Loading...
HomeMy WebLinkAbout30-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 30-23 File Number: 2023-369 HAWKINS-WEIR ENGINEERS, INC.: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. PURSUANT TO RFQ 21-01, SELECTION #14, IN AN AMOUNT NOT TO EXCEED $268,440.00 FOR ENGINEERING SERVICES ASSOCIATED WITH UTILITY RELOCATIONS FOR THE INTERSTATE 49 AND HIGHWAY 62 INTERCHANGE IMPROVEMENTS 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 approves a professional engineering services agreement with Hawkins -Weir Engineers, Inc., Pursuant to RFQ 21-01, Selection #14, in an amount not to exceed $268,440.00 for engineering services associated with utility relocations for the Interstate 49 and Highway 62 Interchange Improvements Project. PASSED and APPROVED on February 7, 2023 Page 1 Attest: Kara Paxton, City Cler Treasurer ���tir r r r rri�r� �•� GPI' Y 6,,.'gct'Gr�» Rom• FA R ;Z vh CITY OF Pow, FAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 7, 2023 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Timothy Nyander, Utilities Director Corey Granderson, Utilities Engineer DATE: CITY COUNCIL MEMO 2023-369 SUBJECT: Hawkins -Weir Engineers, Inc. - Engineering for Utility Relocations for 1-49 & Hwy 62 Interchange Improvements (ARDOT 040846) RECOMMENDATION: Staff recommends approval of an engineering services agreement with Hawkins -Weir Engineers, Inc. for professional services associated with ArDOT Project 040846 Utility Relocations along Martin Luther King Jr. Blvd. at the 1-49 & Hwy-62 Interchange in an amount not to exceed $268,440.00. BACKGROUND: ArDOT has notified the City of Fayetteville to relocate water and sewer infrastructure along Highway 62 where they will be widening the roadway, reconstructing the 1-49 overpass, and creating a new overpass at 15th Street. After receiving this notification, a formal selection committee was held on September 8, 2022 at which Hawkins -Weir was selected for contract negotiations (RFQ 22-01, Selection #14). DISCUSSION: The project includes water distribution and sanitary sewer collection system relocation of approximately 3,600 linear feet of 8-inch water mains, 1,030 linear feet of 10-inch and smaller sanitary sewer mains, 1,500 linear feet of 12-inch water mains, 3,710 linear feet of 12-inch through 15-inch sanitary sewer mains, 6,490 linear feet of 18-inch through 24-inch water mains, 1,590 linear feet of 18-inch through 24-inch sanitary sewer mains, and 325 linear feet of 30-inch water transmission main. The project also includes the relocation or elimination (dependent on the extension of the 15-inch sanitary sewer main) of one sanitary sewer pump station. Much of this project appears to be reimbursable to the City by ArDOT, however preliminary engineering must be completed first to determine exact qualifications. Afterwards, a formal relocation agreement will be presented to the City Council outlining the terms of reimbursement. This engineering services agreement will include survey, preliminary engineering design, and cost estimations. Future amendments will be necessary for the design to be finalized and bid -ready. BUDGET/STAFF IMPACT: The proposed contract is hourly in the maximum not -to -exceed amount of $268,440.00. Budgeted funds are available in Water & Sewer Relocations — Bond Projects account. ATTACHMENTS: SRF Hawkins -Weir - Utility Relocations for 1-49 and MLK Interchange, 2022129 Agreement, Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 040846 Relocation Letter Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Legislation Text File #: 2023-369 Hawkins -Weir Engineers, Inc. - Engineering for Utility Relocations for I-49 & Hwy 62 Interchange Improvements (ARDOT 040846) A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. PURSUANT TO RFQ 21-01, SELECTION #14, IN AN AMOUNT NOT TO EXCEED $268,440.00 FOR ENGINEERING SERVICES ASSOCIATED WITH UTILITY RELOCATIONS FOR THE INTERSTATE 49 AND HIGHWAY 62 INTERCHANGE IMPROVEMENTS 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 approves a professional engineering services agreement with Hawkins -Weir Engineers, Inc., Pursuant to RFQ 21-01, Selection #14, in an amount not to exceed $268,440.00 for engineering services associated with utility relocations for the Interstate 49 and Highway 62 Interchange Improvements Project. Page 1 City of Fayetteville Staff Review Form 2023-369 Item ID 2/7/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 1/17/2023 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of an engineering services agreement with Hawkins -Weir Engineers, Inc. for professional services associated with ArDOT Project 040846 Utility Relocations along Martin Luther King Jr. Blvd. at the 1-49 & Hwy-62 Interchange in an amount not to exceed $268,440.00. 5400.720.5600-5314.00 5400.720.5700-5314.00 Account Number 11011.2301 Project Number Budgeted Item? Yes Does item have a direct cost? Yes s a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Water and Sewer Fund Water & Sewer Relocations - Bond Projects Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 6,006,725.00 $ 1,278,631.63 $ 4,728,093.37� $ 268,440.00 Previous Ordinance or Resolution Approval Date: 4,459,653.37 1 V20221130 AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And HAWKINS-WEIR ENGINEERS, INC. Utility Relocations for I-498ALK Interchange: Design of water and sewer relocation improvements along 1-49 and Arkansas Highway 62 (MLK) to accommodate the widening improvements proposed by ARDOT. The project includes utility improvements along MLK, Shiloh Drive, South Futrall Drive, and an extension of South 15"' Street. THIS AGREEMENT is made as of . 