HomeMy WebLinkAbout2014-04-29 - Agendas CITY OF
Tay e ARKeAN 5A5 le AGENDA
City Council Transportation Committee
April 29, 2014
5:15 pm or Immediately after Agenda Session
City Hall Room 326
Members: Matthew Petty, Chairman; Adella Gray; Justin Tennant; Rhonda Adams
City Staff: Chris Brown, City Engineer
1. Call to Order
Call meeting to order by Chairman Matthew Petty.
2. Old Business
None.
3. New Business
A. LEVERETT AVENUE: Review of cross sections and concept plans for Leverett
Avenue, between Cleveland Street and North Street. Staff requests a
recommendation on this item.
B. HIGHWAY 265-INSTALLATION OF TREES: Discussion regarding various scenarios
for placement of trees along Highway 265. (More information will be provided on this
item at the meeting).
C. RUPPLE ROAD EXTENSION: Review of proposed contract with Jorgensen and
Associates of Fayetteville for design services for Rupple Road, Persimmon to Martin
Luther King Drive. This item is on the City Council Agenda for May 6`h.
D. ZION ROAD IMPROVEMENTS: Review of a proposed contract with McClelland
Consulting Engineers for design services on Zion Road, between Vantage Drive
and Highway 265. This item is on the City Council Agenda for May 6th
4. Reports
General Update of the Transportation Bond Program.
5. Announcements
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville,AR 72701
CITY OF
Tay e ARKeAN 5A5 le STAFF MEMO
TO: City of Fayetteville Transportation Committee
THRU: Mayor Jordan
Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
FROM: Matt Casey, Engineering Design Manager
DATE: April 25, 2014
SUBJECT: Leverett Ave. Sidewalks
In 2013, the Transportation Division constructed street and sidewalk improvements along
Leverett Avenue from Maple Street to Cleveland Street. Curb and gutter was replaced, 5' and
6' sidewalks with greenspace were constructed as well as storm sewer. New retaining walls
were also constructed in some areas to replace older, failing walls.
In summer of 2014, the Transportation Division will be continuing the improvements from
Cleveland Street to North Street. Six foot wide sidewalks with 3' wide greenspace are planned
on both sides of the street for this section. There are some areas with space constraints that
will require that the sidewalk be moved closer to the curb. Other items of note include:
• Existing driveway widths and locations will be evaluated for the commercial businesses
in this section. Driveway widths will be reduced or eliminated where possible.
• The intersection with North Street will be evaluated for the addition of a south bound left
turn lane and restriping of the through lanes to alleviate some of the traffic congestion at
this signal.
A concept plan with a typical cross section are attached for the Committee's review, feedback
and recommendations prior to detailed design.
Attachments:
Concept Plan Sheets (3)
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville,AR 72701
�, T. -1�'�rV'1���: i_ ,•' y��i,+�txU.`.1.:. i�c-4s� y�•�t '`�;
- Lit ` ` • .. � - Y � ••
1
It '
LII - -�-� - - - - - - -- - - -- -
_ _ M
;,k
� � IIf C r :.J - R • �
�• tt , • C' RAN. 7+�
A
i
i I z
- I LO j W
m
r O F
0
• ' � I! a z
O
t1w7 i6 ryR l Q z
1
MAK
U) a
16- Lu LLI
? ; — — LEVERETT AVENUE 1 I — Z
_ — — — — — - - — m m -- — — — — — --- — — U J
Q
2 aM t , 2
It's!1 ' �• f
r
~ ` z
VF
Z
Z O
LLJ
♦'tea' _ 1� 1 ♦ , W ;
M
. t _ Z
� 4
W
RIGHT OF WAY WIDTH VARIES �a
6'TYP. 3'GREEN T GREEN 6'TYP. 40 0 40
CONC. SPACE 26'B.C.to B.C. SPACE CONC.
SIDEWALK (VAR.) (VAR.) SIDEWALK
11.5'LANE 11.5'LANE a,
1.5'TYPE'A' 1.5'TYPE'A' Q
CURB 8 GUTTER CURB 8 GUTTER Scale: 1 =40'
AP
ril 25. 2014
aEFT
TYPICAL STREET SECTION 2
LEVERETT AVE.
� 9/MlID BR
OYD AP
• � ��� WYM M
.11$
i GC
RE NYE:
t Z
O
= 40 0 40 z
W
Scale: 1 40' O =
a H
ifv a Z
: - o
r j
N � d
a ` • `;"
Lu LLI
Lu � Lu
-j - - ------.- - M V E R E T T V E N L3p
U _-- — •—•----- — •— —��•— # — --�.__ J
cQ � Rh
•
At w t Z
■ _
4 --i t • ' ` _
iii t■y =`'� . ■ N /g o
• ri LTJLLJ
M
- jir - �! C-D
LLJ
•
RIGHT OF WAY WIDTH VARIES �a
6'TYP. T GREEN 3'GREEN 6'NP.
CONC. SPACE 26'B.C.to B.C. SPACE CONC.
