Loading...
HomeMy WebLinkAbout154-22 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 154-22 File Number: 2022-0552 RFQ 22-01 TREKK DESIGN GROUP, LLC: A RESOLUTION TO AUTHORIZE A CONTRACT WITH TREKK DESIGN GROUP, LLC, PURSUANT TO RFQ 22-01 SELECTION #5, FOR A SANITARY SEWER EVALUATION SURVEY IN AN AMOUNT NOT TO EXCEED $428,290.25 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 contract with Trekk Design Group, LLC, pursuant to RFQ 22-01 Selection #5, for a Sanitary Sewer Evaluation Survey in Basins SFM-04 and Temp-F2, in an amount not to exceed $428,290.25. PASSED and APPROVED on 7/5/2022 Attest: �E�K 1 Tr1E�►�,■ f=AYF- EVILLL- • i1- Kara Paxton, City Clerk Treasurei.�r-.. y �� ►ems' •,Qh'AN`-y�••�'.►' TON Page 1 Printed on 716122 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2022-0552 Agenda Date: 7/5/2022 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.9 RFQ 22-01 TREKK DESIGN GROUP, LLC: A RESOLUTION TO AUTHORIZE A CONTRACT WITH TREKK DESIGN GROUP, LLC, PURSUANT TO RFQ 22-01 SELECTION #5, FOR A SANITARY SEWER EVALUATION SURVEY IN AN AMOUNT NOT TO EXCEED $428,290.25 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 contract with Trekk Design Group, LLC, pursuant to RFQ 22-01 Selection #5, for a Sanitary Sewer Evaluation Survey in Basins SFM-04 and Temp-F2, in an amount not to exceed $428,290.25. City of Fayetteville, Arkansas Page 1 Printed on 71612022 City of Fayetteville Staff Review Form 2022-0552 Legistar File ID 7/5/2022 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 6/15/2022 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of an engineering services agreement with TREKK Design Group for a Sanitary Sewer Evaluation Survey (SSES) in Sewer Flow -meter Basins SFM-04 and Temp-1`2 in an amount not to exceed $428,290.25. Budget Impact: 5400.720.5700-5314.00 Water and Sewer Account Number Fund 02017.1 Sanitary Sewer Rehabilitation Project Number Project Title Budgeted Item? Yes Current Budget $ 6,969,236.00 Funds Obligated $ 3,912,876.34 Current Balance $ 3,056,359.66 Does item have a cost? Yes Item Cost $ 428,290.25 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget 2,628,069.41 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: RFQ 22-01, Selection #5 Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF JULY 5, 2022 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: June 15, 2022 CITY COUNCIL MEMO SUBJECT: Engineering Services Agreement with TREKK Design Group for a Sanitary Sewer Evaluation Survey in Basins SFM-04 and Temp-F2 RECOMMENDATION: Staff recommends approval of an engineering services agreement with TREKK Design Group for a Sanitary Sewer Evaluation Survey (SSES) in Sewer Flow -meter Basins SFM-04 and Temp-F2 in an amount not to exceed $428,290.25. BACKGROUND The recently completed Sewer Collection System Master Plan Update (RJN Group, 2021) recommended detailed SSES work to be completed in key basins that demonstrated significant groundwater Infiltration and stormwater Inflow (1/1) flowing to the City's largest sewer pump station. A formal selection committee was held on March 17, 2022 at which TREKK Design Group was selected for contract negotiations (RFQ 22-01, Selection #5) related to these services. DISCUSSION: This SSES will survey approximately 570 sewer manholes, and 23 miles of gravity sewer mains. Techniques will include visual pipe and manhole inspections, smoke testing, dyed water testing, CCTV inspection, and assessment of private -side 1/1 sources. The final deliverable will be a detailed work plan for rehabilitation within these two basins to reduce 1/1 and relieve stress on downstream pipes and pumping stations. BUDGET/STAFF IMPACT: The proposed contract is hourly in the maximum not -to -exceed amount of $428,290.25. Budgeted funds are available in the Sanitary Sewer Rehabilitation Account. Attachments: Engineering Services Agreement Vicinity Maps Scope/Fee Matrix Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And ENGINEER THIS AGREEMENT is made as of jt-4� 2022, by and between City of Fayetteville, Arkansas, acting by and througliAts Mayor (hereinafter called CITY OF FAYETTEVILLE) and TREKK Design Group (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows: ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. 