2005by and between City of Fayetteville, Arkansas, acting by and through its yor (hereinafter called CITY OF FAYETTEVILLE) and Hawkins -Weir Engineers, hic. with offices located in Fayetteville, Arkansas, Van Buren, Arkansas. Fort ,Smith, Arkansas, and Little Rock, Arkansas (hereinafter called ENGINEER), CITY OF FAYFTTEVILLE from time to time requires professional engineering services in connection with the evaluation, planning, design, and/or construction administration of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows: ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CI`hY OF FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. If Construction Phase Services are to be provided by ENGINEER under this Agreement, the construction shall be executed under the observation A- 1 of a professional engineer registered in the State of Arkansas in accordance with Arkansas Code Amended §22-9-101. SECTION I - 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments from CITY OF FAYETTEVILLE to ENGINEER may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional design services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during this project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. SECTION 3 - RESPONSIBILFTLES 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. A-2 3.1.2 Assist ENGINEER by placing at ENGIlQEER'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, cost opinions, Bid Documents, Drawings, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 The Utilities Director is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.6 CITY OF FAYETTEVILLE will review all documents and provide written comments to ENGINEER in a timely manner. SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. ENGINEER will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. A-3 4.3 ENGINEER shall provide a schedule of its services and include such schedule with the scope in Appendix A. SECTION 5 - 5.1 The maximum not -to -exceed amount authorized for the Basic Services of the Engineer (as defined as TASK 1 by Section 2 of this Agreement) is $223A40.00. The maximum not -to -exceed amount authorized for Reimbursable Expenses is $45,000.00. Reimbursable Expenses shall be limited to title research and utility location services. The CITY OF FAYETTEVILLE shall compensate ENGINEER based upon aunit price or lump sum basis as described in Appendix A. 5.1.1 TASK 2 fees are not included in this Agreement but may be added by Amendment upon completion of the TASK 1 scope of services in accordance with Section I of this Agreement. 5.1.2 The maximum not -to -exceed amount authorized for this Agreement is based upon the estimated fee scope, hours, costs and expenses for TASK 1. The estimated fee spreadsheets shall be included in Appendix A. The amount for any phase (TASK) may be more or less than the estimate, however the maximum not -to -exceed amount shall not be exceeded without a formal contract amendment. 5.2 Statements 5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE consistent with ENGINEER's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall be accompanied each month by the updated project schedule. Final payment for professional services shall be made upon CITY OF A-4 FAYETTEVILLE's approval and acceptance with the satisfactory completion of the professional engineering services. 5.3 Payments 5.3.1 All statements are payable upon receipt and generally due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.4 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 ENGINEER's sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6- GENI 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: A-5 6.1.2 M. 6.2.1 Tyne of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 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. Professional Responsibility ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices, CITY OF FAYETTEVILLE Standards, Arkansas State Law and the Rules and regulations of the Arkansas Board of Licensure For Professional Engineers and Professional Surveyors. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequent of such defect. ENGINEER agrees not to seek or accept any compensation or reimbursements from the CITY OF FAYETTEVILLE for engineering work it performs to correct any errors, omissions or other deficiencies caused by A-6 ENGINEER's failure to meet customarily accepted professional engineering practices. CITY OF FAYETTEVILLE retains all other remedies to recover for its damages caused by any negligence of ENGINEER. 6.2.2 In addition ENGINEER will be responsible to CITY OF FAYETTEVILLE for damages caused by its negligent conduct during its activities at the Project Site to the extent covered by ENGINEER's Commercial General Liability and Automobile Liability Insurance policies. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. A-7 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services A-8 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. A-9 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 fast 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. A-10 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 ENGINEEWs employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any and all loss where loss is caused or incurred or alleged to be A-11 caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 The CITY OF FAYETTEVILLE acknowledges the ENGINEER's plans and specifications, including documents on electronic media ("delivered documents % as instruments of professional services. Nevertheless, the delivered documents prepared under this Agreement shall be delivered to and become the property of the CITY OF FAYETTEVILLE upon completion of the services and payment in full of all monies due to ENGINEER. Except for the ENGINEER's services provided for by this Agreement as related to the construction and completion of the Project, the ENGINEER accepts no liability arising from any reuse of the delivered documents by the CITY OF FAYETTEVILLE, unless ENGINEER is retained by CITY OF FAYETTEVILLE to make modifications or otherwise reuse the delivered documents. Except where the CITY OF FAYETTEVILLE reuses the delivered documents subsequent to the completion of the Project, nothing contained in this paragraph shall alter the ENGINEER's responsibilities and obligations under this Agreement. 6.12.3 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. ENGINEER makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. A- 12 6.13 Notices 6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Fayetteville, AR 72701 ENGINEER's address: 438 East Millsap Road, Suite 200 Fayetteville, AR 72703 6.14 Successor and Assigns 6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEV ILLE 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 FAYETfEVILLE issues to ENGINEER a purchase order, no preprinted terms A- 13 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 - 7.1 Additional Responsibilities of ENGINEER: 7.1.1 CITY OF FAYETTEVILLE's or any Federal or State Agency's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's nor any Federal or State Agency's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials, equipment, or work. 7.2 Remedies 7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. A-14 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 A- 15 access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant against Contingent Fees 7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the A-16 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 provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 7.6.2 Pursuant to Arkansas Code Ann. § 25-19-105(b)(20), the personal information of CITY OF FAYETTEVILLE water system customers must be treated as confidential information and shall not be made available for inspection except by ENGINEER's employees as required to fulfill the terms of this Agreement. Upon completion of ENGINEER's contractual duties and after approval of ENGINEER's documents, the ENGINEER agrees to destroy or return to CITY OF FAYETTEVILLE any copies of records containing information about CITY OF FAYETTEVILLE water system customers. A-17 IN WITNESS WHEREOF, CITY OF FAYETIEVILLE, 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. A-18 C I r��.