SIDEWALK (VAR.) (VAR.) SIDEWALK
11.5'LANE 11.5'LANE a,
1.5'TYPE'A' 1.5'TYPE•A'
CURB&GUTTER CURB&GUTTER
4/25/2014
aaFT
TYPICAL STREET SECTION 3
LEVERETT AVE.
A.8
Jorgensen and Associates, Inc.
Page 1 of 42
City of Fayetteville Item Review Form
2014-0192
Legistar File Number
5/6/14
City Council Meeting Date-Agenda Item Only
NIA for Non-Agenda Item
Chris Brown Development Services
Submitted By Department
Action Required:
Approval of a resolution awarding an Engineering Contract to Jorgensen &Associates, Inc. in an
amount not to exceed $387,000 for preliminary and final design and related services for Rupple
Road, from Martin Luther King Blvd. to Persimmon Street.
Does this item have a cost?=
$387,000.00 $387,000.00 Engineering
Cost of this request Category or Project Budget Program or Project Name
4520.9555.5314.00 Development Services
Account Number Funds Used to Date Program or Project Category
060350.2400 $0.00 Transportation Bonds
Project Number Remaining Balance Fund Name
Budget Adjustment Attached? NO
Budgeted Item? FYes
V20130812
1��4n
Previous Ordinance or Resolution#
Original Contract Number: 51��
Comments:
- ESER �
'�� a `t•2Z-zolY
A.8
CITY OF Jorgensen and Associates, Inc.
Page 2 of 42
Faylee 5-1v
ITY COUNCIL AGENDA MEMO
ARANSAS
MEETING OF MAY 6, 2014
TO: Mayor and City Council
THRU: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
FROM: Chris Brown, City Engineer
DATE: April 18, 2014
SUBJECT: A resolution awarding an Engineering Contract to Jorgensen &Associates,
Inc. in an amount not to exceed $387,000 for preliminary and final design
and related services for Rupple Road, from Martin Luther King Blvd. to
Persimmon Street.
RECOMMENDATION:
Staff recommends approval of a Contract with Jorgensen &Associates, Inc. in the amount of
$387,000 for preliminary and final design and related services for Rupple Road, from Martin
Luther King Blvd. to Persimmon Street.
BACKGROUND:
Rupple Road is included in the proposed Transportation Improvement Bond Program. Rupple
Road is shown on the City of Fayetteville Master Street plan as a Principal Arterial Parkway
from Martin Luther King Blvd. (Highway 62) north to Howard Nickell Road. The section under
consideration for this design contract will be from Martin Luther King Blvd. to Persimmon Street.
The street cross section will include four lanes with a 15' wide median, a 12' trail and a 5'
sidewalk. Roundabouts will be designed at the three intersections with the future Collector
street locations as shown on the Master Street Plan.
DISCUSSION:
Under this contract, Jorgensen &Associates, Inc. will provide preliminary and final design and
related services for Rupple Road, from Martin Luther King Blvd. to Persimmon Street.
Jorgensen &Associates, Inc. will also provide property surveys, legal descriptions for right of
way and easements to be acquired, and related services to support property acquisition by the
City. Additional services include wetlands delineation, US Army Corps of Engineers Permitting,
floodplain analysis, bidding and construction phase services and traffic signal design.
The contract amount will not exceed $387,000. This fee includes $299,500.00 for services
provided by Jorgensen &Associates, Inc. and $87,500.00 for services to be provided by sub-
consultants. The services to be provided by Jorgensen &Associates, Inc. will be paid at their
Mailing Address:
113 W Mountain Street www.fayetteville-ar.gov
Fayetteville,AR 72701
A.8
Jorgensen and Associates, Inc.
Page 3 of 42
hourly rates for the hours worked on the project. The services provided by sub-consultants will
be paid for as reimbursements to Jorgensen &Associates, Inc. for the amounts billed by the
sub-consultants.
BUDGET/STAFF IMPACT:
This contract will be paid from funds available in the Transportation Improvement Bond
Program. $8.8 million is allocated for this segment of Rupple Road.
Attachments:
Concept Drawing
Engineering Agreement
2
A.8
Jorgensen and Associates, Inc.
Page 4 of 42
RESOLUTION NO.
A RESOLUTION TO AUTHORIZE A PROFESSIONAL ENGINEERING
SERVICES AGREEMENT WITH JORGENSEN AND ASSOCIATES, INC. IN
AN AMOUNT NOT TO EXCEED $387,000.00 FOR DESIGN AND RELATED
SERVICES FOR THE EXTENSION OF RUPPLE ROAD FROM PERSIMMON
STREET TO MARTIN LUTHER KING, JR. BOULEVARD
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE,ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby authorizes
the Mayor to sign a professional engineering services agreement with Jorgensen & Associates,
Inc. in an amount not to exceed $387,000.00 for design and related services for the extension of
Rupple Road from Persimmon Street to Martin Luther King, Jr. Boulevard.
PASSED and APPROVED this 6th day of May, 2014.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
f .
r
Oil
H
-` . . : •
O
9
J f'
M
f =v
It
w"ywa ryry '14 W tea. W ws ""• .1�
•• '•• ham^ ',��.h�
A.8
Jorgensen and Associates, Inc.