22-0056_Standard Contract -Professional_ Engineering_Service 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 $428,290.25. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on a Unit Pricing and Hourly Rates 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 22-0056_Standard Contract -Professional Engineering_Service 2 be accompanied each month by the updated project schedule as the basis for determining the value earned as the work is accomplished. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the study and report for the Project. 5.3 Payments 5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.4 Final Payment 5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States Dollars) the following minimum insurance coverages: Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim 22-0056_Standard Contract -Professional Engineering_Service ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of ENGINEER's services. 6.2 Professional Responsibility 6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of ENGINEER. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. 22-0056_Standard Contract -Professional Engineering_Service 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. 22-0056_Standard Contract -Professional Engineering_Service 5 6.7 Rights and Benefits 6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require 22-0056_Standard Contract -Professional Engineering_Service 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. Reuse of ENGINEER'S documents by the CITY OF FAYETTEVILLE for purposes other than this project will be at CITY OF FAYETTEVILLE'S risk. 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 TREKK Design Group, LLC 2137 W. Kingsley Street — Suite B Springfield, MO 65807 22-0056_Standard Contract -Professional Engineering_Service 7 6.14 Successor and Assigns 6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE to the extent caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials, equipment, or work. 7.2 Remedies 7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising 22-0056_Standard Contract -Professional Engineering_Service 8 out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 7.3 Audit: Access to Records 7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant Against Contingent Fees 7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the 22-0056_Standard Contract -Professional Engineering_Service 9 contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent tee. 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 tenninate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF ),YET 1V, LE_ ARKANSAS ENGINEER VBy = �tn�i►� B yo .Lionel I n ,`ti�t�FFt• . • h'�c^� ���� Kimberly Robinett ATTEST: :�� G • G�� Y O,c'•;p =CU• .tnE FAYETTEVILLL;�= By= . itle: Matta in Partner. 6 City Clerk Tr"eIAPer :.Y' 9p . 5 : f: ' &. • .�ANa 'r,, R ► �; �1 END OF AGREEMEfi�'�;C�{Td•CIONAL ENGINEERING SERVICES 22-0056_Standard_Contract-Professional_Engineering_Service 10 APPENDIX A SCOPE OF WORK Owner: City of Fayetteville, AR Engineer: TREKK Design Group Project: Sewer System Study (Basins SFM-04 and Temp-F2) I. GENERAL The following paragraphs provide a general description of the Work required of this Scope of Services. Subsequent paragraphs describe in detail the professional services to be provided by ENGINEER for the Sewer System Study (Basins SFM-04 and Temp-172) (Project). A. The Project. The City of Fayetteville, AR (CITY), has initiated this Sewer System Study in an effort to address sanitary sewer system I/I upstream of Lift Station #7. The current system is unable to convey wet weather flow during significant rain events. Reducing I/I upstream of Lift Station #7 will help alleviate capacity constraints and the risk of sanitary sewer overflows. This project has several important objectives, primary among these are the following: • Complete field inspections in two (2) basins identified as having excessive I/I in the 2021 Collection System Master Plan Update to identify defects contributing excessive wet weather flows. The two (2) project area basins include SFM-04 and Temp-F2. Maps of the project basins can be found on the attached exhibits. • Evaluate potential I/I contribution from private property and provide recommendations for addressing private I/I. • Provide