►,,ff ATTEST : f-AYE7TEV1[_(_' By: ►1_• City Clerk T (lea6tAre' fir' • HAWKINS-WEIR ENGINEERS, INC. By: �c7A-1J+I ]. 4 Brett D. Peters, P.E. Title: President & CEO END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES A-19 ExhibitA Scope of Services .' HNUtility Relocations for I-49/MLK Interchange Fayetteville, Arkansas =111 o, HW Project No. 2022129 FApETTEVIis LE December 29, 2022 Further Description of Basic Engineering Services and Related Matters: Scopg The Utility Relocations for 1-49/MLK Interchange project includes the relocation of publicly owned utilities to precede the improvements to Arkansas Highway 62 (MILK) at the crossing of Interstate 49 by the Arkansas Department of Transportation (ARDOT). The project also includes the extension of West 15th Street for an overpass of 1-49 with entrance and exit ramps; a cul-de-sac on South Futrall Drive near the intersection of Custer Lane; improvements on Shiloh Drive from West 15th Street to West BlackStone Crossing; and improvements on South Futrell Drive from the proposed West 15th Street overpass to West Old Farmington Road. The widening of MILK spans from South Lefler Way (West of Lowe's Home Improvement) eastward toward the Walmart Optical Lab at 2312 MILK Boulevard. The project includes water distribution and sanitary sewer collection system relocation of approximately 3,600 linear feet of 8-inch water mains, 1,030 linear feet of 10-inch and smaller sanitary sewer mains, 1,500 linear feet of 12-inch water mains, 3,710 linear feet of 12-inch through 15-inch sanitary sewer mains, 6,490 linear feet of 18-inch through 24-inch water mains, 1,590 linear feet of 18-inch through 24-inch sanitary sewer mains, and 325 linear feet of 30-inch water transmission main. The project also includes the relocation or elimination (dependent on the extension of the 15-inch sanitary sewer main) of one sanitary sewer pump station. TASK 1 — Preliminary Engineering Services 1. Project Management and Administration — Preliminary Engineering a. Prepare and submit a Certification of Consultant to ARDOT for the project b. Attend ARDOT's Pre -Construction Meeting(s) for the highway improvement project on behalf of the Owner. Provide updates and answer questions regarding the relocation of the Owner's facilities 2. Topographic Surveys a. Utilize ARDOT baseline (with references) along centerline of existing roadway. Set monuments at approximate 500-foot intervals and, if necessary, at intervisible points in between. The monuments and baseline shall not interfere with traffic flow and will not require survey crew to enter traffic flow b. Locate all existing structures, streets, driveways, storm drains, utilities, fences, trees, landscaping, and other features within 50 feet of proposed public utility improvements 202212MExhibil A Scope of Services 122922.docx - 1 - Exhibit A HNScope of Services Utility Relocations for I-49/MLK Interchange Fayetteville, Arkansas CITY of HW Project No. 2022129 FA ETTEVII LE December 29, 2022 3. a. Prepare and submit a Preliminary Engineering (PE) proposal for ARDOT's review in accordance with ARDOT's Utility Accommodation Policy i. Review available Record Documents and other information provided by the Owner to determine the extent of the Owner's existing facilities that will potentially be impacted by ARDOT's proposed construction limits and/or rights - of -way ii. Based on the information provided by the Owner and the topographic survey, develop preliminary exhibits or drawings required to illustrate the anticipated scope of the Owner's existing facilities that will require relocation H. Based on information provided by the Owner and the topographic survey, develop a preliminary list of the Owner's existing facilities that are anticipated to require relocation to avoid conflict with ARDOT's proposed improvements. This list will include an estimated breakdown of the existing facilities to be relocated by diameter and the estimated length requiring relocation iv. Participate in an in -person meeting with the City of Fayetteville to finalize the preliminary list of facilities. A meeting with ARDOT and their CMGC will be scheduled after the preliminary list of facilities is finalized V. Prepare a preliminary estimate of the anticipated construction cost based on the identified scope of the Owner's existing facilities to be relocated. Include a separate accounting of any betterments that the Owner chooses to include in the relocation project vi. Using ARDOT right-of-way mapping and the location of the Owner's existing facilities from the information provided by the Owner, develop a preliminary reimbursement eligibility ratio. This ratio will provide an accounting of the linear footage of the Owner's existing facilities claimed in private easement to the total linear footage of the Owner's existing facilities to be relocated. Obtain and review title information from Waco Title Company for assessment of easements and ARDOT Right of Way vii. Prepare a preliminary schedule for the project including the anticipated dates for starting and completing the relocation design, bidding, and construction, including any consideration for project phasing b. Following ARDOT's approval of the PE proposal and subsequent execution of a PE Agreement between the Owner and ARDOT, prepare and submit a Construction Agreement proposal for ARDOTs review in accordance with ARDOT's Utility Accommodation Policy 202212MEzbibit A Scope of Services i 22922.docx -2- Exhibit A PM Scope of Services VW Relocations for I-49/MLK Interchange Fayetteville, Arkansas CITY OF Hilly Project No. 2022129 FAY E ARKANSAS LE December 29, 2022 TASK 2 — Final Design Phase (ARDOT Construction Agreement) 1. Proiect Management and Administration a. Prepare correspondence and consultation with Owner b. Develop a detailed project schedule that outlines the tasks and major milestone