Page 17 of 42
EXHIBIT A
RUPPLE ROAD FROM MARTIN LUTHER KING JR BLVD TO PERSIMMON ST.
SCOPE OF SERVICES
1.0 Surveying
All necessary surveying to develop parcel ownership, right-of-way, legal descriptions,exhibits,and
survey data necessary for design and development of construction plans, No-Rise Analysis,Wetland
Delineation Documentation.
2.0 Environmental Services
Wetland Services for entire proposed road extension (tasks to include coordination with USACE,
wetland delineation and Individual Permit application preparation).
3.0 Design Services
Design services for the entire alignment of Rupple Road(development of construction plans with
profiles,cross sections,typical details, incorporation of detailed structures at crossings from No-Rise
analysis,all storm drainage design and analysis(drainage report included),storm drain profiles,
Storm Water Pollution Prevention Plan, intersection details).
The preliminary design phase submittal will include preliminary plan and profile sheets showing
horizontal and vertical geometry,right-of-way,drainage improvements,sidewalks,preliminary
construction cost.The preliminary design phase will represent approximately 60 percent of final
construction contract plans.
Final design will commence once preliminary design is approved by the City of Fayetteville.The
Engineer will furnish plans to AHTD for their review and comment, plans and specifications will not
be in AHTD standard format.The City of Fayetteville shall furnish standard construction contract,
unless the City of Fayetteville wants Engineer to supply one.The City of Fayetteville will furnish
standard technical specifications for incorporation into the construction contract documents.The
Engineer shall provide special provisions,supplementary conditions, and other such documents to
fully define the project.
4.0 Traffic Studies,Signalization Design, Roundabout Design
Traffic signal warrants study for the intersection of Martin Luther King Jr. Boulevard and Rupple
Road. Lane configurations and horizontal geometry to be included in the Rupple Road
improvements at the study intersection.Written report describing analysis procedures,findings and
recommendations,supported by data and calculations. Prepare final traffic signal design and
necessary detail sheets. Use AHTD and City of Fayetteville Standard Specifications,addendums and
necessary special provisions. Prepare construction cost estimate. Obtain traffic signal permit from
AHTD. Lane configurations, horizontal geometry,radius,etc.to include each of the three planned
roundabout study intersections.Appropriate pavement markings and signing for roundabouts.
A.8
Jorgensen and Associates, Inc.
Page 18 of 42
5.0 No-Rise Analysis
Owl Creek Tributary 1
Owl Creek Tributary 2
North Fork Farmington Branch
6.0 Bidding Services
Jorgensen &Associates will assist the City in the evaluation process by participating in interview
meetings with prospective contractors,initial and final, prepare unit price schedule for bidding,
prepare Bid Tab Results.
7.0 Construction Phase Services
Jorgensen&Associates will assist the City in inspections of the site work to ensure site work
complies with plans and specifications,provide Construction Control, and "As-Built" Plans.
8.0 Project Deliverables
The following will be submitted to the City of Fayetteville,or others as indicated, by Jorgensen&
Associates:
1. Two hard copies along with a pdf set of surveys set(Legal Descriptions for Right-of-Way
acquisitions and individual exhibits for each property acquisition).
2. Two hard copies along with a pdf set of the Preliminary Design.
3. One hard copy along with a pdf set of Preliminary Plans to each potentially affected utility
company.
4. Two hard copies along with a pdf set of the Final Design.
5. One hard copy along with a pdf set of the Final Design to each potentially affected utility
company.
6. One hard copy along with a pdf set of the Final Design to the AHTD.
7. Three copies and one pdf of the Final Plans and Specifications to the Contractor.
8. Hard copy and PDF of No-Rise Studies.
9. Hard copy and PDF of Environment Studies.
10. Hard copy and PDF of Drainage Reports.
11. Hard copy and PDF of"As-Built" Plans.
9.0 Extra Work
The following items are not included under this agreement, but will be considered as extra work:
1. Redesign for the City's convenience or due to changed conditions after prior approval or
conflicting direction from the City.
2. Pavement Design beyond that furnished in the Geotechnical Report.
3. Design of any utilities relocation.
4. Bridge or other significant structural design.
5. Street lighting or other electrical design beyond that required for traffic signalization.
6. Construction materials testing.
7. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR.
A.8
Jorgensen and Associates, Inc.
Page 19 of 42
8. Landscape Designs above standard tree plantings.
9. Construction Stake-out.
10. Extra Work will be as directed by the City of Fayetteville in writing for an additional fee as
agreed upon by the City of Fayetteville and Jorgensen &Associates.
