Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout30-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 30-24
File Number: 2023-1553
HAMESTRING CREEK AND TRIBUTARIES (GRANT APPLICATIONS):
A RESOLUTION TO AUTHORIZE APPLICATIONS FOR MATCHING GRANTS FOR THE HAMESTRING
CREEK AND TRIBUTARIES FLOOD MITIGATION EFFORTS
WHEREAS, on June 6, 2023, the City Council approved Resolution No. 139-23 authorizing a contract with Freese &
Nichols, Inc. to research potential options to reduce flooding in the Hamestring repetitive loss area, including aiding the
City in the production of a grant application to seek funds for scoping and implementation of the most feasible solution;
and
WHEREAS, potential solutions have been identified and staff recommends submitting requests for funding through
the Flood Mitigation Assistance program, Building Resilient Infrastructure and Communities program, and from the
Arkansas Department of Emergency Management.
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 the Mayor to submit snatching
grant applications for funding from the federal Flood Mitigation Assistance program and Building Resilient
Infrastructure and Communities program, as well as state funding available through the Arkansas Department of
Emergency Management for the Hamestring Creek and tributaries flood mitigation efforts.
PASSED and APPROVED on January 18, 2024
Attest:
.F
_ �; • C,\T Y n� •gS�zoi,�
Kara Paxton, City -Cfdk Treasur(i -AYE I i
Page 1
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF JANUARY 18, 2024
CITY COUNCIL MEMO
2023-1553
TO: Mayor Jordan and City Council
THRU: Chris Brown, Public Works Director
FROM: Alan Pugh, Staff Engineer
DATE:
SUBJECT: Approval to submit grant applications to multiple agencies for further scoping of the
Hamestring Creek and tributaries flood mitigation.
RECOMMENDATION:
Staff recommends approval to submit grant applications to multiple agencies for further scoping of the
Hamestring Creek and tributaries flood mitigation.
BACKGROUND:
Due to continued flooding and in response to the May 2017 flood event, the City Council approved a contract
with FTN Associates in May of 2020 in order to research potential solutions to the flooding in the Hamestring
repetitive loss area (RLA). This study looked at several options including upstream detention and channel
improvements to determine if the flooding could be alleviated. This study ultimately did not yield any feasible
results. As a follow up to this initial study, the City Council approved a contract with Freese and Nichols in
June of 2023 to further research potential options to reduce flooding. As a portion of this contract, Freese and
Nichols was tasked with aiding the in the production of a grant application to seek funds for scoping and
ultimately implementation of the most feasible solution.
DISCUSSION:
The study portion of the contract has been performed and has identified two potential solutions. These would
include buyout of structures or detention areas in the upstream portions of the watershed or a combination of
both. Some additional scenarios were uncovered during the analysis which would include combining many
different potential solutions. In order to move forward, the City intends to seek grant funding to finalize the
scoping and begin to seek funds to implement the most feasible solution.
With the grant the City also intends to seek reimbursement for a portion of the funds already allocated to the
project. The intent is to submit for Flood Mitigation Assistance (FMA) funding with the Arkansas Natural
Resources Division, Building Resilient Infrastructure and Communities (BRIC) and state funding with the
Arkansas Department of Emergency Management. The FMA and BRIC grants are ultimately submitted to the
Federal Emergency Management Agency for review and are nationally competitive while the state mitigation
grants are decided upon at a state level.
BUDGET/STAFF IMPACT:
The total amount of grant funding being requested would be approximately $400,000 which would include
approximately $250,000 of additional scoping and the previously allocated $151,420 the City has already
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
allocated toward the project. The total match for the grant is anticipated to be approximately $100,000.
However, it is not anticipated that additional funding from the City would be required at this time for the FMA
and BRIC grants as the previous allocation would cover the required matching funds. if additional funds are
required, the anticipated source would be either the 2019 Drainage Bond or Capital Improvement Program
funds.
ATTACHMENTS: SRF (#3), 164-20 Resolution (#4), 139-23 RESOLUTION (#5)
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 #: 2023-1553
Approval to submit grant applications to multiple agencies for further scoping of the Hamestring
Creek and tributaries flood mitigation.
A RESOLUTION TO AUTHORIZE APPLICATIONS FOR MATCHING GRANTS FOR THE
HAMESTRING CREEK AND TRIBUTARIES FLOOD MITIGATION EFFORTS
WHEREAS, on June 6, 2023, the City Council approved Resolution No. 139-23 authorizing a contract
with Freese & Nichols, Inc. to research potential options to reduce flooding in the Hamestring repetitive
loss area, including aiding the City in the production of a grant application to seek funds for scoping and
implementation of the most feasible solution; and
WHEREAS, potential solutions have been identified and staff recommends submitting requests for
funding through the Flood Mitigation Assistance program, Building Resilient Infrastructure and
Communities program, and from the Arkansas Department of Emergency Management.
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 the Mayor to
submit matching grant applications for funding from the federal Flood Mitigation Assistance program
and Building Resilient Infrastructure and Communities program, as well as state funding available
through the Arkansas Department of Emergency Management for the Hamestring Creek and tributaries
flood mitigation efforts.
Page 1
Chris Brown
Submitted By
City of Fayetteville Staff Review Form
2023-1553
Item ID
1/16/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
12/21/2023 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Approval to submit grant applications to multiple agencies for further scoping of the Hamestring Creek and
tributaries flood mitigation.
Account Number
Project Number
Budgeted Item? No
Does item have a direct cost? No
Is a Budget Adjustment attached? No
Budget Impact:
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Fund
Project Title
$
V20221130
Purchase Order Number: Previous Ordinance or Resolution # 164-20; 139-23
Change Order Number: Approval Date:
Original Contract Number:
Comments:
VOF A
^'K.a
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 164-20
File Number: 2020-0449
RFQ #20-01 FTN ASSOCIATES, LTD.:
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES
AGREEMENT WITH FTN ASSOCIATES, LTD., PURSUANT TO RFQ #20-01, IN THE
AMOUNT OF $78,500.00 FOR THE ANALYSIS OF HAMESTRING CREEK, HAMESTRING
CREEK TRIBUTARY 3, AND THE SOUTH FORK HAMESTRING CREEK FOR POTENTIAL
IMPROVEMENTS TO HELP ALLEVIATE FLOODING
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 FTN Associates, Ltd., pursuant to RFQ #20-01, Selection #7 in
the amount of $78,500.00 for the analysis of Hamestring Creek, Hamestring Creek Tributary 3, and
the South Fork Hamestring Creek for potential improvements to help alleviate flooding in the area.
PASSED and APPROVED on 6/16/2020
Attest:
ER K'
��\'�.•' CITY O':�yJ'L:
n�
Kara Paxton, City Clerk Treasured AYE77����LE �z
'�sy NSNC3
%";4q ION' i 0' ,N````��
Page 1 Printed on 4M7/20
City of Fayetteville, Arkansas 113 West Mountain Street
�1 \` Fayetteville, AR 72701
(479) 575-8323
�• i �- Text File
File Number: 2020-0449
Agenda Date: 6/16/2020 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 3
RFQ #20-01 FTN ASSOCIATES, LTD.:
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT
WITH FTN ASSOCIATES, LTD., PURSUANT TO RFQ #20-01, IN THE AMOUNT OF $78,500.00
FOR THE ANALYSIS OF HAMESTRING CREEK, HAMESTRING CREEK TRIBUTARY 3, AND
THE SOUTH FORK HAMESTRING CREEK FOR POTENTIAL IMPROVEMENTS TO HELP
ALLEVIATE FLOODING
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 FTN Associates, Ltd., pursuant to RFQ #20-01, Selection #7 in the
amount of $78,500.00 for the analysis of Hamestring Creek, Hamestring Creek Tributary 3, and the South
Fork Hamestring Creek for potential improvements to help alleviate flooding in the area.
City of Fayetteville, Arkansas Page 1 Primed on 611712020
City of Fayetteville Staff Review Form
2020-0449
Legistar File ID
6/16/2020
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Chris Brown 5/28/2020 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Approval of a professional services agreement with FTN Associates Ltd, pursuant to RFQ 20-01 Selection #7, in the
total amount of $78,500.00 for analysis of Hamestring Creek (HSC), Hamestring Creek Tributary 3 (HS3) and the
South Fork Hamestring Creek (SFHSC) for potential improvements to help alleviate flooding in the area.
Budget Impact:
4470.621.8810-5314.00
Sales Tax Capital Improvement
Account Number Fund
02108.2002 Other Drainage Improvements; Clabber Creek
Flood Study
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? No
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 82,000.00
$ 82,000.00
$ 78,500.00
$ 3,500.00
Previous Ordinance or Resolution #
Approval Date:
V20180321
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF JUNE 16, 2020
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Garner Stoll, Development Services Director
Chris Brown, City Engineer
FROM: Alan Pugh, Staff Engineer
DATE: May 27, 2020
CITY COUNCIL MEMO
SUBJECT: Approval of a professional services agreement with FTN Associates Ltd, pursuant to RFQ
20-01 Selection #7, in the total amount of $78,500.00 for analysis of Hamestring Creek
(HSC), Hamestring Creek Tributary 3 (HS3) and the South Fork Hamestring Creek (SFHSC)
for potential improvements to help alleviate flooding in the area.
RECOMMENDATION:
Staff recommends approval of a professional services agreement with FTN Associates Ltd, pursuant to
RFQ 20-01 Selection #7, in the total amount of $78,500.00 for analysis of Hamestring Creek (HSC),
Hamestring Creek Tributary 3 (HS3) and the South Fork Hamestring Creek (SFHSC) for potential
improvements to help alleviate flooding in the area.
BACKGROUND:
There is a history of flooding within the Hamestring Creek watershed, most of which is upstream of 1-49. In
particular the areas include the West End Apartments, homes along W Valley Drive, W Hatfield St, W Holley
Street and W Lawson Street. These areas have multiple homes that have flooded on several occasions
including the 2011 and 2017 flood events. The potential redevelopment of Lewis Fields also lies within the
headwaters of HS3.
DISCUSSION:
As stated, growth in this area continues with many homes already being impacted negatively by flooding.
Given the history of flooding within multiple areas, staff felt it important to look at the overall system to
determine how the stream segments interact with one another. For this reason, multiple streams segments
are included within the proposed study as well as several areas of potential detention to determine if peak
flows can be substantially reduced. As solutions for the existing flooding and future modifications are
determined, funding can then begin to be identified for the necessary improvements.
BUDGET/STAFF IMPACT:
The proposed cost of the flood analysis is proposed to be taken from 02108.1, other drainage
Improvements.
Attachments:
Contract for services
Vicinity Map
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Hamestring Creek Flood Mitigation Study
c
r
C
N
HSC
SFHC
HCi
Deai,F St
HS3
Lewis
Sm [et
complex
W Afntlnt �urnfurt lrF!
a a
Q �
a �n
G 2
J
Wedington (fit
Cleveland St
i
y�
dtrlEodcic., d
JStadiu
Maokhant Rd
�l
Clicf Fayettevill4,AR
5/27/2020. 1 11 48 PM 1.18,056
0 0.15 03 06mi
�I n r I ITI I I I t�
0 0,25 05 1 km
The data contained herein was compled from venous sources fa the sole use and benefit of
be Cdy of FayetteAe Geographe Inform— System and the pub! agences it serves
Any use of the data by anyone other than the City of Fayet—le s al the sale nsk of the
and b/ acceptance of thus data, the user dam herebyagree to i,dem,fy be City of
Fayettewle and hold! b City of Fayettewle harmless from and wdhout Yablsy for any
claims. actions, cost for damages of arty nature. rock d,g be cib's cost of defense. asserted
by u a by another are eng Ira, the use of the data The CM of Fayetterlle makes ne
express or �mpled wrranteeswi it r0erence to the data No word. phase. a clause found
he_ sh al be co r6twed to wary a the tort immu n dy set forth under Arkansas lae
tn
ater resources I environmental consultants 124 W Sunbridge Drive, Suite 3 • Fayetteville, AR 727039 (479) 571-3334• FAX (4 791571-3338
May 26, 2020
apugh@fayetteville-ar.gov
Mr. Alan Pugh, PE, CFM
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
RE: Proposal for Hamestring Watershed Analysis and Mitigation Alternatives along
Hamestring Creek, Hamestring Creek Tributary 3, and South Fork Hamestring Creek
FTN No. P04370-2365-001
Dear Mr. Pugh:
In response to your request, FTN Associates, Ltd. (FTN) appreciates the opportunity to submit the
following proposal to provide professional engineering services related to the development of
hydrologic and hydraulic analyses and flood mitigation alternatives in the upper Hamestring Creek
watershed, specifically along Hamestring Creek (HSC) from the downstream side of Interstate 49
up to the current effective FEMA Flood Insurance Rate Map Limit of Study, Hamestring Creek
Tributary 3 (HS-3) from its confluence with HSC upstream to Lewis Park, and South Fork
Hamestring Creek (SFHC) from its confluence with HSC upstream to Wedington Drive, located
in the City of Fayetteville, Washington County, Arkansas (the Project).
Our Basic Services will generally consist of acquiring and processing field survey data and existing
topographic data, acquiring and reviewing existing hydrologic, hydraulic, and storm sewer
inventory data, performing hydrologic and hydraulic modeling, and evaluating results of
conceptual -level alternatives to reduce flood extents and elevations for the Project area, all as set
forth in the printed Scope of Work for Basic Services included as Appendix A to the terms of the
Agreement for Professional Engineering Services Between City of Fayetteville, Arkansas, and
FTN Associates, Ltd. (the Agreement). We will also furnish such Additional Services as you may
request. Subsequent phases of the Project will be addressed in the future once the results of the
analysis and alternatives are known.
We expect to start our services promptly after receipt of your acceptance of this proposal and
written authorization to proceed. We anticipate these Basic Services will require approximately 8
months to complete following the approval of authorization to proceed. Additional information
regarding the project schedule and deliverables is provided as Appendix B to the Agreement.
Corporate Office: 3 Innwood Circle, Suite 220-Little Rock, AR 72211-Phone (501-225-7779-Fax (501-225-6738
Regional Offices: Fayetteville, AR; Baton Rouge, LA; Chesterfield, MO-www.ftn-assoc.com-ftn@ftn-assoc.com
Mr. Alan Pugh, PE, CFM
May 26, 2020
Page 2
This proposal, which includes the Agreement and associated appendices, represents the entire
understanding between you and us with respect to the Project and may only be modified in writing
signed by both of us. This proposal will be open for acceptance until July 3, 2020, unless changed
by us in writing.
We appreciate the opportunity to work with you on this Project. Please do not hesitate to call me
or Lee Beshoner, PE, CFM at (479) 571-3334 if you have any questions relating to this proposal
or additional services offered by FTN.
Respectfully submitted,
FTN ASSOCIATES, LTD.
�1/iItci" 4.:- eeJ6�9
Mr. Travis B. Scott, PE, PG, CFM
Project Manager
TBS/kae
Attachments
S:\PROPOSALS\04370-2365-001\FINAL\REVISED\2020-05-26 FTN PROP COF-H & H ANALYSIS.DOCX
=Ztn
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
ENGINEER
THIS AGREEMENT is made as of June 2, 2020, by and between City of Fayetteville, Arkansas, acting
by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and FTN Associates, Ltd.
(hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed
under the direction of a professional engineer registered in the State of Arkansas and qualified in the
particular field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER.
1.2 Assignments may include services described hereafter as Basic Services or as Additional Services
of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council in
advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix
A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE.
ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for
the engineering services.
Hamestring_Watershed_Professional Engineering Services Contract-2020_0525.doc
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
A
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to
perform its services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents
presented by ENGINEER and render in writing decisions pertaining thereto.
3.1.5 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to
the services to be performed under this Agreement. The City Engineer shall have complete
authority to transmit instructions, receive information, interpret and define CITY OF
FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and
systems to be used in the Project, and other matters pertinent to the services covered by this
Agreement.
3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of
the Project through completion of the services stated in the Agreement. ENGINEER will proceed
with providing the authorized services immediately upon receipt of written authorization from
CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized
and the time in which the services are to be completed. The anticipated schedule for this project is
included as Appendix B.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement is $78,500. The CITY OF
FAYETTEVILLE shall compensate ENGINEER based on an hourly NTE basis described in
Appendix C.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for
professional services consistent with ENGINEER's normal billing schedule. Once
established, the billing schedule shall be maintained throughout the duration of the Project.
Applications for payment shall be made in accordance with a format to be developed by
ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall
Hamestring_Watershed_Professional Engineering Services Contract-2020_0525.doc
2
be accompanied each month by the updated project schedule as the basis for determining the
value earned as the work is accomplished. Final payment for professional services shall be
made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory
completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion
shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE
shall advise ENGINEER in writing of the basis for any disputed portion of any statement.
CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of
date the invoice is approved, however, payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this
Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of
all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement,
except claims which are specifically exempted by ENGINEER to be set forth therein. Unless
otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the
parties to this Agreement, final payment under this Agreement or settlement upon termination
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims
against ENGINEER or his sureties under this Agreement or applicable performance and
payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in United
States Dollars) the following minimum insurance coverages:
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
Hamestring_Watershed_Professional Engineering Services Contract-2020 0525.doc
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal of
coverage.
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during
and after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly
report to ENGINEER any defects or suspected defects in ENGINEER's services of which
CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to
minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies
to recover for its damages caused by any negligence of ENGINEER.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a
design professional. Since ENGINEER has no control over weather, cost and availability of
labor, material and equipment, labor productivity, construction Contractors' procedures and
methods, unavoidable delays, construction Contractors' methods of determining prices,
economic conditions, competitive bidding or market conditions, and other factors affecting
such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections
prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER's services, with an appropriate change in compensation and schedule only after
Fayetteville City Council approval of such proposed changes and, upon execution of a
mutually acceptable amendment or change order signed by the Mayor of the CITY OF
FAYETTEVILLE and the duly authorized officer of ENGINEER.
6.5 Termination
6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event
of substantial failure by the other party to fulfill its obligations under this Agreement through
no fault of the terminating party, provided that no termination may be effected unless the
other party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
Hamestring_Watershed_Professional Engineering Services Contract-2020_0525.doc
4
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that ENGINEER is given:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment
in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any
additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default.
6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is
effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable
profit for services or other work performed. The equitable adjustment for any termination
shall provide for payment to ENGINEER for services rendered and expenses incurred prior to
the termination, in addition to termination settlement costs reasonably incurred by
ENGINEER relating to commitments which had become firm prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER
shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings,
specifications, reports, estimates, summaries and such other information and materials as
may have been accumulated by ENGINEER in performing this Agreement, whether
completed or in process.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may
take over the work and may award another party an agreement to complete the work under
this Agreement.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is
determined that ENGINEER had not failed to fulfill contractual obligations, the termination
shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such
event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of
this clause.
6.6 Delays
6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER
shall be entitled to additional compensation and time for reasonable costs incurred by
ENGINEER in temporarily closing down or delaying the Project.
Hamestring_Watershed_Professional Engineering Services Contract-2020_0525.doc
5
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are
related to, this Agreement, including, but not limited to the interpretation of this Agreement,
the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate.
If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion
of these procedures, such action shall be stayed, upon application by either party to a court of
proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied
with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of
any incident, action, or failure to act upon which a claim is based, the party seeking relief
shall serve the other party with a written Notice.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first
observance of defect or damage. In both instances, the Notice shall specify the nature and
amount of relief sought, the reason relief should be granted, and the appropriate portions
of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF
FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the
dispute cannot be resolved at that level, then, upon written request of either side, the matter
shall be referred to the President of ENGINEER and the Mayor of CITY OF
FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other
location as is agreed upon within 30 days of the written request to resolve the dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining
funds to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may prepare
publications, such as technical papers, articles for periodicals, and press releases, pertaining
to ENGINEER's services for the Project. Such publications will be provided to CITY OF
FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF
FAYETTEVILLE shall review such drafts promptly and provide CITY OF
FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require
Hamestring_Watershed_Professional Engineering Services Contract-2020_0525.doc
0
deletion of proprietary data or confidential information from such publications, but otherwise
CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of
ENGINEER's activities pertaining to any such publication shall be for ENGINEER's
account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and
against any and all loss where loss is caused or incurred or alleged to be caused or incurred in
whole or in part as a result of the negligence or other actionable fault of the Contractors, or
their employees, agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD
drawings, estimates, field notes, and project data are and remain the property of CITY OF
FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of
other documents.
6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or
electronic media prepared by ENGINEER as part of the Services shall become the property
of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services
rendered, provided, however, that ENGINEER shall have the unrestricted right to their use.
ENGINEER shall, however, retain its rights in its standard drawings details, specifications,
databases, computer software, and other proprietary property. Rights to intellectual property
developed, utilized, or modified in the performance of the Services shall remain the property
of ENGINEER.
6.12.3 Any files delivered in electronic medium may not work on systems and software different
than those with which they were originally produced. ENGINEER makes no warranty as to
the compatibility of these files with any other system or software. Because of the potential
degradation of electronic medium over time, in the event of a conflict between the sealed
original drawings/hard copies and the electronic files, the sealed drawings/hard copies will
govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate
party at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
1810 N. College Avenue
Fayetteville, Arkansas 72701
Hamestring_Watershed_Professional Engineering Services Contract-2020_0525.doc
7
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors,
executors, administrators, and assigns to the other party of this Agreement and to the
successors, executors, administrators, and assigns of such other party, in respect to all
covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor
ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written
consent of the other.
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the
State of Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in
purchase orders do not generally apply to professional services, in the event CITY OF
FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall
become a part of this Agreement. Said purchase order document, whether or not signed by
ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal
management of its operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services
shall be construed as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE 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
Hamestring_Watershed_Professional Engineering Services Contract-2020_0525.doc
8
out of or relating to this Agreement or the breach thereof will be decided in a court of
competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent
to performance on work under this Agreement in accordance with generally accepted
accounting principles and practices consistently applied in effect on the date of execution of
this Agreement. ENGINEER shall also maintain the financial information and data used by
ENGINEER in the preparation of support of the cost submission required for any negotiated
agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost
summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized
representatives shall have access to all such books, records, documents and other evidence for
the purpose of inspection, audit and copying during normal business hours. ENGINEER will
provide proper facilities for such access and inspection.
7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of
final payment for the project. In addition, those records which relate to any controversy
arising out of such performance, or to costs or items to which an audit exception has been
taken, shall be maintained and made available until three years after the date of resolution of
such appeal, litigation, claim or exception.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the
price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not
apply to a prime agreement, lower tier subagreement or purchase order awarded after
effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding
any financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement of understanding for a commission,
percentage, brokerage or continent fee, excepting.,bona fide employees or bona fide
established commercial or selling agencies maintained by ENGINEER for the purpose of
securing business. For breach or violation of this warranV, CITY OF FAYETTEVILLE shall
have the right to annul this Agreement without liability (jr at its discretion, to deduct from the
Hamestring_Watershed_Professional Engineering Services Contract-2020_0525.doc
0
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 facts on which CITY OF
FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings
under the Remedies clause of this Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in
the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other
damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue
exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which
shall be not less than three nor more than ten times the costs ENGINEER incurs in providing
any such gratuities to any such officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of subcontractors
and sub -consultants, prepared while performing City contractual work are subject to the
Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is
presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to
provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom
of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE, ARKANSAS ENGINEER
W '4
ATTEST:G-ER K//
��• GITY�•F-9'.�
gy_ ; c,; �` '.` Project Manager
r
City Clerk t Fqy� n ��
END OF AGREEME] O%ROFESSIdNSL, ENGINEERING SERVICES
Hamestring_Watershed _Professional En gin bdyiigi�'�"�tract-2020_0525.doc
10
APPENDIX A
Scope of Work for Basic Services
Hamestring Watershed Analysis and Mitigation Alternatives along Hamestring Creek,
Hamestring Creek Tributary 3, and South Fork Hamestring Creek
Fayetteville, Washington County, Arkansas
Attached to and made part of the Agreement for Professional Engineering Services dated May 26,
2020 between FTN Associates, Ltd. (ENGINEER) and the City of Fayetteville (CITY OF
FAYETTEVILLE) with respect to the project described therein. The specific tasks and
assumptions are provided below.
PROJECT DESCRIPTION
ENGINEER will acquire and process field survey data and existing topographic data, and review
existing hydrologic and hydraulic data for Hamestring Creek (HSC), Hamestring Creek Tributary
3 (HS-3), and South Fork Hamestring Creek (SFHC). ENGINEER will develop updated
hydrologic and hydraulic modeling for the upper Hamestring basin upstream of Interstate 49 to the
upstream watershed extent, generally near Garland Avenue. Specifically, hydraulic modeling will
extend along HSC from I-49 to the current effective FEMA Flood Insurance Rate Map Limit of
Study, HS-3 from its confluence with HSC upstream to Lewis Park, and SFHC from its confluence
with HSC upstream to Wedington Drive, located in the City of Fayetteville, Washington County,
Arkansas (the Project). Additionally, initial conceptual -level alternatives will be evaluated for the
updated model segments of Hamestring Creek, Hamestring Creek Tributary 3, and South Fork
Hamestring Creek in an attempt to reduce flood extents and elevations.
If the CITY OF FAYETTEVILLE chooses to proceed with design of one or more alternatives,
additional tasks may be performed as Additional Services under this agreement. Such services
could also include preparation of an application for Conditional Letter of Map Revision (CLOMR)
for the proposed improvements as the potential improved area(s) are in existing regulatory FEMA
floodplain. It should be noted that the overall timeframe for issuance of a CLOMR by FEMA can
extend 12 months or more from the initial date of submittal of the application.
TASK 1— DATA GATHERING AND PROCESSING
ENGINEER will perform field reconnaissance activities, as needed, to verify select storm sewer
inventory; obtain field survey data (using a survey subconsultant) and available topographic data,
and process the data for use in subsequent tasks.
ENGINEER will obtain, review and categorize relevant historical and effective hydrologic and
hydraulic models available for the Project area, if available.
We will initiate this task upon receipt of notification to proceed including the signed contract and
expect to complete it within 60 days, although delays in field survey collection could result in a
longer time to completion if adverse weather conditions occur.
APPENDIX A - Hamestring Watershed Analysis and Mitigation Alternatives — Professional Engineering Services
Appendix A
May 26, 2020
Page 2
TASK 2 — HYDROLOGIC MODELING
ENGINEER will develop an updated hydrologic model for the Project area using information
gathered from Task 1 as appropriate. Hydrologic modeling of peak discharges along HSC may be
extended downstream to Rupple Road in order to allow an assessment of potential downstream
impacts should peak discharges increase as a result of upstream modifications to be considered in
Task 4. Peak discharge information for the 10%-, 2%-, 1%-, and 0.2%-annual-chance, (10-, 50-,
100-, 500-year), 24-hour flood events will be developed for use in subsequent tasks. This task is
expected to be completed within 60 days after receipt of notification to proceed.
TASK 3 — HYDRAULIC MODELING
Using the information gathered in Task I and discharges determined in Task 2, ENGINEER will
perform updated hydraulic modeling for the following stream segments:
HSC: From a point downstream of 1-49 upstream to the current effective FEMA Flood Insurance
Rate Map (FIRM) Limit of Study.
HS-3: From the confluence with HSC upstream to Lewis Park (the current effective FEMA FIRM
Limit of Study).
SFHC: From the confluence with HSC upstream to the downstream side of Wedington Drive.
Any existing, certified as -built data available within the Project area is to be provided by the CITY
OF FAYETTEVILLE, in both PDF format and in Civil 3D or other appropriate CAD format, in
the coordinate system consistent with the CITY OF FAYETTEVILLE requirements.
Hydraulic modeling for the 10%-, 2%-, 1 %-, and 0.2%-annual-chance, 24-hour storm events and
the encroached 1 %-annual-chance (Floodway) event for HSC, HS-3, and SFHC will be developed.
The updated modeling will be used to prepare profiles representing expected flood elevations for
the Project area based upon existing conditions.
We expect to complete this task within 60 days after completion of Task 2 and receipt of necessary
survey data (Task 1).
If additional field survey collection or model development is required to address other altered
conditions not reflected in the effective hydraulic models, these tasks will be performed as
Additional Services.
TASK 4 — CONCEPTUAL - LEVEL EVALUATION OF ALTERNATIVES
ENGINEER will evaluate conceptual -level alternatives relating to the potential for reduction of
Base Flood Elevations, flood risk and floodplain mapping extents in the upper Hamestring
Watershed. Currently, it is estimated that there are approximately 30 single family residences
potentially impacted along HSC, approximately 75 single-family residences potentially impacted
along HS-3, and approximately 15 multi -family residences potentially impacted along SFHC.
APPENDIX A - Hamestring Watershed Analysis and Mitigation Alternatives — Professional Engineering Services
Appendix A
May 26, 2020
Page 3
Various scenarios will be considered including structure improvements, detention and channel
enlargement along HSC, structure improvements, detention and channel modifications along HS-
3, and structure modifications or removal and channel improvements along SFHC.
This scope includes preparation of a conceptual -level report of study results, evaluated alternatives
and potential improvements to reduce flood elevations and extents for the Project area. If the CITY
OF FAYETTEVILLE chooses to incorporate additional alternatives, this scope of services may be
modified to address more tasks as Additional Services.
We expect to provide our conceptual -level report of results to the CITY OF FAYETTEVILLE
within 45 days after the completion of Task 3. Any comments received from the CITY OF
FAYETTEVILLE will be addressed within two (2) weeks after receipt. This Project scope includes
attending one meeting with staff to discuss the results of the evaluation and one separate
neighborhood meeting, if desired, (to be arranged by the CITY OF FAYETTEVILLE) to explain
the alternatives and to present the findings.
If comments are provided by the CITY OF FAYETTEVILLE due to changes in regulations or to
address other items outside the Project scope, Additional Services may be required to address such
comments.
TASK 5 — COORDINATION
Perform general project coordination including progress reports and invoicing, project emails and
telephone calls with the CITY OF FAYETTEVILLE.
APPENDIX A - Hamestring Watershed Analysis and Mitigation Alternatives — Professional Engineering Services
APPENDIX B
Schedule and Deliverables
Hamestring Watershed Analysis and Mitigation Alternatives
Fayetteville, Arkansas
SCHEDULE
TASK
STAR"I'*
END*
PROJECT AUTHORIZATION
6/23/2020
DATA GATHERING AND PROCESSING
6/23/2020
8/21/2020
HYDROLOGIC MODELING
6/23/2020
8/21/2020
HYDRAULIC MODELING
8/21/2020
10/20/2020
CONCEPTUAL — LEVEL EVALUATION OF
ALTERNATIVES
10/20/2020
12/4/2020
COORDINATION
6/23/2020
12/31 /2020
* Schedule date, are based upon assumed start date of June 23, 2020.
DELIVERABLES
Conceptual -level report of study results describing evaluated alternatives and potential
improvements to reduce flood elevations and extents for the Project area.
APPENDIX B - Hamestring Watershed Analysis and Mitigation Alternatives — Professional Engineering Services
APPENDIX C
2020 Fee Schedule'
FTN Associates, Ltd.
Labor Category Hourly Rate
Professional 7
$ 207.00
Professional 6
185.00
Professional 5
164.00
Professional 4
146.00
Professional 3
129.00
Professional 2
111.00
Professional 1
99.00
Technician 4
101.00
Technician 3
90.00
Technician 2
79.00
Technician 1
67.00
Executive Assistant
74.00
Word Processing
64.00
Direct Expenses
All direct project expenses will be invoiced at cost plus 10 percent. Direct project expenses include
such items as travel, meals, lodging, shipping, supplies, consultants, subcontractors, etc. Vehicle
mileage will be charged at standard IRS rates.
A charge of 2 percent is applied to the total labor amount to cover communication charges and
computer expenses associated with computer applications, data storage and backup.