dates for the Final Design Phase (ARDOT Construction Phase) c. Prepare a monthly status report for submission with each invoice 2. Establish Property Lines a. Engineer will obtain ownership information from a Sub -Consultant, WACO Title, for properties along project route including copies of recorded plats, property descriptions for un-platted tracts, legal descriptions pertaining to ARDOT right of way acquisition, and any available easement documents b. Perform field surveys to determine existing monumentation and establish land lines, ownership lines, rights -of -way, and easements c. All surveys and related right-of-way work shall conform to the Arkansas Minimum Standards for Property Boundary Surveys and Plats, Latest Edition 3. Utility Coordination a. Obtain location and size of existing overhead and underground utilities from the utility companies b. Using utility field survey data and atlas mapping, plot existing utilities on plans c. Attend meetings with each affected utility company to discuss necessary adjustments or relocations d. Perform field locates by using spot digging performed by the Owner 4. Preliminary Design Phase (50% Design Phase) a. Review available information including Record Drawings and GIS Data from the Owner related to the project b. Evaluate possible alternative transmission line alignments in consultation with the Owner i. Coordinate proposed route changes with the Owner c. Evaluate alternative water transmission line pipe materials for the existing 36-inch pre -stressed concrete cylinder pipe 2022129 hibitA Scope of Services 122922.dou -3- Exhibit A Scope of Services _ PM Utility Relocations for I-49/MLK Interchange Fayetteville, Arkansas HW Project No. 2022129 FA EFAM Vis LE December 29, 2022 d. Manage a geotechnical soils investigation by a sub -consultant, GTS, Inc. e. Prepare preliminary plans (horizontal scale of drawings to be 1-inch equals 20 feet or larger, and vertical scale to be 1-inch equals 5 feet or larger). Cross section scale to be 1-inch equals 10 feet horizontal and 1-inch equals 5 feet vertical or larger including the following information: i. Proposed alignments of pipelines and roads ii. Existing and proposed surface profiles iii. Pipelines, roads, and structures detailed in the profile view IV. Buried utility crossing depths shown in profile v. Pipeline crossing locations (streams and roads) vi. Proposed utility easements and temporary construction easements f. Prepare exhibit showing anticipated easement acquisitions for the project. Prepare property descriptions and exhibits in a format approved by the Purchasing Department for the Owner's acquisition of utility easements and/or temporary construction easements g. Prepare 50% Cost Estimate i. Develop separate costs for reimbursable expenses, non -reimbursable expenses, and betterments h. Submit one (1) full-size copy and one (1) PDF copy of the 50% Design Plans, as well as a copy of the Cost Estimate I. Participate in 50% Design Review Meeting within 30 days following submittal of the 50% Design Documents S. Pre -Final Design Phase (90% Design Phase) a. Prepare final design calculations, plans, profiles, details, cross sections, street crossings, traffic detours and other items. Final plans shall incorporate comments from the 50% Design Review Meeting, evaluation data, Record Drawing information, and information obtained during site visits i. Prepare construction details which depict all typical items, including but not limited to fire hydrants, valves, and vaults utilizing the City of Fayetteville format and standard detail drawings where applicable ii. Prepare traffic control plans in accordance with the MUTCD standards and ARDOT requirements iii. Prepare stormwater and erosion control measures on plans. As needed, prepare a Stormwater Pollution Prevention Plan in accordance with the requirements of ADEQ General Permit ARR150000, Part Il, Section A.4 20221MExhibit A Scope of Services 122922.Gom -4- Exhibit AHN . Scope of Services Utility Relocations for I-49/MLK Interchange Fayetteville, Arkansas =ITY oT HW Project No. 2022129 FAYETTEVILLEARKANSAS December 29, 2022 iv. Prepare plans identifying existing facilities that are to be removed b. Prepare final notes on plans to fully describe the construction work to be performed c. Identify material to be used under the Build America, Buy American Act (BABA) requirements d. Prepare Specifications and Contract Documents. The City will provide templates for the front-end documents e. Provide construction bid proposal form in electronic format meeting the City of Fayetteville's requirements f. Prepare Final Cost Estimate i. Develop separate costs for reimbursable expenses, non -reimbursable expenses, and betterments ii. Prepare a Final Reimbursement Eligibility Ratio g. Perform CA/QC Review of Final Plans h. Prepare permits (ADEQ STAR, ADEQ Hydrostatic Discharge Permit, ARDOT Utility Permit, and USACE Section 404) i. Assist the City's Appraiser and Right -of -Way Acquisition Agent j. Submit one (1) full sized copy and one (1) PDF copy of the 90% Design Plans, as well as a copy of the Final Cost Estimate and Specifications k. Participate in 90% Design Review Meeting within thirty (30) days following submittal of the 90% Design Documents 6. Final Design Phase (100% Design Phase) a. Incorporate any QA/QC Review Comments and 90% Design Review Comments b. Submit a full-size copy, a half-size copy and one (1) PDF copy of the "Issued for Bid" (IFB) Plans, IFB Specifications, and the Final Cost Estimate c. Submit the Final Plans, Contract Documents, and a Cost Estimate to the Arkansas Department of Health for review and respond to any questions or comments d. Assist the Owner in transmitting easement documents or an affidavit to ARDOT to substantiate the final reimbursement eligibility ratio M21MExhibit A Scope of Services 122922.do= - 5 - Exhibit A of Services 1' Utility Relocations for I.49/11ILK Interchange HNScope Fayetteville, Arkansas HW Project No. 2022129 CITY OF FA LE ARKANSAfS December 29, 2022 7. Advertising and Bidding Phase a. Provide one (1) PDF copy of the IFB Plans and Specifications updated with the Owner's project number for use in the Owner's electronic procurement portal, Ion Wave. The Owner will maintain the official list of plan holders b. Prepare any necessary addenda for the project c. Attend Pre -Bid Conference and Site Visit to assist the Owner in answering questions concerning the project d. Participate in the Bid Opening virtually. e. Review bids and prepare a recommendation to the Owner for the award of a Construction