HomeMy WebLinkAbout2020-10-27 - Agendas - FinalCITY OF
FAYETTEVILLE
ARKANSAS
MEETING AGENDA
City Council Transportation Committee
Tuesday, October 27, 2020
5:30 pm or Immediately Following Agenda Session
NOTICE: THE TRANSPORTATION COMMITTEE WILL BE HELD VIRTUALLY WITH NO
PHYSICAL LOCATION TO ATTEND
VIDEO CONFERENCING BY ZOOM WILL BE USED FOR THIS MEETING. INSTRUCTIONS
FOR LOGGING INTO ZOOM ARE ON PAGE 3.
Members: Matthew Petty, Chairperson; Sarah Marsh; Sarah Bunch; Kyle Smith
City Staff: Chris Brown, City Engineer; Terry Gulley, Transportation Director
Agenda:
1. Old Business: None.
2. New Business:
A. MIDTOWN CORRIDOR DESIGN CONTRACT AMENDMENT: Review of a proposed
contract amendment with Olsson, Inc. for additional services on the
Porter/Deane/Sycamore/Poplar Corridor (Midtown Corridor) project. (Staff requests a
recommendation from the Committee to the City Council on this item.)
B. SAIN STREET EXTENSION SUPPLEMENTAL AGREEMENT FOR CONSTRUCTION
PHASE ENGINEERING SERVICES: Review of a proposed supplemental agreement
(contract amendment) with Burns and McDonnell Engineering Company, Inc. for
construction phase engineering, inspection, and materials testing servicesfor the Sain
Street Extension Project. (Staff requests a recommendation from the Committee to
the City Council on this item.)
C. ROLLING HILLS IMPROVEMENTS -COLLEGE AVE. TO OLD MISSOURI ROAD:
Review of a proposed contract with Garver, Inc. for design services on Rolling Hills
Drive, between College Avenue and Old Missouri Road. (Staff requests a
recommendation from the Committee to the City Council on this item.)
D. PERSIMMON STREET/54T" STREET IMPROVEMENTS: Review of concept drawings
and budget estimates for improvements to Persimmon Street, between Broyles Ave. and
54t" Street, and 54t" Street between Persimmon and the Owl Creek bridge. These
segments are too narrow for 2-way traffic to pass safely. As traffic has increased due to
development, so have complaints and requests for improvements to these streets.
Concepts and related costs for various options are attached. These projects are
presented for funding consideration in the 2019 bond program.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
E. PRAIRIE STREET AND WEST AVENUE IMPROVEMENTS: Improvements to Prairie
Street, between School Avenue and Government Avenue, and West Avenue between
South Street and Prairie, have been identified as a funding priority in the Downtown
Walkability Improvements Project funded by the Transportation Bond Program.
Conceptual Plans are attached for review and comment by the Committee.
Staff will engage adjacent property owners and the general public on this project prior to
developing a final recommended design.
F. 1-49 AND HWY 62/180 (MARTIN LUTHER KING, JR. BLVD) INTERCHANGE: Review
of conceptual plans and cost estimate for City recommended revisions to the 1-49 and
Hwy 62/180 interchange. Garver Engineers has developed a report providing an
alternative design to that proposed by ArDOT. This design will enhance access to the
interstate and reduce the length of one-way frontage road on the west side of the
interstate, thereby better access to properties on the west side of the frontage road. The
additional cost to the City is for the work proposed in the design report is estimated to be
$1.4 million. It should be noted that betterments to the project, including wider sidewalks
than standard, along with increased construction costs, may cause the final partnering
cost to increase. If recommended by the Committee, staff will prepare a resolution of
intent to partner with ArDOT for approval by the City Council, so that negotiations can
begin with ArDOT. (Staff requests a recommendation from the Committee to the
City Council on this item.)
G. TRAFFIC CALMING POLICY: Staff has developed a draft policy for evaluating
neighborhood speeding complaints and implementing projects to calm traffic on streets
that meet policy criteria. The draft policy is attached, along with a list of locations that
have been scored or will be scored.
3. Reports:
A. Slow Streets Program
B. Transportation Bond Program Update
C. Transportation Division Workplan Update
4. Adjourn
►I
CITY OF
FAYETTEVIL.t.
ARKANSAS
City Council Transportation Committee
October 27, 2020
5:300 PM or Immediately Following City Council Agenda Session
Virtual Meeting Participation Opportunities
By PC, Mac, iOS Whone), or Android:
Join Zoom Meeting:
https://zoom.us/webinar/register/WN YMSIFER9TsaympvtvDg59A
Meeting ID: 933 3636 9949
Use full name as screen name
Join by phone only, toll -free:
+1 (877) 853-5257
+1 (888) 475-4499
When prompted for Meeting ID: 933 3636 9949 #
If you do not have a Participant Number: press #
To comment:
Use "Raise hand" function when comment for an item is requested
For phone, raise hand to be recognized with *9
P-Fone numbers used to dial in to meeting will e masked or privacy
All participants will be muted automatically when joining the meeting
NEW TO ZOOM?
Watch tutorial videos at: https://support.zoom.us/hc/en-us
Chris Brown
Submitted By
City of Fayetteville Staff Review Form
2020-0933
Legistar File ID
11/17/2020
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
10/22/2020 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Approval of Contract Amendment #1 in the amount of $196,190.00 with Olsson Associates, Inc. for the
Porter/Deane/Sycamore/Poplar Corridor (Midtown Corridor) and approval of a budget adjustment.
4602.860.7218-5860.02
Account Number
46020.7218.1000
Budget Impact:
4602 - Street Projects 2019 Bonds
Fund
46020.7218.1000 - Streets Project,
Porter/Deane/Sycamore/Poplar Design
Project Number
Budgeted Item? Yes Current Budget
Funds Obligated
Current Balance
Does item have a cost? Yes Item Cost
Budget Adjustment Attached? Yes Budget Adjustment
Remaining Budget
Purchase Order Number:
Change Order Number:
Original Contract Number
Comments:
Project Title
$
408,621.00
$
396,239.56
a
12,381.44
$
196,190.00
$
196,190.00
12, 381.44
V20180321
2019-00000800 Previous Ordinance or Resolution # 255-19
2019-00000053
Approval Date:
11/19/2020
r� ma's CITY OF
�FAYETTEVILLE
ARKANSAS
MEETING OF NOVEMBER 17, 2020
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Garner Stoll, Development Services Director
Chris Brown, City Engineer
FROM: Matt Casey, Engineering Design Manager
DATE: October 22, 2020
CITY COUNCIL MEMO
SUBJECT: Approval of Contract Amendment #1 in the amount of $196,190.00 with
Olsson Associates, Inc. for the Porter/Deane/Sycamore/Poplar Corridor
(Midtown Corridor) and approval of a budget adjustment.
RECOMMENDATION:
Staff recommends approval of Contract Amendment #1 in the amount of $196,190.00 with
Olsson Associates, Inc. for the Porter/Deane/Sycamore/Poplar Corridor (Midtown Corridor) and
approval of a budget adjustment.
BACKGROUND:
The Midtown Corridor is a priority project in the 2019 Bond Program and includes several
different components. The corridor is 2.3 miles in length and runs in an east -west direction
through a flat part of the middle of the city from 1-49 at Porter to College Avenue at Poplar
Street. The project includes vehicular improvements to the intersection of Porter Road and 1-49
to improve the traffic flow for the large volume of traffic from the west of 1-49 turning onto the
interstate heading north. Along Porter Road and Deane Street from the interstate to Garland
Avenue the project includes street improvements with new turn lanes and drainage as well as
separated pedestrian and bicycle facilities. This includes coordination with the planning and
design of the new police headquarters and fire station. The street, drainage pedestrian, and
bicycle improvements will continue along Sycamore Street from Garland Avenue to the
Razorback Greenway. From the Greenway to College Avenue, the project will include multi -use
trail construction along the Poplar Street alignment. Finally, a connection to the south from
Poplar Street to Gregory Park will be designed as part of this contract. The City Council
approved a design contract with Olsson Associates, Inc. in November of 2019.
DISCUSSION:
Staff has been working with Olsson on the preliminary design for this project. Through public
input meetings, design charrettes, and City Council input meetings, additional design elements
have been identified that need to be included in the scope of the design contract.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
A full list of the design scope changes is included in Appendix A of the contract amendment.
The contract amendment includes:
1. A change from a roundabout design planned at the intersection of 1-49 and Porter Road
to a traffic signal with dual -left turn lanes and widening of the on -ramp.
2. Additional analysis and design changes to the intersection of Porter Road and Deane
Street. The original intersection design has changed to a roudabout in coordination with
design changes to the Police Headquarters site.
3. A change in the alignment of the trail to route through Tri-Cycle Farms. Additional
survey and design are necessary for this change.
4. Miscellaneous design elements including additional pedestrian hybrid beacons,
rectangular rapid flashing beacons and drainage outfall changes.
5. Addition of services for right of way document preparation.
BUDGET/STAFF IMPACT:
The design for this project will be paid for with the funds from the 2019 Transportation Bond
Project and from a Walton Family Foundation grant. The total fee including this change will be
$967,407.40 of which $410,000 will be paid from grand funding and $557,407.40 from the bond
fund. Total funding for this project in Phase I of the Bond Program is $3,436,000.
Attachments:
Corridor Map
Olsson Associates, Inc. Scope and Fee - Engineering Agreement
Budget Adjustment
,` V 10 iancs++uc VFJPaye'
N r �a Q Apartments
W E y� Village Lake Dr
V
V
S Wash. Co. �
Fairgrounds Sunbridge D
49 '+o
1=
Y ••
i .a�lea •SL"
Meadow Valley Trail G +
napp bt
y� 7ownshl
•. r
N
yr
Arkansas Agricultural
Research �@ r
- - Proposed Roundabout
E x r e n s+ a n Center C� Proposed separated
Proposed Bicycle,
n U Bicycle & Pedestrian
ai o Facilities a
``\d~ Future Police Headquarters > Pedestrian, Drainage o s=
& Street improvements 5 F
_ �+ Q
Proposed separated i Po ar fit. Poplar St.
Bicycle & Pedestrian faclities M
C elma !j , c
o gel A� Existing Trail
C. Deane St Q Deane St.
a�
Proposed
Proposed turn lanes at ` Sycam rest. vrP St On -street �j
intersections Lewis Bikeway
Soccer Syca
Complex a
Asbetl Q 0 �
•_:•••. sn Afaunt Comfortlga re
L v Proposed Park
a a' � Signalized
> Crossing �•:.i g Veterl3riS Evelyn
112. Health C: ii� Hills
a System of
Legend - _j
Proposed Midtown Trail �eq��yt o at
°� ...'•
Existing Shared -Use Paved
Trails City of Fayetteville, AR
CITY OF �� FawETTEVILLE Midtown Trail Corridor - 2.5 Miles
October 2019
ARKANSAS Porter Rd./Deane St./Sycamore St./Poplar St./Woodland Ave. 0 0.125 0.25 0.5
Miles
AMENDMENT NO. 1
To
CONTRACT FOR PROFESSIONAL ENGINEERING SERVICES
FOR THE PORTER/DEANE/SYCAMORE/POPLAR CORRIDOR
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
OLSSON, Inc.
WHEREAS, on November 19, 2019, the City of Fayetteville, Arkansas (CITY OF FAYETTEVILLE)
and Olsson, Inc. of Fayetteville, Arkansas (ENGINEER) entered into an Agreement for professional
engineering services in connection with the Porter/Deane/Sycamore/Poplar Corridor (the "Project"); and
WHEREAS, the scope of the current contract excluded additional engineering services, and the CITY OF
FAYETTEVILLE now wishes to increase the scope of work to include these additional engineering
services as described in the scope of services attached as Appendix A, and
WHEREAS, the current Agreement must now be amended to provide the additional scope and amount of
compensation to the ENGINEER for the additional work; and
NOW THEREFORE, in consideration of the mutual covenants and Agreements herein contained, CITY
OF FAYETTEVILLE and the ENGINEER, the parties hereto, stipulate and agree that the Contract for
Professional Engineering Services dated November 19, 2019 is hereby amended in the following
particulars:
SECTION 5 — PAYMENTS TO THE ENGINEER
Section 5.1 is amended as follows:
5.1 The maximum not -to -exceed amount authorized for this agreement is increased by this
Amendment 1 in an amount of $196,190.00 from $771,217.40 to $967,407.40 which includes
all reimbursable expenses.
APPENDIX A — SCOPE OF SERVICES
Add the following scope of work as described in the attached Appendix A for Amendment 1.
Amend Section A.4 to include additional fees as shown in the attached Appendix B for
Amendment 1
Amend Section A.5 to reflect the revised project schedules as shown in the attached Appendix C for
Amendment 1.
All other provisions of the original Agreement remain in full force and effect
019-3988 Amendment No.1 Page 1
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have caused this Amendment to be duly executed this day of
, 2020.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor, Lioneld Jordan
ATTEST:
By:
City Clerk
OLSSON, INC.
i
Brad Hammond, P.E.; Office Leader
By:
Richard D. Herrick, P.E.; Vice President
END OF AMENDMENT NO. 1 TO
CONTRACT FOR PROFESSIONAL ENGINEERING SERVICES
019-3988 Amendment No.1 Page 2
APPENDIX A - AMENDMENT 1 SCOPE OF SERVICES
October 21, 2020
During execution of the concept and preliminary design, and in coordination with the design of the
police station headquarters, the CITY OF FAYETTEVILLE requested additional scope items that were not
included in the original Consultant contract.
The purpose of this amendment is to revise and update the scope of services, fee estimate, and
schedule to reflect the requested changes and the required adjustment in the work effort. This
amendment also adds tasks that were not included in the original contract.
Below is a list of the additional work items and a general description of each task.
TASK 1: INTERSECTION OF PORTER ROAD WITH INTERCHANGE ENTRANCE RAMP
The original contract scope and estimate assumed a roundabout would be designed at this intersection.
After the initial traffic study was completed it was determined that the best option for this intersection
would be a standard intersection that would require eastbound to northbound dual left turns lanes onto
the interchange entrance ramp. To accommodate the dual lefts, widening of the on -ramp would be
necessary. Additional analyses and concept layouts to determine the extent of RAMP widening and to
allow the City to coordinate with ArDOT on this issue was required. In a meeting on October 15, 2020 it
was decided that additional analysis, concept design, and cost estimates were necessary before
finalizing a decision to move forward with this portion of the project. Adjustment in the work effort to
accomplish this Task 1 includes the following:
1.1 Add Interchange ramp analyses and concept layouts to determine ramp widening options to
accommodate dual left turn lanes including coordination with the City and responding to ArDOT
comments. (this is work already completed and consisted of basic layouts and not the same as Task 1.4)
1.2 Remove 30%, 60% and 100% roundabout design tasks at Interchange
1.3 Add VISSIM analysis to estimate the benefits of the proposed interchange improvements that
include dual lefts and an additional receiving lane on the 1-49 northbound on -ramp. The VISSIM analysis
will include the Porter Road portion of the interchange only, including both signalized ramp
intersections, using the traffic data in the previous traffic study.
1.4 Add concept design for the intersection and ramp to determine potential impacts and estimated
costs of the proposed improvements. Design layout will utilize the City's GIS data. No additional survey
will be conducted. (this new work and not the same as previously completed in Task 1.1)
NOTE: The additional survey along the interchange ramp and the 30%, 60% and 100% design tasks for a
standard Intersection with turn lanes, ramp widening and traffic signal design at the interchange is not
included in this amendment. Should the City decide to move forward with a project at this location after
completion of Task 1.3 and 1.4 an additional contract amendment will be required.
TASK 2: INTERSECTION OF PORTER ROAD AND W DEANE STREET
The original contract scope and estimate assumed the alignment of the Porter/Deane intersection
would be similar to the existing alignment following a continuous curve from Porter Road to Deane
Street, including a T-intersection with Porter Road south of Deane Street. No traffic signal was included.
In coordination with the design of the proposed police station site, The CITY OF FAYETTEVILLE requested
that other intersection configurations be considered, including a signalized T-intersection where Deane
Street would "T" with Porter Road in addition to a single lane roundabout option. The roundabout
option was selected as the preferred option. Adjustment in the work effort to accomplish this Task 2
includes the following:
2.1 Add T-Intersection and Roundabout Traffic Analysis and technical memo at Porter/Deane
2.2 Prepare concept layouts for roundabout & T-Intersection for Porter/Deane
2.3 Add 30%, 60% and 100% roundabout design for the Porter and Deane Intersection. (includes
landscaping and lighting per the original scope and includes Task 3.3) This work assumes no
improvements at the interchange ramp. The north leg of Porter from the roundabout will transition
to match the existing geometrics at the interchange ramp.
TASK 3: OTHER ITEMS
Throughout the course of concept and 30% design work additional design options were considered that
were not included in the original scope of services. Decisions were made to modify the trail alignment
to go through Lynn's Place and Tri-Cycle Farms to Sycamore instead of along Deane Street to Garland
Avenue, and to modify the drainage route from the Porter/Deane intersection to travel adjacent to the
Porter Place Townhouses.
One RRFB signal design at Sycamore/ Woodland was included in the original contract. The City has since
requested seven additional RRFB signals; three at the roundabout, three on Deane at the intersections
with Evening Shade, Sang, and Lewis, and one at the intersection of Poplar with the Greenway. The City
has also requested a PHB signal at Lynns Place/Deane.
The signal modification at Deane/Garland is no longer required but a modification is now required at
Garland / Sycamore.
Right-of-way title work and documents were not included in the original contract and have been added
to this Task 3. Adjustment in the work effort to accomplish this task includes the following:
3.1 Additional Survey for Lynn's Place, the new drainage route from Porter and Deane Intersection, and
few other miscellaneous locations such as the church parking lot adjacent to E Poplar Street.
3.2 Add 30%, 60% 100% design for the Lynn's Place/Tri- Cycle Farms re -alignment. (include deduct for
design along Garland)
3.3 Design of the new drainage route from the Porter/Deane intersection (note, fee for this work is
included in Task 2.4)
3.4 Extend the Sycamore project to the east across the railroad (concept only, no additional fee)
3.5 Add seven RRFB signal designs (total of 8.) The RRFB signal designs includes pole placement,
pavement markings, and signage and standard details to be provided by the City. Seven of the eight
are assumed to be solar powered with push buttons (7 at $3000 each.) The RRFB at
Poplar/Greenway will be powered with additional detection and control cabinet ($8500 for this
location.) The design and layout of the crossings is included in the roadway design fees.
3.6 Add one PHB signal design
3.7 Add Title Work, and Right of Way/Easement Documents for entire project (Assumes 75 parcels)
TASK 4: BID PACKAGES
4.1 The original contract assumed three bid packages. This amendment increases the number of bid
packages to four requiring additional bid phase services.
TASK 5: PROJECT MANAGEMENT
5.1 Provide project management and coordination for Tasks 1 through 4.
APPENDIX B
Wednesday, October 21, 2020
FEE SUMMARY BY EMPLOYEE CLASSIFICATION
Personnel
Total Hr.
2020
$ Per Hr.