Should back-up data be requested for reimbursable expenses, it will be provided for an
administrative fee.
Payment Terms
Unless other arrangements are made in writing, invoicing will be monthly for services completed
and will be sent via email to the Client. Payment is due in full within 30 days of invoice and are
preferred to be paid electronically through Automated Clearing House (ACH) system; however,
other methods are acceptable. A service charge of 1.5 percent per month will be charged on all
balances over 30 days.
'Effective January 1, 2020 — December 31, 2020
APPENDIX C - Hamestring Watershed Analysis and Mitigation Alternatives — Professional Engineering Services
Hannestring Watershed Study and Preliminary
Valley Drive Flood lain Mitigation Anatysif
Meetings 2
Project Review Meeting, Public Meeting
Principal / Sr Eng Project Manager / Eng / GIS
GIs / Jr. Engr.
P7 P6 P5 P4 P3
P2 P1
T4 T3 T2 T1 74
Wp
Survey FTN Fee
Subconsultant
2020 rates
$ 207 $ 185 $ 164 $ 146 $ 129
$ 111 $ 99
5 101 S 90 S 79 $ 67 S 71
$ 64
Total Cost
t
Data Gathering and
Processing
$
15,652
Obtain, review, categorize
existing modeling
4
2
$ 854
Integrate existing terrain
and storm system data
4
6
$ 1,250
Survey
6
4
$ 1,380
Field reconnaissance
4
8
8
$ 2,168
FTN Survey
$ 91000 $ 1,000
2
Hydroloplt:. A -Vs-
$
9,840
Delineation and
downstream impact
4
12
$ 1,844
Incorporate storm basins
4
4
4
$ 1,412
Develop peak
8
32
$ 4,480
QA review/documentation
8
8
$ 2,104
3
Hydraulic Analyses
$
24,058
HS-3 Entire Hydraulic
Model
16
60
$ 8,564
Hamestring Creek
Hydraulic Model update
4
24
$ 3,032
South Fork Hamestring
Hydraulic Model update
4
16
$ 2,240
CA Reviews/Revisions
6
10
$ 1,974
Finalization
6
16
$ 2,568
Prepare Report
8
16
4
$ 3.152
Meet with City Staff,
Meet with Public
e
8
4
1
$ 2,528
Conceptual - Level
4
Evaluation of
$
22,094
Akemativea
Valley Drive
8
24
8
$ 4,408
Lewis Park Detention
4
8
8
$ 2,168
HS-3 Structure
Improvements
4
12
8
$ 2,564
West End Modifications
6
12
8
$ 2 892
Road Crossing
Improvements
8
20
B
$ 4 012
HSC upstream detention
2
10
8
$ 2,038
Evaluate Optimal
Improvements
8
20
8
$ 4,012
5
Coordination
$
8,040
Project Management
12
6
$ 2,352
Coordination
12
12
$ 2,736
Reporting
6
12
$ 1,752
FTN Foe Tohl
71,494
Budget Narrative - Hamestring Watershed Analysis and Mitigation Alternatives - Professional Engineering Services
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 139-23
File Number: 2023-749
FREESE AND NICHOLS, INC. (SERVICE AGREEMENT):
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH FREESE
AND NICHOLS, INC., PURSUANT TO RFQ 422-14, IN AN AMOUNT NOT TO EXCEED $151,420.00 FOR
HAMESTRING CREEK WATERSHED FLOOD MITIGATION AND GRANT SUPPORT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a
professional engineering services agreement with Freese and Nichols, Inc., pursuant to RFQ #22-14, in an amount not
to exceed $151,420.00 for assistance in developing a solution for flooding in the Hamestring Creek Watershed, one of
Fayetteville's Repetitive Loss Areas, and seeking grant funding to implement the solution.
PASSED and APPROVED on June 6, 2023
Page 1
Attest:
``��G�ERK
�.�,`-�,•• CITY "`qs
Kara Paxton City Treasurer i •
.V
lJ' •. '��. r.� : L .
..
ON � C
CITY OF
�� FAYETTEVILLE
ARKANSAS
MEETING OF JUNE 6, 2023
CITY COUNCIL MEMO
2023-749
TO: Mayor Jordan and City Council
THRU: Chris Brown, Public Works Director
FROM: Alan Pugh, Staff Engineer
DATE:
SUBJECT: Approval of an engineering services agreement with Freese and Nichols in the amount of
$151,420 for Hamestring Creek Watershed Flood Mitigation and Grant support which will assist
in developing a solution for the flooding of one of Fayetteville's Repetitive Loss Areas and seek
grant funding to implement the solution.
RECOMMENDATION:
Staff recommends approval of an engineering services agreement with Freese and Nichols in the amount of
$151,420 for Hamestring Creek Watershed Flood Mitigation and Grant support which will assist in developing a
solution for the flooding of one of Fayetteville's Repetitive Loss Areas and seek grant funding to implement the
solution.
BACKGROUND:
There is a history of flooding within the Hamestring Creek watershed, most of which is upstream of 1-49. In
particular, the areas include the West End Apartments, homes along W Valley Drive, W Hatfield St, W Holley
Street and W Lawson Street. These areas have multiple homes that have flooded on several occasions,
including the 2011 and 2017 flood events. The potential redevelopment of Lewis Fields also lies within the
headwaters of HS3. As a response, council previously approved an engineering contract to study solutions to
the flooding. No viable solutions were determined within the initial analysis.
DISCUSSION:
As the study of this area continues, it is important to begin to identify potential funding sources for the projects
as well. In January of 2023, the selection committee for RFQ 22-14, Watershed Design & Grant Management
Services selected Freese and Nichols, Inc. as the highest qualified firm. This contract will address both
additional study to determine the most feasible solution and Flood Mitigation Assistance (FMA) and Building
Resilient Infrastructure and Communities (BRIC) grant writing services to obtain funding to help with
implementation. These solutions could include things such as regional detention, creation of additional
floodplain storage, culvert improvements or floodplain buyouts. All would be eligible for the FMA and BRIC
funding.
BUDGET/STAFF IMPACT:
The proposed cost of the flood analysis is proposed to be taken from 02108.1, other drainage improvements.
ATTACHMENTS: 2023-749 SRF Hamestring Creek Study Grant, Hamestring Creek Signed Agreement,
Revised Hamestring Creek Agreement
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
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 #: 2023-749
Approval of an engineering services agreement with Freese and Nichols in the amount of $151,420 for
Hamestring Creek Watershed Flood Mitigation and Grant support which will assist in developing a solution
for the flooding of one of Fayetteville's Repetitive Loss Areas and seek grant funding to implement the
solution.
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT
WITH FREESE AND NICHOLS, INC., PURSUANT TO RFQ #22-14, IN AN AMOUNT NOT TO
EXCEED $151,420.00 FOR HAMESTRING CREEK WATERSHED FLOOD MITIGATION AND
GRANT SUPPORT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan
to sign a professional engineering services agreement with Freese and Nichols, Inc., pursuant to RFQ
#22-14, in an amount not to exceed $151,420.00 for assistance in developing a solution for flooding in
the Hamestring Creek Watershed, one of Fayetteville's Repetitive Loss Areas, and seeking grant
funding to implement the solution.
Page 1
Chris Brown
Submitted By
City of Fayetteville Staff Review Form
2023-749
Item ID
6/6/2023
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
5/8/2023 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Approval of an engineering services agreement with Freese and Nichols in the amount of $151,420 for Hamestring
Creek Watershed Flood Mitigation and Grant support which will assist in developing a solution for the flooding of
one of Fayetteville's Repetitive Loss Areas and seek grant funding to implement the solution.
4470.621.8810-5314.00
Budget Impact:
4470-Drainage Capital Improvement
Account Number Fund
02108.2002 Hamestring Creek Flood Study (Valley Drive and
Porter)
Project Number
Budgeted Item? Yes
Does item have a direct cost? Yes
Is a Budget Adjustment attached? No
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 338,707.00
$ 67,424.03
271,282.97
$ 151,420.00
V20221130
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number: Approval Date:
Original Contract Number:
Comments:
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
ENGINEER
THIS AGREEMENT is made as of (6n t W 2023, by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE)
and FREESE AND NICHOLS, INC. (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under
the direction of a professional engineer registered in the State of Arkansas and qualified in the particular
field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER.
1.2 Assignments may include services described hereafter as Basic Services or as Additional Services
of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed
without a formal contract amendment approved by the Mayor and the City Council in advance of
the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix
A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE.
ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the
engineering services.
Hamestring Creek Watershed Analysis and Mitigation Alternatives
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to
perform its services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented
by ENGINEER and render in writing decisions pertaining thereto.
3.1.5 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to
the services to be performed under this Agreement. The City Engineer shall have complete
authority to transmit instructions, receive information, interpret and define CITY OF
FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and
systems to be used in the Project, and other matters pertinent to the services covered by this
Agreement.
3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE
authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the
Project through completion of the services stated in the Agreement. ENGINEER will proceed with
providing the authorized services immediately upon receipt of written authorization from CITY OF
FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the
time in which the services are to be completed. The anticipated schedule for this project is included
as Appendix B.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement is one -hundred fifty-one
thousand, four -hundred and twenty dollars ($151,420.00). The CITY OF FAYETTEVILLE
shall compensate ENGINEER based on an hourly NTE basis described in Appendix C.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE
or such parties as CITY OF FAYETTEVILLE may designate for professional services
consistent with ENGINEER's normal billing schedule. Once established, the billing schedule
shall be maintained throughout the duration of the Project. Applications for payment shall be
Hamestring Creek Watershed Analysis and Mitigation Alternatives 2
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 as the basis for determining the value earned as the work is accomplished.
Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's
approval and acceptance with the satisfactory completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion
shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE
shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY
OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the
invoice is approved, however, payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this
Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of
all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement,
except claims which are specifically exempted by ENGINEER to be set forth therein. Unless
otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the
parties to this Agreement, final payment under this Agreement or settlement upon termination
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against
ENGINEER or his sureties under this Agreement or applicable performance and payment
bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States
Dollars) the following minimum insurance coverages:
Type of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
Hamestring Creek Watershed Analysis and Mitigation Alternatives 3
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal of
coverage.
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during and
after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report
to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF
FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the
consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for
its damages caused by any negligence of ENGINEER.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a
design professional. Since ENGINEER has no control over weather, cost and availability of
labor, material and equipment, labor productivity, construction Contractors' procedures and
methods, unavoidable delays, construction Contractors' methods of determining prices,
economic conditions, competitive bidding or market conditions, and other factors affecting
such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections
prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER's services, with an appropriate change in compensation and schedule only after
Fayetteville City Council approval of such proposed changes and, upon execution of a mutually
acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE
and the duly authorized officer of ENGINEER.
6.5 Termination
6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event
of substantial failure by the other party to fulfill its obligations under this Agreement through
no fault of the terminating party, provided that no termination may be effected unless the other
party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
Hamestring Creek Watershed Analysis and Mitigation Alternatives 4
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 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.
Hamestring Creek Watershed Analysis and Mitigation Alternatives 5
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE
and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are
related to, this Agreement, including, but not limited to the interpretation of this Agreement,
the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If
timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of
these procedures, such action shall be stayed, upon application by either party to a court of
proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of
any incident, action, or failure to act upon which a claim is based, the party seeking relief
shall serve the other party with a written Notice.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first
observance of defect or damage. In both instances, the Notice shall specify the nature and
amount of relief sought, the reason relief should be granted, and the appropriate portions
of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF
FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute
cannot be resolved at that level, then, upon written request of either side, the matter shall be
referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his
designee. These officers shall meet at the Project Site or such other location as is agreed upon
within 30 days of the written request to resolve the dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds
to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may prepare
publications, such as technical papers, articles for periodicals, and press releases, pertaining to
ENGINEER's services for the Project. Such publications will be provided to CITY OF
FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF
FAYETTEVILLE shall review such drafts promptly and provide CITY OF
Hamestring Creek Watershed Analysis and Mitigation Alternatives 6
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 caused or incurred in
whole or in part as a result of the negligence or other actionable fault of the Contractors, or
their employees, agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD
drawings, estimates, field notes, and project data are and remain the property of CITY OF
FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other
documents.
6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or
electronic media prepared by ENGINEER as part of the Services shall become the property of
CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services
rendered, provided, however, that ENGINEER shall have the unrestricted right to their use.
ENGINEER shall, however, retain its rights in its standard drawings details, specifications,
databases, computer software, and other proprietary property. Rights to intellectual property
developed, utilized, or modified in the performance of the Services shall remain the property
of ENGINEER.
6.12.3 Any files delivered in electronic medium may not work on systems and software different than
those with which they were originally produced. ENGINEER makes no warranty as to the
compatibility of these files with any other system or software. Because of the potential
degradation of electronic medium over time, in the event of a conflict between the sealed
original drawings/hard copies and the electronic files, the sealed drawings/hard copies will
govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate party
at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
5001 W Founders Way, Suite L10
Rogers, Arkansas 72758
6.14 Successor and Assigns
Hamestring Creek Watershed Analysis and Mitigation Alternatives 7
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors,
administrators, and assigns to the other party of this Agreement and to the successors,
executors, administrators, and assigns of such other party, in respect to all covenants of this
Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign,
sublet, or transfer his interest in the Agreement without the written consent of the other.
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State
of Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase
orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE
issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this
Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be
considered as a document for CITY OF FAYETTEVILLE's internal management of its
operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services
shall be construed as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages
to CITY OF FAYETTEVILLE 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.
Hamestring Creek Watershed Analysis and Mitigation Alternatives
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to
performance on work under this Agreement in accordance with generally accepted accounting
principles and practices consistently applied in effect on the date of execution of this
Agreement. ENGINEER shall also maintain the financial information and data used by
ENGINEER in the preparation of support of the cost submission required for any negotiated
agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary
submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives
shall have access to all such books, records, documents and other evidence for the purpose of
inspection, audit and copying during normal business hours. ENGINEER will provide proper
facilities for such access and inspection.
7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of final
payment for the project. In addition, those records which relate to any controversy arising out
of such performance, or to costs or items to which an audit exception has been taken, shall be
maintained and made available until three years after the date of resolution of such appeal,
litigation, claim or exception.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the
price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not apply
to a prime agreement, lower tier sub -agreement or purchase order awarded after effective
price competition, except:
7.3.3.3.1 With respect to record pertaining directly to sub -agreement 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 sub -agreement 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.
Hamestring Creek Watershed Analysis and Mitigation Alternatives 9
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 facts on which CITY OF FAYETTEVILLE bases such
finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this
Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the
event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other
damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue
exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall
be not less than three nor more than ten times the costs ENGINEER incurs in providing any
such gratuities to any such officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of subcontractors
and sub -consultants, prepared while performing City contractual work are subject to the
Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is
presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to
provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom
of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OYIFAYETTEVL64*, ARKANSAS FREESE AND NICHOLS, INC.
yor, Lioneld J ��`� kF;. •� TnF�n C. Hutson, PE
ATTEST:
FAY F_1TEVILLf
By: i' C, Tltlii� Principal/Vice President
City Clerk Trua6are(_ :���'. {''hAl..�.P _ �•
END OF AGREEMENT FOIW4hj648*`NAL ENGINEERING SERVICES
Hamestring Creek Watershed Analysis and Mitigation Alternatives 10
APPENDIX A
Scope of Work for Basic Services
COF Design and Grant Management Project
Hamestring Creek Watershed Flood Mitigation and Grant Support
Fayetteville, Washington County, Arkansas
Attached to and made part of the Agreement for Professional Engineering Services dated
, between Freese and Nichols Incorporated (ENGINEER) and
the City of Fayetteville (CITY OF FAYETTEVILLE) with respect to the project described therein.
The specific tasks and assumptions are provided below. Additionally, this contract may be funded
in part by a Federal grant award. As such, ENGINEER shall certify that during the performance
of work under this contract, ENGINEER will comply with all applicable local, state, and Federal
laws, regulations, executive orders, Federal policies, procedures, directives, including regulations
related to, but not limited to, the FEMA Hazard Mitigation Assistance programs.
PROJECT DESCRIPTION
The scope of the project is within the CITY OF FAYETTEVILLE and primarily consists of
developing a Flood Mitigation Project and Funding Application in the Hamestring Creek
Watershed. The ENGINEER will expand on previous Hamestring Creek Watershed analyses by
performing hydraulic modeling that evaluates additional conceptual -level alternatives to reduce
flood extents and elevations throughout the Hamestring Creek Watershed. The Project area for
these analyses will be for the watershed area contributing to a point approximately 500-feet
downstream of Interstate 49 and will include the stream segments Hamestring Creek Tributary
HS3, South Fork Hamestring Creek, and Hamestring Creek.
A preliminary Benefit/Cost Analysis (BCA) using the FEMA BCA toolkit on the two (2) most
promising mitigation alternatives will be developed to assess potential eligibility for grant funding
for design and construction of a flood mitigation project in this watershed. The project area will
also be assessed for broader community resilience benefits that would enhance the viability of the
project as a candidate for grant funding.
This scope does not include coordination, preparation, or submittal of any data to state or federal
agencies that may have a regulatory jurisdiction over the Project area, such as the Arkansas Natural
Resources Division, U.S. Army Corps of Engineers, Federal Emergency Management Agency,
etc., unless identified in the Project scope specifically. If required, these tasks may be performed
as Additional Services.
The pre -grant award services the ENGINEER shall provide as a part of this agreement are as
described in Tasks 1 — 6 below.
TASK 1— PROJECT AND QUALITY MANAGEMENT
ENGINEER shall coordinate internally and with CITY OF FAYETTEVILLE for
successful initiation, planning, execution, monitoring/controlling, and closeout.
Scope of Work
ENGINEER shall manage integration, scope, schedule, cost, quality, staff resources,
communications, risk, and procurements, as necessary.
ENGINEER will perform general project coordination, including: one (1) kick-off and four
(4) recurring status/coordination meetings; one (1) meeting to present and discuss the
results of the study; development of monthly progress reports; and invoicing and project
emails and telephone calls with the CITY OF FAYETTEVILLE. Meetings will generally
be hybrid with ENGINEER's team -members who are local being available in -person and
non -local team -members participating virtually. Details on public meetings required by
FEMA as a part of the grant application are outlined in the Task 4 section below.
TASK 2 — DATA GATHERING AND PROCESSING
ENGINEER will perform desktop and field reconnaissance activities, as needed, to:
o Develop estimates for existing structures Finished Floor Elevations (e.g.,
approximate height above lowest adjacent grade based on existing LiDAR
topographic data).
o Classify the structures as single family residential, multi -family residential,
commercial, or industrial; and
o Determine the living space of each habitable structure based on property data
recorded by the Washington County Assessor
ENGINEER will obtain and utilize existing hydrologic and hydraulic modeling developed
as part of a previous project within the Hamestring Creek watershed for the Project area.
ENGINEER will obtain additional precipitation information for development of the 20%-
and 4%-annual chance (5- and 25-year), 24-hour flood events from NOAA's Atlas 14
Precipitation Frequency Data Server.
TASK 3 — HYDRAULIC MODEL UPDATE AND CONCEPTUAL ALTERNATIVE DEVELOPMENT
ENGINEER will update existing hydraulic modeling for the Project area using information
gathered from Task 1, as appropriate. Peak discharge information for the 20%-, 10%-4%-
9 2%-9 1%- and 0.2%-annual-chance, (5-, 10-, 50-9 25-, 100-, 500-year), 24-hour flood
events will be used to determine existing condition's floodplain elevations and extents for
the storm events listed above. Other than the development of the 20%- and 4%-annual
chance flood events, no further hydrologic modeling revisions will be performed.
ENGINEER will use the outcome of updated modeling to determine the:
o Area within the watershed that will benefit from a flood mitigation project; and
o Storm event at which significant flood damages begin to occur in the watershed.
ENGINEER will evaluate four (4) conceptual -level alternatives relating to the potential for
reduction of Base Flood Elevations, flood risk and floodplain mapping extents in the
Scope of Work
Project area for the storm event determined above. The following conceptual level
scenarios will be evaluated as part of this Scope of Work.
o Removal of the West End Apartment complex and addition of storage/detention
areas along South Fork Hamestring Creek and Hamestring Creek.
o Addition of storage/detention to the upstream end of Hamestring Creek in the
vicinity of Lincolnwood Drive.
o Addition of storage/detention to the upstream end of Hamestring Creek Tributary
3 (HS-3) in the Lewis Soccer Complex.
o After review of modeled scenarios, ENGINEER will combine the three (3)
described scenarios together to determine if all three scenarios provide additional
reduction of flood elevations.
• ENGINEER, with the City's input, will compare the level of benefit that appears to be
achievable for each alternative and create a post -project conceptual model for the two (2)
alternatives that appear to generate the greatest flood reduction benefit. The post -project
model will estimate peak discharges for the 20%-, 10%-, 4%-, 2%-, 1 %- and 0.2%-annual-
chance, (5-, 10-, 50-, 25-, 100-, 500-year), 24-hour flood events. Flood risk reduction
metrics used to evaluate alternatives may include but are not limited to: estimated decrease
in flood elevations, reduction in number/depth of flooded structures based on estimated
finish floor elevations of structures in the inundation area, reduction in peak flow rates in
the creek at each impacted property, and reduction in instances/depth of roadway
overtopping.
• This scope includes preparation of a brief technical memorandum of the final analysis
extents for the Project area. The memorandum will include appendices providing the data
from the modeling needed to complete the FEMA Benefit Cost Analysis including:
o Flood depth reduction at each impacted property for each storm event modeled;
o Creek flow rate reduction at each impacted property for each storm event modeled;
o Creek flow line at each impacted property; and
o Flood depth reduction on impacted roadways for each storm event modeled
• If comments are provided by the CITY OF FAYETTEVILLE due to changes in regulations
or to address other items outside the Project scope, Additional Services may be required to
address such comments.
TASK 4 — FEMA GRANT APPLICATION SUPPORT
• ENGINEER will make a recommendation for funding based on the preliminary
determination of project cost effectiveness.
• ENGINEER will prepare a Notice of Intent and submit to the Arkansas Department of
Emergency Management and Arkansas Department of Natural Resources for FEMA's
Hazard Mitigation Assistance programs: Building Resilient Infrastructure and
Communities (BRIC) and Flood Mitigation Assistance (FMA).
Scope of Work 3
• ENGINEER will prepare a project report summarizing community -wide benefits of the
proposed flood mitigation activity.
• ENGINEER will facilitate two (2) public meetings to gather information for the FEMA
application.
• ENGINEER will provide pre -award project coordination with agencies whose regulations
are required to be followed for Environmental and Historical Program requirements for
Hazard Mitigation Assistance Grant requests including:
o State Archeologist
o State Historic Preservation Office
o US Army Corps of Engineers
o US Fish and Wildlife
o Natural Resource Conservation Service
o City of Fayetteville Floodplain Management Office
• ENGINEER will develop a FEMA Benefit Cost Analysis using FEMA's 6.0 BCA
Software as further outlined in Task 6
• ENGINEER will prepare supporting documentation for submittal in FEMA GO to the State
of Arkansas and FEMA....
• ENGINEER will assist the City of Fayetteville with responses to any requests for
information to the State of Arkansas or the Federal Emergency Management Agency
(FEMA)
TASK 5 — NATURE BASED SOLUTIONS (NBS) ALTERNATIVE IDENTIFICATION
• Evaluate the drainage basin to identify locations and types of NBS measures that could be
incorporated into a flood mitigation project to make a project more competitive for a
federal grant award
• Develop an aerial exhibit showing the potential locations for incorporation of an NBS
measure, keyed to a brief narrative outlining the possible measure that could be employed
in each location.
TASK 6 — PRELIMINARY BENEFIT COST ANALYSIS (BCA)
• Develop cost estimates of flood damages that would be mitigated in each of the
alternatives evaluated in Task 3
• Develop Opinions of Probable Construction Cost (OPCC) for each of the alternatives
evaluated in Task 3
Scope of Work 4
• Based on the above, develop a preliminary BCA using the FEMA 6.0 BCA Software
Scope of Work
APPENDIX B
Schedule and Deliverables
Hamestring Watershed Analysis, Mitigation Alternatives, and Grant Writing Services
Fayetteville, Arkansas
SCHEDULE
Tasks
M1gM2tM3 M4 MS M6
Project/Quality Management
Data gathering and processing
Hydraulic Model Update and Conceptual Alternative Development
FEMA Grant Application Support
Nature Based Solutions Alternatives Identification
Preliminary Benefit Cost Analysis
NOTE; Month 1 begins at Notice to Proceed
DELIVERABLES
• A technical memorandum, in digital PDF format with the content described in Task 3.
• Phased application for Building Resilient Infrastructure and Communities (BRIC) and/or
Flood Mitigation Assistance (FMA) funding depending on eligibility.
APPENDIX C
COMPENSATION
Compensation to FNI for Basic Services in Appendix A shall be computed on the basis of the following Schedule of
Charges, but shall not exceed One Hundred Fifty One Thousand Four Hundred Twenty Dollars ($151,420).
If FNI sees the Scope of Services changing so that Additional Services are needed, including but not limited to those services
described as Additional Services in Appendix A , FNI will notify OWNER for OWNER's approval before proceeding.
Additional Services shall be computed based on the following Schedule of Charges.
Hourly Rate
Position
Min
Max
Professional 1
85
166
Professional 2
101
166
Professional 3
121
260
Professional 4
121
296
Professional
189
325
Professional
208
394
Construction Manager 1
91
108
Construction Manager 2
91
163
Construction Manager 3
130
163
Construction Manager
150
208
Construction Manager 5
173
247
Construction Manager 6
238
293
Construction Representative 1
75
91
Construction Representative 2
85
91
Construction Representative 3
104
153
Construction Representative 4
108
173
CAD Technician/Designer 1
65
127
CAD Technician/Designer 2
104
156
CAD Technician/Designer 3
143
208
Corporate Project Support 1
59
127
Corporate Project Support 2
72
182
Corporate Project Support 3
85
335
Intern / Coop
46
78
Rates for In -House Services and Equipment
Mileage
Bulk Printing and Reproduction
Equipment
Standard IRS Rates
B&W
Color
Valve Crew Vehicle (hour)
$75
Small Format (per copy)
$0.10
$0.25
Pressure Data Logger (each)
$200
Technology Charge
Large Format (per sq. ft.)
Water Quality Meter (per day)
$100
$8.50 per hour
Bond
$0.25
$0.75
Microscope (each)
$150
Glossy / Mylar
$0.75
$1.25
Pressure Recorder (per day)
$100
Vinyl / Adhesive
$1.50
$2.00
Ultrasonic Thickness Guage (per day)
$275
Coating Inspection Kit (per day)
$275
Mounting (per sq. ft.)
$2.00
Flushing / Cfactor (each)
$500
Binding (per binding)
$0.25
Backpack Electrofisher (each)
$1,000
Survey Grade
Standard
Drone (per day) $200
$100
GPS (per day) $150
$50
OTHER DIRECT EXPENSES:
Other direct expenses are reimbursed at actual cost times a multiplier of 1.10. They include outside printing and
reproduction expense, communication expense, travel, transportation and subsistence away from the FNI office. For other
miscellaneous expenses directly related to the work, including costs of laboratory analysis, test, and other work required to
be done by independent persons other than staff members, these services will be billed at a cost times a multipler of 1.10.
For Resident Representative services performed by non-FNI employees and CAD services performed In-house by non-FNI
employees where FNI provides workspace and equipment to perform such services, these services will be billed at cost
times a multiplier of 2.0. This markup approximates the cost to FNI if an FNI employee was performing the same or similar
services.
These ranges and/or rates will be adjusted annually in February. Last updated 2023.
325022023
EXHIBIT C
2023 Fee Schedule'
FTN Associates, Ltd.
Labor Category Hourly Rate
Professional 7
$ 240.00
Professional 6
215.00
Professional 5
195.00
Professional 4
175.00
Professional 3
155.00
Professional 2
135.00
Professional 1
125.00
Technician 4
120.00
Technician 3
105.00
Technician 2
95.00
Technician 1
80.00
Executive Assistant
85.00
Word Processing
75.00
Direct Expenses
All direct project expenses will be invoiced at cost plus 10 percent. Direct project expenses include
such items as travel, meals, lodging, shipping, supplies, consultants, subcontractors, etc. Vehicle
mileage will be charged at standard IRS rates.
A charge of 2 percent is applied to the total labor amount to cover communication charges and
computer expenses associated with computer applications, data storage and backup.
Should back-up data be requested for reimbursable expenses, it will be provided for an
administrative fee.
Payment Terms
Unless other arrangements are made in writing, invoicing will be monthly for services completed
and will be sent via email to the Client. Payment is due in full within 30 days of invoice and are
preferred to be paid electronically through Automated Clearing House (ACH) system; however,
other methods are acceptable. A service charge of 1.5 percent per month will be charged on all
balances over 30 days.
'Effective January 1, 2023 — December 31, 2023
Initial
Mtn
Recieved By Chris Brown
CITY O F 05/ 16/2023 @ 12:02 P.M
AAftV
FAYETTEVILLE
ARKANSAS
CONTRACT FOR PROFESSIONAL SERVICES
RFQ 22-14, Watershed Design & Grant Management
between
City of Fayetteville, Arkansas
and
Freese and Nichols, Inc.
THIS AGREEMENT is executed this day of , 2023, by and between the City
of Fayetteville acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or City) and Freese and
Nichols, Inc. (hereinafter called Freese and Nichols).
CITY OF FAYETTEVILLE from time to time requires professional services in connection with watershed design and
the management of federal grants. Freese and Nichols was selected through RFQ 22-14 to provide the scope of
work outlined and identified in this contract. Therefore, City and Freese and Nichols in consideration of their
mutual covenants agree as follows:
1. Freese and Nichols shall serve as the professional consultant to the CITY in those assignments to which
this Agreement applies and shall give consultation and advice to CITY OF FAYETTEVILLE during the
performance of services defined in the scope of work. All services shall be performed under the direction
of a licensed engineer registered in the State of Arkansas and qualified in the particular field.
2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding
between the parties on the subject matter of this Agreement. Parties shall not be bound by any
conditions, definitions, representations or warranties with respect to the subject matter of this
Agreement other than those as expressly provided herein. This agreement may be modified only by a
duly executed written instrument signed by the City and Freese and Nichols.
a. Appendices included under this agreement include the following and shall govern in the following
order. Contract language in this document shall prevail over all exhibits:
i. Appendix A: Scope of Work & Fees
ii. Appendix B: City's solicitation identified as RFQ 22-14, Watershed Design & Grant
Management Services
iii. Appendix C: Freese and Nichols's RFQ response
iv. Appendix D: Freese and Nichols's Certificate of Insurance
3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at
the following addresses:
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 1 of 13 — Last Revised: 02.10.23
a. City of Fayetteville: Attention: Mayor Lioneld Jordan, 113 W. Mountain, Fayetteville, AR 72701
b. Freese and Nichols, Inc.: Attention: Alan Hutson, PE, ENV SP, 5001 W. Founders Way, Suite 100,
Rogers, AR 72758
4. Fees, Expenses, and Payments:
a. The maximum not -to -exceed amount authorized for this agreement is $151,420.00 US DOLLARS
which includes the services as shown below. Progress payments shall be paid to Freese and
Nichols as described in Appendix A.
b. Freese and Nichols shall track, log and report hours and expenses directly related to this
Agreement. Invoices shall be itemized by phase. Invoice and payment requests shall not exceed
the percentage for work completed as defined by Appendix A.
c. Payment Terms: All invoices are payable upon approval and due within thirty (30) calendar days.
If a portion of an invoice or statement is disputed by City, the undisputed portion shall be paid.