Contract f. Assist in the preparation of Contract Documents for execution between the Owner and Contractor 9. Construction Phase a. Construction Phase Services are not included in this Scope of Services 9. General a. The Engineer should anticipate a 30-calendar day review period by the City staff between the completion of one phase and the beginning of the following phase. Additional time may be required for review by agencies b. The Plans, Specifications and Contract Documents authorized by this Agreement shall be prepared to allow construction bids to be received and construction to be performed under one (1) Construction Contract, unless the decision is made by the Owner during Task 1 to phase the project under multiple Construction Contracts c. Subcontracting of services by the Engineer shall have prior approval of the Owner 10. Exclusions to the Scope of Services a. Construction Observation or Administration including submittal review, review or preparation of payment requests, assessment of substantial/final completion, review of Contractor's conformance to construction documents, and preparation of Record Drawings. Any Scope of Services for Construction Phase Services will be considered under a separate Agreement or Amendment to this Agreement b. Environmental assessment or evaluation of the site Attachment A — Project Location Map 202212MEzhibit A Scope of Services 122922.dom - 6 - HAWKINS &WEIR UTILITY RELOCATIONS FOR I-49 / MLK INTERCHANCE E N G I N E E R 8.1 N c. PROECT LOCATION MAP Vai Bi n Fort ,, Fayal Al. Lw. Rock In9ln+iznI pn91z<aises l lus .I iwilarsceae FOR.' CITY OF FAYETTEVILLE, ARKANSAS I www.hawkins-welF.c.m DECEMBER 2022 1 SCALE1'=1200' 1 2022129 Exhibit B $COFB of Services and Fee Proposal Utility Relocations for I-49/MInterchange Fayetteville, Arkansnd as ' HW Project Ho.2129 December 29, 202gS2 FAY ECITY OF TTEVILLE A RKANSAS Eryr Erpr Erpr Tednite GPS Tell Tell Total Total Task NI V II N $wvry Buvryor III II Hours Cast BIIII Rate Eftl Mw 0011 V2023 220 175 115 5 175 $125 Me $75 1. Foiett beftessentl aM Administration- Maiminary Engreetllg B ad 88 $15.)80 e. Prep "mbmRa Ca' MionaCwwlUntto MDOTfor Me 0¢ 8 1 1 18 $1,400 b. Axaft.cO'.' CwsNction Meetinp(s)krMe M1ihil impreenni poieC, m beW W Na Aass. PmNlle 4 16 16 36 $5,520 ales ant anmr notions regmmng Me reloodon of Me Owufs feolkes 2. Topographic surveys a. Uind AFOOT Weers(wNl reMenws) eery mNetlbn 0 mistily reaMay. 80 monunenls at epprogmgte ts]fwt 40 20 80 $9,s00 "Area and, R nemssary, al Mavt9te pant N between. The mmumetlb and beaeln0 Wall not lmerbre xft bark fiow aid Mi nolr ulres crawroenM helAcfiaw Is . L.e ox existing sWUlees,sasses.tl.A. NAM d2eq earl ferceq peen, leMswgn9,aM 491 20 4� 900 31f3,3W sherfeaWres vANn 50 feet of proposed asAffloW Im mvan 3. Ateart the gwrer In negoYWMs and preparing dootnerns returned to wasr nb a HgMwy-Wily 4 0 12 $2.280 ConsaucSoNRtlomtpn AgeemeM1 With Ma PManwa Sere Mgfiway Commlaebn S. Prepare aM wbma s Frannie, En,heinn, PE) pmpreal for An0OTs revleW In awntance WO 4 8 12 $2,200 Paley U91MAccotn—M I nose RewN OM i. other 0ndior of Me 20 4o fi4 $3,600 conistsAeble Ovmera tat W1canda be impondb ARD(OEaytlNONTerbE01&mm0ts b/ Inerra9iss Mat Wlposrl certaiimnd the tetl dtlsomllucaonampsersherlghsM- rirtrayOra ranyeNneitor il. ...it on lllelnbrmallw pmNtleEby MssoWrwon tlevelcPeat 2 32 q0 q0 IO 154 $1i.440 requnetlioiWsaate hefNtpWrapfdcswey, MI tlood cater Iscoast of Me Oxrvfsl feant,A IIIat WIIaryIS, ran Ili, a Mss onnOrsreaetp Me oen nchestWn the Me Ovmers z 32 ao 14 $10.610 W RAW Forxy,@vekpaplelmiwylLslaf exang nandelby existing MprovemeMs. IKI»ameedbr taquaellawtiontase tohisWMpa)OT'spopoaetl Mamas This list an eatlmaletl breaktlwm INtlb edalh9 fatl5lmc t be rtlowtetl bytlialrctr and! Me estimatetl ewinGlxk lenglhfagwnnp relaw5o0 iv. Paticipes'm an irvpli. meant Yeih Me Coy of Fainnae s W Maim Me prefimins, list of t lNes. Ameeting 4 0 8 20 SiS FsM ARGOT and their CMGC WH be srhafted after Me preRnlray0 et of cedes a finaliae0 Y. Prepare a prellmirery eatlmas of Me anfiupaed oraawlbn con baead On tic Wertified scope of Me 0swe/s 2 55 40 99 $14,590 exishirg tclano to ee relocated, Ixllge a aepenata ecolslMg INaMbeXermens Mal tM Oxilw Ulosea to Mtlude in the relocaton protect W. Usiglw0OT rixno rey mapping aid Me lcwlmn of MO Owner.an"I'd latllNes ham the Nmp mafion ovuled 2 24 4o 66 W.240 b)IM Ohna, teMopapreliminary nlmElnemee¢fgibiiyraW. TM1israWWIprovitl0wac Wn9df elinear (loge of Me tamers exisfin0 ecilbies darned in afte eaeernun t Me Blot bear fcdaOe of Me Corer's Not eoRea to be relocaletl. Obein and revise title infama5w hem Me Wow Tak Compmryfir Asses.IN A. emnlb antl AADOT Rlgral Way of Mapare a plelMawry straddle for the pmiect lndial Me eaddhastl tlass br elnbg am Compeen9 Me 2 1fi 24 42 Si rekV^bon tlm'n, bodin, and cortsWctiw,iraLxdn my ansticaWn her Mine Rereark, b. Folovmq Moors approval sl proposal and subsemcnl decade NMe PE A,nann M beMcentle C.merant 2 15 1B $3.240 OFDOT, prepare aM wbmit a Coronuctlan Agreement proposal or MDO s review F aaroNanw xie MOGTs URN ACcaxnmedial Poor o 36 928 4B 0 40 40 1852 Tasl Cosl-Tsskl Prelimina i En neenn $erServices51920 $5T 4O3 RB SJA Sots' P.MW S!]000 $5000 $40o .800 t $3 W3 E223940 2oII 12e13copa N aeMcea Fe, Pmpoul Standard Billing Rate Structure For Hourly Fee Based Contracts Hawkins -Weir Engineers, Inc. Effective August 14, 2022 through August 12, 2023m Engineer Engineer VH $ 220 Per Dom Engineer VI $ 200 Per Dom Engineer $ 175 Per How Engineer IV $ 150 Per Hour Engineer 111 $ 130 Per How Engineer $ 115 Per Hour Engineer $ 100 Per How Engineering Technician Designer 1 $ I10 Per How Technician W $ 95 Per How TechnicianIU $ 85 Per Hour Technician $ 75 Per Hour Technician $ 65 Per How Field Technician - Field Inspector Resident Project Representative (RPR) $ 120 Per Hour Construction Manager $ 100 Per Hour Inspector II $ 85 Per Hour Inspector 1 $ 75 Per How Field Surveying OPS Survey $ 175 Per How Surveyor $ 125 Per Hour Administrative Business Manager $ 85 Per Hour Expert Witness Preparation At Engineers Hourly Rate Testimony, less than 1/2 day $ 2,000 Testimony, per Day $ 4,000 Expenses Reimbursable Expenses and upeharges are determined by the Client Agreement/Contract Subconsultants/Outside Services Express Delivery, Field Supplies, Testing, Review/Filing Fees and Advertising Travel: Hotel and meals Actual Cost Vehiclem $0.625 per mile effective 7/1/22 Reproduction: Outside printing service Actual Cost In-house printing Letter Copy -B&W $ 0.12 Per Copy Letter Copy - Color $ 0.75 Per Copy 22 x 34 Size Copy -B&W $ 3.00 Per Copy 22 x 34 Size Copy- Color $12.00 Per Copy 22 x 34 Size Copy -Color Photo $25.00 Per Copy 11 x 17 Size Copy -B&W $ 1.50 Per Copy 11 x 17 Siu Copy -Color $ 5.00 Per Copy CD Copy $ 5.00 Per Copy Binding $ 1.00 Each in Billing Rates me reviewed and adjusted annually in August Regardless, any adjustment in Billing Rates will not impact previously negotiated Not To Exceed (NTE) fee amounts without a formal Contract Amendment to To be adjusted periodically to current IRS mileage rate. All Billings are due upon receipt unless prior arrangements for payment have been made. Project Schedule 1*V Utility Relocations for 1-49/MLK Interchange City of Fayetteville, Arkansas HW Project No. 2022129 December 29, 2022 Aft ►P CITY FAYETTEVILLE ARKANSAS Item Task 1 Completion Date 1. Fayetteville Water, Sewer and Solid Waste Committee Meeting January 10, 2023 2. Fayetteville City Council Approval of the Engineering Services January 31, 2023 Agreement 3. Receive 50% Storm Drain Plans from ARDOT February 28, 2023 4. Submit Preliminary Engineering documents to ARDOT for Review May 31, 2023 and Approval Item Task 2 Completion Date 1. Anticipated Right -of -Way plans completed and received from June 30, 2023 ARDOT 2. Receive ARDOT Approval of Construction Agreement June 30, 2023 3. Receive 60% Roadway Plans from McKim & Creed August 1, 2023 4. Deliver 50% Design Plans and a 50% Cost Estimate to the City of October 31, 2023 Fayetteville for Review 5. Conduct a 50% Design Review Meeting November 29, 2023 6. Deliver Property Descriptions and Exhibits for easement January 12, 2024 acquisition to the City of Fayetteville 7. Deliver 90% Design Plans, Contract Documents, and a 90% Cost February 1, 2024 Estimate to the City of Fayetteville for Review 8. Conduct a 90% Design Review Meeting February 29, 2024 9. Submit ARDOT Utility Permit, USACE Section 404 Permit, and ADEQ March 14, 2024 STAA Applications 10. Deliver Final Plans, Contract Documents, and a Cost Estimate to March 28, 2024 the City of Fayetteville 11. Submit Final Plans, Contract Document, Cost Estimate, and March 28, 2024 Reimbursement Percentage to ARDOT for Review 12. Submit Final Plans, Contract Documents, and a Cost Estimate to March 28, 2024 the Arkansas Department of Health for Review 13. Receive USACE Section 404 and ADEQ STAA Permits May 30, 2024 14. Receive Arkansas Department of Health Approval May 30, 2024 15. Anticipated Right -of -Way acquisition completed for entire MLK May 30, 2024 Corridor by ARDOT 16. Receive ARDOT Approval of Final Plans and ARDOT Utility Permits May 30, 2024 2022129\Proled Schedule 122922.doox -1- Project Schedule Utility Relocations for 1-49/MLK Interchange Aft � HN City of Fayetteville, Arkansas HW Project No. 2022129 CITY or FA December 29, 2022 ARKANVI`Le Item Task 2 Completion Date 17. Complete easement acquisition by the City of Fayetteville June 7, 2024 18. Receive City of Fayetteville Purchasing Department Approval June 9, 2024 19. First Advertisement July 14, 2024 20. Second Advertisement July 28, 2024 21. Pre -Bid Conference August 8, 2024 22. Issue Final Addendum, if necessary August 12, 2024 23. Receive Bids August 16, 2024 24. Receive City of Fayetteville Water & Sewer Committee Approval September 10, 2024 25. Receive City of Fayetteville City Council Approval October 1, 2024 26. Conduct Preconstruction Conference October 21, 2024 27. Issue Notice to Proceed December 2, 2024 28. Construction Substantially Complete (24 Months) December 4, 2026 29. Final Inspection January 15, 2027 2022129\Profed Bhedule 122922.doa -2- CERTIFICATE OF LIABILITY INSURANCE IIATE11/3012022l THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: N the cerd0cate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certi8cem do.. not confer rights to the certificate holder in lieu of such end.nement(s). PRwucEa BXS Insurance PO Box 251510 Little Rook AR 72225- Zach Russenber er P. B FAX 501b14-1150 Amry ,501-614-1450 EMAIL , a.h....... CRImeriBlors.com INSURERS AFFOROINOCOVERAOE NAIL om an INSURBRA: Hartford Fire Insurance Company 19682 INSURED NAWKFNGrv1 INSURERS: Hawkins -Weir Engineers, Inc. P.O. Box 648 INSURERC: INSURER.: Van Buren AR 72957 INSURERS: INSURER F: NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Man TYPEDFINSURANCE ADD NODICYNUMBER AWNWEM M DOY� LIMITS COMMERCNLOBNERALLIABILITY EACHOCCURRENGE E CWMELMPLE ❑ OCCUR EMIEES Ee E M. E%P E PERSONAL SAW INJURY E GENLAW`REWTE LIMn APPUEB PER GENERALAGGREGATE E POLICY PRO- LCC JECT PR000CTS-COMPIOPAGO E E O HER AUTOMOgILEMABEJry C.MGI sE�OISINGIE LIMIT E BODLY INJURY m) E DMNE0CNY SCHEDULED BODILY WURY(sc,kaie E HIREONT NED AUTOS AUTOS UANTAUTO pNOPERMMAGE E S UMBREW LMB OCCUR EACH OCCURRENCE S AGGREGATE S E%EESSWB CWMsi.1A0E CEO I I RErEN9ONE E wd sE COMPENBAnON ANDEMR-MRSLIABILJTY YIN ANWHOPRIETORFARTNERIE'BouLVE STATUTE FA ELEACHACCIDENT E XC OFFICERMEMBERE"B" ❑ NIA (ManEWr,1n H) E.L. DISEPSE EAEMPLOYEE E nyaa. eeunea Omar OESCRIPTIONOFOPERATONSmW EL.OIBFISE-PWCY LIMB E A Prahsslorel ueG9lry 38OHOM728222 7H 1M022 7111MM EsBICur UmN E1,OW,000 Asno. E21000,000 DEWMPTONOFOPERATONSIWCATONSIVEHIOLES(ACORO101,A loI RemrMScMdu,mybe chWgm spacelcmg I Project# 2022129, U18ity Relocations for 1-49 MLK Interchange CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville 113 West Mountain St. Fayetteville AR 72701 AUTIORIgDREPRESENTAnVE U� G, 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Client#: 242819 HAWKENG ACORD.. CERTIFICATE OF LIABILITY INSURANCE °11130/12022 waozz THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS, AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the polley(les) must have ADDITIONAL INSURED previsions or be endoreed. If SUBROGATION IS WAIVED, subject to the terms and conditions of no policy, contain Policies may require an endorsement A statement on this certificate does not confer any rights to the certMcate holder In Ilan of such endorsement(s). PRODUCER Greyling Ins. Brokerege/EPIC 3780 Mansell Rd. Suite 370 Alpharetta, GA 30022 NAMEp Trudy Henry '2, , 770-5624226 No). DDRE . ACECCertifieates@gmyling.com INSURESSIAFFOROINGCOVFRADE NAICC INSURERA: SextinellnBYrance Company 11000 INSURED INSURER B: t10Mofd I" Co of fhe M'd t 37478 Hawkins -Weir Engineers, Inc. P.O. Box 648 IxsuREac Van Buren, AR 72957 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 22-23 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVESEENISSUEO TO THE INSURED NAMED ABOVE FORME POUCYPERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO MICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHORN MAY HAVE BEEN REDUCED BY PAID CLAIMS. pR