Loading...
HomeMy WebLinkAbout125-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 125-23 File Number: 2023-785 HAWKINS-WEIR ENGINEERS, INC. - I-49 & MLK (SERVICE AGREEMENT): A RESOLUTION TO APPROVE AMENDMENT NO. 1 TO THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $276,110.00 FOR ADDITIONAL DESIGN SERVICES FOR UTILITY RELOCATIONS ASSOCIATED WITH THE I- 49/MARTIN LUTHER KING, JR. BOULEVARD INTERCHANGE PROJECT WHEREAS, on February 7, 2023, the City Council passed Resolution No. 30-23 approving a Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. for engineering services associated with the utility relocations at the 1-49 and Martin Luther King, Jr. Boulevard Interchange Project; and WHEREAS, Amendment No. 1 to the contract with Hawkins -Weir Engineers, Inc. will provide for costs associated with additional design services for relocations near the 15th Street improvements, a portion of which is expected to be reimbursed by the Arkansas Department of Transportation. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Amendment No. 1 to the Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $276,110.00 for additional design services for utility relocations near the 15th Street improvements associated with the I-49/Martin Luther King, Jr. Boulevard Interchange Project, as shown in the scope of services attached to Amendment No. 1. PASSED and APPROVED on June 6, 2023 Page 1 AMENDMENT NO. 1 TO THE AGREEMENT For PROFESSIONAL ENGINEERING SERVICES BETWEEN CITY OF FAYETTEVILLE, ARKANSAS AND HAWKINS-WEIR ENGINEERS, INC. In accordance with the AGREEMENT For PROFESSIONAL ENGINEERING SERVICES for the Utility Relocation for I-49/MLK Interchange (HW Project No. 2022129), dated February 7, 2023, between the City of Fayetteville, Arkansas (hereinafter called Owner) and Hawkins -Weir Engineers, Inc. (hereinafter called Engineer), Owner hereby authorizes Engineer to proceed with engineering services as modified by this Amendment No. 1. SECTION 1— SCOPE OF SERVICES 1.1 Amendment No. 1 is for Task 2 - Preliminary Engineering Agreement associated with the Final Design Phase of the Utility Relocation for I-49/15th Street Interchange project. Additional services are detailed in the Engineer's attached Scope of Services dated May 4, 2023. SECTION 2 — TIME OF SERVICE 2.1 Engineer will proceed with providing the services set forth herein immediately upon execution of this Authorization by all parties. SECTION 3 — COMPENSATION 3.1 Owner shall compensate Engineer for providing the services set forth herein in accordance with the terms of the Agreement. Total payment for Scope of Services described herein shall not exceed Two Hundred Seventy Six Thousand One Hundred Ten and 00/100 Dollars ($276,110.00) without written approval of Owner. These additional services adjust the Agreement's not to exceed fee to $544,550.00, and the adjustment includes $7,500 for geotechnical services. The total not to exceed reimbursable expenses is adjusted to Fifty Two Thousand Five Hundred and 00/100 Dollars ($52,500). 