CITY OF FAYETTEVILLE shall advise Freese and Nichols in writing of the basis for any disputed
portion of any invoice. City shall make reasonable effort to pay invoices within 30 calendar days of
date the invoice is approved.
d. Monthly invoices for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such
parties as CITY OF FAYETTEVILLE may designate for professional services consistent with Freese
and Nichols normal billing schedule. Once established, the billing schedule shall be maintained
throughout the duration of the Project. Invoices shall be made in accordance with a format to be
developed by Freese and Nichols and approved by CITY OF FAYETTEVILLE. Applications for
payment shall be accompanied each month by the updated project schedule as the basis for
determining the value earned as the work is accomplished. Final payment for professional services
shall be made upon CITY OF FAYETTEVILLE'S approval and acceptance with the satisfactory
completion of professional services for the Project.
e. Final Payment: 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, Freese and Nichols 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 Freese and Nichols 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 claims against
Freese and Nichols or sureties under this Agreement.
5. Notices: Any notice required to be given under this Agreement to either party to the other shall be
sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed),
or overnight courier.
6. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the
case.
7. Venue: Venue for all legal disputes shall be Washington County, Arkansas.
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 2 of 13 — Last Revised: 02.10.23
8. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city
contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act
request is presented to the City of Fayetteville, Freese and Nichols will do everything possible to provide
the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act
(A.C.A. 25-19-101 et. Seq.). Only legally authorized photo copying costs pursuant to the FOIA may be
assessed for this compliance.
9. Changes in Scope or Price: Changes, modifications, or amendments in scope, price, or fees to this contract
shall not be allowed without a prior formal contract amendment approved by the Mayor and the City
Council in advance of the change in scope, cost, or fees.
10. Omissions by the Engineer: If Freese and Nichols fails to include or omits an item from the Contract
Documents, which was fully anticipated to be included in the Project, thereby necessitating the need for
a Change Order, Freese and Nichols will not receive a fee for work associated with the Change Order.
11. Insurance: Freese and Nichols shall furnish a certificate of insurance addressed to the City of Fayetteville,
showing coverages for the following insurance which shall be maintained throughout the term of this
agreement. Any work sublet to major subconsultants including MEP, Structural, and Civil, Freese and
Nichols shall require the subconsultant to provide the insurance identified. In case any employee
engaged in work on the project under this contract is not protected under Worker's Compensation
Insurance, Freese and Nichols shall provide and shall cause each Subcontractor to provide adequate
insurance for the protection of such of his employees as are not otherwise protected.
a. Freese and Nichols shall provide to the City certificates as evidence of the specified insurance
presented in Appendix D within ten (10) calendar days of the date of this agreement and upon
each renewal coverage. The City shall be listed as additional insured entity.
b. Subconsultants shall maintain reasonable insurance including but not limited to worker's
compensation, auto as applicable, general liability, errors and omissions, etc.
12. Professional Responsibility: Freese and Nichols -will exercise reasonable skill, care, and diligence in the
performance of services and will carry out its responsibilities in accordance with customarily accepted
professional practices. CITY OF FAYETTEVILLE will promptly report to Freese and Nichols any defects or
suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so Freese and Nichols can
take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies
to recover for its damages caused by any negligence of Freese and Nichols.
13. Responsibility of the City of Fayetteville
a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of Freese and
Nichols:
i. Provide full information as to the requirements for the Project.
ii. Assist Freese and Nichols by placing at Freese and Nichols's disposal all available
information pertinent to the assignment including previous reports and any other data
relative thereto.
iii. Assist Freese and Nichols in obtaining access to property reasonably necessary for Freese
and Nichols to perform its services under this Agreement.
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 3 of 13 — Last Revised: 02.10.23
iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents
presented by Freese and Nichols and render in writing decisions pertaining thereto.
v. Review all documents and provide written comments to Freese and Nichols in a timely
uYrIBUTM
vi. The City of Fayetteville's Staff Engineer is the project representative with respect to the
services to be performed under this Agreement. The Staff Engineer shall have complete
authority to transmit instructions, receive information, interpret and define 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.
14. Cost Opinions and Projections: Cost opinions and projections prepared by Freese and Nichols relating to
construction costs and schedules, operation and maintenance costs, equipment characteristics and
performance, cost estimating, and operating results are based on Freese and Nichols's experience,
qualifications, and judgment as an engineer professional. Since Freese and Nichols 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, Freese and Nichols does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections prepared by
Freese and Nichols.
15. Period of Service: This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
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. Freese and Nichols will proceed with
providing the authorized services immediately upon receipt of written authorization from CITY OF
FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which
the services are to be completed. The anticipated schedule for this project is included within Appendix A.
16. Debarment Certification: This contract is a covered transaction for purposes of 2 C.F.R. Part 180 and 2
C.F.R. Part 3000. As such, the contractor is required to verify that none of the contractor's principals
(defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2
C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
Freese and Nichols hereby provides debarment/suspension certification indicating compliance with the
below Federal Executive Order. Federal Executive Order (E.O.) 12549 "Debarment and Suspension"
requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify
that the organization and its principals are not debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded by any Federal department or agency from doing business with the
Federal Government. Freese and Nichols hereby attests its principal is not presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency.
The contractor must comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C, and
must include a requirement to comply with these regulations in any lower tier covered transaction it
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 4 of 13 — Last Revised: 02.10.23
enters into. This certification is a material representation of fact relied upon by the City of Fayetteville. If
it is later determined that the contractor did not comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R.
Part 3000, subpart C, in addition to remedies available to the City of Fayetteville, the federal
government may pursue available remedies, including but not limited to suspension and/or debarment.
17. Termination:
a. 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:
i. Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
ii. An opportunity for consultation with the terminating party prior to termination.
b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its
convenience, provided that Freese and Nichols is given:
i. Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
ii. An opportunity for consultation with the terminating party prior to termination.
c. If termination for default is affected by CITY OF FAYETTEVILLE, an equitable adjustment in the price
provided for in this Agreement shall be made, but
i. No amount shall be allowed for anticipated profit on unperformed services or other work,
ii. Any payment due to Freese and Nichols at the time of termination may be adjusted to
cover any additional costs to CITY OF FAYETTEVILLE because of Freese and Nichols's
default.
d. If termination for default is affected by Freese and Nichols, or if termination for convenience is
affected 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 Freese and Nichols for services rendered and expenses incurred prior to the
termination, in addition to termination settlement costs reasonably incurred by Freese and Nichols
relating to commitments which had become firm prior to the termination.
e. Upon receipt of a termination action, Freese and Nichols shall:
i. Promptly discontinue all affected work (unless the notice directs otherwise),
ii. 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 Freese and Nichols in performing this Agreement, whether
completed or in process.
f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may
award another party an agreement to complete the work under this Agreement.
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 5 of 13 — Last Revised: 02.10.23
g. If, after termination for failure of Freese and Nichols to fulfill contractual obligations, it is
determined that Freese and Nichols 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 this agreement.
18. Delays
a. In the event the services of Freese and Nichols are suspended or delayed by CITY OF FAYETTEVILLE
or by other events beyond Freese and Nichols's reasonable control, Freese and Nichols shall be
entitled to additional compensation and time for reasonable documented costs actually incurred
by Freese and Nichols in temporarily closing down or delaying the Project.
b. In the event the services are suspended or delayed by Freese and Nichols, City shall be entitled to
compensation for its reasonable costs incurred in temporarily closing down or delaying the
project. The City does not agree to waive its right to claim (in addition to direct damages) special,
indirect, or consequential damages, whether such liability arises in breach of contract or warranty,
tort (including negligence), strict or statutory liability, or any other cause of action.
19. Rights and Benefits: Freese and Nichols's services shall be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
20. Dispute Resolution
a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between
CITY OF FAYETTEVILLE and Freese and Nichols 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 Freese and Nichols in the
performance of this Agreement, and disputes concerning payment.
b. Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If
timely Notice is given as described in this agreement, 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 this agreement have been complied with.
c. Notice of Dispute
i. 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.
ii. For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give Freese and Nichols written Notice at the address listed in this
agreement within thirty (30) calendar 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.
iii. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers
for CITY OF FAYETTEVILLE and Freese and Nichols 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 Freese and Nichols and the
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 6 of 13 — Last Revised: 02.10.23
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 calendar days of the written request
to resolve the dispute.
21. Sufficient Funds: The CITY represents it has sufficient funds or the means of obtaining funds to remit
payment to Freese and Nichols for services rendered by Freese and Nichols.
22. Publications: Recognizing the importance of professional development on the part of Freese and Nichols's
employees and the importance of Freese and Nichols's public relations, Freese and Nichols may prepare
publications, such as technical papers, articles for periodicals, promotional materials, and press releases,
in electronic or other format, pertaining to Freese and Nichols'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
Freese and Nichols, 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. Approved materials may be used in a variety of situations and do not require additional review
or approval for each use. The cost of Freese and Nichols's activities pertaining to any such publication
shall be for Freese and Nichols's account.
23. Indemnification: Freese and Nichols shall indemnify and hold harmless the City and any of its officers, or
employees from and against all liabilities, claims, actions, damages, losses and expenses, including
reasonable attorneys' fees and costs, arising out of or resulting in any way from the performance of
professional services for the City in Freese and Nichols's capacity as an engineer, and caused by any willful
or negligent error, omission, or act of Freese and Nichols or any person employed by it or anyone for
whose acts Freese and Nichols is legally liable.
24. Ownership of Documents:
a. All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings,
estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE.
Freese and Nichols may retain reproduced copies of drawings and copies of other documents.
b. Engineering and architectural documents, computer models, drawings, specifications and other
hard copy or electronic media prepared by Freese and Nichols as part of the Services shall become
the property of CITY OF FAYETTEVILLE when Freese and Nichols has been compensated for all
Services rendered, provided, however, that Freese and Nichols shall have an unrestricted
perpetual license right to their use. Freese and Nichols shall, however, retain its rights in its
standard drawings details, specifications, databases, computer software, and other proprietary
property. Rights to intellectual property developed, utilized, or modified in the performance of
the Services shall remain the property of Freese and Nichols.
c. Any files delivered in electronic medium may not work on systems and software different than
those with which they were originally produced. Freese and Nichols 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.
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 7 of 13 — Last Revised: 02.10.23
25. Additional Responsibilities of Freese and Nichols:
a. Review, approval, or acceptance of design drawings, specifications, reports and other services
furnished hereunder by CITY shall not in any way relieve Freese and Nichols of responsibility for
the technical adequacy of the work. Review, approval or acceptance of, or payment for any of the
services by CITY shall not 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.
b. Freese and Nichols shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by Freese and Nichols's negligent performance, except
beyond the Freese and Nichols normal standard of care, of any of the services furnished under
this Agreement, and except for errors, omissions or other deficiencies to the extent attributable
to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data.
c. Freese and Nichols's obligations under this clause are in addition to Freese and Nichols'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 Freese and Nichols for faulty materials,
equipment, or work.
26. Audit and Access to Records:
a. Freese and Nichols 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.
b. Freese and Nichols agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the
contract.
c. Freese and Nichols shall also maintain the financial information and data used by Freese and
Nichols 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, 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. Freese and Nichols will provide proper facilities for such
access and inspection. Freese and Nichols agrees to provide the FEMA Administrator, the
Comptroller General of the United States, or any of their authorized representatives access to any
books, documents, papers, and records which are directly pertinent to this contract for the
purposes of making audits, examinations, excerpts, and transcriptions. The Contractor agrees to
permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts
and transcriptions as reasonably needed.
d. Records 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.
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 8 of 13 — Last Revised: 02.10.23
e. This right of access clause (with respect to financial records) applies to:
i. Negotiated prime agreements:
ii. Negotiated change orders or agreement amendments affecting the price of any formally
advertised, competitively awarded, fixed price agreement:
iii. Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not
apply to a prime agreement, lower tier sub agreement or purchase order awarded after
effective price competition, except:
1. With respect to record pertaining directly to sub agreement performance,
excluding any financial records of Freese and Nichols;
2. If there is any indication that fraud, gross abuse or corrupt practices may be
involved;
3. If the sub agreement is terminated for default or for convenience.
27. Covenant Against Contingent Fees: Freese and Nichols 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 Freese and Nichols 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.
28. Gratuities:
a. If CITY OF FAYETTEVILLE finds after a notice and hearing that Freese and Nichols or any of Freese
and Nichols'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, or related third
party contractor associated with this project, 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 Freese and Nichols 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 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.
b. The CITY may pursue the same remedies against Freese and Nichols as it could pursue in the event
of a breach of the Agreement by Freese and Nichols. 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, which shall be not less than three nor more than ten times the
costs Freese and Nichols incurs in providing any such gratuities to any such officer or employee.
29. Clarification and Understanding of all parties: Freese and Nichols shall not assign its duties under the terms of
this agreement without prior written consent of the City. Subconsultants identified in Freese and Nichols's
response shall be permitted as being referenced herein.
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 9 of 13 — Last Revised: 02.10.23
30. Equal Employment Opportunity: The parties hereby incorporate by reference the Equal Employment
Opportunity Clause required under 41 C.F.R. § 60-1.4, 41 C.F.R. § 60-300.5(a), and 41 C.F.R. § 60-741.5(a),
if applicable.
a. Architect shall abide by the requirements of 41 CFR §§ 60-1.4(a), 60- 300.5(a) and 60-741.5(a).
These regulations prohibit discrimination against qualified individuals based on their status as
protected veterans or individuals with disabilities and prohibit discrimination against all individuals
based on their race, color, religion, sex, sexual orientation, gender identity, or national origin.
Moreover, these regulations require that covered prime contractors and subcontractors take
affirmative action to employ and advance in employment individuals without regard to race, color,
religion, sex, sexual orientation, gender identity, national origin, protected veteran status or
disability.
b. Engineer and subconsultants certify that they do not maintain segregated facilities or permit their
employees to perform services at locations where segregated facilities are maintained, as required
by 41 CFR 60-1.8.
31. Prohibition on Contracting for Covered Telecommunications Equipment or Services
a. Definitions. As used in this clause, the terms backhaul; covered foreign country; covered
telecommunications equipment or services; interconnection arrangements; roaming;
substantial or essential component; and telecommunications equipment or services have the
meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds
for Covered Telecommunications Equipment or Services (Interim), as used in this clause.
b. Prohibitions.
i. Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year
2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive
agency on or after Aug.13, 2020, from obligating or expending grant, cooperative
agreement, loan, or loan guarantee funds on certain telecommunications products or
from certain entities for national security reasons.
ii. Unless an exception in paragraph (c) of this clause applies, Freese and Nichols and its
subcontractors may not use grant, cooperative agreement, loan, or loan guarantee
funds from the Federal Emergency Management Agency to:
1. Procure or obtain any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology of any system;
2. Enter into, extend, or renew a contract to procure or obtain any equipment,
system, or service that uses covered telecommunications equipment or services
as a substantial or essential component of any system, or as critical technology
of any system;
3. Enter into, extend, or renew contracts with entities that use covered
telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system; or
4. Provide, as part of its performance of this contract, subcontract, or other
contractual instrument, any equipment, system, or service that uses covered
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 10 of 13 — Last Revised: 02.10.23
telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system.
c. Exceptions:
This clause does not prohibit contractors from providing-
1. A service that connects to the facilities of a third -party, such as backhaul,
roaming, or interconnection arrangements; or
2. Telecommunications equipment that cannot route or redirect user data traffic
or permit visibility into any user data or packets that such equipment
transmits or otherwise handles.
By necessary implication and regulation, the prohibitions also do not apply to:
1. Covered telecommunications equipment or services that:
2. Are not used as a substantial or essential component of any system; and
3. Are not used as critical technology of any system.
iii. Other telecommunications equipment or services that are not considered covered
telecommunications equipment or services.
d. Reporting requirement.
i. In the event Freese and Nichols identifies covered telecommunications equipment or
services used as a substantial or essential component of any system, or as critical
technology as part of any system, during contract performance, or the contractor is
notified of such by a subcontractor at any tier or by any other source, the contractor
shall report the information in paragraph (d)(2) of this clause to the recipient or
subrecipient, unless elsewhere in this contract are established procedures for
reporting the information.
Freese and Nichols shall report the following information pursuant to paragraph (d)(1)
of this clause:
1. Within one business day from the date of such identification or notification:
The contract number; the order number(s), if applicable; supplier name;
supplier unique entity identifier (if known); supplier Commercial and
Government Entity (CAGE) code (if known); brand; model number (original
equipment manufacturer number, manufacturer part number, or wholesaler
number); item description; and any readily available information about
mitigation actions undertaken or recommended.'
2. Within 10 business days of submitting the information in paragraph (d)(2)(i) of
this clause: Any further available information about mitigation actions
undertaken or recommended. In addition, the contractor shall describe the
efforts it undertook to prevent use or submission of covered
telecommunications equipment or services, and any additional efforts that will
be incorporated to prevent future use or submission of covered
telecommunications equipment orservices.
e. Subcontracts. Freese and Nichols shall insert the substance of this clause, including this
paragraph (e), in all subcontracts and other contractual instruments.
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 11 of 13 — Last Revised: 02.10.23
32. Domestic Preference for Procurements. As appropriate, and to the extent consistent with law, the contractor
should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods,
products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel,
cement, and other manufactured products. For purposes of this clause:
a. Produced in the United States means, for iron and steel products, that all manufacturing processes, from
the initial melting stage through the application of coatings, occurred in the United States.
b. Manufactured products mean items and construction materials composed in whole or in part of non-
ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe;
aggregates such as concrete; glass, including optical fiber; and lumber.
33. Miscellaneous.
Clean Air Act. Freese and Nichols agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. Freese and
Nichols agrees to report each violation to the City of Fayetteville and understands and agrees that
the City of Fayetteville will, in turn, report each violation as required to assure notification to the
Federal Emergency Management Agency (FEMA), and the appropriate Environmental Protection
Agency Regional Office. Freese and Nichols agrees to include these requirements in each
subcontract exceeding $150,000 financed in whole or in part with federal assistance provided by
FEMA.
b. Federal Water Pollution Control Act. Freese and Nichols agrees to comply with all applicable
standards, orders, or regulations issued pursuant to the federal Water Pollution Control Act, as
amended, 33 U.S.C. § 1251 et seq. Freese and Nichols agrees to report each violation to the City
of Fayetteville and understands and agrees that the City of Fayetteville will, in turn, report each
violation as required to assure notification to the Federal Emergency Management Agency
(FEMA), and the appropriate Environmental Protection Agency Regional Office. Freese and
Nichols agrees to include these requirements in each subcontract exceeding $150,000 financed
in whole or in part with federal assistance provided by FEMA.
Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (as amended). Contractors who apply or bid
for an award of more than $100,000 shall file the required certification. Each tier certifies to the
tier above that it will not and has not used federally appropriated funds to pay any person or
organization for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, officer or employee of Congress, or an employee of a Member of Congress
in connection with obtaining any federal contract, grant, or any other award covered by 31
U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in
connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up
to the recipient who in turn will forward the certification(s) to the federal awarding agency.
d. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses
of DHS agency officials without specific FEMA pre -approval. The contractor shall include this
provision in any subcontracts.
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 12 of 13 — Last Revised: 02.10.23
e. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of
the contract. The contractor will comply with all applicable federal law, regulations, executive
orders, FEMA policies, procedures, and directives.
The federal government is not a party to this contract and is not subject to any obligations or
liabilities to the non-federal entity, contractor, or any other party pertaining to any matter
resulting from the contract.
g. The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims
and Statements) applies to the contractor's actions pertaining to this contract.
h. If subcontracts are to be let, the prime contractor is required to take all necessary steps
identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses, women's
business enterprises, and labor surplus area firms are used when possible.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and FREESE AND NICHOLS,
INC., by its authorized officer, have made and executed this Agreement as of the day and year first above written.
CITY OF FAYETTEVILLE, ARKANSAS (CITY)
By:
LIONELD JORDAN, MAYOR
ATTEST:
0
Kara Paxton, City Clerk
Date Signed:
RFQ 22-14, Watershed Design & Grant Management Services
Contract: Freese and Nichols, Inc.
Page 13 of 13 — Last Revised: 02.10.23
FREESE AND NICHOLS, INC.
ALAN HUTSON, PE, PRINCIPAL/VICE PRESIDENT
Date Signed:
APPENDIX A
Scope of Work and Fee for Basic Services
COF Design and Grant Management Project
Hamestring Creek Watershed Flood Mitigation and Grant Support
Fayetteville, Washington County, Arkansas
Attached to and made part of the Agreement for Professional Engineering Services dated
, between Freese and Nichols Incorporated (ENGINEER) and
the City of Fayetteville (CITY OF FAYETTEVILLE) with respect to the project described therein.
The specific tasks and assumptions are provided below. Additionally, this contract may be funded
in part by a Federal grant award. As such, ENGINEER shall certify that during the performance
of work under this contract, ENGINEER will comply with all applicable local, state, and Federal
laws, regulations, executive orders, Federal policies, procedures, directives, including regulations
related to, but not limited to, the FEMA Hazard Mitigation Assistance programs.
PROJECT DESCRIPTION
The scope of the project is within the CITY OF FAYETTEVILLE and primarily consists of
developing a Flood Mitigation Project and Funding Application in the Hamestring Creek
Watershed. The ENGINEER will expand on previous Hamestring Creek Watershed analyses by
performing hydraulic modeling that evaluates additional conceptual -level alternatives to reduce
flood extents and elevations throughout the Hamestring Creek Watershed. The Project area for
these analyses will be for the watershed area contributing to a point approximately 500-feet
downstream of Interstate 49 and will include the stream segments Hamestring Creek Tributary
HS3, South Fork Hamestring Creek, and Hamestring Creek.
A preliminary Benefit/Cost Analysis (BCA) using the FEMA BCA toolkit on the two (2) most
promising mitigation alternatives will be developed to assess potential eligibility for grant funding
for design and construction of a flood mitigation project in this watershed. The project area will
also be assessed for broader community resilience benefits that would enhance the viability of the
project as a candidate for grant funding.
This scope does not include coordination, preparation, or submittal of any data to state or federal
agencies that may have a regulatory jurisdiction over the Project area, such as the Arkansas Natural
Resources Division, U.S. Army Corps of Engineers, Federal Emergency Management Agency,
etc., unless identified in the Project scope specifically. If required, these tasks may be performed
as Additional Services.
The pre -grant award services the ENGINEER shall provide as a part of this agreement are as
described in Tasks 1 — 6 below.
TASK 1— PROJECT AND QUALITY MANAGEMENT
ENGINEER shall coordinate internally and with CITY OF FAYETTEVILLE for
successful initiation, planning, execution, monitoring/controlling, and closeout.
Scope of Work and Fees
ENGINEER shall manage integration, scope, schedule, cost, quality, staff resources,
communications, risk, and procurements, as necessary.
ENGINEER will perform general project coordination, including: one (1) kick-off and four
(4) recurring status/coordination meetings; one (1) meeting to present and discuss the
results of the study; development of monthly progress reports; and invoicing and project
emails and telephone calls with the CITY OF FAYETTEVILLE. Meetings will generally
be hybrid with ENGINEER's team -members who are local being available in -person and
non -local team -members participating virtually. Details on public meetings required by
FEMA as a part of the grant application are outlined in the Task 4 section below.
TASK 2 — DATA GATHERING AND PROCESSING
ENGINEER will perform desktop and field reconnaissance activities, as needed, to:
o Develop estimates for existing structures Finished Floor Elevations (e.g.,
approximate height above lowest adjacent grade based on existing LiDAR
topographic data).
o Classify the structures as single family residential, multi -family residential,
commercial, or industrial; and
o Determine the living space of each habitable structure based on property data
recorded by the Washington County Assessor
ENGINEER will obtain and utilize existing hydrologic and hydraulic modeling developed
as part of a previous project within the Hamestring Creek watershed for the Project area.
ENGINEER will obtain additional precipitation information for development of the 20%-
and 4%-annual chance (5- and 25-year), 24-hour flood events from NOAA's Atlas 14
Precipitation Frequency Data Server.
TASK 3 — HYDRAULIC MODEL UPDATE AND CONCEPTUAL ALTERNATIVE DEVELOPMENT
ENGINEER will update existing hydraulic modeling for the Project area using information
gathered from Task 1, as appropriate. Peak discharge information for the 20%-, 10%-4%-
9 2%-9 1%- and 0.2%-annual-chance, (5-, 10-, 50-9 25-, 100-, 500-year), 24-hour flood
events will be used to determine existing condition's floodplain elevations and extents for
the storm events listed above. Other than the development of the 20%- and 4%-annual
chance flood events, no further hydrologic modeling revisions will be performed.
ENGINEER will use the outcome of updated modeling to determine the:
o Area within the watershed that will benefit from a flood mitigation project; and
o Storm event at which significant flood damages begin to occur in the watershed.
ENGINEER will evaluate four (4) conceptual -level alternatives relating to the potential for
reduction of Base Flood Elevations, flood risk and floodplain mapping extents in the
Scope of Work and Fees 2
Project area for the storm event determined above. The following conceptual level
scenarios will be evaluated as part of this Scope of Work.
o Removal of the West End Apartment complex and addition of storage/detention
areas along South Fork Hamestring Creek and Hamestring Creek, including the
Niblock property.
o Addition of storage/detention to the upstream end of Hamestring Creek in the
vicinity of Lincolnwood Drive.
o Addition of storage/detention to the upstream end of Hamestring Creek Tributary
3 (HS-3) in the Lewis Soccer Complex.
o After review of modeled scenarios, ENGINEER will combine the three (3)
described scenarios together to determine if all three scenarios provide additional
reduction of flood elevations.
• ENGINEER, with the City's input, will compare the level of benefit that appears to be
achievable for each alternative and create a post -project conceptual model for the two (2)
alternatives that appear to generate the greatest flood reduction benefit. The post -project
model will estimate peak discharges for the 20%-, 10%-, 4%-, 2%-, 1 %- and 0.2%-annual-
chance, (5-, 10-, 50-, 25-, 100-, 500-year), 24-hour flood events. Flood risk reduction
metrics used to evaluate alternatives may include but are not limited to: estimated decrease
in flood elevations, reduction in number/depth of flooded structures based on estimated
finish floor elevations of structures in the inundation area, reduction in peak flow rates in
the creek at each impacted property, and reduction in instances/depth of roadway
overtopping.
• This scope includes preparation of a brief technical memorandum of the final analysis
extents for the Project area. The memorandum will include appendices providing the data
from the modeling needed to complete the FEMA Benefit Cost Analysis including:
o Flood depth reduction at each impacted property for each storm event modeled;
o Creek flow rate reduction at each impacted property for each storm event modeled;
o Creek flow line at each impacted property; and
o Flood depth reduction on impacted roadways for each storm event modeled
• If comments are provided by the CITY OF FAYETTEVILLE due to changes in regulations
or to address other items outside the Project scope, Additional Services may be required to
address such comments.
TASK 4 — FEMA GRANT APPLICATION SUPPORT
• ENGINEER will make a recommendation for funding based on the preliminary
determination of project cost effectiveness.
• ENGINEER will prepare a Notice of Intent and submit to the Arkansas Department of
Emergency Management and Arkansas Department of Natural Resources for FEMA's
Scope of Work and Fees 3
Hazard Mitigation Assistance programs: Building Resilient Infrastructure and
Communities (BRIO) and Flood Mitigation Assistance (FMA).
• ENGINEER will prepare a project report summarizing community -wide benefits of the
proposed flood mitigation activity.
• ENGINEER will facilitate two (2) public meetings to gather information for the FEMA
application.
• ENGINEER will provide pre -award project coordination with agencies whose regulations
are required to be followed for Environmental and Historical Program requirements for
Hazard Mitigation Assistance Grant requests including:
o State Archeologist
o State Historic Preservation Office
o US Army Corps of Engineers
o US Fish and Wildlife
o Natural Resource Conservation Service
o City of Fayetteville Floodplain Management Office
• ENGINEER will develop a FEMA Benefit Cost Analysis using FEMA's 6.0 BCA
Software as further outlined in Task 6
• ENGINEER will prepare supporting documentation for submittal in FEMA GO to the State
of Arkansas and FEMA....
• ENGINEER will assist the City of Fayetteville with responses to any requests for
information to the State of Arkansas or the Federal Emergency Management Agency
(FEMA)
TASK 5 — NATURE BASED SOLUTIONS (NBS) ALTERNATIVE IDENTIFICATION
• Evaluate the drainage basin to identify locations and types of NBS measures that could be
incorporated into a flood mitigation project to make a project more competitive for a
federal grant award
• Develop an aerial exhibit showing the potential locations for incorporation of an NBS
measure, keyed to a brief narrative outlining the possible measure that could be employed
in each location.
TASK 6 — PRELIMINARY BENEFIT COST ANALYSIS (BCA)
• Develop cost estimates of flood damages that would be mitigated in each of the
alternatives evaluated in Task 3
Scope of Work and Fees 4
• Develop Opinions of Probable Construction Cost (OPCC) for each of the alternatives
evaluated in Task 3
• Based on the above, develop a preliminary BCA using the FEMA 6.0 BCA Software for
the alternatives evaluated in Task 3. Additionally, a BCA will be conducted for a buyout
option using the estimated cost of damages avoided, as calculated through the analysis
described above, and an estimate of property acquisition costs based on current property
values established by the Washington County Assessor.
Scope of Work and Fees
APPENDIX C
COMPENSATION
Compensation to FNI for Basic Services in Appendix A shall be computed on the basis of the following Schedule of
Charges, but shall not exceed One Hundred Fifty One Thousand Four Hundred Twenty Dollars ($151,420).
If FNI sees the Scope of Services changing so that Additional Services are needed, including but not limited to those services
described as Additional Services in Appendix A , FNI will notify OWNER for OWNER's approval before proceeding.
Additional Services shall be computed based on the following Schedule of Charges.
Hourly Rate
Position
Min
Max
Professional 1
85
166
Professional 2
101
166
Professional 3
121
260
Professional 4
121
296
Professional
189
325
Professional
208
394
Construction Manager 1
91
108
Construction Manager 2
91
163
Construction Manager 3
130
163
Construction Manager
150
208
Construction Manager 5
173
247
Construction Manager 6
238
293
Construction Representative 1
75
91
Construction Representative 2
85
91
Construction Representative 3
104
153
Construction Representative 4
108
173
CAD Technician/Designer 1
65
127
CAD Technician/Designer 2
104
156
CAD Technician/Designer 3
143
208
Corporate Project Support 1
59
127
Corporate Project Support 2
72
182
Corporate Project Support 3
85
335
Intern / Coop
46
78
Rates for In -House Services and Equipment
Mileage
Bulk Printing and Reproduction
Equipment
Standard IRS Rates
B&W
Color
Valve Crew Vehicle (hour)
$75
Small Format (per copy)
$0.10
$0.25
Pressure Data Logger (each)
$200
Technology Charge
Large Format (per sq. ft.)
Water Quality Meter (per day)
$100
$8.50 per hour
Bond
$0.25
$0.75
Microscope (each)
$150
Glossy / Mylar
$0.75
$1.25
Pressure Recorder (per day)
$100
Vinyl / Adhesive
$1.50
$2.00
Ultrasonic Thickness Guage (per day)
$275
Coating Inspection Kit (per day)
$275
Mounting (per sq. ft.)
$2.00
Flushing / Cfactor (each)
$500
Binding (per binding)
$0.25
Backpack Electrofisher (each)
$1,000
Survey Grade
Standard
Drone (per day) $200
$100
GPS (per day) $150
$50
OTHER DIRECT EXPENSES:
Other direct expenses are reimbursed at actual cost times a multiplier of 1.10. They include outside printing and
reproduction expense, communication expense, travel, transportation and subsistence away from the FNI office. For other
miscellaneous expenses directly related to the work, including costs of laboratory analysis, test, and other work required to
be done by independent persons other than staff members, these services will be billed at a cost times a multipler of 1.10.
