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.