Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
19-18 RESOLUTION
113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 19-18 File Number: 2017-0729 MCGOODWIN, WILLIAMS AND YATES, INC.: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH MCGOODWIN, WILLIAMS AND YATES, INC. IN THE AMOUNT OF $573,309.00 FOR THE ENGINEERING DESIGN OF THE EAST FAYETTEVILLE WATER SYSTEM IMPROVEMENTS AND TOWNSHIP TANK PROJECT, AND APPROVING A CONTINGENCY IN THE AMOUNT OF $57,331.00 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, a copy of which is attached to this Resolution, with McGoodwin, Williams and Yates, Inc., pursuant to RFQ # 17-01 (Engineer and Architect), in the amount of $573,309.00 for the engineering design of the East Fayetteville Water System Improvements and the Township Tank Project, and further approves a project contingency in the amount of $57,331.00. PASSED and APPROVED on 1/2/2018 Attest: Sondra E. Smith, City Clerk Treas' 1`Eiy �f�°ar tAN`.) "'!R tiONs1i�� Page 1 Printed on 113118 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2017-0729 Agenda Date: 1/2/2018 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 20 MCGOODWIN, WILLIAMS AND YATES, INC.: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH MCGOODWIN, WILLIAMS AND YATES, INC. IN THE AMOUNT OF $573,309.00 FOR THE ENGINEERING DESIGN OF THE EAST FAYETTEVILLE WATER SYSTEM IMPROVEMENTS AND TOWNSHIP TANK PROJECT, AND APPROVING A CONTINGENCY IN THE AMOUNT OF $57,331.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I: That the City Council of the City of Fayetteville, Arkansas hereby approves a professional engineering services agreement, a copy of which is attached to this Resolution, with McGoodwin, Williams and Yates, Inc., pursuant to RFQ # 17-01 (Engineer and Architect), in the amount of $573,309.00 for the engineering design of the East Fayetteville Water System Improvements and the Township Tank Project, and further approves a project contingency in the amount of $57,331.00. City of Fayetteville, Arkansas Page 1 Printed on 1/312018 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2017-0729 Legistar File ID 1/2/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 12/7/2017 Utilities Director / Utilities Department Submitted Date Division / Department Action Recommendation: Staff recommends a resolution approving an engineering design services contract with McGoodwin, Williams and Yates, Inc. for the engineering design of the East Fayetteville Water System Improvements and Township Tank Project in the amount of $573,309.00, and approving a contingency in the amount of $57,331.00 for a total amount of $630,640.00. Original Contract Number: Comments Approval Date: Budget Impact: 5400.720.5600-5301.00 Water and Sewer Account Number Fund 12009.1800 Water System Rehabilitation/Replacement Project Number Project Title Budgeted Item? Yes Current Budget $ 6,540,630.00 Funds Obligated $ 2,355,645.88 Current Balance $ 4,184,984.12 Does item have a cost? Yes Item Cost $ 630,640.00 Budget Adjustment Attached? No Budget Adjustment Remaining Budget I $ 3,554,344.12 V20140710 Previous Ordinance or Resolution # Original Contract Number: Comments Approval Date: CITY OF FA►YETTEVILLE ARKANSAS MEETING OF JANUARY 2, 2018 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee FROM: Tim Nyander, Utilities Director DATE: December 7, 2017 CITY COUNCIL MEMO SUBJECT: Approval of an Engineering Design Services Contract with McGoodwin, Williams and Yates, Inc. for East Fayetteville Water System Improvements and the Township Tank Project RECOMMENDATION: Staff recommends a resolution approving an engineering design services contract with McGoodwin, Williams and Yates, Inc. for the engineering design of the East Fayetteville Water System Improvements and Township Tank Project in the amount of $573,309.00, and approving a contingency in the amount of $57,331.00 for a total amount of $630,640.00. BACKGROUND: The recommended projects are the East Fayetteville Water System Improvements and the Township Tank and Ash Street Pump Station improvements. The proposed projects are requested to improve water delivery for growth and fire flow requirements in the (1) Gulley and Goshen pressure planes and (2) the Township Pressure plane. DISCUSSION: On October 13, 2017, the City of Fayetteville conducted a formal Engineering Selection meeting, City of Fayetteville RFQ 17-01, Engineer and Architect - Selection #4. At this meeting the firm of McGoodwin, Williams and Yates, Inc. (MWY) was selected as the top consultant for the potential contract. The proposed engineering design services contract is based upon the 2017 Water Master Plan Update as accepted and adopted by the City Council (December 5, 2017). The proposed schedule includes design in 2018 and construction in 2019-2020. The contract scope and the not to exceed costs were negotiated by City Utilities staff. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Funds are available in the Water System Rehabilitation/Replacement project. Attachments: Professional Engineering Services Agreement AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And MCGOODWIN, WILLIAMS, AND YATES, INC. EAST FAYETTEVILLE AND TOWNSHIP PRESSURE PLANE IMPROVEMENTS THIS AGREEMENT is made as of , 2018, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and McGoodwin, Williams, and Yates, Inc. (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, 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. SECTION 1- AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be Jurnished by ENGINEER during the Project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. FY0373 & FY0374 ESA SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE 3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of ENGINEER. 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to perform its services under this Agreement. 3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1,5 The Utilities Director is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The Utilities director shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to ENGINEER in a timely manner. SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. ENGINEER will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. The anticipated schedule for this project is included as Appendix A. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for this Agreement is $573,309.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on a Unit Price or Lump Sum basis as described in Appendix A. 5.2 Statements 5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for professional services consistent with ENGINEER's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule as the basis for detennining the value earned as the work is accomplished. Final payment for professional services shall be FY0373 & FY0374 ESA 2 made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the study and report for the Project. 