pre -final cost estimate
i. Participate in a pre -final design review meeting with the Owner and prepare
meeting minutes
c. Prepare and submit a final set of drawings and construction details sealed by a
Professional Engineer licensed in the State of Arkansas, including a final cost
estimate
2. Prepare bid documents. The City will provide front end document templates. Format for
specifications will be the City's Standard Specifications
3. Prepare Land Descriptions and exhibits for easement and property acquisition
documents
a. Coordinate with the City Land Agent and prepare any required document revisions
4. Prepare the Arkansas Department of Environmental Quality (ADEQ) storm water
pollution prevention plan (SWPPP)
2017076\Appendix A Scope of Services 083117.docx
5. Perform quality assurance review of the design documents
6. Deliver one (1) reproducible full-size copy, two (2) half-size copies, and one (1)
electronic copy of the plans and specifications to the City for their use and for
reproduction
7. Incorporate final design drawing revisions following any comments received from the
City, regulatory agencies, or as required to address property/easement acquisition
requirements
Task 3 — Advertising and Bidding Phase
1. Assist the City in advertising the project for bidding
2. Conduct a pre-bid conference with the Owner and prospective bidders
3. Prepare any necessary bidding addendums
4. Assist the City in receiving bids and preparing a certified bid tabulation
5. Review bids and prepare a recommendation to the City for the award of a Construction
Contract
6. Assist in the preparation of Contract Documents for execution between the City and
Contractor
2017076\Appendix A Scope of Services 083117.docx
Engineer
Standard Billing Rate Structure
For Hourly Fee Based Contracts
Hawkins -Weir Engineers, Inc.
Effective August 20, 2017 through August 18, 2018
Engineer VII
$
185
Per Hour
Engineer VI
$
165
Per Hour
Engineer V
$
155
Per Hour
Engineer IV
$
135
Per Hour
Engineer III
$
120
Per Hour
Engineer II
$
105
Per Hour
Engineer 1
$
85
Per Hour
Engineering Technician
Designer II
$
100
Per Hour
Designer I
$
75
Per Hour
Technician IV
$
85
Per Hour
Technician III
$
75
Per Hour
Technician II
$
60
Per Hour
Technician 1
$
55
Per Hour
Field Technician - Field Inspector
Inspector II
Inspector I
Field Surveying
GPS Survey
Administrative
Business Manager
Expert Witness
Preparation
Testimony, less than 1/2 day
Testimony, per Day
$ 75 Per Hour
$ 60 Per Hour
$ 175 Per Hour
$ 85 Per Hour
At Engineer's Hourly Rate
$1,000
$ 2,000
Expenses Reimbursable Expenses and upcharges are determined by the Client Agreement/Contract
Subconsultants/Outside Services
Express Delivery, Field Supplies, Testing, Review/Filing Fees and Advertising
Travel: Hotel and meals
Actual Cost
Vehicle
$0.535 per
mile effective 1/1/17*
Reproduction: Outside printing service
Actual Cost
In-house printing
Letter Copy - B&W
$ 0.10
Per Copy
Letter Copy - Color
$ 0.75
Per Copy
22 x 34 Size Copy - B&W
$ 3.00
Per Copy
22 x 34 Size Copy - Color
$10.00
Per Copy
11 x 17 Size Copy - B&W
$ 1.50
Per Copy
11 x 17 Size Copy - Color
$ 5.00
Per Copy
CD Copy
$ 5.00
Per Copy
Binding
$ 1.00
Each
* To be adjusted periodically to current IRS mileage rate
All Billings are due upon receipt unless prior arrangements for payment have been made.
La
a
2
Jd
m
�
k
C
3
2
0
�
k
�
/
�
k 2
_
■
j
|
{
(
_
-
%
f
\}{
}
\k}�\
�))o
EE"
•
_
;
#
�!«|,
_
|!{'EE§|\\)))\)�\
'
x
-4�E
\�
\\/\\\)
_
-
%
f
}
\k}�\
EE"
•
_
;
#
�!«|,
_
{
�]JZE!-.
ol
_-
2cw
\*i�7i
;!/|-S
;!ll.±El:�o2.2!#.
W
c
a
E
a
a
0
L
CL
E
v
c
m
a
Ln I n
IA v
c L o
m 4 N
Q vii Z
0
ti y v N
CO e-1
ba
W L
d Y L 7
o a
W c
v L0 3
L
d
41
m
3
c
0
L
c
a
s
0
l7
r
Tim Nyander
COF-Water Sewer -AMENDMENT NO. I TO THE CONTRACT WITH
HAWKINS-WEIR ENGINEERS, INC.
City of Fayetteville Staff Review Form
Legistar File ID
HAM
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
10/17/2018
WATER SEWER (720)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends the approval of Amendment No. 1 with Hawkins -Weir Engineers, Inc. to use contingency funds in
the amount of $8,480.00 for additional surveying services and a lot split to provide the property for the new Benson
Mountain (Tower Road) water tank.
5400.720.5600-5314.00
Account Number
10006.1
Project Number
Budgeted Item? Yes
Does item have a cost?
Budget Adjustment Attached?
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Budget Impact:
Water and Sewer
Fund
Benson Mountain Pressure Plane Upgrade
Project Title
Current Budget $
Funds Obligated
Current Balance
Yes Item Cost
No Budget Adjustment
Remaining Budget
2014-00000669
1
r rrrrrr
294,760.00
$ 101,684.41
�+ 193,075.59
$ 8,480.00
1 $ 184,595.59
Previous Ordinance or Resolution # 206-17
Approval Date:
V20180321
TO:
THRU:
FROM:
DATE:
CITY OF
FAYETTEVILLE
ARKANSAS
Don Marr, Chief of Staff
Tim Nyander, Utilities Director
STAFF MEMO
SUBJECT: Approval of Amendment No. 1 with Hawkins -Weir Engineers, Inc. for the
Goshen and Benson Pressure Plane Improvements, in the amount of
$8,480.00.