For Resident Representative services performed by non-FNI employees and CAD services performed In-house by non-FNI
employees where FNI provides workspace and equipment to perform such services, these services will be billed at cost
times a multiplier of 2.0. This markup approximates the cost to FNI if an FNI employee was performing the same or similar
services.
These ranges and/or rates will be adjusted annually in February. Last updated 2023.
325022023
EXHIBIT C
2023 Fee Schedule'
FTN Associates, Ltd.
Labor Category Hourly Rate
Professional 7
$ 240.00
Professional 6
215.00
Professional 5
195.00
Professional 4
175.00
Professional 3
155.00
Professional 2
135.00
Professional 1
125.00
Technician 4
120.00
Technician 3
105.00
Technician 2
95.00
Technician 1
80.00
Executive Assistant
85.00
Word Processing
75.00
Direct Expenses
All direct project expenses will be invoiced at cost plus 10 percent. Direct project expenses include
such items as travel, meals, lodging, shipping, supplies, consultants, subcontractors, etc. Vehicle
mileage will be charged at standard IRS rates.
A charge of 2 percent is applied to the total labor amount to cover communication charges and
computer expenses associated with computer applications, data storage and backup.
Should back-up data be requested for reimbursable expenses, it will be provided for an
administrative fee.
Payment Terms
Unless other arrangements are made in writing, invoicing will be monthly for services completed
and will be sent via email to the Client. Payment is due in full within 30 days of invoice and are
preferred to be paid electronically through Automated Clearing House (ACH) system; however,
other methods are acceptable. A service charge of 1.5 percent per month will be charged on all
balances over 30 days.
'Effective January 1, 2023 — December 31, 2023
Initial
Mtn
APPENDIX A
Attachment 2
Schedule and Deliverables
Hamestring Watershed Analysis, Mitigation Alternatives, and Grant Writing Services
Fayetteville, Arkansas
SCHEDULE
Tasks
I M1 M2 M3 M4 M5
M6
Project/Quality Management
Data gathering and processing
Hydraulic Model Update and Conceptual Alternative Development
FEMA Grant Application Support
Nature Based Solutions Alternatives Identification
Preliminary Benefit Cost Analysis
NOTE; Month 1 begins at Notice to Proceed
DELIVERABLES
• A technical memorandum, in digital PDF format with the content described in Task 3.
• Phased application for Building Resilient Infrastructure and Communities (BRIC) and/or
Flood Mitigation Assistance (FMA) funding depending on eligibility.
App A/Att 2
CITY OF
94V
_ FAYETTEVILLE
ARKANSAS
City of Fayetteville, Arkansas
Purchasing Division — Room 306
113 W. Mountain
Fayetteville, AR 72701
Phone: 479.575.8256
TDD (Telecommunication Device for the Deaf): 479.521.1316
REQUEST FOR QUALIFICATIONS: RFQ 22-14, Watershed Design & Grant Management Services
DEADLINE: Thursday, January 12, 2023 before 2:00 PM, local time
PRE -PROPOSAL CONFERENCE: Thursday, December 29, 2022 at 10:00 AM via Zoom
SR. PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov
DATE OF ISSUE AND ADVERTISEMENT: 12/18/2022
REQUEST FOR STATEMENT OF QUALIFICATION
RFQ 22-14, Watershed Design & Grant Management Services
Submittals shall be submitted via upload and complete submission on the City's electronic platform at www.favetteville-
ar.gov/bids. No physical copies shall be submitted. The City will not accept late or misdirected responses.
All statements of qualification shall be submitted in accordance with the attached City of Fayetteville specifications and
documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested;
failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that
violates or conflicts with state, local, or federal laws, ordinances, or policies.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein,
and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer.
This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing
Manager.
Name of Firm:
Contact Person:
E-Mail:
Business Address:
City:
Signature:
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 1 of 17
State:
Title:
Fill onema-
Date:
Zip:
City of Fayetteville
RFQ 22-14, Watershed Design & Grant Management Services
Advertisement
City of Fayetteville, AR
Request for Statements of Qualification
RFQ 22-14, Watershed Design & Grant Management Services
The City of Fayetteville, Arkansas, is requesting statements of qualification from firms interested in providing engineering
services associated with applying for, designing and managing watershed projects through the Federal Emergency
Management Association (FEMA) Hazard Mitigation Assessment (HMA) grant process as well as other grant sources
available to local municipalities at the state and federal level.
All statements shall be received by Thursday, January 12, 2023 before 2:00 PM, local time utilizing the City's electronic platform
located at http://fayetteville-ar.gov/bids. Late or misdirected proposals shall not be accepted. Submittals will not be accepted
after the deadline. The City of Fayetteville shall not be responsible for lost or misdirected RFQ's, or failure of bidder's technical
equipment.
Forms & addendums can be downloaded from the City's web site at http://fayetteville-ar.gov/bids. All questions regarding
the process should be directed to Amanda Beilfuss at abeilfuss@fayetteville-ar.gov or (479) 575-8220.
A non -mandatory pre -proposal conference will be held Thursday, December 29, 2022 at 10:00 AM virtually via Zoom. Information
regarding the pre -bid meeting is available on the project page on the City's electronic bidding platform. All interested parties are
encouraged to attend.
Statements of qualification submitted shall be qualified to do business and licensed in accordance with all applicable laws
of the state and local governments where the project is located.
Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women
business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville
encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business
enterprises.
The City of Fayetteville reserves the right to reject any or all proposals and to waive irregularities therein, and all Proposers
shall agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought
by any Proposer because of such rejections, nor shall the Proposers seek any recourse of any kind against the City of
Fayetteville because of such rejections. The filing of any Proposal in response to this invitation shall constitute an agreement
of the Proposer to these conditions.
City of Fayetteville
By: Amanda Beilfuss, Sr. Purchasing Agent
P: 479.575.8220 abeilfuss@fayetteville-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: 12/18/2022
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $197.82.
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 2 of 17
City of Fayetteville
RFQ 22-14, Watershed Design & Grant Management Services
Appendix
SECTION:
PAGE NUMBER
Cover Page
01
Advertisement
02
SECTION A: General Terms & Conditions
04
SECTION B: Vendor References
11
SECTION C: Project Summary & Scope of Work
12
SECTION D: Summary Form
16
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 3 of 17
City of Fayetteville
RFQ 22-14, Watershed Design & Grant Management Services
SECTION A: General Terms & Conditions
1. SUBMISSION OF A STATEMENT of QUALIFICATION SHALL INCLUDE:
A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of
this RFQ in the most cost-effective manner. The term Proposer shall be in reference to a firm or individual
responding to this solicitation. The term proposal is used in this document as equal to statement of qualification.
b. A description of the Proposer's experience in providing the same or similar services as outlined in the RFQ. This
description should include the names of the person(s) who will provide the services, their qualifications, and the
years of experience in performing this type of work. Also, include the reference information requested in this RFQ.
Electronic Submittal: Proposers are required to go to www.favetteville-ar.gov/bids and follow the prompts to
submit a statement of qualification within the electronic bidding platform. Physical submittals are not allowed for
this RFQ.
i. SOQ's shall be prepared simply and economically, providing a straightforward, concise description
of its ability to meet the requirements for the project. Fancy bindings, colored displays, and
promotional material are not required. Emphasis should be on completeness and clarity of
content. All documents physically submitted should be typewritten on standard 8 %" x 11" white
papers and bound in one volume. Exceptions would be schematics, exhibits, one -page resumes,
and City required forms. Limit proposal to twenty- five (25) pages or less, excluding one -page
team resumes, references, and forms required by the City for completion. All proposals shall be
uploaded in a PDF format to the City's electronic platform prior to the stated deadline.
a. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document. Only the
names of responders will be available as selections will be made all year for various projects.
Proposers shall submit a statement of qualification based on documentation published by the Fayetteville
Purchasing Division.
c. Proposals must follow the format of the RFQ. Proposers should structure their responses to follow the sequence
of the RFQ, if provided.
d. Proposers shall have experience in work of the same or similar nature and must provide references that will satisfy
the City of Fayetteville. Proposer may furnish a reference list of clients for whom they have performed similar
services and must provide information as requested in this document.
e. Proposer is advised that exceptions to any of the terms contained in this RFQ or the attached service agreement
must be identified in its response to the RFQ. Failure to do so may lead the City to declare any such term non-
negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration
for award.
f. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline. Documents shall
be received before the deadline time as shown by the atomic clock located in the Purchasing Division Office.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract
documents. All questions pertaining to the terms and conditions or scope of work of this proposal must be
sent in writing via e-mail to the Purchasing Department. Responses to questions may be handled as an
addendum if the response would provide clarification to the requirements of the proposal. All such addenda
shall become part of the contract documents. The City will not be responsible for any other explanation or
interpretation of the proposed RFP made or given prior to the award of the contract.
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 4 of 17
2. RIGHTS OF CITY OF FAYETTEVILLE IN THIS PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following:
a. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation
with an individual Proposer does not require negotiation with others.
b. The City of Fayetteville reserves the right to select the proposal that it believes will serve the best interest of the
City.
c. The City of Fayetteville reserves the right to accept or reject any or all proposals.
d. The City of Fayetteville reserves the right to cancel the entire request.
e. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for
statements of qualification or resulting submittal.
f. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or proposal
data without changing the terms of the proposal.
g. The City of Fayetteville reserves the right to make selection of the Proposer to perform the services required on
the basis of the original proposals without negotiation.
3. EVALUATION CRITERIA:
The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score
responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the selection
committee to thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated and ranked by a
selection committee. The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed in
this RFQ. Proposers are not guaranteed to be ranked.
4. COSTS INCURRED BY PROPOSERS:
All expenses involved with the preparation and submission of proposals to the City, or any work performed in
connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses received,
or for any other effort required of, or made by, the Proposer(s) prior to contract commencement.
5. ORAL PRESENTATION:
An oral presentation and/or interview may be requested of any firm, at the selection committee's discretion.
6. CONFLICT OF INTEREST:
a. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect,
which would conflict in any manner with the performance or services required hereunder, as provided in City of
Fayetteville Code Section 34.26 titled "Limited Authority of City Employee to Provide Services to the City".
b. The Proposer shall promptly notify Amanda Beilfuss, City Sr. Purchasing Agent, in writing, of all potential conflicts
of interest for any prospective business association, interest, or other circumstance which may influence or appear
to influence the Proposer's judgment or quality of services being provided. Such written notification shall identify
the prospective business association, interest or circumstance, the nature of which the Proposer may undertake
and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of
the City, constitute a conflict of interest if entered into by the Proposer. The City agrees to communicate with the
Proposer its opinion via e-mail or first-class mail within thirty days of receipt of notification.
7. WITHDRAWAL OF PROPOSAL:
A proposal may be withdrawn at any time.
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 5 of 17
8. LATE PROPOSAL OR MODIFICATIONS:
Proposal and modifications received after the time set for the proposal submittal shall not be considered.
Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for
misdirected responses. Proposers will receive an email confirmation after successful submission in the electronic
submission platform.
b. The time set for the deadline shall be local time for Fayetteville, AR. All proposals shall be received in the
Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the clock
located in the electronic platform.
9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS:
The laws of the State of Arkansas apply to any purchase made under this request for statements of qualification.
Proposers shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal
and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged
Business Enterprises (DBE), & OSHA as applicable to this contract.
Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority
and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of
Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority
and women business enterprises.
10. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "Proposer certifies that his
proposal is made without previous understanding, agreement, or connection with any person, firm or corporation
making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion,
fraud, or otherwise illegal action."
11. RIGHT TO AUDIT, FOIA, AND JURISDICITON:
a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases
between the City and said vendor.
b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are
subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the
City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely
manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally
authorized photocopying costs pursuant to the FOIA may be assessed for this compliance.
c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case.
12. CITY INDEMNIFICATION:
The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss,
damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed
trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof
covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City.
13. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for statements of qualification apply to this contract except as
specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood
by Proposers prior to submitting a proposal on this requirement.
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 6 of 17
14. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call
479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons
needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately.
15. PAYMENTS AND INVOICING:
The Proposer must specify in their proposal the exact company name and address which must be the same as invoices
submitted for payment as a result of award of this RFQ. Further, the successful Proposer is responsible for immediately
notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name
used at the time of the original RFQ. Payment will be made within thirty days of invoice received. The City of Fayetteville
is very credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed
through Proposer's acceptance of Visa at no additional costs to the City for expedited payment processing. The City
will not agree to allow any increase in hourly rates by the contract without PRIOR Fayetteville City Council approval.
16. CANCELLATION:
The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the
Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by
any of the terms or conditions specified.
b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach
of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville.
c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and
obtain from another source, any items and/or services which have not been delivered within the period of time
from the date of order as determined by the City of Fayetteville.
d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of
such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense
to the City.
17. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written
consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such
intent in the proposal submitted as a result of this RFQ.
In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within
thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever
occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall
include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of
interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has
disclosed its intent to assign or subcontract in its response to the RFQ, without exception shall constitute approval
for purpose of this Agreement.
18. NON-EXCLUSIVE CONTRACT:
Award of this RFQshall impose no obligation on the City to utilize the vendor for all work of this type, which may develop
during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently
contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case
of multiple -phase contracts, this provision shall apply separately to each item.
19. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this RFQ from the Proposer. When approved by
the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such
additional requirements as may become necessary.
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 7 of 17
20. SERVICES AGREEMENT:
A written agreement, in substantially the form attached, incorporating the RFQ and the successful proposal will be
prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and
signature of the Mayor.
21. INTEGRITY OF STATEMENT OF QUALIFICATION (RFQ) DOCUMENTS:
Proposers shall use the original RFQ form(s) provided by the Purchasing Division and enter information only in the
spaces where a response is requested. Proposers may use an attachment as an addendum to the RFQ form(s) if
sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications
or alterations to the original RFQ documents by the Proposer, whether intentional or otherwise, will constitute grounds
for rejection of such RFQ response. Any such modifications or alterations a Proposer wishes to propose shall be clearly
stated in the Proposer's RFQ response and presented in the form of an addendum to the original RFQ documents.
22. LOBBYING:
Lobbying or communicating with selection committee members, City of Fayetteville employees, or elected officials
regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the
bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization
that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is
strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited
until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing
herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such
as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities
or communication shall include but not be limited to, influencing or attempting to influence action or non -action in
connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or
written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such
actions may cause any request for proposal, request for qualification, bid or contract to be rejected.
23. DEBARRED ENTITIES:
By submitting a statement of qualification, vendor states submitting entity is not a debarred contractor with the federal,
any state, or local government.
24. OTHER GENERAL CONDITIONS:
a. Proposers shall provide the City with proposals signed by an employee having legal authority to submit proposals
on behalf of the Proposer. The entire cost of preparing and providing responses shall be borne by the Proposer.
b. The City reserves the right to request any additional information it deems necessary from any or all Proposers after
the submission deadline.
c. The request for statement of qualification is not to be construed as an offer, a contract, or a commitment of any
kind; nor does it commit the city to pay for any costs incurred by Proposer in preparation. It shall be clearly
understood that any costs incurred by the Proposer in responding to this request for statements of qualification is
at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for
reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted.
d. If products, components, or services other than those described in this bid document are proposed, the Proposer
must include complete descriptive literature for each. All requests for additional information must be received
within five working days following the request.
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 8 of 17
e. Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8220)
or e-mail (abeilfuss@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to
provide documents providing a clear and accurate understanding of the scope of work to be completed and/or
goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal
terms.
Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Amanda
Beilfuss, City of Fayetteville, Sr. Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) or telephone
(479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request
for statements of qualification. All questions, clarifications, and requests, together with answers, if any, will be
provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests
will not be disclosed until after a contract is in place.
g. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of
the firms, which may also include oral interviews.
h. Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to
properly respond to this RFQ. The RFQ is designed to provide qualified Proposers with sufficient basic information
to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a RFC's
content or to exclude any relevant or essential data.
Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner
relating to this Contract shall be controlled by Arkansas law. Proposer hereby expressly and irrevocably waives any
claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any
similar basis.
The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to become due
hereunder without written consent of City of Fayetteville. In case the successful Proposer assigns all or any part of
any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substan-
tially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the
successful Proposer shall be subject to prior liens of all persons, firms, and corporations for services rendered or
materials supplied for the performance of the services called for in this contract.
k. The successful Proposer's attention is directed to the fact that all applicable Federal and State laws, municipal
ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the
contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The
successful Proposer shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal,
State, and municipal governments or authorities in any manner affecting those engaged or employed in providing
these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals
having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these
Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation,
order or decree, s/he shall herewith report the same in writing to City of Fayetteville.
I. All interested parties shall understand the City is not utilizing AIA contracts for projects. Standard City contracts will
be used for all projects.
25. INSURANCE:
a. Any project selected under this RFQ shall require professional liability insurance in the amount of $1 million US
dollars, at minimum. Such Certificate of Insurance shall list the City as an additional insured and not be required
unless firm is selected.
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 9 of 17
26. SELECTION CRITERIA:
The evaluation criterion below defines the factors which will be used by the selection committee to evaluate and score
responsive, responsible and qualified proposals. The evaluation factors are as follows:
1. 30 Points — Specialized experience and technical competence of the firm with respect to the type of professional
services required
2. 25 Points — Capacity and capability of the firm the perform the work in question including specialized services, within
the time limitations fixed for the completion of the project
3. 25 Points — Past record of performance of the firm with respect to such factors as control of costs, quality of work,
and ability to meet schedules and deadlines
4. 20 Points — Firm's proximity to and familiarity with the area in which the project is located
"Note: Price shall not be a considered factor used to select a vendor. In the event the City is not able to negotiate
a successful contract with the selected vendor, the City reserves the right to cease negotiations with such selected
vendor and proceed on to the next selected vendor. Statements of Qualification/Proposals shall NOT include prices,
hourly fees, consulting rates, etc. of any kind.
CONTINUES ON NEXT PAGE
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 10 of 17
City of Fayetteville
RFQ 22-14, Watershed Design & Grant Management Services
SECTION B: Vendor References
The following information is required from all firms so all
statements of qualification may be reviewed and properly evaluated:
COMPANY NAME:
NUMBER OF YEARS IN BUSINESS:
HOW LONG IN PRESENT LOCATION:
TOTAL NUMBER OF CURRENT EMPLOYEES:
FULLTIME PARTTIME
NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT:
FULLTIME PARTTIME
PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5)
YEARS (All fields must be completed):
1.
2.
COMPANY NAME
COMPANY NAME
CITY, STATE, ZIP
CITY, STATE, ZIP
CONTACT PERSON
CONTACT PERSON
TELEPHONE
TELEPHONE
FAX NUMBER
FAX NUMBER
E-MAIL ADDRESS
E-MAIL ADDRESS
3.
4.
COMPANY NAME
COMPANY NAME
CITY, STATE, ZIP
CITY, STATE, ZIP
CONTACT PERSON
CONTACT PERSON
TELEPHONE
TELEPHONE
FAX NUMBER
FAX NUMBER
E-MAIL ADDRESS
E-MAIL ADDRESS
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 11 of 17
City of Fayetteville
RFQ 22-14, Watershed Design & Grant Management Services
SECTION C: Project Summary and Scope of Work
INTRODUCTION:
The City has experienced multiple flooding events in recent history. In general, these events have occurred in
2008, 2011, 2017 and 2022 and caused widespread flooding of various degrees throughout town. Due to the
City's participation in the Community Rating System (CRS) through FEMA, approximately 22 structures
representing 8 repetitive loss areas have been identified. It would be the City's immediate priority to begin
dealing with these structures/areas that experience high levels of flood damage during these large storm events,
however, many other projects to reduce flood losses have also been identified. As a portion of this overall
program, these projects will be prioritized by severity and eligibility for grant funding. As a means of assisting the
City achieve these goals, we are currently seeking firms experienced in both watershed design and grant writing
for large scale watershed improvement projects.
2. PROJECT INFORMATION & REQUIREMENTS:
Executive Summary: The City of Fayetteville, referred to herein as the City, is seeking responses from qualified
firms experienced in providing engineering services associated with applying for, designing and managing
watershed projects through the Hazard Mitigation Assessment (HMA) grant process. The selected firm will
provide pre -award and post -award engineering services for the national and state (Arkansas) Building Resilient
Infrastructure (BRIC) and Flood Mitigation Assistance (FMA) grant programs as well as other similar programs
should funding opportunities be discovered. Both programs provide funding to address future risks associated
with natural disasters such as flooding. It is anticipated that the City will apply for funding in the 2023 calendar
year when the Notices of Funding Opportunities open on or around September of 2023.
Submittal Requirements: The RFQ submittal shall contain the following response items arranged in order,
tabbed, and with a table of contents. In order to issue a uniform review process and to obtain the maximum
degree of comparability, it is required that the submittal be organized in the manner specified.
Title Page: Show the name of agency/firm, address, and telephone number, name of contact person,
date, and subject: RFQ 22-14.
b. Table of Contents: Include a clear identification of the material by section and by page number.
c. Letter of Interest: Name, address, brief history of firm, and Submitter's interest in the proposed project.
Briefly state the agency/firm understands the work to be completed and makes a positive commitment
to perform the work. Give the name of the person(s) who will be authorized to make representation for
the Submitter, their titles, addresses, and telephone numbers. Describe the perceived strengths to carry
out the project.
Project Team Organization: Provide an organizational chart indicating the relationship between the
Submitter's staff members who have responsibilities related to this project. Indicate on the chart the
names of key personnel and their titles. Submit professional qualifications and resumes of staff to be
assigned to this project, showing where they have performed work on similar projects.
Specialized and Past Experience: Provide information regarding past experience in relation to the services
requested in this RFQ. Actual price and fees shall not be included in submittal.
f. Schedule: Submitter shall provide a general schedule for the completion of the scope of the specified
project.
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 12 of 17
g. Additional Background: All Submitters are invited to include a maximum of two (2) pages of information
not included above which may be useful and applicable to this project.
3. SCOPE OF WORK:
A. General Tasks
Pre and Post Aware Project Management: This includes, but is not limited to, preparing project schedules,
budgets, reports, coordination with City staff and stakeholder groups where necessary.
a. Project Meetings: schedule and conduct meeting with City staff, City Council and other
stakeholder groups as necessary to discuss issues relevant to the projects. This includes
preparation of exhibits, maps, charts, etc... for use during the meetings to clarify issues as
necessary. Meeting minutes as well as attendance sheets shall also be maintained. Meetings
shall include, but not be limited to, project kick off, site visits, periodic staff meetings for project
updates, coordination meeting with City staff and other stakeholders and community outreach
meetings.
b. Project Schedule: prepare schedule using Microsoft project or similar program with enough detail
to provide clear understanding of the timeline and project milestones.
c. Project Files: maintain project files that include all documentation and data resulting form or
related to services for the grant project in accordance with grant and City
requirements/guidelines. This shall include, but not be limited to, survey files, engineering
computations, assumptions, working drawings and meeting minutes. Electronic format is
required for all documents.
2. Reports: Prepare project milestone reports in electronic format. They are to include the following at a
minimum:
a. Field investigation reports including all data collected during the process with photos and video
as necessary.
b. Monthly project status reports that are sufficiently detailed for City staff to ensure the project is
on schedule and meeting the required project goals.
c. Technical memoranda including the analysis and evaluation of alternatives for each project area
d. Design recommendation reports including the design alternatives analysis and cost benefit
analysis
e. Final report
3. Deliverables: Report, documents, models, maps and other project documents must be delivered to the
City in accordance with the project schedule.
B. Phase 1
1. Grant Writing Services: Assist City in writing and submitting competitive applications for the FEMA BRIC
and FMA grant programs following their guidelines and deadlines for application submittal as well as
other state and federal grants as applicable.
2. Inventory of Existing Stormwater Infrastructure, Master Drainage Plan Documents and Floodplain Maps:
Develop a Master Drainage Plan that documents the system including existing floodplain maps and
provides drawings with the master plan that clearly lays out recommended solutions to reduce or
eliminate flooding in the areas of interest. Preparation of new or revised flood mapping shall conform to
the FEMA mapping standards. The firm shall present the finding to the City staff and stakeholders.
a. Conduct field visits to very existing conditions and document findings
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 13 of 17
b. Gather and evaluate all information including existing as -built plans, surveys, UDAR, reports and
existing models to improve upon the City's GIS database of flood control and drainage system
infrastructure.
c. Data development and input including creating data layers in geodatabase format.
d. The successful firm shall develop hydrologic and hydraulic models to simulate storm events. The
hydrologic model should be capable of simulating rainfall -runoff using modeling software such as
Storm Water Management Model (SWMM) and HEC-RAS as applicable or City approved equal.
The models shall utilize the best available information for inputs such as updated LiDAR data,
construction as-builts or field collected data and be set up to run selected design storms as
directed by the City.
e. Where available, the model shall be calibrated using actual stream gage, precipitation data and
field observations of storm events.
C. Phase II
1. Should the grant be awarded, successful firm should be prepared to continue services to include
finalization of construction documents, bidding and construction observation services
2. The post -award services shall be dependent on the scope and extent of the project as awarded and final
scope be developed during the application process.
D. Required Experience
1. Success with writing and obtaining both federal and state grant applications as well as managing the
requirements of the grant.
2. In-depth knowledge and demonstrate practical experience with large-scale, complex hydrologic and
hydraulic modeling.
3. Experience and proficiency in the development of GIS databases.
4. Experience in identifying, defining and developing funding sources to support existing and planned
program activities as well as lead the development, writing and submission of grant proposals to federal,
state and private funding agencies.
5. Experience in organization and interpretation of large data sets including, but not limited to, as -built
plans, databases, LiDAR, survey, field data and hydraulic and hydrologic models.
6. An understanding of a variety of hydrologic and one- and two-dimensional hydraulic modeling software
packages as well as an understanding of how various models interact with each other.
7. Experience in the use of gage adjusted radar rainfall data for calibrating hydrologic models.
8. Proficiency in building, calibrating and validating event based and continuous hydrologic models, one-
dimensional and two-dimensional steady and un-steady hydraulic models.
9. Experience in one-dimensional and two-dimensional floodplain mapping per FEMA requirements
including preparation of Letters of Map Revision (LOMRs) and Conditional Letters of Map Revision
(CLOMRs).
10. Demonstrate experience with innovative approaches to large scale, complex hydrologic and hydraulic
models that lead to innovative solutions to large scale flooding.
11. Experience with flood control and drainage facility design including both engineered and more natural
based solutions. Solutions shall take into consideration all aspects of stormwater including flood control,
water quality, recreation, future system capacity, etc.
12. Experience with permitting of complex projects through entities such as the United States Corps of
Engineers and the Federal Emergency Management Agency.
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 14 of 17
13. Excellent verbal and written communication skills with experience in explaining complex engineering
models/solutions to non -technical members of City staff, City government and the general public.
14. Comprehensive project management skills including quality of document prepared, keeping projects on
schedule, budget control and responsiveness. The firm will participate in regular status report meetings
with City staff and other pertinent individuals/entities
CONTINUES ON NEXT PAGE
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 15 of 17
City of Fayetteville
RFQ 22-14, Watershed Design & Grant Management Services
SECTION D: Signature Submittal
DISCLOSURE INFORMATION
Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any
relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between
any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official.
If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a
relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be
completed and returned in order for your bid/proposal to be eligible for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM:
1) NO KNOWN RELATIONSHIP EXISTS
2) RELATIONSHIP EXISTS (Please explain):
I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the
information provided herein are accurate and true; and my organization shall comply with all State and Federal Equal
Opportunity and Non -Discrimination requirements and conditions of employment.
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott
Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public
entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must
notify the contracted public entity in writing.
2. PRIMARY CONTACT INFORMATION
At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms,
which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail
address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification
or interview via telephone.
Name of Firm:
Primary Contact:
Title of Primary Contact:
Phone#1 (cell preferred):
E-Mail Address:
Tax ID #:
UEI #:
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 16 of 17
Phone#2:
3. ACKNOWLEDGEMENT OF ADDENDA
Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and
dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were
originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein.
Failure to do so may subject Contractor to disqualification.
ADDENDUM NO.
SIGNATURE AND PRINTED NAME
DATE ACKNOWLEDGED
4. DEBARMENT CERTIFICATION:
As an interested party on this project, you are required to provide debarment/suspension certification indicating in
compliance with the below Federal Executive Order. Certification can be done by completing and signing this form.
Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards,
using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing
business with the Federal Government.
Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency.
Questions regarding this form should be directed to the City of Fayetteville Purchasing Division.
NAME OF COMPANY:
PHYSICAL ADDRESS:
MAILING ADDRESS:
PRINTED NAME:
PHONE: FAX:
E-MAIL:
Signed by:
SIGNATURE:
PRINTED NAME
TITLE: DATE:
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 17 of 17
a »
v dk
We -I J r fl • � � J er
9 .0 ' + !�F ' -- � t •��� i% _ � �.rf�r .f'- � .. ~ tom' ., � �f �
r-
r� ,. !• ,, ice,• �!. ., •� rr �' r:'y.�+ ;i '`.ar, �, .f � )�� r
1 ^ y } - �77c r:i•. #off ��,. . t(i `.� �- i� •J'f.F.. �t � .,,� '�'yo�',. _
M
4q
Ap
�x77--
A Title Page
STATEMENT OF QUALIFICATIONS
CITY OF FAYETTEVILLE
RFQ 22-14 — Watershed Design and Grant
Management Services
January 12, 2023
Contact Person: Greg Simmons, PE, CFM — 405-666-8381
CITY OF City of Fayetteville, Arkansas
Purchasing Division — Room 306
IVF AY E T T E V I L L E 113 W. Mountain
A R K A N S A S Fayetteville, AR 72701
Phone: 479.575.8256
TDD (Telecommunication Device for the Deaf): 479.521.1316
REQUEST FOR QUALIFICATIONS: RFQ 22-14, Watershed Design & Grant Management Services
DEADLINE: Thursday, January 12, 2023 before 2:00 PM, local time
PRE -PROPOSAL CONFERENCE: Thursday, December 29, 2022 at 10:00 AM via Zoom
SR. PURCHASING AGENT: Amanda BeiIfuss, abeiIfuss@fayetteville-ar.gov
DATE OF ISSUE AND ADVERTISEMENT: 12/18/2022
REQUEST FOR STATEMENT OF QUALIFICATION
RFQ 22-14, Watershed Design & Grant Management Services
Submittals shall be submitted via upload and complete submission on the City's electronic platform at www.fayetteville-
ar.gov/bids. No physical copies shall be submitted. The City will not accept late or misdirected responses.
All statements of qualification shall be submitted in accordance with the attached City of Fayetteville specifications and
documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested;
failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that
violates or conflicts with state, local, or federal laws, ordinances, or policies.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein,
and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer.
This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing
Manager.
Name of Firm: Freese and Nichols, Inc.
Contact Person: Alan Hutson, PE, ENV SP Title: Vice President/Principal
E-Mail: alan.hutson@freese.com Phone: 479-434-1160
Business Address: 5001 W. Founders Way, Suite 100
City: Rogers /
Signature: Z� G
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 1 of 17
State: Arkansas
Zip
72758
Date: January 12, 2023
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services rMNI'MCHOLE
C. Letter of Interest ............................................................. 1
D. Project Team Organization....................................................
2
FNI Firm Overview...........................................................2
FTN Firm Overview..........................................................2
Team's Proximity to and Familiarity with the Area .................................
3
Project Availability and Ability to Meet Schedule ..................................
5
Organizational Chart.........................................................6
Key Personnel Bios ...........................................................7
Team Integration and Coordination .............................................
9
Interaction and Coordination with the City .......................................