10.0 Schedule
Jorgensen &Associates will begin work under this Agreement within ten (10)days of a Notice to
Proceed and will complete the work in accordance with the schedule below:
1.0 Surveying:60 Days
2.0 Environment Services:Wetland Delineation& Individual Permit Application Submittal:90 Days
3.0 Design Services:
3.1 Preliminary Design Phase (60%Set): 120 Days from Notice to Proceed.
3.2 Final Design Phase(100%Set):90 Days from 60%Set Approval from City of Fayetteville.
4.0 Traffic Studies,Signalization Design, Roundabout Design:
4.1 Traffic Study:30 days from notice to proceed.
4.2 Signalization Design:45 days from receiving base drawings.
4.3 Roundabout Design/Analysis:90 days.
5.0 No-Rise Analysis:30 days from Preliminary Design Phase approval.
11.0 Compensation
Payment for services rendered by Jorgensen &Associates and their Subconsultants shall be for a
maximum not to exceed amount of$382,500.Jorgensen&Associates will bill the City of Fayetteville
as according to the schedules and fee summary as found in Appendix B;all Subconsultant bills must
be received 10 calendar days prior to the last Friday of the month in order to be included in
Jorgensen&Associates'invoice to the City of Fayetteville for that month. Payment to the
Subconsultant will be made within 10 days of receiving payment from the City of Fayetteville.
A.8
Jorgensen and Associates, Inc.
Page 20 of 42
Appendix B
RUPPLE ROAD FROM MARTIN LUTHER KING JR BLVD TO PERSIMMON ST.
Jorgensen&Associates Hourly Rate Schedule
• Senior Project Engineer:$150/hr
• Project Engineer:$125/hr
• Senior CADD Technician:$85/hr
• CADD Technician:$70/hr
• Principal Land Surveyor:$125/hr
• Two Person Field Crew w/Total Station: $120/hr
• Three Person Field Crew w/Total Station:$160/hr
• Two Person Field Crew Utilizing GPS:$140/hr
• Three Person Field Crew Utilizing GPS:$180/hr
• Construction Supervisor:$75/hr
Fee Summary
1.0 Surveying:$30,000.
2.0 Environmental Services:$11,850.
3.0 Design Services
3.1 $96,000 for Preliminary Design Phase.
3.2 $144,000 for Final Design Phase.
4.0 Traffic Studies,Signalization Design, Roundabout Design:$26,000.
5.0 No-Rise Analysis:$45,150.
6.0 Bidding Services:$4,500.
7.0 Construction Phase Services:$25,000.
».
Jorgensen and Associates, Inc.
Page z !<
! t
; !
\
!
, r
§ ) a
§ 7 � §
\ } �
\ tk
§ /)
_ ) ! !
( { )
! � -
E . ; ■ ; , . a ■
I � }
, | . . �� _ & � • 7
� � • , _ _ . , ; , , _ � � r = ) �
� . � d , _ ! , . _ ! ;
».
Jorgensen and Associates, Inc.
m.=!<
) t! �
! r
\� � � � ■
§� � w
| )§
- .
I |
| | !
| ! /
§ i § ,
° . s m , wm ■
! - ! ■ ■ ■ § #
!
| I
{ ) ! ) ! !
! |
\
f = �!! !
;) |$!]! !
; ! f)]
».
Jorgensen and Associates, Inc.
Page e!<
kk
1 �
# ° |
\ ! ,
§ § ` '
§ ! ~ ' \
\ { \
|` � -
; IE
(
\� \
!
; ! §
� ) §
| ] | | ] |
, . |
! | § §IE � !
«° ; § !
� ) ) K ! ) � ! ! j �
».
Jorgensen and Associates, Inc.
Page a!<
'
, ; 9 \
\ !
ƒ _ �
|F
| �
§ f
) \
� * ^ -
| f � -
\ ) �
; ) §
0
| � )
k | `
!
�
] )
».
Jorgensen and Associates, Inc.
Page a!<
. . ; • ,
, 99 ;
! �
$ \
„ |
! ! .
§f &
) )
® � -
|! 12
}} �
§ : -
§ ) )
( ! / �-
■ ; |
| aa
§ ! �
(}f
\ ! R |
4 ! ■ ! ! ; ■
2L n
�
z
�
|
| , ! q
| , ] ! ! ;]
. _ � ! !!
]
!�` � . . �9
A.8
Jorgensen and Associates, Inc.
LJ
April 18,2014
Mr.Blake Jorgensen,P.E.
Jorgensen&Associates
124 West Sunbridge
Suite 5
Fayetteville,AR 72703
Re: P1695
Proposal for Engineering Services
Traffic Signal Warrants Study
Traffic Signal Design
Roundabout Analysis and Design Assistance
Rupple Road, from Martin Luther King Jr.Boulevard to Just South of Persimmon Street
Fayetteville,Arkansas
Dear Mr.Jorgensen:
CONTRACT FOR CONSULTANT SERVICES
Peters&Associates Engineers.Inc. (Consultant)agrees to provide Jorgensen&Associates with Traffic
Engineering services in conjunction with the referenced project regarding intersection analysis and
recommended design along the City-planned Rupple Road corridor(to include extension,connections,
widening,etc.)from Martin Luther King Jr.Boulevard to just south of Persimmon Street in Fayetteville,
Arkansas. Peters&Associates Engineers,Inc.also agrees to provide Jorgensen&Associates with Traffic
Engineering services in conjunction with traffic signal design for the intersection of Rupple Road and
Martin Luther King Jr.Boulevard. Additionally,Peters&Associates Engineers,Inc. agrees to provide
Jorgensen&Associates with roundabout analysis and design assistance for the following intersections:
• Rupple Road and future Alberta Street Extension
• Rupple Road and two future Master Street Plan(MSP)collector streets between the future Alberta
Street Extension and Persimmon Street.