Labor
Cost
Total
Cost
Project Manager
PM
56
$268.00
$15,008
$15,008.00
Senior Manager
SM
51
$212.00
$10,812
$10,812.00
Team Leader
TL
70
$202.00
$14,140
$14,140.00
Senior Engineer 2
SE2
108
$185.00
$19,980
$19,980.00
Senior Engineer 1
SE1
170
$177.00
$30,090
$30,090.00
Project Engineer
PE
0
$139.00
$0
$0.00
Designer
DES
120
$124.00
$14,880
$14,880.00
Assistant Engineer 3
AE3
270
$105.00
$28,350
$28,350.00
Assistant engineer 2
AE2
-247
$100.00
-$24,700
-$24,700.00
Assistant Engineer 1
AE1
0
$94.00
$0
$0.00
Technician
TECH
160
$57.00
$9,120
$9,120.00
Associate Scientist
AS
0
$94.00
$0
$0.00
Project Scientist
PS
0
$110.00
$0
$0.00
Senior Scientist
SS
0
$164.00
$0
$0.00
Surveyor (1-man Crew)
SC1
64
$120.00
$7,680
$7,680.00
Senior Suveyor
S SVY
366
$120.00
$43,920
$43,920.00
Surveyor Technician
SVY TECH
104
$90.00
$9,360
$9,360.00
Admin
Admin
40
$95.00
$3,800
$3,800.00
Geotech Engineer
GE
0
$131.00
$0
$0.00
Sr Geotech
SGE
0
$204.00
$0
$0.00
Geotech Technician
GT
0
$90.00
$0
$0.00
Total Labor
1332
$182,440.00
Total Expenses
$13,750.00
TOTALS
1332
$182,440
$196,190.00
Note: Rates shown are for estimating purposes only; actual billing rate is based on the rate for each individual employee and the
attached billing rate scheule. Fees for individual phases or tasks may exceed the subtotals shown but total fees shall not exceed total of
$196,190
FEE SUMMARY BY MAJOR TASK
Task
Hours
Labor
Expenses
Total
1
INTERSECTION OF PORTER ROAD WITH
INTERCHANGE ENTRANCE RAMP
-936
$ (99,640.00)
$ 500.00
$ (99,140.00)
2
INTERSECTION OF PORTER ROAD AND W DEANE
STREET
1212
$ 142,894.00
$ 500.00
$ 143,394.00
3
OTHER ITEMS
936
$ 114,634.00
$ 12,750.00
$ 127,384.00
4
BID PACKAGES
42
$ 8,016.00
$ 8,016.00
5
PROJECT MANAGEMENT
78
$ 16,536.00
$ -
$ 16,536.00
TOTALS
1332
$ 182,440.00
$ 13,750.00
$ 196,190.00
Wednesday, October 21, 2020
APPENDIX B - EXPENSE SUMMARY
Expenses
Quantity
$ Ea.
Cost
Design
Travel, mile (car)
MILES
0.54
$0.00
Hotel/Lodging
PER NIGHT
125.00
$0.00
Meals
PER DAY
25.00
$0.00
Miscellaneous Expenses (Plots, Copies, Reports, etc.)
1
LS
1000
$1,000.00
Survey
Travel, mile (survey)
MILES
0.75
$0.00
Hotel/Lodging
PER NIGHT
125
$0.00
Meals
PER DAY
25
$0.00
Title Work
75
EACH
150
$11,250.00
Miscellaneous Expenses (Plots, Copies, Reports, etc.)
1
LS
1500
$1,500.00
Geotech
Hotel/Lodging
PER NIGHT
125.00
$0.00
Meals
PER DAY
25.00
$0.00
Mobilization
LS
1037.00
$0.00
Travel, Drill Rig
MILES
2.25
$0.00
Travel, Support Truck
Miles
0.8
$0.00
Traffic Control Permit
EA.
1000
$0.00
Traffic Control
Day
2500
$0.00
Drilling, straight auger
Foot
15
$0.00
Sampling
EA.
18
$0.00
Wireline Rock Coring
Foot
53
$0.00
$0.00
Lab Testing
$0.00
Unconfined Compressive Strength - Soils
EA.
50
$0.00
Dry Density
EA.
21
$0.00
Moisture Content
EA.
15
$0.00
Rock Core Breaks
EA.
40
$0.00
Atterberg Limits
EA.
95
$0.00
$0.00
$0.00
$0.00
Subtotal Design
$1,000.00
Subtotal Survey
$12,750.00
Subtotal Geotech
$0.00
TOTAL EXPENSES
$13,750.00
1790 APPENDIX B -STAFF HOUR ESTIMATE - PORTER INTERCHANGE AND MIDTOWN TRAIL AMENDMENT 1
Hourly Rate-->>>
$268.00
$212.00
$202.00
$185.00
$177.00
$139.00
$124.00
$105.00
$100.00
$94.00
$57.00
$164.00
$120.00
$120.00
$90.00
$95.00
Wednesday, October 21, 2020
Task
No.
Description of Work Items / TasksMTV
PM
SM
TL
SE1
PE
DES
AE3
AE2
AE1
TECH
SS
SCII
S SW
SW TECH
Total
Manhours
Total
Labor Fee
Subtotal
SE2
1
INTERSECTION OF PORTER ROAD WITH INTERCHANGE ENTRANCE RAMP
1.1
Interchange ramp analysis and concept layouts (previous work)
2
2
2
16
22
$3,182
$3,182.00
1.2
Delete Interchange roundabout design
-120
-60
-400
-260
-260
-1100
-$127,060
-$127,060.00
1.3
Add VISSIM analysis
48
48
$9,696
$9,696.00
1.4
Add interchange concept design and cost estimate
24
40
30
94
$14,542
$14,542.00
0
$0
$0.00
-70
-58
-344
-230
0
0
-260
0
0
0
-
2
INTERSECTION OF PORTER ROAD AND W DEANE STREET
0
$0
$0.00
2.1
T-intersection and roundabout traffic analysis and memo
2
4
2
2
12
22
$3,216
$3,216.00
2.2
Concept layout for T-intersection and roundabout
16
24
40
$5,808
$5,808.00
2.3
30%,60% and 100% Roundabout Design
120
70
440
260
260
1150
$133,870
$133,870.00
0
$0
$0.00
0
2
18
0
72
0
0
0
1212
3
OTHER ITEMS
0
$0
$0.00
3.1
Additional Survey
64
44
104
212
$22,320
$22,320.00
3.2
30%, 60%, 100 % Lynns Place(fri Re -alignment Design
80
80
-120
160
200
$19,680
$19,680.00
3.3
Design of New Porter Deane Drainage Route (included in 2.4)
FEE INCLUDED IN TASK 2.4
0
$0
$0.00
3.4
Extend Sycamore Project Across Railroad (concept only)
NO ADDITIONAL FEE
0
$0
$0.00
3.5
Eight RRFB Signal Designs
32
64
108
204
$29,964
$29,964.00
3.5a
Deduct original RRFB design as it was estimated in error
-127
-127
-$12,700
-$12,700.00
3.6
Add one PHB signal design
15
30
40
85
$12,930
$12,930.00
3.7
Title Work and Descriptions for entire project
322
40
362
$42,440
$42,440.00
0
$0
$0.00
0
0
94
80
0Fr
0
228
r 0
160
0
64
104
40
9
4
BID PACKAGES
0
$0
$0.00
4.1
One additional bid packages
2
16
24
42
$8,016
$8,016.00
0
$0
$0.00
2
0
16
0
24
0
0
0
0
JL 0
0
0
0
0
0
0
5
PROJECT MANAGEMENT
0
$0
$0.00
5.1
Project Management for Tasks 1 through 4.
30
48
78
$16,536
$16,536.00
30
0
48
0
0
0
0
0
0
0
0
0
$0
$0.00
Total Manhours
56
51
70
108
170
0
120
270
-247
0
160
0
64
366
104
40
1,332
$182,440
Total Labor
$15,008
$10,812
$14,140
$19,980
$30,090
$0
$14,880
$28,350
-$24,700
$0
$9,120
$0
$7,680
$43,920
$9,360
$3,800
$182,440
$182,440.00
Total Expenses $13,750.00
Total Not to Exceed Fee $196,190.00
-$99,640.00
$142,894.00
$114,634.00
$8,016.00
$16,536,00
APPENDIX C - SCHEDULE
West Deane
Schedule (Roundabout)
East
Deane/Sycamore Schedule
Item
Calendar Days
Estimated Completion Date
Item
Calendar Days
Estimated Completion Date
Notice to Proceed
0
Friday, October 16, 2020
Notice to Proceed
Additional Drainage Survey
Friday, November 6, 2020
Additional Survey
Friday, November 6, 2020
30% plans
31
Monday, November 16, 2020
30% plans
Completed
City review
14
Monday, November 30, 2020
City review
Completed
60%plans
60
Friday, January 29, 2021
60%plans
60
Friday, November 20, 2020
City review
14
Friday, February 12, 2021
City review
14
Friday, December 4, 2020
95% plans
90
Thursday, May 13, 2021
95% plans
80
Monday, February 22, 2021
City review
14
Thursday, May 27, 2021
City review
15
Tuesday, March 9, 2021
100% Plans
7
Thursday, June 3, 2021
100% Plans
13
Monday, March 22, 2021
Interchange
Analysis Schedule
Poplar/Woodland
Schedule
Item
Calendar Days
Estimated Completion Date
Item
Calendar Days
Estimated Completion Date
Notice to Proceed
0
Friday, October 16, 2020
Notice to Proceed
VISSIM Analysis
38
Monday, November 23, 2020
Additional Survey
Friday, November 6, 2020
Concept Design and Estimate
38
Monday, November 23, 2020
30% plans
Completed
City review
Completed
60%plans
60
Friday, November 20, 2020
City review
14
Friday, December 4, 2020
95% plans
80
Monday, February 22, 2021
City review
15
Tuesday, March 9, 2021
100% Plans
13
Monday, March 22, 2021
Schedule for Poplar in front of High School to be determined at a later date
CITY OF
FAYETTEVILLE
. ARKANSAS
TO: City Council Transportation Committee
THRU: Garner Stoll, Development Services Director
Chris Brown, City Engineer
FROM: Paul Libertini, Staff Engineer
DATE: October 22, 2020
SUBJECT: Sain Street Extension — Supplemental Agreement No. 2
STAFF MEMO
The Sain Street Extension project is ready to go to construction. A Pre -Bid meeting was held
virtually on Tuesday, October 20th. The Bid Opening is scheduled for Wednesday, November
4th
Burns & McDonnell Engineering Company has been providing the necessary professional
services to complete the design, environmental studies and land acquisition. Both the
construction plans and the right-of-way plans have been reviewed and approved by the
Arkansas Department of Transportation (ARDOT). Since this is a federally funded (80%)
project, it is necessary to follow all the federal guidelines and requirements in order to be eligible
for reimbursement of City funds spent on construction. In this regard, it is in the City's best
interest to add construction management services to the existing agreement with Burns &
McDonnell.
Supplemental Agreement No. 2 includes the following tasks: survey control, construction
observation (inspection), materials testing and engineering management services. The
attached agreement and fee schedule have been reviewed and approved by ARDOT. The cost
of these services is $318,328 which will be reimbursed by the State at 80%, leaving the actual
cost to the City of only $63,665. It should be noted that most Cities in our region hire out these
types of services for federally funded projects due to the significant demand on man-hours and
specialty services e.g. bridge inspection.
City staff recommends approval of Supplemental Agreement No. 2.
Attachments:
Supplemental Agreement No. 2 with Burns & McDonnell Engineering Company
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Supplemental Agreement No. 2
Job No. 040688
FAP. No. STPU-9142(39)
Sain Street Extension (Fayetteville) (S)
Date:
WHEREAS, the City of Fayetteville, Arkansas and Burns & McDonnell Engineering
Company, Inc. entered into an Agreement for Engineering Services on March 15, 2016;
and,
WHEREAS, representatives of the City of Fayetteville, Arkansas requested work in
addition to that defined in the Agreement.
NOW THEREFORE, the following modifications will be made to the Agreement to
include the additional work requested:
MODIFICATIONS:
1) The "Contract Ceiling Price" (Section 1.2) is increased from $608,134 to
926 462.
2) The "Title I Services Ceiling Price" (Section 1.12) remains unchanged at
$608,134.
3) The "Title II Multiplier" (Section 1.13) is updated from 3.367 to 3.577 (<FY 2018).
4) The "Title II Services Ceiling Price" (Section 1.15) is established as $318,328.
5) The fixed fee (Section 3.4) remains unchanged at $37,321.
6) See Attachment A for modifications to the scope of work.
7) The Completion Date (Section 17.1) for Title I Services shall be revised from
June 28, 2019 to December 31, 2020 to encompass bid phase services.
Completion Date of Title 11 Services will coincide with the Final Acceptance of
Work by the City of Fayetteville.
8) See Attachment B for modifications to Appendix A - Justification of fees and
costs
IN WITNESS WHEREOF, the parties execute this Supplemental Agreement No. 2, to be
effective upon the date set out above.
BURNS & MCDONNELL CITY OF FAYETTEVILLE,
ENGINEERING COMPANY, INC. ARKANSAS
BY: BY:
Steven Beam, P.E. Lioneld Jordan
Business Manager Mayor
Attachment A
SCOPE OF WORK MODIFICATIONS
Supplemental Agreement No. 2
Job No. 040688
FAP. No. STPU-9142(39)
Sain Street Extension (Fayetteville) (S)
The City of Fayetteville (City), in cooperation with the Arkansas Department of
Transportation (ARDOT), formerly known as the Arkansas State Highway and
Transportation Department (AHTD), and the Federal Highway Administration (FHWA),
engaged Burns & McDonnell Engineering Company, Inc. to provide engineering services
for the extension of Sain Street in Fayetteville, Arkansas. Section 7 of the Agreement for
Engineering Services set forth the scope of services to be performed.
The following Title II Services are now being added to the Scope of Work.
CONSTRUCTION MANAGEMENT AND ADMINISTRATION
A. GENERAL
This work consists of providing construction management services to assist the City.
The Consultant shall establish administrative office(s), capable of providing all
Engineering Management Services for the Project.
The Consultant will serve as an extension of the City to administer the project in
accordance with City's standards including ARDOT Standards, e.g., Standard
Specifications for Highway Construction, current Resident Engineer's Manual, and the
"Manual of Field Sampling and Testing Procedures". The consultant shall be
responsible for construction management and administration of the Project to ensure it is
constructed in substantial conformance to the construction plans, special provisions and
specifications, and the City's relevant standards and manuals. The Consultant shall be
the only authorized Project site contact with the City's Representatives; all information,
requests for information and correspondence from the Construction Contractor and all
other parties at the Project site will be transmitted through the Consultant to the City.
The Consultant will provide all construction management to include, but not limited to,
furnishing survey crews, inspectors, materials testing laboratory equipment and staff,
Resident Engineer, office clerical staff, vehicles, equipment, and supplies as required to
provide the Service.
The Consultant will perform all construction management to include, but not limited to,
identification and recommendation of corrections for omissions, substitutions, defects
and deficiencies in the construction plans, the work of the Construction Contractor, its
subcontractors, its vendors and its consultants; and coordination of the efforts of the
Construction Contractor and the City's Representative in an effort to meet the Project
schedule and budget.
B. PROJECT STAFFING
The Consultant shall provide sufficient trained personnel to adequately and competently
provide the Services and satisfy the requirements of this Agreement. The Consultant
Attachment A— Scope of Work Modifications Supplemental Agreement No. 2
shall have the necessary qualified personnel available to provide Services for the
project. The Consultant's personnel assigned to perform the Services must have prior
construction experience in the areas of Services that they are to perform.
The Consultant shall maintain a good working relationship with the City. Any person
employed by the Consultant or by any Subconsultant who, in the opinion of the City,
does not perform his/her Services in a reasonably proper and skillful manner, or is
intemperate or disorderly, shall at the written request of the City, be removed
immediately by the Consultant or Subconsultant employing such person and shall not be
employed again in any portion of the Services without the approval of the City.
C. SURVEY CONTROL
The Consultant shall be responsible for verifying the existence and accuracy of location
for the reference points and baseline control points indicated on the plans. The
Consultant shall re-establish any missing or disturbed control points as may be required
prior to the start of construction.
The Consultant shall establish the survey control baseline(s) along with sufficient
baseline control points and benchmarks at appropriate intervals along the project for use
by the Construction Contractor and the Consultant in performing verification surveys of
construction layout. Control and any additional design surveys shall be supervised and
certified (stamped) by a Professional Land Surveyor registered in Arkansas.
The Consultant shall utilize software and procedures for quality control and quantity
computations as required by the City. The Consultant shall make and record such
measurements as are necessary to calculate and document quantities for pay items. All
survey work shall be performed under the supervision of a Professional Surveyor
registered in the State of Arkansas.
D. CONSTRUCTION OBSERVATION
The Consultant shall be responsible for monitoring the Construction Contractor's on -site
construction operations and inspecting materials entering into the work as required. The
Consultant shall keep detailed, accurate records of the Construction Contractor's daily
operations in accordance with City's and ARDOT's procedures, rules, standards and
policies. The frequency and scope of inspections will vary with the work activity being
performed; however, the Consultant shall perform observation services in accordance
with the AHTD Resident Engineer's Manual and other procedures, policies, directives
and industry accepted standards. The inspector's site attendance shall be dictated by
the nature and needs of the construction work being executed on a day to day basis, as
such the inspector's work hours shall not reflect the Contractor's work hours. The City
will be responsible for performing any required factory inspections of fabricated or
manufactured items to be incorporated into the Project.
E. TESTING
The Consultant shall perform Project -site sampling and testing of component materials
and completed work items to ensure the materials and workmanship incorporated in the
project are in substantial conformity with the plans, specifications and contract
provisions. The Consultant shall meet the minimum sampling frequencies and other
provisions as contained in the ARDOT's "Manual of Field Sampling and Testing
Attachment A— Scope of Work Modifications Supplemental Agreement No. 2
Procedures." The Consultant shall perform all on -site sampling of materials and such
testing of materials and completed work items that are normally required to verify
conformance with the contract documents.
The Consultant shall provide the services of a Testing Laboratory to perform materials
testing of the construction materials incorporated in the work. The Testing Laboratory
shall perform material tests in accordance with the ARDOT's "Manual of Field Sampling
and Testing Procedures." The Testing Laboratory shall be certified by the Center for
Training of Transportation Professionals (CTTP).
The Testing Laboratory shall furnish a Laboratory Supervisor who shall be responsible
for all Project -site materials testing, documentation, and reporting of test results. The
Testing Laboratory shall report test results by phone or email on critical construction
items within four hours after the test results have been obtained. A written report shall
be prepared and sent to the Consultant within 48 hours after test results are known on
any test performed by the Testing Laboratory. All technicians performing materials
testing shall be certified by the Center for Training of Transportation Professionals
(CTTP) in every area in which materials testing is to be performed.
The Consultant shall be responsible for on -site job control samples to determine the
acceptability of all materials and completed work items on the basis of either test results
or verification of a certification, certified mill analysis, City's label, City's stamp, etc.
The Consultant shall maintain a log of each individual test record in accordance with the
AHTD's materials testing manual.
F. ENGINEERING MANAGEMENT SERVICES
The Consultant shall be responsible for engineering management services necessary to
verify the Project is completed and ready for acceptance by the City. This will require
interpretation of the plans and contract documents, coordination of changes to the
project, assistance in processing of change and contract documents, coordination of
changes to the project, assistance in processing of Change Orders and supplemental
agreements, resolving disputes, claims analysis, and all other engineering management
tasks normally handled by a Resident Engineer. These tasks include, but are not limited
to the following:
1. Schedule and conduct a pre -construction conference for the Project. Document
the conference in accordance with the City's & ARDOT's procedures.
2. Document any Project delay or potential delay caused by conflicts with utilities.
3. Review and monitor the Construction Contractor's work schedule and make
recommendations to the City regarding any changes, or needed changes, to the
schedule. Perform CPM schedule reviews, updates, and analysis of CPM
impacts. Review credentials and qualifications of the Construction Contractor's
personnel to ascertain compliance with construction contract requirements
regarding said personnel.
4. Maintain a complete set of project records on each Project to include daily
diaries, quantities for pay items, progress estimates, material deliveries,
materials, testing, submittals, as-builts, and correspondence.
Attachment A— Scope of Work Modifications Supplemental Agreement No. 2
5. Maintain a record of each pay item and every month prepare a comprehensive
progress estimate. Quantities will be based on daily records and calculations.
6. The Consultant shall conduct periodic construction meetings on the Project with
the Construction Contractor and their subcontractors, the City's Project
Representative and other interested parties to review the work schedule, plan
changes, construction problems or other matters. The results of these meetings
will be documented on the Engineer's monthly summary.
7. Track and maintain a log on all Construction Contractor submittals including
requests for information, shop drawings, catalog cuts, and/or samples. An up-to-
date status of each submittal must be maintained at all times through the
approval stage. Transmit submittals, in accordance with the City's guidelines, to
the City and Designer of Record for review and approval. Reviewed submittals
are to be returned to the Construction Contractor for follow-up action. The
Consultant shall encourage all reviewers to complete their review in a timely
manner. Deficiencies will be immediately reported to the City's Project
Representative.