9
E. Specialized and Past Experience ..............................................
10
Funding Specialists.........................................................10
Master Drainage Plan Experts.................................................13
Development and Design of Innovative Hazard Mitigation Projects..................20
F. Schedule....................................................................
23
G. Additional Background...................................................... 24
Project Management Approach ............................................... 24
Project and Quality Management Plan ......................................... 25
Appendix: Resumes ....................................... Not Included in Page Count
Appendix: Required Forms ................................. Not Included in Page Count
NOT INCLUDED IN PAGE COUNT
5001 W Founders Way, Suite 100 / Rogers, Arkansas 72758 • 479-434-1160 www.freese.com
January 12, 2023
Amanda Belifuss I Sr. Purchasing Agent I City of Fayetteville l
Submitted electronically via fayetteville-ar.ionwave.net
RE: RFQ 22-14 — Watershed Design and Grant Management Services
Dear Selection Committee:
Freese and Nichols, Inc. (FNI) has assembled a team of experienced funding and stormwater professionals to assist the
City of Fayetteville (City) in assessing and prioritizing your flood mitigation needs, preparing highly competitive grant
applications, and developing innovative and cost-effective engineering designs to take flood mitigation alternatives
from concept to reality. As further detailed in the pages that follow, our team of experts has decades of successful
experience for exactly this sort of initiative and we are eager and able to help Fayetteville make significant strides
toward becoming a more flood resilient community.
Benefits of Partnering with FNI:
WE UNDERSTAND FUNDING — The FNI/FTN team has a long history of working with grant and loan programs
nationwide. We've assisted our clients in securing more than $2.6 billion in funding over the past 30 years for water/
wastewater and stormwater projects. Whether a City is seeking funding for system inventory, needs assessment and
planning, or design and construction, we understand what is needed to develop a winning grant application, along with
project compliance once the grant is awarded. is a national expert in FEMA funding with more than a
decade of experience working with local communities, cities, counties and tribal nations. Annie is supported by a deep
bench of funding resources, allowing our team to present a matrix of the best possible funding options for the City to
consider.
WE UNDERSTAND STORMWATER — Both FNI and FTN-Associates (FTN), our partner firm for this project, have
extensive experience helping communities understand, prioritize, and effectively mitigate their drainage issues.
Our team has completed drainage master plans for communities large and small and provides a one -stop -shop for
modeling, analysis, design, environmental services and construction management, along with state-of-the-art product
development, including interactive mapping, public outreach products and data analytics. This collective breadth and
depth of skill and experience will serve as a unique resource to the City and will be used to deliver top quality products
and services, within budget and schedule constraints, that meet the needs of the City.
WE UNDERSTAND CITIES — In the past 10 years, FNI and FTN have worked on 49 drainage master plans for cities
in 3 states, including Arkansas. While each city is unique, the cumulative experience gained and innovative solutions
implemented in those efforts are leveraged in every subsequent project to produce outcomes that best address
the specific goals of each community. Our project manager for this project, Greg Simmons, led the stormwater
management program for the City of Fort Worth for 16 years before coming to work for FNI and understands
challenges most cities face in effectively managing stormwater and how to develop strategies to optimize the use of
limited resources toward that end. We will listen to Fayetteville staff, officials, and residents to develop findings and
recommendations that fully align with broader community goals and bring maximum value to the community.
We are excited to work with the City of Fayetteville on this important project. Please feel free to contact us directly if
you have any questions regarding this proposal.
Sincerely,
Alan Hutson, PE, ENV SP*
Vice President/Principal
479-434-1160 1 alan.hutson@freese.com
*Authorized to make representation for FNI
1�_
Greg Simmons, PE, CFM
Project Manager
479-434-1160 1 gregory.simmons@freese.com
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Freese and Nichols, Inc. (FNI) and FTN Associates, Ltd. (FTN) have successfully teamed together in the past on the
Texas Water Development Board Statewide Flood Modeling project and the Louisiana Watershed Initiative Modeling
contract. Our effective collaboration on those projects confirm that the culture, values and communication style
of our firms are very well aligned. Our firms' expertise and the tools and processes we will employ to facilitate
seamless and value-added collaboration between our key staff are described in this section. We are excited about
the opportunity to bring the combined experience and skills of this proven team to bear on this critical initiative for
the City and are highly confident our team will fully meet the expectations and needs of the community if we are
selected.
FNI Firm Overview
FNI is a client -focused, regionally based firm with national expertise.
We meet our clients' needs with responsiveness and flexibility. From
30 offices across Arkansas, Oklahoma, Texas, Louisiana, New Mexico,
Georgia, Florida, North Carolina and Virginia, we work seamlessly
together across all disciplines, giving our clients the benefit of
multiservice integration with an approach that is as innovative as
it is practical. Together, more than 1,000 personnel deliver top -tier
professional services that reflect FNI's vision — to be the firm of choice
for clients and employees.
Freese and Nichols' new office space in
Rogers, Arkansas
Dating back to our firm's founding in 1894, we have put relationships first — clients, teaming partners and staff —
and seek long-term relationships, many of which are counted in decades, not years. Our primary focus is to be a
trusted advisor. Whether we are providing stormwater drainage/flood control services; water/wastewater services;
transportation services; strategic urban planning; architecture; land planning; landscape architecture; construction
management/inspection; or full design, documentation and construction services, what drives our work is the
alignment with each client's institutional mission and goals.
FNI's Stormwater Engineering Group is technically diverse with experience in hydrologic and hydraulic (H&H)
modeling, channel design construction techniques, pond rehabilitation, and design and culvert analysis. FNI has
completed numerous multi -faceted drainage improvement projects, including rural and urban neighborhood
drainage design, bridge and culvert design, natural and modular block channel design, unsteady hydraulic modeling,
pond dam safety, pond outlet structures and FEMA funded projects. A unique aspect of our approach is the
incorporation of our in-house fluvial geomorphology services into our drainage projects, which allows for a better
understanding of channel stability issues and solutions.
FTN Firm Overview =
FTN Associates, Ltd. (FTN) is a water resources and environmental consulting and engineering
firm providing specialty services to private and governmental clients by emphasizing client
satisfaction and quality services. FTN started in Vicksburg, Mississippi, in 1981 and moved to — SSOCIBt@S Ltd.
Little Rock, Arkansas, in 1983.
FTN emphasizes an interdisciplinary approach with hundreds of years of combined professional experience. This
broad interdisciplinary experience offers unique problem -solving capabilities in all phases of civil and environmental
planning, design, and management. FTN has a professional staff of 64 multidisciplinary professionals, in four offices
with the headquarters being located in Little Rock and branch offices located in Fayetteville; Baton Rouge, Louisiana;
and Chesterfield, Missouri. FTN is classified as a small business under the NAICS 541330 classification.
FTN has extensive experience addressing water resources problems throughout Arkansas and the mid -south. Past
clients have included private industries, other engineering and consulting firms, local and state governments,
January 12, 2023 2
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services rMINAICHOLSFREEE
including the City of Fayetteville, and multiple federal agencies, including the Federal Emergency Management Agency
(FEMA). Through its water resources work, FTN has, most notably, been completing Risk MAP activities for FEMA as
the State of Arkansas's Cooperating Technical Partner (CTP) contractor since 2012. FTN also is known within the State
of Arkansas by architectural, engineering, and construction firms and local municipalities for its H&H modeling efforts.
Team's Proximity to and Familiarity with the Area
Local Offices
In February 2022, FNI opened our first Arkansas office in Rogers, just down the road from the City of Fayetteville.
Our team of professional engineers and planners are currently working on projects in Northwest Arkansas including
projects for the City of Fayetteville, City of Rogers and Rogers Water Utilities, Siloam Springs, AEP and NRCS. For these
clients and their highly specialized projects, FNI has the resources within our office to assemble the right individuals
with the proper skillsets for successful project execution and delivery.
FTN's Fayetteville office is located less than 4 miles from the City's offices and has overseen multiple H&H modeling
and stormwater analysis projects for the City of Fayetteville, including work in the City's worst drainage areas and a
current project on the Lake Fayetteville Dam analysis.
Familiarity with Fayetteville
Fayetteville offers unique terrain at the foothills of the Ozarks, a case study in hillsides, water bodies and tree canopy
that contribute to the character of the city and help shape its values. These physical attributes also pose design and
construction challenges that our team is familiar with and knows how to handle. With offices in seven states, we are is
ready and willing to address any challenge that may arise and we have an experienced team of experts ready to tackle
each one.
Fayetteville is a college town with a spirit and personality very grounded in its position as the home to the flagship
campus of the University of Arkansas. The community is diverse, educated and engaged. Technology and innovation
are expected.
Fayetteville doesn't wait for others to test the waters, this is a City ready to establish and introduce new ideas and try
new approaches to government, design and community engagement. The result is a progressive and thoughtful City
that reflects the values of its citizens and continually presses forward to advance common goals.
Arts and culture and all things local are important. The iconic Fayetteville Square that hosts a very popular farmer's
market, the Lights of the Ozarks and multiple community -based events each year is a wonderful focal point for the
community. The Walton Arts Center has been expanded and renovated, serving as a hub for visual and performing
arts and a connection between the university campus and downtown, holding a prominent spot on Dickson Street in
the entertainment district. The award -winning Fayetteville Public Library represents the value placed on education
and the ability of a public facility to become a core gathering place for all kinds of different groups within the City.
The Razorback Greenway connects neighborhoods and shopping districts throughout the city and offers users
recreation as well as transportation opportunities linking most of the cities and towns in northwest Arkansas. This
demonstrates the kind of cooperation and coordination necessary to successfully grow a region while maintaining the
character of each unique community.
The FNI/FTN team has extensive knowledge of the area, multidiscipline planning and engineering resources in house,
and we are ready and able to provide the City with Innovative Approaches, Practical Results and Outstanding
Service.
January 12, 2023 3
it
T
1937 Water System Appraisal
Foreman, AR
1945 Southwest
Proving Grounds
Hope, AR
1965 Arkansas River Lock
and Dam No. 7
(Murray Lake)
USACE
Water Pollution Control Act 1972
"208 Plan"
Little Rock, AR
Airport Modernizations 1985
Across Arkansas
Federal Aviation
Administration
1
2002 Raw Water Supply for
Hot Springs Power Station
Tractebel
2010 Levee Evaluation
Fort SmithAR ,
2016 P Street Pump Station
Evaluation
Fort Smith, AR
Levee Certification N7�2
20 2040 Comprehensive Plan
Clarksville, AR 2009 Siloam Springs, AR
022New FNI Office
Rice -Carden Levee Repair 2011I Rogers, AR
Fort Smith, AR
Wastewater Master Plan 2020
Rogers Water Utilities
Mississippi River Basin and National 2022
Water Quality Initiatives
Natural Resources Conservation
Service
January 12, 2023 4
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F01111MICHOLE
Project Availability and Ability to Meet Schedule
Although FNI has a healthy workload, we have the resources available to complete
this project within the established schedule. FNI has senior -level Project Managers,
including many firm Principals, dedicated to various departments to verify our
resources are allocated as needed to successfully complete project assignments. It
is important to FNI to be close to our clients. Our Arkansas office is a short thirty -
minute drive from the City of Fayetteville. The proximity means that we have the
ability to be responsive to the needs of the City.
FTN's will be completed by their Water Resources Group in their Little Rock and
Fayetteville offices. Twelve of their 64 professionals will be initially made available
to work on these projects, with five additional professionals in Baton Rouge,
Louisiana available to assist. Should more personnel be required, additional
resources can be made available.
FNI has a long history of compliance with client schedules and budgets, and we
understand that maintaining both is critical to the successful completion of this
project. The right balance must be maintained so that work can be completed as
soon as practical, without accelerating the work to the point of diminishing quality
or increasing cost without a commensurate increase in value to the project. We
have the resources needed and the availability to complete the projects on time.
Our Project Management Process utilizes several tools to manage project
schedules, including the One -Page Report. This is a simple document that is
prepared and submitted to the City monthly by our Project Managers. The entire
project team is copied on the report, which outlines work completed over the
last reporting period, as well as upcoming tasks and deliverables. If there are
outstanding decisions or information needed, the report will clearly note those
items. We have found this simple tool to be an effective means of communication
thereby enhancing our ability to maintain on -time project delivery.
SUSTAI NABI LITY
at Freese and Nichols
Focused on
Sustainability
FNI demonstrates a
comprehensive approach
to sustainability in all of our
work. Through our focus
on sustainable initiatives,
we strive to satisfy present
needs, while preserving the
ability of future generations
to meet their own needs. It
encompasses everything we
do, as a company and for our
clients, from technical projects
to corporate processes, so we
can be responsible stewards of
our community, environment
and finances.
We do this by...
• Creating more livable,
enjoyable communities
• Designing systems
with reduced future
maintenance
• Improving community
mobility
• Encouraging the selection
of environmentally friendly
building materials
• Improving water quality
through best management
practices
January 12, 2023
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services rMNI'MCHOLE
Organizational Chart
PHASE
Annie Vest
Jonah Vasquez
Dane Schneider, PE, ENV SP (BCA)
UBLICA
City of Fayetteville
Heather Rogers, PE Robert Wood
Austin Dugger, PE, CFM Christian Capehart
Jeremy Dixon, PE, CFM Sam Pike Wray*
Lee Beshoner, PE, CFM*
Kale Farmer, PE, CFM*
Dawn Warrick, AICP
PHASE II
r-9
SURVEY 7
Bates and Associates. Inc.
DESIGN
'A
Jonathan Faughtenberry, PE
Justin Oswald, PE, CFM
Jonathan Harges, El
AAn
—Associates Ltd.
January 12, 2023 6
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F01111NICHOLE
Key Personnel Bios
Greg Simmons, PE, CFM Project Manager I Experience: 37 years / Education: MS, Financial
Management, Naval Postgraduate School; BS, Civil Engineering, Texas A&M University / Registration:
Professional Engineer, Arkansas #21485, Certified Floodplain Manager #1743-09N. Greg Simmons'
engineering and infrastructure management experience includes leading municipal and military
organizations that operated and maintained building and infrastructure systems (roads, water/
sewer and drainage), managing design and construction projects for building and infrastructure system repairs and
improvements, and developing strategic asset management plans for facility and infrastructure systems. In the
course of his career, Greg has worked as a project manager, program manager and the developer and leader of the
overall strategic plans for various facility/infrastructure management organizations, including leading the Stormwater
Management Program for the City of Fort Worth from 2006-2022.
Annie Vest Grant Services Lead I Experience: 12 years / Education: MA, Executive Development
for the Public Sector, Ball State University, MA, Adult and Community Education, Ball State University,
BS, Psychology and Disaster Management, Northwest Missouri State University / Professional
Memberships: National Hazard Mitigation Association; Oklahoma Floodplain Managers Association;
National Emergency Management Association; Department of Homeland Security CISA; Association
of State Floodplain Managers; International Association of Emergency Management. Annie Vest is the Mitigation
and Disaster Planning Lead at FNI and the National Hazard Mitigation Association Vice President. She currently
serves as a Subject Matter Expert to the Department of Homeland Security CISA, Resilient Investment Planning, and
Development Working Group. Annie is the former State Hazard Mitigation Officer (SHMO) for Oklahoma. As SHMO,
Annie was directly responsible for $130 million in Federal Hazard Mitigation Assistance (HMA) funds and the review
and approval of Local Hazard Mitigation Plans. While employed at a previous firm, Annie authored the only nationally
competitive FEMA BRIC grant in FEMA Region VI. She has extensive expertize in FEMA mitigation policy including the
Benefit Cost Analysis.
Heather Rogers, PE I Master Drainage Plan / Experience: 10 years / Education: BS, Biological
AL(Systems) Engineering, North Carolina Agricultural and Technical State University / Registrations:
Professional Engineer, Oklahoma #31694. Heather Rogers is a water resources engineer experienced
in performing stormwater modeling and analysis for a wide variety of projects. Her background
includes H&H model development for detailed and base -level engineering FEMA floodplain studies and
floodplain permitting, hydraulic design of federal and municipal dams, and drainage analysis for land development
projects and wetlands. She has served as lead H&H engineer for multiple dam and floodplain study projects, in which
she was responsible for delegating and scheduling tasks, developing technical processing and tools, managing staff
workloads and providing training to junior engineers and partner firms. Heather currently performs H&H analyses for
flood impact assessments and dam design.
Austin Dugger, PE, CFM Master Drainage Plan I Experience: 8 years / Education: BS, Civil
VEngineering, Oklahoma State University / Registration: Professional Engineer, Oklahoma #32975,
Certified Floodplain Manager #4050-21N. Austin Dugger is a Stormwater Engineer with experience
working on a variety of stormwater design projects. His experience includes bridge hydraulic and scour
analysis, design of culvert extensions and replacements, preparation of stormwater masterplansI storm
sewer analysis and design, detention pond design, stream stabilization and restoration, and preparation of O&M
manuals for green stormwater infrastructure. He has experience preparing studies using a wide variety of software
platforms, including HEC-HMS, HEC-RAS, EPA-SWMM, PC-SWMM and TUFLOW 2D rain -on -mesh analysis. He also has
experience preparing plans, specifications and estimates for his designs.
Resumes for the entire team are located in the Appendix.
January 12, 2023 7
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
kLk Jeremy Dixon, PE, CFM Master Drainage Plan I Experience: 11 years / Education: MS, Civil
Engineering, Texas Tech University; BS, Civil Engineering, Texas Tech University / Registrations:
Professional Engineer, Texas #121614; Certified Floodplain Manager #246-13N. Jeremy Dixon is a
Project Engineer and Certified Floodplain Manager in FNI's North Texas Stormwater Management
Group. He routinely performs H&H analysis and generates written reports for various stormwater
projects. His experience also includes drainage studies, floodplain management, and review of drainage studies for
compliance with current design criteria. He is proficient in HEC-RAS, HEC-HMS, InfoWorks ICM, development of ArcGIS
scripts, and GIS applications for water resources.
Lee Beshoner, PE, CFM Master Drainage Plan I Experience: 20 years / Education: BS,
Civil Engineering, University of Arkansas; BA, Mathematics and Physics, University of the Ozarks /
Registrations: Professional Engineer, Arkansas #12942; Certified Floodplain Manager, Arkansas #AR-06-
00128. Lee Beshoner has more than 20 years of experience in H&H analyses of complex open channel
and urban stormwater environments, including engineering and modeling support for master drainage
plans and improvements to drainage infrastructure, development of GIS related software, and preparation QA/QC
procedures and documentation. Lee has over 10 years of experience in project management of large and complex
water resources and GIS-related projects. He currently serves as the Flood Risk Project Lead for the State of Arkansas
Cooperating Technical Partnership (CTP) program contract and operates as FTN's Fayetteville Branch Manager. Lee's
project and technical experience includes extensive work with multiple methods of hydrologic analyses; 1D and 2D
hydraulic modeling; scenario -based stream evaluations to analyze the impacts of human development on floodplains;
development and interaction with geospatial data; experience with complex spatial relationship queries and analyses
using multiple GIS based software platforms; leading Independent Technical Reviews; and presenting, instructing,
and/or leading various webinars, conferences, or meetings regarding floodplain related topics. Lee also serves as the
Executive Director for the Arkansas Floodplain Management Association.
Kale Farmer, PE, CFM Master Drainage Plan I Experience: 18 years / Education: BS, Civil
i Engineering, University of Arkansas / Registrations: Professional Engineer, Arkansas #14253, Certified
Floodplain Manager, Arkansas #AR-07-00149. Kale Farmer is a civil engineer with extensive experience
in H&H engineering. His experience includes water resources modeling, site design (grading, water,
sanitary sewer, and storm sewer design), utility construction, and project coordination, review and
permitting at the community, state, and federal levels. He is experienced working with FEMA on floodplain mapping,
the Map Modernization Program, Risk MAP, Flood Insurance Studies (FIS), and regulatory issues and requirements.
Kale's experience extends to field reconnaissance, data collection, and GIS analysis for H&H studies, master drainage
planning, flood plain mapping, and DFIRM database productions. His project experience includes acting as the project
manager and engineer responsible for ongoing urban drainage study in downtown Bentonville, AR. He developed a
2D overland flow model linked to 1D subsurface storm sewer system to evaluate planned improvements and provide
recommendations for further drainage improvements. He utilized PCSWMM to analyze both surface and subsurface
flow with rain -on -grid runoff computation.
Dawn Warrick, AICP I Public Engagement / Experience: 27 years / Education: MA, Geography,
University of Arkansas, BLA, Landscape Architecture, University of Arkansas / Registrations: American
Institute of Certified Planners, #017667. Dawn Warrick is a Project Manager in FNI's Tulsa office
and has more than 23 years of municipal planning experience, including seven years as the City of
Tulsa's Planning Director. She has served in senior planning roles for Louisville Metro Government in
Kentucky and the City of Fayetteville, Arkansas, giving her an understanding of large urban cities, as well as smaller
communities. Dawn has conducted and managed development review processes and supported elected and
appointed officials as a subject matter expert. She is experienced in developing and implementing action -oriented,
long-range plans using strategies that include updated land -use regulations, coordination of services, and integration
of planning priorities into capital improvement programs.
January 12, 2023 8
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services FININNICHOLE
Saul Pike Wray GIS I Experience: 9 years / Education: MS, Biology, University of Central
Arkansas; BS, Environmental Science, University of Central Arkansas. Sam Pike Wray serves as FTN's
Geospatial Analytics (GSA) Administrator, where she functions as FTN's technical resource, advisor, and
consultant in all areas of information management, including GIS. At FTN, Sam has been essential in
the development of semi- and fully automated data processing tools, the deployment of web mapping
applications, and the implementation of interactive web -based dashboard applications. Prior to joining FTN, Sam has
organized and led data standardization endeavors, streamlined data collection and workflow processes, and created
and updated enterprise -level data management systems for multiple organizations, including those in government
and the nonprofit sector. Sam has been successful in laterally transferring her skills and abilities across many diverse
fields, including utility infrastructure, environmental regulation, biological and ecological sciences, tourism and
recreation, education, and public health. Sam's past projects include developing information management systems for
infrastructure and utility data across Arkansas for parks, schools, colleges, utility companies, airports, and nonprofit
organizations; categorizing and analyzing the physical condition of infrastructure to make recommendations regarding
capital improvement funding expenditures for government agencies; providing justification for grant applications,
real estate purchases, and business development strategies; and overseeing the migration of data from flat files to
geospatially enabled databases, including those in cloud -based systems.
Team Integration and Coordination
The key players from both FNI and FTN will be active participants at scoping, progress and design -review meetings.
A proactive communications plan will be developed at the onset of the project, including guidance on preferred
methods to interface with the City. This communications plan will integrate our team through internal progress
meetings, phone calls, virtual collaboration and monthly reporting. It will promote coordination of project tasks, data
sharing, planned workflow and schedule of deliverables. It will also verify the entire team understands project goals
and expectations.
FNI will also incorporate the review of FTN's deliverables into our quality assurance/quality control (QA/QC) program
(see detailed description in Section G —Additional Background). FNI's assigned project manager prepares a formal QC
plan for each project, detailing the documents to be checked or reviewed, QC schedules and responsible personnel.
The QC review confirms the technical accuracy of each supplier's project components and verifies the quality
standards for each submittal are consistently met. FNI's systematic CIA process confirms the QC plan is followed and
project objectives are carried out.
Interaction and Coordination with the City
The goal of our team is to function as an extension of the City's organization to achieve the goals of the project.
This means including the City on all critical decisions and, above all else, avoiding surprises through the course
of completing the project. We achieve this through accessibility of our staff, responsiveness to City staff and by
incorporating City comments into the project.
Our team recommends monthly meetings with the City's Project Manager and key members of the project
team to discuss progress and any action items that need to be resolved. Depending on the agenda for the
meeting, these can either be in -person meetings or accomplished via phone calls or online collaboration.
They are an effective tool to keep everyone informed, to brainstorm alternatives and keep the project moving
forward.
• In addition to periodic meetings, email, online collaboration and phone calls, a monthly summary report will
be submitted to the City. These reports employ a standard form on which we report tasks completed in the
previous work cycle, upcoming tasks and anticipated work for the next month, project milestone delivery
dates and an area to list any issues that need to be resolved/action items.
• FNI will utilize our subconsultant, Bates and Associates, Inc., for survey work associated with the mapping of
the existing drainage system.
January 12, 2023 9
E
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111
NICHO
Specialized Past - -
WE KNOW
an. .
' FUNDING
We are confident that the team -member biographies and project examples
The Infrastructure Investment
provided throughout our SOQ will clearly demonstrate the depth and breadth
and Jobs Act (IIJA) authorizes
of the professional experience and expertise the FNI/FTN team will bring to
$1.2 trillion for infrastructure
bear on this project. By way of overview, we can say that when it comes to this
investments. This is the most
sort of project, the FNI/FTN team has successfully "been there, done that"
significant federal investment
assisting dozens of communities for decades on similar projects. Due to that
in decades and authorizes
vast experience, we have many ideas and examples that we believe will add great
roughly $47 billion in funds for
value toward optimizing the ultimate outcome. We fully understand that no two
resilience, including various
communities are alike and, as a matter of sequence and priority, we must first
programs to address flood
mitigation. Funding agencies
listen carefully to the City to capture a detailed understanding of how the City
range from existing programs,
defines success for this effort. Our summary approach is to listen first, listen well
such as FEMA's Building Resilient
and listen throughout as we leverage our professional expertise and track record
Infrastructure and Communities
of success at each step in the process to facilitate the advancement of the City's
and Flood Mitigation Assistance,
goals and visions for this project.
to new programs like the
Safeguarding Tomorrow Through
PHASE I
Ongoing Risk Mitigation
(STORM) Act.
Funding Specialists
Other funding opportunities
FNI's funding team will lead the grant preparation aspect of this project and is
our team will explore includefunding through the U.S
dedicated to helping you navigate the grant and loan process to obtain funding
Environmental Protection
for the design and construction of flood/erosion mitigation projects.
Agency (EPA) and the Clean
More than any other firm, our team knows funding. FNI experts bring a collective
Water State Revolving Loan
knowledge of varying funding sources available to meet client current and future
Fund (CWSRF), which provides
financial assistance throughloans
needs. We use multiple funding alternatives, including low -interest loans, grants,
with subsidized interest
disaster relief and hazard mitigation -type funding programs for water, wastewater
rates and opportunities for
and stormwater opportunities. Our funding strategy will be customized to
partial principal forgiveness for
Fayetteville's needs and will consider all possible actions (structural, land use
planning, acquisition, design
regulations, building codes, nature -based solutions, etc.) to address current and
and construction of wastewater,
future risks and identify specific ways to fund these activities annually. Working
reuse and stormwater mitigation
in tandem with the entire FNI/FTN team, our funding professionals will assess the
infrastructure projects.
results of a detailed analysis of hazard risks and stemming mitigation actions to
develop a tailored mitigation strategy to help mitigate risk.
FNI understands maximizing funding opportunities that utilize FEMA's Hazard Mitigation Assistance grant programs,
including the Building Resilient Infrastructure and Communities (BRIC), Flood Mitigation Assistance (FMA), and the
Hazard Mitigation Grant Program, is essential to making the flood/erosion mitigation funding efforts successful. Our
team is uniquely suited to complete the initial project grant application and all its components, such as required
environmental coordination with outside entities and developing project cost estimates or a benefit -cost analysis (BCA)
if needed for the proposed projects. Once the grant application is submitted for review under the selected funding
opportunity, we will use our robust, professional relationships with state and federal coordinating partners to verify the
completeness of the grant application, and increase the probability of project selection by the Arkansas Department of
Emergency Management (ADEM) and Arkansas Department of Natural Resources.
Benefit Cost Analysis (BCA)
Equally as important to the costs, is identifying the benefits from each project. The benefits can be monetary as well
as environmental, social and recreational. Our project team has decades of experience in conducting benefit cost
analyses following FEMA BCA guidelines. FEMA has recently updated these guidelines to be more inclusive of other
benefits and discount rate. Our team has also piloted an innovative approach to expand the impacts of flooding and
January 12, 2023 10
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
has demonstrated these additional impacts in the Houston region. Our team can show the traditional BCA as well
as our new approach to justify project selection. The BCA tasks may include calculating costs of damage of modeled
flood event scenarios using the standard BCA methods of calculating damages, such as Building Replacement Value;
performing a limited analysis of existing models to determine the need for new modeling; providing the GIS work
necessary to inventory the number of homes at risk, assumed finished floor elevations, roads and culverts at risk
and other critical infrastructure and lifelines; and revising the Opinion of Probable Construction Cost (OPCC) for the
project's current construction costs.
Specific Project Examples
Reservoir Benefit -Cost Analysis Assistance Town of Wake Forest, NC
The Town has been earmarked for funding by Congress for rehabilitation of the Wake Forest Reservoir Dam for the
purposes of hazard mitigation. As part of this funding, the Town needs to complete FEMA's Benefit -Cost Analysis
(BCA) process. The BCA is a method that determines the future risk reduction benefits of a hazard mitigation project
and compares those benefits to its costs.
FNI is currently assisting the Town with completion of the BCA for the Wake Forest Reservoir. This will include all
portions of the BCA with the exception of the narrative, which will be completed by the Town.
The BCA tasks include:
• Calculating costs of damage from a potential breach of the Wake Forest Reservoir, using the standard BCA
methods of calculating damages, including Building Replacement Value
• Performing a limited analysis of the breach model developed by FNI as part of our previous study for the Town
that identified the dam as not meeting current Dam Safety standards
• Providing the GIS work necessary to inventory number of homes at risk, assumed finished floor elevations, roads
and culverts at risk
• Revising the Opinion of Probable Construction Cost (OPCC) for the dam to reflect current construction costs
• Providing a brief writeup of potential environmental impacts of the proposed work along with identification of
permits that will be needed to conduct the work
• Providing assistance to the Town to help them complete the narrative portion of the BCA
Application for FEMA BRIC Funding for the Bayou Din Detention Basin
Project Jefferson County Drainage District
No. 6 Areas within the Bayou Din watershed have experienced extensive, widespread flooding numerous times
within recent years. The flooding is attributed to several unnamed storms, and notably Hurricane Harvey in 2017 and
Tropical Storm Imelda in 2019. These flooding events resulted in damages to real and personal property. Submerged
roads prevented motorists and emergency responders from moving freely, presenting an immediate threat to public
health and safety. Residential, commercial and industrial areas throughout the region were inaccessible for prolonged
periods as floodwaters receded.
The Bayou Din Detention Basin Project will implement regional stormwater management infrastructure to mitigate
the risk of flooding in areas of Fannett, Texas identified as Green Acres, Cheek, Winzer Road area, Bayou Din Drive
area, Grand Oak Estates and adjacent communities. The project will also mitigate flood risk to vital industrial facilities
within the watershed, such as the Goodyear Tire and Rubber plant.
FEMA developed technical evaluation criteria to score and prioritize BRIC applications submitted for consideration.
Generally, for the project application to be competitive, it must demonstrate mitigation of natural hazard risk to
critical physical infrastructure and community lifelines that enable continuous operation of government and business
functions essential to human health and safety. FNI developed a regional flood risk reduction project including
channel conveyance improvements and detention storage to benefit approximately 5,000 residences. The proposed
project reduced total damages from flooding in the region by 50% for the more frequent 10-year rainfall event, as well
as the less frequent, more severe 100-year storm.
January 12, 2023 11
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Disaster Recovery Program Harris County Flood Control District
FNI served as an extension of Harris County Flood Control District's (HCFCD) engineering and environmental staff
to manage their federally -funded Disaster Recovery Program, providing county -wide on -call program management
services over a multiyear period. Services included preliminary damage assessments, GIS data management, work
plan development, grant and funding procurement services and construction management and inspection services.
Disaster Assessment Support
The Disaster Recovery Program
responded to infrastructure
damages sustained during the
April 2016 Tax Day storm event,
Hurricane Harvey in 2017 and
Tropical Storm Imelda in 2019.
Damage assessments focused
primarily on HCFCD channel
infrastructure, including 1,500
channolc t 0 t a 1; ng 7 55(1(1 miloc in
length and across 22 watersheds
totaling over 1,700 square miles.
