Loading...
HomeMy WebLinkAbout189-21 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 189-21 File Number: 2021-0497 BURNS & MCDONNELL ENGINEERING COMPANY, INC. - 2019 STREET IMPROVEMENT BOND PROJECT: A RESOLUTION TO AUTHORIZE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH BURNS & MCDONNELL ENGINEERING COMPANY, INC., PURSUANT TO RFQ 921-01 SELECTION #11, FOR THE DESIGN OF THE MILLSAP STREET AND COLLEGE AVENUE PROJECT IN THE AMOUNT OF $300,000.00, TO AUTHORIZE THE MAYOR TO ACQUIRE THE NECESSARY EASEMENTS AND RIGHT-OF-WAY FOR THE PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT 2019 STREET IMPROVEMENT BOND PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a professional engineering services agreement with Burns & McDonnell Engineering Company, Inc., pursuant to RFQ #20-01 Selection 11, for the design of the Millsap Street and College Avenue Project in the amount of $300,000.00, and further authorizes Mayor Jordan to acquire any necessary easements and right-of-way for the project. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 7/20/2021 Page 1 Printed on 7121121 Resolution: 189-21 File Number: 2021-0497 Attest: 1l11ittff �= Kara Paxton, City Clerk Treasvr5t- U1LLE; �`'4 �' �QN Cam■►��. �"1111111'0 Page 2 Printed on 7/21/21 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2021-0497 Agenda Date: 7/20/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.3 BURNS & MCDONNELL ENGINEERING COMPANY, INC. - 2019 STREET IMPROVEMENT BOND PROJECT: A RESOLUTION TO AUTHORIZE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH BURNS & MCDONNELL ENGINEERING COMPANY, INC., PURSUANT TO RFQ #21-01 SELECTION #11, FOR THE DESIGN OF THE MILLSAP STREET AND COLLEGE AVENUE PROJECT IN THE AMOUNT OF $300,000.00, TO AUTHORIZE THE MAYOR TO ACQUIRE THE NECESSARY EASEMENTS AND RIGHT-OF-WAY FOR THE PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 STREET IMPROVEMENT BOND PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a professional engineering services agreement with Burns & McDonnell Engineering Company, Inc., pursuant to RFQ #20-01 Selection 11, for the design of the Millsap Street and College Avenue Project in the amount of $300,000.00, and further authorizes Mayor Jordan to acquire any necessary easements and right-of-way for the project. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 7/21/2021 Matt Casey Submitted By City of Fayetteville Staff Review Form 2021-0497 Legistar File ID 7/20/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 6/23/2021 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $300,000.00 with Burns & McDonnell Engineering Company, Inc. for design of the Millsap St. and College Ave. Project, per RFQ 21-01, selection #11, authorizing the Mayor to acquire the easements and Right of Way for the project and approval of a budget adjustment. Budget Impact: 4602.860.7227-5860.02 4602 - Streets Project (2019 Bonds) Account Number Fund 46020.7227 Millsap/College Intersection Improvements Project Number Project Title Budgeted Item? Yes Current Budget $ 15,000.00 Funds Obligated $ 448.86 Current Balance 14,551.14 Does item have a cost? Yes Item Cost $ 300,000.00 Budget Adjustment Attached? Yes Budget Adjustment $ 300,000.00 Remaining Budget V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: —� CITY OF FAYETTEVILLE ARKANSAS MEETING OF JULY 20, 2021 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director FROM: Matt Casey, Engineering Design Manager DATE: June 30, 2021 CITY COUNCIL MEMO SUBJECT: Approval of a contract in the amount of $300,000.00 with Burns & McDonnell Engineering Company, Inc. for design of the Millsap St. and College Ave. Project, authorizing the Mayor to acquire the easements and Right of Way for the project and approval of a budget adjustment, per RFQ 21-01, selection #11. RECOMMENDATION: Staff recommends approval of a contract in the amount of $300,000.00 with Burns & McDonnell Engineering Company, Inc. for design of the Millsap St. and College Ave. Project, authorizing the Mayor to acquire the easements and right of way for the project and approval of a budget adjustment, per RFQ 21-01, selection #11. The Transportation Committee recommended approval of this contract at the June 29, 2021 Transportation Committee meeting. BACKGROUND: The project includes improvements to Millsap Street near the intersection with College Avenue and addition of a connection road on new alignment between Sain Street and Millsap Street. The improvements to Millsap Street include an additional lane west of College Avenue to provide additional left turning capacity, realignment of lanes on both