5.3 Payments 5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.4 Final Payment 5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States Dollars) the following minimum insurance coverages: Tyne 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. FY0373 & FY0374 ESA 6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of ENGINEER's services. 6.2 Professional Responsibility 6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of ENGINEER. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 6.5 Tennination 6.5.1 This Agreement may be tenninated 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 tennination. 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 tenninate, FY0373 & FY0374 ESA 4 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the tennination. 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 After payment in accordance with Paragraphs 6.5.3 and 6.5.4 above, deliver or otherwise make available to CITY OF FAYETTEVILLE all project deliverables at the latest stage of completion (e.g. 30%, 90%, etc.) CITY OF FAYETTEVILLE shall have the limited right to use the deliverables subject to the provisions of Paragraph 6.12.2. 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. 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 FY0373 & FY0374 ESA 5 related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold hannless 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 FY0373 & FY0374 ESA whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 The CITY OF FAYETTEVILLE acknowledges the Engineer's plans and specifications, including all documents on electronic media ("delivered documents"), as instruments of professional service. 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 the 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 the Engineer is retained by CITY OF FAYETTEVILLE to make inodifications 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 Street Fayetteville, Arkansas 72701 ENGINEER's address: 302 E. Millsap Road 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. FY0373 & FY0374 ESA 7 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-funiished 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 FY0373 & FY0374 ESA summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant Against Contingent Fees 7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in 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 FY0373 & FY0374 ESA FAYETTEVILLE bases such Ending shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will 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 Ark. Code Ann. § 25-19-105(b)(20), the personal information of City 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 its contractual duties and after approval of the Water Master Plan, ENGINEER agrees to destroy or return to the CITY OF FAYETTEVILLE any copies of records containing information about City 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. CITY OF FAYETTEVILLE, ARKANSAS McGOO TWIN. WILLIAMS & YATES. INC. 4 BBv: M4neldJ Brad B. Hammond, P,E, ATTEST: By: z 4 City Clerk Title: President A ��• END OF AC'rltCAMENT FOR PROFESSIONAL ENGINEERING SERVICES FY0373 10 4f V("TmA CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES APPENDIX A — SCOPE OF SERVICES This is Appendix A, consisting of 5 pages, referred to in and part of the Agreement For Professional Engineering Services between CITY OF FAYETTEVILLE, ARKANSAS and McGOODWIN, WILLIAMS, AND YATES, INC. dated January 2, 2018. Initial: CITY OF FAYETTEVILLE McGOODWIN, WILLIAMS, AND YATES, INC. �r The following contains additional Scope of Services tasks. A.1 General Scope The work covered by this agreement includes improvements recommended by the City of Fayetteville Water Master Plan dated 2017, including East Fayetteville Improvements and Township Improvements. A more detailed project scope description is included as Attachment 1 to this Appendix A. For the purposes of project accounting, and to appropriately package construction plans, the project is separated into phases with distinct project naives and reference numbers as follows: 1. East Fayetteville Improvements (MWY Project No. FY0373) 2. Township Pressure Plane Improvements (MWY Project No. FY0374) A.2 Specific Scope of Services McGOODWIN, WILLIAMS, AND YATES shall provide a suitable engineering staff to complete the necessary field surveys, to perform detailed design, to prepare plans and specifications, to provide needed services during the bid phase, and to provide other services as may be directed by the CITY OF FAYETTEVILLE. The staff shall consist of engineers, engineering technicians, inspectors and other assistants as may be necessary to carry on the work in an efficient and expeditious manner. McGOODWIN, WILLIAMS, AND YATES will provide the following services: A2.1 Detailed Design and Preparation of Construction Plans and Specifications 1. Meet with the CITY OF FAYETTEVILLE to understand the project needs. 2. Consult with regulatory and governmental authorities having jurisdiction over the project. 3. Prepare construction specifications and drawings, including necessary surveying, engineering design, and drafting. 4. Prepare an opinion of probable cost of the authorized construction. 5. Prepare easement documents. Easement acquisition will be the responsibility of the Owner, although McGOODWIN, WILLIAMS, AND YATES will provide information and attend meetings with the Owner and property owners upon request. 6. Submit, on behalf of the CITY OF FAYETTEVILLE, construction specifications, drawings and design criteria for approval to the Arkansas Department of Health and other agencies, if required. FY0373 & FY0374 ESA Appendix A Page 1 7. Prepare necessary enviromnental and other permitting applications, including SWPPP and BMP plans, and assist with submittal to appropriate federal, state and local agencies. Permitting fees will be paid directly by the CI11Y OF FAYETTEVILLE acid are not included in the professional design fees. The scope doers NOT include biological surveys or archeological/cultural resource surveys. If required by regulatory agencies, biological surveys and/or archeological/cultural resource surveys will be provided as a reimbursable expense. A2.2 Bidding and Preconstruction Services McGOODWIN, WILLIAMS, AND YATES will provide technical interpretation of the plans and specifications as needed, prepare addenda as required, attend a pre-bid conference and the bid opening, provide an engineering analysis of the bids received, snake recommendations concerning award of the construction contract and assist in the preparation of contract documents. Supporting documents will be prepared and submitted to the CITY OF FAYETTEVILLE. A.3 Project Deliverables The following will be submitted to the CITY OF FAYETTEVILLE, or others indicated, by the McGOODWIN, WILLIAMS, AND YATES as part of the Project. A.3.1 Deliverables for Each Construction Contract Section 1. Two (2) copies of Construction Documents for up to three review phases, 2. Two (2) copies of Construction Bid. Documents 3. Two (2) copies of Easement Documents. 4. Electronic files in accordance with the Agreement. A.4 Compensation In consideration of the performance of the foregoing services by McGOODWIN, WILLIAMS, AND YATES, the CITY OF FAYETTEVILLE shall pay to McGOODWIN, WILLIAMS, AND YATES compensation as follows: 1. Compensation shall be paid to McGOODWIN, WILLIAMS, AND YATES on the basis of McGOODWIN, WILLIAMS, AND YATES's standard hourly rates in effect at the time the work is performed, plus reimbursable expenses. Rates are adjusted annually at the beginning of each calendar year. McGOODWIN, WILLIAMS, AND YATES agrees to keep the CITY OF FAYETTEVILLE apprised in a timely manner of costs incurred. 2. The reimbursable expenses for which McGOODWIN, WILLIAMS, AND YATES will be reimbursed shall include travel expenses when traveling outside Northwest Arkansas in connection with the project, rental expenses for special equipment needed for completion of the work, purchase of material, and other expenses directly attributable to the project, including any work performed by subcontractors. McGOODWIN, WILLIAMS, AND YATES shall charge the CITY OF FAYETTEVILLE for reimbursable expenses at actual cost plus ten percent (10%). 3. Maximum not -to -exceed amounts for each project/project phase are set forth below. FY0373 & FY0374 ESA Appendix A Page 2 A4.1 East Fayetteville hnprovements (MWY Project No. FY0373) 1. The maximum not -to -exceed amount for services described in Section A2.1 Detailed Design and Preparation of Construction Plans and Specifications and Section A2.2 Bidding and Preconstruction Services is $406,547.00. A4.2 Township Pressure Plane Improvements (MWY Project No. FY0374) 1. The maximum not -to -exceed amount for services described in Section A2.1 Detailed Design and Preparation of Construction Plans and Specifications and Section A2.2 Bidding and Preconstruction Services is $166362.00. A.5 Project Design Schedule McGOODWIN, WILLIAMS, AND YATES shall begin work under this Agreement within seven (7) working days of a Notice to Proceed (NTP) and shall complete the work described in Section A2 above in accordance with the schedules shown in Sections A5.1 through A5.3 below. It is anticipated that work on the design projects will be done concurrently with completion of construction documents for agency/city review no later than January 2019, contingent upon reasonable intermediate review times and/or other events beyond the control of the Engineer. Construction for all work described below is anticipated to take approximately 1 1/z years, which would place improvements in service by June 2020. A.5.1 East Fayetteville Improvements Contract Section I (MWY Project No. FY0373) 1. Submit 30% design drawings and preliminary opinions of probable construction cost. o 60 Calendar days after NTP 2. Revise 30% design drawings and submit 60% design drawings, opinion of probable cost. o 30 Calendar days after receipt of written comments from the City of Fayetteville regarding 30% design drawings 3. Revise 60% design drawings and submit 100% design drawings, opinion of probable cost, and easements. o 30 Calendar days after receipt of written comments froin the City of Fayetteville regarding 60% design drawings 4. Anticipated overall design timeline to produce biddable construction documents for agency/city review: o January 2018 through June 2018 A.5.2 East Fayetteville Improvements Contract Sections II and III (MWY Project No. FY0373) 1. Submit 30% design drawings and preliminary opinions of probable construction cost. o 90 Calendar days after NTP 2. Revise 30% design drawings and submit 60% design drawings, opinion of probable cost. o 120 Calendar days after receipt of written comments from the City of Fayetteville regarding 30% design drawings 3. Revise 60% design drawings and submit 100% design drawings, opinion of probable cost, and easements. o 120 Calendar days after receipt of written comments from the City of Fayetteville regarding 60% design drawings FY0373 & FY0374 ESA Appendix A Page 3 4. Anticipated overall design timeline to produce biddable construction documents for agency/city review: o January 2018 through January 2019 A.5.3 Township Pressure Plane Improvements (MWY Project No. FY0374) 1. Submit 30% design drawings and preliminary opinions of probable construction cost. o 90 Calendar days after NTP 2. Revise 30% design drawings and submit 60% design drawings, opinion of probable cost. o 120 Calendar days after receipt of written comments from the City of Fayetteville regarding 30% design drawings 3. Revise 60% design drawings and submit 100% design drawings, opinion of probable cost, and easements. o 120 Calendar days after receipt of written comments from the City of Fayetteville regarding 60% design drawings 4. Anticipated overall design timeline to produce biddable construction documents for agency/city review: o January 2018 through January 2019 A.6 Attachments 1. Project Scope — East Fayetteville and Township Pressure Plane Improvements 2. McGoodwin, Williams & Yates Fee Estimate - East Fayetteville Improvements CSI 3. McGoodwin, Williams & Yates Fee Estimate - East Fayetteville Improvements CSII 4. McGoodwin, Williams & Yates Fee Estimate - East Fayetteville Improvements CSIII 5. McGoodwin, Williams & Yates Fee Estimate — Township Pressure Plane Improvements 6. McGoodwin, Williams & Yates Fee Estimate — Summary 7. Schedule of Classifications and Rates for 2017 FY0373 & FY0374 ESA Appendix A Page 4 Preliminary Scope of Work East Fayetteville and Township Pressure Plane Improvements The task items summarized below shall include the following services: • Surveying • Design (Plans & Specifications) • Bidding MWY Pro'ect No. FY -0373 — East Fayetteville Improvements: Contract Section I 1. Evaluation and refurbishing of existing pressure reducing valves (PRV) and vaults (if needed) at the following locations. a. Box Street b. Setter Street c. Guy Terry Road 2. Approx. 3,700-1f of 8" PVC waterline along Guy Terry Road 3. Continued evaluation and refurbishing of two (2) existing pressure sustaining valves (PSV) on the existing 36" and 42" transmission lines from BWD. Work also includes additional controls/equipment to assist the City's water department with operation. Contract Section II 1. New 0.75 -MG tank on existing Gulley Rd city property (Tank -1) 2. Misc. inter -connection piping between existing Gulley Rd. tank and new tank Contract Section III 1. New pump station on existing Gulley Rd city property (PS -1) 2. Approx. 