HCFCD initially engaged FNI as a program manager to respond to the infrastructure damages sustained by the
April 2016 Tax Day storm event in Southeast Texas. The Tax Day storm delivered nearly 18 inches of rainfall over six
watersheds in western and northwestern Harris County in a 24-hour period and was declared a federal flood disaster.
Utilizing a combination of high -resolution aerial imagery and field teams recording on -site conditions, FNI estimated
the total repair cost for damages subject to federal reimbursement in excess of $30 million.
While in the process of assisting HCFCD to address the Tax Day storm damage, Harris County was subjected to
Hurricane Harvey in 2017 and Tropical Storm Imelda in 2019. Hurricane Harvey delivered approx. 47 inches of rainfall
over the period from August 24 through 30 and was declared a federal flood disaster. FNI continued to work diligently
with HCFCD to adapt the Disaster Recovery Program in response to Hurricane Harvey and Tropical Storm Imelda. FNI
staff mobilized immediately to assist with recovery efforts, assess field damage, and coordinate with federal and state
agencies in pursuit of funding reimbursement for recovery efforts. Our program management team documented the
majority of damages sustained by Hurricane Harvey in approximately six weeks, estimating infrastructure damages in
excess of $100 million.
Infrastructure Support
FNI developed preliminary scopes and cost estimates for repair of damages. Projects were categorized based on
emergency repair designs for critical damage, design and construction to restore infrastructure to pre -disaster
condition and development of hazard mitigation measures to alleviate impacts from future extreme storm events.
FNI assisted with the coordination of multiple state and federal agencies, including Natural Resources Conservation
Service (NRCS), FEMA, and US Army Corps of Engineers (USACE). FNI supported HCFCD in the procurement and
management of multiple design consultants to develop construction documents. FNI also augmented HCFCD staff
resources by providing construction phase engineering services, and construction management and inspection
services.
Funding Support
FNI provided technical support to HCFCD and Stuart Consulting Group for the preparation of FEMA Hazard Mitigation
Grant Program and Public Assistance and HUD CDBG-DR and CDBG-MIT applications for funding assistance. FNI
focused on developing flood mitigation strategies aimed at reducing existing flood risk and promoting resiliency while
also incorporating nature -based solutions, including multi -use flood control facilities, stormwater quality features and
recreational benefits. FNI assisted with the preparation of grant applications within the Addicks Reservoir, Armand
Bayou, Brays Bayou, Cypress Creek, Greens Bayou, Halls Bayou, Sims Bayou and White Oak Bayou watersheds.
January 12, 2023 12
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services FININNICHOLE
Master Drainage Plan Experts
FNI and FTN have assisted many public clients with all aspects of successfully implementing their drainage programs.
This includes drainage system inventory and mapping; citywide, basin and localized planning; and developing
concepts for innovative and highly effective flood/erosion mitigation projects that many times also provided
water quality benefits and served as community amenities. The FNI/FTN team consists of professionals who work
predominately on drainage and flood mitigation projects for public clients and regional authorities. Our team is
accomplished in utilizing the latest modeling software, helping municipalities make educated and informed decisions
to maximize the value of their construction dollars. Our experienced staff will provide constructible, sustainable
alternatives that optimize the City's budget for construction, and operations and maintenance (0&M).
Highly complex urban stormwater issues often require advanced
modeling and analysis, and we are fortunate that our toolbox keeps
growing with advances in technology. FNI/FTN has extensive experience
in the application of advanced modeling to stormwater needs, including
InfoWorks ICM, XP-SWMM, HEC-RAS Unsteady and HEC-RAS 2D. We are
intimately familiar with the unique modeling challenges posed by these
types of projects, including processing data on the front end to build the
models efficiently and utilizing custom scripts in GIS to process model
results. With highly experienced stormwater staff, our team members
routinely encounter unique modeling situations that require special
applications of H&H principles. We enjoy and welcome the challenges
created by these special situations and look forward to providing the City
with drainage services.
The key steps our team has successfully employed to deliver accurate,
relevant and highly usable master drainage plans for numerous
communities are outlined below. We will work with City staff to customize
this process, as needed, to properly structure our effort to deliver high
priority interim products, specifically the ability for the City to apply for
grant funding in Fall 2023 for the design and construction of high priority
flood mitigation projects.
Drainage Master Plan Process
Drainage Master Plan Discovery
Mary's Creek confluence with the Clear
Fork Floodplain, from the City of Fort Worth
Drainage Master Plan
Kickoff meeting: A kickoff meeting with the City will be held to introduce key team members and to review the
Project Management Plan, including the scope of work, schedule, budget, communications plan and milestone
deliverables. During this meeting, our team will facilitate discussion of several key items to define the City's
expectations, including identification of the highest priority drainage issues the City desires to mitigate through grant -
funded design and construction.
Data gathering: We will create a data request for the City, including: available topographic data; previous drainage
studies; as -built plans; CAD/ GIS information currently held by the City; historical records on past flooding and
drainage complaints; any existing H&H models and associated flood mapping efforts; information on any significant
plans for site development projects; zoning restrictions as they impact future impervious cover or priority areas
for green/LID measures; and the existing drainage criteria. Especially important for this project, given the goal of
submitting a grant application in Fall 2023, will be the identification of any existing modeling data that can be used to
expedite the development of conceptual mitigation alternatives without an extensive modeling effort.
• Field visits: Perform field visits with City staff to understand the nature and scale of the existing problems.
• Interviews: Conduct interviews with tenured City staff to identify additional projects for consideration.
• System inventory: Convert any existing system drawings from CAD or other formats to GIS.
January 12, 2023 13
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services FININAICHOLSFREEE
Field work: We will begin by identifying outfalls and then work our way upstream along each system, conducting
measure downs on storm drain manholes and inlets. We will record size and flowline information for each access
point, as well as pictures and visual condition assessments. We will also identify and assess other stormwater
features, such as culverts, bridges and channels. The accuracy of the data will require a discussion with the City
regarding the level of effort and desired outcomes. We can provide a range of data accuracy, varying from field survey
to handheld GPS to mobile data collections using iPhones. We would recommend using ArcGIS online, so that the
data can be collected in the field and quality control can be done in the office simultaneously, if desired. The end
product will be a comprehensive GIS database of the City's entire stormwater system. Our team will also be available
to provide training to the City on using the GIS database, as well as ongoing support as needed.
Identification of short term opportunities: During the field verification process, we will rely on our experience to flag
problem areas that need attention and incorporate information about those into the GIS data. These could consist
of pipes or culverts filled with debris, erosion in streams, areas of standing water or significant overgrowth, or major
deterioration of pipes or other structures.
Detailed Analyses and Development of Overall Drainage Model
• Determination of hydraulic modeling software to be used:
The FNI/FTN team has performed numerous studies for cities
across the nation using 1D/2D dynamic modeling with several
of the most advanced software applications commercially
available including XP-SWMM, PCSWMM, InfoWorks ICM,
HEC-RAS (1D and 2D), iCPR 4, EPA-SWMM and others. We will
recommend a specific platform to the City so that a decision
can be made on which system to employ. Whichever platform
is chosen, our team will develop a product that can be used
as desired to pursue any revisions to the FEMA floodplain
that may be indicated.
Stormwater Master Plan, City of Buda, Texas
• Model development: Once the modeling process and the priority focus areas have been agreed upon with
the City, collected model input data, such as culvert parameters, topographic and hydrologic data will be
incorporated into a base 1D/2D model. FNI/FTN will perform quality control assessments of the base model
inputs and computational methods. The model will then be validated against historical records, such as city -
recorded flood conditions, stream gauge data and other data available and then reviewed again internally
for quality control prior to presenting the model to the City. We will discuss the model with the City, and the
community if desired, to validate that the produced results represent their understanding of flood conditions
in the problem areas. Any comments or concerns from the City will be addressed prior to use of the model for
identification of conceptual flood mitigation alternatives.
• Identification of conceptual improvement alternatives: FNI/FTN will take the outcome of the model and
other data gathered and provide a report describing what appear to be the greatest public safety flood risks
in the City and outline what conceptual mitigation alternatives appear to be the most feasible and the best
candidates for a Fall 2023 grant application for design and construction funds. Any of these alternatives can
be developed into greater detail in any future effort that the City determines is appropriate.
January 12, 2023 14
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services FININNICHOLE
Specific Project Examples
�1!
07
#Af
# !
100
- #
Drainage Project Prioritization System City of Fort Worth, Texas
The City of Fort Worth developed its stormwater utility fee in 2006 and subsequently used the revenues to sell a
series of bond packages. These bond funds were spent to fund a backlog of capital improvement projects. Without
future rate increases, the utility has now reached its debt capacity, and the City is transitioning to a pay-as-you-go
system with a significant reduction in its annual budget for stormwater capital improvements. This funding reduction
has created a greater emphasis on how the City prioritizes its limited stormwater funds.
In response to this transition, FNI is assisting the City with the development of a prioritization system to guide
its stormwater planning team in selecting areas to study and mitigation alternatives to move into capital project
development. FNI developed a needs -based prioritization system in GIS to rank the City's 300 storm drain mapsheds
based on factors, such as structure flooding, road flooding, pipe capacity, infrastructure criticality and drainage
complaints. FNI utilized pairwise methodology for developing the prioritization system based on City priorities
identified in the Comprehensive Plan but tailored to the Stormwater Utility's mission. Then, FNI reviewed all the
stormwater studies developed by the City over the past 10 years and performed a data mining exercise to extract
critical performance metrics for each project that aligned with the City's priorities. This information was used to
develop a risk -based ranking of mitigation alternatives that can move forward to capital projects. The system was
documented in an Access database, which can be used by City staff moving forward to manage planning efforts.
More than 80 reports were reviewed to develop a list of more than 500 alternatives. These were filtered to 200 viable
alternatives, which were scored and ranked. The top 50 included further evaluation, including site visits, updated cost
estimates and project life -cycle assessments.
January 12, 2023 15
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services FININNICHOLE
Comprehensive State Flood
Plan Oklahoma Water
Resources Board
In 2020, the Oklahoma Legislature passed Senate
Bill 1269, which directed the development of
the first ever State Flood Plan by the Oklahoma
Water Resources Board (OWRB). The purpose
of the Flood Plan is to develop a comprehensive
list of flood mitigation strategies and projects,
provide improved resource management
between federal, state agencies, and local
communities and increase the state's community
and public awareness. The designated Flood Planning Watersheds are based on the primary river basins in the state.
FNI is leading this effort to develop the flood plan based on the 13 Flood Planning Watersheds. This is being
accomplished through five mains tasks.
• Engagement — The Flood Plan team contacted nearly 1,000 floodplain administrators, emergency managers
and flood professionals in the state to participate in webinars and surveys. We have also given multiple
presentations across the state to professional organizations such as the Oklahoma Floodplain Managers
Association (OFMA) etc. The compiled information on flood issues and flood mitigation projects will feed into
the flood risk reduction strategies, funding recommendations and legislative recommendations.
• Data Collection — The Flood Team is collecting the best available data from authoritative sources. This
includes developing a state-wide flood quilt (combination of flood risk maps) to define risk and a state-wide
building dataset (structures and population) to define consequence. The combination of the two along with
other factors will help to define hot spots within the State.
• Flood Risk Reduction Strategies — These strategies will be based on gathered Hazard Mitigation Plans,
Master Drainage Plans, Capital Improvement Plans and data gathered through engagement.
• Funding — Funding can often be a limitation to implementation of these projects and this task will look at
strategies to fund flood risk reduction strategies. This will likely include recommendations for potential new
programs that could help communities especially with finding match dollars for federal programs.
• Plan Development — The plan development will include an executive summary of the Flood Plan including
funding and legislative recommendations. It will also include an interactive dashboard displaying flood risk,
consequence, hot spots, gap closure evaluations and flood risk reduction strategies.
January 12, 2023 16
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Flood Risk Assessment
Oklahoma Water Resources
Board (OWRB)
FNI completed multiple projects funded
through the OWRB and the FEMA
Cooperating Technical Partner (CTP)
Program to promote and develop flood
control throughout the State. Services
included analyses and development
of flood hazard data, H&H modeling,
floodplain mapping, flood risk products
and flood risk outreach activities
to identify areas at risk for flooding and aid in prioritizing future mitigation efforts. FNI's scopes of work to date
include Phase One (Discovery) and Phase Two (Risk Identification and Assessment) projects located within multiple
watersheds.
FNI provided Phase One (Discovery) activities for Mapping Activity Statement (MAS) No. 19-2. We evaluated five
watersheds to support decreasing the long-term natural hazard risk to communities throughout the watersheds.
Phase One activities included project management, review of flood risk assessment products, discovery activities,
and community participation and engagement in the Discovery process. FNI evaluated the watersheds and the
communities within to determine what technical support or assistance the components available through a Flood
Risk Project may be appropriate in later phases. The project includes in -person opportunities to engage identified
communities, build risk awareness, increase capabilities for risk communication and stimulate mitigation action at
the local level. MetroQuest surveys, website and virtual meetings provided creative solutions to engage communities
within COVID-19 guidelines.
FNI performed Phase Two (Risk Identification and Assessment) activities for Lightning Creek located within the Lower
North Canadian Watershed in Oklahoma City. The study provided detailed H&H analysis of approximately 8.51 stream
miles and 14.16 square miles of drainage area. The study included 24 bridge/culvert structures with a diverse geometry
of channels. The HEC-HMS and HEC-RAS analysis included multiple storm events and produced floodplains, floodways
and other regulatory products. Since the last detailed study in 1982, the changes in development, land use, modeling
techniques and rainfall data all contributed to significant changes in the regulatory floodplains and floodway. Stream
flow rates more than doubled since the 1982 study, and the floodplain that was previously mapped inside the channel
extended far outside of the banks, inundating hundreds of new structures. These wider floodplains pushed the limits
of scoped traditional 1D steady flow modeling, so FNI also created 2D models to verify the accuracy of the 1D runoff
volumes and timing of peak flows. FNI also used the community's high-water marks and photos of known large storm
events combined with FNI's Rainfall Wrangler tool for model calibration and verification of known flooding events.
FNI also performed Phase Two (Risk Identification and Assessment) activities for Cooley Creek located within the Bird
Watershed in the City of Tulsa. The study provided detailed H&H analysis of approximately 7.8 stream miles of Cooley
Creek and its tributary. Scope of work included topographic data development, collection of field surveys, HEC-HMS
and HECRAS model development, floodplain mapping, development of flood risk products and flood risk outreach
activities. The project accounts for changes in land use development and updated floodplain mapping with the latest
H&H modeling software.
Community Engagement and Project Outreach
For all of the flood risk projects, FNI provided community engagement and project outreach support to create a
climate of understanding and ownership of the mapping process at state and local levels. Assistance included in -person
and virtual opportunities to engage communities, build risk awareness, increase capabilities for risk communication
and stimulate mitigation action. FNI worked with local officials and residents, local planners, floodplain administrators
(FPAs), elected officials, community leaders, local levee/dam/coastal leadership/business owners and others to
alleviate public controversy.
January 12, 2023 17
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services FININNICHOLE
Vensel and Cooley Creek Master Drainage Plans City of Tulsa
FNI is finalizing master drainage plans for the
Cooley Creek and Vensel Creek basins within
the City of Tulsa. The Cooley Creek and Vensel
Creek watersheds encompass approximately 6.5
and 6 square miles, respectively. Tasks include a
collection of field surveys, hydrologic (HEC-HMS)
and hydraulic data development (HEC- RAS/
SWMM) for existing and fully urbanized conditions,
floodplain mapping, flood hazard analysis, stream
erosion analysis, flood alternatives analysis, cost
estimates, and preparation and submission of a
Master Drainage Plan.
FNI created a GIS Interface for the City of Tulsa to
see our ongoing H&H efforts. The detailed H&H
analysis included:
• HEC-HMS Modeling
• HEC-RAS 1D Modeling
• HEC-RAS 2D Modeling
• Public Involvement
• Problem Area Identification
• Alternative Analysis
• Cost Estimation
• Floodplain Mapping
• Interactive GIS Viewer
The project also included updating the Floodplain and Floodways within the FEMA Special Flood Hazard Areas via the
FEMA/Cooperating Technical Partners Program.
Stormwater Master Plan City of
Terrell, Texas
FNI recently completed a comprehensive Stormwater
Master Plan for the City. The plan included an
assessment of the City's drainage criteria and
funding opportunities. A rain -on -mesh analysis was
performed to identify drainage concerns across the
City. In addition, detailed analyses were performed
of selected open channels, creeks and known severe
flooding areas.
FNI developed new HEC-HMS, HEC-RAS and InfoWorks
K. models of riverine and storm drain flooding
throughout the City. FNI used the models to determine flood risk, developed conceptual projects to mitigate the
risk and prioritized the projects. FNI also revised the Drainage Criteria section of the City's Technical Construction
Standards and Specifications, provided a funding assessment and justification for increases to the stormwater utility
fee, benchmarked Maintenance Practices across multiple peer cities and performed drainage impact analyses for two
high -profile projects in the City.
January 12, 2023 18
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services FININNICHOLE
Downtown Master Drainage Analysis City of Bentonville
In 2016, Bentonville requested FTN perform an in-depth analysis of
drainage issues in a portion of the downtown area. The area in question
had begun experiencing redevelopment, with small homes being replaced
with much larger structures. The City wanted to evaluate the potential
increase in runoff volumes for the area due to the increased impervious
area of each lot. Additionally, FTN evaluated the current stormwater system
to determine the level of service it was currently providing.
FTN worked with City staff, an aerial photogrammetry firm, and a local
surveying subcontractor to obtain detailed topographic and base map data
of the project area. This included a detailed survey of the subsurface storm
drainage network and ground truthing for the photogrammetry.
FTN developed a two-dimensional hydraulic model of the area analyzing both surface and subsurface drainage using
PCSWMM. This model incorporated rain -on -grid hydrologic modeling, which is a more accurate way to determine
runoff for an area compared to conventional methods that average input parameters over a watershed.
FTN proposed several solutions to address existing and future drainage problems, including surface and subsurface
detention, storm sewer capacity improvements, and regulation/ordinance revisions. FTN also worked with the City to
identify several parcels within the study area that had potential for use as detention basins, including limited analysis
of current value and identified areas where subsurface detention would be most beneficial.
FTN continues to work with the City of Bentonville to identify areas of potential drainage improvement and develop
recommendations to address the drainage infrastructure needs including potential detention, and storm sewer trunk
lines. FTN is also assisting the City with grant applications by developing conceptual plans and cost estimates, as well as
performing Benefit -Cost Analyses using the FEMA BCA Toolkit.
Linda Jo Place and Skyler Drive Drainage Improvement Analysis
City of Fayetteville
As part of the City of Fayetteville's efforts to solve local flooding concerns,
the City contracted with FTN to evaluate an existing flood -prone area in
the Middle Fork Hamestring Creek Watershed by performing analyses
to determine the current drainage system's conveyance capabilities and
to develop conceptual level drainage scenarios for reducing the flooding
issues. FTN evaluated if existing bridge/culvert structures needed to be
replaced and assisted the City with regulatory floodplain issues.
As part of this analysis, FTN gathered existing sources of data, including
topographic data and subsurface stormwater network data, and worked
with City staff to obtain as -built data for the project area.
FTN developed a 2D H&H model of the area analyzing both surface and sub -surface flow and drainage using PCSWMM,
a program that links a 2D surface water model to EPA's widely -used SWMM (Storm Water Management Model). This
model incorporated rain -on -grid hydrologic modeling - a potentially more accurate way to determine runoff from an
area compared to conventional methods that average input parameters over an entire subwatershed.
FTN examined several solutions to address existing and future drainage problems, including surface detention, bridge/
culvert structure replacements. and storm sewer capacity improvements. The detention scenario included retrofitting
two existing ponds to become inline storage for the Middle Fork Hamestring Creek. Floodplains for the different
alternatives modeled were compared.
January 12, 2023 19
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F01111MICHOLE
Whittington Creek Detention Feasibility Analysis City of Hot Springs
The City of Hot Springs has historically experienced significant flooding
events in the downtown area. Stormwater from the National Park area
upstream is routed through an old undersized tunnel system that runs
beneath Historic Downtown Hot Springs, along Bathhouse Row. Two
branches of the tunnel system collect flow from Hot Springs Creek and
Whittington Creek before merging at the intersection of Central Avenue,
Park Avenue, and Whittington Avenue.
The City of Hot Springs partnered with FTN to explore the feasibility of
constructing a detention pond upstream of the Whittington Creek entrance
to the downtown tunnel system. This feasibility analysis was funded
through an Advanced Assistance Grant administered by West Central
Arkansas Planning and Development District (WCAPDD).
FTN worked with survey and geotechnical subcontractors to acquire more detailed information regarding the project
site. Survey data was used for model refinement and conceptual pond layout and grading. Geotechnical information
provided estimates of maximum feasible depth of detention facilities. FTN developed a detailed hydrologic model to a
point just downstream of the outfall of the tunnel system. This model allowed analysis of peak flow hydrographs at key
confluences to determine where detention would be most effectively located and what effect the available volume of
detention might have on reducing peak for the entire watershed, flows downstream.
Based on the detailed topographic information and hydrologic model, FTN developed a 2D hydraulic model of the area,
analyzing both surface and subsurface flow and drainage using PCSWMM. This model incorporated inflow hydrographs
from the detailed hydrologic model for Whittington Creek, Hot Springs Creek, and several tributaries, that were then
routed through the combined drainage model. FTN determined that, while not a complete solution to the flooding
issues downtown, a detention pond could work together with other improvements to provide a level of relief. Also,
FTN worked with the City and WCAPDD to prepare information required to submit for an HMGP construction grant for
the project.
PHASE II
Development and Design of Innovative Hazard Mitigation Projects
The FNI/FTN team of professionals collectively have decades of experience taking conceptual flood mitigation
alternatives developed through H&H modeling, and turning them into effective, innovative, and constructible projects
through high quality and thorough design work. Designs for drainage projects can be especially complex due to
the need to adequately assess and account for many difficult to detect factors such as: location and alignment of
underground utilities, soil types and rock formations that may be encountered, and groundwater depths and impacts.
Additionally, drainage projects frequently involve wetlands and flood plain permitting requirements. Our team is
thoroughly versed and seasoned in the methods and processes for minimizing the risk that any of these things will
result in significant project delays or cost increases. In short, we have a track record of proven success in bringing
ideas into reality to protect people and property from the hazards posed by severe flooding.
Flood Management Design
Flood management design often includes bridges, culverts, channels and other drainage infrastructure, such as lift
stations. We have a wide variety of experience in these areas and understand the comprehensive approach required
for a successful project. For bridges and culvert design, we begin with a hydraulic analysis to establish the basic
parameters of the project and the improvements required to meet the design criteria. Our goal with every drainage
project is to maintain no adverse impact, both upstream and downstream. We will evaluate downstream tailwater
conditions, outlet velocities, and erosion/scour potential to determine the optimum solution for each location. Often
times channel grading is required adjacent to the bridge/culvert crossing to transition to the natural channel section.
January 12, 2023 20
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services rMINAICHOLSFREEE
We also work closely with our roadway design team to understand the plan and profile constraints of the roadway
and to develop a comprehensive project that meets the City's objectives.
Storm Drain Design
Our team has extensive experience with studying existing storm drain systems and providing solutions to reducing
flooding in high risk areas. Typically improvements require increasing the capacity of the main lines while minimizing
other utility relocations. We know how to work within confined urban settings and will use our prior experience to
efficiently place main truck lines, laterals and inlets to minimize conflicts. Additionally, our team has computational
fluid dynamics (CFD) capabilities in-house and has recently used this technology to analyze the hydraulics of specific
design features on projects. This capability is useful when analysis complex existing storm drain systems or systems
that have been modified over their lifespan.
Specific Project Examples
Central Arlington Heights Drainage Improvements (Ashland/Western
Construction Projects Fort Worth, Texas
FNI provided design services for incremental underground detention improvements
for two locations within Central Arlington Heights residential neighborhood. The
Ashland Avenue project consisted of 300 LF of dual 12-foot-wide box culverts. The
Western Avenue project was similar and included approximately 1,100 LF of box
culverts for underground detention, ranging in size from dual 7-foot-wide box culverts
to triple 10-foot-wide box culverts. It also included design of a surface detention
pond, including landscaping amenities. Services provided include storm drain design,
subsurface and surface detention design, construction documents, transportation
design and traffic control, H&H modeling (InfoWorks SD and ICM), coordination of survey and geotechnical
analysis, data collection, utility coordination and design, stakeholder meetings, cost estimating, bid phase services,
construction phase services, project management and 3D renderings.
Eastern Arlington Heights Drainage Improvements Fort Worth, Texas
FNI was responsible for a holistic master plan for the watershed to fully assess
necessary drainage improvements and subsequent box culvert designs. After
developing an Innovyze ICM 2D model of the existing drainage system, FNI evaluated
pipe and detention alternatives throughout the watershed. The team was able to
leverage cost information from experience in adjacent watersheds to accurately
estimate final construction cost from the early planning phases. After fast -tracking
existing conditions and alternatives analysis, the design was developed quickly and
consisted of 1,700 LF of 11-by-6-foot reinforced box culvert and several large special
junction, inlet structures, and full utility and pavement replacement along congested residential streets.
Upper PEC-4 Drainage Design and Improvements Denton, Texas
FNI designed drainage improvements to alleviate flooding along the Stream PEC-4
open channel by designing a closed pipe system. FNI managed all design aspects
to confirm the City's success factors were achieved. Improvements included
approximately 2,700 LF of reinforced concrete box, 2,300 LF of waterline relocation
and lowering, and 1,700 LF of sanitary sewer line relocation and adjustment, along
with pavement repair. FNI also developed an XP-SWMM 2D model of the 100-acre
project area, which following construction, will be used to develop a Letter of Map
Revision (LOMR) to revise the floodplain and open up land for development.
January 12, 2023 21
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services FININNICHOLE
Lower Delaware Creek Improvements and Brockbank Channel
Improvements Phase 2 City of Irving
The Lower Delaware Creek and Brockbank Channel Phase 2 project was
the third project from the Delaware Creek Watershed Drainage Master
Plan to be implemented. These two projects come to a confluence near
the downstream end of the full improvements contemplated for this
watershed. The project improved the channel capacity to the 100-year
design frequency using a variety of wall types and included several
technical challenges. Brockbank Channel, within this project limit, is
narrow with constraining easements and high banks over 15 feet above
the proposed flowline. The hydraulics were reevaluated from the Master
Plan using alternate methods in order to better represent the supercritical
flow regime and minimize the footprint of the channel. It was decided to
construct the shorter portions of the channel with modular blocks and the
taller portions with concrete stem walls. A new 8-inch sewer was installed beneath a portion of the channel to replace
a shallow sewer crossing of the existing channel and an access ramp was designed to allow access to the line. Lower
Delaware Creek is a large channel approximately 60 feet in width. Due to limited easement on one side of the channel
the original Master Plan was not viable without significant property disruption. FNI developed several alternative
wall designs requiring different footprints, channel alignments, and property disruptions. To address requests from
residents to minimize tree removal, FNI develop an innovative soil nail wall alternative for a portion of the channel
that saved more than 60 trees. The soil nail walls on Lower Delaware Creek and stem walls on Brockbank Channel
were designed to provide the same visual aesthetics as the modular blocks walls used throughout the remainder of
the project limits. Several public meetings were held to discuss various iterations of the projects including structured
round table discussions to allow all residents to voice their opinions on the designs.
Upper Delaware Creek Improvements City of Irving
The Upper Delaware Creek project is the fourth project from the
Delaware Creek Watershed Drainage Master Plan to be implemented
and is the most significant in scope. This project consists of improving
the full project limits to a 100-year capacity by deepening the channel
using modular block walls. The channel is crossed by several roadway
bridges and pedestrian bridges which were special designed to span the
entire channel and to have similar visual appearance to others in the area
and across the city. Some portions of the channel are within congested
corridors and FNI assisted the City in negotiating for the removal of
private features in order to implement the project. FNI designed a 36-
inch to 42-inch wastewater interceptor located beneath the channel
in accordance with the wastewater master plan that will replace aging
parallel lines located in resident's backyards. The interceptor design included several trenchless sections to clear
roads and parks including a 340 foot bore beneath SH-183. Seventeen water and wastewater crossings were also
designed by FNI to clear the deepened channels. FNI met with the City's Parks staff to present several options
for improvements to a pond and spillway and gather consensus on the approach. Several unique elements were
addressed to add aesthetic appeal and add park features that are compatible with the drainage infrastructure. Several
public meetings were held throughout the design period to inform the public and gather feedback on the project. FNI
also met with several property owners individually to coordinate the improvements on their property.
January 12, 2023 22
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services
918111 FREESE
INICHOLS
��2U
2023 2024Phase
I Drainage Master Plan & Grant Writing Services
------
Modeling for overall DMP
Identify and rank other conceptual alternatives
----I--I-I----I-I-I----
Final plan/report development
--------I--
---I----
Phase 2 Project Design
Grant selection
--------------
I -I ----
Grant Award
---------------
ProjectI----
-
------I--------I-I-
**NOTE: The schedule above assumes:
1) The City can quickly identify its top candidate for a grant application and already has some modeling work done that can be used to develop a mitigation alternative.
2) The project selected does not have complex permitting requirements, such as wetlands, environmental, floodplain or cultural resources.
January 12, 2023 23
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services rMIN NICHO E
Project Management Approach
The goal of our team is to function as an extension of the
City's organization to achieve the goals of the project. This
means including the City on all critical decisions and, above
all else, avoiding surprises through the course of completing
the project. We achieve this through accessibility of our
staff, responsiveness to City staff and by incorporating City
comments into the project.
Interaction and Coordination
Our team recommends monthly meetings with the
City's Project Manager and key members of the
project team to discuss progress and any action
items that need to be resolved. They are an effective
tool to keep everyone informed, to brainstorm
alternatives and keep the project moving forward.
Most of our key team -members are Arkansas/
Oklahoma -based and are available to meet in
person on short notice. This level of responsiveness
is important to a collaborative and successful
project.
In addition to periodic meetings, email, online
collaboration and phone calls, a monthly summary
report will be submitted to the City. These reports
employ a standard form on which we report tasks
completed in the previous work cycle, upcoming
tasks and anticipated work for the next month,
project milestone delivery dates and an area to list
any issues that need to be resolved/action items.
• FNI will utilize our subconsultant, Bates and
Associates, Inc. for survey work associated with the
mapping of the existing drainage system.
Task -Level Project Scheduling
• The FNI/FTN team understands that in addition
to high -quality work products, the City expects
adherence to the project schedule. At the beginning
of the project, we will provide a schedule to meet
your needs and monitor it over time to track the
actual progress of the work. FNI has a strong
track record of meeting project schedules and is
committed to delivering this project on time for
Fayetteville.
January 12, 2023 24
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Project and Quality Management Plan
The "D" in FNI's LEADS values stands for "Deliver Quality." This value is foundational to our company culture and
informs our comprehensive approach to Project Management (PM) and Quality Management (QM). Multiple
components work together to foster a culture of excellence and elevate our overall quality of service. This focus
extends beyond a specific project and reinforces our efforts to build trusted -advisor relationships with our clients.
q
x-
Contract Review
Scope and fee
refined to affirm
client expectations.
Notice to
Proceed
FNI's leadership is engaged
and tuned in to
client needs. Works Q
closely with Project
Manager to
confirm delivery of
a quality product.
Deliverable
Submitted to Client
1
Client
Review
Client reviews and
provides comments.
1
FNI Response CA
FNI team responds
to client comments,
verifying how each
will be addressed. y
•
FNI Team ��;
Kickoff
Project team meets and
reviews quality
control (QC) and
quality assurance
(CIA) plans.
Senior Advisor helps
(4
to refine the overall plan, reviews
project's technical aspects and
assists in keeping project on course.