recommendations for sewer improvements that will cost-effectively reduce I/I, improve system performance, and extend the useful life of aging and deteriorating infrastructure. • Provide planning level costs for sewer improvements in targeted basins. ENGINEER assumes that the CITY will provide the appropriate management staff at technical review meetings to make technical decisions and provide direction to ENGINEER which will allow the ENGINEER to move forward and maintain the schedule. Changes in technical direction by the CITY that result in rework by the ENGINEER may require an amendment to this scope and/or modification of the project schedule. B. General Description of Activities. The Basic Scope of Work to be performed by ENGINEER consists of project management, field investigations and data review, I/I source flow quantification, general private I/I assessment, rehabilitation recommendations, and a summary report of findings. C. Task Series Listing, This Basic Scope of Services is organized under the following Task Series: Page 1 of 8 1. Task Series 100 — Project Management, Administration, & Meetings 2. Task Series 200 — Field Investigations 3. Task Series 300 — Rehabilitation Recommendations and Reporting II. SCOPE OF WORK The following Task Series describe the Scope of Work to be provided by ENGINEER for this Project. TASK SERIES 100 - PROJECT MANAGEMENT, ADMINISTRATION, & MEETINGS The purpose of this task will be to manage, direct and oversee each element of the scope of work identified herein employed by the ENGINEER in completion of the Work. The following management activities will be provided by ENGINEER. Task 101 Project Management & Administration Services Provide project management services necessary throughout the project to successfully manage and complete the Project, including project correspondence and consultation with CITY staff; supervision and coordination of services; assignment of personnel resources; continuous monitoring of work progress; and maintenance of project controls. Prepare and submit monthly invoices and provide a monthly project status report which will accompany the monthly invoice submittal. The monthly project status reports will document work progress, the percentage of completed work, schedule status, and budget status. Deliverables: Monthly invoices and project status report. Task 102 Project Meetings & Coordination The ENGINEER shall meet with CITY staff during an initial "kick-off' meeting. The purpose of the initial meeting will be to discuss the CITY's project goals and objectives, review expectations, project roadmap, and deliverables. The ENGINEER will participate in up to ten (10) monthly progress meetings during the Project to discuss work progress, coordination efforts, inspection results, deliverable status, and any targeted discussion points or potential issues that may need resolved. The project manager and appropriate task leaders involved with current work activities shall attend on behalf of ENGINEER. The ENGINEER shall prepare an agenda and the monthly project status report before each meeting. Up to three (3) of the total eleven (11) project meetings will be in person with the remaining meetings being virtual. ENGINEER will conduct team coordination meetings as required to manage staff resources, to review deliverables, and to execute the defined scope of work. Provide review of interim technical materials, including draft deliverables, make adjustment to technical approach, and update schedule. Deliverables: Meeting Materials, Meeting Notes, and Project Schedule Page 2 of 8 TASK SERIES 200 - FIELD INVESTIGATIONS ENGINEER shall provide all equipment, labor, software, supplies, and other resources to fully complete field inspections. All structures and associated pipes must be accessible or have right of entry to property secured and provided by the CITY. ENGINEER will review available city GIS mapping to locate structures that may lack adequate easements or right of way, or other obstacles. ENGINEER will bring these areas to the attention of CITY for discussion. ENGINEER assumes that no heavy equipment will be required to access structures. ENGINEER will coordinate access with CITY where heavy equipment may be needed. Task 201 Manhole and