8. Identify and monitor Project permit requirements and notify the Construction
Contractor and the City immediately when violations or potential violations occur.
9. Upon notice by the Construction Contractor of pending claims for extra work or
work beyond the original scope, maintain records indicating the approximate cost
of such work performed by the Construction Contractor.
10. Analyze and make recommendations to the City's Project Representative on all
requests received from the Construction Contractor for time extensions, contract
changes, requests for information, extra work and proposals.
11. Coordinate all contract changes with the Construction Contractor, the Designer of
Record, the City and others as required.
12. Process Supplemental Agreements pursuant to the construction contracts for
necessary changes and recommend solutions to the City.
13. Monitor traffic control devices, lane closures, traffic queue lengths, travel time
through project and other impacts on traffic in accordance with the Maintenance
of Traffic Special Provision and Traffic Management Plan.
14. Monitor the Construction Contractor's compliance with construction contract
provisions in regard to payment of predetermined wage rates in accordance with
the City's procedures. This will include subcontractor compliance.
15. Monitor each Construction Contractor's compliance with contract provisions in
regard to Equal Employment Opportunity and Affirmative Action. Coordinate
corrective actions with the City's Project Representative.
16. The Construction Contractor is fully responsible for the means and methods of
jobsite safety for his construction personnel. The Consultant will monitor the
Construction Contractor's compliance to jobsite safety; however, it is the
Attachment A— Scope of Work Modifications Supplemental Agreement No. 2
Construction Contractor's obligation to enforce adherence to the Federal, State
and local laws, rules and regulations concerning construction and jobsite safety.
17. Assist the City in preparing for any litigation or other action that may arise as a
result of the Project.
18. Prepare the necessary Project close-out documents to include the final estimate
and all supporting records, plus one set of red lined, as -built contract documents.
19. Perform all inspections and reporting required for U.S. Army Corps of Engineers
Section 404 Permits and National Pollutant Discharge Elimination System
(NPDES) permits issued by the Arkansas Department of Environmental Quality
in accordance with procedures contained in the ARDOT's Resident Engineer's
Manual and Erosion and Sedimentation Control Manual.
Attachment A— Scope of Work Modifications Supplemental Agreement No. 2
Attachment B - Justification of Costs and Fees - SA 2
October 20, 2020
Job 040688 Sain Street Extension (Fayetteville) (S)
Washington County
TOTAL PROJECT SUMMARY
TITLE I SERVICES
HOURS
SALARY
FEE
EXPENSES
TOTAL
PROJECT MANAGEMENT
143
$22,395
$2,687
$0
$25,082
PM - SUPPLEMENTAL AGREEMENT NO. 1
32
$5,772
$693
$0
$6,465
ENVIRONMENTAL CLEARANCE DOCUMENTATION
240
$31,143
$3,737
$3,268
$38,148
INTERCHANGE JUSTIFICATION REPORT
148
$18,728
$2,247
$6,300
$27,275
TRAFFIC DESIGN & PLANS
186
$23,478
$2,817
$8,909
$35,204
TRAFFIC - SUPPLEMENTAL AGREEMENT NO. 1
48
$5,531
$664
$0
$6,195
ROADWAY DESIGN & PLANS
360
$46,174
$5,541
$340
$52,055
BRIDGE DESIGN & PLANS
1,188
$151,357
$18,163
$264
$169,784
BRIDGE - SUPPLEMENTAL AGREEMENT NO. 1
52
$6,433
$772
$0
$7,205
ORIGINAL SUBTOTAL TITLE 1
2,265
$293,275
$35,192
$19,081
$347,548
REVISED SUBTOTAL TITLE I (SA NO. 1)
2,397
$311,011
$37,321
$19,081
$367,413
SUBCONSULTANTS TITLE I
McClelland Consulting Engineers, Inc.
2,054
$169,046
$20,282
$8,709
$198,037
MCE Supplemental Agreeement No. 1
316
$27,289
$3,275
$10
$30,574
Harbor Environmental, Inc.
123
$9,958
$1,195
$957
$12,110
SUBTOTAL SUBCONSULTANTS TITLE 1
439
$37,247
$4,470
$967
$240,721
REVISED TOTAL TITLE I SA NO. 11
2,836
$348,258
$41,791
$20,048
$608,134
TITLE II SERVICES SA NO. 2
492
$71,003
$575
$71,578
SUBCONSULTANTS TITLE II (SA NO. 2)
McClelland Consulting Engineers, Inc.
2,153
$211,619
$35,131
$246,750
TOTAL TITLE II SA NO. 2
2,645
$282,622
$35,706
$318,328
ORIGINAL TOTAL PROJECT
2,836
1 $348,258
$41,791
$20,048
$608,134
REVISED TOTAL PROJECT SA NO. 2
5,481
1 $630,880
$41,791
$55,754
$926,462 J
Attachment B - Justification of Costs and Fees - SA 2
October 20, 2020
Job 040688 Sain Street Extension (Fayetteville) (S)
Washington County
TITLE II SERVICES - SUPPLEMENTAL AGREEMENT NO. 2
MANHOURS
TASK
Management & Administration
Project Updates & Invoicing
Shop Drawing Review (Bridge)
Expansion Joints
PD
PM
26
SE
STRE
6
STFE
TECH
ADMIN
26
TOTAL
52
6
Structural Steel
0
Girders
16
16
Diaphragms
8
8
Splices
8
8
Stiffeners
6
6
Bearings
8
8
Type H Metal Bridge Rail
8
8
Textured Coating Color Review
4
4
Concrete Mix Design
Construction Observation (Bridge)
Structure Layout and Staking
6
4
6
4
Driving Pile
8
8
Drilling Drilled Shafts
16
16
Caps
16
16
Slab
8
8
Columns
12
12
Caps
16
16
Setting Structural Steel
24
24
Deck Pour
20
20
Painting
16
16
Final Inspection
Engineering Management Services
Preconstruction Conference
16
4
16
4
RFI Responses
40
40
Progress Meetings
30
30
Design Modifications Allowance
60
40
40
140
TOTAL MH -TITLE II SERVICES - SA NO. 2
0
26
0
360
40
40
26
492
Attachment B - Justification of Costs and Fees - SA 2
October 20, 2020
Job 040688 Sain Street Extension (Fayetteville) (S)
Washington County
TITLE ❑ SERVICES - SUPPLEMENTAL AGREEMENT NO. 2
LABOR COSTS
Category - Description
Rate
MH
Amount
PD - Project Director
$70.00
0
$0
PM - Project Manager
$60.00
26
$1,560
SE - Senior Engineer
$50.00
0
$0
STRE - Structural Engineer
1 $42.00
360
$15,120
STFE - Staff Engineer
$35.00
40
$1,400
TECH - Technician
$28.00
40
$1,120
ADMIN - Administrative Assistant
$25.00
26
$650
Subtotal
$19,850
Title II Multiplier 3.577
$71,003
Subtotal Labor Costs
$71,003
EXPENSES
ITEM
Quantity
Unit
Rate
Amount
Mileage (16 mile round trip from Office to Site)
1,000
mile
$0.575
$575
Subtotal Expenses
$575
TOTAL COSTS - TITLE II SERVICES - SUPPLEMENTAL AGREEMENT NO. 2
$71,578
BASIS OF ESTIMATE
Description
Based on a 360 day construction schedule. Delays that result in lengthened construction schedule and extension of Title II Services may
require additional compensation.
Design modifications are only estimated. Each modification will require written approval of the additional funds. If this allowance is
exceeded, Engineer may require additional compensation.
Attachment B - Justification of Costs and Fees - SA 2
October 20, 2020
Job 040688 Sain Street Extension (Fayetteville) (S)
Washington County
SUBCONSULTANT SUMMARY SUPPLEMENTAL AGREEMENT NO.
r
TITLE I SERVICES
HOURS
SALARY
FEE
EXPENSES
�
TOTAL
ENVIRONMENTAL CLEARANCE
123
$9,958
$1,195
$957
$12,110
FIELD SURVEYS AND MAPPING
371
$25,415
$3,049
$52
$28,516
FIELD SURVEYS AND MAPPING - SA NO. 1
27
$1,773
$213
$10
$1,996
ROADWAY DESIGN & PLANS
1,228
$104,681
$12,559
$419
$117,659
ROADWAY DESIGN & PLANS - SA NO. 1
147
$14,806
$1,777
$0
$16,582
ROW DESIGN & PLANS
174
$13,727
$1,647
$19
$15,393
ROW DESIGN & PLANS - SA NO. 1
142
$10,710
$1,285
$0
$11,995
GEOTECHNICAL
129
$9,734
$1,168
$8,190
$19,092
FLOODPLAIN MODELING
152
$15,489
$1,859
$29
$17,377
ORIG. SUBCONSULTANT TOTAL TITLE I
1 2,177
1 $179,004
$21,477
$9,666
$210,147
REV. SUB. TOTAL TITLE I SA NO. 1
2,493
1 $206,293
$24,752
$9,676
$240,721
SUBCONSULTANT TOTAL TITLE II SA NO. 2
2,153
1 $211,619
1 $35,131
$246,750
ORIG. SUBCONSULTANT TOTAL PROJECT
1 2,177
1 $179,004
$21,477
$9,666
$210,147
REVISED SUBCONSULTANT TOTAL PROJECT
1 4,330
1 $390,6231
$21,477
$44,7971
$456,897
Attachment B - Justification of Costs and Fees - SA 2
October 20, 2020
Job 040688 Sain Street Extension (Fayetteville) (S)
Washington County
TITLE II SERVICES - SUPPLEMENTAL AGREEMENT NO. 2 MCCLELLAND CONSULTING ENGINEERS, INC.
MANHOURS
TASK
TM
PE
CO
CLR
PLS
PC
GE
LT
FT
TOTAL
Project Management
t24
12
4
40
Project Reports & Invoicing
Construction Contract Administration
88
60
190
RoadwayPre-Construction
3
3
3
1
13
Conference
Shop Drawing Reviews & Contractor Questions
4
16
16
2
38
Construction Phase Design Modifications
1 4
1 8
1 20
4
36
Survey Control
12
24
36
Maintenance of Project Survey Control Points
Project Inspection
24
56
96
1,200
24
1,400
Observation & Record keeping
Materials Testing
5
5
10
70
10
100
200
400
0
ES- SUPPLEMENTAL AGREEMENT NO. 2
1 106
1 188
1 205
1 1,203
1 105
12
1 24
1 10
1 100
1 200
2,153
LABOR COSTS
Category -Description
Rate
MH
Amount
PRE - Principle Engineer
$56.00
106
$5,936
TM - Task Manager
$46.00
188
$8,648
PE - Project Engineer
$37.00
205
$7,585
CO - Construction Observer
$36.00
1,203
$43,308
CLR - Clerical
$20.00
105
$2,100
PLS - Registered Land Surveyor
$41.00
12
$492
PC - Survey Party Chief
$30.00
24
$720
GE - Geotechnical Engineer
$46.00
10
$460
LT - Lab/Engineering Technician
$18.00
100
$1,800
FT - Field Technician
$24.00
200
$4,800
Subtotal
$75,849
Title II Multiplier 2.790
$211,619
Subtotal Labor Costs
$211,619
EXPENSES
ITEM
Quantity
Unit
Rate
Amount
Mileage (540 trips @ 1 miles)
540
Mile
0.58
$311
Concrete Cylinder Breaks (62 4"x8" Sets of 5)
310
Each
20.00
$6,200
Asphalt SG of Cores (14 Binder and 14 Surface Cores)
28
Each
35.00
$980
Proctor and Classification Testing of Select Fill Material
2
Mile
300.00
$600
Nuclear Gauge Density Daily Usage Fee
170
Each
1 12.00
$2,040
CWI Structural Steel and Welding Inspection for Bridge Elements
11
LS
1 25,000.00
$25,000
$0
Subtotal Expenses
$35,131
TOTAL COSTS - TITLE II SERVICES - SUPPLEMENTAL AGREEMENT NO. 2
$246,750
BASIS OF ESTIMATE
Description
Services for Construction Administrative Services:
Addendums/ Inquiries/ Pre -Bid Meeting/ Bid Opening/ Bid Tabulation/ Evaluation & Recommendation/ Contract Document Prep/ NTP
Attend Project Meetings/ Write Reports &/or Minutes/ Address Site Issues/ Design Modifications/ Observe Construction.
Assumptions for Materials Testing:
10 trips for consulting/coordination related to subgrade of roadway and trail reconstruction
Density testing required for trail reconstruction, roadway fill/base materials, sidewalks and aprons, and also misc. sitework/utilities
Two (2) proctors will be required for the project select fill material
Reinforcing Bar Observation and most Proof Roll Observations will be conducted under Construction Observation services
62 sets of concrete cylinders being required for project elements (trail reconstruction, sidewalks and aprons, curb and gutter, bridge drilled piers, bridge columns, bridge pile caps and
abutments, bridge wing walls, bridge end walls, and bridge deck)
Continuous observation being required for installation of drilled piers and driven piles
Ashpalt testing/coring frequency to follow Standard City of Fayetteville guidelines
Supplemental Agreement No. 2
Job No. 040688
FAP. No. STPU-9142(39)
Sain Street Extension (Fayetteville) (S)
Date:
WHEREAS, the City of Fayetteville, Arkansas and Burns & McDonnell Engineering
Company, Inc. entered into an Agreement for Engineering Services on March 15, 2016;
and,
WHEREAS, Burns & McDonnell Engineering Company, Inc. ("Consultant") and
McClelland Consulting Engineers, Inc. ("Subconsultant") entered into a Subconsultant
Agreement for professional and related services on March 15, 2016; and,
WHEREAS, representatives of the City of Fayetteville, Arkansas requested work in
addition to that defined in the Agreement.
NOW THEREFORE, the following modifications will be made to the Subconsultant
Agreement to include the additional work requested:
►hus] 971;1[07_1%0IQkiR3
1) The "Contract Ceiling Price" (Section 3.2) is increased from $228,611 to
$475,361.
2) The "Title I Services Ceiling Price" remains unchanged at $228,611.
3) The "Title II Multiplier" is established as 2.79 (<FY 2018).
4) The "Title 11 Services Ceiling Price" is established as $246,750.
5) The fixed fee (Section 3.4) remains unchanged at $23,557.
6) The "Schedule of Salary Ranges" (Section 3.5.1) is revised to add the following
Staff Classification:
Staff Classification Low Rate per Hour High Rate per hour
Construction Observer $19.75 $40.00
7) See Attachment A for modifications to the scope of work.
IN WITNESS WHEREOF, the parties execute this Supplemental Agreement No. 2, to be
effective upon the date set out above.
BURNS & MCDONNELL
ENGINEERING COMPANY, INC.
MCCLELLAND CONSULTING
ENGINEERS, INC.
BY: BY:
Steven Beam, P.E.
Business Manager
Daniel Barnes, P.E.
President -Fayetteville
r� ma's CITY OF
�FAYETTEVILLE
ARKANSAS
MEETING OF NOVEMBER 17, 2020
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Garner Stoll, Development Services Director
Chris Brown, City Engineer
FROM: Matt Casey, Engineering Design Manager
DATE: October 22, 2020
CITY COUNCIL MEMO
SUBJECT: Approval of a contract in the amount of $392,725.00 with Garver, LLC for
design of the Rolling Hills Drive Project, authorizing the Mayor to acquire
the easements and Right of Way for the project and approval of a budget
adjustment, per RFQ 20-01, selection #21.
RECOMMENDATION:
Staff recommends approval of a contract in the amount of $392,725.00 with Garver, LLC for
design of the Rolling Hills Drive Project, authorizing the Mayor to acquire the easements and
right of way for the project and approval of a budget adjustment, per RFQ 20-01, selection #21.
BACKGROUND:
The project includes roadway, drainage, pedestrian and bicycle safety improvements along the
corridor between College Avenue and Old Missouri Road as well as traffic flow improvements at
critical intersections and drainage upgrades. Pedestrian and bicycle improvement concepts
include a lighting, a greenspace buffer, sidewalk, and a multi -use trail.
Rolling Hills Drive serves as an important east -west connection street that also provides access
to adjacent neighborhoods and connects to Butterfield Elementary School. Rolling Hills Drive
connects to Appleby Road, west of College Avenue, providing the only flat east -west bicycle
route to the Razorback Greenway. The road currently carries about 10,000 cars per day.
DISCUSSION:
On September 1st, Garver, LLC was selected by committee based on RFQ 20-01, selection
#21. Staff has worked with Garver to prepare a detailed scope of work and contract for this
project. They have provided a proposed scope and fee in the amount of $392,725.00 for the
design of this project. The contract will be paid based on hourly rates for work completed, up to
the total contract amount. Design should be complete and ready for bid in the fourth quarter of
2021.
BUDGET/STAFF IMPACT:
The roadway, drainage and trail design for this project ($307,525.00) will be paid for with the
funds from the 2019 Transportation Bond Fund. The water and sewer relocations ($85,200.00)
will be paid for from the Water and Sewer Fund.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Attachments:
Vicinity Map
Garver, LLC - Engineering Agreement
Budget Adjustment
t
fo
o
'
w
1
PIP
h
al !Fumd
y
6'SIOEWALK 10'LANE f0'CENTER TURN LANE
31—O—RB
10'LANE _5 RAIL
N
1�...
W
Q
.. 2
4
1
or
�r
t
O-
-.. - -
,
ha.de,-: PA.
z
- - - -
- - _--'
--
$$$
U
~
Q
�
N
�
O
Aft OF
FAYETTEVILLE
�'
ROLLING HILLS DRIVE
IMPROVEMENTS
• -�-
ARKANSAS
2019 BOND PROGRAM
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
GARVER, LLC
THIS AGREEMENT is made as of , 2020, by and between City of Fayetteville,
Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and
GARVER, LLC (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed
under the direction of a professional engineer registered in the State of Arkansas and qualified in the
particular field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER
1.2 Assignments may include services described hereafter as Basic Services or as Additional
Services of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council
in advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in
Appendix A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF
FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has
full responsibility for the engineering services.
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:
Garver Contract — Professional Engineering Services 1 10/21/2020
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
the services authorized and the time in which the services are to be completed. The
anticipated schedule for this project is 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 basis 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
Garver Contract — Professional Engineering Services 2 10/21/2020
shall be accompanied each month by the updated project schedule as the basis for
determining the value earned as the work is accomplished. Final payment for
professional services shall be made upon CITY OF FAYETTEVILLE's approval and
acceptance with the satisfactory completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed
portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF
FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed
portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to
pay invoices within 30 days of date the invoice is approved, however, payment within
30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a
condition before final payment under this Agreement, or as a termination settlement
under this Agreement, ENGINEER shall execute and deliver to CITY OF
FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising
under or by virtue of this Agreement, except claims which are specifically exempted by
ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by
State law or otherwise expressly agreed to by the parties to this Agreement, final
payment under this Agreement or settlement upon termination of this Agreement shall
not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or
his sureties under this Agreement or applicable performance and payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in
United States Dollars) the following minimum insurance coverages:
Type of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
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.
Garver Contract — Professional Engineering Services 3 10/21/2020
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:
Garver Contract — Professional Engineering Services 4 10/21/2020
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable
adjustment in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other
work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover
any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's
default.
6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is
effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a
reasonable profit for services or other work performed. The equitable adjustment for
any termination shall provide for payment to ENGINEER for services rendered and
expenses incurred prior to the termination, in addition to termination settlement costs
reasonably incurred by ENGINEER relating to commitments which had become firm
prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER
shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data,
drawings, specifications, reports, estimates, summaries and such other information
and materials as may have been accumulated by ENGINEER in performing this
Agreement, whether completed or in process.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE
may take over the work and may award another party an agreement to complete the
work under this Agreement.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is
determined that ENGINEER had not failed to fulfill contractual obligations, the
termination shall be deemed to have been for the convenience of CITY OF
FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as
provided in Paragraph 6.5.4 of this clause.
6.6 Delays
6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond ENGINEER's reasonable control,
ENGINEER shall be entitled to additional compensation and time for reasonable costs
incurred by ENGINEER in temporarily closing down or delaying the Project.