8,500-1f of 18" DI waterline (Line EF -1 & EF -2) 3. Approx. 3,000-1f of 8" PVC waterline (Line EF -3) 4. Approx. 420-1f of 8" PVC waterline (Line 1-5) 5. Misc. connections/disconnections along Hwy. 45 6. New altitude valve and vault @ E. Paul Pray Dr. (AV -1) 7. Removal of existing Slaughter Mtn. flow control valves (FCV) and vault. Cap waterline feeds to FCV's (2 total) MWY Project No. FY -0374 — Township Pressure Plane Improvements: 1. New pump station along Ash Street (PS -2) 2. Dismantling existing 0.075 -MG Township tank 3. New 0.25 -MG elevated tank (Tank -2) 4. De -commission of existing Ash Street pump station 5. Approx. 400-1f of 8" PVC waterline (Line T-1) 6. Approx. 570-1f of 8" PVC waterline (Line T-2) 7. Evaluation, Survey & Design of 12" PVC waterline along Juneway or alternate tank site 12/5/2017 PRQIECTWU ERS r0373&Fvo374 McGOODWIN,WILLIAMS&YATES - FEE ESTIMATE EAST FAYETTEVILLE A IMPROVEMENTS - CONTRACT SECTION I Design & Bid Phase TASK '.::. =W+MaWGTASK East Fayetteville Improvements (FY0373) ENGA E14A4 DrAS Leta FlUi-] 0J 2 CFPFS AfC1,5 AFCir2 ASCD!,. 7ECk. y,rs �-: a iE^Mr TE.. _- iEr_.R, _-s-Annmu nnmu3-4 - cmT Contract Section I - Guy Terry Road 8 -Inch Waterline & System Improvements Design & Preparall on of Plans and Speciticalia ns Survey Existing Ue61y Locales 3 a e IWO Set Control ar-d Topo Route 12 '2 2 25 $615$2 Process Oafa 1 3 4 arse o $2 Easements (9 Parcels) Research 4 ■ 6 M",. Field Work - 2 6 55S2 Prepare Fasemenls & Plot Deeds 2: 8 m 54,450 o $o Preparation of Plan and Specifications Develop Title and index Sheets 1 2 $913 Develop AUgnmenl Map with Aerial Photo 1 2 a it $1,361 Develop Pian and Profile Sheets (57 on 22^103.4' Sheels 2 10 r5• too $11.594 onlall Sheets 1 2 .a 15 51,60 PAV arta vault Improvement Detail Sheets. 2 4 8 10 24 $2,930 PSV and Vault Improvement Detarl Sheets 2 24 !6 24 66 $3,176 Coordinate Electrical and Canrrols 2 a a is $2 3m Ouanlit,es and Develop. Opimmn of Probable Cast 1 2 & 4 t5 s'r,'r99 Develop SWPPP and 8MP pfans 1 2 a t2 2a 52,636 Develop Specnccat ions and Contract Documents 4 JN 4a 2 •.s 94 $r 1,284 Meelings wilini City SEaff for plan r-"-ews 16 15 32, A20 Revise plans per Easement Negpliattom -M 12 12 24 46 ss in WY In-house plan renew r e 5 - - 17 st,a65 Allowance for Owner -Requested Addltlans or Changes 4 12 - 12 12 4o - Its."o Run copies and assemble plan and specification sets 2 6 e t$ $1,896 o s6 Sid and Preconsfructlon Phase Services - - - - Coordinale Advertisement and .Disinbute Plans 2 8 to s1.no9 Attend Pre-BidConference and Prepare Minules a - 4 _- _-- d $920 Ouesbons Irom Planholdem 4 4 $56o Assist Addendum Pmoarat,un 4 6 12 51-M AlfendBid Opening,&. As�.si with Evaluation of B,ds s 4 s sego Recarnmendalion G Contract Award t 2 - - z Attend Public Meetings 4 4 $560 AsxCsl with Construction Contract Pfeparalton 4 _ 6 $T9a p � o so o so o so mfYAe NfATUrlf� 0 43 162 0 0 1 124 0 0 196 I I I I 4 0 0 57 0 24 0 0 591 0 0 0 J 669 Subtotals East Fayetteville Improvements (FY0373) Contract Section I - Guy Terry Road 8 -Inch Waterline & System Improvements Survey $3,512 Easements (9 Parcels) $5,402 Preparation of Plans and Specifications $65,062 Bid and Preconstruction Phase Services $6,625 _ Subtotal MWY Services $80,601 Reimbursables/Additional Services Miscellaneous (Review Fees, Title Work, Arkups $1,500 Electrical Engineer $5,000 TOTAL Contract Section 1 $87,101 12/1/2017 PROJECT NUMBERS FY0373 & FY0374 McGOODWIN, WILLIAMS & YATES - FEE ESTIMATE EAST FAYETTEVILLE IMPROVEMENTS - CONTRACT SECTION II Design & Bid Phase_ MAN-HOURS TASK TASK TASK ENGR71 ENGR S I ENGR51 ENGR41 ENGR31 ENGR 2 i ENGR 1 I ARCH31 ARCH 2 ( ARCH11 TECHej TECH51 TECH41 TECH 3) TECH21 TECH 1 ADMIN 5 A M11,141ADMIN31ADMIN21ADMIN11 GPS I MAN -HRS COST East Fayetteville Improvements (FY0373) Confracr Section It - Gulley Road Tank & Site Piping improvements Design &'Preparation of Plans and Specifications Survey - — - - Existing Utility Locales Set Control and Top Process Data _ Preparation of Flans and Specifications Develop Title and Index Sheets -Develop lficinily Map wish Aerial Photo Develop Access Road Improvements Sheet Develop Tank Site Plan and Yard Piping Sheet Develop Tank Plan and Elevation Sheet Coordinate Electncal and Cantrois Detail Sheet Quanhlles and Develop Opinion at Probable Cost Develop SWPPP and BMP Plans Develop Specifications and Contract Documents Meetings vailh City Staff for plan reviews MWY In-house plan review Allowancc for Owner -Requested Additions of Chang as Run Copies and assemble plan and specification sets Bid and Preconstruction Phase Services CoordinaleAdverlisernenl and Disirlbute Plans Attend Pre -Bid Conterence and Prepare Minutes Questions from Planholders - AssisiAddend um Preparation Attend Bid Opening & Assist wilh Evaluation of Bids Recommendation & Contract Award ;4ttendPublieMeerings Assist with Construction Contract preparation 2 5200 33 53.276 4 5360 0 so 7 11 24 9a 82 is 54 Is 20 104 a2 28 41) 18 0 10 16 12 16 4 D D 0 0 TOTAL MANHOURS I 0 I s3 1 194 1 D t o I140 D I o I 0 I 4 1 34 170 1 0 a 0 0 54 0 D 01 111 -5 $913 $1,351 53,002 $10;650 $11,220 52,396 66.2s8 52.034 $2 426 $12.92o 55 200 53 410 $5.0$4 $1806 so $1,000 $1.941) 51,680 $1 Bao $930 $645 $560 5'30 $C so 55 Subtotals East Fayetteville Improvements (FY0373) Contract Section II - Gulley Road Tank & Site Piping Improvements Survey $3,836 Preparation of Plans and Specifications $68,960 Bid and Preconstruction Phase Services $9,225 Subtotal MWY Services $82,021 I 1 2 2 24 Z4 40 i 4 24 24 I 40 2 24 24 2 2 4 z 8 — 2 1, -- 8 40 - 41). 1 ! I` I is 4 12 12 _-_...._ 12 { 12 2 2 2 5200 33 53.276 4 5360 0 so 7 11 24 9a 82 is 54 Is 20 104 a2 28 41) 18 0 10 16 12 16 4 D D 0 0 TOTAL MANHOURS I 0 I s3 1 194 1 D t o I140 D I o I 0 I 4 1 34 170 1 0 a 0 0 54 0 D 01 111 -5 $913 $1,351 53,002 $10;650 $11,220 52,396 66.2s8 52.034 $2 426 $12.92o 55 200 53 410 $5.0$4 $1806 so $1,000 $1.941) 51,680 $1 Bao $930 $645 $560 5'30 $C so 55 Subtotals East Fayetteville Improvements (FY0373) Contract Section II - Gulley Road Tank & Site Piping Improvements Survey $3,836 Preparation of Plans and Specifications $68,960 Bid and Preconstruction Phase Services $9,225 Subtotal MWY Services $82,021 Reimbursables/Additional Services Miscellaneous (Review Fees, Title Work, Arkups) $800 Electrical and Instrumentation $5,000 TOTAL Contract Section 11 $87,821 PROJECT N U M BE RS FY 73&-37G MCGOODW IN, WILLIAMS & YATES - FEE ESTIMATE EAST FAYETTEVILLE IMPROVEMENTS - CONTRACT SECTION III Desiqn & Bid Phase is s. Safi BId xnd Praca+,strrrcrion Phase 5arvices 0 30 Coordinate Advcrtisernent and D,str,tule Plans Aliens Pre-g.ld Conference one Prepare Mirute6 Ou r$tutrs Irom Planhdlders ASsu;t Addendum Preparal on Allond Bid Operiling 4 ASELStwilh Evaluation of Bids Recommendation & Contract Award Attend Public Meetings Assisi wrl, Ca nylrumion Cc rllracl Preparation 90 it on 19 St 340 2a SA.lad 1a 51.614 e 5938 a 3545 sss e %730 c a: 0 51 9 0 so ■■r�sQ©r®a�aomoss®®®ons®s■ Subtotals East Fayetteville Improvements (FY0373) Contract Section III - Gulley Road Pump Station & Waterline Improvements Survey $19,608 Easements (40 Parcels) $26,400 Preparation of Plans and Specifications $156,451 Bid and Preconstruction Phase Services 511,645 Subtotal MWY Services $216,104 Reim bursa bles/Additional Services Miscellaneous (Review Fees, Title Work, Arkups) $3,500 Electrical and Instrumentation $10,000 TOTAL Contract Section 111 $229,604 12/1/2017 Ef�eT of �A/ EN6ilE ENGRa WOR'} FuaR2 iWGA, Aack3 AAa„I ARCH1 SEyhA_ T�_Gr3 TECM4 TECH3' TECHi TECH1 ADLW5 ➢W44 ••0 ? AareH2 AOMINI TASK GPS MAN -HRS TABK co", East Fayeuert!!o lmpra vamania (FY8373) - - - ._ - � Contract Section lit. GuHay Raad Pump Station & I/IareNlr6e imi7ro vements �- -- - Design & Preparatlan of Plans and SpeSrfiaaiians survey __.. �..—_. ExistingUIALocates i..._._. ` l .Set Cantroi andTdpa Raule _.- '._ _a ._, oe Process Data i3aundary Survey [New Gasnzn AIPIhlde Valve Vault] _—_ —T .—.._. 9 '5 E— `' — 13t8o 22 53'•11.ap.D_G sx0aa 22 ..4 - . 324 Fasaments 140 Parcels) _. 0 Research ;— . !:__._. Fwrd Warn -.._.. _._. Prepare _. _ _... _. ... _.. _ _.... _.._. _ ,. � __. _.t ... -- — ----------�T h_. 2a_ so sl coo- woma Easements & Plot DeedE51,3000 - - •— Preparation of Plant. and Specifications_ _._ - _—.—. .-1 __. —� _ — —. .� _... . _.- - o s0 _ Develop •flle and lndex Sheet$ DeVCIap 21,11ty Map ween Aena1 Pttata I 2 --- - ..""' '--'-"-'—' 7 $945 A Plan and Prat $r alerlt 151 en 22"x14- i6 oy 30 240 Y _- Comte ii C9nnecl'afll$pre Pddflles, Waledfle Df9aJ Snee[$ (3) (3) 4 s 3L .., - 24 348 342 044 Oe va lop Dei50 Sheets far Vu ult Imptavements -z — -a - si - — - 24 —••— —a-= fid —Go 47,3aa _----- soos:erSlal9on Site Plan 2 a 24 _ se $7.410Bapster Station Plan, Sections and Schedule 3B 2A 74 36.930 Bo as lee Pump Station Fou ndatlan Plan, Gen Pad $ 24 40 74 s6 430 Son $!ar Station Silo LDetails E 4 tE 32 ]: Ea .3r 5^0 Electrical and.!n5trumerllawn t 4 a 55 $65710Caoadmate Ouarllibes and Dave" Opmkin at Probable C051 2 2 F t 91 f225E DoveldOSWPPp and SMP Plans 2 q r, so zo 3Z 4o0 Devatop Spec,hcanons and Contract Documents a to 40 1oz a1i27a Meetings vath City Staff for plan reviews 2a 2g 24 +;2 f93:aea MAY In-house plan reviewa' a fn v' s73oe Revise plans per Easement dagottalrons a .a 2a 4a 25 $3 410 AJ10-ante For Ovner-Reque Sied AddlImm; or Chances 4 04 24 24 +Os sapm Sao Run copies and assemalt• Dian and specification gels 2 - 5 6 743 - is s. Safi BId xnd Praca+,strrrcrion Phase 5arvices 0 30 Coordinate Advcrtisernent and D,str,tule Plans Aliens Pre-g.ld Conference one Prepare Mirute6 Ou r$tutrs Irom Planhdlders ASsu;t Addendum Preparal on Allond Bid Operiling 4 ASELStwilh Evaluation of Bids Recommendation & Contract Award Attend Public Meetings Assisi wrl, Ca nylrumion Cc rllracl Preparation 90 it on 19 St 340 2a SA.lad 1a 51.614 e 5938 a 3545 sss e %730 c a: 0 51 9 0 so ■■r�sQ©r®a�aomoss®®®ons®s■ Subtotals East Fayetteville Improvements (FY0373) Contract Section III - Gulley Road Pump Station & Waterline Improvements Survey $19,608 Easements (40 Parcels) $26,400 Preparation of Plans and Specifications $156,451 Bid and Preconstruction Phase Services 511,645 Subtotal MWY Services $216,104 Reim bursa bles/Additional Services Miscellaneous (Review Fees, Title Work, Arkups) $3,500 Electrical and Instrumentation $10,000 TOTAL Contract Section 111 $229,604 12/1/2017 12/512017 PROJECT NUMBERS w0373 & r Q— McGOODWIN, WILLIAMS & YATES - FEE ESTIMATE TOWNSHIP PRESSURE PLANE IMPROVEMENTS Design & Bid Phase �YSf ENGR7 6r1G1ylt 5�'it6 �R• WMNOSAni TASK �Pl CNGnt ifl:Yfl ,{PCM3 AHCNT ARCHr TELHfi TELHS TEDH4 TECH3 TECH2 TEGN'. ADMINS PDMIN4 Ae�ara7 Ae+ln3 aPLSre GPS Nial8HN5 TASK eyT Township Pressure Platte frivroveln@nls (FY0374] .. Design & Preparation of Plans and Specificaliens Sur y EkSlap Utai;y Locales ] 6 sooe $eliConual and Tppo RputQ 14 14 14 +z s1 A6+ Process Data - 4 . _ 5 1560 Boundary survey (Ayh siteel Pump Station) 21. 12 6 ]9 17.995 O so Easements (4 Parcels) - - - Reseamn d 1 8 $BPA Fptj work x x a sss2 Pmpane Easewirtom & Plot Deeds r, A 16 51.607 k s3 Prepprellon of Plans and Spee llcailons Develop Title and lndez Sheets 1 t 4 7 sot) Develop Vicinity Map with Aor:al Photo l x x t T s+ a61 Develop Plan and Pr014e Sheets (2) on 1e,`=34' $neal6 7 4 a A2 44 s51*4 Gx'Stiry rump Stalon Deaommi6sgnuig i e 5 15 5+Ai7 Boo5ler Station vle Plan- r6 eo as se -3a Gower Station Plan. Sect+uns and Sche.duia 2 10 62 59:14 Baaetor Pump Station Foundalion Plan, Gen Pad 2 2+ 40 64 se,2ttl eoesfar Sta11'on Vie Deiaft 2is 4 U2 5s 65.7Ya Develop Tank Size Plan and Yard Piping Shoat - 2 16 24 ae a2 s9.T7o Develop Tank Pian and Efevalion Sheel H N 411 r4 s6.610 Develop Tank Dela> Sneats 7 a t6 4+ so 15.0a Codtdina,,e Electrical and Insttumeneaflon 2 a to 11-w Evaluah9 n. Su vey & bvt;Vn of l$- Waterline or alternate Tank site, l5 i'mazi a la +a s+ ti 7 114 $12 726 Quamlties aria Dovelep Opinion at Probable Cost x Ia I 19 12]56 DevelSR SWPPP-a sklP Plans (2) .2 1 ]7 a so s59eB Develop Soacllioatlons and Corlf ct DocurrYBnts a 32 e-0 7i To, ;512 SW Neelmg> wltn City Staff for plan reviews 24 24 Se sr ata. nevise plans par Easda nt N9patiatk9ns 32 t7 24 aa. uAls MW Y lit -house pli.rt review 2 a t7 a*a Allowance for Owns r.Requssted Addlllons of ChaNes + ao tin aP i2a 6:s P8F Run copies and assornbW plan and slaacilicalon sats _ a f +a 1Tee5 P 94 Bid and lemcu tsltuetion Phase Services Coordlhalo Advo rldomew and Dslr we Plans 2 B to s? nee AArt"d Pre-eld Conference and Prepare Mi++lnes a 6 t¢ 11.540 Oacsiiarts Irc! t Planheldefs _ 2t 28 14 oo As ,st Addeno6m Prapara'ion e 5 +6 an.a4e Atleod Bid Opening & ASSiSt .,In Evalual ion of Guts 6 tn10 Rewmmentlalian g Contract Award + s 2 .. 