Loading...
HomeMy WebLinkAbout169-25 RESOLUTIONPage 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 169-25 File Number: 2025-1224 A RESOLUTION TO AUTHORIZE A CONTRACT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR STUDY AND DESIGN PHASE SERVICES FOR THE EAST JOYCE BOULEVARD SAFE STREETS FOR ALL PROJECT IN THE AMOUNT OF $287,000.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, East Joyce Boulevard serves as the primary east/west connection between Crossover Road and Highway 71B, which is heavily developed with mixed land uses and has been identified as part of Fayetteville’s High Injury Network; and WHEREAS, on December 4, 2024, City Council approved Resolution 301-24 to accept federal aid funding in the amount of $25,000,000.00 from the U.S. Department of Transportation’s Federal Highway Administration through the Safe Streets and Roads for All Program to fund safety improvements to important corridors; and WHEREAS, key needs for this stretch of East Joyce Boulevard are reductions in overall operating speeds and improvements in access management to reduce the frequency and severity of crashes, and priority needs that will be incorporated into the design will include, but not limited to, the addition of medians and other traffic control infrastructure; and WHEREAS, the scope of services for this phase of the project includes traffic study, sidewalk and pavement condition assessment, lighting study, intersection evaluation, corridor safety study, and conceptual design for improvements to a segment of East Joyce Boulevard from Highway 71B to Crossover Road. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to sign a professional engineering services agreement with Kimley-Horn and Associates, Inc. for study and design phase services for the East Joyce Boulevard Safe Streets and Roads for All Project in the amount of $287,000.00 pursuant to RFQ 25-01, Selection 10. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Resolution: 169-25 File Number: 2025-1224 Page 2 _______________________________ Molly Rawn, Mayor _______________________________ Kara Paxton, City Clerk Treasurer Approved:Attest: PASSED and APPROVED on August 5, 2025 Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2025-1224 MEETING OF AUGUST 5, 2025 TO: Mayor Rawn and City Council THRU: Chris Brown, Public Works Director Keith Macedo, Chief of Staff FROM: Kenneth Patterson, Federal Aid Project Manager SUBJECT: SS4A E Joyce Blvd - Design Agreement with Kimley-Horn & Associates, Inc. RECOMMENDATION: Staff recommends approval of the agreement with Kimley-Horn in the amount of $287,000 for study and conceptual design phase services for the E. Joyce Blvd. (71B to Crossover Rd.), a Safe Streets and Roads for All project and approval of a budget adjustment, pursuant to RFQ 25-01, Selection #10. BACKGROUND: E. Joyce Blvd serves as the primary east/west connection between Highway 265 (Crossover Rd.) and Highway 71B in north Fayetteville. This 1.6-mile corridor is an Ozark Regional Transit Route and is heavily developed with mixed land uses, including apartment complexes, single-family homes, restaurants, banks, schools, offices, parks and senior housing. E. Joyce Blvd has been identified on Fayetteville’s High Injury Network (HIN) map with 667 total crashes, including eight crashes that resulted in fatalities or serious injuries from 2017 to 2021. Key needs for this stretch of E. Joyce Blvd. are reductions in overall operating speeds and improvements in access management to reduce the frequency and severity of crashes. Priority needs that will be incorporated into the design will include, but not limited to, the addition of medians and other traffic control infrastructure (i.e., roundabouts, crosswalks, protected intersections, street lighting, dedicated turn lanes, and Leading Pedestrian Intervals at all signalized crossings. On December 4, 2024, Resolution 301-24 was approved to accept federal aid funding in the amount of $25,000,000 from the U.S. Department of Transportation's Federal Highway Administration through the Safe Streets and Roads for All (SS4A) Program. This funding supports five construction projects with a focus on safety, and this project is among them. On May 5, 2025, a selection committee composed of City of Fayetteville staff and Council member Mike Wiederkehr selected Kimley-Horn and Associates, Inc. for design phase services for safety improvements to E. Joyce Blvd, pursuant to RFQ 25-01, Selection #10. DISCUSSION: The scope of services includes traffic study, sidewalk and pavement condition assessment, lighting study, intersection evaluation, corridor safety study, and conceptual design on E. Joyce Blvd. from 71B to Crossover Rd. Specific types of improvements to be studied and potentially part of the completed design include enhancements to pedestrian and bicycle infrastructure, landscaping, signalization, utility relocations, and access control improvements. The fee for this phase of work is $287,000. This phase of work will identify the safety measures to be implemented in the corridor. A subsequent contract will be negotiated for detailed Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov design of the safety improvements. BUDGET/STAFF IMPACT: The City has been awarded federal funding for this project through the Safe Streets and Roads for All (SS4A) Grant, as approved by Resolution 301-24. Matching funds for the SS4A grant funds will come from the 2019 Bond Program. The funding breakdown for the contract amount is as follows: Account # Project # Amount 2235.900.9224-5860.02 32401.9224 $214,179.12 4702.860.7235-5860.02 46020.7235.9224 $72,820.88 TOTAL $287,000.00 ATTACHMENTS: 3. Staff Review Form, 4. Budget Adjustment, 5. Agreement Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2025-1224 A RESOLUTION TO AUTHORIZE A CONTRACT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR STUDY AND DESIGN PHASE SERVICES FOR THE EAST JOYCE BOULEVARD SAFE STREETS FOR ALL PROJECT IN THE AMOUNT OF $287,000.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, East Joyce Boulevard serves as the primary east/west connection between Crossover Road and Highway 71B, which is heavily developed with mixed land uses and has been identified as part of Fayetteville’s High Injury Network; and WHEREAS, on December 4, 2024, City Council approved Resolution 301-24 to accept federal aid funding in the amount of $25,000,000.00 from the U.S. Department of Transportation’s Federal Highway Administration through the Safe Streets and Roads for All Program to fund safety improvements to important corridors; and WHEREAS, key needs for this stretch of East Joyce Boulevard are reductions in overall operating speeds and improvements in access management to reduce the frequency and severity of crashes, and priority needs that will be incorporated into the design will include, but not limited to, the addition of medians and other traffic control infrastructure; and WHEREAS, the scope of services for this phase of the project includes traffic study, sidewalk and pavement condition assessment, lighting study, intersection evaluation, corridor safety study, and conceptual design for improvements to a segment of East Joyce Boulevard from Highway 71B to Crossover Road. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to sign a professional engineering services agreement with Kimley-Horn and Associates, Inc. for study and design phase services for the East Joyce Boulevard Safe Streets and Roads for All Project in the amount of $287,000.00 pursuant to RFQ 25-01, Selection 10. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Comments: Purchase Order Number: Change Order Number: Previous Ordinance or Resolution #301-24 Approval Date: Original Contract Number: 32401.9224 46020.7235.9224 Project Number Budget Impact: Safe Streets & Roads Grant - Joyce Blvd Street Bond Projects - SS4A - Joyce Blvd Fund Safe Streets and Roads Grant Streets Projects 2022 Bonds 2235.900.9224-5860.02 4702.860.7235-5860.02 Account Number Project Title City of Fayetteville Staff Review Form 2025-1224 Item ID 8/5/2025 City Council Meeting Date - Agenda Item Only Staff recommends approval of the agreement with Kimley-Horn & Associates, Inc in the amount of $287,000 for design phase services for the E. Joyce Blvd. (71B to Crossover Rd), a Safe Streets and Roads for All project, and approval of a budget adjustment. This will be split between the Safe Streets & Roads Grant ($214,179.12), the Street Bond funds ($72,820.88). N/A for Non-Agenda Item Action Recommendation: Submitted By Kenneth Patterson ENGINEERING (621) Division / Department 7/15/2025 Submitted Date Yes 18,575,179.80$ 287,000.00$ V20221130 Budgeted Item? Does item have a direct cost? Is a Budget Adjustment attached? Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget 28,629,100.00$ 10,053,920.20$ Yes Yes -$ 18,288,179.80$ City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Requestor: 8/5/2025 2025-1224 D - (City Council) / TOTAL - - Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X 2235.900.9220-5899.00 (214,180) - 32401 9220 EX Unallocated - Budget 2235.900.9224-5860.02 214,180 - 32401 9224 EX Capital Prof Svcs - Engineering/Architectural 2235.900.9220-4309.00 - (214,180) 32401 9220 RE Federal Grants - Capital 2235.900.9224-4309.00 - 214,180 32401 9224 RE Federal Grants - Capital 4702.860.7999-5899.00 (72,821) - 46020 7999 EX Unallocated - Budget 4702.860.7235-5860.02 72,821 - 46020 7235.9224 EX Capital Prof Svcs - Engineering/Architectural - - - - - - - - - - - - - - - - - - - - - - BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: v.2025617 RESOLUTION/ORDINANCE Increase / (Decrease)Project.Sub# Staff recommends approval of the agreement with Kimley-Horn & Associates, Inc in the amount of $287,000 for design phase services for the E. Joyce Blvd. (71B to Crossover Rd), a Safe Streets and Roads for All project, and approval of a budget adjustment. This will be split between the Safe Streets & Roads Grant ($214,179.12), the Street Bond funds ($72,820.88). COUNCIL DATE: CHKD/POSTED: ITEM ID#: Adjustment Number 2025 Kenneth Patterson ENGINEERING (621)Division /Org2 GLDATE: Budget Division Date Holly Black 7/16/2025 8:23 AM TYPE: JOURNAL #: G:\Divs\Engineering\Engineering Design Services\Projects\Safe Streets & Roads for All Grant\5 Projects\E Joyce Blvd (SS4A)\Council and Mayor Items\Kimley-Horn Design Contract\2025-1224 BA SS4A Joyce Blvd - Kimley-Horn design 1 of 1 Kimley-Horn Contract – Professional Engineering Services 1 7/16/2025 AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And Kimley-Horn and Associates, Inc. THIS AGREEMENT is made as of August 5, 2025, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and Kimley-Horn and Associates, 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 related to the E JOYCE BLVD (SS4A) project (hereinafter called PROJECT) 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. 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: Kimley-Horn Contract – Professional Engineering Services 2 7/16/2025 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 his 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 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 3.1.6 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. 3.1.7 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 Services authorized and the time in which the services are to be completed. The anticipated Scope of Services and the Schedule for this project are included as Appendix A. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not-to-exceed amount authorized for this Agreement shall be based upon on an Hourly Rate Schedule per employee classification and detailed Justification of Costs and Fees as described in Appendix B. 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 as approved by CITY OF FAYETTEVILLE. Applications for payment shall Kimley-Horn Contract – Professional Engineering Services 3 7/16/2025 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 Limits of Liability Workers’ Compensation Statutory Employers’ Liability $500,000 Each Accident Commercial General Liability Bodily Injury and $1,000,000 Combined Single Limit Property Damage Automobile Liability: Bodily Injury and $1,000,000 Combined Single Limit Property Damage Professional Liability Insurance $1,000,000 Each Claim ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. Kimley-Horn Contract – Professional Engineering Services 4 7/16/2025 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. 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 Kimley-Horn Contract – Professional Engineering Services 5 7/16/2025 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. 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. Kimley-Horn Contract – Professional Engineering Services 6 7/16/2025 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 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. Kimley-Horn Contract – Professional Engineering Services 7 7/16/2025 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, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 Engineering documents, drawings, and specifications 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: 125 West Mountain Street Fayetteville, Arkansas 72701 ENGINEER’s address: 805 South Walton Boulevard Suite 520 Bentonville, AR 72712 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 Kimley-Horn Contract – Professional Engineering Services 8 7/16/2025 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 to the extent 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. 