sides of College Avenue, signalization timing and phasing improvements and installation of crosswalks and pedestrian signals. The new connection road will be a 2-lane local roadway that connects to a proposed roundabout on Sain Street and will have an unsignalized intersection with Millsap Street. DISCUSSION: On March 20th, Burns & McDonnell Engineering Company, Inc. was selected by committee based on RFQ 21-01, selection #11. Staff has worked with Burns & McDonnell to prepare a detailed scope of work and contract for this project. They have provided a proposed scope and fee in the amount of $300,000.00 for the design of this project. Design should be complete and ready for bid in the third quarter of 2022. BUDGET/STAFF IMPACT: The design for this project ($300,000.00) will be paid for with the funds from the 2019 Transportation Bond Fund. The funding for the construction of this project is planned for the second phase of the bond program. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Attachments: Vicinity Map Engineering Agreement Budget Adjustment AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And BURNS & MCDONNELL ENGINEERING COMPANY, INC. THIS AGREEMENT is made as of Lk C—V 2021, by and between City of Fayetteville, Arkansas, acting by and throe is Mayor (hereinafter called CITY OF FAYETTEVILLE) and BURNS & MCDONNELL ENGINEERING COMPANY, 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 related to the MILLSAP ST/COLLEGE AVE INTERSECTION IMPROVEMENTS (hereinafter called PROJECT) to which this Agreement applies and shall give consultation and advice to CITY OF FAYETTEVILLE during the perfonnance of ENGINEER's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. Professional Engineering Services Contract-BMcD-Millsap Backage Agreement SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE 3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of ENGINEER. 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Obtain for ENGINEER 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 City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The City Engineer shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.6 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 described in Appendix A. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The lump sum amount authorized for this Agreement is $300,000.00. 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 determining the value earned as the work is accomplished. Final payment for professional services shall be Professional Engineering Services Contract-BMcD-Millsap Backage Agreement 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. 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 insurance coverages: Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $2,000,000 Combined Single Limit per Occurrence and in the Aggregate $1,000,000 Combined Single Limit per Accident $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. Professional Engineering Services Contract-BMcD-Millsap Backage Agreement 6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights of subrogation 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. A provision similar to this shall be incorporated into all construction contracts entered into by the CITY OF FAYETTEVILLE, and all construction contractors shall be required to provide waivers of subrogation in favor of CITY OF FAYETTEVILLE and ENGINEER for damage covered by any construction contractor's property insurance. 6.2 Professional Responsibility 6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of ENGINEER. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating parry, 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. Professional Engineering Services Contract-BMcD-Millsap Backage Agreement 4 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by ENGINEER in performing this Agreement, whether completed or in process. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of this clause. 