Visual Pipe Inspections Manhole inspections will be conducted by two -person crews. Manholes will be inspected from the topside of the manhole using the TREKK360 camera to collect panoramic photos, as well as mirrors and/or high-powered spotlights if necessary. Each structural component of the manhole will be inspected and assigned a structural and I/I condition rating in accordance with the criteria rating system agreed upon with the CITY. Photographic records will be used to supplement and substantiate manhole inspection observations and recommendations. All manhole inspection data will be digitally recorded as work progresses. Visual inspections of all incoming and outgoing pipes of all accessible manhole structures inspected will be conducted. This shall include private service laterals that enter into manholes. Photographs shall be taken of the line segments from inside the manhole, showing cracked pipe; offset joints greater than 1", partially or fully collapsed pipe; or obstructions such as roots, debris, or grease. Each photograph shall be properly annotated and attached to the specific inspection record. During field activities, field technicians will confirm system network connectivity, add newly identified structures to online map, and provide sketches of routing discrepancies. Network change data will be provided to CITY to allow for GIS updates on CITY server. The field crews shall commit a minimum of 15 minutes of searching for a manhole before classifying it as "could not locate" or "buried". Metal detectors, probes, and shovels will be used in an effort to locate buried manholes. Manholes buried less than 6 inches deep in non -paved areas will be uncovered for inspection. A list and general vicinity of manholes that could not be inspected because they were buried or crews were unable to locate will be tabulated and provided to the CITY to be located and uncovered. ENGINEER will then follow-up with an inspection of the manhole once it is located and made accessible by the CITY. Deliverables: GIS Network Change Data 360-degree Imaging Data Manhole Inspection and Visual Pipe Inspection Reports with Photos (PDF format) Task 202 Smoke Testing Smoke Testing will be conducted on all line segments located within the boundary selected by the Consultant to identify I/I sources from both the public and private sector. Each positively identified source is digitally photographed and/or video documented, located and Page 3 of 8 referenced. Defective service laterals will be identified for subsequent recommended television inspections at a later date. The high rated smoke blowers combined with the use of liquid smoke allow for continuous and constant smoke production while the field crew canvasses the areas over and adjacent to the lines and conduct a perimeter check of all buildings in close proximity for evidence of smoke. Smoke testing activities will include a minimum of 48 hours advance notification to all residents within the study areas. Notification will be done by placement of bi- lingual door hangers on homes and businesses by TREKK. The notice will include general information about the testing; including instructions to fill infrequently used plumbing traps with water and a tablespoon of cooking oil to prohibit smoke from entering buildings via service lines and will be reviewed and approved by CITY prior to distribution. All emergency services including, but not limited to County Sherriff's Departments, City Police Department, City Hall, Central Dispatch and the City Fire Departments will be notified by TREKK personnel of the smoke testing and the boundaries of the testing. ENGINEER will coordinate with CITY prior to communication to emergency services. Photographic and video records will be used to supplement and substantiate smoke testing observations. All smoke testing inspections will be recorded on Consultant's field forms and input into a database compatible with ArcMap GIS software. ENGINEER will replace missing cleanout caps that do not require any cutting or glue that are found during smoke testing. CITY to supply ENGINEER with cleanout caps prior to smoke testing. Deliverables: • Defect Summary Table (Excel format) • GIS Geodatabase of Smoke Defects • Smoke Defect Photos • List of cleanout