Garver Contract — Professional Engineering Services 5 10/21/2020
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way
are related to, this Agreement, including, but not limited to the interpretation of this
Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF
FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes
concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first
negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior
to exhaustion of these procedures, such action shall be stayed, upon application by either
party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4
have been complied with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the
occurrence of any incident, action, or failure to act upon which a claim is based, the
party seeking relief shall serve the other party with a written Notice;
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or
first observance of defect or damage. In both instances, the Notice shall specify the
nature and amount of relief sought, the reason relief should be granted, and the
appropriate portions of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY
OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If
the dispute cannot be resolved at that level, then, upon written request of either side, the
matter shall be referred to the President of ENGINEER and the Mayor of CITY OF
FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such
other location as is agreed upon within 30 days of the written request to resolve the
dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining
funds to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may
prepare publications, such as technical papers, articles for periodicals, and press releases,
pertaining to ENGINEER's services for the Project. Such publications will be provided
to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance
review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide
CITY OF FAYETTEVILLE's comments to ENGINEER. CITY OF FAYETTEVILLE
Garver Contract — Professional Engineering Services 6 10/21/2020
may require deletion of proprietary data or confidential information from such
publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold
approval. The cost of ENGINEER's activities pertaining to any such publication shall be
for ENGINEER's account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from
and against any and all loss where loss is caused or incurred or alleged to be caused or
incurred in whole or in part as a result of the negligence or other actionable fault of the
Contractors, or their employees, agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings,
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:
2049 E. Joyce Blvd, Suite 400
Fayetteville, Arkansas 72703
Garver Contract — Professional Engineering Services 7 10/21/2020
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors,
executors, administrators, and assigns to the other party of this Agreement and to the
successors, executors, administrators, and assigns of such other party, in respect to all
covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor
ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the
written consent of the other.
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the
State of Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in
purchase orders do not generally apply to professional services, in the event CITY OF
FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon
shall become a part of this Agreement. Said purchase order document, whether or not
signed by ENGINEER, shall be considered as a document for CITY OF
FAYETTEVILLE's internal management of its operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the
services shall be construed as a waiver of any rights under this Agreement or of any cause
of action arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance
of any of the services furnished under this Agreement except for errors, omissions or
other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF
FAYETTEVILLE-furnished data.
7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express
or implied assurances under this Agreement or State law and in no way diminish any
other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty
materials, equipment, or work.
7.2 Remedies
7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims,
disputes and other matters in question between CITY OF FAYETTEVILLE and
ENGINEER arising out of or relating to this Agreement or the breach thereof will be
Garver Contract — Professional Engineering Services 8 10/21/2020
decided in a court of competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly
pertinent to performance on work under this Agreement in accordance with generally
accepted accounting principles and practices consistently applied in effect on the date of
execution of this Agreement. ENGINEER shall also maintain the financial information
and data used by ENGINEER in the preparation of support of the cost submission
required for any negotiated agreement or change order and send to CITY OF
FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE,
the State or any of their authorized representatives shall have access to all such books,
records, documents and other evidence for the purpose of inspection, audit and copying
during normal business hours. ENGINEER will provide proper facilities for such access
and inspection.
7.3.2 Records under Paragraph 7.3.1 above shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of
final payment for the project. In addition, those records which relate to any controversy
arising out of such performance, or to costs or items to which an audit exception has been
taken, shall be maintained and made available until three years after the date of resolution
of such appeal, litigation, claim or exception.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting
the price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally
advertised, competitively awarded, fixed price agreement. However, this right of
access does not apply to a prime agreement, lower tier subagreement or purchase
order awarded after effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance,
excluding any financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be
involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement of understanding for a commission,
percentage, brokerage or continent fee, excepting bona fide employees or bona fide
established commercial or selling agencies maintained by ENGINEER for the purpose of
securing business. For breach or violation of this 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.
Garver Contract — Professional Engineering Services 9 10/21/2020
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER's agents or representatives, offered or gave gratuities (in the form of
entertainment, gifts or otherwise) to any official, employee or agent of CITY OF
FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in
awarding, amending or making any determinations related to the performance of this
Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate
this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies
that the law or this Agreement provides. However, the existence of the facts on which
CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in
proceedings under the Remedies clause of this Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue
in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to
any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may
pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE)
which shall be not less than three nor more than ten times the costs ENGINEER incurs in
providing any such gratuities to any such officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of
subcontractors and sub -consultants, prepared while performing City contractual work are
subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of
Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER
will do everything possible to provide the documents in a prompt and timely manner as
prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.).
Only legally authorized photocopying costs pursuant to the FOIA may be assessed for
this compliance.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor, Lioneld Jordan
ATTEST:
By:
City Clerk
ENGINEER
Senior Project Manager, Ron Petrie
By: D u�-� &
Project Manager, Jeff Webb
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Garver Contract — Professional Engineering Services 10 10/21/2020
APPENDIX A — SCOPE OF SERVICES
1. General
Generally, the scope of services includes surveying, design, preparation of property acquisition
documents, and bidding services for improvements to Rolling Hills Drive from College Avenue to
Old Missouri Road. Improvements will consist primarily of a three -lane roadway section with a trail
and sidewalk, installation of two (2) single -lane roundabouts, drainage improvements, tree planting,
and water & sewer relocations.
2. Surveys
2.1. Design Surveys
Garver will provide field survey data for designing the project, and this survey will be tied to the Owner's
control network.
Garver will conduct field surveys, utilizing radial topography methods, at intervals and for distances
along the project site as appropriate for modeling the existing ground, including locations of pertinent
features or improvements. Garver will locate buildings and other structures, streets, drainage features,
trees over eight inches in diameter, visible utilities as well as those underground utilities marked by
their owners and/or representatives, and any other pertinent topographic features that may be present
at and/or along the project site. Garver will establish control points for use during construction.
2.2. Property Surveys
Garver will locate existing monumentation representing right of way and/or easements based on record
data which will be provided by an abstractor under a subconsultant agreement with Garver.
3. Geotechnical Services
Geotechnical is not anticipated for the completion of the project and not included in this scope of
services. The City of Fayetteville Minimum Street Standards for a Collector Street will be used to
determine the pavement section for the project.
4. Coordination
Garver will furnish plans to all known utility owners potentially affected by the project at the preliminary
and final stages of plan development to enable them to coordinate efforts for any necessary utility
relocations. Garver will include the surveyed locations of the observable and marked utilities in the
construction plans. Garver will also include proposed and/or relocated utility information in the
construction plans as provided by the utility companies.
Garver will furnish final plans to the following agencies: ADEQ, USFWS, and Arkansas Department of
Health for their review and comment.
5. Environmental Services
Garver will work to obtain the appropriate environmental permits for the project from ADEQ and to
obtain clearance from the US Fish and Wildlife Service (USFWS).
6. Conceptual Design
The conceptual design phase submittal will include conceptual exhibits, typical sections, plan & profile
sheets for sewer (including proposed storm sewer shown offset in profile), plan sheets for water, street,
Appendix A - Scope of Services 1 of 4 20T21090
Rolling Hills Drive Improvements
trail & sidewalk improvements, conceptual drainage, cross sections, and an opinion of probable
construction cost. This conceptual submittal will be for the purpose of coordinating the proposed
improvements with the Owner and developing an order of magnitude cost estimate for the project.
Garver will incorporate comments from the Owner in the Preliminary Design. Garver will proceed with
Preliminary Design after the Conceptual Design is approved by the Owner in writing.
The replacement of the existing water line along Rolling Hills Drive between Oaks Manor Drive and
Sheryl Avenue will be included in the drawings. The design will be provided under a separate Garver
project with the Owner. The opinion of probable construction cost will include cost sharing.
Garver will prepare exhibits for and attend a public involvement meeting during the conceptual design
phase. The findings of the public involvement meeting and the conceptual exhibits will also be
presented to the City Transportation Committee.
7. Preliminary Design
Once Garver receives written approval from Owner on Conceptual Design, Garver will begin
Preliminary Design. The Preliminary Design phase submittal will include updated items from the
Conceptual design plus tree planting plan, pavement marking/signage plans, maintenance of traffic
plan, erosion control plan, typical/special details, drainage report, and an opinion of probable
construction cost. The preliminary design phase will represent approximately 60 percent of final
construction contract plans. This submittal will not include technical specifications or "front end"
contract documents. Garver will incorporate comments from the Owner on the Preliminary Design in
the Final Design. Garver will proceed with Final Design after the Preliminary Design is approved by the
Owner in writing.
8. Lighting Design
Garver will develop a lighting performance specification based on IESNA recommended criteria and
the Owner provided light fixture manufacturer, type, and style. This performance specification will
require the Contractor to submit a lighting layout meeting the design statistical criteria, submit an
electrical design, and perform utility coordination. This submittal will be to the Owner.
Garver will produce an estimate of probable cost related to the performance specification. This estimate
will not be based on a design, but rather similar lighting installations in the area with respect to quantity
of poles and anticipated infrastructure sizes.
Garver will not conduct a lighting design, electrical design, electrical calculations, utility coordination,
or other design activities beyond the performance specification. Garver will not produce lighting
removal or installation plans.
These items and Contractor's submittal review(s) can be added as additional services.
9. Final Design
Once Garver receives written approval from Owner on Preliminary Design, Garver will begin Final
Design. During the final design phase of the project, Garver will conduct final designs to prepare
construction plans and specifications, for one construction contract, including final construction details
and quantities, special provisions, and opinion of probable construction cost. Garver will also make
any needed plan changes as a result of the final plan review and/or special easement acquisition
considerations and prepare the construction documents as required to advertise for bids.
Appendix A - Scope of Services 2 of 4 20T21090
Rolling Hills Drive Improvements
Garver will also prepare, submit, and coordinate approval of a Stormwater Pollution Prevention Plan
(SWPPP) with ADEQ, and Garver will coordinate approval of the water and sewer with the Arkansas
Department of Health
10. Property Acquisition Documents
Garver will provide mapping as required for preparing Right of Way/Easement acquisition documents
for the Owner's use in acquiring the property. Documentation will include an individual tract map with
description of temporary and permanent acquisition for each property. The Owner will provide a
standard easement acquisition document or "go-by" example for use by Garver. The fee for providing
property acquisition documentation is based on permanent right of way and temporary construction
easements for no more than twenty-five (25) properties. Property acquisition document preparation
will begin after receiving the Owner's comments from the Final Design review.
11. Bidding Services
During the bidding phase of the project, Garver will:
A. Support the contract documents by preparing addenda as appropriate.
B. Participate in a pre -bid meeting if necessary.
C. Attend the bid opening.
D. Prepare bid tabulation.
E. Evaluate bids and recommend award.
F. Prepare construction contracts.
12. Construction Phase Services
Construction Phase Services are excluded from the scope of services.
13. Project Deliverables
The following will be submitted to the Owner, or others as indicated, by Garver:
A. One digital copy of the Conceptual Design with opinion of probable construction cost.
B. One digital copy of the Preliminary Design with opinion of probable construction cost.
C. One digital copy of the Preliminary Plans to each potentially affected utility company.
D. One digital copy of the Final Design with opinion of probable construction cost.
E. One digital copy of the revised Final Design with opinion of probable construction cost.
F. One digital copy of the revised Final Plans to each potentially affected utility company.
G. Three copies of the Final Plans and Specifications to the Contractor.
H. Three copies of the right-of-way and/or easement acquisition documents.
I. Electronic files as requested.
14. Extra Work
The following items are not included under this agreement but will be considered as extra work:
A. Redesign for the Owner's convenience or due to changed conditions after previous alternate
direction and/or approval.
B. Submittals or deliverables in addition to those listed herein.
C. Traffic Study and design of traffic signal relocations. Scope does include the relocation of one
pedestrian signal pole.
D. Pavement Design.
E. Design of any utility relocation other than water and sewer. Water and sewer relocations will
be as required to accommodate roadway improvements. Relocation of existing water and
sewer that does not conflict with roadway improvements (including aged and less than
Appendix A - Scope of Services 3 of 4 20T21090
Rolling Hills Drive Improvements
minimum design standards) is extra work.
F. Retaining walls or other significant structural design.
G. Geotechnical Services.
H. Missouri Creek crossing improvement design.
I. Landscape Architectural Services.
J. Environmental Handling and Documentation, including wetlands identification, mitigation plans,
USCOE permitting, or other work related to environmentally or historically (culturally) significant
items.
K. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR.
L. Construction Phase Services.
Extra Work will be as directed by the Owner in writing for an additional fee as agreed upon by the
Owner and Garver.
15. Schedule
Garver shall begin work under this Agreement within ten (10) days of a Notice to Proceed and shall
complete the work in accordance with the schedule below:
Phase Description
Calendar Days
Surveys — Design and Property 60 days from Notice To Proceed
Conceptual Design 45 days from completion of Surveys
Preliminary Design 60 days from approval of Conceptual Design
Final Design 60 days from approval of Preliminary Design
Property Acquisition Documents 30 days from approval of Final Design
Appendix A - Scope of Services 4 of 4 20T21090
Rolling Hills Drive Improvements
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
Garver Hourly Rate Schedule: July 2020 - June 2021
Classification
Rates
Engineers / Architects
E-1..............................................................................
$ 111.00
E-2..............................................................................
$ 128.00
E-3..............................................................................
$ 155.00
E-4..............................................................................
$ 181.00
E-5..............................................................................
$ 221.00
E-6..............................................................................
$ 272.00
E-7..............................................................................
$ 361.00
Planners / Environmental Specialist
P-1..............................................................................
$ 133.00
P-2..............................................................................
$ 167.00
P-3..............................................................................
$ 198.00
P-4..............................................................................
$ 232.00
P-5..............................................................................
$ 268.00
P-6..............................................................................
$ 306.00
P-7..............................................................................
$ 370.00
Designers
D-1..............................................................................
$ 103.00
D-2..............................................................................
$ 121.00
D-3..............................................................................
$ 144.00
D-4..............................................................................
$ 167.00
Technicians
T-1...............................................................................
$ 81.00
T-2...............................................................................
$ 102.00
T-3...............................................................................
$ 125.00
Surveyors
S-1..............................................................................
$ 50.00
S-2..............................................................................
$ 66.00
S-3..............................................................................
$ 88.00
S-4..............................................................................
$ 126.00
S-5..............................................................................
$ 167.00
S-6..............................................................................
$ 190.00
2-Man Crew (Survey).......................................................
$ 202.00
3-Man Crew (Survey).......................................................
$ 252.00
2-Man Crew (GPS Survey) ...............................................
$ 222.00
3-Man Crew (GPS Survey) ...............................................
$ 272.00
Construction Observation
C-1..............................................................................
$ 98.00
C-2..............................................................................
$ 125.00
C-3..............................................................................
$ 153.00
C-4..............................................................................
$ 188.00
Management/Administration
M-1
$ 370.00
X-1..............................................................................
$ 64.00
X-2..............................................................................
$ 86.00
X-3..............................................................................
$ 120.00
X-4..............................................................................
$ 153.00
X-5..............................................................................
$ 187.00
X-6..............................................................................
$ 231.00
X-7..............................................................................
$ 279.00
Agreement for Professional Services
Rolling Hills Drive Improvements Garver Project No. 20T21090
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
FEE SUMMARY
Title I Service
Estimated Fees
Surveys
$
53,200.00
Environmental Services
$
2,600.00
Conceptual Design - Roadway
$
42,100.00
Conceptual Design - Water and Sewer
$
23,650.00
Conceptual Design - Electrical
$
4,900.00
Preliminary Design - Roadway
$
55,100.00
Preliminary Design - Traffic
$
28,975.00
Preliminary Design - Water and Sewer
$
25,600.00
Preliminary Design - Electrical
$
11,800.00
Final Design - Roadway
$
53,700.00
Final Design - Traffic
$
14,900.00
Final Design - Water and Sewer
$
35,950.00
Final Design - Electrical
$
6,800.00
Property Acquisition Documents
$
30,300.00
Bidding Services
$
3,150.00
Subtotal for Title I Service
$
392,725.00
L:\2020\20T21090 - Fayetteville Rolling Hills Drive Imp\Contracts\Client\Draft\APPENDIX B - Garver Fee Spreadsheet -
Rolling Hills Drive.xlsm
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
SURVEYS
WORK TASK DESCRIPTION
E-3
S-5
S-4
2-Man Crew
(Survey)
2-Man Crew
(GPS
Survey)(Survey)
3-Man Crew
X-1
$155.00
$167.00
$126.00
$202.00
$222.00
$252.00
$64.00
hr
hr
hr
hr
hr
hr
hr
1. Project Management
Administration and Coordination
4
4
4
Quality Control Review
4
8
Submittals to Client
4
4
Subtotal - Project Management
12
12
4
0
0
0
4
2. Topographic Survey
Establish Horizontal and Vertical Control
4
2
8
8
Topographic Survey
4
10
40
Locate Utilities
4
6
10
16
Data Processing/Preparation
12
60
Subtotal - Topographic Survey
0
24
68
28
64
0
0
3. Property Survey
Record Research
4
12
Field Research
4
2
12
Property Surveys
8
12
Data Processing/Preparation
12
24
Subtotal - Property Survey
0
20
38
E20]
12
0
0
Hours
Salary Costs
SUBTOTAL - SALARIES:
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
Postage/Freight/Courier
Survey Supplies
Travel Costs
12 56 110 48 76 0 4
$1,860.00 $9,352.00 $13,860.00 $9,696.00 $16,872.00 $0.00 $256.00
$51,896.00
$30.00
$0.00
$24.00
$250.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $304.00
SUBTOTAL: $52,200.00
SUBCONSULTANTS FEE: ArkUps $1,000.00
TOTAL FEE: $53,200.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
ENVIRONMENTAL SERVICES
WORK TASK DESCRIPTION
E-6
E-5
E-4
E-3
E-2
P-2
P-1
$272.00
$221.00
$181.00
$155.00
$128.00
$167.00
$133.00
hr
hr
hr
hr
hr
hr
hr
1. Project Management
Administration and Coordination
Quality Control Review
Subtotal - Project Management
0
0
0
0
0
0
0
2. Environmental Services
SWPPP (large site) & NOI
1
2
2
10
ADEQ Coordination
1
USFWS IPaC and Verification Letter
1
1
Subtotal - Environmental Services
0
0
1
0
2
4
11
Hours
11
Salary Costs $0.00 $0.00 $181.00 $0.00 $256.00 $668.00 $1,463.00
SUBTOTAL - SALARIES: $2,568.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $20.00
Postage/Freight/Courier $0.00
Travel Costs $12.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $32.00
SUBTOTAL:
$2,600.00
SUBCONSULTANTS FEE: $0.00
TOTAL FEE: $2,600.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
CONCEPTUAL DESIGN
WORK TASK DESCRIPTION
E-6
E-5
E-4
E-3
E-2
E-1
T-1
$272.00
$221.00
$181.00
$155.00
$128.00
$111.00
$81.00
hr
hr
hr
hr
hr
hr
hr
1. Project Management
Administration and Coordination
3
Quality Control Review
6
Subtotal - Project Management
9
0
0
0
0
0
0
2. Civil Engineering - Roadway
Typical Sections
4
8
2
Plan & Profile Sheets
4
20
60
10
Roundabout Layouts (2 each)
2
16
30
16
Drainage Wateshed Delineations
2
20
4
Drainage Improvements
12
24
8
Conceptual Exhibits
2
4
8
Meetings/Coordination with City
4
6
Public Involvement Meeting
4
6
4
Transportation Committee Meeting
2
4
Opinion of Probable Construction Cost
4
8
Subtotal - Civil Engineering - Roadway
16
0
76
0
0
158
48
Hours 25 0 76 0 0 158 48
Salary Costs $6,800.00 $0.00 $13,756.00 $0.00 $0.00 $17,538.00 $3,888.00
SUBTOTAL - SALARIES: $41,982.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $90.00
Postage/Freight/Courier $0.00
Travel Costs $28.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $118.00
SUBTOTAL:
$42,100.00
SUBCONSULTANTS FEE: $0.00
TOTAL FEE: $42,100.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
CONCEPTUAL DESIGN - WATER & SEWER
WORK TASK DESCRIPTION
E-4
E-1
T-2
$181.00
$111.00
$102.00
hr
hr
hr
1. Project Management
Administration and Coordination
2
Quality Control Review
8
Subtotal - Project Management
10
0
0
2. Civil Engineering - Water and Sewer
Confirmation of Water and Sewer Locations
(GIS, Survey, Record Drawings, Field
Verification, and CCTV provided by City)
4
12
Water Relocation Plan Sheets (no profile)
8
20
40
Sewer Relocation Plan and Profile Sheets
(including showing adjacet storm sewer)
12
30
40
Opinion of Probable Construction Cost
2
8
Meetings/ Coordination with City
6
Subtotal - Civil Engineering - Water an
Sewer
32
70
80
Hours
42 70 80
Salary Costs $7,602.00 $7,770.00 $8,160.00
SUBTOTAL - SALARIES: $23,532.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $98.00
Travel Costs $20.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $118.00
TOTAL FEE: $23,650.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
CONCEPTUAL DESIGN - ELECTRICAL
WORK TASK DESCRIPTION
E-4
E-3
E-1
$181.00
$155.00
$111.00
hr
hr
hr
2. Electrical Engineering
Quantities
2
3
12
Cost Estimate
1
3
6
QC Review
4
2
Address Review Comments
3
Subtotal - Electrical Engineering
7
8
21
Hours
Salary Costs
SUBTOTAL - SALARIES:
7 8 21
$1,267.00 $1,240.00 $2,331.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $62.00
Travel Costs $0.00
$4,838.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $62.00
SUBTOTAL: $4,900.00
SUBCONSULTANTS FEE: $0.00
TOTAL FEE: $4,900.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
PRELIMINARY DESIGN
WORK TASK DESCRIPTION
E-6
E-5
E-4
E-3
E-2
E-1
T-1
$272.00
$221.00
$181.00
$155.00
$128.00
$111.00
$81.00
hr
hr
hr
hr
hr
hr
hr
1. Project Management
Administration and Coordination
8
Quality Control Review
6
8
Subtotal - Project Management
14
0
8
0
0
0
0
2. Civil Engineering - Roadway
Preliminary Plans
Typical Sections
2
6
2
Plan & Profile Sheets
4
24
60
24
Roundabout (2 each) Layout Sheets
2
16
30
12
Driveways (23 evaluations)
10
20
6
Tree Planting Plan
2
12
Maintainance of Traffic
8
16
8
Cross Sections
6
12
4
Drainage Improvements/Report
16
30
12
Coordination with Utility Companies
6
Coordination and Meetings with Owner
4
6
Quantities
4
16
Opinion of Probable Construction Cost
2
4
Subtotal - Civil Engineering - Roadway
10
0
100
2
12
194
68
Hours 24 0 108 2 12 194 68
Salary Costs $6,528.00 $0.00 $19,548.00 $310.00 $1,536.00 $21,534.00 $5,508.00
SUBTOTAL - SALARIES: $54,964.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $126.00
Postage/Freight/Courier $0.00
Travel Costs $10.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $136.00
TOTAL FEE: $55,100.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
PRELIMINARY DESIGN - WATER & SEWER
WORK TASK DESCRIPTION
E-4
E-1
T-2
$181.00
$111.00
$102.00
hr
hr
hr
1. Project Management
Administration and Coordination
2
Quality Control Review
8
Subtotal - Project Management
10
0
0
2. Civil Engineering - Water and Sewer
Utility Coordination
2
Water Relocation Plan and Profile Sheets
8
20
40
Sewer Relocation Plan and Profile Sheets
12
30
60
Water and Sewer Details
2
4
8
Opinion of Probable Construction Cost
2
8
Meetings/ Coordination with City
6
Subtotal - Civil Engineering - Water an
Sewer
32
62
108
3. Structural Engineering
Subtotal - Structural Engineering
0
0
0
Hours
Salary Costs
SUBTOTAL - SALARIES:
42 62 108
$7,602.00 $6,882.00 $11,016.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $80.00