5 iso Attend Public MBatirgs 4 • $5410 Assist w 1h Cons(ruclon Canlrw:l Propantlmn 2 + 6 1730 .. o so D so P so a Sri Jos G 0 26R 0 a e o B4 456 o SP a .1 6ffi o a o a Z5 T545 Suhtotals Township Pressure Plane Improvements (FY0374) Survey $6,96D Easements (4 Parcels) $3,152 Preparation of Plans and Specifications $137,005 Bid and Preconstruction Phase Services $11,645 Subtotal MWY Services $160,762 ReimbursableslAdditional Services Miscellaneous (Review Fees, Title Work, Arkups) $1,000 Electrical and Instrumentation $5,000 Total $166,762 McGOODWIN, WILLIAMS & YATES - FEE ESTIMATE SUMMARY A Fayetteville Improvements (FY0373) (Total) Survey $28,312 Easements (52 Parcels) $33,828 Preparation of Plans and Specifications $291,112 Bid and Preconstruction Phase Services $27,495 Subtotal MWY Services $380,747 Reim bursables/Additional Services Miscellaneous (Review Fees, Title Work, Arkups) $5,800 Electrical and Instrumentation $20,000 Total $406,547 ressure Plane Improvements (FY0374) Survey $8,960 Easements (4 Parcels) $3,152 Preparation of Plans and Specifications $137,005 Bid and Preconstruction Phase Services $11,645 Subtotal MWY Services $160,762 Reim bursables/Additional Services Miscellaneous (Review Fees, Title Work, Arkups) $1,000 Electrical and Instrumentation $5,000 Total $166,762 Total Both Projects $573,309 SCHEDULE OF CLASSIFICATIONS AND RATES FOR 2017 rlaccifiratinn Hourly Rate Engineer 7............................................................... 230.00 Engineer6............................................................... 185.00 Engineer5............................................................... 140.00 Engineer4............................................................... 130.00 Engineer 3 ..................... .............................. 120.00 Engineer2............................................................. 110.00 Engineer1 ....... ......... ............................................. - 98.00 Architect 3.............................................................. $ 140.00 Architect 2...........................................................,... 99.00 Architect 1.............................................................. 88.00 Technician 6 ..... .................................................... $ 120.00 Technician 5 ........................................................... 112.00 Technician4 ....... .......... ......................................... 95.00 Technician 3 ............................................................ 80.00 Technician2 ............................................................ 64.00 Technician 1 ............................................................ 50.00 Admin6.................................................................. $100.00 Admin 5 ................. Admin4................................................................... 82.00 Admin3 ....................................... ............................ 73.00 Admin2................................................................... 55.00 Admin1.................................................................... 38.00 GPS Surveying Equipment (when utilized) ............ $ 76.00 Hourly rate schedules will be adjusted annually each January 1. McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas January 1, 2017 COF-Water&Sewer-AMENDMENT NO. 1 with MCGOODWIN,WILLIAMS AND YATES,A DIVISION OF OLSSON ASSOCIATES,INC.THE EAST FAYETTEVILLE WATER SYSTEM IMPROVEMENTS PROJECT City of Fayetteville Staff Review Form 2018-0425 Legistar File ID NWA City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Tim Nyander 8/7/2018 WATER SEWER (720) Submitted By Submitted Date Division/Department Action Recommendation: Staff recommends approval of Amendment No. 1 to the professional engineering services agreement with McGoodwin,Williams and Yates, Inc.,a division of Olsson Associates, Inc.to utilize contingency funds in the amount of$57,326.00 for additional engineering services to upgrade a waterline section for the East Fayetteville Water System Improvements project. Budget Impact: 5400.720.5600-5314.00 Water and Sewer Account Number Fund • 12009.1801 Water System Rehabilitation/Replacement Project Number Project Title Budgeted Item? Yes Current Budget $ 6,603,704.00 Funds Obligated •$ 2,764,661.70 Current Balance $ 3,839,042.30 Does item have a cost? Yes Item Cost $ 57,326.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 3,781,716.30 v20,80321 Purchase Order Number: 2018-00000319 Previous Ordinance or Resolution# 19-18 Change Order Number: Approval Date: p-131}) Original Contract Number: 2018-00000006 Comments: CITY OF FAYETTEVILLE STAFF MEMO 1111, ARKANSAS TO: Mayor Lioneld Jordan • THRU: Don Marr, Chief of Staff FROM: Tim Nyander, Utilities Director DATE: August 6, 2018 SUBJECT: East Fayetteville and Township Pressure Plane Improvements Approval and signature for the attached engineering services contract Amendment No. 1 between the City of Fayetteville and McGoodwin, Williams and Yates, a Division of Olsson Associates RECOMMENDATION: Fayetteville City Staff requests the approval and Mayor's signature for the attached engineering services contract Amendment No. 1 between the City of Fayetteville and McGoodwin, Williams and Yates, a Division of Olsson Associates in the not-to-exceed amount of$57,326.00. BACKGROUND Resolution 19-18 passed on January 2, 2018 approved a Professional Engineering Service Agreement with McGoodwin, William's and Yates, Inc. in the amount of$575,309.00 for the engineering design of the East Fayetteville Water System Improvements and Township Tank Project and further a project contingency of$57,331.00. DISCUSSION: During the preliminary design process, it was determined to request the addition of"Line 1-13" as recommended from the 2011 Water Master Plan Study(re: page 8-24)to this east service area project. Line 1-13 is described as 12 inch water line to replace the existing 6 inch water line that services Goshen and fills the Goshen Tank. Adding Line 1-13 into the east service area project should reduce overall design and construction costs comparable to a separate project. BUDGET/STAFF IMPACT: The proposed not-to-exceed amount Amendment No. 1 will use$57,326.00 of the$57,331.00 available contingency. Attachments: Proposed Contract Amendment No. 1 (PDF) signed by McGoodwin,Williams and Yates, a Division of Olsson Associates. Mailing Address: : 113 W.Mountain Street www.fayetteville-ar.gov Fayetteville,AR 72701 AMENDMENT NO. 1 To AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And McGOODWIN,WILLIAMS,AND YATES, a DIVISION OF OLSSON ASSOCIATES EAST FAYETTEVILLE AND TOWNSHIP PRESSURE PLANE IMPROVEMENTS WHEREAS,on January 2,2018,the City of Fayetteville,Arkansas(C11 Y OF FAYETTEVILLE)and McGoodwin,Williams and Yates,a Division of Olsson Associates of Fayetteville,Arkansas (ENGINEER)entered into an Agreement for engineering services in connection with the East Fayetteville • and Township Pressure Plane Improvements(the"Project");and WHEREAS, the scope of the current Agreement includes the ENGINEER providing services in connection with the evaluation,design and/or construction administration for a 12-inch waterline along • Highway 45, and the CITY OF FAYETTEVILLE now wishes to increase the scope of work to include approximately 9,100 linear feet of additional water line; and WHEREAS,the current Agreement must now be amended to provide the additional scope and amount of compensation to the ENGINEER for the additional work; NOW THEREFORE,in consideration of the mutual covenants and Agreements herein contained, CITY OF FAYETTEVILLE and the ENGINEER,the parties hereto,stipulate and agree that the Agreement for • Engineering Services dated January.2, 2018,is hereby amended in the following particulars: SECTION 5—PAYMENTS TO ENGINEER Delete Paragraph 5.1 and replace with the following: 5.1 The maximum not-to-exceed amount authorized for this Agreement is$630,635.