2022129 Amendment 1 - 15th Street.doex Page 1 of 2 May 4, 2023 Attachments: Exhibit A — Scope of Services dated, May 4, 2023 Exhibit B — Scope of Services and lee Proposal, dated May 4, 2023 Exhibit C: — Standard Hourly Billing Rate Structure, effective August 14, 2022 AUTHORIZATION BY: CITY OF FAYFTTFVII,IY, ARKANSAS By: rable y,Weld Jordan, Mayor Date: "` V 2.0 2_2 ACCEPTED BY: HAWKINS-WEIR ENGINEERS, INC. r By: 4 rr c ormick, P.E. Corpor Secretary Date: 7 118 / -f-023 2022129 Amendment 1 - 15th Street.docx Page 2 0l'2 May A, 2023 CITY OF FAYETTEVILLE ARKANSAS MEETING OF JUNE 6, 2023 CITY COUNCIL MEMO 2023-785 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director DATE: SUBJECT: Hawkins -Weir Engineers - Amendment No. 1 for 1-49 & MILK Interchange Project RECOMMENDATION: Staff recommends approval of Amendment No. 1 to the 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 $276,110.00. BACKGROUND: ArDOT previously 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 21-01, Selection #14). 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 is underway to determine exact qualifications. Afterwards, a formal relocation agreement will be presented to the City Council outlining the terms of reimbursement. DISCUSSION: Amendment No. 1 will advance the design from 30% to 100% bid -ready plans and specifications for just the relocations necessary near the 15th Street improvements. ArDOT has expressed intent to construct this area first and therefore all utilities are focusing efforts here prior to MLK Blvd. Future contract amendments will be proposed for final engineering effort on the remainder of the project, and also for construction phase services when portions of the project advance through bidding. Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 The breakout of the split between the two G/L accounts is below: G/L Account Project Amount 5400.720.5600-5314.00 11011.2301 $179,471.00 5400.720.5700-5314.00 11011.2301 $96,639.00 Total $276,110.00 BUDGET/STAFF IMPACT: Funds are available in the Water/Sewer Relocations - Bond Projects account within the Water & Sewer fund. ATTACHMENTS: SRF Hawkins -Weir Engineers 1-49 and MLK, Amendment No. 1 Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2023-785 Hawkins -Weir Engineers - Amendment No. 1 for I-49 & MLK Interchange Project A RESOLUTION TO APPROVE AMENDMENT NO. 1 TO THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HAWKINS-WEIR ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $276,110.00 FOR ADDITIONAL DESIGN SERVICES FOR UTILITY RELOCATIONS ASSOCIATED WITH THE I-49/MARTIN LUTHER KING, JR. BOULEVARD INTERCHANGE PROJECT WHEREAS, on February 7, 2023, the City Council passed Resolution No. 30-23 approving a Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. for engineering services associated with the utility relocations at the I-49 and Martin Luther King, Jr. Boulevard Interchange Project; and WHEREAS, Amendment No. 1 to the contract with Hawkins -Weir Engineers, Inc. will provide for costs associated with additional design services for relocations near the 15th Street improvements, a portion of which is expected to be reimbursed by the Arkansas Department of Transportation. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Amendment No. 1 to the Professional Engineering Services Agreement with Hawkins -Weir Engineers, Inc. in an amount not to exceed $276,110.00 for additional design services for utility relocations near the 15th Street improvements associated with the I-49/Martin Luther King, Jr. Boulevard Interchange Project, as shown in the scope of services attached to Amendment No. 1. Page 1 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2023-785 Item ID 6/6/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 5/17/2023 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of Amendment No. 1 to the 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 $276,110.00. Budget Impact: 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 Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: 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 $ 5,903,062.00 $ 1,891,558.85 Is 4,011,503.15 $ 276,110.00 Previous Ordinance or Resolution # Approval Date: 3,735,393.15 V20221130 Exhibit A — Preliminary Engineering Agreement Scope of Services Id � Utility Relocations for 1-49/15th Street Interchange Fayetteville, Arkansas CITY OF FAYETTEVILLE HW Project No. 2022129 ARKANSAS May 4, 2023 Further Description of Basic Engineering Services and Related Matters: Scope The Utility Relocations for the 1-49/15th Street Interchange project include the relocation of publicly owned utilities to precede the roadway improvements to West 15th Street at the proposed crossing of Interstate 49 (1-49) by the Arkansas Department of Transportation (ARDOT). The ARDOT project includes the extension of West 15th Street for an overpass of 1-49 with two (2) traffic circles, entrance and exit ramps, and box culvert structures under West 15th Street and South Futrall Drive. The utility relocation project will consist of an estimated 2,014 linear feet of 18-inch water main, 216 linear feet of 12-inch sanitary sewer, 15 linear feet of 24-inch sanitary sewer, and 399 linear feet of 30-inch sanitary sewer. TASK 1 — Preliminary Engineering Services — Preliminary Design Phase 1. Proiect 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 3. Assist the Owner in negotiations and preparing documents required to enter into a Highway — Utility Construction/Relocation Agreement with the Arkansas State Highway Commission a. Prepare and submit a Preliminary Engineering (PE) proposal for ARDOT's review in accordance with ARDOT's Utility Accommodation Policy 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 2022129\Exhibit A - PE Agreement - 15th Street (05-04-23) Page 1 of 7 Exhibit A — Preliminary Engineering Agreement Scope of Services Id � Utility Relocations for 1-49/15th Street Interchange Fayetteville, Arkansas CITY OF FAYETTEVILLE HW Project No. 2022129 ARKANSAS May 4, 2023 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 iii. 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 estimated length 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 Construction Manager General Contractor (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 ARDOT's review in accordance with ARDOT's Utility Accommodation Policy 2022129\Exhibit A - PE Agreement - 15th Street (05-04-23) Page 2 of 7 Exhibit A — Preliminary Engineering Agreement Scope of Services Utility Relocations for 1-49/15th Street Interchange WFayetteville, Arkansas HW Project No. 2022129 May 4, 2023 TASK 2 — Preliminary Engineering Services — Final Design Phase 1. Project Manaqement and Administration a. Prepare correspondence and consultation with Owner I� CITY OF FAYETTEVILLE ARKANSAS b. Develop a detailed project schedule that outlines the tasks and major milestone dates for the Final Design Phase c. Prepare a monthly status report for submission with each invoice 2. Utility Coordination a. Obtain location and size of existing and proposed overhead and underground utilities from the CMGC b. Using utility field survey data, atlas mapping, and information from CMGC, plot existing and proposed utilities on plans c. Attend meetings with CMGC and utility companies to discuss necessary adjustments or relocations d. Perform field locates by using spot digging performed by Owner and/or CMGC 3. Preliminary Design Phase (50% Design Phase) a. Manage a geotechnical soils investigation by a subconsultant, GTS, Inc. b. 