RECOMMENDATION:
Staff recommends the approval of Amendment No. 1 to increase the existing contract with
Hawkins -Weir Engineers from $121,800.00 to $130,280.00.
The additional services in the amount of $8,480.00 will provide surveying and a lot split to
provide the property for the new Benson Mountain (Tower Road) water tank.
BACKGROUND:
The City of Fayetteville entered into an Agreement for Professional Engineering Services with
Hawkins -Weir Engineers by Resolution 206-17 dated October 3, 2017.
DISCUSSION: '
The proposed lot split is required to provide an adjacent site for the new water tower
construction. The existing tank will remain in service until the new tank is completed.
BUDGET/STAFF IMPACT:
Funds are available from the existing $12,180.00 project contingency.
Attachments:
Proposed Amendment No. 1
Sheets 1 and 16 from review plan set
Resolution 206-17
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Mr, Jim Beavers, P.E.
Utilities Engineer
City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas 72701
H-AWKINS4WEIR
E N G I N E E R Sr I- N -C6
Engineering Client Success
September 14, 2018
Re: Goshen Water Storage Tank and Benson Pressure Plane Improvements
City of Fayetteville Project No. 10000.6
HWEI Project No.. 2017076
Dear Mr. Beavers:
We appreciate the opportunity to submit this revised Amendment proposal to perform
additional engineering services associated with the Goshen Wafer Storage Tank and Benson
Pressure Plane Improvements Project for the City of Fayetteville, Arkansas.
The overall project scope will be revised to include the following:
1 j Preparation of the lot split for the proposed Benson Water Storage Tank site.
Enclosed, please find a scope of services task list detailing the additional services
proposed for this project. In summary, our services will consist of preparing a boundary survey
of the proposed tank site, a boundary survey of the remaining parcel, development of the surrey
documents, and attending a Washington County and/or City of Goshen Technical Review and
Planning Commission Meetings.
Our fee for the -additional services will be invoiced based on our Standard Hourly Billing
Rates as compensation for services and expenses of principals and employees of Hawkins -Weir
Engineers. The not to exceed fee for these additional services is $8,480.00, plus any applicable
Reimbursable Expenses. A copy of our Standard Hourly Billing Rate Structure is enclosed. We
expect that any reimbursable expenses such as filing fees will be covered by the existing amount
budgeted for reimbursable expenses under our current agreement.
We will commence this work immediately upon your approval of this proposal and
authorization to proceed.
110 So, 7th Streit O P-0, Box 648 n Van Duren,, AR 72957 e Ph: (479) 47-4-1227 • Fax: (=479) 474-8531
2'11 Natural Resources Drive o Little Rock, R 72205 a P11: (501 ) 374-4846
-438 East N- illsapa Rout e Sicote .10 • t=a etteuille. AR 7270", Ph: (479) 455-2206
403 QirrisonAvenue a Suite 101. M Fort Smith, :llt 721901. (479)24•"_-4685
20170761ProDosaIWB091418BP.docx -c urs. himBaan (!Ch%cull?
Mr. Jim Beavers, P.E.
Page 2of2
September 14, 2018
If this proposal is satisfactory, please provide us with a copy of the City of Fayetteville's
standard Contract Amendment document for our review and"execution. If you have any
questions, or require additional information, please do not hesitate to call.
Sincerely,
HAWKINS-WEIR ENGINEERS, INC.
Brett D. Peters, P.E.
BDP/jsd
Enclosures: Revised Amendment No. 1 Scope of Services
Standard Hourly Billing Rate Structure, effective August 19, 2018
cc: Ms. Becky Horne
2017076XPraaosa1UB091418BP.docx
Appendix A
Amendment No. 1 Scope of Services
Goshen Ground Water Storage Tank and Benson Pressure Plane Improvements
City of Fayetteville, Arkansas
City of Fayetteville Project No. 10000.6
HWEI Project No. 2017076
September 14, 2018
Task Description
1. Perform a boundary survey of the proposed Benson tank site and tie into existing
adjoining survey monumentation
2. Prepare the boundary survey and illustrate any existing easements on the property to be
acquired
3. Prepare Property Description for property acquisition documents
a. Coordinate with City Land Agent and prepare any required document revisions
4. Participate in a meeting on-site with the Owner and current property owner to confirm
the property corners
5. Perform quality assurance review of the survey and property description
6. Attend Washington County and/or City of Goshen Technical Review and Planning
Commission Meetings
7. Deliver one (1) reproducible full-size copy, two (2) half-size copies, and one (1)
electronic copy of the survey to the City for their use and for reproduction
20170761Aooendix A Amendment 1 Scope of Services 091418.docx
Engineer
Standard Billing Rate Structure
For Hourly Fee Based Contracts
Hawkins -Weir Engineers, Inc.
Effective August 14, 2018 through August 17, 2019
Engineer VII
$
185
Per
Hour
Engineer VI
$
165
Per
Hour
Engineer V
$
155
Per
Hour
Engineer IV
$
135
Per
Hour
Engineer III
$
120
Per
Hour
Engineer II
$
105
Per
Hour
Engineer 1
$
85
Per
Hour
Engineering Technician
Designer li
$
100
Per Hour
Designer I
$
75
Per Hour
Technician IV
$
85
Per Hour
Technician III
$
75
Per Hour
Technician 11
$
65
Per Hour
Technician 1
$
55
Per Hour
Field Technician - Field Inspector
Resident Project Representative (RPR) $ .120 Per Hour
Inspector 11 $ 75 Per Hour
Inspector I , $ 65 Per Hour,
Field Surveying
GPS Survey $ 175 Per Hour
Surveyor $ 85 Per Hour
Administrative
Business Manager $ 85 Per Hour
Expert Witness
Preparation At Engineer's Hourly Rate
Testimony, less than 112 day $1,000
Testimony, per Day $2,000
Expenses Reimbursable Expenses and upcharges are determined by the Client Agreement/Contract
Subconsultants/Outside Services
Express Delivery, Field Supplies, Testing, Review/Filing Fees and Advertisina
Travel: Hotel and meals
Actual Cost
Vehicle*
$0.545 per mile effective I/l/l8
Reproduction: Outside printing service
Actual Cost
In-house printing
Letter Copy - 13&W
$ 0.10 Per Copy -
Letter Copy - Color
$ 0.75 Per Copy
22 x.14 Size Copy - B&W
S 3.00 Per Copy
22 x 34 Size Copy - Color
$10.00 Per Copy
1 I x 17 Size Copy -.B&W
$ 1.50 Per Copy
1 I x 17 Size Copy - Color
$ 5.00 Per Copy
CD Copy
$ 5.00 Per Copy
Binding
$ 1,00 Each
* To be adjusted periodically to current IRS mileage rate
All Billings are due upon receipt unless prior arrangements for pa))ment have been made.