caps replaced Task 203 Dyed Water Testing Follow-up dyed water testing of suspected I/I sources identified during the smoke testing and manhole inspections will be performed to verify connection to the sanitary sewer system and quantify leakage. A fluorescent dye will be washed down any suspected I/I connection and/or adjacent storm sewers may be dye flooded. This will be accomplished by placing the dye directly into the suspect source and/or dye flooding adjacent storm sewers. Adequate water will be used to ensure that the dye has a sufficient amount of time to be observed in the downstream manhole. Presence of dyed water in the system downstream of the test verifies the I/I source connection. Dyed water testing may be conducted in conjunction with CCTV inspection of the sanitary sewer main lines to verify connections and quantify I/I. Photographic records will be made of each confirmed source identified during dyed water testing. Deliverables: • Photographic Dye Test Records Page 4 of 8 Task 204 CCTV Inspections All data gathered from smoke testing and manhole/visual pipe inspections shall be analyzed for further pipe cleaning and internal television (CCTV) inspections. It is estimated that approximately 15% of the lines will require CCTV inspection, based on the age and pipe material in the area. Light cleaning will be performed to clear the sewers of debris and any flow obstructions to allow the CCTV camera to pass through the sewer for inspection and documentation of defects. The cleaning equipment shall be a type generally recognized by the trade for the purpose of cleaning sanitary sewers. The equipment shall be capable of removing roots, dirt, grease, rocks, bricks, sand, and other materials and minor obstructions from the sewer pipes and manhole channels. Light sewer cleaning shall be completed with a high velocity jet -cleaning machine and shall be defined as up to three (3) slow passes. If more effort is required, ENGINEER will be compensated for "Heavy Cleaning", using an hourly crew charge. ENGINEER shall obtain authorization from the CITY prior to commencing heavy cleaning. CITY will respond to heavy cleaning requests within three (3) hours of receipt. For authorized "Heavy Cleaning" work, ENGINEER shall keep a log of line segments cleaned and hours spent on each line segment. ENGINEER will utilize the Noland Wastewater Facility for dumping debris removed from cleaning activities. ENGINEER will notify CITY prior to any dumping of debris. ENGINEER shall be able to utilize water from the CITY's potable water system for cleaning operation, but shall be responsible for obtaining a water meter from CITY and shall assume responsibility for payment of water used. CCTV inspections will be conducted utilizing a camera with pan and tilt capabilities. The pulling or pushing cable or tractor unit shall have a footage meter so that the location of the TV camera and point of observation will be known at all times with reference from the starting manhole. The camera shall pan to all service connections to allow for the evaluation of the condition of the connection and to view inside the service connection. The camera shall also pan to significant structural defects and/or I/I sources. The direction of the camera will be noted. The display will always begin with the numbering from upstream manhole to downstream manhole. If a reverse setup is attempted, the same numbering system shall be used; however, the direction of camera shall be switched. If an unrecorded manhole is encountered, television inspection will halt. A new manhole number will be assigned (i.e.: line segment 2-1 will become 2-2a and 2a-1). These changes will also be noted on maps and lists provided and submitted to the CITY at the conclusion of project work. The camera shall be moved through the sanitary sewer line in either direction at a uniform rate, stopping when necessary to ensure proper documentation of the sewer condition and lateral connections, but in no case will the television camera be pulled at a speed greater than 30 feet per minute. If, during the inspection operation the television camera will not pass through the sewer line, the technician shall reset his equipment in a manner so that the inspection can be performed from the