Travel Costs $20.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$25,500.00
$100.00
TOTAL FEE: $25,600.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
PRELIMINARY DESIGN - TRAFFIC
WORK TASK DESCRIPTION
E-6
E-5
E-4
E-3
E-2
E-1
T-1
$272.00
$221.00
$181.00
$155.00
$128.00
$111.00
$81.00
hr
hr
hr
hr
hr
hr
hr
1. Preliminary Signing/Striping
Pavement Markings
4
30
Signing
4
10
Plan Check
4
2
Plan Submittal and Corrections
2
8
Subtotal - Preliminary Signing/Striping
6
10
0
48
0
0
0
2. Preliminary Signalization (1 Int.)
Site Visit
4
4
Traffic Signal Notes
1
System Map
2
Street Name Signs
1
1
Signal Layout (Reference File)
1
10
3
60 Scale Sheets
1
1
3
40 Scale Sheets
1
1
3
Wiring Diagrams
1
2
1
Charts Sheets
1
1
3
Wheelchair Ramp Layout and Details
1
2
2
4
Summary of Quantities
1
1
2
6
Conduit Capacity Calculations
1
1
Plan Check
5
5
8
Plan Submittal and Corrections
2
2
16
16
Subtotal - Preliminary Signalization (1 Int.)
13
0
16
0
44
48
0
Hours
19 10 16 48 44 48 0
Salary Costs $5,168.00 $2,210.00 $2,896.00 $7,440.00 $5,632.00 $5,328.00 $0.00
SUBTOTAL - SALARIES:
$28,674.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $51.00
Postage/Freight/Courier $0.00
Travel Costs $250.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$301.00
SUBTOTAL:
$28,975.00
SUBCONSULTANTS FEE:
$0.00
TOTAL FEE: $28,975.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
PRELIMINARY DESIGN - ELECTRICAL
WORK TASK DESCRIPTION
E-4
E-3
E-1
$181.00
$155.00
$111.00
hr
hr
hr
1. Electrical Engineering
General Team Coordination
3
6
Performance Specification
8
8
16
Quantities
3
12
Cost Estimate
3
6
QC Review
8
8
Address Review Comments
3
Subtotal - Electrical Engineering
19
22
43
Hours
19 22 43
Salary Costs $3,439.00 $3,410.00 $4,773.00
SUBTOTAL - SALARIES: $11,622.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $178.00
Travel Costs $0.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $178.00
SUBTOTAL:
SUBCONSULTANTSFEE:
$11,800.00
$0.00
TOTAL FEE: $11,800.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
FINAL DESIGN
WORK TASK DESCRIPTION
E-6
E-5
E-4
E-3
E-2
E-1
T-1
$272.00
$221.00
$181.00
$155.00
$128.00
$111.00
$81.00
hr
hr
hr
hr
hr
hr
hr
1. Project Management
Administration and Coordination
8
Quality Control Review
6
6
Subtotal - Project Management
14
0
6
0
0
0
0
2. Civil Engineering
Final Plans
Typical Sections
2
2
Plan & Profile Sheets
4
24
50
20
Roundabout (2 each) Layout Sheets
20
40
10
Cross Sections
4
8
2
Maintenance of Traffic Plan
6
10
2
Tree Planting Plan
4
12
Driveways (23 evaluations)
8
12
4
Drainage Improvements
10
16
4
Typical Details
2
4
4
Erosion Control Plans
6
12
2
Coordination with Utility Companies
8
Coordination and Meetings with Owner
4
8
Specifications/Contract Documents
10
2
Quantities
6
12
Opinion of Probable Construction Cost
4
4
Subtotal -Civil Engineering
8
0
118
4
12
172
48
Hours 22 0 124 4 12 172 48
Salary Costs $5,984.00 $0.00 $22,444.00 $620.00 $1,536.00 $19,092.00 $3,888.00
SUBTOTAL - SALARIES: $53,564.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $120.00
Postage/Freight/Courier $0.00
Travel Costs $16.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $136.00
TOTAL FEE: $53,700.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
FINAL DESIGN - WATER & SEWER
WORK TASK DESCRIPTION
E-4
E-1
T-2
$181.00
$111.00
$102.00
hr
hr
hr
1. Project Management
Administration and Coordination
2
Quality Control Review
8
Subtotal - Project Management
10
0
0
2. Civil Engineering - Water and Sewer
Utility Coordination
2
Water Relocation Plan and Profile Sheets
8
30
60
Sewer Relocation Plan and Profile Sheets
12
40
60
Water and Sewer Details
2
4
8
Opinion of Probable Construction Cost
2
8
Meetings/ Coordination with City
6
Specifications
8
12
Final Field Inspection
4
Arkansas Department of Health
2
4
8
Subtotal - Civil Engineering - Water an
Sewer
46
98
136
3. Structural Engineering
11 Subtotal - Structural Engineering
0
0
0
Hours
Salary Costs
SUBTOTAL - SALARIES:
DIRECT NON -LABOR EXPENSES
56 98 136
$10,136.00 $10,878.00 $13,872.00
Document Printing/Reproduction/Assembly $494.00
Postage/Freight/Courier $50.00
ADH Review Fee $500.00
Travel Costs $20.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES
$34,886.00
$1,064.00
TOTAL FEE: $35,950.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
FINAL DESIGN - TRAFFIC
WORK TASK DESCRIPTION
E-6
E-5
E-4
E-3
E-2
E-1
T-1
$272.00
$221.00
$181.00
$155.00
$128.00
$111.00
$81.00
hr
hr
hr
hr
hr
hr
hr
1. Final Signing/Striping
Pavement Marking Updates
2
20
Signing Updates
2
20
Plan Check
2
1
Plan Submittal and Corrections
1
4
Subtotal - Final Signing/Striping
3
5
0
44
0
0
0
2. Final Signalization (1 Int.)
Signal Plan Updates
1
1
2
Quantity Updates
2
2
2
Special Provisions
1
1
Construction Cost Estimate
2
2
Plan Check
2
2
Plan Submittal and Corrections
2
2
4
8
Subtotal - Final Signalization (1 Int.)
8
0
10
0
8
10
0
Hours
11 5 10 44 8 10 0
Salary Costs $2,992.00 $1,105.00 $1,810.00 $6,820.00 $1,024.00 $1,110.00 $0.00
SUBTOTAL - SALARIES:
$14,861.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$39.00
Postage/Freight/Courier
$0.00
Travel Costs
$0.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$39.00
SUBTOTAL:
$14,900.00
SUBCONSULTANTS FEE:
$0.00
TOTAL FEE: $14,900.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
FINAL DESIGN - ELECTRICAL
WORK TASK DESCRIPTION
E-4
E-3
E-1
$181.00
$155.00
$111.00
hr
hr
hr
1. Electrical Engineering
Address City's Comments
2
3
General Team Coordination
2
3
Performance Specification
2
4
8
Quantities
3
6
Cost Estimate
2
3
QC Review
3
3
Address Review Comments
3
Sign Documents
1
1
Subtotal - Electrical Engineering
10
12
27
Hours
10 12 27
Salary Costs $1,810.00 $1,860.00 $2,997.00
SUBTOTAL - SALARIES:
DIRECT NON -LABOR EXPENSES
$6,667.00
Document Printing/Reproduction/Assembly $133.00
Travel Costs $0.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $133.00
SUBTOTAL: $6,800.00
SUBCONSULTANTS FEE: $0.00
TOTAL FEE: $6,800.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
PROPERTY ACQUISITION DOCUMENTS
WORK TASK DESCRIPTION
E-3
S-5
S-4
2-Man Crew
(Survey)
2-Man Crew
(GPS
Survey)(Survey)
3-Man Crew
X-1
$155.00
$167.00
$126.00
$202.00
$222.00
$252.00
$64.00
hr
hr
hr
hr
hr
hr
hr
1. Project Management
Administration and Coordination
2
2
Quality Control Review
2
2
Submittals to Client
2
4
Subtotal - Project Management
6
4
4
0
0
0
0
2. Acquisition Documents (25 Parcels)
Permanent Right -of -Way and Easement
Acquisition Documents
50
100
Temporary Construction Easements
16
30
Coordination with Owner
2
2
Parcels)
2
68
130
0
1 0
1 0
0
Hours
72 134
Salary Costs $1,240.00 $12,024.00 $16,884.00 $0.00 $0.00 $0.00 $0.00
SUBTOTAL - SALARIES: $30,148.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $152.00
Postage/Freight/Courier $0.00
Travel Costs $0.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $152.00
SUBTOTAL:
$30,300.00
SUBCONSULTANTS FEE: $0.00
TOTAL FEE: $30,300.00
Appendix B
City of Fayetteville
Rolling Hills Drive Improvements
BIDDING SERVICES
WORK TASK DESCRIPTION
E-6
E-5
E-4
E-3
E-2
E-1
T-1
$272.00
$221.00
$181.00
$155.00
$128.00
$111.00
$81.00
hr
hr
hr
hr
hr
hr
hr
1. Project Management
Administration and Coordination
2
Subtotal - Project Management
2
0
0
0
0
0
0
2. Civil Engineering
Addendums/Inquiries
6
Pre -Bid Meeting
3
Bid Opening
2
Prepare bid tabulation
2
Evaluate bids and recommend award
1
Prepare construction contracts
3
Subtotal - Civil Engineering
0
0
0
15
0
2
0
Hours
15
Salary Costs $544.00 $0.00 $0.00 $2,325.00 $0.00 $222.00 $0.00
SUBTOTAL - SALARIES: $3,091.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $50.00
Postage/Freight/Courier $0.00
Travel Costs $9.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $59.00
SUBTOTAL:
$3,150.00
SUBCONSULTANTS FEE: $0.00
TOTAL FEE: $3,150.00
K
R/W
Mia
—Mfd
Ilk
F
— R/W R/W R/W R/W INN RA'f ---R/W RtW R/W
R/W R/W R/W R/W R/W R/W R/W
R/W T
R/W
ww
Mid
SECTION Al
V)
H
N 33
N
R�
�E RNV RNV
is
RNV RNV Rm /
a
R/w--
RNtl- RNV -R1W
R/W R/W R/W
H
R/W R/WR/W RNV Q RNV RNV
- RnN R/w R/w R/w R �vJ ° R/W
RNV R/W
SECTION A2
CITY OF FAYETTEVILLE r.
. _
Qr'. '",'a: _ .:•� �,• ,fir. ;..`cT.
RRNV RNV WIA� RNV R)W RNV R/W RNV �+ RNV R/W
NV " R/N! — :y _ R/W R/W W R/W R/W RM R/w
r r
RNV R/W RNV RNV RNV RNV R/W R/W R/W R/W R/W R/W R/W R/W ,� J > ro �. S•
..�—. .--...--. v.� e�•+•..r.�-�vv�..-..war...-v�.�..r ��.--_�._ � _ Y .��
1
Z SHOULDER
EXIST.
DITCH
STREET SECTION
(Looking East)
NEW CONSTRUCTION
(NOTCH & WIDEN)
Al = $138,820
A2 = $451 ,180
TOTAL ESTIMATED COST
$590,000
R/W 1-
m i Ar
Scale: 1 "=100'
PERSIMMON ROAD
54th STREET TO BROYLES ROAD
OPTION A
R/W �.' �kNV R/W R/W R. RY
COME
"RPotl—•' 3--M1�Rrvv
SECTION B1
N I
R/W RNV
RNV RfW
.. K
2' SHOULDER
EXIST.
DITCH
Im
W
k U
H
R/W RNV RNV— RNV RNV�,�V R/W R/W Q R/W RNV
PERSIMMON ST.
R/W RM/
i
CITY OF FAYETTEVILLE
RNV RNV RNV RAN r RNV RNV—..L�L..L. ... RNV RJW R - ' R/bV R/W �FtAN
PERSIMMON ST.
15.5'
10' 1 8' WALK
OVERLAY _ ���s
PROP.
EXIST. ROADWAY
STORM SEWER
STREET SECTION NEW CONSTRUCTION
(Looking East) (NOTCH & WIDEN)
SECTION B2)
r
R/W R/W RNV R/W ,r
Y F
tY yr-, eft . P N
} a° W
m
131 = $313,100
132 = $1 ,017,900
TOTAL ESTIMATED COST
$1 ,331 ,000
r
v
S
l
r
Scale: 1 "=100'
PERSIMMON ROAD
54th STREET TO BROYLES ROAD
OPTION B
U
R/W RNV RAY RNV - n/W RNV _�a� RNtr RMJ1W AA�� WW— W `N RI Jd R/W a R/W R/W
61,
R/W Rfw RNV RfW •RAY .�R/W RAV� R/W R/ R/W R W RNV R/W RNV RNy --_
1
RAN R/W RAN
w
V) SECTION C2
a a
LO
1• / , �.
i
I Riw
R/W RAW CITY OF FAYETTEVILLE
SECTION C1
R/W R/W•\,
n �
w
R/W R/W RAN R/W RAY R/W R/W RAN R/W RAY R/W Y RNK— R ~ '� RIW R/W W R/W R/W RIW R/W R/W r
_ _ _
R/W R/W R/W RAN TRNVRfWR/W R/W R/W R/W R/W R/W RIW R/W Scale: 1"=100'
0 o
m
31'
10' 1 F WALK
15.5' 1 15.5'
OVERLAY
EXIST. ROADWAY
PROP.
EXIST. STORM SEWER
DITCH
STREET SECTION NEW CONSTRUCTION
(Looking East) (NOTCH & WIDEN)
C 1 = $553,100
C2 = $1 ,056,900
TOTAL ESTIMATED COST
$1 ,610,000
PERSIMMON ROAD
54th STREET TO BROYLES ROAD
OPTION C
R/W R/W R/W
NVa'
RIW-
L
W
W.
F-
N
4 L s
N j
I
R/W
EL=- RNV
RAN RNV
r'
SECTION B1
i
RAN
R/lN R/W
RNV RNV RNV
RNV RNV R/W .` .' RNV
SECTION C1)
a.. a..
R/W RNV RRN- RNV -RNV R/W RNV y�V R[W
R/W R/W R/W -R/W R/W R/W R/W-RH•`��(
SECTION B2 OR C2
t f'
J ��1
CITY OF FAYETTEVILLE
Y
RAN RNV RNV R/W RNQ R - `e' R/W R/W R/W a, RNV - RNV R/W �r
PERSIMMON ST. G
— —\
R/W R/W R/W R/W RNV R/W
a
` T
O
lzii- t'Bi?z m
131
+ 132
= $1,331,000
C1
+ 132
= $1 ,571 1000
C1
+ C2
=
$1 ,610,000
z
U
RNV Q RfW R/W
RA]
RNu
v
v
-
1: IE
Scale: 1 "=100'
PERSIMMON ROAD
54th STREET TO BROYLES ROAD
III R/w R/W Rl1I R/W�RAN
^; 54th STREET
RM-
1
RM
L
54th -STREET
�� •.
RNV RNV m.401
A p
J
RNV R/W R/W R`W '+R1W -`i RMf• R. R/W R/W
54th STREET
RNV R/W R/W R/W R/W R/W R/W RAN R/W -------- RIVy
0
i O _
y.
2'SHOULDER
EXIST.
DITCH
10.00 1 10.00
EXIST. ROADWAY
STREET SECTION
(Looking North)
2'SHOULDER
NEW CONSTRUCTION
(NOTCH & WIDEN)
R/W R/W R/W 1 R/W 1 /W R/W ,. 7RNV R/W �RNV
R/W R/W R/W R/W T R!W R/W R/W R/W R/W -
ESTIMATED COST
$492,000
I I
� z
I � I w
A Z
U
U
K
- R/W R/W R/W R/W -
R/W R/W R/W III R/W R/W
Scale: 1 "=100'
R/W
54th STREET
PERSIMMON ST. TO OWL CREEK
1.
A
a
SHEET 8
I�
L
`4
SHEET 7
wY I
I
I
I
I
al
80 0 80
Scale: 1 " = 80'
�-4
vat
�w.
W SOUTH ST ,C1t
Y'
,I fir • ' �• ���
I W
Q
J
Oow
I
�O•�-
Ir
+1
tti
SHEET 6
n
a
f I s IQ ,
L `"] ® uBu 9 90 r,
s�`3 .. -..-_ 177L u
12
2NV _ RNV I J L o °- o_
y y y L 1 J L 1 J 1 J
_ W PRAIRIE ST - - o - W PRAIRIE ST
r
Q_
- W -
Co
,�1•. 4� io _.