In accordance with the attached Consultant Schedule of Conditions,the following Scope of Services will be
performed:
SCOPE OF SERVICES—TRAFFIC SIGNAL WARRANTS STUDY
We will conduct a traffic signal warrants study for the intersection of Rupple Road and Martin Luther
King Jr. Boulevard consisting of utilizing existing and projected traffic volumes included in the recently
competed traffic impact analysis study by Jacobs,dated February 25,2014.
Tasks associated with this work are outlined as follows:
• Conduct traffic signal warrants analysis for the intersection of Martin Luther King Jr. Boulevard and
Rupple Road for the projected traffic volumes included in the recently completed study by Jacobs.
5507 RANCHDRIVE-SUM 205 UTILE ROMARKANSAS 72223 (501)868-3999 FAX:(501)868-9710
A.8
Jorgensen and Associates, Inc.
Mr.Blake Jorgensen,P.E.
April 18,2014
Page 2 of 6
• Prepare a written report describing analysis procedures,findings and recommendations,supported by
data and calculations.
SCHEDULE
The Schedule for Completion of the Traffic Signal Warrants Study will be thirty(30)days from Notice to
Proceed or in accordance with Jorgensen&Associates schedule.
SCOPE OF SERVICES—TRAFFIC SIGNAL DESIGN
In accordance with the attached Consultant Schedule of Conditions,the following Scope of Services will be
performed for the traffic signal design for the intersection of Martin Luther King Jr.Boulevard and Rupple
Road:
• Conduct a pre-design conference with City of Fayetteville officials and Jorgensen&Associates to
establish a work plan and schedule.
• Produce a preliminary traffic signal plan utilizing intersection plans and survey base drawings
provided by Jorgensen&Associates.
• Review preliminary traffic signal plan with Jorgensen&Associates and the City and secure
preliminary approval of plans from City officials and Arkansas State Highway and Transportation
Department(AHTD)officials.
• Prepare final traffic signal design and necessary detail sheets:
o Select appropriate mast arm and pole sizes and determine placement requirements.
o Design or select appropriate pole foundations and prepare or reference reinforcement,
anchor bolt and construction details.
o Prepare details for controller cabinet foundation conduit entry as necessary.
o Develop conduit sizing and routing plans.
o Prepare placement details for trenching,conduit entry to pole foundations,and conduit
entry to pull boxes for:
a) Electrical power service
b) Signal field wiring
c) Detector wiring.
o Design pullbox placement and prepare details for pullbox installation and conduit entry.
o Design detector placement scheme.
o Prepare detector placement and wiring details.
o Prepare details for controller cabinet and installation.
o Design electrical power service routing.
o Prepare wiring diagrams for:
a) Signal field wiring
b) Electrical power service
c) Vehicle detectors.
o Prepare details for poles,mast arms and signal heads.
o Prepare special provision for coordinated traffic signal equipment compatible with
vicinity existing coordinated traffic signals.
o Prepare provisions for advanced warning flashers for southbound approach to
intersection to include location,mounting details,conduit,power and wiring.
A.8
Jorgensen and Associates, Inc.
Mr.Blake Jorgensen,P.E.
April 18,2014
Page 3 of 6
• Use AHTD and City of Fayetteville Standard Specifications,addendums and necessary special
provisions.
• Prepare construction cost estimate.
• Review final design with Jorgensen&Associates and obtain approval of plans from AHTD and City
officials.
• Obtain traffic signal permit from AHTD.
SCHEDULE
The schedule for completion of the traffic signal plan will be within forty-five(45)days of receiving the
base drawing of the Martin Luther King Jr.Boulevard and Rupple Road intersection with the planned
geometry from Jorgensen&Associates.
SCOPE OF SERVICES—ROUNDABOUT DESIGN ASSISTANCE
In accordance with the attached Consultant Schedule of Conditions,the following Scope of Services will be
performed for the roundabout design for each of the three intersections along Rupple Road:
• Roundabout operational analysis will be conducted for the study intersections for AM and PM peak
hours for the projected future-year traffic volumes projected by Jacobs using Sidra software for the
proposed roundabout intersections.
• Advise of appropriate lane configurations,horizontal geometry,radius,etc.to include each of the
three planned roundabouts.
• Advise on appropriate pavement markings and signing for roundabouts.
• Review preliminary roundabout plans by Jorgensen&Associates before submitting to City officials.
• Review final design of each of the three roundabouts by Jorgensen&Associates and before they
submit to the City to obtain approval of plans from City officials.
COMPENSATION
The fee to provide the completed Scope of Services for the Traffic Signal Warrants Study is$4,000.00.
This fee will be Lump Sum Compensation for the services herein described will be inclusive of
reimbursable expenses associated with conduct of the study.
The fee to provide the completed Scope of Services for traffic signal design is$13,000.00 for the
intersection of Martin Luther King Jr.Boulevard and Rupple Road. This fee will be Lump Sum
Compensation for the services herein described will be inclusive of reimbursable expenses associated with
the design.
The fee to provide the completed Scope of Services roundabout design assistance is$3,000.00 per
intersection for a total of$9,000.00. This fee will be Lump Sum Compensation for the services herein
described will be inclusive of reimbursable expenses.
A.8
Jorgensen and Associates, Inc.
Mr.Blake Jorgensen,P.E.
Apel 18,2014
Page 4 of 6
Any additional services for agency review meetings,changes in scope due to corridor and intersection plan
changes or other access parameters,will be invoiced on an hourly basis in accordance with the attached fee
schedule.
Consultant's Taxpayer ID Number is 74-2455498
CONSULTANT SCHEDULE OF CONDITIONS
By acceptance of this contract or the initiation of work,the independent professional Consultant agrees to
the following terms and conditions:
RESPONSIBILITY-Consultant agrees to provide services as set forth in the Scope of Services and that if
modifications to the Scope of Services are warranted,Consultant will,prior to acceptance of the contract,
make modifications to the mutual satisfaction of Consultant and Jorgensen&Associates. Consultant
further agrees that the services will conform to all applicable laws,codes,ordinances and regulations of any
governmental agency having jurisdiction over this project and will be performed in an expeditious manner
to meet the agreed upon schedule.
CONFIDENTIALITY-Consultant agrees that all information provided and produced for this project is to
be considered confidential information. Consultant shall not disclose information including,client's name,
documents,specifications or use of the proposed development,except to the minimum extent possible as
required for dealing with regulatory agencies,and then only as specifically authorized by Jorgensen&
Associates.
INDEMNIFICATION-The Consultant,to the fullest extent of the law,agrees to indemnify and hold
harmless Jorgensen&Associates and their agents,employees and representatives from and against any and
all liabilities,costs,damages or expenses incurred by virtue of any claim or claims whatsoever filed by any
third party arising from the work performed under this contract by the Consultant.
INSURANCE,-The consultant shall own and maintain insurance coverage for the duration of the project
and in the amounts not less than the following:
Worker's Compensation Statutory Amount
General Liability $1,000,000
Employer's Liability $1,000,000
Professional Liability $1,000,000
A Certificate of Insurance shall be provided Jorgensen&Associates.
COMPENSATION-Consultant shall submit one invoice for the Lump Sum fee upon completion of work
for the traffic signal warrants study,and one Lump Sum fee upon completion of work for the traffic signal
design and one lump sum fee upon completion of roundabout design assistance. Jorgensen&Associates
shall make final payment within thirty(30)days from the date of each invoicing. Acceptance of payment of
Consultant shall constitute a waiver of all claims by Consultant. Any additional services for agency review
meetings,changes in scope due to corridor plan changes or other access parameters,will be invoiced on an
hourly basis in accordance with the attached fee schedule.
A.8
Jorgensen and Associates, Inc.
Mr.Blake Jorgensen,P.E.
April 18,2014
Page 5 of 6
OWNERSHIP OF DOCUMENTS-All documents and materials furnished by Jorgensen&Associates
shall remain the property of the provider. Any reuse without written agreement is prohibited.
ACCEPTED:
Peters&Associates Engineers,Inc. Jorgensen&Associates
By: By:
Ernest J.Peters Ju
Title:President Date:4-18-2014 Title: VP Date: 4-1e-2014
A.8
Jorgensen and Associates, Inc.
Mr.Blake Jorgensen,P.E.
April 18,2014
Page 6 of 6
Hourly Fee Schedule
PETERS&ASSOCIATES ENGINEERS,INC.
Classification Hourly Rate
Principal Engineer $151.00
Project Engineer $125.00
Senior Engineering Tech $85.00
Draftsman $55.00
Secretary $45.00
These rates include all direct and indirect payroll cost,overhead,and profit.
Other direct expenses not included in the above rates,include out of pocket materials and services will be
billed at actual cost.Common items billed under this heading include: printing and photographic work,
special delivery services,laboratory testing,special equipment rental,and subsistence expenses. Vehicle
mileage is billed at a rate of$0.505 per mile beginning from Consultant's offices to job/project site and
back to the consultant's offices. Aircraft travel, car rental,and other similar travel expenses shall be
billed at actual invoice amount.
A.8
Jorgensen and Associates, Inc.
Page 32 of 42
stn
%odates Ltd.
xat2r ruourees!z�7lronmenlal eoosultanls �4 ,7 Sur cae 2n-e.Sui,e 3•F velev l¢:,wR 27j".(€7 1 571-3334.FAX �:7%';i 3354
April 16, 2014
Via email: blake@jorgensenassoc.com
Mr. Blake Jorgensen, PE, CFM
Jorgensen &Associates, Inc.