opposite direction. If, again, the camera fails to pass through the entire sewer, the location and cause of camera blockage will be documented and information provided to the CITY. The inspection shall be considered complete and no additional inspection work will be required. All informational data on the pipes will be collected in NASSCO PACP format and delivered on an external hard drive to the CITY at the conclusion of the project. Deliverables: Page 5 of 8 • Pipe Run Report (PDF format) • PACP NASSCO 7 inspection database (ACCESS format) • CCTV video files Task 205 General Private I/I Assessment ENGINEER will evaluate the potential I/I contribution from private property in the two study basins and provide recommendations for addressing private I/I. A preliminary visual reconnaissance will be conducted in the area to determine the general age of housing construction, basement types, visual identification of sump pump discharge pipes, and other potential indicators of private I/I sources. ENGINEER will reach out to City personnel and local plumbers who may also be able to provide additional input on historical plumbing practices and the potential of sump pump, foundation drain, and other directly connected sources of I/I. Following the initial reconnaissance for the potential existence of private I/I, ENGINEER will send informational letters (up to 200 letters) to property owners in targeted areas asking for permission to perform an evaluation of the property for the purpose of identifying potential sources of I/I. Letters will provide an overview of I/I, the problems excessive I/I causes, and how the City is working to address it to improve sewer operations and customer service. The initial letter will ask property owners to contact the project team to schedule an appointment for an external/internal building evaluation to identify potential I/I sources. These efforts will be on a voluntary basis and an attempt to understand the extent of private side I/I and the cost effectiveness for widespread implementation. ENGINEER will conduct up to 40 sample evaluations over a 1-week period. Private I/I sources will be identified and recorded along with recommended plumbing improvements and associated costs needed to disconnect the I/I sources. ENGINEER will prepare a technical memorandum summarizing the results of the initial assessment, findings from the sample building evaluations, and planning level recommendations for addressing Private I/I moving forward. Planning level costs for implementing a Private I/I program will be included. Deliverables: Private I/I Technical Memorandum Task 206 Supplemental Traffic Control Traffic safety precautions will be followed in accordance with CITY expectations and all field technicians will wear safety vest or work shirts that are designed for high visibility to allow for greater protection for themselves and the public. Light traffic control will be conducted and included within the base inspection rates. This includes Utility Work Ahead Signs and cones. Any heavy traffic control required that includes barricades, sign boards, arrow boards, lane closures, or trail closures will be coordinated with a subcontracted traffic control specialist. The project budget includes an allowance to cover expenses related to the heavy traffic control efforts. ENGINEER will not be responsible for any traffic control permits. Page 6 of 8 TASK SERIES 300 - REHABILITATION RECOMMENDATIONS AND REPORTING Task 301 I/I Source Flow Quantification The Engineer will assign PI source flow rates based upon information collected during field inspection activities. Source unit flow rates will be adjusted accordingly so that total source flows reasonably match projected 1-year/60-minute I/I flow rates, based upon historical flow data. A certain percentage of I/I flow will be attributed to unidentified I/I sources. The unidentified sources would be those which investigations were unable to verify. These typically include building foundation drains, sump pumps, private service laterals, and other such sources for which smoke testing and inspection activities are not totally effective. A prioritized I/I elimination analysis will then be conducted to compare costs associated with I/I source repair to estimated