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 c. 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 2022129\Exhibit A - PE Agreement - 15th Street (05-04-23) Page 3 of 7 Exhibit A — Preliminary Engineering Agreement _ Scope of Services 9% hN Utility Relocations for 1-49/15th Street Interchange Fayetteville, Arkansas CITY of FAYETTEVILLE HW Project No. 2022129 ARKANSAS May 4, 2023 d. Prepare 50% Opinion of Probable Construction Cost e. Submit one (1) full-size copy and one (1) PDF copy of the 50% Design Plans, as well as a copy of the Opinion of Probable Construction Cost f. Participate in 50% Design Review Meeting within thirty (30) days following submittal of the 50% Design Documents 4. 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, vaults, manholes, and bores 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 II, Section A.4 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 America Act (BABAA) 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 Opinion of Probable Construction Cost g. Perform QA/QC Review of Final Plans and Specifications h. Submit one (1) full size copy and one (1) PDF copy of the 90% Design Plans, as well as a copy of the Final Opinion of Probable Construction Cost and Specifications 2022129\Exhibit A - PE Agreement - 15th Street (05-04-23) Page 4 of 7 Exhibit A — Preliminary Engineering Agreement _ Scope of Services 9% hN Utility Relocations for 1-49/15th Street Interchange Fayetteville, Arkansas CITY OF FAYETTEVILLE HW Project No. 2022129 ARKANSAS May 4, 2023 i. Prepare permits (ADEQ STAA, ADEQ Stormwater Discharge Permit, ADEQ Hydrostatic Discharge Permit, ARDOT Utility Permit, and USACE Section 404) j. Assist the City's Appraiser and Right -of -Way Acquisition Agent k. Participate in 90% Design Review Meeting within thirty (30) days following submittal of the 90% Design Documents 5. Final Design Phase (100% Design Phase) a. Incorporate any QA/QC Review Comments and 90% Design Review Comments b. Submit one (1) full-size copy, one (1) half-size copy and one (1) PDF copy of the "Issued for Bid" (IFB) Plans, IFB Specifications, and the Final Opinion of Probable Construction Cost c. Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to the Arkansas Department of Health for review and respond to any questions or comments d. Submit the Final Plans, Contract Documents, and an Opinion of Probable Construction Cost to ARDOT for review and respond to any questions or comments 6. 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 2022129\Exhibit A - PE Agreement - 15th Street (05-04-23) Page 5 of 7 Exhibit A — Preliminary Engineering Agreement Scope of Services Id � hN Utility Relocations for 1-49/15th Street Interchange Fayetteville, Arkansas CITY OF FAYETTEVILLE HW Project No. 2022129 ARKANSAS May 4, 2023 TASK 1 — Preliminary Engineering Services: Utility Relocations for 1-49/MLK a. The Preliminary Design Phase (TASK 1) for the 1-49/MLK Utility Relocations Project is already under contract with the City of Fayetteville but has not been incorporated into a Preliminary Engineering Services Agreement with ARDOT. Work on TASK 1 for 1-49/MLK will continue concurrently with the Preliminary and Final Design Phase work for the 1-49/15th Street Interchange Utility Relocation Project Construction Engineering Services — Construction Phase a. Construction Phase Services for the 1-49/15th Street Utility Relocation Project are not included in this Scope of Services 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 