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on a Unit Price or Lump Sum basis as described in Appendix A. APPENDIX A—SCOPE OF SERVICES A.4 Compensation Delete Paragraph A.4.1 and replace with the following: • A.4.1 E.Fayetteville Improvements(MWY/OA Project No.018-0031): 1. The maximum not-to-exceed amount for services described in Section A.2.1 Detailed Design and Preparation of Construction Plans and Specifications and Section A.2.2 Bidding and Preconstruction Services is$463,873.00. This Amendment increases the E.Fayetteville Improvements and the total project by$57,326.00, 018-0031 &018-0032 Amendment 1 Page 1 A.5 Project Design Schedule Delete Paragraph A.5.2 and replace with the following A.5.2A E.Fayetteville Contract Section II(MWY/OA Project No.018-0031): 1. Submit 30%design drawings and preliminary opinions of probable construction cost. o 90 Calendar days after NTP 2. Revise 30%design drawings and submit 60%design drawings,opinion of probable cost. o 120 Calendar days after receipt of written comments from the CITY OF FAYETTEVILLE regarding 30%design drawings. 3. Revise 60%design drawings and submit 100%design drawings,opinions of probable cost, and easements. o 120 Calendar days after receipt of written comments from the CITY OF FAYE 1'1 EVILLE regarding 60%design drawings. 4. Anticipated overall design timeline to produce biddable construction documents for agency/city review: o January 2018 through January 2019 A.5.2B E.Fayetteville Contract Section III(MWY/OA Project No.018-0031): 1. Submit 30%design drawings and preliminary opinions of probable construction cost. o 135 Calendar days after NTP , 2. Revise 30%design drawings and submit 60%design drawings,opinion of probable cost. • o 120 Calendar days after receipt of written comments from the CITY OF FAYETTEVILLE regarding 30%design drawings. 3. Revise 60%design drawings and submit 100%design drawings, opinions of probable cost, and easements. o 120 Calendar days after receipt of written comments from the CITY OF • FAYETTEVILLE regarding 60%design drawings. 4. Anticipated overall design timeline to produce biddable construction documents for agency/city review: o. January 2018 through February 2019 All other provisions of the original Agreement remain in full force and effect • 018-0031 &018-0032 Amendment 1 Page 2 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENINIEI ER,by its authorized officer have caused this Amendment to be duly executed this (314"‘ day of ,2018. CITY OF FAYETTEVILLE;ARKANSAS McGOODWIN.WILLIAMS,AND YATES .A DIVISION OF OLSSON ASSOCIATES . • By:AtAs.. 11) t;) 134°7"6-ij Lioneld Jon .- Brad B. attitriond,P.E.;Team Leader ATTEST: By: • , ,/ ,/ (f):. By: City Clerlco .,I T R e!t, Sterling Cram P.E.;Region Leader OI- ***** .t.t.e.,..Z:t\ •( :ZS-• •-PI, • • c kk_k_E; = END OF AMENDMENT NO. 1 TO 'Et): E- OREE!Atli'FOR PROFESSIONAL ENGINEERING SERVICES • WPN G CP1.‘;‘ • 018-0031 &018-0032 Amendment 1 Page 3 6+1112018 PROJECT NUMBERSoi 243731 MCGOODWIN,WILLIAMS&YATES/OLSSON ASSOCIATES•FEE ESTIMATE EAST FAYETTEVILLE A IMPROVEMENTS•CONTRACT SECTION I Design&Bid Phase t44H•HOURS TASK TASK TASK ESKER 71 ENCREI ENGR SI ENGA4l KR 31 ENGA 21 ENGR?I AHCH3I ARCH21 ARCH I[TECH 61 TECH51 TECH4J TECH 31 TECH 21 TECH 11 ADMIN$FAWN 41 ANN 31ADMlN 21 ADMEN 11 GPS1440-HRS COST East Fayetteville Improvements(018.0031) Contract section I-System Improvements Design 8 Preparaiton of Plans and Specllicallons Survey Existing Utility locales t 1 2 3260 Sat Control and Topo Route 2. • 2 1 5 5276 Proeess Data I 3 4 8300 Easements(1 Parcel) Research I I 2 5200, Field Work I • 1 - 1 3 $270 Prepare Easements&Plot Deeds 2 t , . 4 ,$420, 1 Preparation of Plans and Specifications Develop Title and Index Sheets I 2 7 5913 Develop Alignment Map with Aerial Photo 2 8 t t $1361 Detail Sheets 1 2 4 s i5 Si,BO1 PRV and Vault Improvement Detail Sheets 2 4 8 10 2452,930 PSV and Vault Improvement Detail Sheets 2 24 16 24 66 5&116 Coordinate Electrical and Controls 2 6 ato 52,726 Quantities and Develop Opinion of Probable Cost I 2 6 415 $1.790 Develop SWPPP and BMP Plans •• I is 12 ' 23 5209 Develop Specifications and Contract Documents 4 32 40 3 t6 94 $11,204 Meetings with City Staff for plan reviews6 6 32 $5,200 MWY Inhouse plan review 1 8 8 17 32,205 Allowance for Owner-Requested Additions or Changes 4 12 @ 12 20 $5,604 Run copies and assemble plan and specification sets 2 a 6 19 $1,696 Bid and Preconsfruction Phase Services Coordinate Advertisement and Distribute Plans 2 a to 51,000 - Attend Pre-Bid Conference and Prepare Minutes 4 4 a 3920 Questions from Planholders 4 4 6560 Assist Addendum Preparation 4 a 12 91,200 Attend Bid Opening&Assist with Evaluation of Bids 2 4 6 $030 Recommendation&Contract Award i 2 2 5 5045 Attend Public Meetings 4 4 85E0 Assist with Construction Contract Preparation 2 4 6 570 TOTAL HANHOURS I o 141 I 140 I n I o I ss I o I 0 I o I o 116 1100 1 0 1 6 1 0 1 0 152 1 0. 1 e 1 a 1 0 1 2 1 45$ I Subtotals East Fayetteville Improvements(010.0031) Contract Section I•System Improvements Survey $1,0?6 Easements(1 Parcel) $866 Preparation of Plans and Specifications $47,7E0 Bid and Preconstruction Phase Services $6,625 Subtotal MWY Services $56,337 • ReimbursableslAdditional Services ' Miscellaneous(Review Fees,Title Work,Arkups $1,5C0 Electrical Engineer $5,000 • TOTAL Contract Section I $62,827 61112018 PROJECT NUMBERS 016-0031 McGOODWIN,WILLIAMS&YATESIOLSSON ASSOCIATES•FEE ESTIMATE EAST FAYETTEVILLE IMPROVEMENTS•CONTRACT SECTION II Design&Bid Phase • MAN•HOURS TASK TABS( TASK ENGR71 ENGR61 NOR ENGA41 ENO 31 ENGR21 ENGR11 ARCH 31 ARCH21 ARCH 11 TECH61 TECHSI TECH 41 TECH3I TECH21 TECH 11A081445140011144IA0MIN3IADMIN2IAOMIN11 GPS NAN•HA5 COST East Fayetteville lmprovernenrs(018.0031) `Con reef Section II-Gulley Road Tank& Site Piping Imprdvements Design&Preparation of Plans and Specifications Survey ,. Exis1ingUtility Locates I 1 2 5200 Ser Cohtrol and Tope 16 16 1 3a ' $3,278 • rocess Data 1 ' 3 • A t 8,360 Preparation of Plans and Specifications Develop Title and Indec Sheets 2 4 7 $813 Develop•Vicinity Map with Aerial Photo 1 2 e 11 ' $1,361 Develop Access Road Improvements Sheet 2 6 16 24 • 63,002 Develop Tank Sile.Plan and Yard Piping Sheet 2 24 24 40 90 1 $10,850 Develop Tank Plan and Elevation Sheet „ 24 24 40 . 