City of Fayetteville, Arkansas
Goshen Water Storage Tank and Benson Pressure Plane Improvements
City of Fayetteville Project No. 10000.6
Hawkins -Weir Project No. 2017076
September 14, 2018
Task 1 • Proposed Benson Tank Site Boundary Survey Amendment
risk
1. perform a boundary survey ofthoproposed Benson tank site and fit into ashUngit
L proper a the boundary survey and thssuate any existing easementsonthe property
3, prepare Property 0escrlptlonfor Property acquishiondowments
aj Coordinate with City UndAgent end prepareany required document fovutoru
4, participate In a meoure on-site With the Owner an! current oreeeriv owner to cent
L Attend WsshlnctonCounty andlorCity ofGoshenTaMfalReview and
7, DeRvercot(1)reprododbfefuB•shocopy,two{2jhaff-slrocophrs,undone(1ielocm1ccopyofthesurvey
use and for reproduction
TOTAL HOURS
SUBTOTALCOST
20170761Amendment I Scope of Services and Pee Proposal • New Tank SiteSurvey O41418Ax
Ev
Vll
$ISS
Ener
N
5165
Eryt
N
$135
Enar
1
Sas
GDF
Survey
$05
Designer
If
SO
Survivor
us
Tech
if
SES
Total
Hours
Toul
Cast
2
2
16
1
2
23
$3,670
1
2
Y
5
$400
L
2
3
$210
2
2
2
6
$570
4
2
6
S1AI0
2
1
3
$430
4
12
$1,860
UB
2
2
$270
12
12,
0
16
4
a
4
60
$3,880
$1,620
$o
$2,800
$400
3660
$260
--s
5BAaB
cNA km.r.v KAa:MbA IV, "I
+wwr.,Mr•tiY♦ pORM+rINww
Y" r M-Y'w nA„w M lY V 111w4
-YYF w •In M rh4w Yr�Yx
�f�rAw-4AM •/M M V M Ipry4
CITY OF FAYETTEVILLE, ARKANSAS
�ENSON MQI�NTAIN
PRESSURE PLANE IMPRUEMENTS
BID ._-- ___.. CONSTRUCTION
PROJECT NO. 10000,6
SEPTEMBER 2018
loearsays
`i
5 1 •J,0 O� NCW1
A
4 a c
r tb '
LOCATION MAP
KI,S
INDEX
2 CE'NERAE COTIMUCTAR NO1F5 AW UCENO
a mom ZAIRE
K W STATION SIZE KW EPVIDN (DIA 1, RAN. AND RM
S PUVA STAMM SITE RAN - F2ECTNCAi.
0 RNP RATION RAN AND PDDP PLAN - 41AUGUAAt
2 PUMP STATION ORAS AND SECTIONS - SRUC A
S PUMP STATION FIEVAWIN ORAL AND KEW - STRUCFVR/E
O WSTATION RAM A4 SECTION - NIMIAlf'JA,
10 PLNp STATION UTI tF, - YEDWICAt
11 RW STATION EUCiRM POWER AND LNVAND PVN
12 PUMP SATgN =164 NA StN1pAE.A* - EUCRCDAL
iD FRE TONER ROAD SPUR NAT[A LINE RAN
14 W&N WOW TANK A= DRAT = RNN AND RKADS
iS =N WMIAW TANK DnZ ME RAN AND IPO410N CWNKDL PW
10 DENSON VdUM1AN TANK PR(IWD STE PIAN AND
CENEWIDP" PANE TO PAO Mia AND SMIDN
12 UMN UO ARI ELEVATED WATER WJU TAX N'Ot[S, MARA AND SECTM
10 DENSON VOINUIN ELEVATED WATER WAS TANK, OETk% AW SECTION
10 KMN AMAIN TANK MR VALVE VAULT DEW ARD SECTION$ - MOM
20 RENSON VOWTAN TANK CHECK VALVE VAULT DETAIL AND SCLiION - UELRWtAt
21 ISI UDUdAN TANK SRI kM AND DEW - FUCTRCR
22 NCNSON SANb'1PE KUM PUN AND P4DT09
27 EPQSION own omu 1
N Wt AND UECHANIM DETAILS 1
25 M AND U KAAttA MAi$ N
20 CA AND VOWILOLL DEIARS D
ET Wt Am 1AECNVUCAI fmARS TV
20 SAUCRRSAL 0(2!141
29 SRU vA MAU II
HAWK NSRWEIRENGIN
Art4AYNAe 1naw+py NAINNIIYI WIN ��1i-114NWPN ��'
v,.n..0 X+Nl nalrN rA ran lArrnRAA }!m lirw.0 :ru �'"'
N :'l- __ -, �
IFyIA�IN:i N7,lA 1At! NNIW{Na 4�rttMA ���'
,-,,Mari ink .;41400 LU1f
1002 OESICN RM - NOT FOR CONSTRUCTION NrtD Ax Na m m K
■
.`i3`•
�a
^��� �y-�
f --
.0 ey'Iif Y-tu.{-ek`...