defect flow contribution ($/gpm). Task 302 Rehabilitation Recommendations Following the completion of the field inspections, ENGINEER will complete a design -based review of manhole, smoke, and CCTV data to establish a list of manholes, sewer mains, and private I/I defects recommended for repair. Manhole data, CCTV videos, and field photos will be reviewed thoroughly to determine specific repairs and estimated costs. Sewer main recommendations for open cut or trenchless repairs will be made based on the severity of defects, existing ovality of the pipe, as well as access/surface considerations. Defective service connections will be included in the recommended repairs utilizing both trenchless and open cut methods. Repairs will generally be categorized as Priority 1, Priority 2, and Priority 3 to allow the CITY budget and plan for immediate and long term repairs. Upon the completion of the rehabilitation recommendations, ENGINEER will meet with the CITY to discuss the findings and future planned construction projects that may affect the recommendations and priority levels. Following CITY approval of final repair recommendations, ENGINEER will prepare final deliverables. Deliverables: • Prioritized manhole rehabilitation schedule • Prioritized sewer main rehabilitation schedule • Prioritized private I/I defect rehabilitation schedule • Map of final rehabilitation plan Task 303 Summary Report and Deliverables The ENGINEER will provide a report to summarize all work activities, collected data, observations, and recommendations to the CITY. Report will include summaries of the following: • Description of field inspections completed. • Field inspection data. • General findings from field inspections. • I/I source flow summary and cost prioritization • Prioritized rehabilitation recommendations • Recommendations for next steps Page 7 of 8 The ENGINEER will meet with the CITY, following review of the draft report, to discuss any questions the CITY may have. A final report will be submitted after review comments have been added. Four (4) copies of the final report will be submitted in both hard copy and in electronic format. (End of Scope of Services) Page 8 of 8 • SFM04Manholes SFM04Mains Basins Name SFM-04 0 295 590 1,180 1 1 1 1 1 1 1 1 1 BASIN SFM-04 TRE� v wmto � s O 0 M .=mop.. W P.ertsimmon SFM-04-1 p � U U 3 � � vp -rosoft, Esri Community Maps Conti"IbUtOrs, Arkansas GIS Office, Missouri Dept. ConserVation, MiSS011rf DNR, Texas Parks & Wildli fkc nStreetMap, Microsoft, Esri, HERE, Gannin, SafeGrap V-leolghnoloqies, Inc. METIMASA, USGS, •,. Q NPS. US CenSLPS Bureau. USDA o �.1 fi N BASIN SFM-04-1 • SFM04Manholes SFM04Mains Basins Name SFM-04-1 0 105 210 420 1 I I I 1 I I I 1 • TempF2Manholes TempF2Mains Basins Name Temp-F2 0 270 540 1,080 1 1 1 1 1 1 1 1 1 BASIN Temp-F2 TTZ-M DliION a�ovr. <<e TRZKK Sewer Sys— Study (Basins SFM-M and Temp-F2) FsyeRevllle, Arkansas Anticipated Schedule -TREKK DESIGN GROUP, LLC ©mmmom®momm®©ommmommmommmoom©m©mmm©mmm©ommmommmommm mmm� 2022 Schedule of Hourly Billing Rates SEWER SYSTEM STUDY (BASINS SFM-04 AND TEMP-F2) City of Fayetteville, AR (CITY) TREKK Design Group, LLC (ENGINEER) 2022 Compensation for Professional Engineering 5ervices1 TREKK Design Group, LLC (TREKK) The OWNER5's payment to the ENGINEER shall be due and payable as follows: I. For Professional Engineering Services, when authorized and agreed upon in writing, an amount based upon hourly billing rates plus expenses, in accordance with Section III below allowable salary range for each position classification and expenses, or a negotiated amount as agreed upon. II. For Other Services, when authorized and agreed upon in writing, an amount based upon hourly rates plus expenses or unit rates, in accordance with Section III below, or a negotiated amount as agreed upon. III. Hourly Billing Rates and Expenses: Project Principal S200.85 $275.78 Senior Professional Land Surveyor $151.41 $223,87 Project Manager $101.97 $275.78 Professional Land Surveyor 1 $126.69 $188.18 Senior Professional Engineer $169.95 $266.05 Professional Land Surveyor 11 $105.05 $155.74 Professional Engineer 1 $151.41 $240.09 Professional Land Surveyor Ill $86.52 $129.78 Professional Engineer 11 $126.69 $188.18 Senior Survey Technician $108.15 $171.96 