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.