YM. d{GW 3 KO•N.iY{I F {rynfH fiffi I [Ilru
*^.r m 3 wi. i I •ws W r aN ar1 t
-
2i13MQSNiXMYH 1M
,Ti11.t1'Ib rtAUAJry a'tf
VN o& 1Awn
QYd 1WYIl .3115 Mr�tQt Yibt)1
NY Ill AIJS
.wwt nlrtNUlf i17
vn ACYA x75K
•
� `•
t r
m
arc
1
`�
I
{(
•t �tY
_ .......�_ ...`.
{f'• Y �J
i3i
4
F
a.
rp Q
v
rYI
tl y S u
9
In"A
I
f --
19,
1a
r,
R3
{(
•t �tY
�y�
{f'• Y �J
i3i
4
F
'ait
?e
tl
f-
��Yrer�i�r:fYr!f��fR�¢i.taty�Y:r�t��
g"{:Rp]C
tE
011:
i^C{S'AA
k1z.{!
t3j(
FF
S
f�c
a 3
3#
•]
L Z
C Q
Z.7
i a2k
q
attfC
7
C Z
R -±i
^.
A
9
In"A
I
6a
►d
r.+
f --
19,
1a
r,
R3
{(
•t �tY
�y�
{f'• Y �J
i3i
F
'ait
?e
6a
►d
r.+
f --
ft
I
,
11
4
uf. .�. ..• rA.1 Y.:•Alt«.. i- �.. nt f il. ..� �a.ii (�� tri.fa r .W/
0
1 8
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 206-17
File Number: 2017-0501 __ T
HAWKINS-WEIR ENGINEERS, INC.:
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT
WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $121,800.00 FOR
ENGINEERING SERVICES RELATED TO THE GOSHEN AND BENSON WATER TANK
IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF
$12,180.00
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 a professional
engineering services agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $121,800.00
for engineering services related to the Goshen and Benson water tank improvements, and further approves
a project contingency in the amount of $12,180.00.
PASSED and APPROVED on 10/3/2017
Attest:
Sondra E. Smith, City Clerk Treasures
I TRq
wea.1;,\yT1" U11_LE;
.7-
Page
Page 1 Primed on 10/4117
City of Fayetteville, Arkansas 113 West Mountain Street
FayetteviVe. AR 72701
(479) 575-8323
Text File
File Number: 2017-0501
Agenda Date: i01312017 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 12
HAWKINS-WEIR ENGINEERS, INC.:
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT
WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $121,800.00 FOR
ENGINEERING SERVICES RELATED TO THE GOSHEN AND BENSON WATER TANK
IMPROVEMENTS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF
$12,180.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYE'I"i'EVILLE, ARKANSAS:
Section `l: That the City Council of the City of Fayetteville, Arkansas hereby approves a professional
engineering services agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $121,800.00
for engineering services related to the Goshen and Benson water tank improvements, and further approves a
project contingency in the amount of $12,180.00.
City of Fayetteville, Arkansas Page T Printed on 1014MI7
City of Fayetteville Staff Review Form
2017-0501
Legistar File ID
10/3/2017
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Tim Nyander 9/11/2017
Submitted- By Submitted Date
Action Recommendation:
Utilities Director /
Utilities Department _.
Division / Department
A RESOLUTION APPROVING AN AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. FOR ENGINEERING SERVICES
RELATED TO THE GOSHEN AND BENSON WATER TANK IMPROVEMENTS IN THE NOT -TO -EXCEED AMOUNT OF
$121,800.00, AND APPROVING A CONTINGENCY IN THE AMOUNT OF $12,180.00 FOR A TOTAL COST OF
$133,980.00
Budget Impact:
5400.720.5600-5314.00 Water/Sewer Fund
Account Number Fund
10006.1 Benson Mountain Pressure Plane Upgrade
Project Number Project Title
Budgeted Item? Yes Current Budget $ 325,000.00
Funds Obligated $ -
Current Balance --325,000.00
Does item have a cost? Yes Item Cost $ - 133,980.00
Budget Adjustment Attached? No Budget Adjustment
Remaining Budget $ 191,0n.00�
V20140700
Previous Ordinance or Resolution #
Original Contract Number:
Comments:
Approval Date:
CITY OF
FAYETTEVILLE
auKaNsas
CITY COUNCIL MEMO
MEETING'OF OCTOBER 3, 2017
TO: Mayor and City Council
THRU: Don Marr, Chief of Staff
Water & Sewer Committee August 8, 2017 meeting
FROM: Tim Nyander, Utilities Director
DATE: September 1, 2017
SUBJECT: Approval of the engineering contract and contract contingency with Hawkins -Weir
Engineers Inc. for professional services associated with the Goshen ground
storage water tank; Benson (Fire Tower Road) pump station, the Benson water
tank, water mains and appurtenances.
RECOMMENDATION: r
Fayetteville City Staff recommends approval of (1) the engineering contract with Hawkins -Weir
Inc. in the not to exceed amount of $121,800.00 and (2) a ten percent engineering contract
contingency of $12,180.00. The total request for this Agenda item is $133,980.00
BACKGROUND
Based upon inspection reports, customer water demands and field observations, the Goshen
Ground storage water tank requires coating (painting) and minor rehabilitation, the pump station
from the Goshen tank to the Benson (Fire Tower Road) tank requires replacement with a new
pump station and the existing Benson standpipe water tank requires replacement. Additionally,
water main and appurtenances are required.
The proposed engineering contract with Hawkins -Weir includes surveying, design, easement
assistance, SWPPP and bidding. Construction administration services may be negotiated in a
future contract amendment.
DISCUSSION:
Hawkins -Weir Engineers Inc. was selected for this task in a formal engineering selection
committee meeting on July 26, 2017, City of Fayetteville RFQ 17-01, Engineer and Architect -
Selection #2. The contract scope and the not to exceed costs were negotiated by City Utilities
staff.