Professional Engineer Ill $108.15 S155.74 Survey Technician 1 $86.52 $13627 SeniorProject Engineer S142.14 S210.89 Survey Technician 11 $64.89 $103.82 Project Engineer S117.42 $175.20 Su rvey Techn ician I 11 $55.62 $77.87 Project Engineer 11 $98.88 $145.00 Survey Crew (2-3 person crews) $175.00 $252.45 Project Engineer 111 $83.43 S123.29 LiDAR Crew $214.20 $319.00 Senior Industry Specialist 5179.22 S275.78 Slam Crew $107.10 5190.30 Industry Specialist 1 $148.32 $220.63 Surrey Crew Chief 1 $80.34 $126.54 Industry Specialist 11 $123.60 $181.69 Survey Crew Chief 11 $64.89 - $100.58 Industry Specialist Ill $101.97 $152.49 Survey Rodman $55.52 $77.87 Office Technician 1 $90.34 $120.05 Senior UtilityCoordinator $100.98 $185.13 DMice Technician 11 $67.98 SlD0.58 Utility Coordinator 1 $80.34 $126.54 Office Technician III $55.62 $84.35 Utility Coordinator II $64.89 $97.34 GIS Analyst 1 $98.88 $158.98 Utility Coordinator Ill $55.52 $77.87 GIS Ana" 11 $83.43 $120.05 Senior Con structionlnspector $92.70 $146.00 GIS Analyst III $71.07 $103.92 Construction Inspector 1 $77.25 $113.56 GISTechnician I S90.34 $120.05 Construction Inspector 11 $54.89 S97.34 GIS Technician 11 S67.98 S100.58 Construction Inspector Ill S55 62 S81.11 GIS Technician Ill S55.62 S84.35 Asset Management Specialist S139.05 S204.40 Field Crew $132.87 $178.45 PMD Specialist $139.05 $204.40 Senior Field Technician $92.70 $145.00 Innovation Specialist $123.60 $181.69 Field Technician 1 $74.16 $116.80 Controller $117.42 $168.71 Field Technician II S54.89 S90.85 Accounting Specialist 1 $89.61 S129.78 Field Technician Ill $55.62 $77.87 Accounting Specialist 11 $64.89 $100.58 Senior Project Designer $120.51 $165.47 Administrative Specialist $55.62 $96.36 Project Designer 1 $105.05 $146.00 Dye Test Crew $250.0o hr Project Designer 11 $92.70 $126.54 Heavy Cleaning Truck and Crew $365.00 hr Project Designer 111 $90.34 $110.31 Manhole Inspection 5135.00 ea CADDTedmician 1 $77.25 $113.56 CCTV Inspection $2,85 ft CADDTe€hnician11 W-99 $97.34 Smoke Testing $0.56 ft CADD Technician Ill $55.62 $77.87 Mileage $0.585 mi Other Expenses Cast Note 1. The above hourly rates and unit prices are good through December 31, 2022. The Total Project Fee shall not exceed $428,290.25 as outlined below: Task 100 - Project Management, Administration and Meetings...........................................$34,008 Task 200 - Field Investigations................................................................................. $291,374 Task 300 - Rehabilitation Recommendations and Reporting.............................................$102,908 ■ Pg-1 -- � EXHIBIT 8: FEE ESTIMATE Project Name & Number: Fayetteville, AR Sewer System Study (Basins SFM-04 and Temp-F2) SFM-04 94538 449 Temp-F2 27209 120 Project Principal Project Manager/PE Project/Field Coordinator PE III GIS Analyst I Off"" Technician ll Field Manager Private I/I Technician Admin Labor Units Direct Exp Sub -Total UNITCOSTS Sub -Total Mileage Sub -Total TOTAL WORK TASK DESCRIPTION $249.00 $186.00 $155.00 E733.00 $111.00 $80.00 $121.00 $110.00 E84.00 Units Quanl Rate $ 0.585 Task 101r Project Administration, 40 32 40 102 Project Meetings and Coordination (11 meetings) - 28 32 30 1,200 201 t Manhole and Visual Pipe Inspections (assume 580 manholes) 8 78 18 145 Each 580 $135 202 Smoke Testing (assume 123,000 ft) 8 7fi 8 24 Linear Foot 123,000 $0.56 203 Dyad Water Testing (15 tests) 4 4 4 Crew -Hour 40 $250 204 CCTV Inspections (assume 19,000 If-15%) 12 16 8 30 51 Linear Fool 19,000 $2.85 CCTV Heavy Cleaning Hourly 18 $365 205 General Private 1/1 Assessment 8 8 40 8 40 40 40 Letters 21 $1 650 206 Supplemental Traffic Control (if neaded) 8 Hourly 36 $250 301 r 1/1 Source Flow Ouantl0catlon 20 42 20 302 Rare lilation Recommendations Engineer Data Review and Rehabilitation Recommendations (Manholes) 2 30 116 Engineer Data Review and Rehabilitation Recommendations (24,000 fit Sewer Mains) 2 20 80 Engineer Data Review and Rehabilitation Recommendations (Private 1/1) 8 24 Prepare Rehabiliation Schedule 4 40 40 303 Summary Report and Deliverables Draft Summary Report 16 40 20 80 Draft Report Review Meeting 2 8 8 8 Final Summary Report and Deliverables 4 20 20 TOTAL MAN-HOURS / QUANTITY 50 286 202 448 88 40 40 TREKK DESIGN GROUP•428,290.25