6.6 Delays 6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to additional compensation and time for reasonable costs incurred by ENGINEER in temporarily closing down or delaying the Project. Professional Engineering Services Contract-BMcD-Millsap Backage Agreement 6.7 Rights and Benefits 6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other parry 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 Professional Engineering Services Contract-BMcD-Millsap Backage Agreement 6 deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or electronic media prepared by ENGINEER as part of the Services shall become the property of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services rendered, provided, however, that ENGINEER shall have the unrestricted right to their use. ENGINEER shall, however, retain its rights in its standard drawings, details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of ENGINEER. Except for the ENGINEER's services provided for by this Agreement as related to the 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. Professional Engineering Services Contract-BMcD-Millsap Backage Agreement 7 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: 6576 Lynch's Prairie Cove, Suite B Springdale, AR 72762 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 parry of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility to its standard of care set forth in Section 6.2.1. 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 direct third -party property and personal injury damages to CITY OF FAYETTEVILLE to the extent caused by ENGINEER's negligent performance of the services furnished under this Agreement; ENGINEER shall not be liable for errors, omissions or other deficiencies to the Professional Engineering Services Contract-BMcD-Millsap Backage Agreement extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 In no event will ENGINEER be liable for any special, indirect, or consequential damages including, without limitation, damages or losses in the nature of increased Project costs, loss of revenue or profit, lost production, claims by customers of CITY OF FAYETTEVILLE, or governmental fines or penalties. 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 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 records pertaining directly to subagreement performance, excluding any financial records of ENGINEER; Professional Engineering Services Contract-BMcD-Millsap Backage Agreement 9 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 FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. Professional Engineering Services Contract-BMcD-Millsap Backage Agreement 10 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. BURNS & MCDONNELL ENGINEERING COMPANY, INC. Digitally signed by Steven ( Beam ,1—fir Date: 2021.06.24 ! 14:28:06-05'00' M,Cir, Li'oneld dan itr;fj Steven Beam, Business Manager 7Tp:'�'. ATTEST: •�yt�: •�l ; �• : gs�z'��, 42 By: ; = Title: City Clerk = - 1 tVIL LE END OF AGREEr •• ..4) .�C+ IONAL ENGINEERING SERVICES Professional Engineering Services Contract-BMcD-Millsap Backage Agreement N BURNS *KMSDONNELL APPENDIX A TO PROFESSIONAL ENGINEERING SERVICES AGREEMENT MILLSAP ST/COLLEGE AVE INTERSECTION IMPROVEMENTS SCOPE OF BASIC SERVICES PROJECT DESCRIPTION The City of Fayetteville (Owner) plans to design and construct improvements to Millsap Street near the intersection with College Avenue and to construct a backage road on new alignment between Sain Street and Millsap Street. The improvements to Millsap Street include an additional lane west of Highway 71B to provide additional left turning capacity; realignment of lanes on both sides and signalization timing and phasing improvements; and installation of crosswalks and pedestrian signals. The connection of Front Street to Millsap Drive will also be closed. The new backage road will be a 2-lane local roadway that connects to a proposed roundabout on Sain Street and will have an unsignalized intersection with Millsap Street. The proposed project will require surveys, geotechnical investigations, design, and bidding services. Construction administration and observation is not included in the base scope of services but may be added through contract amendment at a later time. I. SERVICES PROVIDED BY THE OWNER: 1. Conduct reviews of design documentation, construction plans, specifications, and cost estimates. 2. Provide aerial and mapping data, if available 3. Host the necessary public involvement meeting and public hearings. 4. Publish and pay for public notices and legal notice. 5. Provide Spanish translation services at public meetings as necessary. 6. Provide right-of-way appraisals, acquisitions, and relocations, if required. 7. Advertise and receive construction bids. II. SERVICES TO BE FURNISHED BY THE ENGINEER: ENVIRONMENTAL CLEARANCE DOCUMENTATION No environmental permitting is anticipated to be required by the project. Therefore, Environmental Clearance Documentation is excluded from the Scope of Services. A. PUBLIC INVOLVEMENT MEETING The Engineer will plan, coordinate, participate in, and assist the City in conducting one Public Involvement Meeting near the project area. The Engineer will identify the logistics involved in selecting the meeting site with the City. The City will subsequently secure/reserve and pay any rental costs for such site and any necessary equipment. The Engineer will prepare and submit notice of public involvement meeting to the City and ARDOT for review and approval and will place the approved notice in a local newspaper in accordance with ARDOT polices and requirements. The City will be responsible for payment of the publication of legal notices and ads. The Engineer will prepare public involvement displays, sign -in sheets, comment sheets, and other materials for the Public Involvement Meeting, as necessary. The Engineer will provide adequate numbers of handouts and displays for the public involvement meeting and will provide four (4) personnel to support the Public Involvement Meeting by being prepared to answer questions and explain all concepts of the proposed project. As directed by the City, the Engineer will obtain the Project Mailing List database from the City and update as necessary. The Engineer will develop and maintain the Project Mailing List database of names/addresses to be utilized in distributing the Public Meeting notice. Persons attending the Public Meeting will be added to the database when requested by the same. The Engineer will compile comments received at the Public Meeting and document the same in the form of a synopsis that will include comments cards, letters, attendance sheets, summary of input, response to public comments, etc. This will include photographs or copies of informational displays, handouts, etc. The Engineer also will prepare and submit the Title VI report. FIELD SURVEYS AND MAPPING The Engineer shall be responsible for obtaining all required aerial photography and topographic mapping (other than that provided by the Owner). The Engineer shall also be responsible for all field surveys including topographic surveys, hydraulic surveys, property surveys, and utility surveys, as needed, to identify all existing features along the project including soil borings and establishing project control. All services performed shall be consistent with Arkansas minimum standards and in compliance with Arkansas laws and regulations governing the practice of Land Surveyors and with all Federal, State and Local laws, regulations, and ordinances applicable to the work. ROADWAY DESIGN AND PLANS A. CONCEPTUAL ALIGNMENTS/ ALTERNATIVES (10% Submittal) 1. The Engineer shall prepare an alignment study based on field surveys and mapping. The alignment study will show proposed centerline, curb/edge of pavement, and sidewalk for review and concurrence by Owner of the general scope of proposed improvements. 2. Engineer will prepare a Conceptual Opinion of Probable Construction Cost (OPCC). B. CONCEPTUAL ROADWAY DESIGN (30% Submittal) Submit design criteria to be used in the design of the project for approval by the Owner prior to beginning preliminary design work. Submit 30% plans for review by the Owner to include at a minimum: the proposed alignment with horizontal curve data, grades with vertical curve data, limits of construction, existing property lines and r/w, floodway and floodplain limits, and existing aerial photography and/or topographic survey. 30% plans will include plan and profile, typical section, and intersection layouts. 30% OPCC Documents will be submitted in PDF format for review by Owner. CAD and hard copy plans will be provided, if requested. C. PRELIMINARY ROADWAY DESIGN (50% Submittal) Provide pavement design alternatives using AASHTO design procedures or Owner standards and submit recommendation to Owner for approval. Public Meeting, if requested The Engineer shall prepare all design related displays to be used at the public meeting when needed. This would include, but not be limited to plans of the proposed route illustrating the proposed horizontal and vertical alignments complete with all bridge structure. All proposed and existing right-of-way requirements, including easements, shall be included on this display. The Engineer shall assist the Owner at the meeting by being prepared to answer and explain all concepts of the proposed design. The Engineer shall also be responsible for developing a written transcript of the public comments and provide written responses to each comment. This written transcript shall be furnished to the Owner for the completion of the project certification. 