BUDGETISTAFF IMPACT:
Funds are available in the Benson Mountain Pressure Plane Project project.
Attachments:
Contract with Hawkins -Weir Inc.
Mailing Address:
113 W. Mountain Street %wnv.fayetteville-ar.gov
Fayetteville, AR 72701
,7KJ
"HAM/ Ilk
' N G I.
August 31, 2097
Mr. Jim Beavers, P.E.
Utilities Engineer
City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas 72701
Nf _'T Ir
tt :JR,
3.,)WE.(
E E R N C
».
E. -Iity eri: iq C::eri Slccr_o5s
Re:. Goshen Ground Water Storage Tank and Benson Pressure Plane Improvements
HWEI Project No. 2017076
Dear Mr. Beavers:
We appreciate the opportunity to submit this revised proposal to perform engineering
services associated with the Goshen Ground Water Storage Tank and Benson Pressure Plane
Improvements Project for the City of Fayetteville, Arkansas.
The project scope will include the following:
1) Rehabilitation of the existing Goshen -Tank, including interior and exterior coatings and
any ancillary C6cle-related repairs
2) Replacement of the Goshen to Benson Mountain Pressure Plane pump station,
including emergency standby power
3) Replacement of the existing Benson Tank with a new elevated water storage tank on
property adjacent to the existing tank site
4) 4 -inch diameter water line improvements (approximately Yz-mile) to loop an existing
dead-end water line within the Benson Mountain water distribution system
Enclosed, please find a scope of services task list detailing the Basic Services proposed
for this project. In summary, our services will consist of preparing a Technical Memorandum,
Final Design Documents including detailed plans and specifications, and providing assistance
during Bidding.
The scope of services for this project does not presently include any construction
management services. We understand that construction management services will be negotiated
during the latter portion of the bidding phase, and with the City's concurrence will be added by
Amendment to our Contract.
Our fee for Basic Services will be invoiced based on our Standard Hourly Billing Hates as
compensation for services and expenses of principals and employees of Hawkins -Weir
Engineers. The not to exceed fee for these services is $111,804.00, plus subconsultant fees and
Reimbursable Expenses. Additional services will be provided only upon receipt of written
authorization, and these additional services will be invoiced at our standard hourly rates. A copy
of our Standard Hourly Billing Rate Structure is enclosed.
!'10 .`.... Vitt. Siri,et a PC). Box 643 a \'yin: Bur m.A It' `1157 , Ph- t4,791 174€ ,;-1
211 :ti.IWLI! Re_• klrc.�s [`ei 'e L.itkC f'.otk, i0? Fiv 4o s ?,,4 -a -V46
lttS.:�I� ljlt t. r ..:f ICE t;3t 7.i ;: t:�.Vj'
i�it?
X403 Garusoll AS't!rt'.)e ."iii iii: I{}i .�ort'Zillith, AN -29.r",? a i 111))
201707WB083117BP.docx@vv'l +:f Iek.i15 weil-rat",
L Mr. Jim Beavers, P.E.
Page 2
August 31, 2017
Reimbursable Expenses, including subconsuttant fees, incurred in connection with all
Basic and Additional Services will be charged based on their actual cost. We recommend that
you budget $10,000.00 for the following reimbursable expenses: title and easement research,
geotechnical investigation, paint sample testing for lead, ARKUPS utility locates, the Arkansas
Department of Health (ADH) review fee, and reproduction and printing.
We will invoice you monthly for Basic Services and Reimbursable Expenses.
Reimbursable Expenses will be invoiced in full as they are incurred.
We will commence this work immediately upon your approval of this proposal and
authorization to proceed, and will complete the work through the completion of the bidding phase
within 8 -months. If there are changes in scope or protracted delays for reasons beyond our
control, we would expect to negotiate with you an equitable adjustment of our compensation
taking into consideration the impact of such changes and delays.
Assuming this proposal is both acceptable and satisfactorily describes the project and the
scope of services, we have prepared and executed a copy of the City's Standard Agreement for
Engineering Services for your consideration. If you have any questions, or require additional
information, please do not hesitate to call. -
Sincerely,
HAWKINS-WEIR ENGINEERS, INC. -
Brett D. Peters, P.E.
BDP/jsd
Enclosures: Agreement for Engineering Services
Scope of Services
Standard Hourly Billing Rate Structure, effective August 20, 2017
cc: Lisa Huckelbury
i.fJ td111t. !,(L to k iii s -i i?C. ti'.(:Ci l7 t
2017076V 80$31178 P.doc)L
n
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
HAWKINS-WEIR ENGINEERS, INC.
Goshen Ground Water Storage Tank and Benson Pressure Plane Improvements: Rehabilitation
of the Goshen Tank, Replacement of the Benson Pump Station, Replacement of the Benson
Tank, and waterline improvements in the Benson �Pressure Plane.
THIS AGREEMENT is made as of _ i�.( l_V . _ , 20A by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF
FAYETTEVILLE) and - .Hawkins-Weir,En ineers,-Inc.
with offices located in FayetteAhe,-A.rkansas- (hereinafter called ENGINEER).,
CITY OF FAYETTEVILLE from time to time requires professional engineering services in
connection with the evaluation, planning, design, and/or construction administration 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. If Construction Phase Services are to be provided
by ENGINEER under this Agreement, the construction shall be executed under the observation
of a professional engineer registered in the State of Arkansas in accordance with Arkansas Code
Amended §22-9-101.
Profess ional_Serviccs_UtiIities—REV-083117 A — i
SECTION I 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 from CITY OF FAYETTEVILLE to ENGINEER 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.fn'advance' of the change in scope, costs, fees, or delivery schedule.
SECTION 2 --.-BASIC SERVICES OF--. ---- —_ —, ---
2.1 Perform professional design services in connection with the Project as hereinafter
stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during this 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: _
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the
Project.
3. t.2 Assist ENGINEER by placing at ENGINNER's disposal all available information
pertinent to the assignment including previous reports and any other data relative
thereto.
Profess i ona1,;,Sery ices_Uti lities_R is V_0831 17. docx
A-2
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, cost opinions, Bid Documents, Drawings, proposals, and
other documents presented by ENGINEER and render in writing decisions pertaining
thereto.
3.1.5 The Utilities Director is the CITY OF FAYETTEVILLE's project representative with
respect to the services to be performed under this Agreement. Such person 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 will review all documents and provide written comments
to ENGINEER in a timely manner.
f
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.
4.3 ENGINEER shall provide a schedule of its services and include such schedule with
the scope in Appendix A.
Professional_Services_Uti li ties_RE V_0831 l 7.docx
A-3
}
SECTION 5 - PAYMENTS_TO-.
5.1 The maximum not -to -exceed amount authorized for the Basic Services of the
Engineer (as defined by Section 2 -of this Agreement) is $111,800.00. The maximum
not -to exceed amount authorized for Reimbursable Expenses is $10,000.00.
Reimbursable Expenses shall be limited to title and easement research, geotechnical
investigation, testing services for lead paint, ARKUPS utility locates, the Arkansas
Department of Health review fee, the Arkansas Department of Environmental Quality
Stormwater Permit Fee, and reproduction and printing costs.
5.2 The CITY OF FAYETTEVILLE shall compensate ENGINEER based upon a unit
price or lump sum basis as described in Appendix A.
5.2.1 The maximum not -to -exceed amount authorized for this Agreement is based upon the
estimated fee scope, hours, costs and expenses per phase. The estimated fee
spreadsheets shall be included in Appendix A. The amount for any phase may be
more or less than the estimate, however the maximum not -to -exceed amount shall not
be exceed without a•formal contract amendment.
5.3 Statements
5.3.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE 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 approved by CITY OF FAYETTEVILLE.
Applications for payment shall be accompanied each month by the updated project
schedule. Final payment for professional services shall be made upon CITY OF
FAYETTEVILLE's approval and acceptance with the satisfactory completion of the
professional engineering services.
-Profess ional Services_UtiIities_REV 083117.docx
A-4
5.4 Payments
5.4.1 All statements are payable upon receipt and generally 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.
5.5 Final Payment
5.5.1 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 beset 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 ENGINEER's 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:
Professional—Services_iJIilities—REV-083 117.docx
A-5
6.1.2
6.2
6.2.1
Typ'e.of Cgvtarae
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
r
Liiiiifs'of L:ialiility:
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$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.,.
CITY IF 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.
-
Professional Responsibility
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
Standards, Arkansas State Law and the Rules and regulations of the Arkansas Board
of Licensure For Professional Engineers and Professional Surveyors. 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 consequent of such
defect. ENGINEER agrees not to seek or accept any compensation or
reimbursements from the CITY OF FAYETTEVILLE for engineering work it
performs to correct any errors, omissions or other deficiencies caused by
ENGINEER's failure to meet customarily accepted professional engineering
Professional_Serviees_Uti litics_RRV.;0831 17.doex
owl
practices. CITY OF FAYETTEVILLE retains all other remedies to recover for its
damages caused by any negligence of ENGINEER.
6.2.2 In addition ENGINEER will be responsible to CITY OF FAYETTEVILLE for
damages caused by its negligent conduct during its activities at the Project Site to the
extent covered by ENGINEER'S's Commercial General Liability and Automobile
Liability Insurance policies.
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, matcrial.and equipment, tabor
productivity, construction Contractors' procedures and methods, unavoidable delays,
construction Contractors' methods of determining prices, economic conditions,
0
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.
Professional_Services_Utilities_REV_083117.docx
A-7
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 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 far services
rendered and expenses incurred prior to the termination, in addition to termination
Professional_Services_Utilities_REV_083 i 17.docx
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. l 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.
Professiona t_Services—Utilities_RE V-0831 17.docx
A-9
a
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 perfonnance 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
Prof"siona l_Services_Uti tities_REV_0831 17. docx
A-10
Project Site or such other location as is agreed upon within 30 days of the written
request to resolve the dispute.
6.4 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.
CI'T'Y 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.
6.11 Indemnification
6.1 l .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
Professional _Service,
_Uti! ities_REV-083117.docx
A-11
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 The CITY OF FAYETTEVILLE acknowledges the ENGINEER's plans and
specifications, including documents on electronic media ("delivered documents"), as
instruments of professional services. Nevertheless, the delivered documents prepared
under this Agreement shall be delivered to and become the property of the CITY OF
FAYETTEVILLE upon completion of the services and payment in full of all monies
due to ENGINEER. Except for the ENGINEER's services provided for by this
Agreement as related to the construction and completion of the Project, the
ENGINEER accepts no liability arising from any reuse of the delivered documents by
the CITY OF FAYETTEVILLE, unless ENGINEER is retained by CITY OF
FAYETTEVILLE to make modifications or otherwise reuse the delivered documents.
Except where the CITY OF FAYETTEVILLE reuses the delivered documents
subsequent to the completion of the Project, nothing contained in this paragraph shall o
alter the ENGINEER's responsibilities and obligations under this Agreement.
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
Fayetteville, AR 72701
Professional Services Utilities REV 083117.docx
A-12
ENGINEER's address:
438 East Millsap Road, Suite 107
Fayetteville, Arkansas 72703
6.14 Successor and Assigns
6.14. t 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 or any Federal or State Agency's review, approval, or
acceptance of design drawings, specifications, reports and other services furnished
Professional_Services_Utilities_RE V_083117.docx
A— 13
hereunder shall not in any way relieve ENGINEER of responsibility for the technical
adequacy of the work. Neither CITY OF FAYETTEVILLE's nor any Federal or
State Agency'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 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
Pro fessionalServiees—UtiIities_RE V_0$3117.docx
A-14
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.