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 Kimley-Horn Contract – Professional Engineering Services 9 7/16/2025 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 warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER’s agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in Kimley-Horn Contract – Professional Engineering Services 10 7/16/2025 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. ENGINEER By: Vice President, Scott R Arnold By: CITY OF FAYETTEVILLE, ARKANSAS By: Mayor, Molly Rawn ATTEST: By: City Clerk Treasurer, Kara Paxton Vice President, Luke A. Schmidt END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 APPENDIX A Scope for Transportation Planning and Engineering Services for Joyce Boulevard SS4A Implementation Project – Phase 1 The scope set forth herein defines the work to be performed by Kimely-Horn and Associates, Inc. (“Kimley-Horn” or “Consultant”) in completing phase 1 of the project. Both the City of Fayetteville (“Client”) and Consultant have attempted to clearly define the work to be performed and address the needs of this phase of the overall project. Project Understanding The overview of this project is to determine proper and effective safety countermeasures to incorporate into design improvements via the completion of various planning level assessments. The recommendations will include safety countermeasures to be incorporated along the Joyce Boulevard corridor from 71B to Crossover Road. This will also be utilized in preparation for the phase 2 contract which shall include engineering design services. Assumptions Kimley-Horn’s scope and fee are based on the following assumptions: a. All services outlined below are to be performed by Kimley-Horn except for the traffic count data collection services. If any of these assumptions are not correct, then the scope and fee will change. Scope of Services Kimley-Horn will provide the services set forth below. Task 1: Project Administration A. Project Management a. The Consultant will maintain project records, budgets, and communications for the duration of the project. The Consultant anticipates bi-weekly calls and monthly progress reports via e-mail between the Consultant’s Project Manager and the Client staff to review the status of tasks and to keep the schedule current. b. A project kickoff meeting will be conducted via conference call between the Consultant team and Client based on tasks that are authorized by the Client. This meeting will be facilitated by the Consultant Project Manager to discuss the following: i. Preliminary schedule; ii. Goals and objectives; iii. Request for information (RFI), which could consist of: 1. Existing roadway / structures as-built plans, Client provided; 2. Roadway functional classification(s), Client provided; 3. FEMA floodplain maps (if applicable); 4. Existing Right-of-Way information; 5. Ownership mapping; Page 2 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 6. Existing bicycle facilities from Client in GIS format, if applicable; 7. Sidewalk inventory to be completed under Task 4: Pavement and Sidewalk Conditions Assessment; 8. Existing and proposed transit ridership data, current transit service, and facility planning data, to include any revised service plans, if applicable; 9. Most current transportation plans from Client to include committed improved and travel forecasts; 10. Most recent digital aerial orthophotography of the project study area from Client, if available; 11. Pertinent data on existing and planned major utilities; and 12. Vehicle crash data and analysis from the Client in GIS format. iv. Data collection; and v. Other coordination items. B. Team Management a. Lead, manage, and direct team activities including subconsultants (as needed) b. Provide Quality Control / Quality Assurance (QC/QA) practices as part of the performance of the work. c. Communicate internally among team members. d. Task and allocate team resources. C. Communications and Reporting a. Prepare and submit monthly invoices in the format requested by the Client. b. Prepare and submit monthly project status updates. c. Prepare and submit baseline project schedule initially, and project schedule updates monthly. D. Status Meetings a. Attend up to 16 bi-weekly progress meetings with the Client to review progress, provide updates, and receive feedback on the work. A tentative schedule will be provided as an attachment based on an agreed upon scope of services. b. Progress meetings will be held internally as needed throughout the length of the project to coordinate production, key decisions, sub-consultant coordination, and project analysis / design. Also, the Consultant will prepare contracts for any sub-consultant(s), monitor sub-consultant staff activities, ensure sub-consultant(s) adhere to the project schedule, and review and recommend approval of sub-consultant invoices. c. Schedule, provide logistics, conduct, and prepare meeting summaries for progress meetings. Consultant will provide materials needing review up to three (3) business days ahead of time for the Client to review. Page 3 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 E. Deliverables a. Meeting summaries with action items. b. Baseline project schedule. c. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes. d. Monthly project status reports. e. Monthly project invoices. Task 2: Traffic Study A.Data Collection. The Consultant will collect the following information: a. 6-hour weekday turning movement counts at the following intersections (including bicycle/pedestrians) from 7AM – 9AM (AM peak hour) and 3PM – 7PM (PM peak hour): i. Joyce Blvd at 71B (College Avenue) ii. Joyce Blvd at North Vantage Drive iii. Joyce Blvd at Parkview Drive iv. Joyce Blvd at Old Missouri Road v. Joyce Blvd at North Crossover Road (bicycle and pedestrian only) b. Weekday turning movement counts at up to ten (10) locations agreed upon with the Client. Counts shall be collected during the AM peak hour (7AM – 9AM) and PM peak hour (3PM – 7PM). c. Up to three (3) 24-hour speed and vehicular counts along Joyce Boulevard at agreed upon locations with the Client. d. During one (1) peak hour, the Consultant will perform field observations along the study corridor to determine existing lane use and traffic control, posted speed limits, and geometric features. e. The Consultant will review existing available crash data, review areas with increased crash experience, and further review high severity crashes / locations. f. Based on the data collection, an existing volume, crash, and observations exhibit will be created for the study area noting the findings. B.Trip Generation, Distribution, and Assignment. Traffic volumes and trip generation, distribution, and assignment for the corridor will be analyzed using collected traffic data as well as projected traffic data for the short-range horizon (2030) and long-range horizon (2045). The traffic growth rate from year 2025 to 2045 will be determined based on a review of the Client’s historic counts and the Arkansas Department of Transportation Average Daily Traffic Maps. A traffic growth rate will be provided by the Consultant to the Client for review prior to the Consultant proceeding with the capacity analysis. Page 4 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 C.Intersection Capacity Analysis. Intersection capacity analysis for the AM and PM peak periods will be performed for the study intersections: a. Joyce Boulevard at Highway 71B (College Avenue) b. Joyce Boulevard at North Vantage Drive c. Joyce Boulevard at Parkview Drive d. Joyce Boulevard at Old Missouri Road e. Joyce Boulevard at North Crossover Road (AR-265) D.Thoroughfare Capacity Analysis. Kimley-Horn will conduct a thoroughfare capacity analysis based on the conceptual alternative for Joyce Boulevard as outlined in Task 6: Corridor Study. E.Turn Lane Assessment. Kimley-Horn will evaluate the need and length for turn lanes at all study intersections. F.Sight Distance Analysis. Intersection sight distance at each study intersection will be reviewed based on field observations. A photolog will be included in the documentation. G.Traffic Mitigation. If the results of the analysis indicate that improvements are necessary from a capacity and/or safety standpoint, the Consultant will identify the types of improvements recommended to improve vehicle and pedestrian safety along the corridor. H.Review Existing Traffic Signal Controller Settings and Coordination. Existing traffic signal operations will be reviewed and any recommendations to optimize traffic capacity and overall safety will be provided, and may include clearance intervals, coordinated speeds, leading pedestrian interval (LPI), and sufficient clearance intervals for pedestrian phases. I.Document Study Results and Project Coordination. An electronic (PDF) draft report that documents the study methodology, traffic volumes, analysis results, and recommendations for ingress/egress improvements (if necessary) will be prepared and submitted to the Client for review and comment. Kimley-Horn will incorporate one round of internal review comments and submit an electronic sealed report to the City for review. If necessary, Kimley-Horn will respond to one (1) round of comments from the City and submit the final revised report. Task 3: Lighting Study A. The Consultant will perform a field evaluation to confirm existing street light locations and configurations. The Consultant will confirm with the Client on the street light fixture type(s). B. The Consultant will prepare a photometric analysis model for the corridor and signalized intersections within the project limits in accordance with City requirements. The photometric analysis will involve modeling existing and proposed fixtures to meet the roadway illumination level requirements. The Consultant assumes the light fixtures are to be selected by the City. A photometric exhibit and one sheet for fixture cut sheets will be provided. Page 5 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 C. The Consultant will prepare a technical memorandum that documents key findings from the field evaluation, summarizes the photometric analysis, and provides recommendations for proposed street light locations as an effective safety countermeasure. D. Deliverables a. Draft Technical Memorandum with Photometric Analysis Exhibit The Consultant will address up to one (1) round of reasonable comments. b. Final Technical Memorandum with Photometric Analysis Exhibit Task 4: Pavement and Sidewalk Conditions Assessment A.Pavement Conditions Assessment. The Consultant will perform a visual inspection of the corridor pavement along Joyce Boulevard. Significant pavement deterioration (cracks, potholes, depressions, swelling, etc.) will be evaluated and pavement rehabilitation options may be provided, if necessary. A geotechnical investigation will not be performed under this task. A technical memorandum and an opinion of probable construction cost will be prepared and submitted to the Client. The Consultant will address up to one (1) round of reasonable comments. B.Sidewalk Conditions Assessment. The Consultant will perform a visual inspection of all sidewalk and pedestrian ramp conditions within the Right-of-Way. Existing curb ramp slopes, locations and geometry will be evaluated for ADA compliance and overall pedestrian safety. Existing driveways and intersection crosswalk pavement will also be evaluated for ADA compliance. A technical memorandum and an opinion of probable construction cost will be prepared and submitted to the client. The Consultant will address up to one (1) round of reasonable comments. Task 5: Intersection Control Evaluation One (1) Intersection Control Evaluation (ICE) report in total will be prepared for the project corridor. This will consist of a Stage 1 evaluation for the following intersections along the corridor. The Stage 1 evaluation will identify three (3) intersections to further analyze in Stage 2. -Joyce Boulevard at Highway 71B (College Avenue) -Joyce Boulevard at North Vantage Drive -Joyce Boulevard at Parkview Drive -Joyce Boulevard at Old Missouri Road -Joyce Boulevard North Crossover Road (AR-265) (Pedestrian / Bicyclists Only) Stage 1 establishes a list of viable intersection configurations for the study location by applying engineering judgement and conducting limited analysis. The ICE Report Stage 1 task shall consist of the following per intersection: A. The Consultant will determine the feasibility of potential intersection control methods at the study intersections listed above. B. Collect crash history data and perform a safety review. Page 6 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 C. Using traffic data collected in Task 2: Traffic Study, analyze existing and projected traffic volumes for preliminary operational analysis using FHWA’s CAP-X tool. D. Conclude and identify three (3) intersections to further analyze in Stage 2. Stage 2 is where most analysis activities occur, ranging from quantitative analyses of traffic operations and safety performance measures to qualitative analyses of performance measures focused on community values. The ICE Report Stage 2 task shall consist of the following per intersection: E. Prepare an operational analysis for the existing intersection lane configuration, and the alternative intersection control methods identified in Stage 1 of the ICE process using collected data from Task 2: Traffic Study as well as projected traffic data for the short-range horizon (2030) and long-range horizon (2045). a. Stop-controlled and signalized intersections will be analyzed using Synchro 12, employing Highway Capacity Manual (HCM) methodologies and HCM 6th Edition LOS thresholds. The proposed cycle length will be determined by the Consultant for each peak period analyzed (AM and PM peak). A proposed roundabout will be analyzed in Junctions 11/Arcady software or SIDRA 9.1 using the US HCM 7th Edition roundabout capacity equations and parameters. F. Prepare CAD sketches of the existing and proposed alternatives to create plan view exhibits to display the existing conditions and the proposed improvements within and directly adjacent to the intersection. Conceptual-level sketches of the proposed conditions will be created to represent the anticipated lane configurations and geometries for each intersection control method studied in Stage 2 of the ICE process. a. As part of the roundabout sketch, the following performance checks will be performed and provided to the client in CAD format: i. Fastest Path ii. Truck Paths iii. Sight Distance Envelopes G. Prepare a collision prediction model for the proposed intersection control methods using industry accepted prediction models to account for costs related to crashes (economic costs) for a 20-year life cycle. FHWA’s Safety Performance for Intersection Control Evaluation (SPICE) tool will be sourced for crash prediction modeling of the proposed traffic signal and the proposed roundabout. H. Prepare opinion of probable construction costs (OPCCs) for each proposed alternative intersection control. The Consultant has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to the Consultant at this time and represent only the Consultant's judgment as a design professional familiar with the construction industry. The Consultant cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. I. Prepare a predicted 20-year maintenance cost for the intersection control alternatives to compare life cycle costs. Page 7 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 J. Compile the Intersection Control Evaluation Report incorporating the various analyses and results. The ICE Report will consist of the engineer’s recommended intersection control alternative based on a review of the quantitative and qualitative analysis results. K.Deliverables. The Consultant deliverables will consist of electronic CAD (.dwg) and PDF files shared between the Consultant and the Client. a. A draft ICE Report will be provided by the Consultant to the Client for initial review and comments. The ICE Report will include Appendices that contain the data collection documents, operational analyses, roundabout design criteria and assumptions, crash prediction model calculations, and OPCC pay items and unit prices. b. Synchro, SIDRA, and/or ARCADY Output c. CAD files that contain the roundabout performance checks d. 11”x17” exhibits for each of the intersection control options analyzed. Task 6: Corridor Study A. Data Collection and Analysis of Existing Conditions a.Reconnaissance. It is assumed this will completed under Task 1: Project Administration. b.Traffic Data Collection. It is assumed this will be completed under Task 2: Traffic Study. c.Prepare Mapping of Collected Data. The Consultant, in coordination with the Client, will identify and quantify influences and safety concerns based on current conditions. This determination will serve to identify key issues throughout the project study area. B. Develop Alternatives a.Team Strategy Meeting. The Consultant team to regroup to review work performed to date, ongoing coordination, critical assumptions going forward, and update the project schedule. b.Develop Corridor Concept. Using the collected data and existing conditions analysis, the Consultant will develop intersection / corridor opportunities consistent with the existing / future traffic projections, geometric constraints, and goals / objectives of the Client. The purpose of the alternative is to enhance multi-modal safety via the implementation of various FHWA safety countermeasures. The Consultant will also prepare planning level opinions of probable construction costs for the alternative. C. Conceptual Analysis. The Consultant will identify and define reasonable short and intermediate-term improvements within the project study area. The proposed improvements will be informed by planned local and regional transportation improvements, projected population changes, future land uses, and travel demands. The Consultant will prepare an initial list of improvements to develop a corridor concept. Possible improvement recommendations may consist of: Page 8 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 a. Installation of new traffic signals; b. Traffic signal modifications (including removals); c. Incorporation of Street Light recommendations covered under Task 3: Lighting Study. d. Incorporation of Intersection Control Evaluation recommendations covered under Task 5: Intersection Control Evaluation. e. Median construction or opening modifications; f. Access control modifications; g. Multi-modal improvements and / or modifications; h. Intelligent Transportation System (ITS) improvements; and i. Regulatory changes and / or proposals. The recommended improvements will receive feedback from the Client and Public / Stakeholders to finalize the short and intermediate-term improvements. The Consultant may also utilize previous mobility data, evaluations, traffic signal warrant studies, traffic impact studies, and access management studies, so long as they are less than three (3) years of age. The Consultant will evaluate the identified improvements based on the project study area goals and objectives developed in the previous task. The improvements that do not suitably address the goals and objectives will be eliminated from further consideration. a.Develop Measures of Effectiveness (MOE). The Consultant, in cooperation with the Client, will confirm the study goals and objectives based on the existing conditions and corridor enhancement needs. Goals will include identifying short-term and long-term transportation improvements, access management, parking accommodations, land use, and physical characteristics. The defined goals will be used to develop the Measures of Effectiveness (MOE). b.Determine Utility Conflicts. The Consultant will use Client provided record drawings to review existing corridor utilities and potential impacts of the proposed corridor improvements related to existing utilities. These conflicts will be summarized/noted in the study findings. c.Determine Right-of-Way Needs. The Consultant will use Client provided record drawings and available property/parcel information to review the existing corridor Right-of-Way and potential impacts of the proposed corridor improvements related to Right-of-Way. Anticipated Right-of-Way needs will be summarized/notes in the study findings. d.Evaluate for MOEs. The Consultant will review relevant City Ordinances and State Statutes regarding planning and/or land development which may impact the study area. The Consultant will identify and summarize existing or proposed planning/development related ordinances, rules, or practices of the political entities in the project study area Page 9 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 with respect to roadway configuration, driveway access, parking, sidewalk construction/maintenance, and other non-motorized transportation facilities. This summary should be compared to current best practices and City of Fayetteville rules, guidelines, and standards – noting inconsistencies, conflicts, or omissions. e.Team Strategy Meeting. The Consultant team to regroup to review work performed to date, ongoing coordination, critical assumptions going forward, and update the project schedule. D. Conceptual Design Report Submittal a.Evaluate Potential for Environmental Impacts. The Consultant will list possible impacts of the proposed corridor improvement concept to existing blue line streams or floodplains in the design report. b.Determine Sequence of Construction. With input from the Client, the Consultant will provide initial considerations for a possible phasing of the proposed improvements and short / long term priorities. c. Prepare Preliminary Cost Estimates. The Consultant will develop and refine a planning level opinion of probable construction cost based for each of the corridor improvement concepts. d.Complete Draft Report. The Consultant will prepare and deliver both draft and final printed reports reflecting the recommended improvement concepts and enhancements. The reports should include a summary of recommended projects along with project descriptions, costs, benefits, and potential funding sources for each of the political entities. The list of recommended projects should be prioritized in cooperation with the Client and the Steering Committee. The reports should also include a summary of recommended long-tern access management action strategies and projects (if applicable) for each of the political entities in the corridor. e.Team Strategy Meeting. The Consultant team to regroup to review work performed to date, ongoing coordination, critical assumptions going forward, and update the project schedule. f.Stakeholders Meeting (1st Project Meeting). The Consultant will attend and facilitate the public meeting. The Consultant will be responsible for the following tasks: i. Content development and production of meeting handouts and agendas; ii. Prepare / submit meeting summaries within seven (7) business days of the meeting; iii. Conceptualize, develop, and deliver appropriate agendas, exhibits, and / or displays needed for meetings requiring handouts / materials; iv. Development of all meeting summaries, questionnaires, name tags, sign-in sheets, and comment forms; v. Work with the Client to determine mutually agreed upon location for the Public Meetings; and vi. Debrief the Client on the outcome of the Public Meetings. Page 10 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 The Client will be responsible for the following: vii. Provide it’s own personnel to staff Public Meeting; viii. Manage publicity and site logistics for the Public Meeting; ix. Print and mail Consultant developed announcements to the General Public and / or Business Owners along the corridor (if required); x. Determine mutually agreed upon location of the Public Meeting; xi. Create and send invitations for Public Meetings; and xii. Create notices to post on Client website, news media outlets, etc. g.Team Strategy Meeting. The Consultant team to regroup to review work performed to date, ongoing coordination, critical assumptions going forward, and update the project schedule. h.Develop Preliminary Footprint. The Consultant will develop a corridor improvement concept to define the planning level extents of the proposed corridor improvements. i.Revise Draft Report to Incorporate Stakeholder Comments. The Consultant will revise the initial report to incorporate one (1) round of reasonable comments to incorporate Public / Stakeholder comments. j.Meeting with Property Owners (2nd Project Meeting). The Consultant will attend and facilitate the property owner’s meeting. The Consultant will be responsible for the following tasks: i. Content development and production of meeting handouts and agendas; ii. Prepare / submit meeting summaries within seven (7) business days of the meeting; iii. Conceptualize, develop, and deliver appropriate agendas, exhibits, and / or displays needed for meetings requiring handouts / materials; iv. Development of all meeting summaries, questionnaires, name tags, sign-in sheets, and comment forms; v. Work with the Client to determine mutually agreed upon location for the Public Meetings; and vi. Debrief the Client on the outcome of the Public Meetings. The Client will be responsible for the following: vii. Provide it’s own personnel to staff Public Meeting; viii. Manage publicity and site logistics for the Public Meeting; ix. Print and mail Consultant developed announcements to the General Public and / or Business Owners along the corridor (if required); x. Determine mutually agreed upon location of the Public Meeting; xi. Create and send invitations for Public Meetings; and xii. Create notices to post on Client website, news media outlets, etc. k.Print Final Report. The Consultant will finalize the report and submit a digital copy, and up to ten (10) hard copies to the Client, as requested. l.Presentation to Transportation Committee. The Consultant will present the final report and recommendations to the City Council Transportation Committee. Page 11 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 Task 7: SMARTS Kimley-Horn’s project and program management solution, SMARTS™, is a dynamic web-based platform to assist the Client’s with input, organization, and project tracking / program information to give team members and contractors a single source of up-to-date information. This platform shall be used for up to five (5) project sites as part of the Fayetteville SS4A Implementation Program under a one- time fee. Additional Services Any services not specifically provided for in the above scope will be billed as additional services and performed at Kimley-Horn’s then-current hourly rates. Additional services Kimley-Horn can provide include, but are not limited to, the following: a. Negotiation of easements or property acquisition. b. Services related to development of the Client’s project financing and/or budget. c. Engineering design services not outlined in the scope of services. d. Topographic survey. e. Subsurface utility engineering. f. Bidding and Construction Phase Services. g. Performance of miscellaneous and supplemental services related to the project requested by the Client. Information Provided By Client Kimley-Horn shall be entitled to rely on the completeness and accuracy of all information provided by the Client or the Client’s consultants or representatives. The Client shall provide all information requested by Kimley-Horn during the project, including but not limited to the following: A. Project Administration a. Existing roadway / structures as-built plans. b. Roadway functional classification(s). c. FEMA floodplain maps (if applicable). d. Existing Right-of-Way information. e. Ownership mapping. f. Existing bicycle facilities in GIS format, if applicable. g. Existing and proposed transit ridership data, current transit service, and facility planning data, to include any revised service plans, if applicable; h. Most current transportation plans that include improved and travel forecasts. i. Most recent digital aerial orthophotography of the project study area, if available. j. Pertinent data on existing and planned major utilities. k. Vehicle crash data and analysis in GIS format (preferred). Page 12 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 B. Traffic Study a. Traffic signal timing operation information. b.Any crash reporting information from the previous five (5) years. C. Lighting Study a. Street light fixture types along the corridor and at signalized intersections. b. Street light level requirements (if any). c. Street light pole assembly information (pole, luminaire arm, fixture, etc.). D. Pavement and Sidewalk Conditions Assessment a. Record drawings along the corridor. b. Pavement maintenance record information. E. Intersection Control Evaluation a. None F. Corridor Study a. None. G. SMARTS a. Goals/preferences for project site creation based on project demonstration meeting. Schedule Kimley-Horn will perform the services as expeditiously as practicable with the goal of meeting a mutually agreed upon schedule as shown in this Appendix. ID Task Name Duration Start Finish 1 Project NTP 0 days Wed 8/6/25 Wed 8/6/25 2 1. Project Administration 175 days Wed 8/6/25 Tue 4/7/26 3 Team Management, Communications and Reporting, and Status Meetings 175 days Wed 8/6/25 Tue 4/7/26 4 2. Traffic Study 72 days Wed 8/6/25 Fri 11/14/25 5 Traffic Study NTP 0 days Wed 8/6/25 Wed 8/6/25 6 Data Collection and Traffic Counts 10 days Mon 9/1/25 Fri 9/12/25 7 Trip Generation, Distribution, and Assignment 2 days Mon 9/15/25 Tue 9/16/25 8 Intersection Capacity Analysis 2 days Wed 9/17/25 Thu 9/18/25 9 Thoroughfare Capacity Analysis 2 days Fri 9/19/25 Mon 9/22/25 10 Turn Lane Assessment 2 days Tue 9/23/25 Wed 9/24/25 11 Sight Distance Analysis 2 days Thu 9/25/25 Fri 9/26/25 12 Traffic Mitigation 2 days Mon 9/29/25 Tue 9/30/25 13 Review Traffic Signal Settings and Coordination 2 days Wed 10/1/25 Thu 10/2/25 14 Prepare Draft Study Results 10 days Fri 10/3/25 Thu 10/16/25 15 Submit Draft Study Results to City 0 days Thu 10/16/25 Thu 10/16/25 16 Review Period 14 days Fri 10/17/25 Wed 11/5/25 17 Comment Review Meeting 0 days Wed 11/5/25 Wed 11/5/25 18 Address City Comments 6 days Thu 11/6/25 Thu 11/13/25 19 Submit Final Study Results to City 0 days Fri 11/14/25 Fri 11/14/25 20 3. Lighting Study 51 days Wed 8/6/25 Wed 10/15/25 21 Lighting Study NTP 0 days Wed 8/6/25 Wed 8/6/25 22 Lighting Study Kickoff Meeting w/City 0 days Mon 8/11/25 Mon 8/11/25 23 Field Evaluation 2 days Wed 8/13/25 Thu 8/14/25 24 Photometric Analysis and Modeling 5 days Mon 8/18/25 Fri 8/22/25 25 Prepare Draft Technical Memorandum 14 days Mon 8/25/25 Thu 9/11/25 26 Submit Draft Technical Memorandum to City 0 days Fri 9/12/25 Fri 9/12/25 27 Review Period 14 days Mon 9/15/25 Thu 10/2/25 28 Comment Review Meeting 0 days Mon 10/6/25 Mon 10/6/25 29 Address City Comments 6 days Tue 10/7/25 Tue 10/14/25 30 Submit Final Technical Memorandum to City 0 days Wed 10/15/25 Wed 10/15/25 31 4. Pavement & Sidewalk Conditions Assessment 34 days Wed 8/6/25 Tue 9/23/25 32 Pavement & Sidewalk Conditions Assessment NTP 0 days Wed 8/6/25 Wed 8/6/25 33 Prepare Field Evaluation Materials 2 days Wed 8/6/25 Thu 8/7/25 34 Field Evaluations 2 days Fri 8/8/25 Mon 8/11/25 35 Prepare Draft Technical Memos & Costing 10 days Tue 8/12/25 Mon 8/25/25 36 Submit Draft Technical Memos & Costing 0 days Mon 8/25/25 Mon 8/25/25 37 Review Period 14 days Tue 8/26/25 Fri 9/12/25 38 Comment Review Meeting 0 days Fri 9/12/25 Fri 9/12/25 39 Address City Comments 6 days Mon 9/15/25 Mon 9/22/25 40 Submit Final Technical Memos & Costing 0 days Tue 9/23/25 Tue 9/23/25 41 5. Intersection Control Evaluation (ICE)68 days Tue 9/16/25 Mon 12/22/25 42 Intersection Control Evaluation NTP 0 days Tue 9/16/25 Tue 9/16/25 43 Stage 1: Cap-X, Safety Reporting, Design Vehicle 10 days Wed 9/17/25 Tue 9/30/25 44 Stage 2: Alternative Selections 30 days Wed 10/1/25 Tue 11/11/25 45 Safety Performance 5 days Wed 10/1/25 Tue 10/7/25 46 Operational Analysis 5 days Wed 10/1/25 Tue 10/7/25 47 Intersection Sketching 15 days Wed 10/8/25 Tue 10/28/25 48 Performance Checks 5 days Wed 10/8/25 Tue 10/14/25 49 Opinions of Probable Construction Costs 2 days Wed 10/15/25 Thu 10/16/25 50 Prepare Draft ICE Report 8 days Wed 11/12/25 Fri 11/21/25 51 Submit Draft ICE Report 0 days Fri 11/21/25 Fri 11/21/25 52 Review Period 14 days Mon 11/24/25 Thu 12/11/25 53 Comment Review Meeting 0 days Fri 12/12/25 Fri 12/12/25 54 Address City Comments 6 days Fri 12/12/25 Fri 12/19/25 55 Submit Final ICE Report 0 days Mon 12/22/25 Mon 12/22/25 56 6. Corridor Study 174 days Wed 8/6/25 Tue 4/7/26 57 Corridor Study NTP 0 days Wed 8/6/25 Wed 8/6/25 58 Develop Alternative 45 days Wed 8/6/25 Tue 10/7/25 59 Conceptual Analysis 20 days Wed 10/8/25 Tue 11/4/25 60 Prepare Draft Conceptual Design Report 30 days Wed 11/5/25 Tue 12/16/25 61 Submit Draft Conceptual Design Report 0 days Tue 1/6/26 Tue 1/6/26 62 Stakeholder Meeting 0 days Tue 1/13/26 Tue 1/13/26 63 Review Period 30 days Tue 1/13/26 Mon 2/23/26 64 Comment Review Meeting 0 days Mon 2/23/26 Mon 2/23/26 65 Address City / Stakeholder Comments 20 days Tue 2/24/26 Mon 3/23/26 66 Meeting with Property Owners 0 days Mon 3/23/26 Mon 3/23/26 67 Submit Final Conceptual Design Report 0 days Tue 3/24/26 Tue 3/24/26 68 Transportation Committee Presentation 0 days Tue 4/7/26 Tue 4/7/26 Project NTP 8/6 Traffic Study NTP 8/6 Submit Draft Study Results to City 10/16 Comment Review Meeting 11/5 Submit Final Study Results to City 11/14 Lighting Study NTP 8/6 Lighting Study Kickoff Meeting w/City 8/11 Submit Draft Technical Memorandum to City 9/12 Comment Review Meeting 10/6 Submit Final Technical Memorandum to City 10/15 Pavement & Sidewalk Conditions Assessment NTP 8/6 Submit Draft Technical Memos & Costing 8/25 Comment Review Meeting 9/12 Submit Final Technical Memos & Costing 9/23 Intersection Control Evaluation NTP 9/16 Submit Draft ICE Report 11/21 Comment Review Meeting 12/12 Submit Final ICE Report 12/22 Corridor Study NTP 8/6 Submit Draft Conceptual Design Report 1/6 Stakeholder Meeting 1/13 Comment Review Meeting 2/23 Meeting with Property Owners 3/23 Submit Final Conceptual Design Report 3/24 Transportation Committee Presentation 4/7 M J J A S O N D J F M A M Half 2, 2025 Half 1, 2026 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress City of Fayetteville Joyce Boulevard SS4A Implementation Project - Phase 1 Kimley-Horn and Associates, Inc.Page 1 Project: Joyce Blvd SS4A Phase Date: Thu 7/10/25 ATTACHMENT B COMPENSATION kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 Transportation Planning and Engineering Services for Joyce Boulevard SS4A Implementation Project – Phase 1 Time and Materials with Rate Schedule I. Compensation A.The Consultant shall be compensated in an amount not to exceed $287,000 for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Appendix A as follows: i.Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the project multiplied by the appropriate Labor Category Rate for the Consultant’s team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Hourly Labor Rate Schedule Classification Rate Analyst I $145 - $175 Analyst II $185 - $220 Professional $215 - $250 Senior Professional I $265 - $345 Senior Professional II $360 - $430 Senior Technical Support $130 - $310 Technical Support $105 - $180 Support Staff $95 - $160 ** Effective through June 30, 2026 Kimley-Horn will not exceed the total maximum labor fee shown without authorization from the Client. However, Kimley-Horn reserves the right to reallocate amounts among tasks as necessary. ii.Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. (1)Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. Page 2 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 iii.Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to Consultant plus a markup of ten percent (10%). iv.Budgets. Consultant will make reasonable efforts to complete the work within the budget and will keep the Client informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. Consultant is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the Client obligated to pay the Consultant beyond these limits. If the Consultant projects, in the course of providing the necessary services, that the project cost presented in this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the Consultant shall immediately report such fact to the Client and, if so instructed by the Client, shall suspend all work hereunder. When any budget has been increased, the Consultant’s excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B.The Consultant shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A.The Consultant shall be paid by the Client based upon an invoice created on the basis of statements prepared from the books and records of account of the Consultant, based on the actual hours and costs expended by the Consultant in performing the work. B.Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C.Consultant shall prepare and submit invoices in the format and including content as agreed upon with the Client. D.Payment of invoices will be subject to certification by the Client that such work has been performed. III. Progress Reports A.The Consultant shall prepare and submit to the designated representative monthly progress reports and schedules in the format required by the City. Page 3 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 IV. Summary of Total Project Fees Task Number & Name Hours Labor Expenses Subtotal 1 Project Administration 105 $21,200 $ 21,200 2A Traffic Study 101 $23,300 $ 23,300 2B Traffic Count Data Collection 10 $1,800 $ 20,200Subconsultant: The Traffic Group $18,400 3 Lighting Study 122 $22,400 $200 $ 22,600 4 Pavement and Sidewalk Conditions Assessment 140 $28,400 $300 $ 28,700 5 Intersection Control Evaluation 385 $68,000 $200 $ 68,200 6A Corridor Study (Excluding Public Engagement)345 $60,500 $ 60,500 6B Public Engagement 197 $37,300 $ 37,300 7 SMARTS $5,000 $ 5,000 Total:$ 287,000 See following section for task / hour fee breakdown. The labor categories are as follows: Labor Categories P7 – Senior Professional II P6 – Senior Professional I P5 – Senior Professional I (Senior Engineer) P4 – Professional (Project Engineer) P3 – Professional (Design Engineer) P2 – Analyst (EIT II) P1 – Analyst (EIT I) N5 – Support Staff B3 – Support Staff Page 4 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 V. Task / Hour Fee Breakdown A.Task 1 – Project Management Task Description P7 P6 P5 P4 P3 P2 P1 N5 Subtotal 1.1 RFI and Data Sourcing 1 5 2 8 16 1.2 Team Management (4 hours/month for 8 months)32 32 1.3 Communications and Reporting Invoicing / Progress Reports 5 10 10 25 Project Schedule and Monthly Updates 4 8 12 1.4 Status Meetings (16 bi-weekly meetings total)20 20 Subtotal:1 66 2 18 8 10 105 Task 1 Labor Subtotal: $ 21,200 Task 1 Expense Subtotal:$ 0 Task 1 Fee Total:$ 21,200 Page 5 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 B. Task 2 – Traffic Study Task Description P7 P6 P5 P4 P3 P2 P1 N5 Subtotal Task 2A – Traffic Study 2A.1 Trip Generation, Distribution, and Assignment 8 8 2A.2 Intersection Capacity Analysis 8 8 2A.3 Thoroughfare Capacity Analysis 8 8 2A.4 Turn Lane Assessment 8 8 2A.5 Sight Distance Analysis 8 8 Field Evaluation 4 4 8 2A.6 Traffic Mitigation 4 4 2A.7 Review Traffic Signal Settings and Coordination 16 16 2A.8 Prepare Draft Study Results 14 14 Internal QC / QA 5 5 2A.9 Comment Review Meeting with City 1 1 2 2A.10 Address City Comments and Submit Final Study Results 10 10 Internal QC / QA 2 2 Task 2A Subtotal:7 89 1 4 101 Task 2B –Traffic Count Data Collection 2B.1 Traffic Count Coordination 2 4 2B.2 Crash Data / Trends / Analysis 4 Task 2B Subtotal:2 8 10 Task 2 Subtotal:7 91 1 12 111 Task 2A Labor Subtotal: $ 23,300 Task 2A Expense Subtotal $ 0 Task 2A Fee Total:$ 23,300 Task 2B Labor Subtotal: $ 1,800 Task 2B Expense Subtotal: $ 25 Task 2B Subconsultant (The Traffic Group): $ 18,375 Task 2B Fee Total:$ 20,200 Page 6 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 C. Task 3 – Lighting Study Task Description P7 P6 P5 P4 P3 P2 P1 N5 Subtotal 3.1 Lighting Study Kickoff Meeting 1 1 2 3.2 Field Evaluation 10 10 20 3.3 Photometric Analysis and Modeling 40 40 3.4 Prepare Draft Technical Memorandum 15 25 40 Internal QC / QA 4 4 3.5 Comment Review Meeting with City 1 1 2 3.6 Address City Comments and Submit Final Lighting Study 2 5 5 12 Internal QC / QA 2 2 Subtotal: 6 29 42 45 122 Task 3 Labor Subtotal: $ 22,400 Task 3 Expense Subtotal: $ 200 Task 3 Fee Total:$ 22,600 Page 7 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 D. Task 4 – Pavement and Sidewalk Conditions Assessment Task Description P7 P6 P5 P4 P3 P2 P1 N5 Subtotal 4.1 Prepare Aerial Exhibits 8 8 4.2 Field Evaluation 20 20 40 4.3 Prepare Draft Technical Memorandum and Costing 8 15 30 53 Internal QC / QA 6 6 4.4 Comment Review Meeting with City 1 1 2 4.5 Address City Comments and Submit Final Technical Memorandum and Costing 5 7 15 27 Internal QC / QA 4 4 Subtotal:24 43 65 8 140 Task 4 Labor Subtotal: $ 28,400 Task 4 Expense Subtotal: $ 300 Task 4 Fee Total:$ 28,700 Page 8 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 E.Task 5 – Intersection Control Evaluation Task Description P7 P6 P5 P4 P3 P2 P1 N5 Subtotal 5.1 Data Collection 10 10 20 5.2 Field Evaluation 5 5 10 5.3 Intersection Control Evaluation 20 60 80 Cap-X 15 15 Operational Analysis 40 40 Safety Performance SPICE 15 15 Opinions of Probable Construction Costs 20 20 Life-Cycle Cost Analysis 15 15 5.4 Intersection Sketching (up to three intersections)10 20 60 90 Performance Check Package 20 60 80 Subtotal:30 5 110 240 385 Task 5 Labor Subtotal:$ 68,000 Task 5 Expense Subtotal:$200 Task 5 Fee Total:$68,200 Page 9 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 F.Task 6 – Corridor Study Task Description P7 P6 P5 P4 P3 P2 P1 B3 Subtotal Task 6A – Corridor Study 6A.1 Corridor Analysis 1 8 9 Flood Plain Impacts 1 4 2 7 Right-of-Way 2 2 6A.2 Corridor Alternative Schematics Base Files 1 4 8 24 37 Concept 1 4 8 32 44 6A.3 Concept Revisions / Preferred / Hybrid QC/ QA and Finalize 1 4 4 9 Phasing Development Narrative 2 16 8 26 6A.4 Prepare Draft Report 25 95 35 155 Internal QC / QA 8 8 6A.5 Comment Review Meeting with City 6A.6 Address City Comments and Submit Final Report 12 28 4 44 Internal QC / QA 4 4 Task 6A Subtotal:18 79 16 193 39 345 Task 6B – Public Engagement 6B.1 Stakeholder Design Meeting 9 22 8 40 79 6B.2 Meeting with Property Owners 6 22 8 40 76 6B.3 Transportation Committee Meeting 4 10 8 20 42 Task 6B Subtotal:19 54 24 100 197 Task 6 Subtotal: Task 6A Labor Subtotal: $ 60,500 Task 6A Expense Subtotal $ 0 Task 6A Fee Total:$ 60,500 Task 6B Labor Subtotal: $ 37,300 Task 6B Expense Subtotal:$ 0 Task 6B Fee Total:$ 37,300 Page 10 kimley-horn.com 805 South Walton Boulevard, Suite 520, Bentonville, AR 72712 479.974.1263 G. Task 7 - SMARTS Task Description Expense Subtotal 7.1 Joyce Boulevard –1 Site $ 2,000 7.2 Remaining Sites –4 Total $ 3,000 Subtotal:$ 5,000 Task 7 Expense Subtotal:$5,000 Task 7 Fee Total:$5,000