3. The preliminary roadway plans (50% submittal) shall show, as a minimum: a) The title sheet. b) The typical sections will include notes pertaining to slopes, tolerances, leveling, and other items. The typical sections will contain information depicting the width of the subgrade, all lanes, shoulders, and clear zones. The side slopes (run/rise) and finished grade cross slopes (ft./ft.) will also be shown. The point of profile will be defined and the location of pipe underdrains if needed will be illustrated. The location and shape for all ditches will also be depicted. c) The approved pavement designs will be incorporated into the typical sections. d) Project specific details required to properly construct elements of the job that are not covered in the Owner's standard drawings or other plan drawings will be developed as needed. e) Survey control data. f) Roadway Plan & Profile Sheets The plan and profile sheets will contain information including the following in the plan view: proposed centerline and travel lanes, existing topography, existing utilities, horizontal geometry (curve data, PI's, bearings), north arrow, lane and shoulder dimensions, taper dimensions, proposed driveways and side streets, proposed cross drains and related construction notes, bridge end stationing, sketch of bridge layouts, guardrail locations, turning radii, limits of existing and proposed right-of-way and control of access (including fence), permanent and temporary construction easements, construction limits, location of right-of-way points and benchmarks, floodplain limits, and other data as required. The plan and profile sheets will contain information including the following in the profile view: proposed vertical geometry (including VPI's, grades, and ditch grades), superelevation station limits, benchmarks, existing ground profile, and drainage information. g) Maintenance of Traffic Plans (50%) The maintenance of traffic signing details will suggest a sequence of construction to complete major phases of the project. It will clearly identify barricades to be placed, striping to be removed, striping to be placed prior to diversion of traffic, and possible detour routes and the stages required to maintain traffic during construction. h) Signing & Pavement Marking Plans (50%) i) Erosion Control Plans j) Culvert Diagrams (if applicable) k) Traffic Signal Layout Sheets (if applicable) 1) Water & Sewer Relocation Plans (if applicable and authorized by Amendment to this Scope) 4. Documents will be submitted in PDF format for review by Owner. CAD and hard copy plans will be provided, if requested. 5. Attend plan review meeting. 6. Make revisions necessary to respond to comments made at the 30% and 50% review as well as comments made at the preliminary field inspection. 7. 50% OPCC. 8. Preliminary Drainage Report D. FINAL ROADWAY DESIGN (90/100% Submittal) The objective of this phase is to complete roadway, and right-of-way plans for the project. In the final design phase, comments from the 50% submittal will be addressed, all quantities will be calculated, right-of-way plans developed, and a final OPCC developed. Comments from the 90% submittal will be incorporated. 1. Comments from the review of 50% plans will be incorporated in 90% plans and all sheets will be updated. 2. The permanent pavement marking details illustrate pavement markings and traffic sign placement. All signing, striping and delineation will be in accordance with the latest edition of the Manual of Uniform Traffic Control Devices and shall conform to Owner requirements. 3. Survey control sheets. 4. Erosion control plans will be developed and will include temporary measures that will be put in place at the start of construction. The information for temporary measures includes the location of silt fences (station/offset at PI's), rock berms, sediment basins, as well as other strategies to prevent pollution of streams by stormwater runoff from the project site. Erosion control plans will be developed to correspond to each Maintenance of Traffic stage of construction. Permanent erosion control measures that will be left in place after construction is complete will also be noted. 5. Cross sections for all roadways will be shown at a 1:1 scale and include the items required in the "Roadway Design Plan Development Guidelines". In addition, any matchlines will be labeled and sections will be provided at bridge ends, begin/end tapers, nose points, begin/end auxiliary lanes, and any pipes/culverts perpendicular to centerline construction. Inlet and outlet sections will be shown for pipes/culverts on skews. 6. The Engineer will produce plan and profile sheets related to the relocation of existing water and sewer facilities which are directly affected by the project, if authorized to do so by Amendment to this Scope of Work. 7. Quantities will be calculated and tabulated using the Owner's standard specifications. 