92 $11.220 Coordinate Electrical and Controls 2 • 8 8 16 $2,3.1 - DetailSheet 2 4 24 24 - 54 $6,258 Quantities and Develop Opinion of Probable Cost 2 4 e 2 16 : $2014 Develop SWPPP and BMP Plans 2 2 a ; 8 20 $2,426 Develop Specilicauons and ConiractDocumems a 40 40 16 104 012520 Meetings with Cily Staff fol plan reviews 16 15 32 $5,260 MWY•In-house plan review 2 8 18 25 537:0 Allowance for Owner-Requested Additions or Changes 4 12 11 i 12 40 55,6(4 Run copies and assemble plan and specification sets 2 • e a 18 $1,880 Bid and Preconslruction Phase Services Coordinate Advertisement and Distribute Plans 2 a 10 $1,000 Attend PreBid Conlerence and Prepare MinuIOG 8 8 16 ' $1,640 Quesiionsirom Planholders 12 12 51,6660 Assist Addendum Preparation 8 9 15 51,9:0 Attend Bid Opening&Assist with Evaluation of Bids 2 4 6 5910 Recommendation S Contract Award 1 2 3 5 5645 Attend Public Meetings 4 4 soon Assist with Construction Contract Preparation 2 , 4 6 5720 i TOTALMANHDURe 1 0 1 53 1 1;4 1 0 1 0 ) 140 'is le to le 1 3a 1 170 1 1 1 20 I e le 154 I o lo la fort l sBs I 1 Subtotals East Fayetteville Improvements(018-0031) Contract Section II•Gulley Road Tank& Survey $3,836 Preparation of Plans and Specifications $68,960 Bid and Preconstruction Phase Services $9,225, Subtotal MWY Services $82,021 ReimbursableslAdditianal Services Miscellaneous(Review Fees,Title Work,Arkups) $800 Electrical and Instrumentation $5,000 TOTAL Contract Section II $87,821 .8'.; !..:,,,,,I:,Li,,,,,: -zg,..,,5E. -a l',j a a at a t a a 5 5:i.r.,.'5,.;,'...-;;13 ..7L:::.;•• • 0.'—'.10..e.... ON ..M.N .. """" in. 1.7,. .....7, :... a:A';,,,,7..Zi 7.'-''.fl ':`1 3 g Ff5 4 2,7,2 ,'-'!!ft T"'"" F' -fri 5 1 T.,2 VI LI gli g 0.— , • .;..._ _ . — "3-it fWgr. TifS.51 t? -, h .2a_ V. gg 4g30 ! 4 a ' gil Eilz 1 .izS) ! _ a.s.! L..,,T. .92g.g5 1 = E 7, * i ' o 20 ce r. guI, 1 5., =g .9. E. 4.7, g% E- 4 . • 75t7i gg gg t g — a-2 'Las I— — Tn. 4 = z ma- 0 1 2 Z g wm 8 0 — w I— :t;':: A •,,, r. C.) w w 1 ' . 5_ UJ 'CC _ 5 4 i)" 00 g - - 0 . 0 = 2 0 ci z — 9 2 in o w _ as g _, _ 0 UJ• ° as 5 a •,..; .t. i 7. ,.. • w 0 _1 W m i>- o 5 4 i O — 0 — 0• < E __ 0 W 5 1. I AAAA t o!.43 ;;A .gt ii i • . i . o I ,rt 5 2 _ . -,..- 5 . 15 th 4 r5 - 1- 2 ..: :e .,`. ,.-. ,.'13 =_ T•3 ,1 !...2 . m .zi. ,.:,.. 7, 71.y.,. d• z., a 2 —,.• S .V 'a ","'g g 5 9. E —V , ,,,ns . ..9 , .0 5 2e 1 , 5290 a g ' ' I i i'e a .g ; . s'.2 .2 ti ai• ,,:t ii; g 7 -u -s- ' 21 ( .g ,r,-. a,--, E15.„g ‹117,,,* .g! , .t t -24. -13g,l•%a,.,.„It-s.E-.EtIgr!. • .—t1g,1a-▪ 2T.2ei.. 1=2..'12; Ff)2sbi,s...2, ...i5.-, '1g•t•1'•—.•c-.1t6.2-'1,-'og43 E 1 ' g T82:0r ? 91 ts . !007kTg g - 324l " ? t m .1 i I ; 7n8, tza .g . k• . . 22DF463“ 8==th50t- , e2 .2 -A, : • E .2,--..,,,,,,0:6,-,,,,t6,-...,,,,.6.!..?1,023 ,);f41 :,g 2 t. 1.-,, 'a rj.gtE,41 g tg- gr, 21111 84-.1.:9; -.9::, _81.2's•si g..'..'p,,%s'g 2:& I.,3 LI u- Z.. g‘. -:@.<21.•F zca agl,,-? g,,R g?E!?.iS t V t is-12 2 2 7.,-A.A 6 c•Pfi .0 a fl:L.1 g§fi•g. L,. g u ', 15-a&aza,v zza&11, it8z4,3 -aa,Baff&a82.2., ,Z (.3 ai-,30Q ..... .Q, :s E a '8 3 • - 2 I 611112018 PROJECT 41.1119545 0180012 McG00DWIN,WILLIAMS&YATES/OLSSON ASSOCIATES.FEE ESTIMATE TOWNSHIP PRESSURE PLANE IMPROVEMENTS _ Design&Bid Phase U04•HOURS 1.151 IAS{ vst 61747[Erawels1:neolGR416r;GRtlne.71VA11Atli ti44ci4t( ?cv71IECHa[1644iileen,IITECHifTEC5,11'EenI1ADWISTA951eriIAo61sndnoiAelsloow4J6PS MuF.0 Con Township Pressure Plane Improvements(018.0032) •DesIgn&Preparation ol Plans and Specifications Survey , Exlsiirg Ul101y locates 3 a 4 1500 j set'Control and Topo ROtac 14 a 14 45 50,864 Procdss Dela 7 4 9 5060 Boundary Survey(AshSneclPurim Station) 21 It 1 oa 53,038 Easements(7['wools) Aesearch 4 4 e s920 Flat Work 2 2 7. 6 5650 Prepare Easements a PhI Deeds 12 4 10 51,000 Preparation of Plans and Specifications ,. Develop Title and Index Sheets I 2 4 1 Silo Der*Vicinity Woo with Aerial Photo I 4 • a I I 51:061 Doveldp'Plan and Pmlib Sheets(2)on 22'a34'Sheets 2 +, a 07 44 55.01 • Existing Pump Slatron Occommisstonlrg I e' c 1s 51,001 • Booster Station Silo Plan 2 16 54 40 92 53.730 Booster Station Plan,Sections and SChOtlule 2 0 24 40 40 57130 Boaster Pump Station Foundation Plan,Gen Pad 54 40 4 50.210 Booster Station Site Details 2 + 14 77 '64 $6.270 Davop. piank•Siie Plan and Yard Piping Sheet 2 1e a+ so e2 59,130 DevcbpTankPlanandElevalionSheet 2 a 24 45 14 sore OOvoap Tank Detail Sheets „ 6 16 74 So $5,9,{8 CodrdinaleElectrical and Instrumentation 2 0 10 51,100 Evaluatlpo,Survey 6•Dasi9n of i 2'Waterline or allernale Tack Site(5 sheets) 7 6 , 14 IS 54 11 3 IN 510704 QuanliUes and Develop opinion ol Probable Cost • 2 4 0 , r II 61.05e Develop SWPPP and BMP Plans(2) 2 6 012 a 50 65,106Nebo Specifications and Contract Documents 0 40 as 74 512,520 . MOolinrgs ally City Stan for plan reviews 14 14 .2 so sa.42r Revlso pans per Easement Negotiations 12 17 2r Ili 51,5I81 MWYln•houseplanrevlew 7 s r5 26 80,410 Allovianco for Own r.ReouestedAdditions or changes 4 40 4u 40 174 5I5,270 Run coptes aandssemble plan orad specllialbn sets t, e • 0 • 18 51,830 61d and Preconsbuction Phase Services Coordinate Advertisement and Distribute Plans a I0 $1,040 Allond P/0•Bid Cm4erenec and Prepare Minutes 4 a I4 $1,019 Ooeslbns tram•Planholdors 4 747a 54;IW Assi5Addendum Preparation e a I5. 51,740 A4eed;Bid Openings Assisi mlh Evaluation al Bids 2 a e 5910 Racommendalian 6 Contract Award I 2 7 5 5545 Alidnd Public Maetirrgs r 4 $460 Assisi With Construction Cohtiact Piaparalion 2 4 6 5750 rOTv1.14.Vs40u43 1 0 1 "74 1 304 1 0 1 0 1 04 i o I 0 I $ l a 184 1010 1 e I se .1 o 1 0 ' sale la 1 0 1 0 1 25 1 tars 1 Subtotels Township Pressure Plane Improvements(018.0032) Survey $8,960 Easements(7 Parcels) $3,152 Preparation ol Plans and Specilicalions 5137,005 Bid and Preconsuuction Phase Services $11,645 Subtotal MWY Services 8160,762 ReimbursableslAddirional Services I Miscellaneous(Review Fees,Title Work,Arkups) $1,000 Electrical and Instrumentation 55,000 Total $166,762 MWY/OLSSON ASSOCIATES- FEE ESTIMATE SUMMARY East Fayetteville Improvements(018-0031) (Contract Sections I,II,III) Survey $40,542 Easements(71 Parcels) $48,078 Preparation of Plans and Specifications $321,958 Bid and Preconstruction Phase Services $27,495 Subtotal MWY Services $438,073 Reimbursables/Additional Services Miscellaneous (Review Fees,Title Work,Arkups) $5,800 Electrical and Instrumentation $20,000 Total $463,873 Township Pressure Plane Improvements(018-0032) Survey $8,960 Easements (7 Parcels) $3,152 Preparation of Plans,.and Specifications $137,005 Bid and Preconstruction Phase Services $11,645 Subtotal MWY Services $160,762 Reimbursables/Additional Services Miscellaneous (Review Fees, Title Work,Arkups) $1,000 Electrical and Instrumentation $5,000 Total $166,762 • Total Both Projects $630,635 II