for 1-49/15th Street Interchange Utility Relocations c. Subcontracting of services by the Engineer shall have prior approval of the Owner Exclusions to the Scope of Services a. Construction Observation or Administration services 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 2022129\Exhibit A - PE Agreement - 15th Street (05-04-23) Page 6 of 7 Ny T r0 G>A << W. CENTER ST. O� W. STONE ST. w Q o C� ui c¢n Q J Cn LU Z O L Lt J z W W Y �o ,E]M Q N F PRM\NG�ON Q\ PO o c9 O C� 6Lv0 MPR�\N�U�N� w_ � o T G� <O WEST 15TH ST. z � U_ CROWNE DR. Z PROJECT LOCATION N � � y �0 0 w J J z Z O( 5 L` 18TH ST. w r a x I w CD z x U d' zcC, Y yON .� o �0 m �� Z �2 O Q U O J W J h UTILITY RELOCATIONS FOR I-49 / 15th STREET INTERCHANGE N N E N 8 I N E E i$ I N 15TN STREET PROJECT LOCATION MAP oN N Van Buren Fort Smith Fayetteville Little Rock (479) 474-1227 I (479) 242-4685 I (479) 455-2206 I (501) 374-4846 FOR: CITY OF FA YETTEVILLE, ARKANSAS N www.hawkins-weir.com MAY2023 SCALE.- 1"=1200' 2022129 C �w Y) M to O M In M N en (» en (» en o N V N O O co co O co c0 7 N N co co -,I- .o V N o = U j 2 0 c o c U a o O R R $ ° o E c d O R pcl O N (D in C -_ E o U m O) g R o C U N C R C O c C m c N 3 ° o O d @ r t E a O O O N O C E o A o o R N N n 0 C U C n 'a n N U E = O rn C9 N 5 0 c g R a Mn U @ c m R a) N C N U M N O L_ N R �R p rp U c c R R C O 0 0 a) ° m c cRiC7 � Rw EE ° >,OM�o¢a 7 R .6 c o N 0 ((C M 61J 0 V N of - 0 o (O N 64 0 0 M O In M of l of l 0 0 O M M of l of l 0 0 Lq V In V of - � F» 0 to 61i 0 0 N O N-7 EA F» 0 O (V ER Nco O N N V N N M to -IT M to to M O N a N a N O a O M co co (D N O (D W oo O O O c0 O c0 c0 � V 7 O V A N N N N N O N M 7 7 7 V 7 N L p N c o Q p c N N O N > c C c R U N R w O T N CD ❑ « e N o O U Lo O R N �'N n° oo N R �L O m n - N N — N O mw wo 0 N N a m c of N N R CD CD c o o 0 o H C C c E« cL N ❑ O 0 T O y � O c T c CDa m a2 d > af0i c o o Lan -t6o J r ID N NR o E o C o N 6 C C U o ` .2 N O T r U o N Cl O. N No OcL N m o 3 O m « R o❑ U o c_ T O N �O R C O 2 °` it -o C C o LL '� L 3 C N Nil = o 'o -o C m R O. R m N N ❑ 2 a CI fR/I R a O p 0 C N cc 'C al (L-1 R C jA - rn �U y n� o m as E o d o aa) ofm Nj > c m N C R n N aNi mOO O L c R «? « m R T N aCD C 3 N c p W N O a) N 'RO o N E c> U O` a o a 2 o N R N R w O N N c a) O "O O) C C R R a)C o cc p 2 O. W U c al 2 C .Cl R U 0. U al C O W vi O R c T a C o R V C N O y`❑ R L U R fa -E Ol n N U .N = L (a C tll o ql .N o R EID - R .a) m -p R °2 = o5 U -p m0 o ocll U OR OI R L m O. 5,2 R O) o C N C a) R C o L R a N C m M. O .R- C R `) ' c y O. A O. c .N-. a O. R C ? a w d m d a d L N d r U cc 2 - a` M (d a o o ai 00 OOD (00 fV N C CQ - Lo 61J 61J c � co 7 6FJ fR Lq Lo ef - V 7 O O O O a N N m O N N O O O O O O 7 -p 0 N > c ° c R m E a >r _ a) m o ° a N L N 2 O E rp R _ m m R al R N ` 2 CD � > c p O CDQ dw R @ -oa aD y 2) R -No a CD m R CD ID 0 0 ❑ .N C1 R :Q E -p C CD @ N N Q a) 0 > Lo,p., p o N a� vi o o E U R ❑ ID «- o E � H na ❑ o m o '� E a U c O-oE? p .. •= m c p 2 a p 2o-o j R LL .L.+ al N O N m 'Op c C pUp� Y 5 L O N R p U ,6 E .2 °U 3 � '5 « m a` Eo O U D $ Ea�-i c N� m R E a CD °I 'CD 'O C.L.+ 'U U O L m c E Ol U U U ++ w CDm 'O a O m n o N L ._ R c 3 oc-I c m m o C m CD mom° nc axi o c ❑ mt� U N o o cic'p M c m R E U y O m C M p R c a o .