FNI Team
Internal Check x
Team verifies all x
QC comments are
addressed.
Deliverable Revised
As Needed
Ongoing PM Tasks
Project Kickoff
Client and FNI
team discuss PM/
QM processes and
firm commitment.
FNI Project Manager develops
client -driven, task -level schedule
and communications and QC plans.
FNI Team QC Review
Experienced QC reviewers
follow a system of checklists
and use their expertise to
review deliverables
y
4r.... * $
Deliverable
/Development
C
FNI and subconsultant
deliverables are combined
and recommend ( and reviewed by FNI
\o
any necessary
revisions.
• Managing schedule and budget
• Adapting deliverables to address
developing project requirements
• Confirming team is meeting contract
requirements and client expectations
• Preparing client communications on:
• Recent progress • Action items
• Potential issues • Next steps
• Schedule status
Comments 019.
Distributed
Comments become
part of QC checklist for
next deliverable.
Ak
W
On -Going Support LU
FNI offers on -going client support
services, including planning, design,
funding assistance, construction
management and environmental/
regulatory support, among others.
Continuing Improvement
Survey is sent to client to assess
project performance and quality of
service. Helps to identify paths of
continuous improvement. Lessons
learned are shared, and standards
and processes updated accordingly.
Protect Manager.
FNI's Lead Technical
Professionals (LTPs) and
Technical Excellence Program
(TEP) reinforce project
quality and help identify
opportunities for innovation.
Return to Deliverable
Development
Quality Assurance E;
FNI's QA reviewer periodically
performs checks to
verify quality and
client service
standards are met.
i
Firm owners lead internal
review committees, keeping
a close watch on resource
allocations to meet client
Deliver Final
expectations.
� Project
January 12, 2023 25
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
25 years
Education
BS, Civil Engineering, Texas
A&M University
Registration
Professional Engineer, AR
#20841
Professional Affiliations
American Society of Civil
Engineers, Member
American Water Works
Association, Member
Underground Construction
Technology Association,
Member
Alan Hutson, PE, ENV SP Principal -in -Charge
Alan Hutson is an FNI Vice President/Principal and the firm's Central Plains Division
Manager. Alan has designed and/or managed more than $800 million in conveyance
projects, including intake pump stations, stormwater pump stations, pipeline
condition assessment, distribution piping systems and large transmission pipelines
ranging from 24 to 108 inches. He is a leader in the development of the Envision
program for sustainable infrastructure design practices. As Principal -in -Charge, Alan
has the responsibility to execute contracts, verify competent staff are committed to
the project and confirm the quality control plan is sufficient and being followed by
the team.
Clean Watershed Needs Survey Oklahoma Water Resources Board Principal -
in -Charge I FNI conducted a hybrid survey for wastewater collection and treatment
infrastructure that will fulfill the needs of the 2025 Oklahoma Comprehensive
Water Plan and the congressionally mandated Clean Watersheds Needs Survey as
determined by the EPA.
Dam 3 Flood Control Improvements City of Sugar Land, TX Client
Representative FNI performed a H&H analysis to determine improvements needed
to meet TCEQ-mandated flood control improvements. FNI updated existing hydraulic
models to capture changes to Oyster Creek system and developed two alternatives
to improve Dam 3. Through coordination with the City of Sugar Land and the Gulf
Coast Water Authority, FNI designed the improvements necessary to safely pass the
Probable Maximum Flood.
Chimneystone Drainage Improvements City of Sugar Land, TX Principal -in -
Charge I FNI provided design implementation and cost estimation services for the
construction of storm sewer improvements in the Austin Park subdivision. FNI also
designing approximately 5,000 LF of new flood control channel along the eastern
boundary of the subdivision from Austin Parkway to just south of Highway 6.
Houston FEMA Disaster Program I City of Houston, TX I Project Team I FNI
provided modeling, alternatives evaluation, preliminary and budget -level design of
the City's FEMA flood mitigation proposal. FNI coordinated a team of ten engineering
firms to develop wastewater collection and treatment system mitigation alternatives
and preliminary designs for facilities across the east side service area. Over a nine -
month period, the team developed system master plans, collection and wastewater
treatment plant improvement plans, five preliminary engineering reports and
additional engineering design to support six independent cost estimates.
Flood Protection Improvements at Surface Water Treatment Plant and
Lawson's Pump Station I City of Beaumont, TX I Principal -in -Charge I FNI
provided design and construction phase services for flood protection improvements.
The improvements will be broken into several projects to align with funding by FEMA
or other sources. The projects include flood protection improvements at the SWTP
electrical building, a chemical storage tank capacity expansion, chemical system
improvements, enhanced flood protection at Lawson's Pump Station, a condition
assessment of the Pine Street SWTP and Loeb Groundwater Facility, and project
prioritization and technical support for FEMA funding assistance.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
37 years
Education
MS, Financial Management,
Naval Postgraduate School
BS, Civil Engineering, Texas
A&M University
Registration
Professional Engineer, AR
#21485
*Experience prior to joining FNI
Greg Simmons, PE, CFM Project Manager
Greg Simmons' engineering and infrastructure management experience includes
leading municipal and military organizations that operated and maintained building
and infrastructure systems (roads, water/sewer and drainage), managing design
and construction projects, and developing strategic asset management plans. In
the course of his career, Greg has worked as a project manager, program manager
and the developer and leader of the overall strategic plans for various facility/
infrastructure management organizations. Greg led the initiation and growth
of the City of Fort Worth's Stormwater Management Program (SWMP) for 16
years, optimizing the $50 million in annual stormwater utility fee revenue for the
maintenance and repair of the City's drainage system, expansion and rehabilitation
of the system via revenue bond -funded capital projects, operation/maintenance/
expansion of the City's flood warning system, and review of private development
projects for compliance with City drainage standards.
Citywide Master Drainage Plan I City of El Reno, OK I Senior Advisor I FNI
is providing a Citywide Master Drainage Plan which includes the H&H analysis of
identified unstudied (FEMA Zone A) open channel streams within the city limits and
ETJ.
East 116th Street North and Mingo Drainage Study I City of Owasso, OK
Senior Advisor I FNI is analyzing potential impacts of proposed excavation and
the placement of fill along a portion of Ranch Creek and investigating detention
alternatives to mitigate known flooding concerns for the ongoing roadway widening
project of E. 116th Street North. Mitigation measures will be incorporated into the
earthwork and hydraulic analysis for this project.
Engineering Design Criteria and Green Stormwater Infrastructure Updates
City of Norman, OK I Staff Team I FNI is updating the City's Engineering Design
Criteria (EDC) and Standard Specifications and Construction Drawings for Streets,
Storm Drainage, Water Lines and Sanitary Sewers (Standard Specifications). FNI is
also adding Green Stormwater Infrastructure (GSI) Criteria with quality measures
and development best management practices to meet City requirements while
identifying any potential conflicts or revisions to other related code documents.
10-Year Stormwater Master Plan* I City of Fort Worth, TX I Executive Leader
In 2016, 10 years after the initiation of the City's SWMP, the program went
through an exhaustive review to assess the current state, identify the top drainage
challenges, and develop a fully informed, well -prioritized road map to guide the
next 10 years of operations. The process took almost two years from initiation
to City Council adoption and involved robust stakeholder engagement, intensive
benchmarking with similar municipal SWMPs, review of resource allocation
compared to priorities, and the articulation and prioritization of 13 key strategic
initiatives. Greg served as the overall leader of the initiative resulting in a plan was
clear, relevant, and consistent with the broader goals of the community as a whole.
Capital Improvement Program* I City of Fort Worth, TX I Executive Leader
Supported by the issuance of $100 million in revenue bonds and $40-$50 million in
pay-as-you-go funding, the SWMP's FY 21-25 CIP is the most aggressive investment
in mitigating critical drainage hazards in the City's history. Using the prioritization
tools, and a variety of ranking criteria, Greg oversaw the process of allocating capital
resources amongst the various categories, consistent with priorities and project
feasibility.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
21 years
Education
BS, Hydrology and Water
Resources, Tarleton State
University
Registration+
Professional Engineer, OK
#31799
Certified Floodplain Manager
#0608-04N
Professional Affiliations
American Society of Civil
Engineers
Environmental and Water
Resources Institute - Dallas
Chapter President
Texas Floodplain
Management Association
Society of American Military
Engineers
`Currently not registered in AR
Jim Keith, PE+ CFM Quality Control
James (Jim) Keith is an FNI Principal with more than two decades of technical and
managerial experience in water resources planning and design projects, including
flood risk management, dam and levee evaluation, and flood warning systems.
Experienced in project management, business development, and recognized as a
subject matter expert in his field, Jim has a proven track record of listening to his
clients and successfully delivering efficient solutions on complex projects.
Farmers Branch Flood Risk Update I City of Farmers Branch I Senior Advisor
FNI performed a detailed H&H analysis for the Farmers Branch Creek, which
was completed in July 2018 and resulted in a CIP plan that included both flood
risk reduction and erosion control projects. Shortly after the study's completion,
multiple channel dam failures were reported along Farmers Branch Creek. FNI
performed an emergency risk assessment and provided short-term stabilization
solutions to mitigate erosion -related risks. The City is pursuing long-term integrated
solutions with the altered hydraulic conditions. As part of this effort, FNI performed
a reevaluation of flood risks along this segment of Farmers Branch Creek.
Regional Flood Studies - Central Region I Texas General Land Office I
Senior Advisor I FNI lead a four-year, $25-million flood planning effort to assist
20 Hurricane Harvey —impacted counties and municipalities in the Brazos River,
San Jacinto River and Galveston Bay areas (referred to as the Central Region). FNI
identified and funding options for flood risk reduction strategies and mitigation
projects that may reduce disaster suffering and increase community resiliency.
Lower Clear Creek and Dickinson Bayou Watershed Study I City of League
City I Assistant Project Manager I FNI lead a comprehensive flood mitigation plan
for the Lower Clear Creek and Dickinson Bayou Watersheds to mitigate widespread
flooding. The study focused on improving each channel's main channel conveyance
by channel improvement, large regional detention and/or bypass channels
(potentially including large tunnels).
Standard Operations and Risk MAP Production I Federal Emergency
Management Agency I Senior Advisor I As a member of the Advancing Resiliency
in Communities team, FNI provided production and technical services in support of
FEMA's Risk Mapping, Assessment and Planning (MAP) Program. Services included
generating and evaluating flood hazard and risk information and support for the
development and implementation of mitigation, planning, flood mapping and
modeling activities for Zone 1 for FEMA's Risk MAP Program.
Environmental Services I Coastal Protection and Restoration Authority, LA
I Senior Advisor I FNI provided H&H modeling to improve emergency response
and post -disaster recovery through Dynamic Flood Inundation Mapping (DFIM) of
compound flooding for the Coastal Protection and Restoration Authority (CPRA) of
Louisiana. The updated model provides information on timing, duration and extent
of flooding and includes provisions to address the uncertainties in flood inundation
forecasting throughout the Lake Pontchartrain/Lake Maurepas watershed.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services rMIN NICHO E
Experience
12 years
Education
MA, Executive Development
for the Public Sector, Ball
State University
MA, Adult and Community
Education, Ball State
University
BS, Psychology/Disaster
Management, Northwest
Missouri State University
Professional Affiliations
Disaster Resilience
Network —Board Member,
2018-Present
National Emergency
Management Association
National Hazard Mitigation
Association —Vice
President, Board Member,
2019-Present
Oklahoma Emergency
Management Association
Oklahoma Floodplain
Management Association —
Mitigation Vice Chair,
2019-Present
*Experience prior to joining FNI
Annie Vest Grant Services
Annie Vest is a nationally known subject matter expert in the field of hazard
mitigation and disaster risk reduction. Annie is the former State Hazard Mitigation
Officer (SHMO) for Oklahoma. She has extensive, real -world experience in hazard
mitigation, both pre- and post -disaster, and emergency management. During her
time as SHMO, Annie was directly responsible for $130 million in HMA funds, and
the review and approval of Local Hazard Mitigation Plans. In 2016, she received
the FEMA Region VI Regional Administrators Award for her work on streamlining
Hazard Mitigation and Hazard Mitigation Planning throughout the region. She
conducted the FEMA G318 Local Hazard Mitigation Planning workshop throughout
Oklahoma on several occasions. Annie was a key contributing member of the first
formal FEMA Region VI Regional Advisory Council subcommittee for Mitigation
Planning where she assisted in the development of streamlined planning tools now
being used throughout FEMA Region VI. Annie is the Vice President of the National
Hazard Mitigation Association. She currently serves as a Subject Matter Expert for
the Department of Homeland Security CISA, Resilient Investment Planning and
Development Working Group.
Resilient Infrastructure HMGP Application* I Tulsa County I Grant Project
Manager I Annie developed a $7.2 million HMGP Application, submitted for
funding under FEMA DR-4575 and pending award. The scope of work includes
raising Garnett Road from 91st St. to 101st including the portions of 101st St. that
are below 1% (100-year) frequency storm water surface elevations. Application
development included writing scope of work narratives, coordinating NEPA and
NHPA clearance, coordinating Benefit Cost Analysis, and coordination with state
Emergency Management and FEMA Region VI.
Wilshire Road Project Scoping BRIC Application* I Oklahoma County I Grant
Project Manager I Annie developed a $450,000 BRIC application for Project
Scoping. Scope of work includes H&H Modeling and development of full plan sets,
along with BCA and 404 permitting.
FEMA HMGP Application: City of Hondo Master Drainage Plan I HMGP
Application
City of Hondo Water Storage Tank Project Scoping I HMGP Application
2022 City of Denton Community Rating System Support
Wake Forest Dam Rehabilitation Benefit Cost Analysis I FY21 L-Pre-Disaster
Mitigation
Muskogee County Flood Mitigation Advance Assistance I HMGP
Application*
Oklahoma County Wilshire Road Flood Mitigation Project Scoping I FY21
BRIC Application*
City of Tulsa Fulton Creek Urban Heat and Flood Resilience Project I FY21
BRIC Application*
Tulsa County 101 st and Garnett Road Elevation I FY20 BRIC Application*
City of Norman Vineyards Detention Pond I HMGP Application*
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
13 years
Education
MA, Interprofessional
Human and Health Services
Administration, The
University of Oklahoma
BS, Political Science,
Oklahoma City University
Registration
ICS for Single Resources and
Initial Action Incidents (ICS-
200)
Incident Command Systems
(ICS-100)
National Incident
Management Systems
(NIMS), An Introduction (ICS-
700)
National Response
Framework, An Introduction
(ICS-800)
Professional Affiliations
National Hazard Mitigation
Association
Oklahoma Emergency
Management Association
Oklahoma Floodplain
Management Association
*Experience prior to joining FNI
Jonah Vasquez Grant Services
Jonah Vasquez is a Hazard Mitigation/Disaster Planner in FNI's Oklahoma City
office. He is experienced in coordinating with state, local, and federal entities for
timely project delivery. With over a decade of project management experience,
Jonah has helped manage several notable hazard mitigation planning projects for
municipalities. These projects have included the Hazard Mitigation Plan Update for
the City of Ponca City, in which the scope emphasized helping the jurisdiction gain
additional points under the Community Rating System, and the Muscogee (Creek)
Nation Hazard Mitigation Plan which took an innovative approach to identifying
hazards and providing meaningful mitigation actions to help the tribal government
that spans across 13 counties leverage funding for needed solutions. During these
planning projects, Jonah helped facilitate stakeholder meetings, coordinated with
internal and external partners for a comprehensive planning process, and ensured
prompt planning project delivery to local jurisdictions that resulted in FEMA-
approved and locally adopted Hazard Mitigation Plans.
Clean Watershed Needs Survey i Oklahoma Water Resources Board i Staff
Team I FNI is conducting a hybrid survey for wastewater collection and treatment
infrastructure that will fulfill the needs of the 2025 Oklahoma Comprehensive
Water Plan and the congressionally mandated Clean Watersheds Needs Survey as
determined by the EPA.
MAS 21-2 Discovery and MAS 21-5 Medicine Creek i Oklahoma Water
Resources Board i Staff Team I FNI is providing professional engineering services
for the Cooperating Technical Partner Program with FEMA to create and maintain
up-to-date flood hazard data for the areas served by the Oklahoma Water Resources
Board.
Flood Plan I Oklahoma Water Resources Board I Staff Team I FNI is developing
a Comprehensive State Flood Plan that will provide a platform that is updatable,
lead to a more resilient Oklahoma, identify gaps and integrate with Comprehensive
Water Plan where feasible
Hazard Mitigation Plan I City of Stigler OK i Staff Team i FNI is updating the
City's Hazard Mitigation Plan to meet the FEMA Local Mitigation Planning Policy
Guide requirements to become eligible for FEMA Hazard Mitigation Assistance
funds.
Hazard Mitigation Grant Program Application and Grant Project
Management* I City of Norman, OK I Grants Project Manager
CIRB/Federally Funded- Grade, Drain, Surface, and Bridge* I Washington
County, OK i Project Planner
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Dane Schneider, PE+, ENV SP Grant Services (BCA)
Dane Schneider is a Project Manager in FNI's Southeast Texas Stormwater
Management Group. He has more than 30 years of industry experience in
engineering, architecture and planning. His engineering career includes 17 years
of managing the planning, design and construction of public works and land
development projects. Dane served the City of Houston for 10 years as Program
, rg
Manager and Stormwater Engineering Lead responsible for the delivery of the City's
adopted CIR Dane has extensive experience working with local, state and federal
Experience
agencies, including HCFCD, TxDOT, USACE, FEMA and METRO.
30 years
TWDB FIF Application Support I Chambers County, TX I Project Manager
Education
I FNI successfully submitted a $6.2 million application for financial assistance to
BS, Civil Engineering,
the TWDB's FIF program. The funding is for a Category 1 flood protection planning
University of Houston
study of multiple HUC-10 watersheds across Chambers and Liberty Counties totaling
BE, Environmental Design
approximately 975 square miles of study area.
in Architecture, Texas A&M
TWBD FIF Flood Protection Planning Study I Chambers County,TX I Project
University
Manager I FNI is conducting a planning study of the watersheds within the study
Registration+
area to identify existing flood hazards and perform flood mitigation planning that
Professional Engineer, TX
leads to the conceptual development of projects that reduce flood risk. The project
#97426
represents a collaborative regional effort initiated by the County with participating
Envision Sustainability
political subdivisions, and has included communications with the City of Mont
Professional #30398
Belvieu, Trinity Bay Conservation District (TBCD), the City of Liberty, the City of
Professional Affiliations
Dayton, and Liberty County Water Control and Improvement District No. 5.
Institute for Sustainable
TWDB FIF Application Support I Sabine River Authority of Texas I Project
Infrastructure
Manager I FNI providing services for the development of technical documentation
Texas Floodplain
in support of TWDB FIF Applications.
Management Association
CDBG-DR Applications* I Various I Harris County Team Lead I Dane served
Bayou Preservation
as the team lead for data collection, drainage/GIS analysis and cost estimating
Association, Member
to complete CDBG-DR applications for various post -Hurricane Harvey drainage
improvement projects (totaling $200+ million) with priorities identified by Harris
County. The projects included 18 different LMI communities— Beaumont Place,
Castlewood, Cypress Creek Crossing and Estates, Dreamland Place, Fairgreen, High
Meadows, Greensbrook, Kings Colony, Kingslake Forest, Parkway Mobile Home Park,
Timberlake Estates, Western Homes, Clay Road Community Center, Holderrieth
Road, Mercer Road, Evergreen Villas and St. Charles Place/Barrett Settlement.
FEMA Hazard Mitigation Grant Program (HMGP) Applications* I Harris
County I Team Lead I Served as the team lead for data collection, drainage
analysis, cost estimating, and Benefit -Cost Analysis Tool to complete HMGP
applications for various post -Hurricane Harvey drainage improvement projects with
priority identified by Harris County. Projects included 30 different communities and
eight different watersheds, including Buffalo Bayou, Cedar Bayou, Cypress Creek,
Halls Bayou, San Jacinto River, Langham Creek, Greens Bayou, and Mayde Creek.
`Currently not registered in AR
*Experience prior to joining FNI
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
10 years
Heather Rogers, PE+ Master Drainage Plan
Heather Rogers is a water resources engineer experienced in performing stormwater
modeling and analysis for a wide variety of projects. Her background includes H&H
model development for detailed and base -level engineering FEMA floodplain studies
and floodplain permitting, hydraulic design of federal and municipal dams, and
drainage analysis for land development projects and wetlands. She has served as
lead H&H engineer for multiple dam and floodplain study projects, in which she was
responsible for delegating and scheduling tasks, developing technical processing and
tools. Heather currently performs H&H analyses for flood impact assessments and
dam design.
Education
Little Sandy Trail Creek Site 141 Georgia State Financing and Investment
BS, Biological (Systems)
Commission I H/H Engineer I FNI developed an alternatives analysis for the
Engineering, North Carolina
rehabilitation of Little Sandy Trail Creeks Dam Site 14 to meet Georgia Safe Dams
Agricultural and Technical
Program criteria. Heather evaluated conditions of an NRCS-owned earthen dam
State University
against NRCS and GSWCC hydraulic criteria. She developed hydrologic/hydraulic
Registration+
models in SITES and HEC-HMS software with model data developed in ArcGIS
software for existing conditions and proposed alternative configurations. Heather
Professional Engineer, OK
#31694
also developed deliverable report detailing H&H analysis methods and design
alternatives.
Professional Affiliations
Society of Women Engineers
WY 0029, Restoring Storage Capacity in Overholser Reservoir I City of
(SWE), Member
Oklahoma City, OK I H/H Engineer I FNI performed an evaluation of potential
Association of State Dam
strategies to restore lost capacity in Overholser Reservoir from sedimentation. The
Safety Officials, Member
project included a water resource evaluation to determine the increase in water
supply yield from recovered storage, cost and water supply alternatives. The overall
benefit of Overholser Reservoir (water supply and recreation) was compared to cost
of the alternatives to restore capacity. Heather evaluated potential flood impacts
of reservoir pool modifications using HEC-RAS 2D modeling method with rain -on -
mesh application. She processed LiDAR, bathymetric survey of reservoir and HEC-
RAS 1D cross-section profiles of adjacent river channel to develop digital elevation
model (DEM) for 25 square mile project study area. Heather incorporated HEC-RAS
1D model of study area developed previously for flood forecasting by the USACE
to develop stream inflow hydrographs from upstream dams. She utilized ArcGIS,
HEC-GeoHMS, HEC-HMS, HEC-SSP and local stream gage data for model inputs and
calibration, and she developed GIS-based automation tools for sizing and hydro -
enforcing subsurface conduits into the terrain model.
`Currently not registered in AR
*Experience prior to joining FNI
Statewide 2D BLE Flood Modeling* I Kansas Deptartment of Agriculture
- Division of Water Resources I Project Engineer I For the Big Creek, Upper
Marais Des Cygnes River, Upper and Lower Solomon River, Lower Smoky River,
Upper Saline River Watersheds, Heather developed calibrated HEC-RAS 2D models
with rain -on -mesh application for statewide BLE studies. The models ranged in size
from 100 to 300 square miles and totaled totaled more than 2,000 square miles.
She created model components using ArcGIS software with HEC-GeoRAS and GIS
process automation tools for maximum efficiency; utilized HEC-SSP software, stream
gage data and local regression equations for calibration; and developed refined
floodplain boundaries from model outputs using ArcGIS and FEMA tools for digital
map deliverables.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
8 years
Austin DUgger, PE+, CFM Master Drainage Plan
Austin Dugger is a Stormwater Engineer with experience working on a variety
of stormwater design projects. His experience includes bridge hydraulic and
scour analysis, design of culvert extensions and replacements, preparation of
stormwater masterplans, storm sewer analysis and design, detention pond design,
stream stabilization and restoration, and preparation of O&M manuals for green
stormwater infrastructure. He has experience preparing studies using a wide variety
of software platforms, including HEC-HMS, HEC-RAS, EPA-SWMM, PC-SWMM
and TUFLOW 2D rain -on -mesh analysis. He also has experience preparing plans,
specifications and estimates for his designs.
Education
Citywide Master Drainage Plan I City of El Reno, OK I Project Manager I FNI
BS, Civil Engineering,
is providing a Citywide Master Drainage Plan which includes the H&H analysis of
Oklahoma State University
identified unstudied (FEMA Zone A) open channel streams within the city limits and
Registration+
ETJ.
Professional Engineer, OK
Engineering Design Criteria and Green Stormwater Infrastructure Updates
#32975
1 City of Norman, OK I Staff Team I FNI updated the City's Engineering Design
Certified Floodplain
Criteria (EDC) and Standard Specifications and Construction Drawings for Streets,
Manager, Certified
Storm Drainage, Water Lines and Sanitary Sewers (Standard Specifications). FNI also
Floodplain Manager, #4050
added Green Stormwater Infrastructure (GSI) Criteria with quality measures and
-21N
appropriate development best management practices to meet City requirements
Professional Affiliations
while identifying any potential conflicts or other necessary revisions to related code.
Texas Floodplain
TO#2 4th and Kenosha Drainage Design I City of Tulsa, OK I Staff Team
Management Association,
I FNI performed detailed H&H analysis of existing drainage due to significant
Member
flooding in front of the Dennis R. Neill Equality Center. The proposed condition
analysis provided three alternatives for increasing capacities and conveyance of the
stormwater.
Flood Plan I Oklahoma Water Resources Board I Staff Team I FNI developed
a Comprehensive State Flood Plan that will provide a platform that is updatable,
identify gaps and integrate with Comprehensive Water Plan where feasible, and
lead to a more resilient Oklahoma.
Vensel and Cooley Creek Master Drainage Plans I City of Tulsa, OK I Staff
Team I FNI prepared a master drainage plan for the Cooley Creek and Vensel Creek
basins within the City of Tulsa. Tasks included a collection of field surveys, H&H data
development for existing and fully urbanized conditions, floodplain mapping, flood
hazard analysis, stream erosion analysis, flood alternatives analysis, cost estimates,
and preparation and submission of a Master Drainage Plan.
West 14th Place to Arkansas River Southwest I City of Tulsa, OK I Staff Team
FNI performed a detailed H&H analysis of the existing drainage near West 14th
Place and South Elwood Avenue to better understand how the system performs.
The analysis addressed drainage concerns, considered increased storm sewer pipes/
inlets, the potential of diverting flows to a new outfall location and provide up to
three alternatives for increasing capacities and conveyance of stormwater at the
intersection. FNI provide design and construction plans in the next phase once the
preferred approach has been selected.
Louisiana Watershed Initiative Modeling Contract - Region 2, Series I I
Louisiana Department of Transportation and Development, LA I Staff Team
'Currently not registered in AR
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
11 years
Education
MS, Civil Engineering, Texas
Tech University
BS, Civil Engineering, Texas
Tech University
Registration+
Professional Engineer, TX
#121614
Certified Floodplain
Manager, #2416-13N
Professional Affiliations
Jeremy Dixon, PE+, CFM Master Drainage Plan
Jeremy Dixon is a Project Engineer and Certified Floodplain Manager in FNI's North
Texas Stormwater Management Group. He routinely performs H&H analysis and
generates written reports for various stormwater projects. His experience also
includes drainage studies, floodplain management and review of drainage studies
for compliance with current design criteria. He is proficient in HEC-RAS, HEC-HMS,
InfoWorks ICM, development of ArcGIS scripts and GIS applications for water
resources.
Louisiana Watershed Initiative Modeling Contract I Louisiana Department
of Transportation and Development, LA I Task Leader I FNI developed large-
scale H&H models to create a statewide watershed -based floodplain management
program. The five-year, $18 million contract involved the development of calibrated
1D/2D HEC-RAS models for use in consequence and risk assessment. Region 2 is
made up of nine HUC-8 watersheds covering approximately 9,500 square miles in
the north central part of the state.
Louisiana Watershed Initiative Modeling Contract - Region 2, Series I I
Louisiana Department of Transportation and Development, LA I Task Leader
Louisiana Watershed Initiative Region Two Modeling - Series Two I Louisiana
Department of Transportation and Development, LA I Task Leader I FNI
provided Louisiana Watershed Initiative (LWI) Series II Hydrologic and Hydraulic
Modeling for Region Two HUC8s.
Texas Floodplain
FY21 Watershed Master Plan I City of Fayetteville, NC I Project Engineer
Management Association,
I FNI provided professional services for the City's watershed studies. Tasks
Member
included program support watershed management, survey management, proect
Texas Floodplain
prioritization, CRS evaluation, and road closure options. Jeremy provided significant
Management Association,
Member
contributions to the CMSM in both the Primary Systems and Secondary Systems
sections, as well as GIS Database sections. Jeremy conducted the Secondary System
pilot study within Little Cross Creek, and performed quality reviews on consultant
submittals for Secondary Systems
'Currently not registered in AR
Central Arlington Heights Watershed Study Phase 4 1 City of Fort Worth,
Transportation & Public Works, TX I Project Engineer I FNI investigated
incremental drainage improvements for reducing flood risk in the Historic Central
Arlington Heights neighborhood. FNI will perform 2D modeling using Infoworks ICM,
perform a study for neighborhood implementation of rain gardens, conduct public
meetings, and develop a phased capital improvement program.
Farmers Branch Watershed Study I City of Farmers Branch, TX I Project Team
FNI conducted a watershed study for an urbanized area that includes homes with
lots that extend to centerline of the creek. FNI developed existing conditions H&H
models for proposal capital improvements, including erosion control projects for 23
areas.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
to
sociates Ltd.
Experience
20 years
Education
BS, Civil Engineering,
University of Arkansas
BA, Mathematics & Physics,
University of the Ozarks
Registration
Professional Engineer, AR
#12942
Certified Floodplain
Manager, Arkansas, AR-06-
00128
Lee Beshoner, PE, CFM Master Drainage Plan
Lee Beshoner has multiple years of experience in H&H analyses of complex open
channel and urban stormwater environments, including engineering and modeling
support for master drainage plans and improvements to drainage infrastructure,
development of GIS related software, and preparation QA/QC procedures and
documentation.
Lee's project and technical experience includes extensive work with multiple
methods of hydrologic analyses; 113imensional (113) and 2Dimensional (21D) hydraulic
modeling; scenario -based stream evaluations to analyze the impacts of human
development on floodplains; development and interaction with geospatial data;
experience with complex spatial relationship queries and analyses using multiple GIS
based software platforms; leading Independent Technical Reviews; and presenting,
instructing, and/or leading various webinars, conferences, or meetings regarding
floodplain related topics.
Linda Jo and Skyler Place Urban Drainage Analysis I City of Fayetteville, AR I
Project Manager I FTN assisted the City of Fayetteville in development of a 1D-2D
H&H analysis, incorporating detailed terrain and subsurface storm sewer data using
PC-SWMM to identify areas of concern and determine the current drainage system's
conveyance capabilities. The result of the drainage analysis project led to the
development of conceptual level drainage scenarios for reduction of flooding issues
in the area.
Hamestring Creek Watershed Drainage Analysis I City of Fayetteville,
AR I Project Manager I FTN assisted the City of Fayetteville in development of
updated 2D H&H analyses for the Upper Hamestring Creek watershed using HEC-
RAS Rain -On -Grid methodology. This project incorporated detailed terrain, survey,
and subsurface storm sewer data to determine the current drainage system's
conveyance capabilities and analyze proposed drainage improvements throughout
the watershed to reduce flooding issues in the area, if possible.
Crossover Mini Storage Drainage Improvements I Crossover Mini Storage
I Project Manager I FTN is assisting Crossover Mini Storage in obtaining a FEMA
Letter of Map Revision (LOMR) by performing an updated H&H analysis for Flynn
Creek. As part of this updated analysis, FTN evaluated local stormwater drainage
along and through the property to size channel geometry improvements to reduce
flooding and overtopping during rainfall events of frequent recurrence at the mini
storage property.