TYPE OF INSURANCE ADD INSR U VIVG POLIGYNUMBEIR PO�ICYEFF M B POIC P MMIr4 A X CGMMFRO.LL GENERAL UABmTY CLAMS -MADE ❑X OCCUR 20SBWZM2676 1110112022 11101=23 E7000000 EEACCHHOECWRRENCE PQEMi3EbT a E1000000 MEDEXP E10000 PERWNFLaAWINJURY $1000000 GENLAGSREGATEUMTAPRJESPER: E92. [:1LOC OT 0 RR: GENERFLAWREWTE E2000000 PRoeucrs-WMRLPAGG s2000000 $ A AUTONOBILRWIMMTY ANr MJTO AUTOS ONLY AUTOS LED HIRE° NONOWNED AUTOB ONLY X AUTOS ONLY rx 20UEGNM9289 1110112022 1110112021 WMBUSEERDSI L IT 1,000,000 BODILY INJURY(P«p,[m) E BODILY INJURY (Pera�Ler4 E FROPERtt WMAGE Faw»CwR $ A )( UNBRELLALIAB "CMUAS X OCCUR CWM&NADE 205BVV=676 110112022111011202 FACHocauRRENCE $2000000 AGGREGATE E2000000 °EO I X RETEMINSIOOOO S B WORKERS COMPENSATOR AND EMPLOYERS' LIABILITY OFRCEWMEMBERMLU�EOY ECUTIVEO manOMoryln Fee OESGeFTON OF OPERATIONS NIow NIA 20WEGFN0830 11/01/2022 111011202 X PER EL EACHACCICENT s500oo0 E.LOSEASE-EAEMPLOTEE $500000 EL. DISEASEPOLICYLIMIT $500000 DESCRIPTION OF OPERATIONS I LOCATIONS I VENICLES(ACORD 101, Additional Remus Schedule, may be attached IF more spec@ is natured) Re: Project# 2022129, Utility Relocations for the 149 MLK Interchange. City of Fayetteville, Arkansas is named as an Additional Insured on the above referenced liability policies With the exception of workers compensation where required by written contract. Waiver of Subrogation is applicable where required by written contract S allowed by law. City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHDRISED REPRESENTATIVE ACORD 26 (2016103) 1 off The ACORD name and logo are registered marks of ACORD #S50179521M4949477 RGU01 ARKANSAS DEPARTMENT of TRANSPORTATION Utility: City of Fayetteville, Arkansas Job 040846 (Utilities) Consultant Hawkins -Weir Engineers, Inc. Hwy. 62 Interchange Improvements (F) City of Fayetteville Route 149 Section 28 County Washington CERTIFICATION OF CONSULTANT I hereby certify that I am the President and CEO and duly authorized representative of the firm of Hawkins -Weir Engineers, Inc. whose address is 438 East Millsap Road, Suite 200, Fayetteville, Arkansas 72703, and that, except as expressly stated and described herein, neither I nor the firm of Hawkins -Weir Engineers, Inc. has, in connection with its contract for preliminary engineering services with City of Fayetteville, Arkansas entered into pursuant to provisions of an agreement between the aforementioned utility owner and the Arkansas Department of Transportation as a part of Federal Aid Project (a) employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm, company, or person, other than a bonafide employee working solely for me or the aforementioned consulting firm to solicit or secure the contract, or (b) agreed, as an expressed or implied condition for obtaining the award of the contract, to employ or retain the services of any firm, company, or person in connection with the carrying out of the contract, or (c) paid, or agreed to pay, to any firm, company, organization, or person, other than a bonafide employee working solely for me or the aforementioned consulting firm, any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the contract. (Statement and explanation of exception, if any:) I acknowledge that this certificate is to be furnished to the Arkansas Department of Transportation and the Federal Highway Administration, in connection with the aforementioned project involving participation of Federal -Aid Highway Funds, and is subject to applicable State and Federal Laws, both criminal and civil. 3"-d L PL.Ao, 12/Z8/2o2-2- (Signature) (Date) Brett D. Peters, P.E. ARKANSAS DEPARTMENT OF TRANSPORTATION ' AeD019ov I IDriveArkansas.com Lorie H. Tudor, P.E., Director 70F KANSAS DEPARTMENT 10324 Interstate 30 1 P.O. Box 2261 Little Rock, AR 72203-2261 TRANSPORTATION Phone:501.569.2000 1 Voice/TTY 7111 Fax:501.569.2400 October 10, 2022 Mr. Corey Granderson City of Fayetteville 113 W. Mountain Rd. Fayetteville, AR 72701 Job 040846 (Utilities) Hwy. 62 Intchng. Impvts. (F) Route 1-49 Section 28 Washington County Dear Mr. Granderson: Your request of September 9, 2022, to have Hawkins -Weir perform the preliminary engineering for your utility facilities on the referenced project is approved. This approval is your authorization to have the consultant proceed with the sketch and preliminary engineering fee breakdown, as well as the contract for preliminary engineering services with your utility. This information should be submitted to this office for review and approval. Upon approval of the fee, a Preliminary Engineering Agreement will be prepared by this office and sent to you for signature. The cost of this service will be reimbursable only to the extent your existing utility facilities required to be adjusted are determined to be eligible. In order to receive any eligible reimbursement of consultant engineering costs, the preliminary engineering work must not be started until work authorization is given by the Department. In accordance with requirements for Federal Aid Projects, we are forwarding a "Certification of Consultant" form to your consultant to execute and return to this office. If further information or assistance from this office is needed, please advise. Sincerely, Keith Mashburn Utility Coordinator Utilities Section Right of Way Division Enclosures C: Hawkins -Weir W/Attachments "C" Files ARKANSAS DEPARTMENT of TRANSPORTATION Utility: Consultant I hereby certify that I am the 1•• Route Section County CERTIFICATION OF CONSULTANT authorized representative of the firm of whose address is except as expressly stated and described herein, neither I nor the firm of with (Utilities) and duly and that, has, in connection with its contract for preliminary engineering services entered into pursuant to provisions of an agreement between the aforementioned utility owner and the Arkansas Department of Transportation as a part of Federal Aid Project (a) employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm, company, or person, other than a bonafide employee working solely for me or the aforementioned consulting firm to solicit or secure the contract, or (b) agreed, as an expressed or implied condition for obtaining the award of the contract, to employ or retain the services of any firm, company, or person in connection with the carrying out of the contract, or (c) paid, or agreed to pay, to any firm, company, organization, or person, other than a bonafide employee working solely for me or the aforementioned consulting firm, any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the contract. (Statement and explanation of exception, if