124 W. Sunbridge, Suite 1
Fayetteville, AR 72703
RE: Proposal for Rupple Road Extension Floodplain Services,
City of Fayetteville, AR
FTN No. P05289-0587-001
Dear Mr.Jorgensen:
FTN Associates, Ltd. (FTN) appreciates the opportunity to submit the following proposal to
provide professional floodplain consulting services related to the proposed Rupple Road
Extension project located west of 1-540, from Owl Creek School near Persimmon Street
southward to Martin Luther King Boulevard in Fayetteville,AR(the Project).
Our Basic Services will generally consist of performing wetlands and Section 404 services
including preparation of an Individual Permit to the U.S. Army Corps of Engineers (Corps),
performance of hydrologic and hydraulic modeling, and performance and documentation of
No-Rise analyses, as applicable, to support design of three stream crossings and satisfy City of
Fayetteville requirements for regulatory floodplain compliance, all as set forth in the printed
Scope of Work for Basic Services (Exhibit A) and subject to the Standard Terms and Conditions
(Exhibit B) which are attached to this letter. We will also furnish such Additional Services as
you may request.
You are expected to furnish us with full information as to your requirements including any
special or extraordinary considerations for the Project or special services needed and also to
make available all pertinent existing data. In addition, we request that you provide information
concerning the potential health and/or physical hazards present at the project site to which FTN
employees could be exposed. This information (i.e., Material Safety Data Sheets, etc.) is needed
to ensure FTN's compliance with the OSHA Hazard Communication Standard.
You will pay us for our Basic Services a lump sum fee of$57,000 for services rendered by our
principals and employees engaged directly on the Project. Any Additional Services will be
Corporate Office 3 Innwood Circle, Suite 220•Little Rock,AR 72291 •(501j 225-7779• Fax (501)225-6736
Regional Offices: Fayetteville,AR; Baton Rouge. LA; Jackson, MS•wvnv.Rn-assoc.com•ftn@ftr-assoc.co n
A.8
Jorgensen and Associates, Inc.
Page 33 of 42
Mr. Blake Jorgensen, PE, CFM
April 16, 2014
Page 2
charged on the basis of time and materials using the Client Rates in Exhibit C. Additional
Services will be approved by you prior to proceeding.
We will bill you monthly for Services and Reimbursable Expenses on the basis of a percentage
of the lump sum fee for services completed with invoices to be paid within 30 days. The above
financial arrangements are on the basis of prompt payment of our bills and the orderly and
continuous progress of the Project.
If there are protracted delays for reasons beyond our control, we would expect to negotiate with
you an equitable adjustment of our compensation taking into consideration the impact of such
delays including but not limited to changes in price indices and pay scales applicable to the
period when services are in fact being rendered.
This proposal, which includes Exhibits A, B, and C consisting of eight pages, represents the
entire understanding between you and us in respect of the Project and may only be modified in
writing signed by both of us. If it satisfactorily sets forth your understanding of our agreement,
we would appreciate your signing the enclosed copy of this letter in the space provided below
and returning it to us. This proposal will be open for acceptance until May 31, 2014 unless
changed by us in writing.
Thank you very much for the opportunity to present this proposal. Please do not hesitate to call
me or Beth Breed, PH, CFM if you have any questions relating to this proposal or additional
services offered by FTN.
Respectfully submitted, Accepted this 17th day
FTN ASSOCIATES, LTD. of April 2014
Travis B. Scott, PE, CFM By
Project Manager Aized Representative
nsen
& Associates
S:\PROPOSALS\05289-0587-001\FEJAL\P-B JORGENSEN 2014-04-16.DOCX\
An
A.8
Jorgensen and Associates, Inc.
Page 34 of 42
Exhibit A
Scope of Work for Basic Services
Rupple Road Extension Floodplain Services
Jorgensen &Associates
City of Fayetteville,Arkansas
Attached to and made a part of the Letter Agreement dated April 16, 2014 between FTN
Associates, Ltd. (FTN) and Jorgensen & Associates (the Client) in respect to the project
described therein. The project description, the specific task and assumptions are summarized
below.
PROJECT DESCRIPTION
FTN will gather topographic data from publicly available sources and, as needed, existing
Federal Emergency Management Agency (FEMA) data for three streams with regulatory
floodplain (study streams) along the project extent. The study streams are: Owl Creek Tributary
1, Owl Creek Tributary 2, and North Fork Farmington Branch. FTN will perform hydrologic and
hydraulic analyses of existing and proposed project conditions, analyze the results for the
potential for achievement of No-Rise in the floodplain for the proposed project conditions, and
prepare supporting documentation for the City of Fayetteville, including results of the No-Rise
analysis. FTN will also perform wetland/Section 404 services associated with the proposed
project including review of background information, delineation of Section 404 wetlands and
other waters, and preparation of a Section 404 Individual Permit Application to the US Army
Corps of Engineers (Corps). FTN will perform associated project coordination with the Client
and the City of Fayetteville, not to include more than one meeting with the City and one meeting
with the public.
TASK 1 -DATA GATHERING AND PROCESSING
TASK 1 FEE: $2,800
• FTN will thoroughly review and utilize data already obtained from FEMA, if applicable
and correct, and will gather additional information as needed.