State of Arkansas Cooperating Technical Partners (AR CTP) I Arkansas
Natural Resources Division (ANRD) I Flood Risk Project Manager I FTN, as
technical contractor for the AR CTP, has completed or is in the process of completing
updated H&H analyses (11D and 2D) in 26 HUC-8 watersheds and 3 counties, which
equates to a total mapped area of 38,800 miz. As part of this project, FTN also
gathers and processes topographic and survey data, performs large- and small-
scale H&H analyses (11D and 21)), produces updated flood risk mapping, develops
and works with spatial databases, completes Flood Risk Assessments on HUC8 or
stream -based levels, and performs Independent Technical Reviews.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Mtn
associates Ltd.
Experience
18 years
Education
BS, Civil Engineering,
University of Arkansas
Registration
Professional Engineer, AR
#14253
Certified Floodplain
Manager, Arkansas, AR-07-
00149
Kale Farmer, PE, CFM Master Drainage Plan
Kale Farmer has years of experience in H&H engineering. His experience includes
water resources modeling, site design (grading, water, sanitary sewer, and storm
sewer design), utility construction, and project coordination, review and permitting
at the community, state, and federal levels. He is experienced working with FEMA
on floodplain mapping, the Map Modernization Program, Risk MAP, Flood Insurance
Studies (FIS), and regulatory issues and requirements. Kale's experience extends
to field reconnaissance, data collection, and GIS analysis for H&H studies, master
drainage planning, flood plain mapping, and DFIRM database productions.
City of Fayetteville Drainage Improvements and Floodplain Mapping I City
of Fayetteville, AR I Project Engineer I FTN assisted the City of Fayetteville
in evaluating an existing flood -prone area in the Middle Fork Hamestring Creek
Watershed by developing a two-dimensional H&H model to determine the current
drainage system's conveyance capabilities and to develop conceptual level drainage
scenarios for reducing the flooding issues. FTN evaluated if existing bridge/culvert
structures needed to be replaced and assisted the City with regulatory floodplain
issues.
City of Fayetteville Drainage Criteria Manual I City of Fayetteville, AR I Project
Engineer I FTN assisted in revising the drainage manual for the City of Fayetteville,
including floodplain requirements, changes in City code, addressing water quality,
and providing design and construction guidance for 12 different Green Stormwater
Practices for Low Impact Development (LID).
City of Bentonville Master Drainage Analysisl City of Bentonville, AR I
Project Manager I FTN assisted the City of Bentonville by performing an in-depth
analysis of drainage issues in a portion of the downtown area. FTN reviewed the
City Drainage Manual to identify areas needing improvement and evaluated the
current stormwater system. FTN developed 2D overland flow models linked to a 1D
subsurface storm sewer model to evaluate existing drainage conditions throughout
older portions of the City and used PCSWMM to analyze both surface and
subsurface flow with rain -on -grid runoff computation in support of identification
and prioritization of drainage issues in downtown Bentonville. FTN is also assisting
the City with grant applications by developing conceptual plans and cost estimates,
as well as performing Benefit -Cost Analyses (BCA) using the FEMA BCA Toolkit.
City of Rogers Master Drainage Plan I City of Rogers, AR I Project Engineer
FTN assisted the City of Rogers in development of H&H Studies to update FEMA
Flood Insurance Rate Maps. This project included development of GIS databases and
mapping for 15 streams (over 29 stream miles) within the City.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
7 years
Education
BS, Geoscience, Texas
Christian University
Robert Wood GIS
Robert Wood is a GIS Analyst in FNI's Stormwater Engineering Group. His
experience includes collecting, creating and managing spatial data, workspaces and
geodatabases, as well as editing features and georeferencing to assist in mapping
various factors associated with modeling existing and future systems. Robert is also
experienced with LiDAR terrain building and incorporating new data into existing
models. His software background includes ArcCatalog, ArcMap and LP360.
Flood Risk Assessment Oklahoma Water Resources Board GIS Analyst
FNI completed multiple projects to promote and develop flood control throughout
the State. Services included analyses and development of flood hazard data, H&H
modeling, floodplain mapping, flood risk products and flood risk outreach activities
to identify areas at risk for flooding and aid in prioritizing future mitigation efforts.
MAS 21-2 Discovery and MAS 21-5 Medicine Creek Oklahoma Water
Resources Board GIS Analyst I FNI provided professional engineering services
for the Cooperating Technical Partner Program with FEMA to create and maintain
up-to-date flood hazard data for the areas served by the Oklahoma Water Resources
Board.
Flood Plan Oklahoma Water Resources Board GIS Analyst I FNI developed
a Comprehensive State Flood Plan that will provide a platform that is updatable,
lead to a more resilient Oklahoma, identify gaps and integrate with Comprehensive
Water Plan where feasible.
2023 Region 5 Neches Regional Floodplain Group Neches Regional Flood
Planning Group, TX GIS Analyst FNI supported the Region 5 Neches Flood
Planning Group with the development of the 2023 Regional Flood Plan. The project
includes the gathering and analysis of data, identification of existing and future flood
risks, evaluation of floodplain management practices, and the recommendation of
evaluations, strategies, and projects intended to reduce flood risk.
Community Development Block Grant -Mitigation Engineering Services
Lower Neches Valley Authority, TX GIS Analyst FNI provided engineering
assistance to develop options for Community Development Block Grant Mitigation
grant application.
Canadian - Upper Red Regional Flood Plan Texas Water Development Board
GIS Analyst FNI was responsible for developing the Regional Flood Plan for the
Canadian - Upper Red Region (Region 1). The Texas State Flood Plan will be the
first state-wide flood planning effort supported by the State and compromised of
individual plans developed at the regional level. The Canadian - Upper Red Region
encompasses 44 counties and more than 34,000 square miles in a diverse watershed
of playas, urban systems, dry washes and rivers.
Drainage Master Plan Phase 1 City of Waxahachie, TX GIS Analyst FNI
developed a city-wide drainage master plan for the City to be implemented in
phases. Phase 1 included inventory of the existing drainage system, delineation of
watersheds based on new LiDAR topography, and identification of flood hazards
and conceptual flood and erosion risk reduction projects using a HEC-RAS 2D Rain -
on -Mesh analysis. Based on the results of the analysis, the City identified areas
which required further detailed analysis in Phase 2 to develop a Stormwater Capital
Improvement Program.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
2 years
Education
BS, Geographic Information
Science, University of
Oklahoma
Christian Capehart GIS
Christian Capehart is a GIS Analyst experienced in GIS, remote sensing, geodesy,
database management and data visulization. Christian is familiar with a variety of
digital mapping products using various software platforms and will capture, analyze,
create and manipulate databases to extract and compile the most up-to-date
deliverables.
Chisholm Creek Force Main Replacement (LS-3A) I City of Edmond, OK Staff
Team FNI provided a preliminary study for 22,000 LF of the Chisholm Creek Force
Main Replacement. The study included, hydraulic analysis, pipe size selection, power
cost savings evaluation, environmental investigation, preliminary route analysis and
selection, and construction cost estimates. The project also included 1,000 LF of the
22,000 LF to perform preliminary design, final design, bid, award and construction
representation.
CI-2342A US-259 I Oklahoma Department of Transportation I GIS Analyst
FNI provided design services for grading, drainage, bridge and surfacing of US 259
from 6.25 miles north of the SH 3 junction, extending north 6.0 miles in McCurtain
County. This project was separated into two Phases. Phase 1A included temporary
traffic signals at three intersections; Phase 113 involved preliminary engineering of
the US 259 corridor to determine the recommended roadway configuration. Phase 2
progressed based on the determination of the desired roadway section and included
the full design with PS&E including roadway, traffic, bridge and environmental
studies.
Flood Plan Oklahoma Water Resources Board Staff Team FNI developed
a Comprehensive State Flood Plan that will provide a platform that is updatable,
identify gaps and integrate with Comprehensive Water Plan where feasible, and lead
to a more resilient Oklahoma.
Louisiana Watershed Initiative Modeling Contract - Region 2, Series I
Louisiana Department of Transportation and Development, LA Staff Team
Louisiana Watershed Initiative Region Two Modeling - Series Two Louisiana
Department of Transportation and Development, LA Staff Team FNI
provided Louisiana Watershed Initiative (LWI) Series II Hydrologic and Hydraulic
Modeling for Region Two HUCS's.
Canadian - Upper Red Regional Flood Plan Texas Water Development
Board GIS Analyst FNI was responsible for developing the Regional Flood Plan
for the Canadian - Upper Red Region (Region 1). The Texas State Flood Plan was the
first state-wide flood planning effort supported by the State and compromised of
individual plans developed at the regional level. The Canadian - Upper Red Region
encompasses 44 counties and more than 34,000 square miles in a diverse watershed
of playas, urban systems, dry washes and rivers.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
to
sociates Ltd.
Experience
9 years
Sam Pike Wray GiS
Sam Pike Wray serves as FTN's Geospatial Analytics (GSA) Administrator, where
she functions as FTN's technical resource, advisor, and consultant in all areas of
information management, including GIS. At FTN, Sam has been essential in the
development of semi- and fully automated data processing tools, the deployment
of web mapping applications, and the implementation of interactive web -based
dashboard applications.
Prior to joining FTN, Sam organized and led data standardization endeavors,
streamlined data collection and workflow processes, and created and updated
enterprise -level data management systems for multiple organizations, including
those in government and the nonprofit sector. Sam has been successful in laterally
transferring her skills and abilities across many diverse fields, including utility
infrastructure, environmental regulation, biological and ecological sciences, tourism
and recreation, education, and public health.
Education
Sam's past projects include developing information management systems for
BS, Environmental Science,
infrastructure and utility data across Arkansas for parks, schools, colleges, utility
University of Central
companies, airports, and nonprofit organizations; categorizing and analyzing the
Arkansas
physical condition of infrastructure to make recommendations regarding capital
MS, Biology, University of
improvement funding expenditures for government agencies; providing justification
Central Arkansas
for grant applications, real estate purchases, and business development strategies;
and overseeing the migration of data from flat files to geospatially enabled
databases, including those in cloud -based systems.
State of Arkansas Cooperating Technical Partners (AR CTP) I Arkansas
Natural Resources Division (ANRD) I Geospatial Administrator I FTN, as
technical contractor for the AR CTP, has completed or is in the process of completing
updated H&H analyses (1D and 2D) in 26 HUC-8 watersheds and 3 counties, which
equates to a total mapped area of 38,800 mil. As part of this project, FTN also
gathers and processes topographic and survey data, performs large- and small-
scale H&H analyses (1D and 2D), produces updated flood risk mapping, develops
and works with spatial databases, completes Flood Risk Assessments on HUC8 or
stream -based levels, and performs Independent Technical Reviews.
State of Arkansas Cooperating Technical Partners (AR CTP) Van Buren
County Flood Insurance Study I Van Buren County, AR I Geospatial
Administrator I Ms. Wray developed a web mapping application for public review
of changes to flood hazard area mapping within the County. The application was
presented at a public meeting, was configured to be mobile -responsive, and could
be accessed via QR code. The application was designed for use by the public ad
libitum as they prepared comments, and County officials as they monitored the
progress of this contract.
Nonpoint Source Pollution Management Web Dashboard I Arkansas
Department of Agriculture I Geospatial Administrator I Ms. Wray developed
a web -based dashboard application to visualize and track changes in water quality
after implementation of a Department of Agriculture program targeting nonpoint
source pollution in Arkansas watersheds. The application is a tool to interactively
compare baseline water quality data with data collected after the program began.
The dashboard was designed as a management tool for Department of Agriculture
staff to assess program effectiveness, and as a tool for public consumption.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
iu.
Experience
27 years
Education
MA, Geography, University of
Arkansas
BLA, Landscape Architecture,
University of Arkansas
Registration
American Institute of
Certified Planners #017667
Dawn Warrick, AICP Public Engagement
Dawn Warrick is an Associate and Urban Planner in FNI's Urban Planning + Design
Group with more than 27 years of municipal planning experience, including seven
years as the City of Tulsa's Planning Director. She has served in senior planning roles
for Louisville Metro Government in Kentucky and the City of Fayetteville, Arkansas,
giving her an understanding of large urban cities, as well as smaller communities.
Dawn has conducted and managed development review processes and supported
elected and appointed officials as a subject matter expert. She is experienced in
developing and implementing action -oriented, long-range plans using strategies that
include updated land -use regulations, coordination of services and integration of
planning priorities into capital improvement programs.
Growth Management Policy I City of Choctaw, OK I Project Manager I FNI
facilitated and supported the development of the City's growth management
policy as recommended by the adopted Comprehensive Plan. The effort focused
on balancing the municipality's fiscal responsibilities with the community's desired
character. Dawn researched and developed presentation materials, facilitated two
leadership workshops and provided recommendations for code, comprehensive
plan, and process amendments to achieve the City's desired outcomes.
Professional Affiliations
Development Code Update I City of Las Cruces, NM I Assistant Project
American Planning
Manager I FNI updated the City's development code, including subdivision, zoning,
Association, Member
design, and sign regulations, and updated the City's zoning map and development
Tulsa Bicycle Pedestrian
manual. Dawn reviewed policy documents, supported stakeholder engagement
Advisory Committee,
efforts, drafted code sections and collaborated on the zoning map and other
Member
elements of the project.
OU Tulsa Urban Design
Engineering Design Criteria and Green Stormwater Infrastructure Updates
Studio Advisory Board,
I City of Norman, OK I Assistant Project Manager I FNI updated the City's
Advisory Board
Engineering Design Criteria (EDC) and Standard Specifications and Construction
YMCA of Greater Tulsa,
Drawings for Streets, Storm Drainage, Water Lines and Sanitary Sewers (Standard
Member, Board of Directors
Specifications). FNI is also adding Green Stormwater Infrastructure (GSI) Criteria
with quality measures and appropriate development best management practices
to meet City requirements while identifying any potential conflicts related code
documents. She coordinated a diagnostic report and the updated EDC document
and facilitated feedback from staff reviewers, stakeholder committees, and
community members.
Siloam Springs Comprehensive Plan I City of Siloam Springs, AR I Project
Manager I FNI assisted with updating the City's 2030 Comprehensive Plan, Forward
Siloam Springs. This plan guides future development so the City of Siloam Springs
continues to grow as a vibrant, healthy, prosperous and resilient community. The
approach is inclusive and focused on community involvement in order to create
a comprehensive document that not only meets the needs of the Community
Development Department, but also serves as a visionary, city-wide report that is
embraced by the citizens. Dawn made sure this project was successful by serving
as the client's key point of contact. She also drafted plan content, led public
engagement efforts, developed, and presented material to the advisory committee
and elected and appointed officials. She also managed the project website and all
project communications.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
18 years
Education
BS, Civil Engineering, The
University of Texas at
Arlington
Master of Engineering, Civil
Engineering, The University
of Texas at Arlington
Registration
Professional Engineer, OK
#28605
Professional Engineer,
Arkansas - pending
Jonathan Faughtenberry, PE+ Design
Jonathan Faughtenberry has extensive experience in pipeline design, layout,
scheduling, project coordination and management. Jonathan understands all
aspects of engineering, design, operations and maintenance for pipeline and
facilities projects. Jonathan has worked with municipal and private clients on water,
natural gas, saltwater and freshwater gathering pipelines. His responsibilities have
included various hydraulic calculations, such as pump curve and system curve
analysis, hydraulic modeling, throttle calculations, site layout, grading plans, pipe
sizing and design, cost analysis and alternatives, estimating and permitting.
5th Avenue CLOMR/LOMR I City of Owasso, OK I Design Engineer I FNI
provided analysis of the potential impacts of proposed excavation and the
placement of fill in a FEMA regulated Floodplain and Floodway. The analysis looked
at alternatives for compensatory storage and grading options that will cause no
rise in the Floodway and no adverse impacts within the 100-year floodplain. The
alternatives will be options that prepare the City for the following FEMA steps which
will include a CLOMR and a LOMR.
Comanche Water/Wastewater Relocates I City of Comanche, OK I Project
Manager I FNI provided services for the relocation of approximately 5,000 LF of
8-inch sanitary sewer and 3,350 LF of existing 4-inch water line to be relocated and
upsized to 6-inch PVC waterline due to the widening of SH 53 by the Oklahoma
Department of Transportation (ODOT) in the City of Comanche, OK. Services
included detailed design, bidding services, and general construction representation.
North Canadian Wastewater Treatment Plant Improvements I City of
Oklahoma City, OK I Design Engineer I FNI provided design services for multiple
upgrades and improvements to the North Canadian Wastewater Treatment Plant.
Services included preliminary engineering reports for multiple WWTP processes,
structural condition assessment/investigation, electrical system evaluation, and
upgrade and maintenance of plant operation during construction.
Sanford -Triangle Innovation Point Water and Sewer Improvements (Project
Blue) I City of Sanford, NC I Design Engineer I FNI provided preliminary and
final design services and bidding and construction assistance for additional water
and sewer capacity needed to adequately serve an anticipated incoming industry at
Triangle Innovation Point (formerly known as the Moncure Megasite).
Finished Water Storage Facilities Assessment, Maintenance and
Improvements I City of Tulsa, OK I Project Manager I FNI provided professional
engineering services for the evaluation, design and construction of improvements
to three finished water storage facilities. FNI assisted the City with the evaluation of
the current condition of finished water storage tanks within the water distribution
system and preparing a Preliminary Engineering Report (PER) documenting the
condition of the tanks and sites, and providing recommendations for improvements.
West Irving Creek Study I City of Irving, TX I Design Engineer I FNI prepareding
a preliminary feasibility study to investigate the hydrology and hydraulics of the
channel and prepare for the design of channel improvements. The City is making
drainage improvements to reduce the flood risk within the watershed due to a
history of flooding problems.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
Justin Oswald, PE+, CFM Design
Justin Oswald is skilled in modeling and design of drainage improvements. His
ability to perform specialized analysis and complex design allows him to manage all
phases of large-scale drainage projects. He has a wide range of experience including:
riverine watershed modeling, dynamic storm drain modeling, detention analysis
and design, large-scale storm drain and channel design, and design of innovative
drainage solutions. Justin also specializes in providing development review services
and advises clients on development standards and best practices. He is proficient in
InfoWorks ICM, HEC-RAS, HEC-HMS, ArcGIS and Autocad.
15 years
Stewart Creek H&H Watershed Study City of Frisco, TX Project Engineer
Education
FNI conducted a detailed hydraulic study of Stewart Creek and all tributaries. Tasks
BS, Civil Engineering, Texas
included data collection, field visits, field survey, hydraulic modeling and summary
Tech University
report preparation.
Registration+
Central Arlington Heights Watershed Study Fort Worth Water Project
Professional Engineer, TX
Engineer FNi provided a study of flood control improvement alternatives for
#113171
the Central Arlington Heights Watershed in Fort Worth. Converted previous H&H
Certified Floodplain
models that FNI developed in EPA-SWMM to InfoWorks SD. Hydraulic models were
Manager, #2013-10N
developed for improvement alternatives for the watershed.
Professional Affiliations Dillard Wetland Restoration City of New Orleans, LA QA/QC FNI designed
Texas Floodplain stormwater diversion features, new weirs and water control devices, wetlands and
Management Association, bioswales, a vegetation management and control plan, and boardwalks through the
Member forest. FNI also performed a comprehensive H&H study, extensive flood modeling
simulations within the Dillard Wetlands and adjacent communities, and triple
bottom -line cost -benefit analysis to inform City, community and project teams
regarding the formulation of green infrastructure and stormwater management
installation/improvements features and locations.
`Currently not registered in AR
PEC-4 Drainage Improvements City of Denton, TX Project Manager FNI
provided design and construction services of 1,600 LF of box culvert improvements,
including utility relocations and pavement repair. The project converted an aging,
undersized concrete channel in downtown Denton to a closed system to provide
100-year flood protection for the neighboring homes and businesses. The project
included field survey, geotechnical investigations, an individual 404 permit and
crossing of two TxDOT roadways. Justin was the project manager for Phases 3 and 4.
Harley Avenue Realignment and Drainage Design I City of Fort Worth, TX
Project Engineer I Realignment of Harley Avenue to allow development around
the Will Rogers Memorial Center, including the possible future Will Rogers Arena.
Evaluated a series of alternatives routing a large upstream drainage area through the
project, while considering downstream ecological impacts to the Fort Worth Botanic
Gardens.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
Experience
3 years
Education
BS, Civil Engineering,
Oklahoma State University
Registration
Engineering Intern, OK
#16468
Jonathan HargeS, El Design
Jonathan Harges is an Engineering Intern with experience in water and wastewater
transmission utilities, treated water storage and stormwater modeling. His project
experience includes line relocations, system redesign, trunkline and interconnect
improvements and floodplain mapping. Jonathan has supported these projects
throughout the inspection of existing systems and structures and led in the
subsequent designs. He has worked closely with clients and contractors to facilitate
owner's satisfaction and sustainable products in the design and construction
processes. Jonathan is experienced with AutoCAD Civil 3D, GIS, and HEC-RAS
modeling.
2017 Ad Valorem Streets - Phase 2 1 City of Lawton, OK I Engineering
Support I FNI reconstructed 12 roadways within the City of Lawton, including utility
investigation and minor storm sewer adjustments with construction to be handled
through full street closures.
33rd Street Water Line I City of Edmond, OK I Engineering Support I FNI
provided preliminary and final design for approximately 19,050 LF of 24- and 18-inch
water transmission line along 33rd Street from east of South Broadway to the west
side of IH 35 to an existing 24-inch transmission line along IH 35.
Kaw Lake Water Supply Salt Fork Pipeline Segment I City of Enid, OK I Design
Review I The Kaw Lake Water Supply pipeline included design and construction
of approximately 70 miles of new 36- and 30-inch raw water transmission line. To
facilitate efficient design and construction, the 70-mile alignment is broken into eight
projects from Enid to Kaw Lake. FNI is designing the Salt Fork Pipeline Segment which
includes a 30-inch diameter pipeline and is approximately 9.5 miles long.
North Canadian Wastewater Treatment Plant Improvements I City of
Oklahoma City, OK I Engineering Support I FNI provided design services for
multiple upgrades and improvements to the North Canadian Wastewater Treatment
Plant. Services include preliminary engineering reports for multiple WWTP processes,
structural condition assessment/investigation, electrical system evaluation, and
upgrade and maintenance of plant operation during construction.
Non -Arterial Street Rehabilitation - MZ 8102 1 City of Tulsa, OK I Engineering
Support I FNI provided the design of Non -Arterial Street Rehabilitation Maintenance
Zone 8102 consisting of pavement rehabilitation including cold milling and overlay
of the existing pavement surface, leaving the existing curb and gutter in place. It was
anticipated that ADA ramps will be evaluated along 71st Street and Sheridan Road for
potential replacement.
Pawnee, KS Watershed Plans I Natural Resources Conservation Service I Cost
Estimator I As a subconsultant, FNI provided professional services for the National
Resources Conservation Service watershed plans for two sub -watersheds within
the Pawnee, Kansas watershed. The project included engineering, economic, and
environmental evaluation of nine potential new dam sites.
Finished Water Storage Facilities Assessment, Maintenance and
Improvements I City of Tulsa, OK I Engineering Support I FNI provided
professional engineering services for the evaluation, design and construction of
improvements to three finished water storage facilities. FNI assisted the City with
evaluating the current condition of finished water storage tanks.
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services IrMIN NICHO E
City of Fayetteville
RFQ 22-14, Watershed Design & Grant Management Services
SECTION B: Vendor References
The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated
COMPANY NAME: Freese and Nichols, Inc.
Fort Worth, TX - 129 years
NUMBER OF YEARS IN BUSINESS: 129 HOW LONG IN PRESENT LOCATION: Oklahoma-7years
Arkansas - 1 year
TOTAL NUMBER OF CURRENT EMPLOYEES: 950 FULLTIME 65 PARTTIME
NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: 50 FULLTIME 2 PARTTIME
PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5)
YEARS (All fields must be completed):
1. City of Rogers. Arkansas (Rogers Water Utilities)
COMPANY NAME
Rogers, Arkansas 72756
CITY, STATE, ZIP
Brian Sartain, PE
CONTACT PERSON
479-621-1142
TELEPHONE
NA
FAX NUMBER
briansartain@rwu.org
E-MAIL ADDRESS
3. City of Siloam Spring, Arkansas
COMPANY NAME
Siloam Springs, Arkansas 72761
CITY, STATE, ZIP
Don Clark
CONTACT PERSON
479-373-6444
TELEPHONE
NA
FAX NUMBER
dclark@siloamsprings.com
E-MAIL ADDRESS
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 11 of 17
2. City of Norman, Oklahoma
COMPANY NAME
Norman, Oklahoma 73069
CITY, STATE, ZIP
Shawn O'Leary, PE, CFM
CONTACT PERSON
405-366-5453
TELEPHONE
405-366-5389
FAX NUMBER
shawn.oleary@normanok.gov
E-MAILADDRESS
4. City of Edmond, Oklahoma
COMPANY NAME
Edmond, Oklahoma 73083
CITY, STATE, ZIP
Steve Lawrence, PE
CONTACT PERSON
405-359-4798
TELEPHONE
N/A
FAX NUMBER
steve.lawrence@edmondok.com
E-MAIL ADDRESS
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services WINNICHO E
City of Fayetteville
RFQ 22-14, Watershed Design & Grant Management Services
SECTION D: Signature Submittal
1. DISCLOSURE INFORMATION
Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any
relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between
any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official.
If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a
relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be
completed and returned in order for your bid/proposal to be eligible for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM:
✓ 1) NO KNOWN RELATIONSHIP EXISTS
2) RELATIONSHIP EXISTS (Please explain):
I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the
information provided herein are accurate and true; and my organization shall comply with all State and Federal Equal
Opportunity and Non -Discrimination requirements and conditions of employment.
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott
Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public
entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must
notify the contracted public entity in writing.
2. PRIMARY CONTACT INFORMATION
At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms,
which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail
address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification
or interview via telephone.
Name of Firm: Freese and Nichols, Inc.
Primary Contact: Greg Simmons, PE, CFM
Title of Primary Contact: Project Manager
Phone#1 (cell preferred): 817-271-9853 (cell) Phone#2: 479-434-1160 (office)
E-Mail Address: gregory.simmons@freese.com
Tax ID #: 75-1531935 UEI #: KKJCTMJ3HZJ4
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 16 of 17
NOT INCLUDED IN PAGE COUNT
CITY OF FAYETTEVILLE I Watershed Design and Grant Management Services F111 NICHO E
3. ACKNOWLEDGEMENT OF ADDENDA
Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and
dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were
originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein.
Failure to do so may subject Contractor to disqualification.
ADDENDUM NO.
SIGNATURE AND PRINTED NAME
DATE ACKNOWLEDGED
1
,_ c </ Alan Hutson, PE, ENV SP
January 12, 2023
4. DEBARMENT CERTIFICATION:
As an interested party on this project, you are required to provide debarment/suspension certification indicating in
compliance with the below Federal Executive Order. Certification can be done by completing and signing this form.
Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards,
using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing
business with the Federal Government.
Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency.
Questions regarding this form should be directed to the City of Fayetteville Purchasing Division.
NAME OF COMPANY: Freese and Nichols, Inc.
PHYSICAL ADDRESS: 5001 W. Founders Way, Suite 100, Rogers, Arkansas 72758
MAILING ADDRESS: 5001 W. Founders Way, Suite 100, Rogers, Arkansas 72758
PRINTED NAME: Alan Hutson, PE, ENV SP
PHONE: 479-434-1160 FAX: N/A
E-MAIL: alan.hutson@freese.com
Signed by:
SIGNATURE: h C`
PRINTED NAME : Alan Hutson, PE, ENV SP
TITLE: Vice President/Principal DATE: January 12, 2023
City of Fayetteville, AR
RFQ 22-14, Watershed Design & Grant Management Services
Page 17 of 17
NOT INCLUDED IN PAGE COUNT
FREEAND-02
HL(JK[J CERTIFICATE OF LIABILITY INSURANCE DAT D/YYYY)
5/15/215/2023
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: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME:
Ames & Gough PHONE
8300 Greensboro Drive (A/C, No, Ext): (703) 827-2277 (/C, No):(703) 827-2279
Suite 980 nI DRESS: admin@amesgough.com
McLean, VA22102 _,_,_y
INSURED
Freese and Nichols, Inc.
801 Cherry Street, Suite 2800
Fort Worth, TX 76102
INSURER F :
Hartford Underwriters Insurance Company A+ (XI
Hartford Casualty Insurance Company A+ (XV)
Hartford Accident and Indemnity Company A+ (XI
Continental Casualtv Comoanv (CNA) A. XV
rr))/FRAr_PR rFRTIFICATF NIIMRFR• RF)/ICIr)M MIIMRFR-
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.
INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER
LTR INSD WVD
POLICY EFF POLICY EXP LIMITS
MM/DD/YYYY MM/DD/YYYY
A X COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE FX OCCUR 42UUNOL5238
10/23/2022
10/23/2023
DAMMI ETORENTED
PREMISES R occurrence
1,000,000
$
$ 10,000
X Contractual Liab.
MED EXP (Any one erson
$ 1,000,000
PERSONAL & ADV INJURY
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
POLICY 7 jE �X LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
OTHER:
B AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
(Ea accident) _
1,000,000
$
X ANY AUTO 42UENOL5558
10/23/2022 10/23/2023 BODILY INJURY Perperson)
$
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY Per accident
$
AUTOS ONLY AUUTOS ONLY
PROPERTYDAMAGE
Per accident
$
B
X
UMBRELLA LIAB X OCCUR
EACH OCCURRENCE
$ 10,000,000
EXCESS LIAB CLAIMS -MADE 42 XHU OL 5836
10/23/2022
10/23/2023 AGGREGATE
$ 10,000,000
$
DED X RETENTION $ 10,000
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY OFFICER/MEMBER/ EXCLUDED? ECUTIVE
(Mandatory in NH)
(Mdt
42W BO L6H3F
N / A
10/23/2022
10/23/2023
X PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
1,000,000
$
E.L. DISEASE - EA EMPLOYEE
1,000,000
$
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
1,000,000
$
D Professional Liab. AEHOO8214422
10/23/2022 10/23/2023 Per Claim
5,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
PROFESSIONAL LIABILITY AGGREGATE LIMIT: $10,000,000
RE: COF Design and Grant Management Project Hamestring Creek Watershed Flood Mitigation
and Grant Support — Fayetteville, Washington County,
Arkansas
The City of Fayetteville, AR is included as Additional Insured with respect to General Liability,
Auto Liability, and Umbrella Liability when required by written
contract. General Liability, Auto Liability and Umbrella Liability are primary and non-contributory over any existing insurance and limited to liability arising out
SEE ATTACHED ACORD 101
rFRTIFIrATF Hr)I nF:p rAkirm I ATIr)KI
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Fayetteville, AR
Y Y
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
113 West Mountain Street
Fayetteville, AR 72701
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
KGODWIN
/ 1
ACORO
AGENCY CUSTOMER ID: FREEAND-02
LOC #: 1
ADDITIONAL REMARKS SCHEDULE
AGENCY NAMED INSURED
Ames & Gough Freese0er d StrNichols,
et, Su to 2800
POLICY NUMBER Fort Wort, TX 76102
SEE PAGE 1
CARRIER NAIC CODE
SEE PAGE 1 SEE P 1 EFFECTIVE DATE: SEE PAGE 1
kDDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance
Page 1 of 1
Description of Operations/Locations/Vehicles:
of the operations of the named insured and when required by written contract. General Liability, Auto Liability, Umbrella Liability and
Workers Compensation policies include a Waiver of Subrogation in favor of the Additional Insured where permissible by state law
and when required by written contract. 30-day Notice of Cancellation will be issued for the General Liability, Auto Liability, Umbrella
Liability, Workers Compensation and Professional Liability policies in accordance with policy terms and conditions.
ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD