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