� m 2 R (l 3 c E R o z c c L r o a c o m a s ii rn c o c o R R (� c m p m o a of w � E 'c m c m o R U R R R o R E ❑ c -2 N m N N 2 @ p_�pa>Ra aa(nn- ac o d 7 (d a ti O c00 O 00o N co N N m m c0 o» 7 O O O O ���<n �� HU m F O 2 (D M P') �o O NCO V CD N U _ m � H L 11 U = 11 — F ER LO a) W U n U LO L = m O U � m F 01 O V 7 O N V (O W N of 7 w— C> w 61� N OD O OD V W 7 w > N v C m N C N LL ('a E m a o c Q O 21 CD ❑ 2 a L o o m o om @ p CD L >ID "" m m U m p oCD 3 o m O LL E m O m x O T C N m w w ❑ m a ¢ m c -o o o� N m E 0 o o o- m ❑ d >. 3 m E o O m rn m c m o w m D U E rn m m m o :2 o r U m Q C, c m L o m - - .� m ° > U O w o c m y o c U o U m U m m Q C L E I.15 to pm U O C m m (n — � h❑ E o c m o O w ° a)N N o U _m c a c w m w L g m f6 m -00 Q U 3 W 0 0 p_ o c m U C N o U o E a n m F❑ m 2 m a 0 0 c U c y ..m 'o o 3 mo Cw7m� vi m co U o c o 'c > 'u m m ❑ ' Q E o- O a w a �Qe wcc w o Zn 0U N C1 0` ma `00 L' f6 c oU a m a m C m (n ll O p p D- O.� a) c m -2 a m m 2 g m E c 'E o a) H m 0 a m E 5 0.o ma aaain0 a¢¢a0 oo co W O cco OD M to oc 10 c oD o W co V V �N N V c m m m C � a Y 0 m Q ID ❑a' o m o 0 ° o o d U U c c m o 0 CD 2 2 c y y m E ° U r U o n m m m U 8 5 H E a p U o o > a o a a m - ate-` boo n c c c o rn c 5 aa) O o 'n CD ❑c00�0 o m m c C O T L m C m N o) o m m m m C U o cm o mc m m E m N E 'm cw cio.ac aiQ E L ° o 'n o 0 z V O ❑ @ o ❑ o a c m 3 u m c� o c m m a) LL m > a� c c Q m m 0� coi � U U c a U m a N o N m o O 2 n m e° c c y m m m LL O L d L m m c c o d$ E �«_ m a ._ � E-.�U Em E� ❑ U � m N > > (n� (n❑ (n m c ll l0 d U 'O O 19 O M O O N O O O O O (( � � O � O to EA fR fR fR N N m 0 N mO N O ai O � O c, O L O e9. O O � N O EA N O O N O EA 7 m m N 7 O W N (OHO W co d' V co O N V O N m O cq 0 V N 7 N N 6. p C co a U m .2- CD o a E N CD C 0 0 O 6 CD O C O 0 o CD U c n m N � c o U CDo c� 3 p o c c m y E o U 3 - Q m O L >i O o L 3 c -2 (D 3 m m CD m0 c m 3 o m m m (D m F c a c c o (D c o 0 m m O c m O U 0 D) @ A. m O r m C r m o U N m m O c C [n m m 2-2 0 o f 5 m m 'FA oo° EL E CD > a c m ❑ c a O a; m m E` o) c U > w o a m a s �. O C o m c+ (D m U m O. o "-00 m p ❑ m m(D m c ao c m a Q 0 0.0 c_ cn LL N ❑ m w o o :O m a (` a m N d ID U U m 'm a) � -m c cc mp o cm 0 0 (D ` i rn mamma °-3 �xU C m m mm `m-o2 m a) a Q m m O O o e�- e�- o m C U o 'c 0. L U m m O ❑ U N c m 0 w m m v E CD Z c m 0 U N w z Em m m mo w E 0 F E cd 7 O N 01 a Exhibit C Engineer Standard Billing Rate Structure For Hourly Fee Based Contracts Hawkins -Weir Engineers, Inc. Effective August 14, 2022 through August 12, 20231" Engineer VII $ 220 Per Hour Engineer VI $ 200 Per Hour Engineer V $ 175 Per Hour Engineer IV $ 150 Per Hour Engineer III $ 130 Per Hour Engineer II $ 115 Per Hour Engineer I $ 100 Per Hour Engineering Technician Designer I $ 110 Per Hour Technician IV $ 95 Per Hour Technician III $ 85 Per Hour Technician II $ 75 Per Hour Technician I $ 65 Per Hour Field Technician - Field Inspector Resident Project Representative (RPR) $ 120 Per Hour Construction Manager $ 100 Per Hour Inspector II $ 85 Per Hour Inspector I $ 75 Per Hour Field Surveying GPS Survey Surveyor Administrative Business Manager Expert Witness Preparation Testimony, less than 1/2 day Testimony, per Day $ 175 Per Hour $ 125 Per Hour $ 85 Per Hour At Engineer's Hourly Rate $ 2,000 $ 4,000 Expenses Reimbursable Expenses and upcharges 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 Vehicle(2) $0.655 per mile effective l/l/23 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 Size Copy - Color $ 5.00 Per Copy CD Copy $ 5.00 Per Copy Binding $ 1.00 Each (1> Billing Rates are 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. (2) To be adjusted periodically to current IRS mileage rate. All Billings are due upon receipt unless prior arrangements for payment have been made.