any:) I acknowledge that this certificate is to be furnished to the Arkansas Department of Transportation and the Federal Highway Administration, in connection with the aforementioned project involving participation of Federal -Aid Highway Funds, and is subject to applicable State and Federal Laws, both criminal and civil. (Date) (Signature) Mashburn, Keith From: Granderson, Corey <cgranderson@fayetteville-ar.gov> Sent: Friday, September 9, 2022 9:27 AM To: Mashburn, Keith Subject: FW: 1-49 & Hwy 62 (MLK Blvd) Interchange Improvement Project Follow Up Flag: Follow up Flag Status: Flagged CAUTION: This email originated from outside of ARDOT. Do not click links or open attachments unless you recognize the sender and know the content is safe. Keith — we had a selection committee meeting yesterday which included selecting an engineer for our utility relocations on this project. A few questions I wanted to run by you: 1. Remind me, when we initially spoke about this I recall you wanted me to hire an engineer and treat this like a normal relocation project VS. trying to partner with ArDOT's CMGC group. Am I correct in this? a. Is there an engineer already involved in that regard for plan -preparation? 2. In a week or so I'll have our formal selection results and can send that over to receive your Consultant Approval letter. Let me know if I'm missing any steps here. 3. After this, for the Preliminary Engineering Agreement, I'd like to propose a 2-step process. a. I'd like to negotiate an initial smaller contract for the consultant to be involved reviewing the McKim Creed information and better define the consultant's need for hours and scope, maybe even get a feel for reimbursement percentages. b. Then I'd like to run an amendment through that increases the fee and scope to get us through construction document prep and bidding. c. My reasoning is that on the Hwy 112 project, Hawkins Weir had to estimate their time and effort based on my GIS exhibits of conflicts and it was very granular information. In the end, the project was more complicated and took many more hours than they had originally planned. I believe the 2-step approach can help avoid this. I called your office and they said you are out today and Monday. I'm happy to jump on a call next week if helpful, just let me know. Corey From: Bob Mjoen <RMjoen@mckimcreed.com> Sent: Friday, August 12, 2022 12:23 PM To: Granderson, Corey <cgranderson@fayetteville-ar.gov> Cc: Mashburn, Keith <Keith.Mashburn @ardot.gov>; Fisher, Thomas <Thomas.Fisher@ardot.gov>; Foster, David L (APAC) <David.Foster@apac.com>; Sean Patterson <SPatterson@mckimcreed.com> Subject: RE: 1-49 & Hwy 62 (MILK Blvd) Interchange Improvement Project CAUTION: This email originated from outside of the City of Fayetteville. Do not click links or open attachments unless you recognize the sender and know the content is safe. Please find the attached PDF documents and KMZ file. I just noticed they were left off of the email. Thank you, Bob Mjoen, PE, MBA I SUE Senior Project Manager T 713.659.0021 x1090 I D 713.574.1879 1 M 970.361.8833 9960 West Sam Houston Parkway South, Suite 200, Houston, TX 77099 PE, MBA RMjoen@mckimcreed.com I www.mckimcreed.com Voted "Best Firm To Work For" - Zweig Group ❑a From: Bob Mjoen Sent: Friday, August 12, 2022 12:19 PM To: cgranderson@fayetteville-ar.gov Cc: Mashburn, Keith <Keith.Mash burn@ardot.gov>; Fisher, Thomas <Thomas.Fisher@ardot.gov>; Foster, David L (APAC) <David.Foster@apac.com>; Sean Patterson <SPatterson@mckimcreed.com> Subject: RE: 1-49 & Hwy 62 (MILK Blvd) Interchange Improvement Project Mr. Corey Granderson City of Fayetteville - water & sanitary sewer Utilities Engineer 113 W. Mountain St. Fayetteville, AR 72701 Ph. (479) 444-3452 The 1-49 at Hwy 62 (MILK Blvd) project has now reached the 30 percent plan status and is currently on schedule to complete the 60 percent plans in April of 2023. A Subsurface Utility Engineering (SUE) investigation has been performed and test holes are currently underway. Please review the attached PDF roll plot files and the KMZ file showing the footprint of the 30 percent design plans overlaying the existing utilities as shown. There are significant changes for the widening of MILK Blvd., a roundabout at 15t" street, and some realignments along 1-49 showing the utilities in conflict under the proposed roadway alignment. It is important to begin looking at the utilities and the impact they will have for the relocation. The current schedule for the ArDOT's Construction Management/General Contractor (CMGC) construction project is set to start work mid-2024. To reach this milestone, the utilities will need to prepare relocation plans and be ready to start construction no later than June of 2023. This is a very proactive Design Team and will work together to tie down all roadway alignments, embankment (cut & fill), ditch flow lines, drainage culverts, and bridge foundation layouts prepared by the 60 percent plan completion. Updates will be sent out periodically to assist in the progress of the CMGC design project to assist with meeting the utility relocation design plans for construction. Utility coordination will be very important to assist in tracking the progress from the ArDOT's Design Team to each utility meeting the relocation completion date. There will be meetings forthcoming soon as we progress to reaching the 60 percent milestone. Please provide your key personnel contact list for utility coordination for the utility relocation design work. Please reach out to Bob Mjoen from McKim & Creed, Inc. at (970) 361-8833, email is rmioen@mckimcreed.com or Keith Mashburn from ArDOT at (501) 569-2142, email Keith. Mashburn@ardot.gov for any questions or concerns. Sincerely, Bob Mjoen, PE, MBA I SUE Senior Project Manager, PE, MBA T 713.659.0021 x1090 I D 713.574.1879 1 M 970.361.8833 9960 West Sam Houston Parkway South, Suite 200, Houston, TX 77099 RMjoen@mckimcreed.com I www.mckimcreed.com Voted "Best Firm To Work For" - Zweig Group ❑a Disclaimer This e-mail and any files transmitted with it are confidential and intended solely for the use of the individual or entity to whom they are addressed. If you have received this e-mail in error please notify the system manager. Please note that any views or opinions presented in this e-mail are solely those of the author and do not necessarily represent those of the company. Finally, the recipient should check this e-mail and any attachments for the presence of viruses. The company accepts no liability for any damage caused by any virus transmitted by this e-mail.