SHEET 5
I h
F
-D BY:
DID + ML
BY:
Mc
FILE NAME:
3- Prairie and West.dwg
Co
J
�
Q
co
5W
L
Lu
>
W
5
�
w
a.
Z
J
Q
Q
Y
W
LL
two
W
Lu
aN
O
N
REASED
REVIEW SET
NOTFOR
CONSTRUCTION
I
J
o
ell
y�
J
L> Cq
Q
U e
\ w
/ LL
'^
F_
LL
Q ~
#j
OLUQ
a m
�II
ULLQ
W>
W
Z
W
Oct 22, 2020
3
PRQ ECT:
3- Prairie and West
SURVEYED BY:
FILE NAME: 3— Prairie and West.dwg
gh
.00•00
Al
i�
• awk r`
@w ram/ ��
r//%///// /
_►
4 TOTAL WIRELESS
(EACH SIDE)
PILr'V"ACCESS
I \�
EASEMENT
LP
LA
10,
LP
411
_�
—
ais �►;�:
DIP
WP
S LP
•
HN
.AID
HE —
REVIEW SET
NOTFOR
r
•�,
.513
W PRAIRIE STiiF,�
' .�
��
t , �►, � ►.
,
r .Iry
, 000
Lu
--Lu-
OAF
LU
.LU
.
.,
LL •.
Lu
3— Prairie and West
20
0
20
SURVEYED B.:
DD + ML
DRAWN BY:
LIVA
DESIGNED BY:
MC
Scale: 1 20'
FILE NAME: 3- Prairie and West.dwg
2 y
m 11
' 11111LEFT
SIDE
WO
z uW
2
a
SHEET7
Wo
Q ""
° vv
W 1
W Z
10
I
8' 8' \ \
\
-j
Lu > W
I
500 W PRAIRIE ST
F/F
it �
_
Jw
MILANOWSKI, CAROL ANN
TRUST
E TR
° O
\
�
-
450 W PRAIRIE ST,^765-055
WREVOCABLE
436 S WEST AVE
TRAMMELL, ALAN MwV+INSTALL
_ ,�
POWERED RRFP
>
\ MILL PROJECT LLC
765-05481-001
464 W PRAIRIE STAC
MILL PROJECT LLCWITH
765-05481-000
Q
W O
SIGNS
a N Lu
_ �_->
765-30437-000
L
W11-15,W11-15PANDW16-7P
FLUORGREEN SC NT KGROULOWco
O\-
�'
A ��
vGREENBACKGROUND
I
_ /.^
LL
'' 1 +� \
CO12610'10'y
��
L-� -_
4J
1
^-
LL
i1'L
�
12
/@D'YN
12 _. __ -
Lu
PV
N { °
-
C9 �
6
l
W 6 10-
-
w 6 - _
10'
.^
Q Cl)
/e'
L P
5-10
S-10 R25
10
3S—
R25 �
L_
1?/
O
- -
22.5'
/ 0
W PRAIRIE ST - /
22'
W PRAIRIE ST
°
m
REVISED
4'
N ro
36' _ / /
\\ _ - -
- - F/F / / F/F
- -
_ - -J-
- - -
- - -
�\�
10'-
� / /
N
11'
10'
e e S°.8.8.8
>8080808 eve°
I_
m
-_--
0 S Q S-18
REVIEW SET
YLP-= -----
.
79.75'
� S-18 s-1s
�
I
NOTFOR
OHE
N
1E
10, OHE
OHE WE E OHE OHE
O E - P
QHE O
OHE OHE OHE O E�
O
CONSTRUCTION
yN R/VVR/W R/W /W
INSTALL GY
LANELIGHT PHOTO BOLLARD
IW RI
W_ IW R/W IW
i-+--- •-_' f s= : - - -�
R/N7 \, RIW
_ L �
RIW R/W ,o
8" X 8" X 42' BLACK _ I
/
_ 1
S 4 TOTAL WIRELESS ) AE AE
(EAC
� H SIDE)
,
_ _
7
L
\ 481 S SCHOOL AVE
MILL DISTRICT LLC I
_
�\ -
i
I
J O
X X \ 765-22548-000423
I _
W PRAIRIE ST '
PRAIRIEMONKEYS LLC
r
J /
/
uJ a
\
I
765-05508-000--
{
\
9\\\
I 2 \ \
//
LL! w
w
LL 0 LU Ur Z W
F- z Z
ULLQ �0
W§
Z
Z
W
Oct 22, 2020
5
PROJECT:
3- Prairie and West
I
go
/ / /
r %///
•.
'L AVE
ARCO LEASING
765-05479-000
Elks
,• %.
20 0 20
Scale: 1" = 20'
/
A A O /
Co u✓
w I -
o
1268 - -- - -
3
R/W R/W R/W
7 I I N
LP w
b
7.T LP
8 8'
LP
w s
J
W 6
LOADING ZONE
Vv-6
a' �
W-6
oz�
22.
�TYP.5'//
w
o_11
-m
-
x o�
- - - - -
10
- 31 -
PP
O
- -
FF W PRAIRIE ST
- - -
oP
10/
O
�TYP.� /
O
`
-
S 18 S-18 o
O OHE OHE O E O OH _-
- - - - - -
/W RNV R/W - - R/W
I [
_ - PP GY GY GY
E- - - OHE OHE —10` O E EOHE-O- —0
O —
1415 W PRAIRIE ST / o
MARCO LEASING
I 765-05487-000
— — / I
/ w
4 to
R20'
m
J
O
me
U
Q
m
YED BY:
DD +
ML
BY:
LIVA
JED BY:
MC
AME:
3- Prairie
and West.dwg
r
J>w
Q�
v,
Lu
>
Uj
z
w
Q
Q
LJL
O
Q
UJ
LNu
LPL
Y
Q
W
a
Q
I.i
U)
N
O
N
REVISED
REVIEW SET
NOT FOR
CONSTRUCTION
J
J
e
W
w
Z
LLI
O LL1
Ur Z W
�a
ULLQ
zZ
�0
W§
Z
V
Z
W
Oct 22, 2020
6
20JECT:
3- Prairie and West
20
0
20
SURVEYED ErY:
DD + ML
DRAWN BY:
LIVA
DESIGNED BY:
MC
Scale:
1 �� = 20'
ME NA:
FILE3- Prairie and West.dwg
2�u�
co
•
U V W
= y W
g o y
y
W y
W W Z
I-
Q G
305 S WEST AVE
BALL, KATHY L
1 , 1
� W
—
765-05529-000
I
-+
357SWESTAVE
NEXT ADVENTURE ENTERPRISES LLC /
/ —
//
� V+
W O
429 S WEST AVE
421 S WEST AVE
413 S WEST AVE
405 S WEST AVE
SMITH, KENNETH J
765-05530-000
- -
ICI
LL
I
AUSLEY, GREG & JADE
928 RENTALS LLC
DAILY, CARL MICHAEL
& AMBER LEA;
_-
327 S WEST AVE
351 S WEST AVE
/
/
R/
765-05531-002 I
765-05531-001
& BRITTNEY LEIGH
765-05528-001
SMITH, STEVEN L
765-05528-000
I
_ j �
PINE, SARAH J
765-05532-001
MOORE, SABRINA LEE
II
� 765-05532-000
� +
/Uj
_
li
Q
_
CONSTRUCT
RETAINING WALL
I_
/W
R/�^� fw
"
RIW RNV
!
R/W� R/W R/W R/W
W— W R/
M \ E
—
\ Mw RANLU
O
G� '
W
O
n ..
\1
6
I
-
`y
n
Pv
GAS GA
GAS GAS
GAS GAS
ryo-GAS GAS/
q5
'. GAS
GAS —�
GAS
GAS
: GA;, —; GAS —
V
N
S GAS
S-8
S-8
GAS-L-/
S-8-2
GAS GASH GAS
S-8
_ �
S8 S-8
_ /
/ S WEST
S8 S$"
S8 s a
10
5-s s-s s-s
--
s-8 w --
/
s s/ S 8
0
>zj
/8-8
10'
oS-8
F2/0FFF
I -
2� I10,
TYP.
RE VISED
v:
�T
T +7-
\
6,
LP
LP
°LP
I
LP
--
R/W IW -P� R/W
_- °
R R/W R/W
R/W 8
V
HE.: O
-
#
E\OHE OHE.OHE OHE
HE
"®
a
4 `
REVIEW SET
NOT FOR
W
- REPLACE
-
CONSTRUCTION
o DRIVEWAY
O
I
/
-
308 S WEST AVE
/
REPLACE
i
r
/
o
CHIPMA 1, THOMAS AJR
�
e
1
DRIVEWAY
-
�- —
_
765-05483-000
,. `
j
304 S WEST AVE
/
428 S WEST AVE
MCCOWN, KENNETH &
II 420 S WEST AVE
\,�/ CLARK, BILL & CONNIE
412 S WEST AVE
i
RAGSDALE, RAYMOND G III
765-05485-000
Z
LEVERNCE, MARY TRUST
\/
\ FAMILY TRUST
BATES, JOSIE TRUST
/
Lu
765-05482-000
765-05482-002
765-05482-001
/
/
�e
O
J
306 S WEST AVE
—
J
BALL, KATHY L
765-05484-000
\
UJ W
/�
Lu
(n P5
Z
O LLB Ur Z W
�a zZ
ULL0
W§
Z
Z
W
Oct 22, 2020
7
PROJECT:
3- Prairie and West
�. . LLA
Lu
1
QU = REPLACE , . • � � •�• •
DRIVEWAY -
• 303 S WEST AVE — * - - � � � w w � �' •
HOWARD-PAPPAS TRUST 301 S WEST AVE
�I 165-05521-000 CO LEVI-TOWNSLEY LIVING TRUST ���
.. _ 765-05526-000 REPLACEof
•
® DRIVEWAY I .�
LL, r
I CONSTRUCT ,a I E SOUTH ST 255 S WEST AVE
I RETAINING WALL CITY OF FAYETTEVILLE CITY OF FAYETTEVILLE
765-05526-100 765-02035-000
� \ •' I CONSTRUCT
RETAINING WALL -
I
l I I
CONSTRUCT ' 'a
,.� • \ • RETAINING WALL' ,Q w
AGM � � A�� � � I � O
ASGA GAS GAS
-GAS AS 6 °
gas
S WEST AVE N
' °
6
p° S WEST AVE
P
�s cl
— t —
GAeS
i
AS �
R15
LP
CORRIDOR PROJECT
° ° H a H
014 -
•/
/
lW RI
o
1�/�
eves
,
PHN
�- •
F.
CONSTRUCT
—
RETAINING WALL
-
a
I / i
I,
I
I
11
FAYETTEVILLE PUBLIC
411 W SOUTH ST -
DRUDING, SUSAN; DRUDING, DAVID
4" OC , �e
I I'
LIBRARY FOUNDATION
765-02040-000
765-05486-000
O
20 0 20
SURVEYED Err:
DD + ML
DRAWN BY:
LIVA
DESIGNED BY:
MC
Scale: 1 �� = 20'
ME NA:
FILE3- Prairie and West.dwg
r
J>w
J_
\�
Q Lu
U1
z C Q
Q
LL
O
li
J
Q
NuN W
I.L
''
Cl)
/
I.i N
O
N
REVISED
REVIEW SET
NOT FOR
CONSTRUCTION
J
J
Cl) e
W
w
HN
Z
LLI
��
O LL1
Ur Z W
�a
ULL
zZ
0
W§
Z
Z
W
Oct 22, 2020
8
20JECT:
3- Prairie and West
t -
4
-��•�
10
N
Iftul
E 'qj
M \
'4 t�
15t" Street Overpass
Preliminary Engineering Report
3
IV
Prepared For:
City of Fayetteville
May 1, 2020
GarverUSA.com
15" Street Overpass
Preliminary Engineering Report
City of Fayetteville
Fayetteville, AR
Prepared by:
2049 E. Joyce Blvd., Suite 400
Fayetteville, AR 72703
May 1, 2020
Garver Project No.: 19T21130
151 Street Overpass
CITY OF
FAYETTEVILLE
ARKANS
ARI{ANSAS
Engineer's Certification
Preliminary Engineering Report
hereby certify that this Preliminary Engineering Report for the 15t" Street Overpass was prepared by
Garver under my direct supervision for the City of Fayetteville.
�000 ARKANSAS
S
D
ENGINEER
D. Jeffrey Webb, PE �y
State of Arkansas PE License 12051 ZLl�N0.12051,
Digitally Signed 05/01/2020
CF
GARVER
0: LLC
:s
y:•.No.
766 '�
Garver Project No. 19T21130 Page 2
UN
GARVER
CITY OF
��FAYETTEVILLE
ARKANSAS
Table of Contents
Engineer's Certification ................
Table of Contents .........................
List of Figures ...............................
List of Tables ................................
List of Appendices ........................
1.0 Introduction .......................
2.0 ARDOT Option ..................
3.0 ARDOT + City Option .......
4.0 Traffic Study .....................
5.0 Opinion of Probable Costs
List of Figures
151 Street Overpass
Preliminary Engineering Report
Figure 1: ARDOT Interchange Design (Yellow) with Fayetteville Proposal (Blue)
Figure 2: Proposed ARDOT Improvements South of Hwy. 62 Interchange..........
Figure 3: Garver Refined 15th Street Overpass Improvements ...........................
Figure 4: Proposed 15th Street Overpass Typical Section ...................................
List of Tables
Table 1: Summary of Estimated Costs
List of Appendices
Appendix A - Traffic Report
Appendix B - Conceptual Plans
Appendix C - Detailed Cost Estimates
Appendix D - Conceptual Drainage Calculations
Garver Project No. 19T21130 Page 3
2
3
3
3
3
4
5
7
9
9
4
6
7
8
9
CITY OF
��FAYETTEVILLE
ARKANSAS
1.0 Introduction
151 Street Overpass
Preliminary Engineering Report
The purpose of this preliminary engineering report is to evaluate potential revisions to the Highway 62
Interchange as proposed by ARDOT (referenced as the ARDOT Option in this report). ARDOT proposes
to convert the existing Highway 62 Interchange from a conventional diamond interchange to a Single
Point Urban Interchange (SPUI). Along with the SPUI design, ARDOT proposes improvements to the
Northbound exit ramp onto Futrall Drive with a proposed roundabout near 15th street, the southbound on -
ramp from Shiloh Drive, and improvements south at the Cato Springs Exit including a roundabout.
The City of Fayetteville proposes to modify ARDOT's planned improvements (referenced in this report as
ARDOT + City Option) by adding a connection from the east roundabout to 15th Street, adding an
overpass over Interstate 49 to a roundabout on the western side of Interstate 49, and removing the
proposed improvements at Cato Springs Road. See Figure 1 below.
r
1146101 ley
7
Figure 1: ARDOT Interchange Design (Yellow) with Fayetteville Proposal (Blue)
Garver Project No. 19T21130 Page 4
rA
GARVER
151 Street Overpass
CITY OF
W4ARKANSFAYETEVILLE
ARI{ANSAS
2.0 ARDOT Option
Preliminary Engineering Report
As shown in Figure 2 on the following page and detailed in Appendix B, ARDOT proposes to relocate
the existing northbound off -ramp and southbound on -ramp to MLK Jr. Boulevard. Futrall Drive and Shiloh
Drive are proposed to become one-way frontage roads between MLK Jr. Boulevard and Cato Springs
Road. The off -ramp improvements consist of relocation of Futrall Drive, the off -ramp, and 18th Street to a
new roundabout on the east side of Interstate 49 just west of the existing 151h Street terminus. The new
roundabout will be constructed on 2-ft to 12-ft of fill. Fill is required for construction of the roundabout due
to the existing terrain sloping down to an existing creek east of Futrall Drive. Since the amount of fill
would encroach on the existing creek floodplain, a modular block retaining wall in fill is proposed to be
located on the east side of the proposed roundabout.
Shiloh Drive is proposed to be extended south to Cato Springs Road along with relocating the Cato
Springs Road southbound off -ramp west to parallel the Shiloh Drive extension. The extension of Shiloh
Drive and the relocated off -ramp converge at Cato Springs Road at a proposed roundabout. The
existing southbound off -ramp from Interstate 49 to Cato Springs Road will be removed. The proposed off -
ramp and Shiloh Drive extension will require up to 80-ft of cut through an existing hillside. The existing
Cato Springs Trail out to the Kessler Mountain Regional Park will be rerouted around the north side of the
proposed roundabout.
Garver Project No. 19T21130 Page 5
UN
GARVER
151 Street Overpass
CITY OF
��FAYETTEVILLE
ARKANSAS
Preliminary Engineering Report
Figure 2: Proposed ARDOT Improvements South of Hwy. 62 Interchange
Garver Project No. 19T21130 Page 6
rA
CGARV ER
CITY OF
��FAYETTEVILLE
ARKANSAS
151 Street Overpass
Preliminary Engineering Report
3.0 ARDOT + City Option
}
VAli
r i
1 4
T J�N
} I_
I 1 } 1 I 'Alt
1
` North i E
o t , ; ,
1 }
I }
I ,
11 �
I i .
���r�' -.w•� t , IRj 11 T �g'T . fin• 11 �~ I
4
Figure 3: Garver Refined 15th Street Overpass Improvements
Garver Project No. 19T21130 Page 7
rA
GARVlER
151 Street Overpass
CITY OF
P4ARKANSFAYETEVILLE
ARI{ANSAS
Preliminary Engineering Report
The ARDOT + City Option (Figure 3 on previous page) modifies the ARDOT Option through the following:
• Removal of the improvements near Cato Springs Road which include the Cato Springs off -ramp,
extension of Shiloh Drive, Cato Springs Trail relocation, and roundabout.
• Addition of an overpass over Interstate 49.
• Addition of a roundabout on the west side of Interstate 49.
• Relocation of the MLK Jr. Boulevard on and off -ramps to function under the proposed overpass.
• Addition of a connection from the east roundabout to 15th Street.
• Addition of a cul-de-sac on the west end of 18th Street.
• Relocation of the existing trail on the east end of the project near Hollywood Ave./ 15th Street.
• Shiloh Drive south of the west roundabout is retained as a two-way frontage road.
The proposed 15th Street Overpass typical section (Figure 4 below) consists of two 12-ft travel lanes, a 4-
ft striped median, two shoulders, a 14-ft sidepath (trail), and a sidewalk. The overpass will be a 252-ft
two -span structure, with one interior bent, and two vertical end bents with MSE Walls. The shoulders and
striped median are required on the bridge due to shy distance (horizontal offset) and truck turning
movements navigating the roundabouts.
61'-3" OUT -TO -OUT
26-6' CLEAR ROADWAY
? 1T-0m 1' 5' 0" 12'-0" 4'-O" 12'-D" 31-6" 6'-6" V-T"
SIDEPATH SHOULDER TRAVEL LANE STRIPED TRAVEL LANE SHOULDER SIDEWALK ~
[SHY D;ST.] MEDIAN
T I
1
Figure 4: Proposed 15th Street Overpass Typical Section
The profile grade or height above existing terrain for the 15th Street overpass maintains a minimum clear
distance of 16.5-ft from the existing terrain to the low steel elevation of the bridge. The profile grade along
15th street varies from 5-ft above existing ground at the center of the west roundabout to 37-ft above
existing terrain at the center of the east roundabout. These varying elevations are required to maintain the
minimum 16.5-ft clear over Interstate 49. This amount of fill causes certain approaches and exits to the
east roundabout to be steep. Grades vary from 12% for 15th Street and Hollywood Avenue up to the east
roundabout to 5 - 8% for the on and off -ramps. See conceptual plans in Appendix B for further
information.
At the east end of the proposed 15th Street Overpass project the road crosses over Town Branch Creek
and Town Branch Trail. The trail will be relocated to travel under 15th Street through one of the proposed
barrels of the 4-barrel 12-ft x 10-ft reinforced concrete box culvert. A trail will also be located along the
north side of the 151h Street connecting the intersection of Hollywood Ave./l5th Street on the east with
Shiloh Drive / 15th on the west. A connection is also proposed from Town Branch Trail up to this trail on
the north side of 15th Street via switchback near the Hollywood Ave./l 5th Street intersection. The
Garver Project No. 19T21130
CARVER
151 Street Overpass
CITY OF
W4ARKANSFAYETEVILLE
ARI{ANSAS
Preliminary Engineering Report
proposed box culvert and other large drainage structures were sized according to the City of Fayetteville
criteria. Detailed drainage calculations can be found in Appendix D.
4.0 Traffic Study
Garver conducted a traffic study utilizing data from ARDOT, the City of Fayetteville, and field
observations. The traffic study was utilized to refine the geometry provided by the City to best serve the
traffic volumes for the design year of 2040. See Error! Reference source not found.Figure 3 on a
previous page and see Appendix B for detailed Conceptual Plans. The traffic study concluded that
adding the overpass at 15th Street will generally reduce delay on MLK Jr. Boulevard by providing alternate
routes for traffic to access Interstate 49.
One slight increase of delay was found in the ARDOT + City Option at the intersection of MLK Jr.
Boulevard and Shiloh Drive/Futrall Drive (SPUI). The slight increase in delay between the ARDOT Option
and the ARDOT + City Option was determined to be caused by a redirection of trips from the Razorback /
15th Street Intersection. In the 2040 ARDOT Option, 15th Street is not directly connected to the
roundabout on the east side of the intersection; therefore, roadway users in the vicinity of Razorback/15th
planning to proceed north on 1-49 tend to take Razorback to MLK Jr. Boulevard then west to a right -turn
onto the interstate. For the 2040 ARDOT + City Option, a direct connection is made from 15th Street to
the roundabout and overpass which encourages people to use the roundabout and Futrall Drive to go
north on the interstate. There is a difference of around 200 cars/hour in the AM and PM Peak
movements. The addition of the traffic north on Futrall Drive causes the slight increase in queue/delay.
For more detailed information on the Traffic Study, please see the full report in Appendix A.
5.0 Opinion of Probable Costs
The opinion of probable construction cost was calculated for each area of improvement per option as
summarized in Table 1 below. Detailed cost estimates are provided in Appendix C.
Table 1: Summary of Estimated Costs
of Section
ARDOTDescription
-D•
Option Cost
Option
East Side of 1-49 / Futrall NB Off -Ramp
$ 2,640,000.00
$ 8,340,000.00
15th Street Overpass
$ -
I $ 3,496,000.00
West Side of 1-49 / Shiloh SB On -Ramp
$ 1,120,000.00
I $ 2,340,000.00
Cato Springs Road Area, Includes:
- Cato Springs Roundabout
- Off -Ramp Improvements
I $ 9,040,000.00
$ -
- Connection from Shiloh Drive to Off -Ramp
- Trail Relocation
Totals:
$ 12,800,000.00
$ 14,176,000.00
The ARDOT + City Option is estimated to be $1,376,000 more than the ARDOT Option.
Garver Project No. 19T21130 Page 9
UN
GARVER
Iwo
CITY OF
FAYETTEVILLE
ARKANSAS
TRAFFIC CALMING POLICY
INTRODUCTION
Excessive traffic speeds in neighborhood areas is an issue of concern to citizens in Fayetteville.
This policy addresses a procedure through which neighborhoods can be considered for traffic
calming measures. Traffic calming is the management of traffic through the use of roadway design
features. Traffic management through traffic calming is most effective if the features are both
warranted and properly designed.
Traffic calming solutions may be warranted where there is a demonstrated need for traffic calming,
and where solutions can be identified that will address the need. Not only must the needs be
perceived by the neighborhood, but they must also be documented to be substantive. In order for
traffic calming strategies to be effective, traffic data collection and analysis must validate that
calming needs are legitimate. These traffic studies may include:
1. Speed studies
2. Vehicle and pedestrian counts
3. Through -traffic surveys
4. Accident records
Effective solutions for valid needs also require that the selected traffic calming strategy be
appropriate for the need. Once an effective strategy for traffic calming has been selected, it should
be properly designed in accordance with the relevant design parameters. These should include
consideration of:
1. Traffic volume
2. Design speed
3. Design vehicle characteristics
4. Emergency services
Although warranted and properly designed traffic calming strategies can have the desired benefits
of managing traffic, they also can create disadvantages to adjacent streets and neighborhoods
and to the traveling public at large. Traffic calming could have the potential of shifting an existing
traffic problem to another street or neighborhood. Traffic calming may also increase delay for
emergency response vehicles and can increase long term maintenance costs for the City.
Because of the controversy and potential disadvantages, traffic calming should be implemented
only with the majority consent of those directly impacted.
This policy therefore provides guidelines for the following traffic calming activities:
1. Requests for traffic calming consideration
2. Prioritization of Requests
3. Identification and approval of traffic calming strategies
4. Programming of traffic calming improvements
5. Design of traffic calming projects
6. Evaluation of traffic calming projects
REQUESTS FOR TRAFFIC CALMING CONSIDERATION
Requests for traffic calming received will be catalogued, and will be assigned to one of three tiers:
Tier 1: Proximity to Schools or other significant Points of Interest (1/2-mile walkshed)
Tier 2: Obvious cut -through opportunities (Based on engineering best judgement, could
be supplemented with traffic count study)
Tier 3: Dead-end or disconnected areas of the transportation network.
If a citizen requests police patrol enforcement, the request will be forwarded to the Police
Department for possible enforcement action.
Requests from multiple streets may be grouped together and/or staff may add streets that may
be impacted by traffic calming to requests. If such grouping occurs, the requirements of the next
section will apply to the grouped streets.
PRIORITIZATION OF TRAFFIC CALMING REQUESTS
Locations assigned to Tier 1 or Tier 2 will be scheduled for further study upon receipt by the City
Engineer of a petition signed by at least one member of seventy-five percent (75%) of the property
ownerships facing the street(s) on which the traffic calming study is requested.
A block shall consist of every developed property having frontage on the street to be studied
between successive intersecting streets. A typical traffic calming petition shall include, at a
minimum, a description of the street or streets which are to be included in the calming study and
the signature of at least 75% of the property owners on those street(s). Where more than one
person is listed as owner for each property, only one person shall be entitled to vote or sign a
petition. Likewise, if multiple properties are owned by the same person or persons, the owner(s)
will only be entitled to one vote or signature on the petition. This definition of property owner shall
apply throughout this policy document.
The City staff assigned to administer traffic calming studies will review the petition for validity and
will assess whether other streets may be impacted by implementation of traffic calming strategies.
City staff will define the area of potential impact resulting from the traffic calming implementation
on a case by case basis.
Relevant data to be collected for the study includes:
1. Speed and Volume Counts
2. Accident Experience
3. Distance to schools and other pedestrian generators
4. Pedestrian facilities
This data will be used to assign a point value to each Tier 1 and Tier 2 location, as follows:
Speed
Per
5pts for each MPH > 5MPH above posted speed
Volume
Per
ADT/100
Sidewalks
0-5
5pts if no continuous sidewalk, 2.5pts if one side
Accidents
0-5
1 pt for each accident/year at one location
School
10pts within quarter -mile radius, 7.5pts if between
Walkshed
0-10
quarter- and half -mile radius, 5pts within half -mile
radius, 2.5pts if partially in half -mile radius
Locations receiving a minimum of 35 points, or that have 85t" percentile speeds above 35 mph
will receive further consideration for traffic calming under this program.
Streets that do not meet these minimum criteria, and dead-end or disconnected streets that are
placed in Tier 3 generally will not be considered for structural traffic calming, but may be
considered for enforcement and are eligible for consideration of tactical urbanism permits.
IDENTIFICATION OF TRAFFIC CALMING STRATEGIES
City staff shall present to the residents living within the area of potential impact the results of the
traffic calming study and rating. Where traffic calming may be appropriate, staff will present
options for traffic calming in the affected area. Sixty percent (60%) or more of the property owners
in the area of potential impact must support the proposed strategy option(s) before the City will
give further consideration to traffic calming implementation.
PROGRAMMING OF TRAFFIC CALMING IMPROVEMENTS
Periodically, but not more than once each year, City staff will prioritize those traffic calming
strategies within the City that have been approved within their area of impact. Prioritization will be
based on the rating system. The City Council Transportation Committee will approve projects to
be implemented, up to the yearly budget as determined by City Council. Those traffic calming
improvement locations not selected, will remain in consideration for up to three years.
City ward boundaries should be considered so that projects affecting each ward can be
implemented.
DESIGN OF TRAFFIC CALMING PROJECTS
The design of traffic calming devices must meet the following criteria:
1. Only residential links or urban center streets are eligible.
2. The street shall have an ADT of less than 4,000.
3. Limited to streets having only one lane of through traffic in each direction.
4. Streets must not be primary emergency routes, as determine by the Police and Fire
Departments.
5. At the discretion of the City Engineer, certain traffic calming measures may not be
used if they would create an unsafe condition for motorists driving at normal speeds
under average driving conditions.
6. Streets must not be through truck routes unless an acceptable alternative route is
identified and approved. Design of traffic calming features shall accommodate a single
unit truck.
EVALUATION OF TRAFFIC CALMING PROJECTS
Six months following the completion of the traffic calming improvements, city staff may undertake
a follow-up study to determine if the traffic calming features have achieved the initial purpose of
the project. If unacceptable impacts are identified, corrective measures may be taken. Traffic
calming measures may be removed after the evaluation period for any of the following reasons:
1. Emergency response is significantly impacted.
2. The problem for which the traffic calming was implemented has been transferred to
another street.
3. At least sixty percent (60%) of the property owners in the defined area of impact sign
a petition to remove the traffic calming measures. This option will result in complete
removal of all measures.
STREET
BETWEEN
WARD
-TUW DATA
SCORING CALCULATIONS
TOTAL
SCORE
AC'DT
REPORT
S/W
85%
SPEED
POSTED
SPEED
ADT
SPEED
CALCS
SPEED
VOL.
AC'DT
S/W
SCHOOL
WALKSHED
Stubblefield Rd
Old Missouri Rd to Bertha St
3
2
1
37.80
25
1602
39.0
39.0
16.0
2
2.5
5
64.5
East Oaks Dr
Mission Blvd to Crossover Rd
3
5
1
35.80
25
1929
29.0
29.0
19.3
5
2.5
5
60.8
Setter St
Crossover Rd to Seminole Ct
1
1
1
38.00
25
881
40.0
40.0
8.8
1
2.5
5
57.3
Brooks Ave
15th St to Boone St
1
0
0
38.90
25
909
44.5
40.0
9.1
0
5
0
54.1
Overcrest St
Old Wire Rd to Amber Dr
3
0
1
37.40
25
777
37.0
37.0
7.8
0
2.5
5
52.3
Cleveland St
Lewis Ave to Oliver Ave
4
6
1
33.4
25
3802
17.0
17.0
19.0
3
5
5
49.0
River Meadows Dr
Huntsville Rd to Pumpkin Ridge Dr
1
3
2
38.90
25
583
44.5
40.0
5.8
3
0
0
48.8
New Bridge Rd
Bridgeport Dr to Colony Way
4
1
2
35.80
25
1566
29.0
29.0
15.7
1
0
0
45.7
Overcrest St
Old Wire Rd to Amber Dr
3
1
1
35.80
25
755
29.0
29.0
7.6
1
2.5
5
45.1
College Ave
MILK Blvd to 15th St
1
6
1
34.70
25
1352
23.5
23.5
13.5
5
2.5
0
44.5
Cleveland St
Lewis Ave to Oliver Ave
4
6
1
32.3
25
3944
11.5
11.5
19.7
3
5
5
44.2
Harold St
College Ave to Loxley Ave
3
0
1
36.70
25
804
33.5
33.5
8.0
0
2.5
0
44.0
Hearthstone Dr
Stonewall Xing to Copper Creek Dr
3
0
2
36.70
25
933
33.5
33.5
9.3
0
0
0
42.8
Stanton Ave
Oakcliff St to Old Wire Rd
3
3
0
34.70
25
764
23.5
23.5
7.6
3
5
2.5
41.6
Bishop Dr
Bob Younkin Dr to Appleby Rd
3
0
1
34.90
25
1384
24.5
24.5
13.8
0
2.5
0
40.8
Stephens Ave
Mt Comfort Rd to Wedington Dr
2
2
0
35.10
25
228
25.5
25.5
2.3
2
5
5
39.8
Morning Mist Dr
Berkleigh Dr to Rupple Rd
4
1
2
35.10
25
316
25.5
25.5
3.2
1
0
10
39.7
Oakland Ave
North St to Sycamore St
2
1
0
33.60
25
1211
18.0
18.0
12.1
1
5
2.5
38.6
Country Club Dr
26th Cir to 29th Cir
1
0
0
34.60
25
899
23.0
23.0
9.0
0
5
0
37.0
Cleveland St
Lewis Ave to Oliver Ave
4
6
1
30.7
25
3944
3.5
3.5
19.7
3
5
5
36.2
Whippoorwill Ct
Mission Blvd to Cherokee Dr
1
1
1
33.10
25
640
15.5
15.5
6.4
1
2.5
10
35.4
Candlewood Dr
Township St to Firewood Dr
3
0
2
33.10
25
731
15.5
15.5
7.3
0
0
10
32.8
Oakcliff St
Loxley Ave to Old Missouri Rd
3
1
0
33.60
25
346
18.0
18.0
3.5
1
5
5
32.5
Amber Dr
Old Wire Rd to Overcrest St
3
2
2
33.60
25
745
18.0
18.0
7.5
2
0
5
32.5
Loxley Ave
Stubblefield Rd to Rolling Hills Dr
3
0
0
31.80
25
1126
9.0
9.0
11.3
0
5
5
30.3
Oliver Ave
Maple St to Cleveland St (N of Cardwell Ave)
4
0
0
32.20
25
830
11.0
11.0
8.3
0
5
5
29.3
Heritage Ave
Wedington Dr to Reliance St
4
1
2
33.80
25
927
19.0
19.0
9.3
1
0
0
29.3
Stanton Ave
Old Wire Rd to Hilldale Dr
3
0
1
34.10
25
625
20.5
20.5
6.3
0
2.5
0
29.3
7th St
College Ave to Church Ave
1
2
1
34.20
25
307
21.0
21.0
3.1
2
2.5
0
28.6
Stanton Ave
Hilldale Dr to Oakcliff St
3
0
0
32.90
25
348
14.5
14.5
3.5
0
5
5
28.0
Halsell Rd
Oliver Ave to Sang Ave
4
4
0
32.90
25
353
14.5
14.5
3.5
4
5
0
27.0
Sunset Dr
Wedington Dr to Cleveland St
4
2
1
32.20
25
549
11.0
11.0
5.5
2
2.5
5
26.0
Bridgeport Dr
Mt Comfort Rd to New Bridge Rd
4
1
2
26.60
25
1993
0.0
0.0
19.9
1
0
0
20.9
Oliver Ave
Maple St to Cleveland St (S of Cardwell Ln)
4
0
0
30.60
25
780
3.0
3.0
7.8
0
5
5
20.8
Highland Ave
North St to Prospect St
2
2
0
31.10
25
311
5.5
5.5
3.1
2
5
5
20.6
Oliver Ave
Maple St to Cleveland St
4
1
0
30.60
25
640
3.0
3.0
6.4
1
5
5
20.4
Meandering Way
Arthurs Ct to Crossover Rd
3
2
1
31.80
25
599
9.0
9.0
6.0
2
2.5
0
19.5
Ferguson Ave
Country Way to Crossover Rd
3
1
1
32.70
25
169
13.5
13.5
1.7
1
2.5
0
18.7
Magnolia Dr
Azalea Ter to Boxwood Dr
3
1
1
32.40
25
305
12.0
12.0
3.1
1
2.5
0
18.6
Eastwood Dr
Mission Blvd to Columbus Blvd
3
0
1
27.00
25
550
0.0
0.0
5.5
0
2.5
10
18.0
Sunny Ln
Drake St to Bishop Dr
3
4
1
31.30
25
196
6.5
6.5
2.0
4
2.5
2.5
17.5
Susan Carol Ln
Drake St to Bishop Dr
3
0
1
31.50
25
207
7.5
7.5
2.1
0
2.5
2.5
14.6
Peg Ln
Drake St to Bishop Dr
3
0
0
30.40
25
376
2.0
2.0
3.8
0
5
2.5
13.3
Hendrix St
Stephens Ave to Garland Ave
2
2
0
28.50
25
348
1 0.0
0.0
3.5
2
5
2.5
13.0
Forest Ave
Park Ave to Maple Ave
2
1
2
21.90
25
182
0.0
0.0
1.8
1
0
10
12.8
Stagecoach Dr
Hilldale Dr to Oakcliff St
3
1
0
28.10
25
169
0.0
0.0
1.7
1
5
5
12.7
Hillcrest Ave
200' N of North St
2
0
0
29.80
25
668
0.0
0.0
6.7
0
5
0
11.7
Stanton Ave
Oakcliff St to Old Wire Rd
3
0
0
28.20
25
373
0.0
0.0
3.7
0
5
2.5
11.2
Golden Oaks Dr
Twelve Oaks Dr to Big Oaks Dr
3
0
1
24.50
25
266
0.0
0.0
2.7
0
2.5
5
10.2
Hearthstone Dr
Stonewall Xing to Copper Creek Dr
3
0
2
29.80
25
960
0.0
0.0
9.6
0
0
0
9.6
Austin Dr
Elm St to Ash St
2
0
1
28.90
25
186
0.0
0.0
1.9
0
2.5
5
9.4
STREET
BETWEEN
WARD
-TUW DATA
SCORING CALCULATIONS
TOTAL
SCORE
AC'DT
REPORT
S/W
85%
SPEED
POSTED
SPEED
ADT
SPEED
CALCS
SPEED
VOL.
AC'DT
S/W
SCHOOL
WALKSHED
Oaks Manor Dr
Rolling Hills Dr to Sheryl Ave
3
0
0
29.10
25
166
0.0
0.0
1.7
0
5
0
6.7
Hosta Dr
Mt Comfort Rd to Morning Mist Dr
4
0
2
27.70
25
151
0.0
0.0
1.5
0
0
5
6.5
Oklahoma Way
Fletcher Ave to Missouri Way
1
0
0
24.90
25
130
0.0
0.0
1.3
0
5
0
6.3
East Ave
MLK Blvd to Archibald Yell
1
2
1
28.60
25
173
0.0
0.0
1.7
2
2.5
0
6.2
High Ave
Apache Trl to New Bridge Rd
4
0
2
28.00
25
619
0.0
0.0
6.2
0
0
0
6.2
Copper Creek Dr
Hearthstone Dr to Zion Rd
3
1
2
30.60
25
80
3.0
3.0
0.8
1
0
0
4.8
5th St
Sherman Ave to Happy Hollow Rd
1
0.0
Charlee Ave
Mission to End of street
3
0.0
Clearwood Dr
Salem Rd to Rupple Rd
4
0.0
Duncan Ave
Putman St to MLK Blvd
2
0.0
Elm St
Gregg Ave to Green Acres Rd
2
0.0
Hall Ave
Wedington Dr to Cleveland St
4
0.0
Happy Hollow Rd
Near Acacia Xing
1
0.0
Hill Ave
Putman St to MLK Blvd
2
0.0
Holly St
Porter Rd to Sang Ave
2
0.0
Hunters Rdg
Mission Blvd to Setter St
1
0.0
Ika Ln
3248 W Ika Ln
4
0.0
Kantz Dr
Kantz Dr to Crossover Rd
3
0.0
Katherine Ave
Elaine Ave to Oak Bailey Dr
3
0.0
Lakeside Dr
Mission to Kings Dr.
3
0.0
Mclaren Dr
Rupple Rd to Salem Rd
4
0.0
Porter Rd
Near Lawson St
2
0.0
Ramsey Ave
Mission Blvd to Cicero Ln
3
0.0
Ray Ave
Happy Hollow Rd to Huntsville Rd
1
0.0
Rhonda Dr
Broadview Dr to Jordan Ln
3
0.0
Sang Ave
Deane St to Wedington Dr
2
0.0
Spring St
Fletcher Ave to College Ave
1
0.0
Valley Dr
West End Ave to Porter Rd
2
0.0
Vanike Dr
Topaz Dr to Deane Solomon Rd
4
0.0
Villa Blvd
Sunbridge Dr to Hospital
3
0.0
Willow Ave
Dickson St to Lafayette St
1
0.0
Boxley Ave
Franciscan Trl to Ponca St
4
0.0
Corsica Dr
Santa Maria Ln to Chantily Dr
4
0.0
Curtis Ave
Near Fairlane St
1
0.0
Elizabeth Ave
on Elizabeth Ave
3
0.0
Ellis Ave
Hill Ave to Dunn Ave
1
0.0
Fiesta Dr
Evergreen Ln to Appleby Rd
3
0.0
Huntsville Rd
Mill Ave to Barton Ave
1
0.0
Juneway Ter
Overcrest St
2
0.0
Lawson St
Garland Ave to Oakland Ave
2
0.0
Maple St
Assembly Dr to Mission Blvd
1
0.0
Ponca St
Sunshine Rd to Boxley Ave
4
0.0
Van Buren Ave
Duncan Ave to 15th St
1
0.0
►i
CITY OF
FAYETTEVILLE
ARKANSAS
CITY OF FAYETTEVILLE
TRANSPORTATION BOND PROGRAM
PROGRESS REPORT — OCTOBER 2020
The Transportation Bond Program consists of projects that will be designed, contracted, and
administered by City Staff or consultants/contractors working for the City. A summary of the
status of all projects in the program follows below.
Funding for the Bond Program includes $36 million in bonds for the first phase of the program.
1) RUPPLE ROAD (TANYARD DR. TO WEIR RD.)
Project Summary
• Completion of the last missing segment of Rupple Road.
• Improvements include 4 travel lanes, a center median, sidewalk on the east
side, a 12' wide multi -use trail on the west side, storm sewer, lighting and
street trees.
• This portion of the project is being constructed as a cost -share between the
City and the developer of the Magnolia Park Subdivision.
a. Phase 1 — Cost Share
This portion of the project is being constructed as a cost -share between the City
and the developer of the Magnolia Park Subdivision.
• Recent Actions:
1. Cost share in the amount of $2,295,267.72 was approved at the
10/18/18 City Council meeting.
2. Construction began in November 2019 and was scheduled to be
completed in July 2020.
3. Waterline installation is complete.
4. Aggregate base has been installed.
5. Curb and gutter installation is complete.
• Upcoming Activities:
1. Sidewalks and driveway installation.
2. Final paving.
b. Phase 2 — City Portion
This portion of the project is fully funded by the City and was bid as a separate
project. This portion of the work will connect Phase 1 to both the east and west
sections of Weir Road.
• Recent Actions:
1. City Council approved the design contract with Crafton Tull and
Associates in July 2019.
2. Final design was submitted to the City at the end of January 2020.
3. Bid opening was March 11, 2020. Emery Sapp and Sons was the low
Mailing Address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
bidder.
4. City Council approved the construction contract with Emery Sapp and
Sons on April 7, 2020.
5. A contract amendment with Crafton, Tull and Associates was approved by
the city council for construction phase engineering services on May 19tn
6. A notice to proceed for construction was issued for 6/6/20 and work has
begun.
7. Waterline installation is complete.
8. Curb and gutter installation is complete.
9. Asphalt binder has been placed.
Upcoming Activities:
1. Sidewalks and driveway installation.
2. Final paving.
2) ZION ROAD PHASE II (VANTAGE DR TO CROSSOVER RD)
a. Project Summary/Status
• Improvements include 2 travel lanes, a center turn lane, sidewalk on the
south side, a 10' wide trail on the north side, storm sewer, lighting and street
trees.
b. Recent Actions:
• City Council approved the design contract amendment with McClelland
Consulting in July 2019.
• City Council approved a contract amendment to add lighting and street trees
to the project design on January 7, 2020.
• Plans are complete.
• Land acquisition was finalized in May 2020.
• A bid opening was held on June 24, 2020. Tri Star Contractors, LLC was the
low bidder. This was approved by the city council at the July 21, 2020 council
meeting.
• A pre -construction conference was held on September 23ra
• A notice to proceed was issued and time began on the project starting
September 19tn
• The contractor has mobilized and materials are being delivered to the site.
c. Upcoming Activities:
• Waterline installation will begin at Highway 265 on the east end of the project.
• Completion of construction is expected in January 2022.
3) STEAMBOAT / DOROTHY JEANNE CONNNECTION
a. Project Summary/Status
• This project is being designed in-house by the City Engineering Division.
• Improvements include 2 travel lanes, sidewalk on the south/east side, a 10'
wide trail on the north/west side and street trees.
b. Recent Actions:
• Land acquisition is complete.
• Design and land acquisition are 100%.
• A bid opening was held on May 28, 2020. Sweetser Construction was the
low bidder.
• Curb and gutter installation for the new portion of the site has been
constructed.
c. Upcoming Activities:
Demolition of the existing roadway within the project limits and installation of
curb and gutter.
Construction is expected to be complete by January 2021.
4) SHILOH DR. / FULBRIGHT EXPRESSWAY INTERSECTION
a. Project Summary/Status
• Improvements include the construction of a roundabout at the intersection of
Steele and Shiloh with on and off ramps to the Fulbright Expressway. The
existing on and off ramps are proposed to be removed with this project.
b. Recent Actions:
• City Council approved the design contract with Garver Engineers in
September 2019.
• Surveys and the traffic study have been developed.
• Correspondence with ArDOT concerning the proposal.
• The conceptual design was submitted to the City for review along with the
traffic study.
• The traffic study, report and conceptual plans were submitted to ArDOT for
review.
• Transportation committee recommended to go with the option to install two
new signals and an additional right turn lane on Shiloh at the Fulbright ramps.
c. Upcoming Activities:
• Garver has presented a design contract amendment which will be submitted
for city council consideration in November.
5) CENTER / HARMON INTERSECTION
a. Project Summary/Status
• Improvements include widening to accommodate turn lanes, sidewalks on the
south side, multi -use trail on the north and west sides, installation of a traffic
signal, and pedestrian accommodations.
b. Recent Actions:
• City council approved the design contract with McClelland Engineers in
November 2019.
• 30% conceptual plans were submitted and reviewed in January 2020.
• 60% Design Plans were submitted on May 15, 2020. Plans were reviewed
and comments sent to MCE.
• Land acquisition is underway.
• 95% plans were submitted on September 18tn
c. Upcoming Activities:
• MCE is working on the final construction plans.
• MCE will be submitting a design contact amendment to include additional
survey and design for off -site storm sewer necessary for the construction of
this project.
• Land acquisition continues.
6) MIDTOWN CORRIDOR
a. Project Summary/Status
• The corridor improvements include the evaluation of the on and off ramp
intersection of 149 at Porter Road, street , bicycle and pedestrian
improvements along Porter, Deane and Sycamore to the Razorback
Greenway, and the Mid -town Trail from the Razorback Greenway to College
Avenue. The specific cross sections will be determined in the conceptual
phase of the design.
b. Recent Actions:
• City council approved the design contract with Olsson in November 2019.
• Survey work has been underway.
• Design charette was held March 11' and 12' at the Methodist Church at the
corner of Garland and Sycamore.
• The consultant has submitted the 30% conceptual design. Staff has provided
comments to Olsson.
c. Upcoming Activities:
• Olsson is preparing a design contract amendment which will be submitted to
the city council for consideration in November.
• 60% Plans development is underway for portions of the project.
7) SAIN STREET EXTENSION (JOYCE BLVD TO FLYOVER)
a. Project Summary/Status
• This project was recently selected for federal STP-A funding. The funding is
for planning, design, and environmental review of a connection between
Vantage Drive and Sain Street, including a connection to the flyover bridge at
71 B and the Fulbright Expressway. Burns & McDonnell is the design
consultant.
b. Recent Actions:
• The FHWA has obligated $4,500,000 of Federal -aid funding for the
construction of Sain Street.
• The project has been advertised inviting contractors to submit bids for
construction.
• A Pre -Bid meeting was held on Tuesday, October 20tn
c. Upcoming Activities:
• The bid opening is scheduled for Wednesday, November 4t"
8) MAPLE ST. CYCLE TRACK
a. Project Summary/Status
• This project will include street improvements and the creation of a bicycle
corridor between the Razorback Greenway and Garland Ave. along the south
side of Maple St. Major project elements include construction of a 2-way
cycle track along the south side of Maple St., signalization at Gregg Ave. and
Maple St., storm drainage and new sidewalks along both sides of Maple St.
between Gregg Ave. and Garland Ave.
b. Recent Actions:
• Meetings with the U of A to discuss the plan updates and funding. Request
has been made for matching private grant funding for construction.
• Emery Sapp and Sons was selected as the construction manager. Contract
negotiations have begun with the intent of presenting the proposed contract
for preconstruction services at the September 15 City Council meeting.
• A preliminary cost estimate was presented by Emery Sapp. Design changes
were discussed to bring the project costs down to within the budget.
c. Upcoming Activities:
• Design plans will continue with development considering the cost reduction
options identified.
0
• Construction planned for February of 2021.
9) 15th ST. / RAZORBACK RD. INTERSECTION
a. Project Summary/Status
• This project is being designed in-house by the City Engineering Division.
• Improvements include an additional lane on the eastern leg of the
intersection to provide a dedicated left-hand turn lane. The intersection will
be signalized with pedestrian accommodations. Sidewalks will be included on
both the north and south sides of 15th Street for the length of the project.
b. Recent Actions:
• Plans are at 90% design.
• Plans have been submitted to the railroad to coordinate the design of the
railroad modifications.
• Review comments were received from ArDOT in mid -June.
• Plan revisions have been submitted to ArDOT for their second review
c. Upcoming Activities:
• Railroad agreement will be developed.
10) HIGHWAY 71 B CORRIDOR
a. Project Summary/Status
• Improvements to these corridors could include striping, widening and/or
narrowing of the roadway, utility relocation (including burial of overhead
utilities), sidewalk/trail installation, accommodations for transit systems,
elimination or reconfiguration of driveways, additional traffic signals, medians,
plazas, art installations, lighting, wayfinding, protected intersections, parking,
LID stormwater strategies and other corridor improvements to be identified in
the design process.
b. Recent Actions:
Engineering selection committee was held on March 5, 2020. Consultants
were selected for the Archibald Yell Safety Improvements project and the
Appleby/Plainview/Rolling Hills Connection project. Two consultants were
selected to be interviewed for the remaining Highway 71 B projects. Garver
Engineers was selected for the design
Design contract with Garver Engineers was approved at the July 7, 2020 city
council meeting.
A design kick-off meeting was help with staff and Garver Engineers on July
3 Oth
c. Upcoming Activities:
• Traffic studies and conceptual designs are underway.
11) APPLEBY / PLAINVIEW / ROLLING HILLS CONNECTION
a. Project Summary/Status
• This project includes an extension of Rolling Hills Drive into the Fiesta Square
Shopping Center, a direct connection from Appleby Road to Rolling Hills and
an extension of Plainview Drive south into the Fiesta Square Shopping
Center. These streets will all intersect at a roundabout on the east side of the
shopping center.
b. Recent Actions:
• Engineering selection committee was held on March 5, 2020. Garver
Engineers was selected for the design of this project.
• The design contract was approved the City Council at the June 4, 2020
council meeting.
• A design kick-off meeting was held with Garver on June 18, 2020.
c. Upcoming Activities:
• The traffic study and survey work has begun.
• Conceptual design is scheduled to be completed in November 2020.
12) ARCHIBALD YELL BLVD. SAFETY IMPROVEMENTS
a. Project Summary/Status
• The goals of this project include providing safe pathways for pedestrians to
cross Archibald Yell Blvd., increasing safety at the College Ave./Rock
St./Archibald Yell Blvd. intersection, and providing space for pedestrian and
bicycle facilities along Archibald Yell Blvd.
b. Recent Actions:
• Engineering selection committee was held on March 5, 2020. Garver
Engineers was selected for the design of this project.
• The design contract was approved the City Council at the June 4, 2020
council meeting.
• A design kick-off meeting was held with Garver on June 18, 2020.
c. Upcoming Activities:
• The traffic study and survey work has begun.
• Conceptual design is scheduled to be completed by the end of October 2020.
• Public input will be sought. Platform to be determined.
13) ROLLING HILLS IMPROVEMENTS (COLLEGE TO OLD MISSOURI)
a. Project Summary/Status
• Improvements include street narrowing with new curb and gutter, storm
sewer, mini -roundabouts, and bicycle/pedestrian facilities.
b. Recent Actions:
• Garver Engineers was selected as the design engineer for this project.
c. Upcoming Activities:
• Staff is working with Garver to develop a scope and contract that will be sent
to the City Council for approval in November.
14) JOYCE BLVD. SAFETY IMPROVEMENTS
a. Project Summary/Status
• Safety improvements to Joyce Blvd. between Vantage Dr. and Old Missouri
Rd. Specific improvements will be identified by a study of the corridor to
identify mechanisms and causes of crashes in the area. A turn lane will be
investigated as a solution, but other solutions will be considered as well.
b. Recent Actions:
c. Upcoming Activities:
• Design is scheduled to begin in the second quarter of 2021.
15) NORTH ST. / MISSION BLVD. CORRIDOR STUDY
a. Project Summary/Status
• Garland Ave. to Gregg Ave. — Pedestrian improvements to connect retail and
restaurant areas on Garland Ave. to residential areas and the Razorback
Greenway. Pedestrian safety improvements at the Garland/North
intersection.
• Highway 71 B (College Ave) Intersection — Left turn lane for west bound traffic
east of 71 B and signalization upgrades to reduce congestion.
• Highway 71 B to Mission Blvd. — Pedestrian improvements and intersection
improvements at Hillcrest.
• Mission Blvd. to Old Wire Rd. — Additional lane for vehicles turning right on
North St. with pedestrian and bicycle accommodations.
b. Recent Actions:
• Selection of Crafton Tull for design of North Street/Mission Blvd intersection
and trail along Mission Blvd. This project will be partially funded with Trail
Bond funding.
• A design contract with Crafton, Tull and Associates was approved at the July
7, 2020 city council meeting.
• Selection of McClelland Consulting Engineers for the overall corridor study.
• Survey is complete.
c. Upcoming Activities:
• Conceptual design has begun for the North/Mission intersection
• Staff is working with MCE to develop a scope and contract for the overall
corridor that will be sent to the City Council for approval.
16) OLD WIRE RD. CYCLE TRACK (EXTENSION)
a. Project Summary/Status
• An extension of the cycle track completed in 2019. This project will extend
from Gulley Park to the Old Wire/Old Missouri intersection where it will turn
north and continue to the intersection with Rolling Hills Drive.
• The design will include curb and gutter, a 4' stamped concrete median, a 9.5'
wide cycle track and an elevated 5' sidewalk adjacent to the cycle track.
b. Recent Actions:
• Field survey is complete.
c. Upcoming Activities:
• Design is scheduled to begin in the second quarter of 2021.
17) PAVEMENT MAINTENANCE / OVERLAYS
a. Project Summary/Status
• Allocation of $2.7 million in additional funds for pavement maintenance and
overlays, to be selected based on results of a pavement inventory.
b. Recent Actions:
5.1 Miles of overlays have been completed as of September 2020.
$1,024,162.62 of the $2,700,00 has been spent or encumbered as of
September 2020.
18) TRAFFIC SIGNAL HARDWARE / UPGRADES
a. Project Summary/Status
• Allocation of $1 AMillion in additional funds for the upgrade of signal
controllers and equipment citywide as necessary so that all intersections are
using the same hardware and software.
b. Recent Actions:
• 49 of 109 signal controllers have been upgraded as of September 2020.
• $721,500 of the $1,400,000 has been spent or encumbered as of September
2020.
Transportation Bond Program
Phase 1 Projects
Design
Engineer
Original Cost
Estimate
Phase 1 Current Estimate
Original
Phase 1
Allocation
Difference
Transportation
Bond Fund
Other
Funding
Project
Total
Ph. 1 Allocation
Minus Current Est.
Rupple Rd. Extension - Tanyard Dr. to Weir Rd.
Crafton, Tull & Associates
$ 3,000,000.00
$ 3,620,701.13
$ 326,507.00
$ 3,947,208.13
$ 3,000,000.00
$ (620,701.13)
Zion Rd. Improvements
McClelland Consulting
$ 4,900,000.00
$ 4,798,794.27
$ 2,746,675.85
$ 7,545,470.12
$ 4,900,000.00
$ 101,205.73
15th St. /Razorback Rd. Intersection
COF
$ 1,100,000.00
$ 990,000.00
$ 19,743.22
$ 1,009,743.22
$ 1,100,000.00
$ 110,000.00
Shiloh Dr./ Fulbright Expressway Intersection
Garver Engineers
$ 860,000.00
$ 866,850.95
$
$ 866,850.95
$ 860,000.00
$ (6,850.95)
Center St./ HarmonAve. Intersection
McClelland
$ 1,300,000.00
$ 1,300,000.00
$
$ 1,300,000.00
$ 1,300,000.00
$ -
Steamboat Dr./ Dorothy Jeanne St. Connection
COF
$ 670,000.00
$ 465,674.04
$
$ 465,674.04
$ 670,000.00
$ 204,325.96
Midtown Corridor
Olsson
$ 5,536,000.00
$ 3,607,799.03
$ 2,100,000.00
$ 5,707,799.03
$ 3,436,000.00
$ (171,799.03)
Sain St. Extension
Burns & McDonnell
$ 6,600,000.00
$ 1,114,420.68
$ 4,610,040.00
$ 5,724,460.68
$ 1,320,000.00
$ 205,579.32
Centennial Park Entrance Drive
C.E.I.
$ 1,000,000.00
$ 882,354.21
$
$ 882,354.21
$ 1,000,000.00
$ 117,645.79
College Ave/S. School Ave Corridor Projects
$ 14,200,000.00
$ 4,700,000.00
$
$ 4,700,000.00
$ 4,700,000.00
$
Maple St. Improvements
Olsson
$ 4,000,000.00
$ 1,000,000.00
$ 4,500,000.00
$ 5,500,000.00
$ 1,000,000.00
$
Futrall/Gregg and Shiloh/Gregg RR Crossings
COF
$ 1,000,000.00
$ 1,500,000.00
$
$ 1,500,000.00
$ 1,000,000.00
$ (500,000.00)
Downtown Sidewalk Impts (Incl. Cultural Arts Corr.)
Various
$ 3,000,000.00
$ 2,580,000.00
$
$ 2,580,000.00
$ 2,580,000.00
$
MLK Area Walkability Improvements
Various
$ 1,000,000.00
$ 852,000.00
$
$ 852,000.00
$ 852,000.00
$
Pavement Maintenance / Overlays
COF
$ 2,700,000.00
$ 2,700,000.00
$
$ 2,700,000.00
$ 2,700,000.00
$
Signal Hardware / Software Upgrades
COF
$ 1,400,000.00
$ 1,400,000.00
$
$ 1,400,000.00
$ 1,400,000.00
$
Other Signalization (4-5 Locations TBD)
COF
$ 1,000,000.00
$ 1,000,000.00
$
$ 1,000,000.00
$ 1,000,000.00
$
North Street and Mission Corridor
Various
$ 342,000.00
$ 342,000.00
$
$ 342,000.00
$ 342,000.00
$
Millsap Rd. / College Ave. Intersection Improvements
$ 120,000.00
$ 120,000.00
$
$ 120,000.00
$ 120,000.00
$
Old Wire Rd. Cycle Track (Extension)
COF
$ 80,000.00
$ 80,000.00
$
$ 80,000.00
$ 80,000.00
$
Rolling Hills Improvements - College to Old Missouri
Garver Engineers
$ 350,000.00
$ 392,725.00
$
$ 392,725.00
$ 350,000.00
$ (42,725.00)
Joyce Blvd. Safety Impr. (Vantage to Old Missouri)
$ 125,000.00
$ 125,000.00
$
$ 125,000.00
$ 125,000.00
$
Contingency/Unallocated
$ 1,599,269.69
$ 2,202,589.39
Total Phase 1 Design and Construction $ 36,037,589 $ 36,037,589-$603,319