• FTN will utilize the current topographic data available from the City of Fayetteville or
other public agencies for the project area.
• FTN will process the topographic data for use in hydrologic and hydraulic modeling and,
if applicable, limited floodplain mapping.
A.8
Jorgensen and Associates, Inc.
Page 35 of 42
TASK 2-HYDROLOGIC MODELING
TASK 2 FEE: $8,800
• FTN will utilize the hydrologic analyses available for the three study streams in the
project area and update to the current conditions (additional development within the
basins) or develop new detailed hydrologic analyses, generally reflecting existing
conditions at the time the topographic data was acquired from the field. The hydrologic
analyses will include development of peak discharges for the 10-, 2-, 1-, and 0.2-percent-
annual-chance (10-, 50-, 100-, and 500-year) flood events for the Project Area. City of
Fayetteville drainage report data will be referenced to develop discharges along North
Fork Farmington Branch. If this information is not available, additional services will be
required to develop detailed discharge information.
TASK 3-HYDRAULIC MODELING
TASK 3 FEE: $24,600
• FTN will incorporate field survey provided by the Client and topographic data processed
in Task 1 to prepare the detailed hydraulic models for the three study streams in the
project area, for 10-, 50-, 100-, and 500-year flood events based on existing conditions.
Geometric data downstream of the project area will be based upon data within existing
hydraulic models acquired from FEMA where available, augmented by topographic data
processed in Task 1 if required.
• FTN will update the detailed hydraulic models for the specified frequency events based
on the proposed conditions for not more than two design scenarios provided by the Client
at each of the three stream crossings. Analysis,of any additional scenarios will be
considered Additional Services.
• FTN will analyze the proposed structures for the potential to achieve no-rise for 1-
percent-annual-chance encroached and unencroached floodplain for the three study
streams.
TASK 4—NO-RISE ANALYSIS
TASK 4 FEE: $4,800
• Prepare documentation of No-Rise Analysis for a single selected design scenario for each
of the three study stream crossings based upon Task 3 results, for submittal to the Client
and the City of Fayetteville.
• Address comments received, if any, from the Client and the City of Fayetteville.
• Prepare documentation for the City of Fayetteville to provide to property owners, if
applicable, regarding changes in Base Flood Elevations associated with the proposed
project. This does not include preparation of any data to submit to FEMA or any
coordination time with the City of Fayetteville or property owners to discuss results.
A.8
Jorgensen and Associates, Inc.
Page 36 of 42
Additional efforts beyond preparation of documentation will be deemed Additional
Services.
TASK 5-WETLAND/SECTION 404 SERVICES
TASK 5 FEE: $11,850
• Identify and review site-specific background information pertinent to the Project site, to
include but not limited to: (1) site specific information obtained from US Army Corps of
Engineers (Corps), (2) Soil Conservation Service's Soil Survey for Washington County,
Arkansas, (3)Natural Resources Conservation Service (MRCS) hydric soils list for
Washington County, Arkansas, (4) appropriate USGS topographic quadrangle map,
(5)Corps file materials relating to adjacent properties, if any, that might provide useful
information specific to this project, and (6) site-specific materials provided by the Client
regarding the subject property. Address comments received, if any, from the Client and
the City of Fayetteville.
• Perform onsite field investigations to identify boundaries and extent of wetlands and
other waters of the US having potential US Army Corps of Engineers (Corps)jurisdiction
under Section 404 of the Clean Water Act at the project site. Wetland boundaries will be
placed on a topographic base map suitable for Corps submittal and wetland acreage will
be determined. The methods used in conducting the delineation will follow the
1987 Corps of Engineers Wetlands Delineation Manual and the 2010 Regional
Supplement to the Corps of Engineers Wetland Delineation Manual: Eastern Mountains
and Piedmont Region, i.e., detailed observations will be made on vegetation, hydrology,
and soils. This task includes written documentation of the findings, which will be
submitted to the Client. The documentation will include a completed Corps wetland field
data form for each data collection point; maps showing boundaries of potential
Section 404 wetlands and locations and extent of other waters of the US under potential
Corps jurisdiction; expository text that characterizes the nature of potentially Corps
regulated tributary and drainage channels, in addition to wetland/non wetland areas; and
representative photos of project site features.Two copies of a draft delineation report will
be submitted to the Client for review. Within 7 days of receipt of review comments from
the Client, FTN will submit two revised copies of the wetland delineation report to the
Client.
• Assuming the project will be authorized under an Individual Permit (IP), FTN will
prepare an IP application regarding proposed impacts to potentially jurisdictional Section
404 features within the project area. FTN will utilize site plan drawings provided by the
Client in preparation of the individual permit application. The individual permit
application will include a site plan, an alternatives analysis, and will identify potential
mitigation strategies/options. The individual permit application package will include the
completed delineation of the site. Two copies of the draft individual permit application
will be sent to the Client for review. Within 7 days of receipt of review comments from
the Client, FTN will submit two revised copies of the individual permit application to the
Client. FTN will then submit the IP application package to the Corps, Little Rock District
for approval. This task will be completed within 90 days following notice to proceed.