Profession al_Services_UtiIities_RE V-0831 17.docx
A-15
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
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 FAYETTEVYLLE 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.
Professional Services Utilities REV 083117.docx
A— 16
a
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). %f a Freedom of
Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER
will 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.
7.6.2 Pursuant to Arkansas Code Ann. § 25-19-105(b)(20), the personal information of
CITY OF FAYETTEVILLE water system customers must be treated as confidential
information and shall not be made available for inspection except by ENGINEER's
employees as required to fulfill the terms of this Agreement. Upon completion of
ENGINEER's contractual duties and after approval of ENGINEER's documents, the
ENGINEER agrees to destroy or return to CITY OF FAYETTEVILLE any copies of
records containing information about CITY OF FAYETTEVILLE water system
customers.
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.
Profess io nal_Scrvi ces_Uti l i ties_PE V_083117.docx
A— 17
ATTEST:
By:
City Clerk
j
.HAWKINS=WEII2.ENGINEERS :Inc:
D%
Ay,
Title: President & CEO
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
a
Professional —Services �—Utilities_REV_0831 17-docx
A -- 18
I
J
Appendix A
Scope of Services
Goshen Ground Water Storage Tank and Benson Pressure Plane Improvements
City of Fayetteville, Arkansas
HWEi Project No. 2017076
August 31, 2017.
Task Description
Task 1 — Preliminary Design Phase
1. Participate in a project kickoff meeting with the Owner
2. Prepare a Preliminary Engineering Report
a. Evaluate elevated water storage tank design options
b. Evaluate water booster pump station design options
c. Evaluate tank mixing and DPB control systems for the Goshen and Benson tanks
d. Meet with City Staff to present the Preliminary Engineering Report
3. Manage title research for the proposed Benson tank site and the proposed water line
route by our sub -consultant, Waco Title
4. Determine property ownership for Rights of Entry notification by the City of Fayetteville
5. Survey the existing Goshen tank site
a. Coordinate utility locales through ARKUPS
6. Survey the proposed Benson tank site
a. Coordinate utility locates through ARKUPS
7. Survey the proposed water line route
a. Coordinate utility locates through ARKUPS
8. Manage a geotechnical soils investigation of the proposed Benson tank site by our sub -
consultant GTS, Inc. p
9. Coordinate with CH2M regarding SCADA design' ,
10. Prepare a base drawing I.
Task 2 — Final Design Phase
1. Prepare final design drawings and construction details
a. Prepare and submit a 50% design review set of drawings, including a 50% cost
estimate
i. Participate in a 50% design review meeting with the Owner and prepare meeting
minutes
b. Prepare and submit a pre -final design review set of drawings, technical
specifications, and a pre -final cost estimate
i. Participate in a pre -final design review meeting with the Owner and prepare
meeting minutes
c. Prepare and submit a final set of drawings and construction details sealed by a
Professional Engineer licensed in the State of Arkansas, including a final cost
estimate
2. Prepare bid documents. The City will provide front end document templates. Format for
specifications will be the City's Standard Specifications
3. Prepare Land Descriptions and exhibits for easement and property acquisition
documents
a. Coordinate with the City Land Agent and prepare any required document revisions
4. Prepare the Arkansas Department of Environmental Quality (ADEQ) storm water
pollution prevention plan (SWPPP)
20170MAppendix A Scope of Services 083117.docx
Engineer
Standard Billing Rate Structure
For Hourly Fee Based Contracts
Hawkins -Weir Engineers, Inc.
Effective August 20, 2017 through August 18, 2018
Engineer VII
$
185
Per Hour
Engineer VI
S
165
Per Hour
Engineer V
S
155
Per Hour
Engineer IV
$
135
Per Hour
Engineer III
$
120
Per Hour
Engineer II
$
105
Per Hour
Engineer 1
$
85
Per Hour
Engineering Technician
Designer II
Designer I
Technician IV
Technician III
Technician 11
Technician I
Field Technician - Field Inspector
Inspector 11
Inspector I
Field Surveying
GPS Survey
Administrative
Business Manager
Expert Witness
Preparation
Testimony, less than 1/2 day
Testimony, per Day
$
F00
.Per Hour
$
75
Per Hour
$
85
Per Hour
$
75
Per Hour
$
60
Per Hour
$
55
Per Hour
$ 75 Per Hour
$ 60 Per Hour
$ 175 Per Hour
$ 85 Per Hour
At Engineer's Hourly Rate
$1,000
$ 2,000
Expenses Reimbursable Expenses and upcharges are determined by the Client Agreement/Contract
Subconsultants/Outside Services
Express Delivery, Field Supplies, Testing, Review/Filing Fees and Advertising
Travel: Hotel and meals
Actual Cost
Vehicle
$0.535 per mile effective i/1/17*
Reproduction: Outside printing service
Actual Cost
In-house printing
Letter Copy - B&W
$ 0.10 Per Copy
Letter Copy - Color
S 0.75 Per Copy
22 x 34 Size Copy - B&W
$ 3.00 Per Copy
22 x 34 Size Copy - Color
$10.00 Per Copy
11 x 17 Size Copy - B&W
$ 1.50 Per Copy
I 1 x 17 Size Copy - Color
$ 5.00 Per Copy
CD Copy
$ 5.00 Per Copy
Binding
$ 1.00 Each
* To be adjusted periodically to current IRS mileage rate
All Billings are due upon receipt unless prior arrangements for payment have been made.
5. Perform quality assurance review of the design documents
6. Deliver one (1) reproducible full-size copy, two (2) half-size copies, and one (1)
electronic copy of the plans and specifications to the City for their use and for
reproduction
7. Incorporate final design drawing revisions following any comments received from the
City, regulatory agencies, or as required to address property/easement acquisition
requirements
Task 3 — Advertising and Bidding Phase
1. Assist the City in advertising the project for bidding
2. Conduct a pre-bid conference with the Owner and prospective bidders
3. Prepare any necessary bidding addendums
4. Assist the City in receiving bids and preparing a certified bid tabulation
5. Review bids and prepare a recommendation to the City for the award of a Construction
Contract
6. Assist in the preparation of Contract Documents for execution between the City and
Contractor
20170761Appendix A Scope of Services 083117.docx
City of Fayetteville, Arkansas
Goshen Ground Water Storage Tank and Benson Pressure Plane Improvements
Hawkins -Weir Project No, 2017076
August 31, 2017
yxk 1 . PrellrnlMN Desifn phase
Task 2 • Mal Oesf n Phase
the We of Arkenlu,
at hid donrmtnts, T
let
09 0114M
dkfront end dotumeniItnnitts,
ddsvmtnts
4.
S.
to 141 Cuy rorchefr use and
fetor M1P11nldesVda
w itfattl omeorwhastds
Me Copy, two
repmdutdon
20170761Stope of Seniles and pee Woposai • Goshen and Benson Tanks.tlsy
TOTAkkOiNiS
Engr
I
(agr
4
En6r
W
try
1
GCS
$pn4Y
Designer
R
Tech
III
Tech
1
Tolai
Nowt
Nrtidgwit in 4 prQeo aNkaNetetln kith one Owns; '
4
i
{
1
11
1.
Note apreRndnaryt ks4trin Reout
B
a
a
20
a) tyakAle etevaltd water storage tank destga options
A
4
4
16
h}tvdu4ttw41er booster pump sption dnfgn options
D
4
1
4
20
cltviluatesink m4ingand DFD cttnlmisystems for the Goshen and Benson unll
4
4
B
4
1 20
d)Mettwith Cry Stiff topresent the PreliminaryEABIA"rngRtoon
4
4
4
11
3,
Man4p llde restarrhfar the tu000sed Benson tank site and the ones sed water 6ne route by ow sobtonsallant, Wow TRIS
2
4
6
4.
Dttensfne prosstM ewnerft for Rims of tory notritadan tM the City of Tayelvile
2
1
2
6
S.
Survey the elhtn4Goswtank site
2
24
4
30
ojWeinateLdizu WattsthroughAMPS
2
2
6,
Sareythe proosedBenson fork file
2
D
2
22
a) CoudinMe uoiky 1141111 through AMPS
2
2
7.
Sumvthe pospoudwants finemule
1
B
3
11
t)Coorduulevnkvlow' gthrough ARtUPS
2
2
6,
Managr a gtatethn'tai wilt nrestlAidoo of the promsed Benson ta"t hyeur snbtomuigM G73, int.
4
4
D
9,
Coottruitwith C41MrtgardingSGADAdtsigt
24
4
2
30
M
hepareabase &3wi*
2
t6
1
20
TOM NOVAS 1
le
40
48 1
14
40
16 1
24
14
122
529,
Task 2 • Mal Oesf n Phase
the We of Arkenlu,
at hid donrmtnts, T
let
09 0114M
dkfront end dotumeniItnnitts,
ddsvmtnts
4.
S.
to 141 Cuy rorchefr use and
fetor M1P11nldesVda
w itfattl omeorwhastds
Me Copy, two
repmdutdon
20170761Stope of Seniles and pee Woposai • Goshen and Benson Tanks.tlsy
TOTAkkOiNiS
NONMEMBER
City of Fayetteville, Arkansas
Goshen Ground Water 5torageJank and Benson Pressure Plane Improvements
Hawkins -Weir Project No, 2017076
August 31, 2017
Task 3 • AdvenisloS and Bidding Phase
Reimbursable Expenses and Subronstdtom Fees
'
&V
sit
Engr
v
Ener
At
Cngr
i
GPS Dedgnra ' Tette Tette
Swim a It I
Total
Hours
b
Win the City In advtndlhis Ot oroleos lot bidding
2
s6
1
OJ44$etsh-UrCriusates
c
1,
Conga( aptt.bidtordererawith the Owner and orospectivebidders
1
2
2
e
insand010fialsonsSb.
7D
3.
PrepartarimiWifbidding addeNbNns
1
2
L
a
16 A
40
A.
AtSlslthe CiiyInredtirigbids and ytWdng4ctnl6tdbid tebed#slon
1
t
1
g
S.
Reviewhidsandorepareafecem+nendationtotheWittheawardofaConstructionConv dt
2
a
2
&
6.
Assist in the prewanoaofContgdt Dodumem for oetutson between the City and Contractor
1
6
6
26
i0tAlHdUft$ 11
a
21
11
ED 0 16 20
69
Reimbursable Expenses and Subronstdtom Fees
Total tsirmated Rtmburubld
ENGINEERING SERVICES SUMMARY
Task hilliOnaMOtsitnPhase
Htm
DesvlptWn
Focal
1.
Outside stmal.raltRnenth
'*T"'4Parted0$1ro/parcel•CitedofRhWand€at#mentAasearm
s1,2
2.
QuOkkeseniaet•GeouthiludTesting
,
s6
3
OJ44$etsh-UrCriusates
Si
d.
Wit Servide- wil 401 Testing
Paim Conftmaxn Tettlrg$S.
ADHReetewfit
insand010fialsonsSb.
ADEQS4ermwattrPtrmiike
ftRsdh#rePttmit
$3
7,
Reprodudt:on&Priming
cots ofpUmaid 1wiftioem
$5
Total tsirmated Rtmburubld
ENGINEERING SERVICES SUMMARY
Task hilliOnaMOtsitnPhase
S19,
Task final Design Phase
$73
Task Ad+entdngand AkldingPhase
S6,
611mburuble Espensn and Subcomultmt fm
$1
?oUl tng wrin s fee -Nal ul Eaetd
2017075likopeofServicesandFast Proposal Goshen and BeanTants,alid
$ 121,>IaD