8. Provide an index of sheets, a list of specifications, and general notes. 9. Provide a Project Manual that includes bid documents, agreement, general conditions, technical specifications, and special provisions. 10. Prepare and submit a SWPPP containing all the necessary data needed to obtain a SWPPP permit for the project. 11. 90% and Final OPCC. 12. Documents will be submitted in PDF format for review by Owner. CAD and hard copy plans will be provided, if requested. 13. Attend final plan review meeting, if required. 14. Make plan changes resulting from the 90% review, subsequent reviews, and final plan review meeting. 15. Perform all other work required to advertise and receive bids. 16. Provide Final Drainage Report. GEOTECIINICAL INVESTIGATIONS AND REPORTING This scope of work includes subsurface borings, testing, and recommendations along the proposed alignment for the backage road. The Engineer will be responsible for staking and locating field borings and then including coordinates and elevations for those borings in the report. Deliverables shall include a Preliminary and Final Geotechnical Report. No geotechnical investigations will be performed along Millsap Street. TRAFFIC DESIGN AND PLANS A. TRAFFIC DATA COLLECTION 1. Engineer will collect turning movement traffic counts at the intersection of Millsap & College. 2. Engineer will collect origin/destination data to understand the northbound movement of vehicles through the Millsap & College intersection destined for the flyover versus northward on College Avenue. B. TRAFFIC DATA COLLECTION ANALYSIS & DESIGN 1. Engineer will reforecast design year traffic based on obtained 2021 count information and regional travel demand model. 2. Engineer will use data to optimize lane assignments, storage, and cycle times of the intersection and traffic signal. 3. Engineer will use data to design advance signage and lane striping on northbound College Avenue. 4. Engineer will prepare plans and specifications for the traffic signal modifications meeting the requirements of the Owner's Traffic Division. These plans will be developed in sequence with the Roadway Design & Plans. RIGHT-OF-WAY PLANS M9Oki 1101L1104%\:a•/\21I17a10Rar l]MI`K"AI 1. Provide Right -of -Way Plans. Right -of -Way Plans shall be prepared and submitted to the Owner according to the following: Stage 1: At the time of 50% Roadway Submittal, provide a strip map with construction centerline, limits of construction, existing topography and proposed right-of-way plotted on complete parcel surveys with property lines identified. Stage 2: Prepare right-of-way documents to Owner specifications including a metes and bounds legal description of each parcel. Exhibits shall be adequate to clearly show all details, dimensions, bearings, distances and notes at 11"x17" sheet size (not smaller than 1"=100' unless approved in advance by Owner). Stage 3: Perform a thorough "in-house" review of the right-of-way documents. Stage 4: Prior to the 90% Roadway Submittal, provide 90% level right-of-way documents for review, legal descriptions, and "current owner" certificates of title with deeds attached. Stage 5: Submit final right-of-way documents and electronic files with corrections requested by the Owner. 2. Coordinate with Owner's Land Agent or Acquisition consultant, providing information as requested, in support of right-of-way appraisals and acquisitions. 3. Staking of Right -of -Way and/or Easements is excluded from this Scope of Work but may be performed on an hourly basis if authorized by Amendment. BIDDING PHASE SERVICES 1. Update Project Manual with key dates and information at the time of advertisement for bids. 2. Prepare Advertisement for Bids and submit to the Owner for issuance to newspaper(s). The Owner to pay advertising costs outside of this agreement. 3. Dispense construction contract documents to prospective bidders at the approximate cost of reproduction and handling. Owner to receive bids. 4. Answer questions from contractors during bid phase 5. Issue addenda 6. Conduct the pre -bid meeting, if necessary 7. Attend Bid Opening 8. Review and certify bids for construction 9. Prepare Bid Tabulations 10. Prepare Construction Contract 11. Issue letter of recommendation to Owner for acceptable of bid 12. Assist the Owner with project close-out for design. III. PROJECT CONDITIONS OF THE WORK a) The Engineer shall submit a project schedule which will permit all work to be completed within ten (10) months after receiving notice to proceed. It is understood that extenuating circumstances e.g. unusually long review periods or other administrative delays by any public agency would be justification to extend the design completion time frame. b) Coordinate design and construction with franchise utility companies' relocations and/or new locations to assure adequate space for all facilities and timely relocations. c) Notify Owner of needs to coordinate with relevant regulatory agencies as required (FEMA, USACOE, SI PO, ADEQ, USFWS and others) to resolve environmental issues and obtain permits if found to be required. At this time, no permits are anticipated to be required and therefore environmental coordination, documentation, and permits is excluded from this Scope of Work. d) Design and land surveys shall be performed to Arkansas minimum standards requirements and shall be supervised and certified (stamped) by a Professional Surveyor registered in Arkansas. e) All work performed by the Engineer shall be in compliance with all applicable Federal, State, and local laws, regulations, and ordinances. IV. COORDINATION WITH OWNER a) Coordination meetings will be conducted on an as needed basis. These meetings shall include the Engineer, the Owner, and others, as appropriate. The Engineer shall schedule these meetings with the Owner's concurrence, and compile and distribute meeting minutes, as necessary. V. DELIVERABLES A. Alignment Study Design Phase (10%) 1. Alignment Plan/Report 2. Conceptual Opinion of Probable Construction Cost (OPCC) B. Conceptual Design Phase (30%) 1. Design Criteria 2. 30% Complete Roadway Plans 3. OPCC C. Preliminary Design Phase (50%) 1. Geotechnical Report 2. 50% Complete Roadway Plans 3. Right -of -Way Strip Map 4. Preliminary Drainage Report 5. OPCC 6. 90% Right -of -Way Documents D. Final Design Phase (90/100%) 1. 90% Complete Roadway Design Plans. 2. Final Roadway Design Plans signed and sealed by an Arkansas Registered Professional Engineer. 3. Provide Special Provisions and complete Project Manual for bidding. 4. OPCC 5. Electronic files of the project design and plans on a compact disc in AutoCAD/Civil 3D format that is fully indexed (all reference files attached and set to load automatically.) txniDit A - JustiTication oT Uosts - miiisap Koaa & uoiiege Avenue intersection improvements SHEETS TASKS Number Avg. Hirs Per Avg. Cost Per Hours Cost Hours PM 444.0 Cost $ 78,738.00 LABORSUMMARY Hours 444.0 $ Cost 78,738.00 SUBCONSULTANTS Hours 0.0 DIRECTS TOTAL Cost W/MARKUP COST $ - RDY 43.0 13.6 $ 1,742.30 585.0 $ 74,919.00 104.0 $ 14,568.00 689.0 $ 89,487.00 0.0 $ - DRG 0.0 #DIV/0! #DIV/0! 0.0 $ - 88.0 $ 12,126.00 88.0 $ 12,126.00 0.0 $ - TRF 19.0 17.1 $ 2,216.84 325.0 $ 42,120.00 100.0 $ 15,660.00 425.0 $ 57,780.00 0.0 $ WALL 0.0 #DIV/0! #DIV/0! 0.0 $ - 0.0 $ - 0.0 $ - 0.0 $ TOTAL 62.0 14.7 $ 1,887.73 910.0 $ 117,039.00 736.0 $ 121,092.00 1646.0 $ 238,131.00 0.0 $ $64,715.44 $ 302,846.44 2b.5 = Hours oar Sheet S144.67 = Average Labor Rate Discipline Hours/Sheet Sheets Hours Labor Cost LABOR SUBCONSULTANTS Principal (Level l7+) Project Director (Level 16) Project Manager (Level 15) Associate Civil Engineer (Level 15) Senior Civil Engineer (Level 12) Staff Civil Engineer (Level 10) Project Assistant (Level 9) Designer (Level 9) CAD (Level 8) Field Rep. (Level 9) Public Involvement (Level 12) Structural Engineer nior Structural Engineer Staff Structural Engineer Assistant Structural Engineer Associate Environmental Scientist Senior Environmental Scientist Staff Environmental Scientist $220.00 $216.00 $214.00 $214.00 $183.00 $150.00 $132.00 $132.00 $111.00 $125.00 $183.00 Title Sheet Index of Sheets, Governing Specs, and General Notes RDY RDY 1 10.0 15.0 1.0 1.0 1 10.0 15.0 $ 1,188.00 $ 1,860.00 2.0 5.0 8.0 10.0 Project Survey Sheet (Millsep) RDY 8.0 1.0 8.0 $ 966.00 2.0 6.0 Project Survey Sheet (Backage) RDY 8.0 1.0 8.0 $ 966.00 2.0 6.0 Prop. Typical Sections of Improvement RDY 12.0 2.0 24.0 $ 3,054.00 10.0 14.0 Plan & Profile Sheets_Millsap (1"=20') RDY 15.0 2.0 30.0 $ 3,915.00 15.0 15.0 Plan & Profile Sheets_Backage (1"=20') RDY 15.0 2.0 30.0 $ 3,915.00 15.0 15.0 Intersection Details (2 Locaflons) RDY 30.0 2.0 60.0 $ 8,220.00 40.0 20.0 Driveway Details or Profiles RDY 20.0 2.0 40.0 $ 5,220.00 20.0 20.0 Utility Adjustment Plan RDY 1 15.0 2.0 30.0 $ 3,720.00 10.0 20.0 MOT Details RDY 20.0 3.0 60.0 $ 7,440.00 20.0 40.0 MOT Plan Sheets RDY 15.0 4.0 60.0 $ 7,830.00 30.0 30.0 MOT Profile Sheets RDY 15.0 0.0 0.0 $ Temporary Erosion Control Details (per MOT Stage) RDY 15.0 4.0 60.0 $ 7,245.00 15.0 45.0 Signage, Striping, & Lighting Plan_Millsap TRF 20.0 2.0 40.0 $ 5,220.00 20.0 20.0 Signage, Striping, & Lighting Plan_Backage TRF 20.0 2.0 40.0 $ 5,220.00 20.0 20.0 Signage & Striping Plan_College TRF 20.0 2.0 40.0 $ 5,220.00 20.0 20.0 Sign Details TRF 20.0 2.0 40.0 $ 5,220.00 20.0 20.0 Traffic Signal Notes TRF 15.0 1.0 15.0 $ 2,250.00 15.0 Traffic Signal Details TRF 15.0 6.0 90.0 $ 11,160.00 30.0 60.0 Traffic Signal Plans (Signal Modification) TRF 15.0 4.0 60.0 $ 7,830.00 30.0 30.0 Detail Sheets RDY 8.0 5.0 40.0 $ 5,025.00 15.0 25.0 Cross Sections_Millsap (800 LF @ 50 It per = 16; 4 per sheet; 1 extra sheet for misc.) RDY 10.0 5.0 50.0 $ 6,525.00 25.0 25.0 Cross Sections_ Backage (1000 LF @ 50 ft per = 20; 4 per sheet; 1 extra sheet for misc.) RDY 10.0 1 6.0 60.0 1 $ 7,830.00 30.0 30.0 TOTAL HOURS -SHEETS 910.0 0.0 0.0 0.0 0.0 0.0 411.0 0.0 0.0 499.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTAL COSTSSHEETS $117,039.00 $0.00 $0.00 $0.00 $0.00 $0.00 $61,650.00 $0.00 $0.00 $55,389.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Design Management (8 mo. schedule) PM 80.0 $ 17,120.00 80.0 Design Criteria PM 4.0 $ 794.00 2.0 2.0 Client Meetings & Updates PM 40.0 $ 7,552.00 16.0 16.0 8.0 Project Administration PM 84.0 $13,384.00 28.0 56.0 QA/QC Reviews (30-60-90-RFC) PM 120.0 $ 21,960.00 120.0 Prepare Project Manual PM 36.0 $ 5,368.00 4.0 16.0 16.0 Bid Phase Services PM 80.0 $ 12,560.00 20.0 20.0 40.0 TOTAL HOURS -PM TASKS 444.0 0.0 0.0 150.0 0.0 138.0 44.0 112.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTAL COSTS -PM TASKS Geometric Design RDY 28.0 $78,738.00 $ 4,332.00 $0.00 $0.00 $32,100.00 $0.00 $25,254.00 4.0 $6,600.00 24.0 $14,784.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Roadway Modeling RDY 40.0 $ 4,440.00 40.0 Design Criteria Check RDY 4.0 $ 732.00 4.0 Quantity Takeoffs RDY 32.0 $ 5,064.00 8.0 24.0 FAL HOURS.ROADWAY TASKS 104.0 0.0 0.0 0.0 0.0 16.0 48.0 0.0 0.0 40.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 AL COSTS -ROADWAY TASKS $14,568.00 $0.00 $0.00 $0.00 $0.00 $2,928.00 $7,200.00 I $0.00 $0.00 $4,440.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DRAINAGE TASKS Drainage Research DRG ��M 18.0 $ 2,580.00 4.0 14.0 Delination of Drainage Areas DRG 10.0 $ 1,422.00 2.0 8.0 Hydrologic analysis and modeling DRG 14.0 $ 1,950.00 2.0 12.0 Hydraulic analysis and modeling DRG 26.0 $ 3,534.00 2.0 24.0 Drainage Report TOTAL HOURS -DRAINAGE TASKS DRG 20.0 88.0 $ 2,640.00 0.0 0.0 0.0 0.0 10.0 0.0 0.0 20.0 78.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTAL COSTS -DRAINAGE TASKS $12,126.00 $0.00 $0.00 $0.00 $0.00 $1,830.00 $0.00 $0.00 $10,296.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Traffic Count Coordination & Analysis Quantity Takeoffs TRF TRF 40.0 60.0 $ 6,000.00 $ 9,660.00 20.0 40.0 40.0 TOTAL HOURS -TRAFFIC TASKS 100.0 0.0 0.0 0.0 0.0 20.0 80.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTAL COSTS -TRAFFIC TASKS .rr Traffic Counts (Vendor) Survey (SubcensulWnt) Right of Way Documents (Subconsultanl) ^ 1.0 1.0 1.0 L.S. L.S. L.S. $ 13,927.00 $ 29,300.00 $ 13,400.00 $15,660.00 $ 13,927.00 $ 29,300.00 $ 13,400.00 $0..0 $0.00 $0..0 $0..0 $3,660.00 $12,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00$0.00 Geotechnical Investigation &Report Miles (Assumes monthly trips to Client office) 1.0 250.0 L.S. mile $ 4,863.00 $ 0.58 $ 4,863.00 $ 143.75 Meals Lodging day nights $ 50.00 $ 150.00 $ $ Prinfing - Roll Plot Prinfing -11 x17 each each $ 85.00 $ 0.16 $ $ Prinfing - 8 1/2 x 11 each $ 0.07 $ Postage each $ 0.57 $ Fed Ex each $ 25.00 $ TOTAL COSTS -OTHER DIRECTS $61,633.75 94 UNDER CONSTRUCTION A� ee , 404',,44 I-SAINST. ;4 co MILLSAP RD. -Ar=n ii Apt iA MILLSAP RD. AND N. COLLEGE AVE INTERSECTION City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2021 Requestor: Matt Casey BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of a contract in the amount of $300,000.00 with Burns & McDonnell Engineering Company, Inc. for design of the Millsap St. and College Ave. Project, authorizing the Mayor to acquire the easements and Right of Way for the project and approval of a budget adjustment, per RFQ 21-01, selection #11. COUNCIL DATE: LEGISTAR FILE ID#: 7/20/2021 2021-0497 M attheaw Maddcryv 6/2V2021 2:06 PM Budget Director TYPE: JOURNAL #: Date D - (City Council) I GLDATE: 7/20/2021 RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL - _ v.20210601 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4602.860.7227-5860.02 300,000 - 46020 7227 EX Capital Prof Svcs - Engineering/Architects 4602.860.7999-5899.00 (300,000) - 46020 7999 EX Unallocated - Budget K:\Budget Adjustments\2021_Budget\City Council\07-20-2021\2021-0497 BA Millsap College Design Contract 1 of 1